You are on page 1of 15

CG – Dial 112 Project (Next Phase) Corrigendum - 2

SELECTION OF AN AGENCY FOR IMPLEMENTATION, OPERATIONS & MAINTAINANCE OF THE NEXT PHASE OF THE CG DIAL – 112
PROJECT

Corrigendum - 2

DECEMBER 22, 2023


CHHATISSGARH POLICE
Raipur Page 1 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

1. Volume-1 Section 2. Glossary 15. Large IT Project 15. Large IT/ITeS Project
2.0
To be used for PQ criteria no. 7 & TQ To be used for PQ criteria no. 7 & TQ
Other 6.6 Pre-
criteria no. 4 criteria no. 4
impacted Qualification
sections: Criteria – Clause
No.7 The Bidder should have implemented The Bidder should have implemented
6.6 (Completed /Partially completed) a large IT (Completed /Partially completed) a large
6.7.1 6.7.1 Technical Bid project for any Central Government/ State IT/ITeS project for any Central Government/
Evaluation Criteria Government/ PSU/ Municipal Corporation/ State Government/ PSU/ Municipal
– Clause No. 4 substantially funded by Government having Corporation/ substantially funded by
the order value of minimum 75 crores (as Government having the order value of
sole or Lead Bidder) involving large IT minimum 75 crores (as sole or Lead Bidder)
Application Implementation and Post involving large IT Application
Implementation Support (including Implementation and Post Implementation
minimum 10 crores from Application Support (including minimum 10 crores from
development / customization / Application development / customization /
configuration and Operations & configuration and Operations &
maintenance of Software and maintenance of Software and
corresponding IT hardware) in last 5 years corresponding IT hardware) in last 5 years
as on bid submission date. as on bid submission date.

Completed Project: Completed Project:


• Completed project means projects, Completed project means projects, which
which have completed the have completed the implementation phase
implementation/ maintenance phase (Go-live completion of at least 70% of the
(Go-live completion of at least 70% of components in the scope of the said project
the components in the scope of the or 70% CAPEX achieved) or in Operations
said project or 70% CAPEX achieved). & Maintenance (Completed/Ongoing)
Bidder should submit a Certificate from phase. Bidder should submit a Certificate
the Client/ Statutory Auditor/ CA with from the Client/ Statutory Auditor/ CA with
UDIN Number to this effect. Client UDIN Number to this effect. Client
appreciation letter (if available) appreciation letter (if available)

Page 2 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

Partially Completed Project: Partially Completed Project:


• One or more Phase Go-Live/ Partial • One or more Phase Go-Live/ Partial
Go-Live (Go-live completion of at least Go-Live (Go-live completion of at least
50 % of the components in the scope 50 % of the components in the scope of
of the said project or 50% CAPEX the said project or 50% CAPEX
achieved) certificate issued by client or achieved) certificate issued by client or
certificate from the Client/ Statutory certificate from the Client/ Statutory
Auditor/ CA with UDIN Number to this Auditor/ CA with UDIN Number to this
effect. effect.

Notes: Notes:
Project should have been Completed Project should have been Completed
/Partially completed in last five years, as on /Partially completed in last five years, as on
date of the bid submission. date of the bid submission.

Note: - The above mentioned change will


also be applicable to below sections:-

• 6.6 Pre-Qualification Criteria – Clause


No.7
• 6.7.1 Technical Bid Evaluation Criteria –
Clause No. 4
2. Volume-1 Section 5.20 Earnest 5.20 Earnest Money Deposit The Bidder shall submit the EMD of INR
5.20 Money Deposit 5,00,00,000/- (Rupees Five Crores only) as
(EMD)
(EMD)
mentioned below:
Other The Bidders shall submit their Earnest
impacted 5.5 Payment of 1. The Bidders shall submit their Earnest
Money Deposit online using payment
sections: Portal registration Money Deposit of INR. 10,00,000/-
Fee, Tender Fee gateway as stated in the Tender document.
5.5, Bidders also have to upload scanned copy (Rupees Ten Lakhs Only) through
and EMD
16.0 of Earnest Money Deposit OR Online online using payment gateway as stated
16.0 Annexures 6 - Payment /NEFT/RTGS receipt along with in the Tender document. Bidders also
Format of Earnest the reference details online. have to upload scanned copy of Earnest
Money Deposit Money Deposit OR Online Payment

Page 3 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

/NEFT/RTGS receipt along with the


reference details online.

2. Bidders should submit EMD of INR


4,90,00,000/- (Rupees Four Crore
Ninety Lakhs Only) in the form of a
Bank Guarantee, payable at XXXXX and
issued by any Nationalized bank or
Scheduled Banks, in favor of the
“XXXXXXXXXX”, which should be valid
for 180 days from the last date of
submission of Bids. Bank Guarantee
Format for EMD as mentioned below in
Annexure – 1

Note: - The above mentioned change will


also be applicable to below sections:-

• 5.5 Payment of Portal registration Fee,


Tender Fee and EMD
• 16.0 Annexures 6 - Format of Earnest
Money Deposit

3. Volume-1 Section 6.6 Pre- 6.6 Pre-Qualification Criteria – Clause 6.6 Pre-Qualification Criteria – Clause
6.6, Qualification No.1,4,5,6 No.1,4,5,6
Criteria – Clause Clause to be read as: -
Other No.1,4,5,6
impacted Last five (5) Financial Years (i.e., 2017-18, Last five (5) Financial Years (i.e., 2018-19,
sections: 6.7.1 Technical Bid 2018-19, 2019-20, 2020-21 & 2021-22). 2019-20, 2020-21, 2021-22, 2022-2023).
Evaluation Criteria
6.7.1, – Clause No. 1,2,3 6.6 Pre-Qualification Criteria – Clause 6.6 Pre-Qualification Criteria – Clause
12.4, No.1,4,5,6 No.1,4,5,6
12.7 12.4 Declaration
for Existence of Wherein the FY 2021-22 as the mandatory
The Firm requirement.

Page 4 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

12.7 Statutory Wherein the FY 2022-2023 has to be


Auditor Certificate considered as a mandatory requirement
– Financial Status instead of FY 2021-2022.
of last Five years
Note: - The above mentioned change will
also be applicable to below sections:-

• 6.7.1 Technical Bid Evaluation Criteria –


Clause No. 1,2,3
• 12.4 Declaration for Existence of The
Firm
• 12.7 Statutory Auditor Certificate –
Financial Status of last Five years

4. Volume-1 Section 6.6 Pre- 6.6 Pre-Qualification Criteria – Clause 6.6 Pre-Qualification Criteria – Clause
6.6 Qualification No.1 No.1
Criteria
The Bidder(s) must be a registered The Bidder(s) must be a registered
company in India under any of the company in India under any of the following:
following:

1. A company, incorporated under


1. A company, incorporated under Companies Act, 1956 or 2013, amended till
Companies Act, 1956 or 2013, amended till date;
date; or 2. A Limited Liability Partnership,
2. A Limited Liability Partnership, incorporated under Limited Liability
incorporated under Limited Liability Partnerships Act, 2008
Partnerships Act, 2008 3. A Society registered under the
Societies Act, 1860 or under any State
Societies registration Act.

5. Volume-1 Section 6.6 Pre- 6.6 Pre-Qualification Criteria – Clause 6.6 Pre-Qualification Criteria – Clause
6.6 Qualification No.8 - Experience in Call Center/ Safe/ No.8 - Experience in Call Center/ Safe/
Criteria Smart City project. Smart City/ICT project.

Page 5 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

Other 6.7.1 Technical Bid The Sole/Lead Bidder should have The Sole/Lead Bidder should have
impacted Evaluation Criteria implemented at least one 24*7 operational implemented at least one 24*7 operational
sections: call center (Contact Center Solution) with call center (Contact Center Solution) with
12.0 Annexures 2 - minimum 30 seaters in India for any minimum 30 seaters in India for any Central
6.7.1, Formats for Central Government/ State Government/ Government/ State Government/ PSU/
12.0, submission of the PSU/ Municipal Corporation/ substantially Municipal Corporation/ substantially funded
12.22 Pre-Qualification
funded by Government and same should by Government and same should be
Bid
be operational/completed in last 5 years as operational/completed in last 5 years as on
12.22 Bidder’s on date of bid submission. date of bid submission.
Experience - Call Or Or
Center/ Safe/
Smart City project The Sole/Lead Bidder should have The Sole/Lead Bidder should have
implemented Centralized Command implemented Centralized Command Center
Center of minimum 10 seats with 500 of minimum 10 seats with 500 active nodes
active nodes in Safe/Smart City project in in Safe/Smart City project/ICT Project in
India for any Central Government/ State India for any Central Government/ State
Government/ PSU/ Municipal Corporation/ Government/ PSU/ Municipal Corporation/
substantially funded by Government and substantially funded by Government and
same should be operational/completed in same should be operational/completed in
last 5 years as on date of bid submission. last 5 years as on date of bid submission.
Note: - The above mentioned change will
also be applicable to below sections:-:-

• 6.7.1 Technical Bid Evaluation Criteria


• 12.0 Annexures 2 - Formats for
submission of the Pre-Qualification Bid
• 12.22 Bidder’s Experience - Call
Center/ Safe/ Smart City project

6. Volume-1 Section 6.6 Pre- 6.6 Pre-Qualification Criteria – Clause 6.6 Pre-Qualification Criteria – Clause
6.6, Qualification No.10 - Resource strength: No.10 - Resource strength:
Criteria The Technology Bidder (Sole/Lead Bidder) The Technology Bidder (Sole/Lead Bidder)
have at least Resource strength of 300 have at least Resource strength of 300
12.9 Resource
Strength – Human people out of which at least 50 people people out of which at least 20 people

Page 6 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

Other Resource should be technically qualified (BE/ B. should be technically qualified (BE/ B. Tech/
impacted Certificate Tech/ M. Tech/ MCA on firm’s payroll at M. Tech/ MCA on firm’s payroll at the time
section: the time of bid publication date (i.e. 12th of bid submission date.
June 2023)
12.9 Note: - Revised HR Certificate Format for
Note :- Along with HR Certificate, Bidder to as mentioned below in Annexure – 2
also share EPF Statement for the month of
April 2023, May 2023. The bidder has to submit Annexure-2 of this
corrigendum document instead of 12.9
Resource Strength – Human Resource
Certificate.

7. Volume-1 Section Technical Bid 6.7.1 Technical Bid Evaluation Criteria – 6.7.1 Technical Bid Evaluation Criteria –
6.7.1 Evaluation Criteria Clause No.- 7. Resource strength : – Clause No.- 7. Resource strength : –
Maximum Score – 5 Maximum Score – 10
Other 12.9 Resource
impacted Strength – Human The Technology Bidder (Sole/Lead Bidder)
section: Resource have at least Resource strength on firm’s
Certificate The Technology Bidder (Sole/Lead Bidder) payroll at the time of bid submission date
12.9 have at least Resource strength on firm’s
payroll at the time of bid publication date
(i.e. 12th June 2023) >=300 people & <400 people: 3 marks
>=400 people & <500 people: 4 marks
>=300 people & <400 people: 3 marks
>=500 people : 5 marks
>=400 people & <500 people: 4 marks
>=500 people : 5 marks The Technology Bidder (Sole/Lead Bidder)
have at least 20 technically qualified (BE/ B.
Tech/ M. Tech/ MCA on firm’s payroll at the
Note:- Along with HR Certificate, Bidder to time of bid submission date
also share EPF Statement for the month of
>=20 people & <30 people: 3 marks
April 2023, May 2023.
>=30 people & <40 people: 4 marks
>=40 people: 5 marks

Page 7 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

Note: - Revised HR Certificate Format for


as mentioned below in Annexure – 2

The bidder has to submit Annexure-2 of this


corrigendum document instead of 12.9
Resource Strength – Human Resource
Certificate.
8. Volume-1 Section 12.10 Compliance C1 - Project Manager C1 - Project Manager
12.10 of the CVs
proposed. C1.3 - Post-Graduation (Minimum C1.3 - Post-Graduation (Preferable)
Other M.Tech/MBA) (Minimum M.Tech/MBA)
impacted 6.6 Pre-
section: Qualification C1.5 - Certification: PMI or Prince 2 C1.5 – Certification (Preferable): PMI or
Criteria Prince 2
6.6 C2 - Server Admin
C2 - Server Admin
C2.4 - Certification: VMware Certified
Advanced Professional or Red Hat C2.4 – Certification (Preferable): VMware
Certified Engineer or Professional Oracle Certified Advanced Professional or Red Hat
Linux 8 System Administrator Certified Engineer or Professional Oracle
Linux 8 System Administrator
C3 - Network Expert
C3 - Network Expert
C3.4 - Certification: CCNA/ CCNP
C3.4 - Certification (Preferable): CCNA/
CCNP

Note: - The above mentioned change will


also be applicable to below section:-

• 6.6 Pre-Qualification Criteria

9. Volume-1 Section Technical Bid New Clause Proposed Resource from Sole/Lead Bidder
6.7.1 Evaluation Criteria (Payroll of the Bidder) - Maximum Score – 5

1. Project Manager: 2 Marks

Page 8 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

• Graduation - B.E/ B.Tech /MCA :


0.5 Mark
• No. of years of experience -
Minimum 12 Years: 0.5 Mark
• Post-Graduation - M.Tech / MBA) :
0.5 Mark
• Certification - PMI or Prince 2:
0.5 Mark

2. Server Admin: 1.5 Marks


• Graduation - B.E/ B.Tech /MCA :
0.5 Mark
• No. of years of experience -
Minimum 10 Years : 0.5 Mark
• Certification - VMware Certified
Advanced Professional or Red Hat
Certified Engineer : 0.5 Mark

3. Network Expert : 1.5 Marks


• Graduation - B.E/ B.Tech /MCA :
0.5 Mark
• No. of years of experience -
Minimum 8 Years : 0.5 Mark
• Certification – CCNA/CCNP :0.5
Mark

10. Volume-1 Section 6.7.1 Technical Bid 6.7.1 Technical Bid Evaluation Criteria – 6.7.1 Technical Bid Evaluation Criteria –
6.7.1, Evaluation Criteria Clause No.-1- Turnover – Maximum Clause No.-1- Turnover – Maximum Score
Score – 15 – 10
Other 12.7 Statutory
impacted Auditor Certificate Average Annual Turnover during any 3 out Average Annual Turnover during any 3 out
section: – Financial Status
of the last 5 audited financial years (FY of the last 5 audited financial years (FY
of last Five years

Page 9 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

12.7 2017-18, 2018-19, 2019-20, 2020-21, 2018-19, 2019-20, 2020-21, 2021-22,2022-


2021-22) 23)

In the case of Sole Bidder In the case of Sole Bidder


Overall Turnover Overall Turnover

• 10 marks for 300 Crores • 7 marks for 300 Crores


• 1 additional mark for every additional • 0.60 additional mark for every additional
20 Crores 20 Crores

In the case of Consortium the Bidder In the case of Consortium, the Bidder
(Lead Bidder & Consortium member) (Lead Bidder & Consortium member)
should jointly have Overall Turnover should jointly have Overall Turnover

• 10 marks for 375 Crores • 7 marks for 375 Crores


• 1 additional mark for every additional • 0.60 additional mark for every additional
25 Crores 25 Crores

Note: - The above mentioned change will


also be applicable to below sections :-

• 12.7 Statutory Auditor Certificate –


Financial Status of last Five years

11. Volume-1 Section 6.7.1 Technical Bid 6.7.1 Technical Bid Evaluation Criteria – 6.7.1 Technical Bid Evaluation Criteria –
6.7.1 Evaluation Criteria Clause No.-2 - IT/ITES Turnover of the Clause No.-2 - IT/ITES Turnover of the
Other 12.7 Statutory Sole/Lead Bidder – Maximum Score – 15 Sole/Lead Bidder – Maximum Score – 10
impacted Auditor Certificate
During any 3 out of the last 5 audited During any 3 out of the last 5 audited
sections: – Financial Status
financial years (FY 2017-18, 2018-19, financial years (FY 2018-19, 2019-20, 2020-
of last Five years
12.7 2019-20, 2020-21, 2021-22) 21, 2021-22,2022-23)

• 10 marks for 100 Crores • 7 marks for 100 Crores


• 1 additional mark for every additional • 0.60 additional mark for every additional
10 Crores 10 Crores

Page 10 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

Note: - The above mentioned change will


also be applicable to:-

• 12.7 Statutory Auditor Certificate –


Financial Status of last Five years

12. Volume-2 Section Firewall 5. The appliance must have 2 x 5. The appliance must have 2 x redundant
6.2.2 redundant power supplies from day power supplies from day one.
one. Power supplies must be hot
swappable.
13. Volume-2 Section Firewall 6 The appliance must have hot 6 The appliance must have in-built FAN
6.2.2 swappable fans. to ensure sufficient cooling

14. Volume-2 Section Firewall 8 The proposed solution should support 8 The proposed solution should support
6.2.2 (minimum) (minimum)
b) Firewall Throughput (TCP) b) Firewall Throughput (UDP) - 20 Gbps
Realworld Throughput with all g) SSL VPN Throughput - 1 Gbps -
features enabled - 20 Gbps (Min) check point
g) SSL VPN Throughput - 1 Gbps - i) SSL Inspection Throughput - 1
check point Gbps - checkpoint
i) SSL Inspection Throughput - 1
Gbps - checkpoint
15. Volume-2 Section Firewall 9 The proposed vendor must have 9 The proposed vendor must have
6.2.2 "Recommended" rating in NSS LABS "Recommended" rating in NSS LABS
test with min 99% Evasion block test with min 98% Evasion block
capability and min 97.5% Security capability and min 97% Security
Effectiveness as per <2019 NSS Labs Effectiveness as per 2019 NSS Labs
Next Generation Firewall Test Report> Next Generation Firewall Test Report.

16. Volume-2 Section Firewall 31 Solution should be able to provide a 31 Solution should be able to provide a
6.2.2 complete trajectory of malware file complete trajectory of malware file
propagation which helps identify the propagation which helps identify the
targeted endpoint IP including the targeted endpoint IP including the
providing details of process and providing details of process and
trajectory of spread across trajectory.
endpoints without any agents

Page 11 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

17. Volume-2 Section Firewall 32 Solution should support at least 32 Solution should support at least
6.2.2 15,000+ IPS Signatures 10,000+ IPS Signatures

18. Volume-2 Section Firewall 42 The proposed solution must support 42 The proposed solution must support
6.2.2 different actions in the policy such as different actions in the policy such as
deny, drop, reset client/server deny, drop/reset client/server

19. Volume-2 Section Firewall 46 The proposed firewall should have the 46 The proposed firewall solution should
6.2.2 ability to create custom application have the ability to create custom
signatures and categories directly on application signatures and categories.
firewall without the need of any Also the device should have capability
third-party tool or technical support. to provide detailed information about
Also the device should have capability dependent applications to securely
to provide detailed information about enable an application.
dependent applications to securely
enable an application
20. Volume-2 Section Firewall 48 Firewall should have specific DNS 48. Firewall should have specific DNS
6.2.2 Security Signature Categories of Security Signature Categories support
domains based on the risk that to protect DNS based attack.
these domains pose should be able
to block DNS based attacks for
include C2 (encompasses DGA and
DNS tunnelling), malware, DDNS,
newly registered domains, and
phishing
21. Volume-2 Section Firewall 53 The proposed solution shall support 53 The proposed solution shall support
6.2.2 packet captures based on: - packet captures for troubleshooting
Applications -Unknown Applications based on Source IP, Destination IP,
-any threat -data- filters Port No etc.

Page 12 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

# Volume Section Section Name Existing Clause Revised Clause

22. Volume-2 Section Firewall 55. The IPS capability of proposed OEM 55. The clause stands deleted
6.2.2 should have received NSS labs's
"Recommendation" rating of LATES
NGIPS test report

23. Volume-2 Section Firewall 63. IPS solution should have capability to 63. IPS solution should have capability to
6.2.2 protect against Denial of Service protect against Denial of Service (DOS)
(DOS) and DDOS attacks. Should and DDOS attacks. DOS and DDOS
have flexibility to configure protection should be applied, and
threshold values for each of the attacks stopped before firewall policy
Anomaly. DOS and DDOS protection look-ups.
should be applied and attacks stopped
before firewall policy look-ups.
24. Volume-2 Section Firewall 76. Should be able to scan any file 76. Should be able to scan any file upto
6.2.2 irrespective of it size. 100 MB

Page 13 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

Annexure - 1 - Format of Earnest Money Deposit

Date: dd/mm/yyyy

To,

ADG of Police (P&P)

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Whereas M/s <<Name of Bidder>>, a company incorporated under the <<Act>>, its registered office at
…………………………. or (hereinafter called 'the Bidder') has submitted its Proposal dated -------------- for
“Selection of an agency for implementation, operations, and maintenance of next phase of the CG Dial-
112 ”.

KNOW ALL MEN by these presents that WE <<Name of Bank>> of --------------------------------------------------


------------------- having our registered office at ------------ --------------------------------------------------- (hereinafter
called "the Bank") are bound unto the Chhattisgarh Police (hereinafter called "the Client") in the sum of
Rs. 4,90,00,000 (Rupees Four Crore Ninety Lakhs Only) for which payment well and truly to be made to
the said Client, the Bank binds itself, its successors and assigns by these presents. Sealed with the
Common Seal of the said Bank this -------------- day of ---------------------------2023.

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its bid during the period of bid validity specified by the Bidder in the Bid

2. If the Bidder, having been notified of the acceptance of its Proposal by the Client during the period of
validity of Proposal, Bidder:

a. withdraws his participation from the Proposal during the period of validity of Proposal
document.
b. fails to extend the validity if required and as requested or
c. fails to produce Performance Bank Guarantee in case of award of tender within 15 days of
award of LOI or awarding contract whichever is earlier
We undertake to pay to the Client up to the above amount upon receipt of its first written demand, without
the Client having to substantiate its demand, provided that in its demand the Client will note that the
amount claimed by it is due to it owing to the occurrence of one or any or a combination of the above
conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to the period of bid validity and its validity should be extensible to
180 days beyond the bid validity date. Any demand in respect thereof should reach the Bank not later
than the above date.

(Authorized Signatory of the Bank)

Page 14 of 15
CG – Dial 112 Project (Next Phase) Corrigendum - 2

Annexure – 2 - Resource Strength – Human Resource Certificate


[On the letterhead of Lead Bidder/Sole Bidder]

Date: dd/mm/yyyy

To,

ADG of Police (P&P)

Police Headquarters,

Nava Raipur Atal Nagar (CG)

Subject:- Undertaking for Resource strength on Company's Payroll

Dear Sir,

We have carefully gone through the Terms & Conditions contained in the RFP document for “Selection
of an agency for implementation, operations, and maintenance of next phase of the CG Dial-112
Project”. We hereby declare that our company <company’s name> has below mentioned Resource
strength as on date of bid submission date.

# Total Resource strength Total number of technically qualified Resource with


(Bidder’s payroll) as on bid submission B.E./ B. Tech/ M. Tech/ MCA as qualification on
date Bidder’s payroll as on bid submission date
1

I further certify that I am competent officer in my company to make this declaration.

Yours sincerely,

__________________________________________
Signature of Authorized Signatory (with official seal)
Name :
Designation :
Address :
Telephone & Fax :
E-mail Address :

Page 15 of 15

You might also like