Request Rfpdocuments
Request Rfpdocuments
Request Rfpdocuments
TECHNICAL BID
TABLE OF CONTENTS
Sl. FORM NO. DESCRIPTION PAGE NO.
No.
1 Tender Fee
2 APPENDIX - II BID Security Declaration
3 APPENDIX-IA Letter Comprising the Technical BID
4 Annex-I Details of Bidder
5 Annex-II Technical Capacity of the Bidder
6 Annex-III
A III Financial
Fi i l Capacity
C it off the
th Bidder
Bidd
7 Annex-IV Details of Eligible Projects
8 Annex- V Statement of Legal Capacity
9 Annex-VI Information required to evaluate the BID Capacity
10 Firm’s Turnover for last 5 years
Format for information to be furnished by Technically Responsive
11 Annex-VI A Bidder Regarding updated Bid Capactiy in accordance with Clause
3 2 of Section 3
12 Annex-VII Guidelines of the Department of Disinvestment
13 Annex-VIII Details of ongoing works s in EPC Agreement
14 APPENDIX-III Format for Power of Attorney for signing of BID
15 APPENDIX - VI Integrity Pact Format
16 APPENDIX-IB Letter comprising the Financial BID
17 Undertaking
18 Manpower & Tools and Plant
19 Site Visit Certificate
m a
;;ml ffl <ti\ <ITflu � at-! irtr-\ l$ r.iii -
l o 17 I 2 fo I 2 l2 i I
VALID fOR TliREE MONTHS rROM n.e 0411: OF ISSUE .c
2�i�
�
¥
D D M M Y Y Y Y
et
-�
0- [� 31rctvr�ORORDER
1
..
5.
�
TT
�$l 1--.....J
ONDEM�HIEF ENGINEER. PWD <ROADS) SHILLONG**** <1TT 1:fl �
��<fi"�
2
�
'fiil!i .,
� � �8uP.Et� Four Thousand Five Hundred onl v 4
APPENDIX. II
foithfully,
Z, #t
Itllc Amf,r
J
' (Shd Gyotl Khodo)
Proprietor of M/s Amor Construction
Sontipur, Nolbori, Assom
APPENDIX -IA
IA LETTER COMPRISING THE TECHNICAL
BID
(Refer Clause 2.1.4, 2.11 and 3.1.6)
Sub: BID “Improvement including Widening of Agia Medhipara Phulbari Tura Road
(Portion from 67/600 Km to 100/200 Km = 32.60 KMs)” on EPC mode.
Dear Sir,
3. This statement is made for the express purpose of our selection as EPC
Contractor for the development, construction, rehabilitation and augmentation
of the aforesaid Project and maintenance of the Project during the Defect
Liability Period.
5. 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.
6. I/ 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 arbitration award against us, nor
been expelled or terminated by Ministry of Road Transport & Highways or its
implementing agencies for breach on our part.
7. I/ We declare that:
(a) I/ We have examined and have no reservations to the Bidding
Documents, including any Addendum issued by the Authority; and
(b) I/We do not have any conflict of interest in accordance with Clauses 2.2.1
(c) and 2.6.4 of the RFP document; and
8. I/ We understand that you may cancel the Bidding Process at any time and that
you are neither bound to accept any BID that you may receive nor to invite the
Bidders to BID for the Project, without incurring any liability to the Bidders, in
accordance with Clause 2.16.2 of the RFP document.
9. I/We believe that we/our Joint Venture satisfy(s) the Threshold Technical
Capacity, Net Worth criteria and meet(s) the requirements as specified in the
RFP document.
10. I/ We declare that we/ any Member of the Joint Venture or our/Joint Venture
member, are not a Member of any other Joint Venture submitting a BID for the
Project.
11. I/ We certify that in regard to matters other than security and integrity of the
country, we/ any Member of the Joint Venture or any of our/their Joint venture
member have not been convicted by a Court of Law or indicted or adverse
orders passed by a regulatory authority which could cast a doubt on our ability
to undertake the Project or which relates to a grave offence that outrages the
moral sense of the community.
12. I/ We further certify that in regard to matters relating to security and integrity
of the country, we/ any Member of the Joint Venture or any of our/their Joint
venture member have not been charge-sheeted by any agency of the
Government or convicted by a Court of Law.
14. I/ We further certify that we are not disqualified in terms of the additional
criteria specified by the Department of Disinvestment in their OM No.
6/4/2001-DD-II dated 13.7.01, a copy of which forms part of the RFP at
Annexure VII of Appendix-IA thereof.
15. I/ We undertake that in case due to any change in facts or circumstances during
the Bidding Process, we are attracted by the provisions of disqualification in
terms of the guidelines referred to above, we shall intimate the Authority of the
same immediately.
16. I/We further acknowledge and agree that in the event such change in control
occurs after signing of the Agreement upto its validity. It would,
notwithstanding anything to the contrary contained in the Agreement, be
deemed a breach thereof, and the Agreement shall be liable to be terminated
without the Authority being liable to us in any manner whatsoever
17. I/ We hereby irrevocably waive any right or remedy which we may have at any
stage at law or howsoever otherwise arising to challenge or question any
decision taken by the Authority in connection with the selection of the Bidder,
or in connection with the Bidding Process itself, in respect of the above
mentioned Project and the terms and implementation thereof.
18. In the event of my/ our being declared as the Selected Bidder, I/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.
19. I/ We have studied all the Bidding Documents carefully and also surveyed the
[project highway and the traffic]. We understand that except to the extent as
expressly set for thin the Agreement, we shall have no claim, right or title
arising out of any documents or information provided to us by the Authority or
in respect of any matter arising out of or relating to the Bidding Process
including the award of Agreement.
20. I/ We submit a BID Securing Declaration to the Authority in accordance with the
RFP Document.
21. The BID Securing Declaration in the prescribed format as per Appendix-II is
attached.
22. The documents accompanying the Technical BID, as specified in Clause 2.11.1
of the RFP, have been submitted in separate files.
23. I/ We agree and understand that the BID is subject to the provisions of the
Bidding Documents. In no case, I/we shall have any claim or right of whatsoever
nature if the Project / Contract is not awarded to me/us or our BID is not
opened or rejected.
24. 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.
25. I/ We agree and undertake to abide by all the terms and conditions of the RFP
document.
26. {We, the Joint Venture agree and undertake to be jointly and severally liable
for. all the obligations of the EPC Contractor under the Contract Agreement}.
27. I/ We shall keep this offer valid for 120 (one hundred and twenty) days from
the BID Due Date specified in the RFP.
28. I/ We hereby submit our BID and offer a BID Price as indicated in Financial
Bid for undertaking the aforesaid Project in accordance with the Bidding
Documents and the Agreement.
In witness thereof, I/we submit this BID under and in accordance with the
terms of the RFP document.
Yours faithfully,
Date: 25/07/2021
Place: Guwahati
(Shri Khoda Gyati)
Proprietor of M/s Amar Construction
Santipur, Nalbari, Assam
Appendix IA
Annex-I
ANNEX-I
Details of Bidder
1 (a) Name: M/s Amar Construction
(b) Country of incorporation: India
(c) Address of the corporate Santipur, Nalbari,Assam
headquarters and its branch
office(s), if any, in India: 24.07.2018
(d) Date of incorporation and/ or
commencement of business:
2 Brief description of the Bidder Transportation - Roads & Bridge
including details of its main Structures- Residential & Commercial Building
lines of business and proposed
role and responsibilities in this
Project:
3 Details of individual(s) who will serve as the point of contact/ communication for the
Authority:
(a) Name: Shri Khoda Gyati
(b) Designation: Proprietor
(c) Company: M/s Amar Construction
(d) Address: Santipur, Nalbari,Assamm
(c) Information regarding the role of each Member should be provided as per table
below:
Sl. No. Name of Member Role*{Refer Share of work in the Project{Refer Clauses
Clause 2.1.15(a), (f) & (h)}
2.1.15(d)}
Not Applicable
* The role of each Member, as may be determined by the Applicant, should be
indicated in accordance with instruction 4 at Annex-IV.
(d) The following information shall also be provided w.r.t Para 2.1.18 for each Member of
the Joint Venture:
Name of Applicant/ member of Joint Venture: M/s Amar Construction
S. No. Criteria Yes/No
1 Has the Bidder/ constituent of the Joint Venture been No
barred by the Ministry of Road Transport & Highways or its
implementing agencies for the works of Expressways,
National Highways, ISC and El works, from participating in
2 biddi
If the answer to 1 is yes, does the bar/debarment subsist as No
on BID due date.
6 (a) I/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 arbitral award against us, nor been expelled or terminated by
Ministry of Road Transport & highways or its implementing agenfcies for breach on our
6 (b) I/We certify that we/any of the HV partners do not fall in any of the categories of being
a Nin Performing entity given at Clause 2.1.14 of instructions to Bidders in the projects
of Expressways, National Highways, ISC and EI works of Ministry of Road Transport &
Highways or its implementing agencies and furnished the complete details.
7 (a) I/We certify that no investiagtion 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.
7 (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) disclosing material non-performance of contractural non-compliance in
current projects, as on bid due date is given below )attach Extra sheets, if necessary)
w.r.t para 2.1.14.
Name of the Bidder / Member of JV: M/s Amar Construction
Sr.
Categories of Non-Performer Project 1 Project 2
No.
(i) Fails to complete or has missed more than two
milestones in already awarded two or more
projects, even after lapse of 6 months from the
scheduled completion date, unless Extension of NIL NIL
Time has been allowed on the recommendations of
the Independent Engineer due to Authority's
default;
(ii) Fails to complete a project, as per revised schedule,
for which One Time Fund Infusion (OTFI) has been NIL NIL
sanctioned by the Authority;
(iii) Physical progress on any project is not
commensurate with the funds released (equity+
debt+grant) from the escrow account and such NIL NIL
variation is more than 25% in last one year as
observed by the Independent Engineer in one or
more projects;
(iv) Punch List Items in respect of any project are
pending due to Bidder's default in two or more
NIL NIL
Projects even after lapse of the prescribed time for
completion of such items;
(v) Fails to fulfill its obligations to maintain a highway in
a staisfactory condition inspite of two rectification NIL NIL
notices issued in this behalf;
(vi) Fails to attend to Non Conformity Reports (NCRs)
issued by the Independent/ Authority’s Engineer on
the designs/ works constructed by the Bidder NIL NIL
pending for more than one year in two or more
projects.
(vii) Fails to make premium payments excluding the
current instalment in one or more projects NIL NIL
Year 2020-21
Period March
1. GSTIN 12BEBPK9504F5ZT
2(a). Legal name of the registered person khoda gyati
2(b). Trade name, if any AMAR CONSTRUCTION
2(c). ARN AA1203210111482
2(d). Date of ARN 20/04/2021
3.1 Details of Outward supplies and inward supplies liable to reverse charge
Nature of Supplies Total Taxable Value Integrated Tax Central State/UT Tax Cess
(₹) (₹) Tax(₹) (₹) (₹)
D
(a) Outward taxable supplies (other than zero rated, nil 38225505.00 0.00 2293530.00 2293530.00 0.00
rated and exempted)
(b) Outward taxable supplies (zero rated) 0.00 0.00 - - 0.00
(c ) Other outward supplies (nil rated, exempted) 0.00 - - - -
(d) Inward supplies (liable to reverse charge) 0.00 0.00 0.00 0.00 0.00
E
(e) Non-GST outward supplies 0.00
3.2 Out of supplies made in 3.1 (a) above, details of inter-state supplies made
4. Eligible ITC
Details Integrated Tax Central Tax (₹) State/UT Tax Cess (₹)
(₹) (₹)
A. ITC Available (whether in full or part)
(1) Import of goods 0.00 0.00 0.00 0.00
(2) Import of services 0.00 0.00 0.00 0.00
(3) Inward supplies liable to reverse charge (other than 1 & 2 above) 0.00 0.00 0.00 0.00
(4) Inward supplies from ISD 0.00 0.00 0.00 0.00
(5) All other ITC 109479.00 0.00 0.00 0.00
B. ITC Reversed
(1) As per rules 42 & 43 of CGST Rules 0.00 0.00 0.00 0.00
(2) Others 0.00 0.00 0.00 0.00
C. Net ITC available (A-B) 109479.00 0.00 0.00 0.00
D. Ineligible ITC 0.00 0.00 0.00 0.00
(1) As per section 17(5) 0.00 0.00 0.00 0.00
(2) Others 0.00 0.00 0.00 0.00
5 Values of exempt, nil-rated and non-GST inward supplies
Nature of Supplies Inter- State supplies (₹) Intra- State supplies (₹)
From a supplier under composition scheme, Exempt, Nil rated supply 0.00 0.00
Non GST supply 0.00 0.00
Details Integrated Tax (₹) Central Tax (₹) State/UT Tax (₹) Cess (₹)
System computed - - - -
interest
Interest Paid 0.00 0.00 0.00 0.00
Late fee - 0.00 0.00 -
Description Total Tax Tax paid through ITC (₹) Tax paid in Interest paid in Late fee paid
D
Payable (₹) cash (₹) cash (₹) in cash (₹)
Integrated Central Tax State/UT Cess
Tax Tax
(A) Other than reverse charge
Integrated 0.00 0.00 0.00 0.00 - 0.00 0.00 -
Tax E
Central Tax 2293530.00 640370.00 1233485.00 - - 419675.00 0.00 0.00
State/UT 2293530.00 625045.00 - 1233485.00 - 435000.00 0.00 0.00
Tax
Cess 0.00 - - - 0.00 0.00 0.00 -
(B) Reverse charge
FIL
Integrated 0.00 - - - - 0.00 - -
Tax
Central Tax 0.00 - - - - 0.00 - -
State/UT 0.00 - - - - 0.00 - -
Tax
Cess 0.00 - - - - 0.00 - -
Period Integrated Tax (₹) Central Tax (₹) State/UT Tax (₹) Cess (₹)
March 2021 0.00 2293530.00 2293530.00 0.00
Verification:
I hereby solemnly affirm and declare that the information given herein above is true and correct to the best of my knowledge and belief and
nothing has been concealed there from.
Designation /Status
Proprietor
INDIAN INCOME TAX RETURN ACKNOWLEDGEMENT
[Where the data of the Return of Income in Form ITR-1 (SAHAJ), ITR-2, ITR-3, ITR-4(SUGAM), ITR-5, ITR-6, ITR-7
Assessment Year
filed and verified] 2021-22
(Please see Rule 12 of the Income-tax Rules, 1962)
PAN BEBPK9504F
Address C/O G CHETRY , RERU , ZIRO,LOWER SUBANSIRI , 03-Arunachal Pradesh , 91-India , 791111
Filed u/s 139(4) Belated- Return filed after due date e-Filing Acknowledgement Number 239154980210222
Interest Payable 10 0
Taxes Paid 12 0
Income Tax Return submitted electronically on 21-02-2022 17:52:58 from IP address 10.1.36.245 and verified by KHODA GYATI having
PAN BEBPK9504F on 23-02-2022 13:11:19 using Electronic Verification code X377UUPTAY generated through Bank Account Prevalidation
mode
System Generated
Barcode/QR Code
BEBPK9504F0223915498021022276C76D8E94675BB8502A5F610C7D5C5716C8BBDE
SOLVENCYCERTIFICATE
This is to certify that M/s Amar Construction, Proprietor- Shri Khoda Gyati, resident of
Reru Village. POPS- Ziro. Lower Subansiri District, Arunachal Pradesh-791120 is
maintaining a current account with us vide account number:- 0161 102000003537 since 24-03-
2021. The transaction in the account is satisfactory and the account holder may be considered
solvent for any transaction upto Rs 30, 00, 00,000/- (Rupees thirty crore only).
It is clarified that the Certificate is issue without any risk and responsibility on the part of the
bank or any of its officials in any respect whatsoever, more particularly either as guarantor or
otherwise.
This cetificate must be taken as private and confidential report given by the bank without
prejudice and on the express condition that the bank or any of its ofilicials are held free by you
from any liability in connection with it.
This certificate is issued for the above mention specific purpose and the specific request of our
customer M/s Amar Construction, Proprietor: Khoda Gyati.
Yours Yaiyhfully,
g g a r Bram
k Ltd.
Branch Manager
IDBI Bank Lid
I Ban
ltanagar Branch
IDBI Bank Ltd. : JNK Building, E-Sector, NH-52 A, Itanagar, Pin-79111,Arunachal Pradesh
3 A a sav, s e k i sden, D5 yd3, -400 005. àarETE : www.idbi.com
IDBI Tower, WTC Complex, Cuffe Parade, Mumbai - 400 005. Website: www.idbi.com
Appendix IA
ANNEX-II
Technical Capacity of the Bidder
(Refer to Clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RFP)
Project Code
Payments
Category
Technical
received for Value of self-
Name of Project Experienc
construction construction in
Factor
e
of Eligible Eligible Projects
Projects in in Categories 1
Categories 3 and 2
&4
1 2 3 4 5 6
CA PRACHI LAATH
PARTNER
MEMBERSHIP NO: 315464
UDIN: 22315464ANNSLZ4941
Appendix IA
Annex-III
ANNEX-III
Financial Capacity of the Bidder
(Refer to Clauses 2.2.2.3, 2.2.2.9(i), 2.2.2.8(iii) of the RFP)
(In Rs. crore)
Annual Turnover
Year 1 Year 2 Year 3 Year 4 Year 5
Average
Annual
Bidder type Turnover
Updation Updation Updation Updation Updation (In Rs.
(Rs.) (Rs.) (Rs.) (Rs.) (Rs.)
factor factor factor factor factor crore)
(2x3+4x5+
6x
1 2 3 4 5 6 7 8 9 10 11
7+8x9+10x
11)/5
IDBI BANK
ITANAGAR BRANCH
ITANAGAR,DISTRICT PAPUMPARE
ARUNACHAL PRADESH
CA PRACHI LAATH
PARTNER
MEMBERSHIP NO: 315464
UDIN: 22315464ANNSOY5969
Appendix IA
Annex-IV
ANNEX-IV
Details of Eligible Projects
[Refer to Clauses2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RFP]
Project Code : A Entity : Self/Member SELF
Date of commencement of
project/contract 08.08.2019
Date of completion
9 20.03.2022
commissioning
Equity shareholding (with period 10 100%
during which equity was held)
We further certify that the total estimated capital cost of the project is Rs. 6,39,54,000.00(Rupees Six
Crore Thirty Nine Lakhs Fifty Four Thousand) Only, of which the Applicant received or has executed
the work as certified by the Engineer-in-charge/Independent Engineer/Authority‘s Engineer Rs.
6,39,54,000.00, 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:
It is further certified that the receipts indicated above are restricted to the share of the Applicant
who undertook these works as a partner or a member of joint venture/consortium. 1
GOVE,RNMENT OF MEGHALAYA
OFFICE OF THE EXECT'TIVE ENGTNEf,R, PWD (ROADS)
BAGHMARA DIVTSION, BAGH MARA
This is to certified that M/s Amar Construction suLcontractor of Shri. Haney Marak
has succsssfulll, carried out and complete 2A% $ Earthwork. 30% of Protection works. 35%o
of C/D work and 100% of bridge work construction i/c M&BT of a road from T0l to Sudugre
(L- 8.74 Km) i/c bridge No. 8i9 of span 73.71m Stage-I&ll of 2018-19 (Batch-lv).The toul
amount of works done by lWs Amar Construction on this particular road for the items stated
above is Rs 6.39.54.000.00. Out of which Rs 3.83-29,2m.00 is for the bridge work only-
lWs Amar construction has the capacity and are capable of doing Road and Bridges
works. t wish the company success and a bright friture.
(S
l,
-i ..
I)istrict
tlls .7
F (oqf\etor
o
-.)t
11r
.T
l-
Appendix IA
Annex-IV
ANNEX-IV
Details of Eligible Projects
[Refer to Clauses2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RFP]
We further certify that the total estimated capital cost of the project is Rs. 21,34,10,800.00 (Rupees
Twenty One Crore Thirty Four Lakh Ten Thousand Eight Hundred) Only, of which the Applicant
received or has executed the work as certified by the Engineer-in-charge/Independent
Engineer/Authority‘s Engineer Rs. 21,34,10,800.00, 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:
It is further certified that the receipts indicated above are restricted to the share of the Applicant
who undertook these works as a partner or a member of joint venture/consortium.
Jairampur
Executive Engineer
Highrvays Division- P\VD
t "l,l
Jairampur (AP)
ultrm'
ri V6
'1fi"19""*tJi-t^e'
o
e,
o
I
f
\
GOVEBfiMENT OF ARUI{ACHAT PRADESH
PU BUC WORK DEPARTME]IIT
phone : 038OO-246013 Office of ths Executiw Enginee,
Fax ; 038@24ffi15 Jairampur Hlghway DMsbn PWD, AP
Email ; rrohwdrv@eryta!,col!. Jairampur (AP)
This is to cerrify that " M/s Amar Construction, Mvek Vihar DN College Rod, ltanagar'791113
(APi has done foilowing woris successfuiiy.
Name of work "Construction of -Periodical Repair & Strengtheningof Roing
(orunu Paya
1.
section of NH-13 from Korunu to Paya 31.945 Km during the Year 2019-21.
Z. Agreerrrent NOiHWD/A-4120192O2O/1IS48-58-
3. Date of commencement 1s April'2019.
4. Date of completion 30s September'2020-
5. proiect cOSt Rs.21,34,108OO i- i Rupees Twenty on€ crores thirty four lakhs ten thsusand
eight hundred) onlY-
M/s Amar Constructign has the capable of doing workr and I rirh the companY'all sucesfs Io
future.
,I
lD *"
Exccutiw Erylrur
Jeirampur Hi$try Oirbion, FWD
Jalranrpur lAPl
tlls A$ar v ,)
,utive
JM-*.$r
o
t
.I 1Fr
I
I
Appendix IA
Annex-IV
ANNEX-IV
Details of Eligible Projects
[Refer to Clauses2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RFP]
Project Code : B Entity : Self/Member Self
Category 5 Category -4
Year-wise 6 Year Amount Multiplying After Multiplying
(a) payments received for (i) (In(ii)
Cr.) Factor
(iii) Factor (ii x iii)
(iv)
construction, and /or 2021-22/2021 8.74 1.00 8.74
(b) revenues appropriated for self 5.01
2020-21/2020 1.05 5.26
construction under PPP projects
2019-20/2019 3.55 1.10 3.91
We further certify that the total estimated capital cost of the project is Rs. 22,71,38,454.00 (Rupees
Twenty Two Crore Seventy One Lakhs Thirty Eight Thousand Four Hundred Fifty Four ) Only, of which
the Applicant received or has executed the work as certified by the Engineer-in-
charge/Independent Engineer/Authority‘s Engineer Rs. 22,71,38,454.00, 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:
It is further certified that the receipts indicated above are restricted to the share of the Applicant
who undertook these works as a partner or a member of joint venture/consortium. 2
COMPLETION CERTIFICATE
This is to certify that M/s Amar Construction, Santipur, Nalbari, Dist.- Nalbari, Assam, had
been awarded the work namely C/o PMGSY Road from Bokam Village to Amji Village (15 Km,) Full Stage,
(Package No. AR/03/06/075) under RWD Division, Jamin, Camp: Palin, Kra Daadi District amounting to Rs.
22,71,38,454.00 (Rupees Twenty Two Crore Seventy One Lakh Thirty Eight Thousand Four Hundred Fifty Four)
only and completed on 15-12-2020 as per specification & direction of Engineer-incharge.
Engi eer
Rural Works Di��
�Pa�
Rural��
jam"�
.---:.:-=-ewti�� f::'
-..;::
'<:::> . �
..... AMexure-lV
�1 .. ..
, (Para 18 of Annexure-1)
[�
Q.>
Signature of the
Appendix IA
Annex-IV
ANNEX-IV
Details of Eligible Projects
[Refer to Clauses2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RFP]
Project Code : B Entity : Self/Member Self
Category 5 Category -3
Year-wise 6 Year Amount Multiplying After Multiplying
(a) payments received for (i) (In(ii)
Cr.) Factor
(iii) Factor (ii x iii)
(iv)
construction, and /or 2021-22/2021 3.31 1.00 3.31
(b) revenues appropriated for self -
2020-21/2020 1.05 0.00
construction under PPP projects
2019-20/2019 - 1.10 0.00
We further certify that the total estimated capital cost of the project is Rs. 9,57,87,508.00 (Rupees
Nine Crore Fifty Seven Lakhs Eighty Seven Thousand Five Hundred Eight) Only, of which the
Applicant received or has executed the work as certified by the Engineer-in-charge/Independent
Engineer/Authority‘s Engineer Rs. 9,57,87,508.00, 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:
It is further certified that the receipts indicated above are restricted to the share of the Applicant
who undertook these works as a partner or a member of joint venture/consortium. 3
This is to certify that" M/s Amar Construction, Vivek Vihar ON College Road, ltanagar-791113
· ·
(AP) has done following works successfully.
1. Name of Work Construction of road from Pine Grove to Dilo Polyang under ziro sub-
Division, in Lower Subansiri District, AP.
2. Date of commencement 1st April'2017.
3. Date of completion 31st March'2020.
4. Bided cost Rs. 9,57,87,508.00 /-
5. Agreement NO.ZD/ZSD/CRF/2017-18/551-58 dtd 20/02/2017.
Certify that M/s Amar Construction have timely complete the project and I wish all
success in future.
•; ' '!··
-: :
' _:.
: .
·-:. ..
APPENDIX – IA
Annex-V
ANNEX-V
Statement of Legal Capacity
To,
The Chief Engineer, (Roads), Public Works Department,
Government of Meghalaya
Lower Lachumiere-793001, Shillong
Dear Sir,
With hereby confirm that we/our members in the Joint Venture (Construction of which has
been described in the application) satisfy the terms and conditions laid out in the RFP
document.
We have agreed that Shri Khoda Gyati Proprietor of M/s Amar Construction (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 RFP. Further, the
authorized signatory is vested with requisite powers to furnish such letter and authenticate
the same.
Thanking you,
Yours faithfully,
2 Sl. Year Value of Civil Engg. Works Amount of bonus (Rs. Net Value
No. undertaken w.r.t. EPC in Crores) excluding bonus
Projects including bonus, if (Rs. in Crores)
any (Rs. in Crores)
3 Maximum value of projects that have been undertaken during the F.Y. 2021-22 out of the last 5
years and value excluding amount of bonus thereof is Rs. 30.19 Crore (Rupees Thirty Crore
Ninteen Lakhs) Only. Further, value updated to the price level of the year indicated in
Appendix is as follows:
Rs. 30.19 Crores x 1.00 (Updation Factor as per Appendix) = Rs. 30.19 Crore (Rupees Thirty Crore
Ninteen Lakhs) Only
This is to certify that M/s Amar Construction, Vivek Vihar, Itanagar, Papumpare District
Arunachal Pradesh , has achieved following civil works Turnover and during last Five
Years
The Turnover of the Firm has been certified on the basis of financial statements and
information and explanations furnished to us and also keeping cut off period of every
financial year i.e 1st April to 31st March
The Average Civil Work Turnover For Last Five Financial Year is Rs.19,16,78,163.00
Further, M/s Amar Construction, Vivek Vihar, Itanagar, Papumpare District Arunachal
Pradesh ,has not incurred any loss during the last five financial year in its contract and
supply work.
Additions
WDV as on Depreciation WDV as on
Items (Above 180 Total Depreciation
01.04.2021 Amount 31.03.2022
days) Rate
A table containing value of all the existing commitments and on-going works to be completed
during the next ** years is as follows:
Value of Balance
Percentag
Date of Constructio contract Value of value of Balance value
e of
start / n period as as per work work to Anticipate of work at 2017-
Sl. Name of participati
appointed per Agreeme complete be d date of 18/2017 price
No. Project/ Work on of
date of Agreement nt /LOA d Rs. in complete completion level
Bidder in
project /LOA Rs. in Crore d Rs. in Rs. in Crore
the project
Crore Crore
1 2 3 4 5 6 7 8= (6-7) 9 10=(3x 8x #)
Total 0.00
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 each of the works mentioned
above is verified from the certificate issued that has been countersigned by the Client or its
Engineer-in-charge not below the rank of Executive Engineer or equivalent in respect of EPC
Projects or Concessionaire / Authorised Signatory of SPV in respect of BOT Projects. No
awarded / ongoing works has been left in the aforesaid statement which has been awarded to
M/s Amar Construction individually as on bid due date of this RFP.
CA PRACHI LAATH
PARTNER
MEMBERSHIP NO: 315464
UDIN: 22315464ANNSSQ4074
Appendix - IA
Annexure-VI A
Format for information to be furnished by Technically Responsive Bidder regarding
updated Bid Capacity in accordance with clause 3.2 of Section 3 (EVALUATION OF
TECHNICAL BIDS AND OPENING & EVALUATION OF FINANCIAL BIDS) of RFP:
1 Name of instant project:- IMPROVEMENT INCLUDING WIDENING OF AGIA
MEDHIPARA PHULBARI TURA ROAD (PORTION FROM
67/600 KM TO 10/200 KM = 32.60 KMS)" ON EPC MODE
Nil
I/ We hereby confirm that the information furnished above are latest and true to
the best of my/our knowledge. We/I undertake to bear consequences as per
provision of RFP in case of any above mentioned is found to be incorrect.
Authorised Signatory
APPENDIX-IA
Annexure VII
No. 61412001-DD-II
Government of India Department of Disinvestment
OFFICE MEMORANDUM
Sub: Guidelines for qualification of Bidders seeking to acquire stakes in Public Sector Enterprises
through the process of disinvestment
Govemment has examined the issue of framing comprehensive and transparent guidelines
defining the criteria for Bidders interested in PSE-disinvgstment so that the parties selected
through competitive bidding could inspire public confidence. Earlier, criteria like net worth,
experience etc. used to be prescribed. Based on experience and in consultation with concerned
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
offence 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 securiry and integrity of the country, any
@n$nrc$on
|fl3 Arnar
.2_
.J
t.
charge-sheet by an agency of the Government/ conviction by a Court of Law
for
an offence commiued by the bidding party or by any sister concern of thebidding
party would result in disqualification. The decision in regard to the relationship
between the sister concerns would be taken, based on the relevant facts and after
examining rvhether the two concerns are substantially controlled by the same
person/ persons.
(c) 11 both (a) and (b), disqualification shall continue for a period that Government
deems appropriate.
(d) Any entity, which is disqualified from participating in the disinvestment process,
would not be allowed to remain associated with it or get associated merelyLecause
it has preferred an appeal against the orderbased on which it has been disqualified.
The rnere pendency of appeal will have no effect on thedisqualification.
(e) The disqualification criteria would come into effect immediately and would apply
to all Bidders for various disinvestment transactions, which have not been
completed as yet
(0 Elefore disqualiSing a concern, a Show Cause Notice u/hy it should not be
disqualified would be issued to it and it would be given an opportunity to explain
its position.
(g) Henceforth, these criteria will be prcscribed in the advcrtisements secking
Expression of Interest (EOI) from the interested parties. The interested parties
would be required to provide the information on the above criteria, along with
their Expressions of Interest (EOI). The Bidders shall be required to provide with
their EOI an undertaking to the effect that no investigation by a regulatory
authority is pending against them. [n case any investigation is pending against the
concern or its sister concern or against its CEO or any of its Directors/ Managers/
employees, full details of such investigation including the rurme of the
investigating agency, the charge/ oflence tbr which the investigation has been
launched, name and designation of persons against whom the investigation has
been launched and other relevant information should be disclosed, to the
satisfaction of the Government. For other criteria also, a similar undertaking shall
be obtained along with EOI.
sd/-
(A.K.Tewari)
Under Secretary to the Government of India
Annex-VIII
DETAILS OF ONGOING WORKS (REF CLAUSE 10.3 (IV) OF DRAFT EPC Agreement)
Sr. No. Name of the work Contract Appointed Original Likely Date Reason for
price Date Scheduled of Delay
(INR Cr.) Completion Completion
Date
NIL
1
2
3
…….
I/ We certify that all the information furnished above is true in all respects.
Date: 25.07.2022
Place: Guwahati
Kno all men by these presents, We Mis Amar Construction, Santipur, Nalbari, Nalbari
District, Assam do hereby irrevocably constitute, nominate, appoint and authorize Shri.
Kho<t Gyati, S/o Khoda Mudo and presently residing at Vivek Vlhar, PO/PS- Itanagar,
Dist.- Pa-pum Pare (A.P), who is -presentty-emptoyed with us/ -the lead Member and holding
the p sition of Proprietor of Mis Amar Construction, as our true and lawful attorney
(hereiffter referred to as the "Attorney') to do in our name and on our behalf, all such
acts, deeds and things as are necessary or required in connection with or incidental to
·s1:1bmilsfon of our BID -for the project "improvement incfud-ing widening of A-gia
Med ·para Phulbari Tura Road (Portion from 67/600 Km to 10/200 Km = 32.60
KMs) on EPC Mode proposed or being developed by the Chief Engineer, PWD (Roads)
(the ",juthority") including but not limited to signing and submission of all applications,
Bn)s and other documents- and writing,s participate in Pre -mo and other conferences
and providing information/ responses to the Authority, representing us in all matters
before he Authority, signing and execution of all contracts including the agreement and
undertakings consequent to acceptance of our BID, and generally dealing with the
Authorjy in all matters in connection with or relating to or arising out of our BID for the
said Pr. 1ect and/ or upon award thereof to us and/or until the entering into of the EPC
Contract with the Authority.
I
I
I
I
AND we hereby agree to ratify and confirm and do hereby ratify and confirm alt acts,
deeds and things done or caused to be done by our said Attorney pursuant to and in
exercise of the pourers confened by this Power of Attomey and that aH acts, deeds and
things done by our said Attomey in exercise of the powers hereby conferred shalland shall
always be deemed to hEve been done byus.
lN WITNESS WHEREOF WE M/s Amar Construction, THE ABOVE NAMED pRtNCtpAL HAVE
EXECUTED THIS POWER OF ATTORNEY ON THIS 22IH DAY OF JUIY'2A22.
$a
Name: Shri Khoda Gyati
I
Witnesses: +
A
1. l.n lz.o
barJc q
oryl
il^*f A,P
2. a,4/^J u ,
{J
D*,.,r_t< n.ra{,' ?6.astr*ju /, 7
po'"
Accepted
MIgAmar Cotamrcfron
ilr,* l
t1
':i.ijjlllt'xli'r.
M/s Amar Co
t*-.' -
APPENDIX VI
BETWEEN
AND
M/s Amar Construction, Santipur, Nalbari, Assam, (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 {NIT No.: PW/NEC/T/7/2022/7 Dtd.
08.06.2022} (hereinafter referred to as “Tender/Bid”) and intends to award,
under laid down organizational procedure, contract/s for “IMPROVEMENT
INCLUDING WIDENING OF AGIA MEDHIPARA PHULBARI TURA ROAD
(PORTION FROM 67/600 KM TO 10/200 KM = 32.60 KMS)" ON EPC
MODE” (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 parties hereby agree as follows and
this pact witnesses as under:
(1) The Principal commits itself to take all measures necessary to prevent corruption and
to observe the following principles:-
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 wilr, during the Tender process treat ail Bidder(s) with
equity and
re'Ison' 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)
confidentiaU additional information through which the Bidder(s)
could obtain an
advantage in relation to the tender process or the contract execution.
(c) The Principal will exclude all known prejudiced persons fiom the process,whose
conduct in the past has been ofbiased nature.
(2) If the 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 Chief Vigilance Officer
and in addition can initiate disciplinary actions as per its internal laid down
RuleslRegulations.
M/s Amar
./
z
the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) of Indian Nationality shall
lurnish the name and address of the fbreign principle, if any.
(e) 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 confract.
He shall also disclose the details of services agreed upon for such payments.
(f1 The Bidder(s)/,Contractor{s)/ Concessi,snaire(s/ Consultan(s) will not instigal€ third
persons to commit offences outlined above or be an accessory to such offences.
(g) 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.
Afticle - 3 Disqualification from tender process and exclusion from future contracts.
(l) If the 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 disqualiS/ the Bidder(s)/ Contracto{s/ Concessionair{sy
Consultant(s) from the tender process.
(2) lf 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 each case
particularly taking into account the number of fiansgreseions, rhe position of the
transgressors within the company hierarchy of the Bidder(s)/ Contracto(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 considerafion of
the available evidence concludes that "On the basis of facts available there are no material
doubts".
(a) 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 rssort to and impose such exclusion 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.
(5) The decision of the Principal to the effect that a breach of the provisions of this Integrity
Pact has been committed by the Bidde(s)/ Contracto(s)/ Concessionaire(s)i
Consultant(s)shall be final and binding on the Bidder(s/ Contractor(s/
Concessionaire(s)/ Consultant(s), however, the Bidder(s)/ Contractor(s)/
Concessionaire(s)i Consultant(s) can approach IEM(s) appointed for the purpose of this
Pact.
ProPrietor
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 instructions by the representatives
of the parties and
performs his functions neutrally and independently. He reports to
the Director General
@oad Development) & Special Secretary.
(3) The Bidder(s/ Contractor(s)/ Concessionaire(s/ Consultant(s)accepts
that the Monitor
has the right to access without restriction to all project documentation
of the principal
including that provided by the Bidder(s/ Contractor(s/ Concessionaire(s)/ Consultant(s).
The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s)will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to
Subcontractors. The Monitor is under contractual obligation to treat the information and
documents of the Bidder(s/Contractor(s/subcontractor(s) with confidentialiry.
(4) The Principal will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The parties offer to the
Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will
so intbrm the Management of the Principal and request the Management to discontinue
or take corrective action, or to take other relevant action. The monitor can in this regard
submit non-binding recofirmendations. Beyond this, the Monitor has no right to demand
from the parties that they act in a specific manner, refrain from action or tolerateaction.
(6) The Monitor will submit a written report to the Director General (Road Development) &
Special Secretary within 8 to l0 weeks from the date of reference or intimation to himby
the Principal and, should the occasion arise, submit proposals for correcting problematic
situations.
(7) If the Monitor has reported to the Director General (Road Development) & Special
Secretary, a substantiated suspicion of an offence under relevant IPC/PC Act, and the
Director General (Road Development) & Special Secretary has not, within the reasonable
time taken visible action to proceed against such offence or reported it to the Chief
Vigilance Officer, the Monitor may also transmit this information directlv to the Central
Vigilance Commissioner.
(8) The word 'Monitor' would include both singular and plural.
(l ) This pact is subject to Indian Law. Place of performance and jurisdiction is the Registered
Otfice of the Principal, i.e. New Delhi.
(2) Changes and supplements as well as termination notices need to be made in writing.
(3) If the Bidder/Contractor/Concessionaire/Consultant is in a partnership or a consortium
Joint Venture partner, this pact must be signed by all partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder
of this agreement remains valid. In this case, the parties will strive to come to an
agreement to their original intentions.
(5) Any disputes/ differences arising between the parties with regard to term of this pact, any
action taken by the Principal in accordance with this Pact or interpretation thereof shall
not be subject to any Arbitration.
(6) The actions stipulated in this Integnty Pact are without prejudice to any other legal action
that may follow in accordance with the provision of the extent law in force relating to any
civil or criminal proceedings.
In witness whereof the parties have signed and executed this Pact at the place and date first done
mentioned in the presence of following witness:-
-)ba-
(For & On behalf of the Principal) (For & On behalf of the Bidderl Contractorl
Concessionaire/ Consultant)
(Office Seal )
Witness :2
rvl
(Name &
A c,r^) "-
Address):
fl Ap t
3-lA Ao,^!1 r,,nql1'/ ,\
{COUNTERSIGNED and accepted by:
JV Partner)
APPENDIX - IB
LETTER COMPRISING THE FINANCIAL BID
(Refer Clauses 2.1.4, 2.11 and 3.1.6)
Dated: 25/07/2022
The Chief Engineer, (Roads)
Public Works Department,
Government of Meghalaya
Lower Lachumiere-793001, Shillong
Sub: BID for “IMPROVEMENT INCLUDING WIDENING OF AGIA
MEDHIPARA PHULBARI TURA ROAD (PORTION FROM 67/600 KM TO
100/200 KM = 32.60 KMS)” ON EPC MODE.
Dear Sir,
With reference to your RFP document dated 08/06/2022, 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, I/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 RFP.
7. I/ We hereby submit our BID and offer a BID Price mentioned in the Financial Bid submitted
online for undertaking the aforesaid Project in accordance with the Bidding Documents and the
Agreement.
Yours faithfully,
Date: 25/07/2022
Place: Guwahati
(Shri Khoda Gyati)
Proprietor of M/s Amar Construction ,
Santipur, Nalbari, Assam
Name & seal of Bidder/Lead Member: Shri Khoda Gyati, M/s Amar
Construction Class III DSC ID of Authorised Signatory: 31 77 fa 3
rD
M/s Amar Construction
Santipu-r, Nalbar_i, Dist.- Na_lbari, Assa_m
APPENDIX. II
UNDERTAKING
Pronnotor-
(ShrlGyotl Khodo)
Proprietor of M/s Amor
Construclion
Sonlipur, Nolbori, Assom
GOVERNMENTOFMEGHALAYA
OFFICE OF THE EXECUTIVE ENGINEER, P.W.D.(ROADS),
N.E.C. DIVISION, TURA
*******
No. PW/NEC/RDS-04/806 Dated Tura, the 25 1h July 2022.
This is to certify that Mr. Indro Mondal General Manager of MIS Amar Constructions,
Santipur, Nalbari, Assam, has visited the site of 67th- 100th km of AMPT road on Sunday and
Monday i.e. the 24th & 25th July 2022 as per requirement of tender clause for the work
"Improvement including Widening of Agia Medipara Phublari Road (portion from 67/600 km to
100/200 km =32.6- kms) and satisfied himself of the overall actual condition of the road physically
as on the date of inspection.
fD.lL
(F.G. Momin)
Executive Engineer, P.W.D. (R)
N.E.C. Division, Tura.
*******
(R)
Executive Engineer, PWO
N.E.C. Olvi»ion, Tur a
E
I
,//,vo - Q t/r>
1>
qre
INDIA
(t
1. I, Shri Shymanta Ghosh, resident of Santipur, Nalbari, Dist- Nalbari, Assam aged about
43 Years do hereby solemnly affirm, declare, state and swear an oath, that I am a Degree
!- Holder in Civil Engineering having 15 years of experience, currently working as Project
Manager and I have been *'orking with IWs Amer Construction, Santipur, Nalbari, Dist.-
g Nalbari, Assam.
2. I, Shri Mudang Tade, resident of Santipur, Nalbari, Dist.- Nalbari, Assam aged about 36
t Years do hereby solemnly affirm, declare, state and swear an oath, that I am a Degree Holder in
Mechanical Engineering having 11 years of experience, currently working as Plant Engineer
I (Roads) and I have been working with IWs Amar Construction, Santipur, Nalbari, Dist -
Nalbari, Assam.
f,
H trlt! Amar
a
Propddor .,'
E
,f/uo - atzu u-
0a ///'+ /<+
3. I, Shri Sajal Banik, resident of Santipur, Nalbari, Dist.- Nalbari, Assam aged about 37
years do hereby solemnly affirm, declare, state and swear an oath, that I am a Degree Holder in
Civil Engineering having ll years of experience, currently working as Site Engineer and I
have been working with lWs Amar Construction, Santipur, Nalbari, Dist,- Nalbari, Assam.
4. I, Shri Sangkar Bishokormo, resident of Santipur, Nalbari, Dist.- Nalbari, Assam aged
about 34 years do hereby solemnly affirm. declare. state and swear an oath. that I am a Degree
Holder in Civil Engineering having l0 years of experience, currently working as Site
Engineer and I have been working with IWs Amar Construction, Santipur, Nalbari, Dist.-
Nalbari, Assam
5. I, Shri Kaling Tateh, resident of Santipur, Nalbari, Dist.- Nalbari, Assam aged about 28
years do hereby solemnly affirm, declare, state and swear an oath, that I am a Degree Holder in
Civil Engineering having 5 years of experience, currently working as Material Engineer and I
have been working with lWs Amar Construction, Santipur, Nalbari, Dist.- Nalbari, Assam.
C,aP We all do hereby solemnly and jointly aflirm and to declare on oath as follows:
That we are employees of a firm name and styled as M/s Amar Construction
+ Registered Address: Santipur, Nalbari, Dist.- Nalbari, Assam.
That we all are working as technical personals under the said firm.
v That the statements made above in this affidavit are true to the best of our knowledge
and belief and purpose of this affidavit is to use it as a piece of evidence to proof our
employment under the name firm before any Govt. authority for all purpose.
sl.
Name Signature
No.
I Shyamanta Ghosh ql/u^^-)^ I
2 Mudang Tade
,' Al)d*
J Sajal Banik
k v
4 Sangkar Bishokormo
@"
5 Kaling Tateh
.f,{
VERIFICATION
I Shri Khoda Gyati do hereby declare and state the statement made above are all true
and correct to the best of my knowledge, belief and information.
il,t Lrr'>--
oenogg$id
,
I Sign and verifu on the * dayoftuly'2022
rD
AMAR CONSTRLTCTION
DN COLLEGE ROAD. \-'I\.'FN.\-/!H4B ITANAGAR AXII INA'HAI 9EArrFqU-7O1 T 13
Year:
Location
Client:
1. Certification:
l, the undersigned, certify that to the best of my knowledge and belief, this CV conectly describes me, my
qualifications, and my experience. I understand that any willful misstatement described herein may lead to
my disqualification or dismissal, if engaged.
Mle Arnar
Proprtotor
Date:1810712022
Place: ltanagar
[Signature of staff member or authorized representative of the staff]
Name of authorized representative:
'
2BA03CV02
. .'
'
1,.,.
..,,,:),_'.,,,.s:,;
~. .~ecfianicaC:1iiflJi1ieer
t C
•
y
: ~. Seco1.rl4Cfass ·
01,8628·
'
~ ~ nil~ ,.
8',ef(f,3 t-~l''.ffi
,f/Mo-atEqq
-7R{
ffiffi
I ITIEI
rl, t'fr,
E ES
I Fsiqwt
I -I;flf.ret';lN @.
I J I L
l. The maintenance charge of the Machinery below Rs. 2,00,000/- will be bome by the second party. And
expenditure more than Rs. 2.00,0001- will be borne by first party
2. This hire has been mde for a period of I (One) year which can be extended for further period
with mutual with first party ad second party. Both the parties singed fiis Deed of
Agreement below mentioned witness;-
as
Executive Magistrate
Nx: l!,,EG'
.5t:la2!g'4"
Eqarr]]tvol(f/nr[[
2lor I soooo.oo
I-ffiEIffiffi-
toEL$ieRr"D\
Amounrch&g€abe (nsord6)
Twrnly !.c. Thlny Fiv. rhou..nd Eoht Hundrd Thiny o.. o.ty
12130085743
1213008574t
INVOICE
-l
. 70001
,-.,"N
E
I
I
I
TOPCON ENGINEERINC
</oa.nlnh.A,lr.n.9.r
Aruhxt.l Pr.d..h - r9lrrl
C/o l-t'tin{l,lte.t..
AEn*i.l Pr.ddi Ttrr r r
_
l
rrlr r-qr 6 r& a.3tt tl'-.d l1r dt'c r'd
d ,,i!,it|! f6 , b'..
w#n**
A,tft!, Bh6.dY
td!@er@ ar@,ltnogr
I
t ,
TOPCON ENGINEERING
t.dn ,lEEsnq
-.d,^tha.l*
I.3]lsd/la.El
ffir21
:.-tl-ru
SAIE CEI.TTII IT
czRftart ,lbrt 1^?a anoE zlxrLo l4E rr w @LRcre
aanrvat , tt ,r r,
A'l',, O IZ IACry:
,. cla. d tb t*!.,. lavr dE'lr, El4&l
J. ct xi- tE .
.-4--.
t.},-,.*
a, Er {rr
1. -. 4 .r,r!*
a. B rd r-t .l :
,. -.aat {r.drt a l-1. r:tr, ,
,t- lr.- xiL
r..- -raa! -.4r.!
,2-
tJ. '-5.',.- .a E.
,LEla,Ua
.,klet
D' b .,.L
., ra EL
.o EG ri a.e{it- d 6Dr
L- al-r .a a r{,
B. --. ix.l!. --aaaa
,t. tD.tLar
t!. wr,i!.t. t l., .blr6t d t. .D.{ atlo..d catdr b ae
addttd. .i!d erltd.-
E
, otar Mr ii-fria-
r.rt!- ,D|Irur
T{Et-
llhi5tiT;lr'*^'-*- Io r-
tb- vrra.
,trtr.rlr
|y![.v
rrlo-
i3.iiHffi*"--*. ,
i.ar{^r.rda. (.) :
iH; gY*'-'*.-
il ilts Ruau EtlilsTRu[Ttoil
rd.rd lt:lrJq ai.t(
Iia lllt r lri-hE L. tr &tr {.,rta rre. rp.
ro't lt+. f,r PII la f,. r iilrl
lessop
c*d tt, !38! - 2212t82
T
I rtr ct h Pi/,tssm
nttm/r6p40 171006
0{b
Ell 103 20 ?
t$?9 rr
h Prr tEiE
tr{I?[]! I
otspaltH atlvff
IUI!rJ0iulr0r,1
l/srlusL] tllNrRl]cu0l
n b r2rcEu30
aSILl2mB3z!
k Id hl!.. r+,F! ti tP
P.lb$k flrrl
k]tE lh ll13i r{65U
"$F
TAX INVOICE I
lr,/s. ll I'lll' ('()IS'f ll l'('Tl()-\
Alr'|dir.drl..l. ot G..'G (d.l.r Lt L GREA\,E
Aran.h ofia. ..r plc G.t N6 !,6.rd..&s. AruM.h.l Pad6h.
Regd Ofic.: P6rBorno.231, H-S.ctor, n.ar R.( Misrid H6pilal, tr.oaar, A.P slNca rB:
cuSToMEt laMC to. : f,c/6cUAALa/HTi/12 l1/O()9
. . .259et!:
,aou., ,, wddr alo 6 lhtt lhp Lltrr liErt nl,- rhd!.ra_f!! !o!i!d-rc.! q{ _ _
--- -
D;!r.;F-irra,-c;,frd...,r.- - _
FROM 21
rRok a7 (.) !'d O)l
SALE CERTIFICATE
C.nifi.d l'l.r GnEAVESC(ITTONLIl,lrEDfrtk TAiIDEMVIBRAmIY l(rl,lIf,,Mod.
r s, -ADr+r ha be, &li!.nd by !! io
a (Six)
Mofth and yc.r of m.tufacffe
S@1i.9 qt&ily (tncl Drivd) I (olE)
8200 Kg
ll Mdimun oldl. numbd
12
412018
tl
8200 Ka
t5
The abovc vehicle has ban d€livs.d agrinsr mLr No MT/RC lol.D/r&Plt2-t3/022
Drd 09122011 Ple& re8ists rhc $hc in rn cuslo@ri hahe a.d obli8e<!
1
ri
&*,#tr
kol'bIr,xMl'b.li.+ltrlM
s ,-f,
r'.,
DESPA TCH AO VICE
r r
c,.av8 Bona. Hiet r.nda; vibrabry Rolt.r, Bw- lsl-
. . ,
,
t!|! !, lqt ?a4O22r9p_{i3 ,-._-- --..-''r.-
El[la 9. tb-: 0 4. 896? t7 oo2211
Dler.t.h.d Tiru : ---
Pon ol t rlna I i.nd.ri.m
i-i-'aiiru-x-riaih.d--;; -- - -
JF
II ct
t-m
-=tr--
I u
IBffiEHIft$
.{l!.r}.\.t-4'rlh*/'
rdr. l{.dr444!r4@
roeru 21
ffim*eilm
6l&\,.''(l.l(.lt4,,11,jr4,iLAJ,
l
&- .rod,'a ot frrrt l
q6 a.nt nMlilt-.s..
A,u...lr.l ft.d.A -791 I r I
E.ra'Ear c tlE
* or firlllto?m
C/o A.nt tiDll,h.6.s.r
Adn-t.l lt d.ir -rcr rt I
_'t_'
,*--,v,W;-.-
.t"O--,
L&tturtll
"ql
c
r E
N
r-rEltu,.i;i-
E!--=*:EID
=-lr.E_
9(
..s,
II
I
ila
wEE..D,br.F.
i!e:.''|''*
F4h.E* drrurr
fr5r--
sr--
cEtttftcatE of REGrstR.arror
Dc!f,r
a-8.a -"
J.[ t-
--!- E= .,
tE-.i-Ih-
Tax Invoice
KAIVIRUP MACHIIYf,RY STORf,S PW.LTD Invoice No Dated
MILL STORIES & OIL ENGINES SPARE A.T, BH/HW00200/20-2t - I l8-December-2021
Road. Guwahati-791001 Delivery Note Mode/Terms of Pavment
GSTIN/UIN: 1 8AAACK8250B I ZT
State Name : Assam, Code : l8 Supplier's Ref. Other Reference(s)
oaTPUTCGST 9.t
OLITPATSGST 9 'Z
lzss ROANDOFF 3,00,000.00
27,000.00
27,000.00
(-)0.00
F 'Iotal
3,54,000-
Amount Chargeable (in \rords) E. & O.E
INR Thr.t Lakh Fifry Forr Thousatrd Only
'larable Central Tax State 'l ax Total Ta\ Amount
Value Rate Amount Rate Amount
.r,00,000.00 904 27,000.00 90/" 27,000.00 5,1,000.00
TAX INVOICE
TO, CST NO 1897991469s
.I'IN
NO t 8630056398
M/s AiIAR COilSTRUCrIOil
Reru, Zro, DisL lower Subansiri Arunaclral Prartesh
Your order/lnquiry No Date tr/os/2017
Bill/lnvoice o&s/AP /S -25-14
No
I VIBRATORY ROLLER
.ICB
Model DYNAPACCC 522 I 16.00,000.00 16,00,000.00
vMT330 Noofcylinders
4
Gross power 123 HP
Hydraulic system 64 Litre
Engine coolant 15 Litr,e
Fuel tank 80 Litre
Engine No : E436541X)
Chasis No : LGII[324ASFI[E107
TOTAL 16,00,000.00
YAT 4 o/o 64,000.00
Grand To{al 16,64,000.00
TAX INVOICE
TO, ('st'No I 8979914695
I
Smooth Wheeled Roller
JCB 23.68,000.00
Brand: DYNAPAC I 23.68.000.00
VMT No ofcylinders 4
115 Cross power I l0 HP
Hydraulic systern 60 Litre
Engine coolant 15.5 Litre
Fuel tank 80 Litre
Engine No : E{f6l1342
Chesis No : LGIfl)it24HHIrDO4la7
't-o]'At. 23,68,000.00
VAT 4Yo 94,720.00
Grand Total 21,62,720.00
The prices are based on current JCB price list materials dispatched
by ROAD/AlR/Safe hands. All Payments should made in favour
of Oja Automobiles Pvt. Ltd I T] RS
0 SYNEON Sl Syncon lnfiustrrdurc Serrices lndio Pvt. lfd.
Unit No. 29/30/31/3A331U, Plot o. D'UD2, Krishi lndustrial Estate,
TTC lndustrial Aroa, Near Indra Nagar,
Turbhe Navi Mumbai, aharashtra - 400705, lndia
INVOICE
Sold to: Ii.VOICE NO: DATE:
Itl/s AlrlAR. COilSTRUCTfOII
Reru, Aro, Dist lower Subamiri Arunadral sYiusArEs/528/E-O2 15l06l2(,17
Pradesh
Brand: Kesar
Automatim Grade: SernFAutornatic
Capacity: 150 to 200 Tons/Hour
Power Steering: Yes
I 7,t 0,000.00
153,900.00
OUTPATCGST 9'I 153,900.00
OATPUTSGST 9 'I c)0.0{
lzss ROUNDOFF
'lotal
I 20,t ?,800.00
Amounl Chargeable ( in uords ) E. & O.E
INR. Twcoty tnkh Scv.nleco Tho$rtrd Eight Hundrcd Ooly
Taxable Central 'Ia\ Stale Tax Total Ta\ Amounl
Value Rate Rate Amount
I 7. t 0,000.00 V/o r
-53,900.00 v/o 15J,900.00 3,07,E00.00