Sie sind auf Seite 1von 15

Request for Quotation (RfQ) for Short Listing Energy Audit Firms for Conducting

Detailed Investment Grade Energy Audit (IGEA) of Pandit Ravi Shankar Shukla
University (PRSU) Campus, Raipur, Chhattisgarh
RfQ No: CREDA/EC/F-11N/9222

Date: 06th October 2015

Last Date & Time for Submission of Bids: 20th October 2015 (From 11:00AM to 1:00PM)
Address for Submission of Bids:
Chief Engineer
CREDA
2nd Floor, CSERC Building, Shanti Nagar, Raipur 492001 (Chhattisgarh)

Any changes in the RfQ / last date for submission shall be published only in our website:
www.creda.in

For further information, may contact as stated below:


Shri Rajeev Gyani (Executive Engineer, CREDA)
Tel: 0771-4019240; Mobile: 8370008627
Shri Kamran Shaikh (Assistant Engineer, CREDA)
Tel: 0771-4019233; Mobile: 8370008628

DATA SHEET
Purpose

Bid Processing Fee

Earnest Money Deposit (EMD)


Last Date & Time of Submission of
Bids
Bid Validity
Address for Submission of
Bids
Date & Time of Opening of
Technical Bids
Date and Time of Opening
of Financial Bids

Conducting Detailed Investment Grade Energy Audit of Pandit


Ravishankar Shukla University (PRSU) Campus, Raipur,
Chhattisgarh
Rs. 5,000/(To be submitted as Demand Draft in favour of
CREDA, payable at Raipur along with Technical bid. Bids
submitted without Bid Processing Fee shall not be considered)
Rs. 50,000/(To be submitted as Demand Draft in favour of
CREDA, payable at Raipur along with Technical bid. Bids
submitted without EMD shall not be considered)

20th October 2015 (From 11:00AM up to 1:00PM)


3 Months from Last Date of Submission of Bids
Chief Engineer
CREDA
2nd Floor, CSERC Building, Shanti Nagar, Raipur 492001
(Chhattisgarh)

20th October 2015 (3.30PM)


To be announced later after technical evaluation

(1) INTRODUCTION
CREDA has been constituted on 25th May 2001 under the Department of Energy,
Government of Chhattisgarh for implementation of various schemes pertaining to
Renewable Energy sources and Energy Conservation activities. The Government of
Chhattisgarh has notified CREDA as the State Designated Agency (SDA) of Bureau of
Energy Efficiency (BEE), Ministry of Power, Govt. of India to coordinate, regulate and
enforce the provision of the Energy Conservation Act-2001 and implement schemes under
the said Act of Ministry of Power, Govt. of India within the State of Chhattisgarh. Under this
mandate, CREDA promotes & implements energy efficiency and conservation activities in
the State of Chhattisgarh.
This RfQ document is for hiring of an Agency for conducting Detailed Investment Grade
Energy Audit (IGEA) of Pundit Ravishankar Shukla University (PRSU) campus, Raipur,
Chhattisgarh. The University is located in the western part of Raipur city and spread on 207
acres of land. The main objective of this RfQ is to identify the energy conservation
opportunities in the energy consuming equipments and to suitably suggest and associate
with PRSU in implementation of energy saving projects to ensure the suggested gains. This
would involve carrying out an in detailed IGEA of the Buildings of PRSU to improve its
overall energy efficiency leading to cost reduction/savings and in particular to review the
present energy consumption scenario, monitor and analyze the use of energy and explore
energy conservation options, submission of a Detailed Audit Report (DAR) containing
recommendations for improving energy efficiency with cost benefit analysis and technical
specifications for any retrofit options with list of suppliers/manufacturers of energy efficient
technologies.
The main source of energy to PRSU is electricity from CSPDCL. The energy cost of PRSU
during the year 2014-15 was Rs. 56.11Lacs.

(2) SCOPE OF WORK


The scope of work should include a detailed study for energy conservation options of
various energy sources like Electricity and fuel oil in the campus and recommendation with
detailed techno economic and cost benefits. The broad scope of study should be to review
present electricity & fuel consumption and utilization practices and estimation of energy
consumption in various load centres like, but not limited to, Lighting, Air-Conditioning, Water
Pumping and end user applications. The report also should include pictures of present
electrical areas / devices like Main Electric Panels, UPS Rooms, Condition of Wirings, etc.
(A) Electricity Supply and Distribution Network
(i)
Detailed examination of the existing energy use of the facility with break up.
(ii)
Review of present electrical distribution like Single Line Diagram (SLD), transformer
loading, cable loading, normal & emergency loads, electricity distribution in various
areas/floors/buildings etc.
(iii)
Study of reactive power management and options for power factor improvement.
(iv)
Study of Power quality issues like harmonics, current unbalance, voltage unbalance,
etc. and improvements of the same.
(v)
Study on Metering system and suggestion for improvement
(vi)
Energy distribution Break up on floor wise and department wise

(vii)

(viii)
(ix)

Infrared Thermography - HT/LT panels where applicable, DBs, MCBs, SMDB (Light
& Power), MDB (Light & Power), Wall & Floor Sockets, Stabilizers, UPS, A/C Units,
Exposed Terminations of Cables, exposed cables/wiring, etc.
Suggestion for reducing the network loss and to improve monitoring system
Exploring the Energy Conservation Measures (ENCON)

(B) Lighting System


(i)
Examination of the lighting system in all the areas, measurement of illumination
levels, etc. to improve lighting efficiency and optimizing lighting levels as per
Standards
(ii)
To look possibilities to reduce energy use by incorporating energy efficient lighting
system, equipments and lay out changes.
(iii)
Study of operating electrical parameters like voltage etc. in the lighting circuit.
(iv)
Detail Lux level survey at various locations and comparison with the acceptable
standards.
(v)
Analysis of lighting performance indices like lux, lux/watt, lux/watt/m2 and
comparison with norms of high rise buildings.
(vi)
Exploring Energy Conservation measures in Lighting Systems (ENCON)
(C) Diesel Generators (DG) Sets
(i)
Review of DG set Operations.
(ii)
Performance Assessment of DG Sets in terms of Specific Fuel Consumption (SFC)
i.e. kWh/Litre
(iii)
Exploring Energy Conservation options (ENCON) in DG Sets
(D) Water Pumping System
(i)
Review of water pumping, storage and distribution system.
(ii)
Performance Assessment of all major water pumps i.e. power consumption V/s flow
delivered, estimation of pump efficiency, etc.
(iii)
Exploring the Energy Conservation measures (ENCON) in water pumping system.
(E) Motor Load Survey
(i)
Conducting the motor load survey of all drives to estimate % loading.
(ii)
Exploring the Energy Conservation measures (ENCON) in system.
(F) Energy Monitoring and Accounting System
(i)
Detail review of present energy monitoring & accounting system in terms of
metering, record keeping, data logging, periodic performance analysis etc.
(ii)
Recommend for effective energy monitoring & accounting system.
(G) Others
(i)
Review of present maintenance practice, replacement policies and building safety
practices as applicable to high rising buildings and recommend for improvements.
(ii)
Cost benefits Analysis of each ENCON options indicating simple payback period,
Return on Investment (ROI), internal rate of return (IRR)
(iii)
Preparation of Detail Project Report and submission of the same to CREDA
(iv)
Compilation of detailed report comprising of observations, recommendations with
adequate financial justifications, vendor support data etc.
(v)
All the data collected from PRSU to be tabulated properly and submitted along with
detailed report in the form of Soft copy and Hard Copy.

(3) MINIMUM ELIGIBILITY CRITERIA


(A) The bidder submitting bids for this assignment should fulfil the following minimum
criteria:
(i)
Is an agency registered/incorporated in India
(ii)
Should be empanelled with either with CREDA / BEE / EESL (Enclose relevant
supporting document)
(iii)
The agency should have completed at least 5 studies / analysis in the areas related
to energy efficiency and conservation.
(iii)
Should have carried out at least 3 detailed energy audits of organisation with a
minimum connected load of 500 kW. Preference would be given to those bidders
who have done Energy Audits of Buildings.
(iv)
Should have minimum 02 nos. of Energy Auditors on regular payroll of the firm to
carry out the work (Enclose relevant documents)
(v)
Should have minimum 6 categories of energy auditing instruments including Lux
Meter, Power Analyser, Flue Gas Analyser, Fluid Flow Meter, High Temperature
Thermometers
(vi)
Should have achieved a minimum annual financial turnover of Rs. 20 Lacs at least
once in the last 3 years and Profitable for at least two (2) of the last 3 years i.e.
FY2012-13, 2013-14 and 2014-15. The bidder should submit balance sheet and
profit & loss statement for the relevant Financial Year(s) in which the minimum
criteria are met. However, in case of the non-availability of the same, certified
statement from a Chartered Accountant of the bidder shall be accepted
(vii) Not be involved in any major litigation that may have an impact affecting or
compromising the delivery of services as required
(viii) Not be black-listed by any Central / State Government / Public Sector Undertaking in
India
(B) The Team Head should fulfil the following minimum requirements:
(i) Should have a Bachelor degree in Engineering preferably in Mechanical, Civil or
Electrical with minimum 2 years of relevant experience in energy conservation sector.
(ii) It is desirable that the consultants should have experience in similar assignments in
India i.e. Electric audit work executed in Government/Private/Public Sector Undertakings
(iii) Should have proven record in high quality documentation assignments
(iv) Should have experience in reviewing the projects, project reports, etc.

(4) DELIVERABLES IN THE DETAILED AUDIT REPORT (DAR)


The DAR should contain the following information:
Methodology adopted for the study.
Present energy scenario of PRSU Building.
Detailed analysis of data or the Preliminary Audit Report obtained through field visits,
trial measurements by appropriate instruments (having valid test and calibration report),
calculations made and the basis thereof, keeping in view the scope of work, discussions
with concerned building executive personnel, etc.
Review of key documents and records
Recommendations for energy saving options in all possible areas with cost benefit
analysis.
Technical specifications for any retrofit options.
List of Suppliers/Manufacturers of energy efficient technologies.

(5) FEES
All bids must be accompanied by a non-fundable Bid Processing Fee (BPF) of Rs.
5,000/- (Rupees Five Thousand Only) and Earnest Money Deposit (EMD) of Rs.
50,000/- (Rupees Fifty Thousand Only)
The BPF and EMD shall be in the form of two crossed Demand Draft drawn on any
nationalized/ scheduled bank in favour of CREDA payable at par in Raipur.
These should be included separately from the technical and financial proposals.
Proposals not accompanied by BPF and EMD shall be rejected as non-responsive.
No bidder shall claim for any relaxation in BPF and / or EMD
EMD will be retained as security deposit and will be refunded after the completion of
contract
No interest shall be payable by CREDA on EMD
No bank guarantee will be accepted in lieu of EMD.
The EMD of the unsuccessful bidders would be returned back within one month of
signing of the contract.
The EMD shall be forfeited by CREDA in the following events:
If proposal is withdrawn during the validity period or any extension agreed by the
bidder thereof.
If the proposal is varied or modified in a manner not acceptable to CREDA after
opening of Proposal during the validity period or any extension thereof.
If the bidder tries to influence the evaluation process.
If the bidder withdraws its proposal.
In the event of any refusal or delay on the part of the successful bidder to accept
CREDAs offer for award of work or sign and execute the contract on acceptance of
his bid.
The successful bidder delays the commencement of work as per the contract.

(6) GENERAL INSTRUCTIONS


(i)
Submission of Bids:
a.
The bids will be in two envelopes marked A & marked B. Envelope A should contain
only technical bid documents as specified and Envelope B should have a price bid.
b.
Envelope A should only contain Bid Documents, Pre-qualification documents, BPF,
EMD & Offer Letter and should be super scribed Technical Bid Documents for
Detailed IGEA of PRSU and should be properly sealed
c.
Envelope B should contain the price bid and super scribed Price Bid for Detailed
IGEA of PRSU and should be properly sealed
d.
Both these envelopes should be placed in a third envelope, properly sealed and
super scribed Bid Documents for Detailed IGEA of PRSU
(ii)
The eligible bidder shall sign & stamp all pages of the Bid document. Any page not
signed / stamped / missing shall be rejected as non-responsive
(iii)
The bidder is expected to examine all the instructions, terms and condition and
formats in the RfQ. Failure to furnish all the necessary information as required by the
RfQ on submission of a proposal not substantially responsive to all the aspects of
the RfQ shall be at Bidders own risk and may be liable for rejection
(iv)
The Bidder should include and mark clearly all relevant documents that are easily
identifiable for consideration for technical evaluation.
(v)
The Bidder shall bear all costs associated with the preparation and submission of
bids, including cost of presentation for the purposes of clarification of the bid, if so
desired by CREDA. CREDA will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of bidding process.

(vi)

The bid and all associated correspondence shall be typed / written in English and
shall conform to prescribed formats, provided that any printed literature furnished by
the bidder may be written in another language so long the same is accompanied by
an English translation in which case, for purposes of interpretation of the bid, the
English translation shall govern. Any interlineations, erasures or over writings shall
be valid only if they are initialled by the authorized person signing the Proposal.
(vii) The bid shall be signed by the Bidder or duly authorized person(s) to bind the Bidder.
The letter of authorization shall be indicated by written Power of Attorney and shall
accompany the Bid.
(viii) Bids received by fax / email shall be treated as defective, invalid and rejected. Only
detailed complete proposals in the form indicated above received prior to the closing
time and date of the proposals shall be taken as valid. CREDA shall not be liable for
any delay in postal / courier services
(ix)
CREDA requires that recipients of this document to maintain its contents in the same
confidence as their own confidential information and refrain from any public
disclosure whatsoever.
(x)
Only the intended bidders confirming to the minimum eligibility criteria shall be
considered
(xi)
The intended bidders are requested to inspect the site, if required, before submitting
the offer. The bidder shall be deemed to have carefully examined the work and site
conditions including labour, the general and special conditions, the job requirements,
schedules of equipments and drawings and shall be deemed to have visited the site
of work, to have fully informed himself regarding the local conditions and carried out
his own investigations to arrive at the matter concerning the contract he shall in good
time, before submitting his bid, ascertain the particulars thereof by contacting the
concerned officials before bidding.
(xii) The rate for work shall be inclusive of all taxes, duties; works contract tax, sales tax,
service tax, VAT etc.
(xiii) The amount quoted shall be written in both words as well as in figures. In case of
any difference of amount in figures and words, the lowest amount shall be
considered
(xiv) Conditional bids will not be accepted and will be summarily rejected.
(xv) CREDA reserves the right to reject any bid without assigning any reason and to
restrict the list to any number deemed suitable by it, if too many applications are
received satisfying the minimum eligibility criteria.
(xvi) The Bidder shall provide name & CV of personnel of the agency who shall be the
Team Head assigned to work at site. The CV must have name of staff,
profession/designation of staff, proposed position in the team, whether employee of
the firm or consultant; if employee, then number of years with the firm, key
qualifications, academic background, experience and languages known.
(xvii) The Bidder shall not sub-let the whole of the works, except where otherwise provided
in the contract. The Bidder shall not sub-let any part of the work, without prior written
consent of CREDA and such consent if given, shall not relieve the Bidder from any
liability or obligation under the contract and he shall be responsible for acts, defaults
or negligence of any sub-contractor, his agents, servants or workmen as fully as if
they were the acts, defaults or negligence of the agency, his agents, servants or
workmen.
(xviii) In the event of the successful Bidder failing to complete the works within the
stipulated or authorized extended period of completion, CREDA may, not
withstanding anything contained to the contrary in the RfQ, cancel the work at any
time without being liable in any manner whatsoever, by giving 7 days notice in writing
to the Bidder and proceed to complete the work or get completed the work through

other bidder, the works which have remained in complete or not done at that time of
such termination at the risk and cost of the Bidder and in which case the EMD of the
bidder shall stand forfeited and be absolutely at the discretion of CREDA.

(7) CONFLICT OF INTEREST


(i) CREDA requires that the Bidder should provide professional, objective, and impartial
advice and at all times hold the CREDAs interests paramount, strictly avoid conflicts
with other assignments/jobs or their own corporate interests and act without any
consideration for future work.
(ii) The Bidder shall not receive any remuneration in connection with the assignment except
as provided in the work contract.
(iii) Bidders shall not be engaged for any assignment that would be in conflict with their prior
or current obligations to other clients, or that may place them in a position of being
unable to carry out the assignment in the best interest of CREDA.
(iv) All legal proceedings in connection with this work shall be subject to the local civil courts
at Raipur only
(8) RIGHTS OF CREDA
CREDA reserves the right to accept or reject any Proposal, and to annul the hiring process
and reject all Proposals at any time prior to the signing of the agreement, without thereby
incurring any liability to the affected Bidder(s) or any obligation to inform the affected
Bidder(s) of the grounds for such decision.
(9) CLARIFICATIONS & AMENDMENTS TO RFQ
(i) During technical evaluation of the proposals, CREDA may, at its discretion, ask Bidders
for clarifications on their proposal. The Bidders are required to respond within the time
frame prescribed by CREDA.
(ii) At any time prior to the last date for receipt of bids, CREDA, may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective
bidder, modify the RfQ Document by an amendment. In order to provide prospective
respondent reasonable time in which to take the amendment into account in preparing
their bids, CREDA may, at its discretion, extend the last date for the receipt of Bids
and/or make other changes in the requirements set out in RfQ and/or cancel the RfQ.
The amendments shall be notified through CREDAs website (www.creda.in) and such
amendments shall be binding on them.
(10) TIMELINES, DELIVERABLES&PAYMENTS INCLUDING PENALTY
(i) The successful bidder shall complete the work as per the time schedule stated below:
Issue of Work Order by
CREDA

Commencement of IGEA
Within 15 days of receipt of
order from CREDA

Expected Completion Date


Within 60 days from the date
of issue of work order

(ii) The payment will be made as per the following schedule:


a. 40% after completion of field studies and measurements & submission of the
Preliminary Audit Report to & accepted by CREDA.
b. 20% after submission & acceptance of the Draft Audit Report by CREDA
c. 40% after submission & acceptance of the Final Audit Report by CREDA
(iii) If the bidder fails to complete the ordered works within stipulated period, CREDA may
cancel the relevant order and in the event of CREDA allowing the firm to carry on with
the works upon such delay, penalty fee at the rate of 1% of the cost of incomplete work
per week or part thereof shall be deducted from the payment or EMD, subject to the

condition that such penalty shall not exceed 5% of the total value of incomplete portion
of the work.
(iv) All applicable taxes as deductable at source will be deducted from the bill amount.
(v) No living accommodation and/or transportation for the personnel of the auditing firm
shall be provided by CREDA.

(11) PRELIMINARY SCRUTINY & EVALUATION OF PROPOSALS


(i) Preliminary scrutiny of the proposal will be made to determine whether they are
complete, whether required fees have been furnished, whether the documents have
been properly signed, and whether the bids are generally in order. Proposals not
conforming to such preliminary requirements will be prima facie rejected
(ii) The proposals would be evaluated on the basis of the pre-qualification criteria and firms
prior experience in the areas mentioned above. The specific experience of the Firm&
Team Head will be evaluated on the basis of the following information provided in
Envelope-A along with the prescribed documents:
Evidence of having successfully carried out similar assignments.
Evidence of having successfully carried out assignments with Government.
Sufficient size, organization and management to carry out the entire project.
Specialized skills and creativity related to the assignments.
(iii) The price bids of the technically qualified bidders will be opened and contract will be
awarded to the lowest price bidder.

Annexure A
Format for Covering Letter (On Bidders Letter Head)
Date:
To,
Chief Engineer, CREDA
2nd Floor, CSERC Building, Shanti Nagar, Raipur, CG 492001
Sir,
Sub: Hiring of a Agency for Carrying Out Detailed Investment Grade Energy Audit
(IGEA) of Pundit Ravi Shankar Shukla University (PRSU) Campus, Raipur
1. I/We, the undersigned, having read and examined in detail the RfQ documents do
hereby express our interest to provide carry out energy audit as specified in the RfQ.
2. I/We have read the provisions of RfQ and confirm that these are acceptable to us and
further declare that additional conditions, variations, deviations, if any, found in our
proposal shall not be given effect to.
3. We agree to abide by this proposal consisting of this letter, the Pre-qualification and
Technical Proposal, the duly notarized written power of attorney, and all attachments
4. Until the formal final Contract is prepared and executed between us, this Proposal shall
constitute a binding contract between us.
5. We hereby declare that all the information and statements made in this proposal are
true and accept that any misinterpretation contained in it may lead to our
disqualification.
6. We understand you are not bound to accept any proposal you receive.
7. We understand that you are not bound to accept the lowest or any bid you may receive
8. All personnel listed in the technical proposal will be available to provide the required
services for the work as set out in the technical proposal
9. I / We further understand that pre-qualification and selection of Team Head will be in
accordance with CREDAs terms and conditions subject to the authority of CREDA to
alter or amend the same keeping in view of the exigencies of the work.
10. We have not indulged in any corrupt or fraudulent practices in preparing this proposal.
11. The person signing the cover letter and the proposal has due authorization.
12. We shall bear all costs incurred in connection with the preparation and submission of
the proposal and to bear any further pre-contract costs
13. We are not involved in any major litigation that may have an impact of affecting or
compromising the delivery of services as required under the Project.
14. We are not black-listed by Central/State Government /Public Sector Undertakings in
India.
15. Our correspondence details are as stated below:
1
2
3
4
5

Name of the Bidder


Address of the Bidder
Name of the contact person to whom all references
shall be made regarding this RfQ
Designation of the person to whom all references
shall be made regarding this RfQ
Address of the person to whom all references
shall be made regarding this RfQ

6
7
8

Telephone (with STD code)


E-Mail of the contact person
Fax No. (With STD code)

We have enclosed the following:


i)
BPF & EMD
ii)
Annexure - B
iii)
Annexure C
iv)
Annexure D
v)
Registered Power of Attorney executed by the Consultant in favour of the Principal
Officer or the duly Authorized Representative, certifying him/her as an authorized signatory
for the purpose of this RfQ

Thanking you,
Yours faithfully

(Signature of Authorized Person for this Application)


Name:
Designation:
Stamp of Company/Firm:
Date :
Place :
Witness:
Signature
Name
Address
Date

10

ANNEXURE B
Format for Eligibility of Bidder
Sr. No.
1
2
3

Particulars
Name of Bidder
Address of Agency
Year of Registration
Incorporation in India*

Details

/
FY2012-13

FY2013-14

Annual
Turnover from
Consultancy Services** (In
Rs. Lacs)
Annual Profit** (In Rs. Lacs)

*Enclose a copy of Registration document


**The Agency should not include the figures of the subcontractors.

Signature of the CA with seal


Name _____________________
Membership No. ____________________

(Signature of Authorized Person for this Application)


Name:
Designation:
Stamp of Company/Firm:
Date:

11

FY2014-15

Annexure C
Format for Prior Experience of Bidder
Assignment / Job Name:
Nature of Assignment:
Description of Project
Approx. value of the contract (in Rupees):
Location within country:
Duration of Assignment / Job (months):
Name of Client:
Address and Contact Details:
Start date (month/year):
Completion date (month/year):
Work Order Reference No. & Date
Name of senior professional staff of your firm involved
and functions performed
Description of actual Assignment/job provided by your
staff within the Assignment/job along with the
achievements
Note:
(i) Please attach Letter of Intent or Work Order or Certificate of successful completion for
each project, from the respective Client(s).
(ii) Please mentioned clearly the all information for evaluation of minimum technical
requirements. CREDA shall not be responsible for vague/not clearly stated requirements as
required for evaluation.

(Signature of Authorized Person for this Application)


Name:
Designation:
Stamp of Company/Firm:
Date:

12

Annexure D
Format for Prior Experience of Team Head
Name
Age
Qualification
Present Designation in the Organization
Experience
Nature of Works Handled
Name of Projects Handled
Date from which employed in your organization
Indicate details of experience for similar projects
Note:
(i) Indicate other points, if any, to show technical and managerial competency to indicate
any important point in your favour.
(ii) Please mentioned clearly the all information for evaluation of minimum technical
requirements. CREDA shall not be responsible for vague/not clearly stated requirements as
required for evaluation.

(Signature of Authorized Person for this Application)


Name:
Designation:
Stamp of Company/Firm:
Date:

13

Format for Price Bid (On Bidders Letter Head)


Date:
To,
Chief Engineer, CREDA
2nd Floor, CSERC Building, Shanti Nagar, Raipur, CG 492001
Sir,
Sub: Price Bid for Carrying Out Detailed Investment Grade Energy Audit (IGEA) of
Pundit Ravi Shankar Shukla University (PRSU) Buildings
Sr. No.

Description of Work
Detailed Investment Grade Energy
Audit of Pandit Ravishankar
Shukla
University,
Raipur
(Chhattisgarh) and submission of
recommendations as per the scope
of the work

Rate (Rs.)

Amount (Rs.)

Lump-sum

Applicable Service Tax

-------------------%

-----------

TOTAL
Note: The Quoted rates shall be inclusive of all taxes, duties, works contract tax, sales tax,
service tax, VAT, etc. No extra payment will be made in any account for the above work.
Amount in words (Rupees only)
Amount in Words: Rupees _______________________________________

(Signature of Authorized Person for this Application)


Name:
Designation:
Stamp of Company/Firm:
Date:

14

Das könnte Ihnen auch gefallen