You are on page 1of 134
Appendix TA ANNEX-1 Details of Bidder 1. (a) Name :- M/s ZELIEZHU & SONS, (b) Country of incorporation :-India (c) Address of the corporate headquarters: - H.No + 207, Hengrabari Main Road, Near Hengrabari L.P. School, Guwahati Assam :- 781036 (d) Date of incorporation and or commencement of business :- May 1988 2. Brief description of the Bidder including, details of its main lines of business and proposed role and responsibilities in this Project: :- Well established PWD/Govt PSUs Roads and Building Contractor of NER, for the last 34 years. Has completed many reputed projects in the NER states and has a well qualified team of Engineers and staff equipped to handle works of large scale Road Projects. 100% Participant of the Bid Submitted 3. Details of individual(s) who will serve as the point of contact/ communication for the Authority: (a) Name :- Mr. ABHILASH KISHORE KASHYAP (b) Designation :- MANAGING PARTNER (©) Company :+Mjs ZELIEZHU & SONS. (d) Address :-H.No :- 207, Hengrabari Main Road, Near Hengrabari L.P. School, Guwahati P.O. Hengrabari, P.S. :- Dispur Assam :- 781036 (e) Telephone Number ++ 9127108781, 9613579512 (f) E-Mail Address - zeliezhusonsllp@gmail.com (g) Fax Number i 4, Particulars of the Authorised Signatory of the Bidder: (@) Name :+Mr. ABHILASH KISHORE KASHYAP (b) Designation - MANAGING PARTNER (©) Address + HLNo :- 207, Hengrabari Main Road, Near Hengrabari L.P. School, Guwahati P.O. = Hengrabari, PS. - Dispur Assam :- 781036 (d) Phone Number + 9127108781, 9613579512 (e) Fax Number. NIL (# Class III Digital Signature Certificate TD number 0317 FE6C (g) EMAIL. veliezhusonsllp@gmail.com 5. In case of a Joint Venture: (a) The information above (1-4) should be provided for all the Members of the Joint Venture. (b) Acopy of the Jt. Bidding Agreement, as envisaged in Clause 2.1.11 (f) should be attached to the Application (0) Information regarding the role of each Member should be provided as per table below: Pee ee |Sl. | Name of Member ~ [Role (Refer Clause | Share of work in the 24.11 Project (Refer Claus- (ais es 2.1.11(a), (f) & (g)} > ——-—————_+}+- a NIL NIL ss NIL * The role of each Member, as may be determined by the Applicant, should be indicated in ac- cordance with instruction 4 at Annex-IV. (@) The following information shall also be provided w.r.t para 2.1.14 for each Member of the Joint Venture: Name of Applicant/ member of Joint Venture: M/s ZELIEZHU & SONS Sl.No Criteria | Yes/No 1 Has the Bidder/ constituent of the Joint Venture NO "been barred by the Ministry of Road Transport | & Highways or its implementing agencies for | | | the works of Expressways, National Highways, | _18C and El works, from participating in bidding 2 | If the answer tolis yes, does the bar subsist as NA | on BID due date. 6(a) 1/ We-certify that in the last two years, we/ any of the JV partners have neither failed to perform for the works of Expressways, National Highways, ISC & EI works, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbi- tral award against us, nor been expelled or terminated by Ministry of Road Transport & High- ways or its implementing agencies for breach on our part. (b) I/ We certify that we/ any of the JV partners do not fall in any of the categories of being a Non-Performing entity given at Clause 2.1.14 of Instructions to Bidders in the projects of Ex- pressways, National Highways, ISC and El works of Ministry of Road ‘Transport & Highways or its implementing agencies and furnished the complete details. 7{a) 1/ We further certify that no investigation by a regulatory authority is pending either against us/any member of Joint Venture or our sister concern or against our CEO or any of our directors/ managers/employees. : (b) I/ We further certify that no investigation by any investigating agency in India or outside is pending either against us/ any member of Joint Venture or our sister concern or against our CEO or any of our directors/managers/employees. A statement by the Bidder and each of the Members of its Joint Venture (where applicable) disclos- ing material non-performance or contractual non-compliance in current projects, as on bid due date is given below (attach extra sheets, if necessary) wrt. para 2.1.14. Name of the Bidder /Member of JV: M/s ZELIEZHU & SONS. T Sr No. | Categories of Non-Performer Project 1 | Project 2 NIL NIL | |@__| Fails to complete or has missed more than two mile- stones in already awarded two or more projects, even after lapse of 6 months from the scheduled completion | date, unless Extension of Time has been allowed on | |the recommendations of the Independent Engineer due to Authority's default; | Fails to complete a project, as per revised schedule, for NIL | NIL | which One ‘Time Fund Infusion (OTFI) has been sanc- tioned by the Authority | Gi) (iii) | Physical progress on any project is not commensurate | NIL NIL with the funds released (equity+ debt+grant) from the | escrow account and such variation is more than 25% | | in last one year as observed by the Independent Engi- | neer in one or more projects; | |Giv) | Punch List Items in respect of any project are pending /NIL. | due to Bidder's default in two or more Projects even alter lapse of the prescribed time for completion of such items; Fails to fulfil its obligations to maintain a highway in a | NIL NIL satisfactory condition in spite of two rectification no- | tices issued in this behalf; (vi) _ | Fails to attend to Non Conformity Reports (NCRs) is~ | NIL NIL | sued by the Independent/ Authority's Engineer on the | |“ designs/ works constructed by the Bidder pending form or Ethan one year in two or more projects. | (vil) | Fails to make premium payments excluding the cur- | NIL. NIL | rent installment in one or more projects. | (viii) | Damages/Penalties recommended by the Indepen- NIL NIL | dent/ Authority's Engineer on the Bidder during O&M __ period and the remedial works are not taken up in two | | or more projects. NIL NIL | | Gx) | Pails to achieve financial closure in two or more projects within the given or extended period (which shall not be more than six months in any case). ss = = - _ : (x) Fails to submit the Performance Security within the | NIL NIL permissible period in more than one project(s) | en | Rated as an unsatisfactory performing entity/ non- NIL NIL | performing entity by an independent third party agency and so notified on the website of the Authority. | 1/ We certify that the list is complete and covers all the projects of Expressways, National Highways, ISC and EI works of Ministry of Road Transport & Highways or its implementing agencies and that we/ any of the JV partners do not fall in any of the above categories of being a Non-Performing enti- t a sons L re ee! wie yj JE" oO hoor” (Signature, name and designation of th€ authorised signatory) Name :- Mr. ABHILASH KISHORE KASHYAP Designation :- MANAGING PARTNER For and on behalf M/s ZELIEZHU & SONS. word ANNEX-I Technical Capacity of the Bidder (Refer to Clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RFP) Applicant type | Project | Cate | Experience” (Equivalent Rs. Crore)'? Technical Code*_| gory Experience’ Payments received for | Value of self- construction of Eligible construction in Eligible Projects in Categories | Projects in Categories 3&4 dand2 1 Zz 3 4 5 6 (M/SZELIEZHU | A (| 3 8.86 cr 8.86 cr & SONS) Single B [3 5.12 cr 5.12 cr entity bidder or c 4 4.10 cr 4.10 cr Lead Member D 3 8.94 cr 8.94 cr Including other —e [3 22.32 cr 22.32 cr members of the FB 9.35 cr 9.35 cr dint Venture 6 [3 3.52cr 3.52 cr HB 33.23 cr 33.23 cr 95.44 cr ‘Aggregate Technical Experience | 95.44 Cr ‘The TECHNICAL THRESOLD CAPACITY is Rs. 49.34 cr if the updation factors are not considered whereas if the updation factors are considered year wise then the TECHNICAL THRESOLD CAPACITY of the bidder Is declared to be Rs. 108.66 er. For, DHANJIT THAKURIA & CO. ) 8 SONS ZHU & CHARTERED ACCOUNTANTS. is. ZELIE es (CA, Dhanjit Thakuria, Proprietor) M. No. 311811, FRN 329992E B.A., ACA DHANJIT THAKURIA DHANIIT THAKURIA & Co. CHARTERED ACCOUNTANTS, HOUSE NO.26, (GROUND FLOOR), M.C.ROAD UZANBAZAR, GUWAHATI-781001 Phone : 9957111507(M), 8723914637 (M) cadhanjit@gmail.com, dhanthak@gmail.com Net worth of the bidder M/S ZELIEZHU & SONS PROP: SHRI ZELIEZHU ANGAM P. R. HILL, KOHIMA-797001, NAGALAND ‘Net worth (Rs. In Crores) Bidder Type YearS Year 4 Year3 Year 2 Year1 Single Entity (2016-17) (2017-18) (2018-19) | (2019-2020) | (2020-2021) [Subscribed an paidup equity | ane 29.34 33.74 39.68 40.08 45.58 Add: Reserve & surplus - 2 2 = Net worth 29.34 33.74 39.68 40.08 45.58 For DHANJIT THAKURIA & CO. CHARTERED ACCOUNTANTS Aion (CA Dhanjit Thakuria , Proprietor) M No. 311811 IS. Ze FRN 329992E 'EZHU @ Ss UDIN: 21311811AAAAHQ2849, < c Date : 27.07.2021 Mtised Sioa iOnatory au) & SONS ws. ZELIEZHY' Kenorised signatory Annex ih Financial capacity of the bidder M/SZELIEZHU & SONS { Refer to ciouses?.2.2.3, 2.2.2.9, 2.2.2.8) of the RFP } ic a cea a veal Teer er et Der at Serta a 75) aa aa] erecta ae ee aa ee ars a = ‘Yewr (2020-23), Year 3201-20) “Yeer 2(2038-19) Yeor 2017-2 “Year 4{2036-27) Pi acy | ett | cy [tio via [tlic] uy [ein [ ay, | san | Sere (a) Factor sa Factor () Factor ™ Factor ney Factor ‘ a aa tae eee ae Rikceeceedinme| xe] xn] mae) ts] ee] is] ews] ie] eo] a] ae aaa a = 5 = = p wy asons a vas ZEUEDAUSSO a ne Ma No 314811 < Forised SI M/s. Zeliezhu & Sons Registered Office Address : H. No.-207, Ground Floor Hengerabari, Main Road WES Near L.P. School, P.O. Hengerabari, P.S. Dispur, Guwahati, Assam-781036 ACK Mobile : 9613579512 / 9957171646 / 9933364609 Email : zeliezhusonsllp@gmail.com Ref. No. Date Ref... Date :- 02/06/2022 DETAILS OF BANK INFORMATION BANK1 Name of Bank » STATE BANK OF INDIA Account Number. :- 10530526853 Account Holder Name :- M/s ZELIEZHU AND SONS IFSC SBINOOO0214 Branch Address :- Kohima Near DC Office, NAGALAND, Pin Code = 797001 BANK 2 Name of Bank. + HDEC Bank LTD Account Number - 5920001312194 Account Holder Name :- M/s ZELIEZHU AND SONS IFSC :- HDFC0002916 Branch Address + House No 238, 1st Floor, RG Baruah Rd, opposite Ambika Service Station, Guwahati, Assam 781024 BANK 3 Name of Bank + PUNJAB NATIONAL BANK Account Number —_- 0404202100000151 Account Holder Name :- M/s ZELIEZHU AND SONS IFSC - PUNB0040420 Branch Address + Shahjahan Market, Ganeshguri, Guwahati Secretariat Branch, ANNEX - IV DETAILS OF ELIGIBLE PROJECTS (Refer to clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RPF) Project Code : A Entity: M/S ZELIEZHU & SONS Item Refer Particular of the project instruction “Earth Work in Cutting to form formation and Earth Work in filling to form Embankment/Sub-Bank and Construction of Minor Bridges between Chainage K.M. 47.84 and K.M. 49.30 Title and nature of the project between Station Thingou and Khongsang in connection with the Construction of new BG Railway Line from Jiribam to Tupul(imphal)” Category 5 3 2020-21 1.00 2019-20 1.05 2018-19 1.10 Year wise 2017-18 | 0.42 cr 1.15 0.48 cr (a) Payment received for 2016-17 | 0.00 cr 1.20 0.00 cr construction and/or (b) 6 2015-16 | 3.02cr [1.25 3.77 cr Revenue appropriated for self 2014-15 | 2.37cr_ | 1.30 3.08 cr construction under PPP project 2013-14 | 1.53 cr 1.35 2.06 cr 2012-13 | 1.19 cr 1.40 1.66 cr 2011-12 | 0.33 cr 1.45 0.47 cr Total 8.86 cr 11.52 cr Entity for which the project was z Office of the Dy. Chief Engineer/Con/JRBM, constructed NF Railway, Silchar. Location Jiribam to Tupul. (Imphal, Manipur) Project cost 8 Kesee ce Date of commencement of 01.11.2011 project/contract — Date of % 29.04.2017 completing/commissioning Equity shareholding (with 35 % share was hold by M/S ZELIEZHU & SONS and 65 % period during which equity was 10 share was hold by M/S KEIBAMDI PANMET, since held) commencement of the project. Date: 27.07.2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT A yezHu 8 SONS Astin wis. ZEU : F mons00 S900 (CA Dhanjit Thakuria) a ONS Proprietor ws. ZELIEZHU asi M.No.~311811 ens FRN. — 329992E UDIN - 2131181 1AAAAHR6181 DHANJIT THAKURIA DHANIIT THAKURIA A Co. ‘x BA, ACA CHARTERED ACCOUNTANTS HOUSE NO.36, (GROUND FLOOR), M.C. ROAD UZANBAZAR, GUWAHATI-781001 Phone : 9957111507(M), 8723914637 (M) e-mail : cadhanjit@gmail.com, dhanthak@gmail.com Certificate regarding construction works Based on its books of accounts and other published information authenticated by it, this is to certify that M/S ZELIEZHU & SONS was engaged by Office of the Dy. Chief Engineer/Con/JRBM, N F Railway, Silchar. to execute “Earth Work in Cutting to form formation and Earth Work in filling to form Embankment/Sub-Bank and Construction of Minor Bridges between Chainage K.M. 47.84 and K.M. 49.30 between Station Thingou and Khongsang in connection with the Construction of new BG Railway Line from Jiribam to Tupul(Imphal)” . The construction of the project commenced on 01.11.2011 and the project was commissioned on 29.04.2017. It is certified that bidder received payments from its clients for construction work executed by them or work executed and certified by the Engineer-in-charge/Independent Engineer/Authority’s Engineer in the aforesaid construction works. We further certify that the total estimated capital cost of the project is Rs. 8.86 Crores (Rupees Eight Crores Eighty Six Lakhs ), of which the applicant received or has executed the work as certified by the engineer-in-charge/Independent Engineer/Authority’s Engineer Rs. 8.86 Crores (Rupees Fight Crores Eighty Six Lakhs), in terms of clauses 2.2.2.5 and 2.2.2.6 (ii) of the REP, during the past five financial years as per year wise details noted belo 2020-21 2019-20 2018-19 2017-18 2016-17 2015-16 2014-15 2013-14 2012-13 2011-12 Total 8.86 cr It is further certified that the receipts indicated above are restricted to the share of the applicant who undertook these works as a proprietor/partner or a member of joint venture/consortium, We further certify that applicant has a share of 100% in the proprietor/joint venture/consortium. Date: 27.07.2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT Abhi iS us. 2EEZHUE SON (CA Dhanjit Thakuria) Zrnone0 Signatory Proprietor ® M.No. ~ 311811 wis. ZELIEZHU & SONS FRN. ~329992E < UDIN -21311811AAAAHR6181 ANNEX - IV DETAILS OF ELIGIBLE PROJECTS (Refer to clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RPF) Project Code : B Entity: M/S ZELIEZHU & SONS Ttem Refer Particular of the project instruction “Construction of 20.00m span RCC Bridge over ‘Title and nature ofthe project Disagapu river on Dimapur to Ganesh Nagar Road at 17.20 KM Category 5 3 2020-21 1.00 2019-20 1.05 2018-19 0.52 cr 1.10 0.57 cr Year wise (a) Payment received for 2017-18 0.65 cr 1.15) 0.75 cr construction and/or (b) Revenue 6 2016-17 1.30 cr 120 1.56 cr appropriated for self construction under PPP project 2015-16 1.25 cr 1.25 1.56 cr 2014-15 0.55 cr 130 O7 Lor 2013-14 0.85 cr 135 1.15 cr Total 5.12 er 6.30cr Entity for which the project was 7 Office of the Executive Engineer PWD (R&B). constructed Dimapur Division, Dimapur: Nagaland Location Dimapur, Nagaland Project cost 8 Rs. 5.12 Cr Date of commencement of 14.06.2013 project/contract Date of completing/commissioning 9 16.04.2019 Equity shareholding (with period i during which equity was held) a0 100% Date: 27.07.2021 Place: Guwahati wis. ZELIE? ZU & SONS fea to seo SGNNOY 7 Ramorised ws. ZELIEZHU orised Sig} a SONS a? y For, M/s Dhanjit Thakuria & Co CHARTARED ACCOUNTANT Aviom A (CA Dhanjit Thakuria) Proprietor M.No. ~ 311811 FRN, — 329992E UDIN - 21311811 AAAAHS5343 DHANJIT THAKURIA DHAN]IT THAKURIA & a 0. | Ox Bs CHARTERED ACCOUNTANTS HOUSE NO.36, (GROUND FLOOR), M.C. ROAD UZANBAZAR, GUWAHATI-781001 Phone : 9957111507(M), 8723914637 (M) e-mail : cadhanjit@gmail.com, dhanthak@gmail.com Certificate regarding construction works Based on its books of accounts and other published information authenticated by it, this is to certify that M/s ZELIEZHU & SONS was engaged by Office of the Executive Engineer PWD (R&B). Dimapur Division, Dimapur: Nagaland to execute “Construction of 20.00m span RCC Bridge over Disagapu river on Dimapur to Ganesh Nagar Road at 17.20 KM”. The construction of the project commenced on 14.06.2013 and the project was commissioned on 16.04.2019. It is certified that bidder received payments from its clients for construction work executed by them or work executed and certified by the Engineer-in-charge/Independent Engineer/Authority’s Engineer in the aforesaid construction works. We further certify that the total estimated capital cost of the project is Rs. 5.12 cr. (Rupees Five Crores Twelve Lakhs), of which the applicant received or has executed the work as certified by the engineer-in-charge/Independent Engineer/Authority’s Engineer Rs. 5.12 cr. (Rupees Five Crores Twelve Lakhs), in terms of clauses 2.2.2.5 and 2.2.2.6 (ii) of the RFP, during the past five financial years as per year wise details noted below:- 2020-21 2019-20 2018-19 0.52 cr 2017-18 0.65 cr 2016-17 1.30 cr 2015-16 1.25 cr 2014-15 0.55 cr 2013-14 0.85 cr Total 5.12 cr It is further certified that the receipts indicated above are restricted to the share of the applicant who undertook these works as a proprietor/partner or a member of joint venture/consortium, We further certify that applicant has a share of 100% in the proprietor /joint venture/consortium. Date: 27.07.2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT Eificine” MS. ZELIEZHU & SONS seis (CA Dhanjit Thakuria) Proprietor M.No, - 311811 FRN. ~ 329992E UDIN -21311811AAAAHSS343 ANNEX - IV DETAILS OF ELIGIBLE PROJECTS (Refer to clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RPF) Project Code: C Entity: M/S_ZELIEZHU & SONS Tem Refer Particular of the project instru “Construction of Yimpang to Taknyu Length 11.00 Title and nature of the project KM under PMGSY Phase VIII" Category 5 4 2020-21 1.00 2019-20 1.05 - 2018-19 1.10 Year wise | (a) Payment received for ane: a construction and/or (b) Revenue 6 2016-17 120 appropriated for self construction S 5 Seer pPraiaece 2015-16 | 200er 1.25 250cr 201415 | 1.25er 130 L62cr [2013-14 | 0.85 er 1.35 115 cr Total 4.10 cr 5.27 cr Entity for which the project was . Office of the Executive Engineer PWD (R&B). constructed Noklak Division, Nagaland Location ‘Tuensang Dist., Nagaland Profecteost 8 Beant Date of commencement of Game project/contract ne oe Date of completing/commissioning 9 30.06.2015 Equity shareholding (with period during which equity was held) 2) apo Date: 27.07.2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT (CA Dhanjit Thakuria) Proprietor M.No. - 311811 FRN.~329992E UDIN - 21311811 AAAAHT2225 CHARTERED ACCOUNTANTS HOUSE NO.36, (GROUND FLOOR), M.C. ROAD UZANBAZAR, GUWAHATI-781001 Phone : 9957111507(M), 8723914637 (M) e-mail : cadhanjit@gmail.com, dhanthak@gmail.com | On DHANJIT THAKURIA DHANJIT THAKURIA ef Co. By Certificate regarding construction works Based on its books of accounts and other published information authenticated by it, this is to certify that M/s ZELIEZHU & SONS was engaged by Office of the Executive Engineer PWD (R&B). Noklak Division, Nagaland to execute “Construction of Yimpang to Taknyu Length 11.00 KM under PMGSY Phase VIII”. The construction of the project commenced on 03.03.2013 and the project was commissioned on 30.06.2015. It is certified that bidder received payments from its clients for construction work executed by them or work executed and certified by the Engineer-in- charge/Independent Engineer/Authority’s Engineer in the aforesaid construction works. We further certify that the total estimated capital cost of the project is Rs. 4.10 cr. (Rupees Four Crores Ten Lakhs), of which the applicant received or has executed the work as certified by the engincer-in-charge/Independent Engineer/Authority’s Engineer Rs. 4.10 cr. (Rupees Four Crores Ten Lakhs), in terms of clauses 2.2.2.5 and 2.2.2.6 (ii) of the RFP, during the past five financial years as per year wise details noted below:- 2020-21 2019-20 2018-19 2017-18 2016-17 2015-16 2.00 cr 2014-15 1.25 er 2013-14 0.85 cr Total 4.10 cr It is further certified that the receipts indicated above are restricted to the share of the applicant who undertook these works as a proprietor/partner or a member of joint venture/consortium. We further certify that applicant has a share of 100% in the proprietor/joint venture/consortium, Date: 27.07. 2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT ZHU & SONS wis. ZELI (CA Dhanjit Thakuria) Proprietor M.No. - 311811 FRN. — 329992E UDIN -21311811AAAAHT2225 ANNEX - IV DETAILS OF ELIGIBLE PROJECTS (Refer to clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RPF) Project Code : D Entity: M/S ZELIEZHU & SONS Ttem Refer Particular of the project instruction “Construction of Longto-Changchang-Liangmen- Title and nature of the project Ponu Valley-Yachang ‘C’-Group-A(0-KM to 30 Km)” Category 5 4 2020-21 1.00 a 2019-20 1.05 Year wise (a) Payment received for 2018-19 2.64 cr 1.10 2.90 cr conatracsion tnit/es (i) avenue 6 2017-18 | 280cr 1.15 3.22 cr appropriated for self construction under PPP project 2016-17 [350er | 120 4.20 or Total 8.94 cr 10.32 cr Entity for which the project was ; Offfice of the Chief Engineer PWD (R&B). constructed Kohima Division, Nagaland Location Kohima, Nagaland Project cost 8 a Date of commencement of 15.05.2016 project/contract Date of completing/commissioning 9 12.02.2019 Equity shareholding (with period during which equity was held) a0 TODgb Date: 27.07.2021 Place: Guwahati For, M/s Dhanjit Thakuria & Co CHARTARED ACCOUNTANT e a ws. 226240899 ‘ Rahn grater Jaron 3e0 SG" (CA Dhanjit Thakuria) re Proprietor ws. ZELIEZHU & st ‘ M.No. 311811 < FRN.—329992E UDIN -21311811AAAAHU9171 B.A., ACA CHARTERED ACCOUNTANTS HOUSE NO.36, (GROUND FLOOR), M.C. ROAD UZANBAZAR, GUWAHATI-781001 Phone : 9957111507(M), 8723914637 (M) e-mail : cadhanjit@gmail,com, dhanthak@gmail.com | OA DHANJIT THAKURIA DHANT THAKURIA ef Co. Certificate regarding construction works Based on its books of accounts and other published information authenticated by it, this is to certify that M/s ZELIEZHU & SONS was engaged by Office of the Chief Engineer PWD (R&B). Kohima Division, Nagaland to execute "Construction of Longto-Changchang-Liangmen-Ponu Valley-Yachang ‘C’-Group-A(0-KM to 30 Km)”. The construction of the project commenced on 15.05.2016 and the project was commissioned on 12.02.2019. It is certified that bidder received payments from its clients for construction work executed by them or work executed and certified by the Engineer-in-charge/Independent Engineer/Authority’s Engineer in the aforesaid construction works. We further certify that the total estimated capital cost of the project is Rs. 8.94 cr. (Rupees Eight Crores Ninety Four Lakhs), of which the applicant received or has executed the work as certified by the engineer-in-charge/Independent Engineer/Authority’s Engineer Rs. 8.94 cr. (Rupees Fight Crores Ninety Four Lakhs), in terms of clauses 2.2.2.5 and 2.2.2.6 (ii) of the RFP, during the past five financial years as per year wise details noted below:- 2020-21 2019-20 2018-19 2.64 cr 2017-18 2.80 cr 2016-17 3.50 cr Total 8.94cr Itis further certified that the receipts indicated above are restricted to the share of the applicant who undertook these works as a proprietor/partner or a member of joint venture/consortium, We further certify that applicant has a share of 100% in the proprietor/joint venture/consortium. Date: 27.07.2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT viene” SONS < hain Hoy (CA Dhanjit Thakuria) Proprietor SONS M.No. -311811 z FRN, ~ 329992E UDIN -21311811AAAAHUS171 ws. ZELIEZHU & ws. ZeELIEZHU ea signatory Project Code: E ANNEX - IV DETAILS OF ELIGIBLE PROJECTS (Refer to clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RPF) Entity: M/S ZELIEZHU & SONS Ttem Refer Particular of the project instruction “Infrastructure Development Work for Medziphema ‘Title and nature of the project Town, Nagaland” Category 5 4 2020-21 1.00 2019-20 1.05 eit Whe 2018-19 6.95 cr 1.10 7.64 cr (a) Payment received for construction and/or (b) Revenue 6 2017-18 4.00 cr 1.15) 4,60 cr appropriated for self construction 2016-17 7.37 cr 1.20 8.84 cr der PPP t NS ENE 2015-16 | 4.00cr 1.25 5.00 cr Total 22.32 cr 26.08 cr Entity for which the project was % Office of the Executive Engineer Urban Development constructed Department, Kohima, Nagaland Location Kohima, Nagaland Project cost 8 Re.2ea21cr Date of commencement of 27.08.2015 project/contract — Date of completing/commissioning 9 01.08.2020 Equity shareholding (with period during which equity was held) a 20038 Date: 27.07.2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT 5 Fifi" SON yas. ZEUS (CA Dhanjit Thakuria) sea Signatory ( J parorses i Proprietor ‘ M.No, - 311811 ON a’ ws. ZELIEZHU as FRN. - 329992E € UDIN - 21311811 AAAAHV2217 Ova Bn 804 DHANJIT THAKURIA DHANJIT THAKURIA Lf Co. | Ox Bs CHARTERED ACCOUNTANTS HOUSE NO.36, (GROUND FLOOR), M.C. ROAD UZANBAZAR, GUWAHATI-781001 Phone : 9957111507(M), 8723914637 (M) e-mail : cadhanjit@gmail.com, dhanthak@gmail.com Certificate regarding construction works Based on its books of accounts and other published information authenticated by it, this is to certify that M/s ZELIEZHU & SONS was engaged by Office of the Executive Engineer Urban Development Department, Kohima, Nagaland to execute “Infrastructure Development Work for Medziphema Town, Nagaland”. The construction of the project commenced on 27.08.2015 and the project was commissioned on 01.08.2020. It is certified that bidder received payments from its clients for construction work executed by them or work executed and certified by the Engineer-in- charge/Independent Engineer /Authority’s Engineer in the aforesaid construction works. We further certify that the total estimated capital cost of the project is Rs. 22.32 cr. (Rupees Twenty Two Crores Thirty Two Lakhs), of which the applicant received or has executed the work as certified by the engineer-in-charge/Independent Engineer/Authority’s Engineer Rs. 22,32 er. (Rupees Twenty Two Crores Thirty Two Lakhs), in terms of clauses 6 (ii) of the REP, during the past five financial years as per year wise details noted 2020-21 2019-20 2018-19 6.95 cr 2017-18 4.00 cr 2016-17 7.37 cr 2015-16 4.00 cr Total 22.32 cr It is further certified that the receipts indicated above are restricted to the share of the applicant who undertook these works as a proprietor/partner or a member of joint venture/consortium. We further certify that applicant has a share of 100% in the proprietor /joint venture/consortium, Date: 27.07.2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT Fifa A NS ws. ZELIEZHU & sot as (CA Dhanjit Thakuria) Proprietor M.No. -311811 U FRN. ~ 329992E .ZEL : ine ty UDIN -21311811AAAAHV2217 ANNEX - IV DETAILS OF ELIGIBLE PROJECTS (Refer to clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RPF) Project Code: F Entity: M/S ZELIEZHU & SONS Item Refer Particular of the project instruction Construction of road from Notan Basti via Teresa Title and nature of the project colony to Naga cemetery, Dimapur. Length of (18kms) Category 5 3 2020-21 (| 446cr —*| 100 —*(| 44Ger ear wise 2019-20 4.89 cr 1.05 5.13 cr (a) Payment received for 2018-19 10 construction and/or (b) Revenue 6 appropriated for self construction 2017-18 145 under PPP project 2016-17 1.20 Total 9.35 er 9.59 er Entity for which the project was 5 ‘The Executive Engineer, constructed Urban Development, Nagaland, Kohima, Location Nagaland, Kohima Project cost 8 Rs. 9.35 Cr Date of commencement of — project/contract Date of completing/commisstoning 9 S203;21 Equity shareholding (with period duriig which equity washeld) 10 100% Date: 27.07.2021 Place: Guwahati S ws. ZEHER0% ie Knonsed signatord wis. ZELIE For, M/s Dhanjit Thakuria & Co CHARTARED ACCOUNTANT ZHU & SONS ory (CA Dhanjit Thakuria) Proprietor M.No. 311811 FRN. — 329992E UDIN ~ 21311811 AAAAHW2633 DHANTITTHAKURIA BL Co. DHANJIT THAKURIA OX B.A., ACA CHARTERED ACCOUNTANTS HOUSE NO.36, (GROUND FLOOR), M.C. ROAD UZANBAZAR, GUWAHATI-781001 Phone : 9957111507(M), 8723914637 (M) e-mail : cadhanjit@gmail,com, dhanthak@gmail.com Certificate regarding construction works Based on its books of accounts and other published information authenticated by it, this is to certify that M/S ZELIEZHU & SONS was engaged by The Executive Engineer, Urban Development, Nagaland, Kohima to execute Construction of road from Notan Basti via Teresa colony to Naga cemetery, Dimapur. Length of (18kms). The construction of the project commenced on 16.11.19 and the project was commissioned on 12.03.21. Itis certified that bidder received payments from its clients for construction work executed by them or work executed and certified by the Engineer-in-charge/Independent Engineer /Authority’s Engineer in the aforesaid construction works. We further certify that the total estimated capital cost of the projectis Rs. 9.35 cr. (Rupees Nine Crore Thirty Five Lakh), of which the applicant received or has executed the work as certified by the engineer-in-charge/Independent Engineer/Authority’s Engineer Rs. 9.35 cr. (Rupees Nine Crore Thirty Five Lakh), in terms of clauses 2.2.2.5 and 2.2.2.6 (ii) of the RFP, during the past five financial years as per year wise details noted below:- 2016-17 2017-18 2018-19 2019-20 4.89 cr 2020-21 4.46 cr Total 9.35 cr It is further certified that the receipts indicated above are restricted to the share of the applicant who undertook these works as a proprietor/partner or a member of joint venture/consortium. We further certify that applicant has a share of 100% in the proprietor/joint venture/consortium, Date: 27.07.2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT SONS: a A ws. 22UERUES . ignatory K ynorised $9 (CA Dhanjit Thakuria) Proprietor M.No.~311811 a FRN.—329992E ws. ZELIEZHU & se UDIN - 21311811 AAAAHW2633 ANNEX - IV DETAILS OF ELIGIBLE PROJECTS (Refer to clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RPF) Project Code :G Entity: M/S ZELIEZHU & SONS Item Refer Particular of the project instruction 4 m Construction of RCC Drainage A khel via Grace Tideand nature ofthe project colony to shiv Mandir, Dimapur Category 5 3 2020-21 | 1.18cr 100 | 1.18¢r Year wise 2019-20 1.12cr 1.05 1.18 cr (a) Payment ree for 2018-19 [127er [110 | 140cr construction and/or (b) Revenue 6 appropriated for self construction 2017-18 145 under PPP project 2016-17 1.20 Total 3.57 er 3.76er Entity for which the project was 5 ‘The Executive Engineer, constructed Urban Development, Nagaland, Kohima. a Dimapur, Nagaland. Project cost 8 Rs. 3.57 Cr Date of commencement of project/contract 1OAI8 Date of completing/commissioning 9 aed Equity shareholding (with period s a during which equity was held) Date: 27.07.2021 Place: Guwahati iS ws. Zee UESON J ps2 3820 ws. ZELIEZHU & SONS = For, M/s Dhanjit Thakuria & Co CHARTARED ACCOUNTANT a E8jom— (CA Dhanjit Thakuria) Proprietor M.No. ~ 311811 FRN, ~ 329992 UDIN ~ 21311811 AAAAHY2765 DHANJIT THAKURIA DHAN]IT THAKURIA & Co. Ox B.A., ACA CHARTERED ACCOUNTANTS HOUSE NO.36, (GROUND FLOOR), M.C. ROAD UZANBAZAR, GUWAHATI-781001 Phone : 9957111507(M), 8723914637 (M) e-mail : cadhanjit@gmail.com, dhanthak@gmail.com Certificate regarding construction works Based on its books of accounts and other published information authenticated by it, this is to certify that M/S ZELIEZHU & SONS was engaged by The Executive Engineer, Urban Development, Nagaland, Kohima. to execute Construction of RCC Drainage A khel via Grace colony to shiv mandir, Dimapur. The construction of the project commenced on 10.11.18 and the project was commissioned on 05.11.20, It is certified that bidder received payments from its clients for construction work executed by them or work executed and certified by the Engineer-in- charge/Independent Engineer/Authority’s Engineer in the aforesaid construction works. We further certify that the total estimated capital cost of the project is Rs. 3.57 cr. (Rupees ‘Three Crore Fifty Seven Lakh), of which the applicant received or has executed the work as certified by the engineer-in-charge/Independent Engineer/Authority’s Engineer Rs. 3.57 cr. (Rupees Three Crore Fifty Seven Lakh), in terms of clauses 2.2.2.5 and 2.2.2.6 (ii) of the REP, during the past five financial years as per year wise details noted below:- 2016-17 2017-18 2018-19 1.27 cr 2019-20 1.12 cr 2020-21 1.18 cr Total 3.57 cr It is further certified that the receipts indicated above are restricted to the share of the applicant who undertook these works as a proprietor/partner or a member of joint venture/consortium, We further certify that applicant has a share of 100% in the proprietor/joint venture/consortium, Date: 27.07.2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT Abo? Sens (CA Dhanjit Thakuria) LIEZHU & it a d Proprietor aged Signatory M.No. ~ 311811 ° FRN. —329992E UDIN - 21311811AAAAHY2765 ws. ZEU a Forged Signatory \EZHU & SONS = ANNEX - IV DETAILS OF ELIGIBLE PROJECTS (Refer to clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RPF) Project Code :H Entity: M/S ZELIEZHU & SONS Ttem Refer Particular of the project instruction Construction of road from Razhaphe to Dhansiri via Title and nature of the project Kiyeto & Industrial growth center, Ganeshnagar under ISC. Category 5 3 2020-21 7.33 cr 1.00 7.33 cr Year wise 2019-20 8.49 cr 105 | 891er (a) Payment rosa i ‘ 2018-19 [953cr [140 | 1048er construction and/or (b) Revenue appropriated for self construction 2017-18 | 788er 1115 | 8:10er under PPP project 2016-17 1.20 Total 33.23 er 35.82 er Entity for which the project was 5 ‘The Executive Engineer, constructed PWD(R&B), Dimapur Division, Dimapur, Nagaland. Location Dimapur, Nagaland. Project cost 8 Rs. 33.23 Cr Date of commencement of 08.12.2017 project/contract Date of completing/commissioning 9 Pace Uey, Equity shareholding (with period during which equity was held) 0 100% Date: 27.07.2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT A froin AU & SONS AS ws. ZELIEZ “ gniged SIGNatOy (CA Dhanjit Thakuria) Aeron Proprietor ons M.No.~311811 ws. ZELIEZHU 8S FRN. ~ 329992E ais UDIN - 21311811 AAAAHX9434 DHANJIT THAKURIA DHANIIT THAKURIA & Co. OX B.A., ACA CHARTERED ACCOUNTANTS HOUSE NO.36, (GROUND FLOOR), M.C. ROAD UZANBAZAR, GUWAHATI-781001 Phone : 99571 11507(M), 8723914637 (M) e-mail : cadhanjit@gmail.com, dhanthak@gmail.com Certificate regarding construction works Based on its books of accounts and other published information authenticated by it, this is to certify that M/S ZELIEZHU & SONS was engaged by The Executive Engineer, PWD(R&B), Dimapur Division, Dimapur, Nagaland to execute Construction of road from Razhaphe to Dhansiri via Kiyeto & Industrial growth center, Ganeshnagar under ISC. The construction of the project commenced on 08.12.17 and the project was commissioned on 25.12.20. Itis certified that bidder received payments from its clients for construction work executed by them or work executed and certified by the Engineer-in-charge/Independent Engineer/Authority’s Engineer in the aforesaid construction works. We further certify that the total estimated capital cost of the project is Rs. 33.23 cr. (Rupees Thirty Three Crore Twenty Three Lakh), of which the applicant received or has executed the work as certified by the engineer-in-charge/Independent Engineer/ Authority's Engineer Rs. 33.23 cr. (Rupees Thirty Three Crore Twenty Three Lakh), in terms of clauses 2.2.2.5 and 2.2.2.6 (ii) of the RFP, during the past five financial years as per year wise details noted below:- 2016-17 2017-18 7.88 cr 2018-19 9.53 cr 2019-20 8.49 cr 2020-21 7.33 cr Total 33.23 cr It is further certified that the receipts indicated above are restricted to the share of the applicant who undertook these works as a proprietor/partner or a member of joint venture/consortium. We further certify that applicant has a share of 100% in the proprietor/joint venture/consortium. Date: 27.07.2021 For, M/s Dhanjit Thakuria & Co Place: Guwahati CHARTARED ACCOUNTANT U & SONS ipo” ws. ZELEZ ] J enorised SAO (CA Dhanjit Thakuria) Proprietor M.No, ~ 311811 Js. ZELIEZHU & SONS FRN. ~329992E - <’ UDIN - 21311811 AAAAHX9434 w (4 ‘Northeast Frontier Railway (Construction Organisation) five of the Dy met Engireer HCowsROM NF, Rosny. Sicha Email, dyceconjromi@gmal.com tio WisPGONTUKPRICA-1599/9 02 Date 22i-08-2018, ‘To whom it may concern ‘This to ceriy thal Kedzanret Panmei-Zeliozhu (JV), Torung Langol, Imphal Wests executes the loloweng work, desis of which areas under Ay Name of work = "Eeittiwork by culling Io fori Toniation and eartrwark in fing lo form endanimenieub bank and consincton of mine’ oroges baiveen ehanoge km 4784 and km 4330 betwegn lation Thingou end Khongsang in Connection wath tne construcian of new EG Reslway ine fom Jinbam te Tuput {Imphal 2) Cho & Date CONMTNSI0 ate 23.01 2012 5) CA Value Rs. 17,97.14.542.00 4) SCA vate oR. 21,92.97 454.96 9) SOA2 vake is, 21,52.18,363.99, G) SCA valve Rs. 24,06,19,728.41 7) Final Vanaron vate Re, 26,37,03,264,00 8) Dale of commencement ora.z0r1 8) Date of completion 23042017 10) Present siatus of work ‘York completes ond fina bil passed, 11) Uptadate payment made ‘Rs, 25:97.09,254.09 42) Performance ofthe contactor ‘The work executed by the contacter is satisfactory 419) Share of JVs inthe agreement (9) Mis Kesbarndi PanimeidLead Parner ~ 65%, {by ttis Zaiahu Angin! (lot Veotne Pastner ) ~ 35% ‘Tiws certfieste is \9sue@ #8 par contractors request vce Li Gated 07.05.2018 for submission with tender eeoument. is ta Sra (PSivedbsta) Dy. Shit Eningertonitann-+ siibam = inal Prcjet ? WE Ramey aon 4 ae ‘Near Sichar Raivay Staion are Steere Tash Zev tag Bee cs Bete’ g os te ‘nantes Signatory ZHU & SONS ws. ZeuIezHU& SONS Northeast Frontier Railway (Construction Organisation) Oita of tha Dy Chief Zngincer ‘ComrM NEF Rattway, Sicha, Email: dyearjeom2@genail.com No. WSO/CONNVKPZ/OA-1520 Date: 14.19.2019, Te whom it may concern ‘This is t cently trat Kelvamdl PanmebZeliezh (JV). Terung Langa, Imphal West Is exocuted the folowing work, delals of whieh are aa under Name of work + Earthwork in cating o form torrnation and earthwork in filing to form embankmentisub-bank and construction of minor bridges belwoon chainage km 47.84 and km 49.90 Uelween station Thingou and Knongsang in famegye” with The consinucton of new 8G Ray line fom tba to Tuptl imphaty. 2) CANS. & Date A CONNM-TH520 Oate.23.01,2072. &) CA vaue + Rs. 17,37,14.542.89 4) Finat SCA value ORS, 25.97.03.254.09 58) Bate of commencement 20141.2011 ©) Date of completion 28.04.2007 7) Present status of work : Work completed and fina’ bil passod 8) Upiodate payment mave £Rs. 25,57,03,284,09 ‘SH | Financia Year] Avon veeatoes 1 | Ghians holder 3% fs!) (Rs) [Tareas ane 2 Batooréabt [_ivesss7a7i o7] ~ asessreae 4 B7TSISE 02 237 T3681 TT pe | misobaae.ge ~~ soavesze a \ 6 BEAT 0.00 a) erie | aaireaars | ancatsacr | Total = ‘I7OSzST OS __BaTSei38SS 9} Peformance of the contractor + The work executed by the contactor is satistactory, 40) Share of Js in tho agreerngn: : {@) Mis Keivamidi Panmel {Load Partner) ~ 65%, (0) Mis Zeliezhu Angeral (Joint Venture Partner) ~ 35% This crite ie iesuad aa per coritcior’ raves vio No. Ni daled.14.10.2018 for submission with lender document. wv Sar eee By. Chiet Engineer/Contiioam-2 ‘Siroam = imphal Project NE-Ralvay, Terepor, aS Near Silchar Railway Station ww. ZEUIERHU & we Sichar 780003 g ee 0d Signetary wis ZELIEZHU & SONS (GOVERNMENT OF NAGALAND OFFICE OF THE CHIEF ENGINEER, PWD(RSB) NAGALAND: KOBIMA NO: Cot SEMDMRI2O16-1N JE Dota Kohitoa the 2"'Nov. 2018 Ty M/S ZBLIEZHU ‘NPW/CL1/003, Sub Corrigendum on the Work Order fer Construction of 20.00m span REC Bridge goer Disagapa River on Dimapur to Ganeshnagar Road at 17.20 Km. Ref- Work Order NOz (CERSBY/TR-LUSEMimapury/2012-13 Dated: 13/05/2013 Dear Sit, With reference to the Work Order No. stated above and as per the Government approval NO: WHMR&B-L22D18/BridgelS8 Dated: 08/10/2018 , the Work Orlor value is revised from SOR 2010 to SOR 2016 only for the belance works. Accordingly, the Work Qxder aruunt is revised to Rs, 512.82 Lakhs (Rupees ‘Five Crore Twelve Lakhs and Fighty Two Thousand) only, ‘as per the details enclosed: SLNO | Original Work Griginal Eamest | Revised Work [Additional Eamest } Order Valuc. Money Deposit | Order Value | Money Deposit | Rs. In Lakhs Rs. In Lakhs Rs,InLakhs | Rs In Lakhs 1 336.46 3.36 512.82 | 17 | ‘The revised Schedule ‘of Quantities is enclosed in Annexure—T ‘The additional Earnest Money deposit mentioned above may be submitted in the form of Dicey weexipt from any Schedaled Bark of India in favour of Chief Ensines. PWDIREB), Nagaland, Kohima within 15(fifteen) days Gom the date of issue of this onder sree Revised Schedule of Quantities and the Revised Work Order Amount shall be Pert of the Agreement. 4, Allother terms and conditions of the Work Order ‘& Agreement shall remain the sane soma (Er. LIMADONGDANG jAMIR) Chief Engineer PWD (R&B) ‘Negaland: Kohima NO: CE(R&BYBRIDGE/DMR/2016-17/ Dated Kohima the 2" Nav. 2018 Copy nclosed: Annexure 1 |. The Sr. PS to Minister, WO, for kind information of ‘the Hon'ble Minister 2. The Commissioner & Secretary, Works & Housing Departinent, Government of ‘Nagaland, Kohima for favour of information. 3. The Engincor-in- Chief, NPWD for favour of information A, The ‘Superintending Engineer, FWD(R&3), Circle “1, Kohima for information. 5. The Executive Engineer, PWD{R&B), Dimapur Division, Kohima for information and necessary action. 6. Office Copy is. ZELIE2! Executive Engineer PWD(R&B) Dimapur Diviston, EE/R&B/DMR/COMPLETION/L12018 Dated 13.05.2019 COMPLETION CERTIFICATE: Naa avant mn tngae | x | Work orcer No _Name of Contractor Falue of | j Hatuer | Date of commencement mn 06. 3013 16.04.2019 This is to cerifs NPW-CL-L1003 has succes stoned work was allotted to MS Zeliezhu ork as per contract agreement. sfully complet The Department wishes the firm success in their fuiure endeavor. 1. Qualigy of work > Good 2. Financial soundness : Good 3. Technical performance: Good 4. Resourcefulness : Good 5. General behavior + Good (Er TALITE: SU de Andi) oe Executive Engincer PWD(R&B) Dimapur Division, Dimapur: Nagaland €AVO.TE Laka tor Cenayieriicn tT OF NAGALAN! WEP ENGINEER, PRIOR) MAGALAND, KOHQAA TAWOROE 393-9 Dare Kehis t Orr pls, elias x aw ipeto.svregap oy the t3e Woot Sir, Turstent so your Tumisting he requlshe Pesfanuence Security ore Undestiting fr Aesincesance as stiptleted in the lewer of Aceepranse wile, No.CE/PMOSYiPH-VIILWO 2! TS/18G-7Uated Robimaa the 22nd Feb 20¢3, ane! signing GF the Comrari Agresiazat foF thie SVimpang 10 Takayu * Lenges- 11.00 Kin under PMGSY Phace Vill, you are herety teammate 12 proceed with the execulion Othe Sid works ta serardance with the Cantenct Soetiognts 1 aw dufoves you thar the seid wisik ie alloted @ SOM 2010 Sor Raul Roads io Nagetand with the following Tesms and Condition: 1. “The Department ill eeusider no enbiancement oF te, 2) Time of completion wil te 1M{eighteen) months franrthe date OF issue of tits ‘Verk Onter. t 3. Yow are direcsest wo Keep a Site Order Book for recording savessary mieructions ay the Engincer-to-Chuegey Inapertion OTiwew. <7 4. The First RA Accowa li shui he ecleased only affer che estblishenent oF the Fiele Lebowiory, mnalitenaace of preseribed Quality Camot Regicers and ceri Engineer-in-Charpe, Facther, every Ring Payrent steal! be mde on. Nerilieation by tie Pf and the Sof the conoemmed Circle. The Masintrnance Coitvae ‘Seall come into efter sfer the completion ef tie Coustuction works Yours faisitully, Ro: CHAMGSPHVIDAVORIIAT eRe Copy 19, 2. The PPS 10 CM tor kind tnfocustion ofthe Hon'ble Ghief Minister The Sr. PS 19 Minister, Roeds & erin tion of Wie Hable NAbster “The Chief Seeretary, Nagalanat & Chains | 1 PMGSY) for favour of information. “The Commissioner & Secretary she Gout of Nagaland. Works & Rousine Depanmce: for favour of inroemaation q iof POE, Megtaeal The Superineending Prt & The Additionst Ck 8 a thier Su sc PWDIREBS Dageiagh Kohn FECT FG EOC EMECHE ECC nO Work Onder No Nawe of the Contractor Cost of project seipulated ete of comphetion Aciual dive of completion Anouataniized GOVERNMENT 01 OFFICE OF THE EXECUTIVE Ei NOKLAK DIVISION WIINLK-PMGSY/CORRI201S-16 AGALAND JNEER PWD (R&B) NAGALAND Dated Nik the Bp“ September 2019 vor sony Diseric Vienpang to Taloyn To CRAPMOSY PLL VIMAWO:2012-18/754-7, Dated Kohima the 3° ‘Mareh2013 | AELIEZHU (Present Mis Zebigzus &¢ Sons) NPWICiass-1/3, Rs 410.73 lakiis 03032013 118 (eighteen montis) 2 30622015 RsA19.73 lake Ae ‘ ——: ae expcuntve sheaNeEnewo (een) NOKEA( DIVISION NAGALAND Executive Engia2er PLINIRER] Noklak Division magvzad GOVT. OF NAGALAND OFFICE OF THE CHIEF ENGINEER PWD (R&B} KOHIMA: NAGALAND. PERFORMANCE CERIFICATE OF CONTRACTOR Name’ OF The Contractor: MIS ZELIEZHU Dated: 19.02.2019 i) | Neme cfwerk wiih bi paricatas ~~ *Y Construction OF Longto-Changchang-Liengmen- Ponu Valley—Yachang “c”~ Group ~A (0 Km To 35 Kn) CEffendsiNABARD ZN earZot ‘88,94 0,166.24 (Rupees Eig Crores Ney Four Lakhs Seventy Thousand One Handred Sixty Six and TTugatyFourPase) Only 467 May 2016, Baca | 15i6May. ay 2019 Re 94, 70,504 (ltupees Gigi Croves Nivety Four Units Sevenly Thousand One Hondiesi Sity Shc and ‘Twealy FourPatsa) Only _ Chit Enginser, PAD (RE 8) Kahina, Nagaland ~ | Wane and address ofthe: eer ender works: an i) Quaiy of work (oat ar fi) Amount of vaork peid on rod! 1) Did the Contractor go for ar i)\Fyss, total amount calm (i)Tots! amount awarded S| Conenants nfs on the copabilies of the Contract | inal Protea iE b) Freucalsourdnes 7 is catfcate ts ssued on eestor ina ooiirecisr. GOVERNMENT OF RAG: o> OFFICE OF THE CHIEF ENGINEER, PWDIBS A NAGALAND 3: KGHIMA Ra Chit@nderNABARD201S-167261 iio Kobinis. theo” May ‘2016 To é i iS AELIEZIL Chass ~ 1A. Reg Acior Sub. * allotment of w) “Construction of Laneto-Changehans-Linngmen-Poim: ‘Valley-Yactsing Amoust:= Rs, 08,94,70,166.24 (Rupees Eight Crore Ninety Four Leki Seventy Sinty Sivand Teventy Four Pisa) Only ovat lesiecno. WH/NADARD-1/20%6 dt. 5* sen 208 -Groap-A (lem 10 30 Ka) Thousand One Hundred Govt. app Dear Sus, 2 t¢ the sibject and the Govemiment approval thereat I am £0 Fotied toyou @ SOR~ 20H for NECANT wih ditions: @ The woth fhe issue the 7 day of whuchen be caipfeted within CPuiety S bor frsmn the date of aca) 1 ss valid for 3 bree) searsordy cabs are to be ara site.at yout veut fi All the eonctmchon ma risk and co vavment will be wade avaifable subjected to availability of fund aii) fix) Site-will be acie avait of tise wll be allowed y) No extens wide by the fellowting tens and condition: 1 No Mobilization Advance wail be pad ee ewer of anor ii tena of amy omer individoal will be acerpiea, If power of Anomoy is given ww oberparsone! par by you. the work onder will be lied fort. neiement wal! be enventinned iq heap asite ore book: for xxonding neceseary instruction ky enginents for the work work shank! be of ge to be abated 12 01 09 Over and above, you are 10 can 3 No 4 Yousrer the inspeetn 5 The materia appioval from Ene 6 "Required TAP jor specification and pi ssrihy omnes as per the imsvustion of Engines recht ot 7 All the constructian matonals should be as pe & You ro abide by the instiuciion te fem time to Ue 6 You-will be requited to keep one Chat En prin hide by She instr i te at dhe undeeigned witiin 7 oo the dz the work ender for-aiceatfon af a5s Form. You ar eqntea wikh tae Exeratlye TWDRRET|Mougkoleba Divisiea, Mongkotenmts for fur vec te direction oF Be Cement, and Sige to be ue Yovrs faithfully gon yanuons one AXGAMY) ‘Chiaf Eryinger, PA DUIS, Nagniand, Kahin No. CE/Tesder NABARDIZ1SAC26 Dated Kohiana, she 6° May “2016 Copy york & mee of Gor. 1) The Principal Secsmianytorthe Govt of Nagaland, Tepartmen Viewing, olin for favor of ingermation: ‘This ve wal vide lester No. WH/NABARD-1/2085 dt. $° AT, (RABY Mekstichnang The Supedineuding Baginver obokckung for in r pwng Rivision, ER), Monel nienty sation Kor. VEKUOFEOLIE ARGAME get PWDRSD), Keshia Chiot Fx iS GOVERNMENT OF NAGALAND OFFICE OF THE EXECUTIVE ENGINEER URBAN DEVELOPMENT DEPARTMENT KOHIMA : : NAGALAND. NO. EE/UDD/PP-126/ INFRA/MEDZ/2012-13/ 573 Dt Kohima, the Z/*Aug'2015 To, (is Zelierhu & Sons, ‘Regd. No. NPWDACL-13 Kohime Nagaland Sub : ISSUE OF NOTICE TO PROCEED WITH WORK “The department is in receipt of your performance security furnished as Term Deposit for the project “Infrastrnctare development work at Medziphema town Nagaland” vide receipt No.061055 dated 13.08.15 anounting to Rs. 14,32,000 (Rupees Fourteen lakh and thirty two thousand) only issued through Bank of Baroda. Permission is hereby granted to proceed with the execution of the said work in accordance with the terms and conditions as stated in the work order NO. EE/UDD/PP-126/ INFRA/MEDZ/2012-13/ 556 dated 01 Aug’2015. Yours faithfully. (er. wh PESEYIE) tive Engineer ‘Urban Development Kohima, Nagaland. NO. EEUDD/PP-126/ INFRAMEDZ/2012-13 5 3 Dt. Kohima, theZ/ “Aug’2015 Copy to: 1. The Director (UD), Ministry of Urban Development, Government of India. for kind information. s 2. The Secretary, UD Department, Nagaland, Kohima for infe rion. 3 The Director, Urban Development. Nagaland, Kohima for information. 4. The Chief Engineer, PWD (R&B), Nagaland, Kohima for information. 5. The Asst. Engineer-in-charge for information and necessary action. 6. The DAO, Urben Development for information 7. Office copy ys. ZELIEZHU sons J Executive Engineer Lo _ Urban Development Ce Aarnonises Signatory Kohima, Nagaland {Rupees Fourteen orore i neo lakh aad sevemy. thousand!) oniyl- GOVERNMENT OF NAGALAND OFFICE OF THE EXECUTIVE ENGINEER URBAN DEVELOPMENT DEPARTMENT KOHIMA :: NAGALAND. NO. EE/UDD/PP-126/ INFRAYMEDZi2012-13/5 6 & Dt. Kohima, the c\ “Aug’2015. To. Ms Zelieghu & Sous, Regd. No. NPHD/CL-13 Koisima Nogadand. sub: - Work-Order for “Infrastructure Development work for Medriphema Town, Nagaland” Rott {jNO.WHR&B-148-2014-15 dated 20" April 2015 2) Orders daied 31.07.2015 WPENO. 62(K) OF SHRLROKOLHOU ANGAMI-VSSTATE NeL& Ors Dear Sit, In inviting 2 reference to the subject cited above and your tender for the above mentioned work, Lam directed to issue Work-Order forthe stated work to you vide Engineer-in-Chief office letter we CONENCILEGAL CELLEPFIAG2015(PT) dated 1* Augus.2015 at par with the rates of NPWD SOR 2013 amounting to Z 1492.70 lakh (iapees Fourteen crore ninety two takh and sevemy thous} Onis with the following terms and conditions = ‘Terms & Conditions: 1 You are requested 1 submit the Performance Security within 15 days from the dute of issue of tits work order failing which this work order alongwith afl terms and condétons ‘shall siand cancelled and forfeiture of the Earnest Money. The performance security will be @ 2% of Contract Value less EMD, in the form of Fixed Deposit Receipt/Bank Guarentee Bond for an amount of 14.92 lake (Rupees Fourteen lakh Ninety no Vhoneund) Only from any scheduled bank in favour of the Executive Engincer, Urban Development, Kohima, Nagaland for a period of 36 (Thirty six} moinths No mobilization advance will be given. 3 No rate enhancement wil be entertained by dhe Department on any ground within the same of scopeaf work. = Stipulated time for completion 18 24 (cwenty four) montis fiom The daie'of issue of work order. Payment is subjected vo availability of fund as perreleases ftom Ministry and State. 3 Wats ean, Fores. sovalty, Labour-Cess andcall qfher taeeideduations taeany, PER SFT! ned by government from time t0 tiine shall be deducted fiom the contract work value as per the prevailing terms of the State Government at that particular Simé- 1. Security deposit @ 10% of the contract value will be dedueted from the PAs, less EMD endl will be refunded to the contactor after defect liability period from the date of completion of works or finalization of bills whichever is leter, unless otherwise Spproprated by Government. ~ (yer and above, you are requested to abide by 1. The Contract shonld not be sublet under any siimsances and if found proy ision, of Commract clause is atracted to and the Contract is liable wo be cancelled. Sane. requested 1) maintain «site order book fo recon! baESSaTy TOSHIRCHOHS by. the inspecting Engincer-in-Charge of the work from time to time, caer age requested to artend the office ofthe undersigned withio 10 ten) és from 2 “iE issue ofthis order to execute formal agreement of the Couract Curiae ant Office v hour. v |The maferais to be used in the work have to be arranged by the Coutracior fiom their own resources af their own risk and cOst. You are requested to contact the Exeentive Engineer, Urban Development Department, Kohima to possess the wark site and eoliect working drawing to stare the work. 6, The dave of commencement wil be reckoned 15 (fifteen) davs fom the date of issue of this coder or the actual date of commencement of the work whichever is earlier +. Defect libility period is 1 (one) year for major work and any defect detécted shall be corrected by the contractor at their OWn'Cost without which security money will be forfeited and the same will be made good by the Engineerin-Charge lowing conditions:- date ‘Yours faithfully. ‘Sam : NSA = (Er. KETOUZEPESEYIE - Exeeutwe Engineer ‘Urban Development Kohima, Nagaland. NO. EE/JUDDIPP-126/ INFRA/MEDZ2012-13/ Dt Kohima, the. “Aug’201 Copy to: 1 ‘The Director (UD), Ministry of Urten Development, Government of Indiafor ‘6 eee jecretary. UD Deparment, Nagaland, Kebima for Boos information. ‘The Director, Urhan Development, Nagaland, Kohima for necessory information. see rot Bogineer, PWD (RAB), Nagaland, Kohima for necessary information. “The Asst. Engineer-in-charge for information and neces action. “TiS Tnfor Eneineer-in-charge for information and Dees) action. The Dao, Sean Devglopinent for ifoxoation a4 necessary action: Office copy. Exceutive Enginee ‘Urban Developme Kohima, Nagelané al, “EJENTS CERTIFICATE RBG. PEIOUKMANLD UP Una Name & Address of the Clients Mis Zeliezhn & Sons Supply Colony PR. Hill, Kohima Nagaland ils of works executed by Shri. M/s Zeliezho & Sons Wame of works and brief and date Taffacractare Development Works for Medzhiphema Town. ie | ) | Agreement No- ‘and date jesupprr. pemreeee J = | 13/556 Dated 01/08/2015. 5 _| Agreement amount [ Rs. 17,3248,000 Date of commencement of work {27/08/2015 _ Stipulated date of completion. {01/05/2020 - 6 | Actual date of completion, _ | Gandicate amount) ifan \ 3 \ aid whorn works executed | 1 | Whether fie contactor Gaployed qualified | Yes wineer/Overseet during execution of |__| work 77] Details of compensation Tevied for delay Gross amount of the work completed and ‘Name and address of the authority under (01/08/2020 — \ Work completed within the time “| PRs. 22,32,48,000 | Executive Engineer Urban Development Department Kohima, Nagaland, ‘Quantity of work (indicated grading) ' Good \ | “Amount of work paid on reduced rates, | No ifany FF [iy Did the eontvactor go for arbitration? NO if yes, total amount claim NO | | ii) Total amount awarded |xo a} Comments on the capacities of the contractor 2) Technical Proficiency Good 1) Financial soundness Mobilization Good @) Mobilization of manpower Good | d) General behavier Good «Countersigned Reporting Office With Office Seal” wee eine ee Usban Development Kobimemaddl ‘pets Fe iullt Kot M/S, ZELIEZHU & SONS a GOVERNMENT OF NAGALAND OFFICE OF THE EXECUTIVE ENGINEER URBAN DEVELOPMENT NAGALAND, KOHIMA. Dated Kohimathe Sept 2020 WORK COMPLETION & PAYMENT REPORT Name of Work + Infrastructure development work for Medziphema Town, Nagaland Work order no + EE/UDD/PP=126/INFRA/MEDZ/2012-23/556 DATED Kohima the 1” Aug ‘15 Name of Contractor Mis, Zeliezhu & Sons NPWD CL- 13 Cost of Project fs, 22,32,48,000.00(Rupees Twenty Two Crores Thirty Two Lakhs Forty Eight Thousand Only) Date of commencement :27/08/2015 [ Stipulated dete of completion: 01/05/2020 Actual date of Completion: 1/08/2020 Amount Utiized + Rs. 22,42,48,000,00(Rupees Twenty Two Crores Thirty Two Lakhs Forty Eight Thousand Only) Sino | Financial Year ‘Amount Received (in |. =| upees) i 2015-2036 4,00,00,000.00 [2 _ 2016-2017 7,37,00,000.00 3 2017-2018 4,00,48,000.00 4 2018-2019 ~__[6:95,00,000.00 5 2019-2020 a , ww’ TOTAL | 22,32,48,000.00 a a Vs 4 <, ), C EXECUTIVE ENGINEER URBAN DEVELOPMENT DEPARTMENT KOHIMA, es ‘vest evel i Ueber Mux! weahimne GOVERNMENT OF NAGALAND OFFICE OF THE EXECUTIVE ENGINEER PWD{R&8) NOKLAK DIVISION: NAGALAND NO.EE/PWD/NLK/PMGS¥/CORR/: '2015-16f Dated Nikthe 30” Aug 2019 COMPLETION CERTIHCATE “LeNtame of the Worke-Thaknyu to Yimpang 2.Division:- Noklak 7.Package No.:- NG-O6-06-014 «Work Order No. & Date:-CE/PMGSY/PH-Viii/WO/2012-13/Tsg-2 Dt 03/03/13 >. Work Order Amount: Rs.410.73 Lakhs 6.Name of the Coniractor:- M/S Zeleizhu 7.Date of commencement of Works:- 03/03/2033 3.Date. of completion of Work:- 06/201> This is to certify that the above mentioned work was allotted to M/S Zeliezhu Vide Work Order No.CE/PMGSY/PH-VIll/W0/2012-13/Tsg-2. dated 03/03/13 The work has been completed satisfactorily as per specification and norms laid down by the Department gons awe are ws: fa GOVERNMENT OF NAGALAND OFFICE OF THE CHIEF ENGINEER PWD(R&B) NAGALAND, KOHIMA NO: CE/R&B/Raz-Dhansiri/I$C/2017-18 Dated Kohima the 16" November, 2017 To, M/s Zelierhu& Sons P.R Hills, Kohima, Sub: Construction of Road from Razhaphe to Dhansiri via Kiyeto& Industrial Growth Center, Ganeshnagar under ISC (Job No. ISC/NG/2017-18/18) Agreement No 21/CE/R&B/Raz-Dhansiri/SIC/2017-18 dated 14/11/2017 Ref: Letter of Acceptance even No. dated 12/11/2017 p/sir, Pursuant your written acceptance and signing of the Contract for construction of road from Razhaphe to Dhansiri via Kiyeto& Industrial Growth Center, Ganeshnagar under ISC in the State of Nagaland (Job No. ISC/NG/2017-18/18) at a Bic Price of Rs. 33,22,67,585.00 (Rupees thirty tlyee crore twenty two lakh sixty seven thousand five hundred and eighty five) only, You are hereby instructed to proceed with the execution of the said works in accordance with the contract documents. Yours faithfully ‘ Cray Mal {Er. Liman Sema) Chief Engineer PWD (R&B) Nagaland, Kohima NO: CE/R&B/Raz-Dhansiri/ISC/2017-18 Dated Kohima the 16" November, 2017 Copy to: 1. The Commissioner & Secretary, W&H Department, Govt. of Nagaland for favour of information 2. The Engineer -in-Chief, NPWD for favour of information 3, The Executive Enginzer PWO(R&B), Dimapur Division far information 4. Office Copy Chief Engineer PWD (R&B) Nagaland, Kohima Executive Engincer PWD(R&B) Dimapur Division, No EE/R& B/DMR/COMPLETIONA 1/2021 Dated 25.03,2021 COMPLETION CERTIFICATE: T; Construction of road from Razaphe to Dhansiri via Kiyeto ] Name of work & Industrial growth center, Ganeshnagar _ Wark order No (4. B/Raz-DhansiriJISC/2017-18 da Name of Contractor | :Zeliezhu & Sons Value of Work Done |: 3322.67 lakhs ___ {Date af commencement | :08 12.2017 es Date of completion 512.2020 ee * This ts to certify that the above mentioned work was allotted to Zeliezhu & Sons and has successfully completed the work as per contract agreement The Department wishes the firm suecess in thetr future endeavor. 1. Quatity of work : Good 2. Financial soundness *Good 3. Technical performance :Good 4, Resourcefiulness :Good 3. General behavior Good =£2.Pp 3 3 MIS. ZELIEZHU & SONS (Be racivest, ile Executive Engineer PWDiR&B) Dimapur Division Dimapur. Nagaland GOVERNMENT OF NAGALAND OFFICE OF B UTIVE ENGINEER URBAN DEVELOPMENT DEPARTMENT KOHIMA NAGALAND No. FEXUDD:TENDER/2017-18 (Pt) 473 Dated Kohima, the 16" Nov, 2019 To, P.R Hill, Supply Colony Kohima, Sub: Construction of Road from Notan Basti Via Teresa colony to Naga Cemetery, Dimapur. Length of 13 Kms) Dear Sir, In response (0 your Tender mentioned above, we are pleased to inform you that the work is awarded to you at par Sirates for Urban Roads for all division under NPWD, Nagaland for roads 2016-17/18 Approximate value of work is 93545208.00 (Nine Crore Thirty-Five Lakhs Forty-Five Thousand Two Hundred ght Only) TERMS & CONDITION OF THE WORK: * Mode of SublevSub Contract of the given work shall in no circumstances will be tolerated and therefore as per the work contract, if found otherwise than the provision of contract clause, the contract will be cancelled without assigning any notice or reason thereof. As per specification of the contract work on all RCC and concreting works shall be approved only by the technical personne! before casting. Also the materials for the work should be as per specification, And therefore quality of workmanship shall not be compromised and the contractor doing so will be in his/her own risk. © Charges or taxes or liabilities will be deducted at source of the work order value cost of labor etc. The work should be completed within 24 (Twenty four) Months positively, failing which the work shall be cone by any other agency selected by the Department at your own risk and cost. The date of commencement will be reckoned from the 15" Day of issue of this order of actual date of commencement whichever is earlier, No Materials or plants Machineries will be provided/issued by the Department Work payment will be issued as per the progress of thee work and as per the availability of funds, Yours faitnfully y /) Executive Engineer Urban Development Nagaland: Kohima No. EE/UDD/TENDER/2017-18 (PO473 Dated Kehimna, the 16 Nov, 2019 Copy to: 1, The Secretary, Urban Development, Nagaland, Kohima for information 2. The Director, Urban Development, Nagaland, Kohima for information. 3. The SDOVJE in Charge for information and necessary action y aSONS 4. The DAO, Urban Development for information WS. ZELIEZHU . z 5. Office Copy wa Ss €. orised Signatory GOVERNME OFFICE O1 c URBAN DEVE KOHIMA NAGALAND OF NAGALAND ‘UTIVE ENGINEER No. EE UDD TENDER 2017-18 (Pt) 750 Dated Kohima, the 24!" Mar, 2021 COMPLETION CERTIFICATE This is to certify that M/s Zeliezhu & Sons, Kohima Nagaland has successfully completed the Construction of Road from Notan Basti Via Teresa colony to Naga Cemetery, Dimapur, (Length of 18 Kms) amounting to 93545208.00 (Nine Crore ‘Thirty-Five Lakhs Forty-Five Thousand Two Hundred Eight Only) Date of Commencement : 16.11.2019 Stipulated Date of Completion: 16.11.2021 Actual Date of Completion 2 12.03.2021 Completion Amount > Rs, 9,35,45,208.00 The above firm has successfully completed the projects and is operational as per the requirement with budget and time schedule. We, congratulate the project team of the firm for providing their untiring efforts, dedicated approach and proper planning and coordination of the project. We sincerely wish the firm all the very best and success in their future endeayours. Yours faithfully g Executive Engineer Urban Development Nagaland: Kohima No. EE/UDD/TENDER/2017-18 (Pt)750 Dated Kohima, the 24" Mar, 2021 GOV ERNME OFFICE OF THE TOF NAGALAND NECUTIVE ENGINEER URBAN DEV T DEPARTMENT No EE/UDD/TENDER/ 2017-18 (Pt) 189 Dated Kohima, theif Nov! 2018 To Mis Zeliczhu & Sons No.EE/UDD/TENDER/2017-18 (Pt) NPW Clan-t 4 PR Hills. Kobuma ‘Sir. The undersigned on behalf of Public Works Department, Government of Nagaland inform dat your bidding for the Civil Work for of “Construction of RCC Drainage A khel via Grace Colony to Shiv Mandir, Dimapur’ you are hereby instructed to proceed with the execution of the sunt work at 4 i8i0 price of amounting to Rupees Three Crore Fifty Seven Lakh Forty Twa Thousand Six Hundred Only (Rs 2,600.00] has been accepted fur execuban, You are therrfare requested to contac’ the Assistaitt Executive Enginoer, within 10 days af issue of this letter for taking possession of the wark site and starting the work at once, Further it is requested ta report to this office to complete the formal agreement and collection of a copy of the detailed estimates, detaled terms and conditions, civil-drawings ete for necessary action fram your end for completion of the work within the stipulated time. This issues with approval of Competent Authority Yours faithfully, > Copy to 1. The Secretary, (rban Development, Nagaland, Kohima for informacion 2 The director, Urban Development, Nagaland, Finformation 4. The SDO/JE in change for information and necessary action 4) The DAO, Urtan Development for information 5. Office Copy ws. ZELIEZHU 3 SONS at GOVERNMENT OF NAGALAND OFFICE OF THE EXECUTIVE ENGINEER URBAN DEVELOPMENT DEPARTMENT KOUIMA NAGALAND No. BE/UDD/TENDER/2017-18 (Pt) 165 Dated Kohima, the 06! Apr! 2021 COMPLETION CERTIFICATE ‘This is to certify that the work order no No. E/UDD/TENDER/2017-18 (Pr) 189, dated 10 Nov 2018 awarded toMy Zeliezhu & Sons for execution of {Construction SC RCC Drainage A khel via Grace Colony to Shiv Mandit, Dimapur’ Dimapur district Nagaland amounting to Rupees Three Crore Fifty-Seven Lakhs Forty-Two Thousand Six Hundred Only (Rs, 3,57,42,600.00) consisting of civil work such as - Earthworks, sluice regulator and embankment has been completed and found that the work co be satisfactory according to the specifications. U wish him for his future endeavors, vat Engineer Urban Development No.£E/UDD/TENDER/2017-18 (Pt) ONagatertheKonima Urban Development Nagaland: Kohima Doted the 06" Apr 2021 Copy to: A The Secretary, Urban Development, Nagaland, Kohima for information ‘The director, Urban Development, Nagaland, Kohima for information ‘The SDO/JE in charge for information and necessary action » The DAO, Urban Development forinformation Office Copy peepee ys, ZEL1EDU BSNS ay Fores Sia M/s. Zeliezhu & Sons Registered Office Address : H. No.-207, Ground Floor Hengerabari, Main Road TKS Near L.P. School, P.O. Hengerabari, P.S. Dispur, Guwahati, Assam-781036 : Mobile : 9613579512 / 9957171646 / 9933364609 Email : zeliezhusonsllp@gmail.cam Date ... Appendix - IA ANNEX-V Statement of Legal Capacity (To be forwarded on the letterhead of the Applicant! Lead Member of Joint Venture) To, The Chief Engineer, (Highway Zone), PWD, Mowb-Il, Annexe Building, Itanagar - 791111, Arunachal Pradesh Dear Sir, We hereby confirm that we/ our members in the Joint Venture (constitution of which has been described in the application) satisfy the terms and conditions laid out in the REP document. We have agreed that..... our Joint Venture.* sss (insert member’s name) will act as the Lead Member of We have agreed that M/s ZELIEZHU & SONS (insert individual's name) will act as our representative/ will act as the representative of the Joint Venture on its behalf* and has been duly authorized to submit the REP. Further, the authorised signatory is vested with requisite powers to furnish such letter and authenticate the same. Thanking You Yours faithfully, > u 39sor Signature» WEYL 2a none pl Name :- Mr ABHILASH KISHORE KASHYAP Designation :- MANAGING PARTNER/DIRECTOR For and on behalf of M/s ZELIEZHU & SONS. Appendis Annexure VI Information required to evaluate the BID Capacity under clause To calculate the value of and A table containing value of Civil Engineering Works in respect of EPC Projects (Turnkey projects/ Item rate contract/ Construction works) undertaken by the Bidder during the last S years is as follows (the amount of bonus received, if any, shall be indicated separately) Z SI Year Value of Civil Engg.] Amount of | Net No Works undertaken wart. | bonus (Rs. | Value EPC Projects inclu fm Crores) | excluding bonus, if bonus (Rs. in any (Rs. in Crores) Crores) T_|__2020-21/2020 86.65 Nil 86.65 2 [2019-20019 86.24 Nil 86.24 | 3_[_2018-1972018 119.77 Nil 119.77 4 | 2017-18/2017 100.15 Nil 100.15 (s [_ 2016-1772016 75.40 Nil 75.40 3. Maximum value of projects that have been undertaken during the F.Y 2018-19 out of the last 5 years and value excluding amount of bonus thereof is Rs 119.77 Crores (Rupee: One Hundred Nineteen Crores Seventy Seven Lakh) . Further, value updated to the price level of the year indicated in Appendix is as follows: Rs 119.77 Crores x 1.1 (Updation Factor as per Appendix) = Rs 131. 75 Crores (Rupees One Hundred Twenty Five Crores Seventy Five Lakh) 4. Amount of bonus received, if any, in EPC Projects during the last 5 years (updated tothe price level of the year indicated in Appendix): St | F.Y. 1 Calendar Amount of] Updation | Updated Amount of o Year Bonus, Factor Bonus (Rs. in Crores) (Rs. in 1 2019-21/2020 Nil 1.00 Nil 2 2019-20/2019 | Nil 1.05 Nil 3 2018-19/2018 Nil 110 Nil 4 2017-18/2017 Nil LAs. Nil s 2016-17/2016 Nil 1.20 Nil Total (C)= Nil Name of the Statutory Auditor's fi M/s DHANJIT THAKURIA & co Chartered Accountants MS. ZELIEZHU & SONS a (CA Dhanjit Thakuria, Proprietor) ‘ M. No. 311811, FRN 329992E MR ZELIEZHU ANGAMI UDIN 21311811 AAAAHZ8944 For and on behalf of M/S ZELIEZHU & SONS Date: 27.07.2021 sol yeznu & Place: GUWAHATI ws. ZELEZ 4 table containing value of all the existing commitments. and on-zoing works to be completed during the next 1(One) years is. as follows: 3] Nemeo! Prayer’ Work Vahw oF Amicipats | Ralance valve comirast ame of | of work at 2020- a completion | 212021 * ice level Be ta Crowe [1 tepropement at 1 | existing car park, 29.03.2028 approuch road and colony roads at Silchar Airport. ina # Updation Factor as given below: 1 I PY, 1alendae Vear 2020. ] Cipaition Pasta 172020 The Statement showing the value of all existing commitments, anticipated value of work to be completed in the period of construction of the project for which bid is invited and ongoing works as well as the stipulated period of completion remaining for cach of the works mentioned above is verified from the certificate issued that has been countersigned by the Client of its Engineer: of Exceu Engineer or equivalent in of Spe of SPV in respect of BOT Projects, No awanted / which has been awarded to M/S ZELIEZHU & SONS individually as on bid duc date of this RFP charge not below the rank EPC Projects or Concessionaire / Authorized Signatory ‘ongoing works have been fefl in the aforesaid statement MR ZELIEZHU ANGAMI Date: 27.07.2021 Place: GUWAHATI MS, ZELIEZHU & SONS sors erty wot Name of the Statutory Auditor's firm Mls DHANJIT THAKURIA & CO Chartered Accountants (CA Dhanjit Thakuria, Proprietor) For and on behalf of M/S ZELIEZHU & SONS M. No. 311811, FRN 329992E ubIN 21311811 AAAAHZ8944 APPENDIX-IA, Annexure VII lelines of the Department of Disinvestment (Refer Clause1.2.1) No. 6/4/2001-DD-IL Government of India Department of Disinvestment Block 14, CGO Complex New Delhi. Dated 13" July, 2001 OFFICE MEMORANDUM Sub: Guidelines for qualification of Bidders seeking to acquire stakes in Public Sector Enterprises through the process of disinvestment Government has examined the issue of framing comprehensive and transparent guidelines defining the criteria for Bidders interested in PSF~disinvestment so that the parties selected through competi- tive bidding could inspire public confidence. Earlier, criteria like net worth, experience ete. used to be prescribed. Based on experience and in consultation with concemed departments, Government has decided to prescribe the following additional criteria for the qualification/ disqualification of the parties seeking to acquire stakes in public sector enterprises through disinvestment: (a) In regard to matters other than the security and integrity of the country, any conviction by a Court of Law or indictment/ adverse order by a regulatory authority that casts a doubt on the ability of the Bidder to manage the public sector unit when it is disinvested, or which relates to a grave offence would constitute disqualification. Grave offence is defined to be of such a nature that it outrages the moral sense of the community. The decision in regard to the nature of the of- fence would be taken on case-to-case basis after considering the facts of the case and relevant legal principles, by the Government of India. (b)In regard to matters relating to the security and integrity of the country, any charge-sheet by an agency of the Government/ conviction by a Court of Law for an offence committed by the bid- ding party or by any sister concem of the bidding party would result in disqualification. The de- cision in regard to the relationship between the sister concerns would be taken, based on the rel- evant facts and after examining whether the two concems are substantially controlled by the same person/ persons. (c) In both (a) and (b), disqualification shall continue for a period that Government deems appropri- ate. (d) Any entity, which is disqualified from participating in the disinvestment process, would not be allowed to remain associated with it or get associated merely because it has preferred an appeal against the order based on which it has been disqualified. The mere pendency of appeal will have no effect on the disqualification | | z a a rsh rn [a Cerificate x] General Details Certification Path Qj Certificate Information ‘This certificate is intended for the following purpose(s): + allows data on disk to be encrypted = Refer to the certification authority's statement for details. Issued to: ABHILASH KISHORE KASHYAP Issued by: Capricorn CA 2014 Valid from 5/27/2022 to 3/5/2024 M/s. Zeliezhu & Sons bari, Main Road id Office Address : H. No.-207, Ground Floor Hengeral 5: Seip School, P.O. Hengerabari, P.S. Dispur, Guwahati, Assam-781036 LES Mobile : 9613579512 / 9957171646 / 9933364609 Email : zeliezhusonslip@gmail.com Date... os Ref. No. Ref. Date :- 02/06/2022 (Undertaking for Bid validity for a period of 180 days) },MR ABHILASH KISHORE KASHYAP, Son of Lt PRADYUT KUMAR DAS of H.No:- 207, Hengrabari Main Road near Hengrabari LP. School, P.O. :- Hengrabari, P.S, :- Dispur, Guwahati, Assam - 781036, and Managing Partner/ Director of M/S 7, IEZHU & SONS, H.No:- 207, Hengrabari Main Road near Hengrabari L.P. School, P.O. -- Hengrabari, P'S. :- Dispur, Guwahati, Assam - 781036, do hereby solemnly affirm, declare and give undertaking as follows:~ 1. ThatI ama Law abiding bonafide citizen of India by birth and resident of the above men- tioned locality. 2. That, I am Government Registered Contractor & Supplier and Managing Partner/Director of Mis ZELIEZHU & SONS, H1.No:- 207, Hengrabari Main Road near Hengrabari L.P. School, P.O. :- Hengrabari, PS. :- Dispur, Guwahati, Assam 781036 4. Name of Work: “One time improvement of bypassed section on Nechipu - Hoj Section of Nh-13 ®ypass on Khupi Segment, Nepua - Cheda Segment, Sede to Pakro & Khodaso to Dee Dolo Segment) in the state of Arunachal Pradesh for the year 2021-22,” Tender No/ID : 2022 MoRTH_684461_1, 4. The bid shall remain valid for the period of 180 (One Hundred Eighty Days) from the deadline date for bid submission specified in NIT and eorrigendum fox sie work mentioned above. QATH “I swear that this my declaration is true, that it conceals nothing, and that no Part of it is false, so help me God”; THANKING YOU Date :- 02/06/2022 Guwahati (MR ABHILASH KISHORE KASHYAP) Authorised Signatory Mis ZELIEZHU & SONS i bharatk@sh.gov.in == Government of India Receipt Portal RECEIPT Transaction Ref.No. 2905220002501 Dated: May 29 2022 1:53PM Received from M/S, ZELIEZHU AND SONS with Transaction Ref.No. 2905220002501 Dated May 29 2022 1:53PM the sum of INR 10000 (Ten Thousand Only through Internet based Online payment in the account of Sale of Tender Documents, , . Disclaimer:- This is a system generated electronic receipt, hence no physical signature is required for the purpose of authentication Printed On: 29-05-2022 01:54:25 APPENDIX - IB LETTER COMPRISING THE FINANCIAL BID (Refer Clauses 2.1.4, 2.11 and 3.1.6) Date :- 02/06/2022 ‘The Chief Engineer Highway Zone, AP PWD, Mowb-II, ITANAGAR - 791111 Arunachal Pradesh Sub: BLD for “One time improvement of bypassed section on Nechipu - Hoj Section of Nb-13 (Bypass on Khupi Segment, Nepua - Cheda Segment, Sede to Pakro & Khodaso to Dee Dolo Segment) in the state of Arunachal Pradesh for the year 2021-22.” Dear Sir, With reference to your RFP document dated 18/04/2022, I/we, having examined the Bidding Documents and understood their contents, hereby submit my/our BID for the aforesaid Project. The BID is unconditional and unqualified. 2, I/We acknowledge that the Authority will be relying on the information provided in the BID and the documents accompanying the BID for selection of the Contractor for the aforesaid Project, and we certify that all information provided in the Bid are true and correct; nothing has been omitted which renders such information misleading; and all documents accompanying the BID are true copies of their respective originals. 3. ‘The BID Price has been quoted by me/us after taking into consideration all the terms and conditions stated in the RFP, draft Agreement, our own estimates of costs and after a careful assessment of the site and all the conditions that may affect the project cost and implementation of the project. 4. I/We acknowledge the right of the Authority to reject our BID without assigning any reason or otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge the same on any account whatsoever, 5. In the event of my/ our being declared as the Selected Bidder, T/we agree to enter into a Agreement in accordance with the draft that has been provided to me/us prior to the BID Due Date. We agree not to seek any changes in the aforesaid draft and agree to abide by the same. 6. I/We shall keep this offer valid for 120 (one hundred and twenty) days from the BID Due Date specified in the REP. 7. Uf We hereby submit our BID and offer a BID Price Rs.**(Rupees in words) mentioned in the Financial Bid submitted online for undertaking the aforesaid Project in accordance with the Bidding Documents and the Agreement. 02/06/2022 : GUWAHATI Designation :- Managing Partner (M/s Zeliezhu & Sons) Name & seal of Bidder/Lead Member: APPENDIX VI INTEGRITY PACT FORMAT (To be executed on plain paper and submitted along with Technical Bid/lender documents for tenders having a value of Rs. 5 er or above for Consultancy projects and 100 cr. or above for Construction projects. To be signed by the Bidder and same signatory competent! authorized to sign the relevant contract on behalf of the NHIDCL) This integrity Pact is made at GUWAHATI on this 02nd day of June 2022. BETWEEN {The Chief Engineer (Highway Zone), PWD, Itanagar, Arunachal Pradesh} represented by Chief Engineer PWD(Roads), Meghalaya} (hereinafter referred to as the “Principal/Owner™ which expression shall, unless repugnant to the context or meaning thereof, include its administrators, successors and assigns) AND {Name and address of the Fira/Company} M/s ZELIEZHU & SONS, having its Registered Office at Registered Office at PR. Hill, Supply Colony below Satiya Sabha hall Near Kerala Church, Kohima - 797001, Nagaland P.O. & PS. - Kohima, in the district of KOHIMA NAGALAND, (hereinafter referred to as “The Bidder(s)/Contractor(s)/Concessionaire(s)Consultant(s)” and which expression shall unless repugnant to be meaning or context thereof include its successors and permitted assigns.) Preamble ‘Whereas, the Principal has floated the Tender {Bid /Package/Tender No: CEAP(ITW)/W-07/N-H/Bypass/ ‘Tender/2022-23/146-48 Dated 18/04/2022} (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract/s for {Name of the work} “One time improvement of bypassed section on Nechipu - Hoj Section of Nh-13 (Bypass on Khupi Segment, Nepua - Cheda Segment, Sede to Pakro & Khodaso to Dee Dolo Segment) in the state of Arunachal Pradesh for the year 2021-22.” (hereinafter referred to as the “Contract”). ‘And Whereas the Principal values full compliance with all relevant laws of the land, rules of land, regulations, economic use of resources and of fairness’ transparency in its relations with its Bidder(s) and/ or Contractor(s)/Concessionaire(s)/Consultant(s). And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this Integrity Pact (hereafter referred to as “Integrity Pact” or “Pact”) the terms and conditions of which shall also be read as integral part and parcel of the Tender documents and contract between the parties. Now, therefore, in consideration of mutual covenants contained in this pact, the partics hereby agree as follows and this pact witnesses as under: Article-1: Commitments of the Principal (1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:~ (a) No employee of the Principal, personally or through family members, will in connection with the Tender for, or the execution of a Contract, demand, take a promise for or accept, for self, or third person, any material of immaterial benefit which the person is not legally entitled to. (b) The Principal will, during the Tender process treat all Bidder(s) with equity and reason. The Principal will in particular, before and during the Tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/ additional information through which the Bidder(s) could obtain an advantage in relation to the tender process ot the contract execution (©) The Principal will exclude all known prejudiced persons from the process, whose conduct in the past has been of biased nature. (2) Ifthe Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act or any other Statutory Acts or if there be a substantive suspicion in this regard, the Principal will inform the Chie! Officer and in addition can initiate disciplinary actions as per its internal laid down Rules/Ri one Article — 2: Commitmey Contractor(s)/ Concessionaire(s)/ Consultant(s)... ae ee. ew son we go ‘The Bidder(s)/ Contractor(s)/ Coneessionaire(s)/ Consultant(s) commit himself to tuke all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution. (a) The Bidder(s)’ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract. (b) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contract, submission or non submission or bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process. (c) The Bidder(s)’ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not commit any offence under the relevant IPC/PC Act and other Statutory Acts; further the Bidder(s)/Contractor(s)/Concessionaire(s)/ Consultant(s) will not use improperly, for purposes of completion or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business deiails, including information contained or transmitted electronically. (a) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of foreign origin shall disclose the name and address of the Agents/ Representatives in India, if any. Similarly, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of Indian Nationality shall furnish the name and address of the foreign principle, if any. (c) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. He shall also disclose the details of servi agreed upon for such payments. (8) The Bidder(s) Contractor(s)/ Concessionaire(s)/ Consultant(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences. (&) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any outside influence through any Govt. bodies/quarters directly or indirectly on the bidding process in furtherance of his bid. Article - 3 Disqualification from tender process and exclusion from future contracts. (1) Ifthe Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before award or during execution has committed a transgression through a violation of any provision of Article- 2, above or in any other form such as to put his reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)/ Contractor(sV Concessionaire(s)/ Consultant(s) from the tender process. (2) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) has committed a transgression through a violation of Article-2 such as to put his reliability or credibility into question, the Principal shall be entitled to exclude including blacklist and put on holiday the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) for any future tenders/ contract award process. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the Principal taking into consideration the full facts and circumstances of cach case particularly taking into account the number of transgressions, the position of the transgressors within the company hierarchy of the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) and the amount of the damage, The exclusion will be imposed for a maximum of 3 years. (3) A transgression is considered to have occurred if the Principal after due consideration of the available evidence concludes that “On the basis of facts available there are no material doubts”. (4) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) with its free consent and without any influence agrees and undertakes to respect and uphold the Principal's absolute rights to resort to and impose such exelusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken, This undertaking is given freely and after obtaining independent legal advice. each of the provisions of this Integrity 's)/ Concessionaire(s)/ Consultant(s)shall be final and a ')/ Consultant(s), however, the Bidder(s)/ co roach IEM(s) appointed for the purpose of | this a Wor j 2 ao! j eo (6) On occurrence of any sanctions’ disqualification etc arising out from violation of integrity pact, the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) shall not be entitled for any compensation on this account. (7) Subject to full satisfaction of the Principal, the exclusion of the Bidder(s)/ Contractor(s)/ Concessionaire(s)’ Consultant(s) could be revoked by the Principal if the Bidder(s)’ Contractor(s)/ Concessionaire(s)/ Consultant(s}can prove that he has restored/ recouped the damage caused by him and has installed a suitable corruption prevention system in his organization. Article — 4: Compensation for Damages. (1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Article-3, the Principal shall be entitled to forfeit the Earnest Moncy Deposit/ Bid Security or demand and recover the damages equivalent to Earnest Money Deposit/ Bid Security apart from any other legal right that may have accrued to the Principal. (2) In addition to 1 above, the Principal shall be entitled to take recourse to the relevant provisions of the contract related to Termination of Contract due to Contractor/ Concessionaire/Consultant’s Default. In such case, the Principal shall be entitled to forfeit the Performance Bank Guarantee of the Contractor! Concessionaire/ Consultant and/ or demand and recover liquidated and all damages as per the provisions of the contract/concession agreement against Termination. Article —5: Previous Transgressions (1) The Bidder declares that no previous transgressions occurred in the last 3 years immediately before signing of this Integrity Pact with any other Company in any country conforming to the anti corruption/ ‘Transparency International (Tl) approach or with any other Public Sector Enterprise/ Undertaking in India or any Government Department in India that could justify his exclusion from the tender process. (2) Ifthe Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or action for his exclusion can be taken as mentioned under Article-3 above for transgressions of Article-2 and shall be liable for compensation for damages as per Article-4 above. Article — 6: Equal treatment of all Bidders/ Contractors/ Concessionaires/ Consultants/ Subcontractors. (1) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) undertake(s) to demand from all sub- contractors a commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing. (2) The Principal will enter into agreements with identical conditions as this one with all Bidders/ Contractors/ Concessionaires/ Consultants and subcontractors. (3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact or violate its provisions. Article — 7: Criminal charges against violating Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)/ Sub-contractor(s). If the Principal obtains knowledge of conduct of a Bidder/ Contractor/ Concessionaire/ Consultant or subcontractor, or of an employee or a representative or an associate of a Bidder/ Contractor/ Concessionaire/ Consultant or Subcontractor, which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance Officer. Article- 8: Independent External Monitor (IEM) (1) The Principal has appointed an Independent Extemal Monitor (herein after referred to as “Monitor”) for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement. (2) The Monitor is not subject to instn neutrally and independently. He repory representatives of the parties and performs his functions x General (Road Development) & Special Secretary. ay,

You might also like