0% found this document useful (0 votes)
5 views17 pages

Tendernotice 1

Uploaded by

ishratashraf247
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
5 views17 pages

Tendernotice 1

Uploaded by

ishratashraf247
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 17

Union Territory of Jammu and Kashmir

OFFICE OF THE EXECUTIVE ENGINEER


PWD (R&B) DIVISION BHADERWAH
xenbhaderwahrnb173@gmail.com

FRESH NOTICE INVITING TENDER


CONSULTANCY
e-NIT NO. 10 of 2025-26 Dated:- 02-06-2025
For and on behalf of the Lt. Governor, Union Territory of J&K Expression of
Interest (EOI) are invited On %age basis from approved and eligible Bidders as per
Instruction to Bidder (ITB) and Terms of Reference at Annexure. The Bidder (Firm/
Consultant/ Agency/ Company) should have the eligibility as per Annexure under
Eligibility Criteria for each of the following works:-
Estimate Cost Earnes M.H. of
Time of Type of
S. d of t Account
Name of Work completio Consultanc
No (Rs in T/Doc. Money
n y
Lacs) (in Rs) in Rs
Providing Structural
Design including
necessary soil testing,
Supply of
Supply of Structural /
Structural
Architectural / Other
design,
necessary drawings, BOQ
F.Y. (Respective drawings,
1. and necessary - 600 20000/
2025-26 -
Heads) BOQ and
consultancy of the same
Architectu
for various buildings
ral
falling under the
drawings
jurisdiction of PWD (R&B)
Division Bhaderwah for
the year 2025-26
1. The NIT Consisting of qualifying information, eligibility criteria, specifications,
Bill of quantities (B.O.Q), Set of terms- and conditions of contract and other
details can be seen/downloaded from the departmental website
www.jktenders.gov.in as per schedule of dates given below:

1. Date of Issue of Tender Notice 02-06-2025

2. Bid Submission Start Date 02-06-2025

12-06-2025 at 12:00 PM in the Office of Executive


3. Pre Bid Meeting Date
Engineer PWD (R&B) Division Bhaderwah
4. Bid Submission End Date 17-06-2025
Date & time of opening of Technical 18-06-2025 up to 12:00 PM in the Office of
Bids (Online) -The date should be Executive Engineer PWD (R&B) Division
5.
one day after deadline for receiving Bhaderwah
of Hard Copies.
1) EMD
2) Scan Copy of Cost of Tender document in
form of Treasury Challan
3) GSTR-3B April 2025 / Latest Quarter
4) Pan Card
6. Scan Copy Of: 5) Affidavit on Correctness of Information submitted
with the bid duly Notarized with indicating Name
of the work and e-NIT No. (As per Annexure-A).
6) Proof of Approved registered Consultant.
7) Copy of Bachelor Degree / Civil / Architect
Engineering
Date & time of opening of Financial
To be notified after Technical bid evaluation.
7. Bids (Online)
01. The Bidding documents Consisting of qualifying information, eligibility
criteria, specifications, Drawings, bill of quantities (B.O.Q), Set of terms and
conditions of contract and other details can be seen/downloaded from the website
www.Jktenders.gov.inas per schedule of dates given below:-
02. Bids must be uploaded along with Scanned copy of cost of Tender Document in shape
of e-challan/ copy of receipt from treasury favoring Executive Engineer PWD (R&B)
Division Bhaderwah by crediting the requisite charges to the MH 0059 – PWD
(Revenue) With mandatory mention about name of Contractor –e NIT No and S. No.
of the work.
Scanned copy of CDR / FDR pledged to Executive Engineer PWD (R&B) Division
Bhaderwah should be uploaded by the tenderers and original CDR / FDR shall have
to be produced by L1 before allotting the work / issuing of supply order.
The original instruments in respect of cost of documents, and relevant documents of L1
bidder will be required to be submitted to the Executive Engineer PWD (R&B) Division
Bhaderwah within three days of opening of financial bids on-line. No separate intimation
about opening of financial bids will be sent by this office / by the tender opening authority.
In case the original documents are not submitted by the L-1 bidder within three days after
opening of financial bid, the tender will be cancelled and the bidder will not be allowed to
participate in any further / future tendering process in the Division for a period of
One year.
Note: - Scan & upload all the documents on 100 dpi with black and white option.
(a) Bids must be uploaded along with Scanned copy of cost of Tender Document in
shape of current Dated e-challan /copy of receipt from treasury favoring
Executive Engineer PWD (R&B) Division Bhaderwah indicating NAME OF WORK
by crediting the requisite charges to the MH 0059 – PWD (Revenue).
(b) Scanned copy of CDR / FDR pledged to Executive Engineer PWD (R&B) Division
Bhaderwah should be uploaded by the tenderers and original CDR shall have to
be produced by L1 before allotting the work / issuing of supply order.
3. The CDR shall be released after closing of financial year i.e. 31-03-2026.

INSTRUCTION TO BIDDERS REGARDING E-TENDERING PROCESS

a/ The interested bidder can download the NIT/bidding document from the website
http://jktenders.gov.in

b/ To participate in bidding process, bidders have to get (DSC) “Digital Signature Certificate” as
per Information Technology Act-2000, to participate in online bidding. This certificate will be
required for digitally signing the bid. Bidders can get above mentioned digital certificate from
any approved vendors. The Bidders, who already possess valid (DSC) Digital Signature
Certificates, need not to procure new Digital Signature Certificate.
c/ The bidders have to submit their bids online in electronic format with Digital Signature. The
bids cannot be uploaded without Digital Signature. No Proposal will be accepted in physical
form.
d/ Bids will be opened online as per time schedule mentioned in Para 3(c).
e/ Before submission of online bids, bidders must ensure that scanned copies of all the
necessary documents have been attached with bid.
f/ The department will not be responsible for delay in online submission of bids whatsoever
reasons may be.
g/ All the required information for bid must be filled and submitted online.

03. Bidders can resubmit / withdraw the bids as specified.

04. The date and time of opening of Financial-Bids will be notified on Web Site
www.jktenders.gov.inandconveyed to the bidders automatically through an e-mail
message on their e-mail address / SMS on their

registered mobile number. The Financial-bids of Responsive bidders shall be opened


online in the Office of Executive Engineer PWD (R&B) Division Bhaderwah.

05. The bid for the work shall remain open for acceptance for a period of 120 days from the date
of opening of bids. If any bidder/tenderer withdraws his bid/tender before the said period or
makes any modifications in the terms and conditions of the bid, the said earnest money
shall stand forfeited.
EOI NO XXXXXX
EXPRESSION OF INTEREST CUM REQUEST FOR PROPOSAL FOR PROVIDING
STRUCTURAL DESIGN INCLUDING NECESSARY SOIL TESTING, SUPPLY OF
STRUCTURAL / ARCHITECTURAL / OTHER NECESSARY DRAWINGS, BOQ AND
NECESSARY CONSULTANCY OF THE SAME FOR VARIOUS BUILDINGS FALLING
UNDER THE JURISDICTION OF PWD (R&B) DIVISION BHADERWAH FOR THE YEAR
2025-26 OF PWD IN UT J&K.

1. The consultants/ Consortium of consultants/Engineers/ firms of repute should have

relevant experience in planning and designing of various buildings. The Design

services shall include but not be limited to Architectural, Structural, Electrical,

Plumbing, Sanitary, Landscaping and design of all other relevant services required to

make the building habitable & functional besides, preparation of cost estimate and all

other works specified in “Scope of Work.”

2. The consultants/ Consortium of consultants/Engineers/ firms of repute should have

relevant experience in preserving the local heritage architectural aesthetic, as well as

familiar in use of local material for passive solar design to run in cold harsh winter as

zero energy buildings.

3. The proposal must be submitted in the prescribed formats only.

4. Any Govt. Employee/ Spouse are not allowed to participate in the tenders.

1. SCOPE OF WORK

A. The successful Architectural Firms shall be required to provide services in respect of the

following fields for various building projects proposed for execution with in Union Territory

of J&K limits:

1. Taking client’s instructions and preparation of design brief.

2. Preparation of detailed Project report.

3. Preparation of detail Architecture Drawings.

4. Site evaluation, analysis and impact of existing and / or proposed development on

its immediate environs.

5. Topographical contour survey of land with total station.

6. Structural design with design calculations.


7. It will be a sole responsibility of the Architect /Firm to get the structural Design

approved and vetted from IIT / NIT/ Design Directorate/ GCET Jammu as per the

directions of PWD (R&B).The vetting fees if any, shall be paid by the Contractor.

8. Sanitary, plumbing, drainage, water supply, sewerage & landscape etc. design and

drawings.

9. Electrical, electronic, communication and Point Layout design and drawings.

10. Heating, ventilation & Air-conditioning and other mechanical systems design and
drawings.

11. Design/capacity of Elevators.

12. Design and drawings of Fire detection, fire protection and security alarms with BOQ.

13. Inspection, supervision and evaluation of works.

14. Any other individual /specific requirements of the project.

15. Preparation of Bill of Quantities (BOQ) and Schedule of Specifications.

16. Assisting PWD (R&B), Union Territory of J&K in preparation of tender document and

later in the processing of the tender bids received till finalization of award.

2. INSTRUCTIONS TO BIDDERS

2.1. The applicants are strictly advised to submit only the required/relevant documents

for empanelment & categorization and should avoid submitting irrelevant documents

in order to save time.

2.2. The evaluation for categorization of the applicants shall be made as per the details

provided in Annexure-B.

2.3. The applicants are requested to furnish all information and documents as called for

in this document. The details should be typed or filled in ink.

2.4. All accompanying documents must be clearly initialed by the Authorized Signatory.

2.5. Any proposal received after the closing of due date and time shall not be considered.

PWD (R&B), Union Territory of J&K shall retain all the documents submitted by the

applicant.

2.6. All bids submitted by the applicants by due date and time shall be opened online in
the office of Executive Engineer PWD (R&B) Division Bhaderwah on 18-06-2025 at

12:00 P.M in the presence of such applicants who choose to attend the opening

process.

2.7. Applicants are required to be a proprietary firm, registered consulting firm/

consortium of Architects or a company in India, registered under the Companies Act

1956 or Registrar with Council of Architecture /AIIA.

2.8. The bidder may properly check the documents before submission to ensure that all

information as asked for is enclosed.

2.9. At any time prior to opening of proposals, PWD (R&B), either at their own initiative or

in response to clarifications requested by a prospective Applicant may modify the

tender documents conditions by uploading the Modifications in website

www.tenders.J&K.gov.in or publish in leading Newspapers.

2.10. The bids shall remain valid for a period of 120 days from the date of opening.

2.11. Executive Engineer PWD (R&B) Division Bhaderwah also reserves the right to

remove the Architect from the panel if he fails to provide services as per requirement

of the PWD (R&B), besides forfeiting the EMD.

2.12. The Stages for payment as mentioned in S.No. 5 shall remain same for every

assignment / project.

2.13. Consultants / Consortium of consultants / firms have to provide information in the

attached format with all supporting documents for all the credentials claimed.

2.14. Selection shall be done on the basis of experience, available human resource and

financial capacity in the related field.

3. Eligibility Criteria for engagement:


The intending bidders/applicants would be required to fulfill the following

conditions to be considered for empanelment:

1.1. The Consultant should be duly registered with National Council of Architect /

registered with any Govt. /PSU.

1.2. The applicant for Architecture firm should have minimum qualifications for an

architect shall be the qualifications as provided for in the Architects Act, 1972 for
registration with the Council of Architecture. Documentary evidence is required to be

submitted.

1.3. The applicant for Engineering and other structural services should have a min

qualification of BE/ B. Tech in civil engineering/architectural engineering or Member

of civil Engineering division from Institution of Engineers (India) or the statutory body

governing such profession, as and when established. Documentary evidence is

required to be submitted.

1.4. The applicant for town planning should have a minimum qualification of graduate or

post- graduate degree in town and country planning and Associate Membership of

the Institute of Town Planners. Documentary evidence is required to be submitted.

1.5. The applicant for Landscape Architect should have a minimum qualification of

bachelor or master’s degree in landscape architecture or equivalent from recognized

Indian or foreign university.

1.6. The Applicant shall have to provide detailed profile of the company/Firm/ proprietor/

partner/ company/corporate duly mentioning the “completed” important

assignments/projects. Work completion certificates issued by an Officer not lower

than the rank of Executive Engineer, Project Head/Site In-charge are required.

1.7. The applicant should be presently working and in active profession of


consultant/architecture/Engineers/firm.

1.8. The applicant should have a PAN card. Documentary evidence is required to be submitted.

1.9. Copy of GSTR-3B Latest Clearance Certificate for the Month of April 2025 / Latest
Quarter.
1.10. Documentary evidence is required to be submitted.
1.11. The applicant shall submit an undertaking that the Firm has not been black listed

by any organization and department.

1.12. The applicant shall submit duly signed and stamped EOI/RFP document.

1.13. The applicant shall disclose the litigation history of the Firm/company as per
Annexure-G.

1.14. The applicant shall fill up all the enclosed Annexures and submit dully signed and
stamped.

1.15. The applicant should be empaneled with PWD (R&B) Department Jammu vide Chief
Engineer letter No. CEJ/4091-4116 dated 24/12/2019.
Note:

a. The bidders shall upload the scanned copies of the


supporting documents/certificates as required above.
b. The applicant shall have to fulfill all the above conditions/requirements in
Toto, failing which, the offer shall be rejected.

4-. Schedule of Services:

The Architect shall after taking instructions from the client render the following services:-

a) Ascertain client’s requirements, examine site constraints & potential and prepare a

design brief for client’s approval.

b) Prepare conceptual design with reference to requirements given by PWD (R&B)

c) Preliminary Design and Drawings:-


Modify the conceptual designs incorporating required changes and prepare the

preliminary drawings, sketches for client’s approval along with preliminary estimate

of cost on plinth area basis.

d) Drawings for client’s / statutory approvals:-

Prepare drawings necessary for clients / statutory approval and ensure compliance to

codes, standards and legislations as applicable and assist the client in obtaining the

statutory approvals thereof, if required.

Construction Stage:-

1) Design, prepare and issue working drawings and details for proper execution of works for

civil works and allied services, during construction. The structural design shall have to

be submitted in hard & soft copies including design calculations to PWD (R&B)

department,

2) Inspect, supervise and evaluate the construction works during execution and
wherever necessary, clarify any decision, offer interpretation of the drawings
/specifications.
e) Completion Stage:-
Prepare and submit at least 04 sets of as built drawings including services and
structure in hard and soft copies
f) The consultant/architect/Engineer/Firm shall perform all other duties and functions
as specified by the Engineer-in-charge.
g) Paying periodic site visits during execution of work as per the requirement and /or on
demand of PWD (R&B)
h) On the basis of on-site observations, the architect/Firm shall look into the
architectural defects and deficiencies in the work of contractor. Such defects shall be
intimated to PWD (R&B), for timely rectification by the contractor.
5. SCHEDULE OF PAYMENTS UNDER CONTRACT ADMISSIBLE UPONALLOTMENT.

The payment shall be made as per the following schedule only after the approval/vetting of
structure Design/calculations in accordance with the Design Directorate Jammu, IIT, NIT
Jammu/Kashmir or any other recognized institute.

Description Fee payable

Stage 1 5%
Upon Complete Detailed Survey, Soil
Investigation, preparation and submission of
working drawings, Schedule of Specifications,
cost estimate and schedule of quantities
(BOQ), DPRs on Conceptual Drawings.

Stage 2
20%
On submitting detailed working drawings and
other details of the services vetted by 3rd party
required for commencement of
work at site.

Construction Stages

a) Upto Foundation level. 10%


b) After Completion of Skelton of Ground Floor 13%
4. c) After Completion of Skelton of all remaining Floors 20%
d) After Completion of the Truss 10%
e) After Completion of Finishing work 10%

f) After Completion of the Project 10%

The Firm/Consultant shall be required to visit site as & when required and the
remaining 2% shall be paid on account of his successful visits.
Note: In case any of the components of the services mentioned above are not

demanded by PWD (R&B), Union Territory of J&K this shall not have any bearing on

the fee structure.

The final fee payable to the Architect shall be computed on the actual work done cost

upon completion of work.

SPECIAL CONDITIONS:

i. The PWD (R&B), Union Territory Of J&K reserves the right to terminate this contract

at any time by giving two months notice to the Architect without assignment any

reasons. In that case, accounts will be settled in accordance with the terms and

conditions and stipulations of this allotment of work for the work done upto the stage

of termination, PWD (R&B), Union Territory Of J&K may rescind the contract on

failure of the Architect/Engineer/consultant/ firm to complete any stage(S) unless

period for performance of such stage(s) is extended by the PWD (R&B), Union Territory

Of J&K on the written request made by the Architect, giving reasons for

delay/nonperformance within the prescribed time. Grant of extension is sole

discretion of the PWD (R&B), Union Territory of J&K. If any delay is caused in

granting approval or making payment to the Architect/Engineer/consultant/ firm by

the PWD (R&B), Union Territory of J&K, Firm shall be entitled to extension in time for

execution of the contract. No claim or compensation or damages on this account shall

be admissible against the PWD (R&B), Union Territory of J&K.

ii. The Architect shall have full responsibility for items of work, described in the scope of
work.

PWD (R&B), Union Territory of J&K will have full access to the details of the features

for the purpose of scrutiny for satisfying themselves as to their correctness and

soundness. The structural engineers of the building will render all possible help for

the above scrutiny. Any approval/scrutiny of drawing/designs by the PWD (R&B),

Union Territory of J&K shall not absolve the firm of their responsibility and firm will

be liable to rectify the same without any extra charges.

iii. The Firm shall not make any deviation, alteration or omission from the approved
drawings, without prior consent of the PWD (R&B), Union Territory of J&K.

iv. The Firm shall exercise all reasonable skill, care and diligence in the discharge of their

duties and shall exercise such general superintendence and the inspection in regard

to such works as may be necessary to ensure that works are being executed in

accordance with contract documents and shall endeavor to guard the interest of the

PWD (R&B), Union Territory of J&K against the detects and deficiencies in the work of

the contract.

v. The PWD (R&B), Union Territory of J&K shall have the liberty to postpone or not to

execute any work and the firm shall not entitle to any compensation for non-executed

part of the work except that the fees of the firm upto the stage of work then

completed.

vi. The Architect/Consultant/ Engineer/ Firm shall help the contractor and the PWD

(R&B), Union Territory of J&K in the preparation of PERT chart and critical path

method necessary to control and guide the various operations involved in the project.

vii. The Consultant/Architect/Engineer/firm should have sufficient knowledge about

prevailing Indian Standards i.e National building code of building services, IS 456 for

RCC, IS 875 part I &II IS13920 for earth quick structures,

viii. The consultant / Architect/Engineer/ firm should have sufficient experience in

designing of building structures of various types i.e R.C.C. framed and Load Bearing

Structures and shall furnish a certificate of completion as per the respective

professionals.

ix. The consultant / Architect/Engineer/ firm should have a licensed software with

respect to their professional works i.e. AutoCAD, Microsoft project, Primavera, staad,

google sketchup, Revit for 3Dpresentation.

7. OTHER TERMS &CONDITIONS

i. Litigation History

The Applicant should provide accurate information on any litigation or arbitration resulting

from contracts completed or under its execution over the last two(02) years. A consistent

history of litigations against the Applicant may result in disqualification of the application
for empanelment, at the discretion of Chief Engineer, PWD (R&B), Union Territory of J&K.

ii. Disputes Resolution

If any dispute arises between Engineer-In- charge of works and architect/Firms/Architect;

initially dispute shall be resolved at the level of Superintending Engineer, PWD (R&B), Union

Territory Of J&K. If dispute still remains unresolved, then the dispute shall be referred to

the Chief

Engineer, PWD (R&B), Union Territory Of J&K and his decision in this regard will be final

and binding on the architect/Firm/Engineer-In-Charge.

If at any time during the currency of the contract period Architectural Consultancy is to be

done through some other agency or through its own engineering staff/Architect, the

University is at liberty to do so and the Architect will have no claim whatsoever on this

account

8. TERMINATION.

The name of consulting Architect/Engineering Firm will be liable to be deleted from the list

of empanelment by the Chief Engineer, PWD (R&B), Union Territory Of J&K on following

grounds:

a) If Technical flaws are notice persistently.

b) If the preliminary/detailed estimates are not found to be based on good engineering

practices and sound technical knowledge.

c) Non completion of assigned job within stipulated/extended time limit or performance


not to the satisfaction of Engineer incharge.

d) Deployment of inadequate/ in-experienced staff/Key personnel as observed by

Engineer in charge.

e) Continued physical absence of the key person(s)/experts for the project assigned.

f) Willful disobedience of the instructions of Engineer in Charge.

10. SUBLETTING THE WORK

No subletting of work is allowed.

12. OTHER DUTIES AND FUNCTIONS

The PWD (R&B), Union Territory of J&K shall notify its program of inspection to the

Architect/Firm who will depute their respective representatives to be present during the

site inspections.

(Note):- The Department can reject the contract at any time if required without
assigning any reason thereof.

No.:- EE/PWD/R&B/BHD/2025-26/642-53
Dated :- 02-06-2025
Sd/-
(Er. Rajinder Kumar)
Executive Engineer
PWD (R&B) Division
Bhaderwah
Copy to the:-
1. Principal Secretary to Govt. PW (R&B), Department J&K Civil Secretariat-
Jammu/Srinagar for favour of information please.
2. Chief Engineer PW (R&B) Department Chenab Zone Batote for favour of information
please.
3. District Development Commissioner Doda for favour of information please.
4. Superintending Engineer PWD (R&B) Circle, Doda - Kishtwar for favour of
information please.
5. Joint Director Information Department for publication of tender notice in three
leading Daily Newspaper.
6-11 Executive Engineer PWD (R&B) Doda / Kishtwar/ Ramban/ Chatroo/ Marwah/
Gandoh for favour of information please.
12. District Information Office Doda for favour of information please.
“Annexure D”

Important Assignments/ Projects In Progress

Whether
S.N Name Scope Date of
Owner/ Project Cost
Allotment
o o of Client Commencemen
t Order
f Project Work
enclosed or not
1
2
3
4
5
6

Signature of the authorized


signatory: Name of the authorized
signatory: Name of the Company:
Seal of the company:
“Annexure E”

Team Personnel with the Architects (on payroll or associated).


(Technical / Financial / Legal / Structural / Electrical / Plumbing / water supply /
Landscape / Interior Designer & other Key Members of the team for carrying
out the assignments)

S. Relevant Remarks
Name Designation Qualification Experience
No.

Signature of the authorized


signatory: Name of the authorized
signatory: Name of the Company:
Seal of the company:
TO BE PRINTED ON COMPANY LETTERHEAD

UNDERTAKING

We hereby confirm that FIRM NAME is not involved in any kind of Litigation or Arbitration.
Neither the firm has been blacklisted by any Central Govt. / State Govt./PSU/ Govt. Bodies
/ Autonomous Institution.

Signature of the authorized

signatory: Name of the authorized

signatory: Name of the


(ANNEXURE-A)
(On an affidavit worth Rs. 10/-Attested by Notary)
Affidavit on Correctness of Information furnished with the Bid
(Which must be notarized between the period of downloading of bidding documents)

NIT No.:- ___________________________________ Dated:- ________________________ Name of


work____________________________________________________________________________________________
_________________________________________________________________________________________________
____________________________________________________________________
1. I/We, the undersigned, do hereby certify that all the statements made in the required
attachment are true and correct.
2. The undersigned also hereby certifies that neither our firm M/S
________________________________________________________________ have abandoned any work on
PWD / National Highway in India / any other work of State Government or Central Govt. nor
any contract awarded to us for such works have been rescinded, during last five years prior to
the date of this Bid.
3. That My / Our firm has not been black listed or debarred in any State or Central Government
Department Neither my / our firm has any history of litigations.
4. In case the contract for the work is awarded in my / our favour I/we shall invest a minimum
cash upto 25% of value of the contract during the implementation of work.
5. I/we authorize the department for seek reference from our bankers Name of Bank
_____________________________ Branch _______________________ Account No.
_________________________________.
6. The undersigned hereby authorize (s) and request (s) any bank person, firm or corporation to
furnish pertinent information deemed necessary and requested by the Department to verify this
statement or regarding my (our) competence and general reputation.
7. The undersigned understand and agrees that further qualification information may be
requested, and agrees to furnish any such information at the request of the Department /
Project implementing agency.
8. The undersigned is submitted the bid after conducting site visit assessing site condition as per
NIT. The leads and carriages, the weather condition and by accepting all the condition of tender
document.
9. The undersigned declares that neither I am nor any other partner of firm is PRI member
(Sarpanch, Panch, BDC, DDC and Chairperson).
I/we solemnly affirm that the information given in the bid is correct to the best of my knowledge
and belief and nothing of any sort has been concealed.

Deponent
VERIFICATION
Verified today _______ day of __________ 202__ at ________________ that the contents of this
affidavit given above are true and correct to the best of my knowledge and belief and nothing has
been concealed therein.

Deponent

Signature Not Verified


Digitally signed by Rajinder Kumar
Date: 2025.06.02 14:08:47 IST
Location: Jammu and Kashmir-JK

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy