Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
NATIONAL INSTITUTE OF TECHNOLOGY, WARANGAL - 506004
TELENGANA (INDIA)
Tender No. NITW/CS-28/LabFurniture/2021-22/ Date: 25-10-2021
INVITATION FOR SUPPLY OF LABORATORY FURNITURE ITEMS
Established vendors with proven track record and experience in the supply of concerned items are
invited to submit their most competitive bids on or before 17-11-2021 at 11.00 AM.
Important Dates:
1 Pre-Bid meeting
09th November 2021 @ 11.00 AM Venue: Central Stores Meeting Hall
2 Last Date for Submission of Tenders 17th November 2021 up to 11:00 AM
3 Date of Opening of Technical Bids 17th November 2021 at 11:30 AM
* Any queries should be addressed to [email protected] on or before 08th November, 2021, so that the same can be clarified in pre-bid meeting.
Prospective bidders may download the Tender document from
https://eprocure.gov.in/eprocure/app - Tenders by Organisation – National Project
Implementation Unit - World Bank Tenders – NATIONAL INSTITUTE OF TECHNOLOGY
WARANGAL and https://nitw.ac.in/main/update/Jobs/Tenders/ submit the ebids on-line as
per the Tender Document.
The bidders should remit a non-refundable tender fee of Rs. 1,180/- (Rs.1000 + GST @ 18% =
Rs.1180/-) (Rupees one thousand one hundred Eighty only) and EMD by NEFT Beneficiary name:
DIRECTOR NITW, Account No. 52109375198, IFSC Code: SBIN0020149, Bank Name: State Bank of
India, Branch address: NIT COMPLEX, HNK-KAZIPET MAIN ROAD, WARANGAL - 506004. The
proof of NEFT details alongwith a forwarding letter are required to be submitted with Technical Bid. The
technical bids of those who have not submitted the tender fee will be rejected as technically disqualified. No
exemption is applicable in payment of tender fee for bidders having registration with MSME, NSIC, etc.
EMD is exempted for the vendors who are registered with MSME, NSIC and National Institute of
Technology, Warangal. They have to submit registration certificate along with Technical Bid. The Vendor
whose EMD or exemption certificate is not submitted by due date their bid will be rejected.
Tender Cost : Rs. 1,000/- + GST @ 18% = 1,180/-
EMD : Rs. 2,00,000/-
The Institute GSTN/IEC details are as follows.
GST No. 36AACAN7241H2ZK
I. GENERAL CONDITIONS OF CONTRACT (GCC):
1. Validity of the offer: The Offer shall be valid for 120 days from the date of opening.
2. Clarification of bids: During opening or evaluation, the purchaser may at its discretion, seek the
required clarification from the bidders. However, no change in prices or substance of the bid shall be
sought, offered or permitted. If the bid is not substantially responsive, it will be rejected by the Purchaser
and may not subsequently be made responsive by the Bidder by correction of the non-conformity.
Unsigned communication/ bids will not be accepted and will be rejected summarily.
3. EMD: EMD for the specified amount shall be submitted along with the offer by NEFT Beneficiary
name: DIRECTOR NITW, Account No. 52109375198, IFSC Code: SBIN0020149, Bank Name: State
Bank of India, Branch address: NIT COMPLEX, HNK-KAZIPET MAIN ROAD, WARANGAL -
506004. The proof of NEFT details along with a forwarding letter are required to be submitted to the
Director, NITW. No interest will be paid on the EMD. The EMD will be forfeited, if the bidder withdraws
his tender during the validity period of the bid.
4. Prices: As per the Format under the heading FINANCIAL BID is enclosed to this bid document.
Concessions extended to Educational Institutions, if any shall be mentioned in the offer.
5. GST: Inclusive/Exclusive, Indicate prevailing tax on percentage basis. GOI Notification No. 47/2017,
dated 14-11-2017 Central Tax & 45/2017 GoMs No. 250 (TS), dated 21-11-2017 as amended from time
to time and certified copy of Certificate along with a covering letter signed by the Director will be
arranged after receiving the order Acknowledgement.
6. Rates: a) FOR Destination / Ex-works, b) Estimated packing, Forwarding and Freight Charges in case
of E-works only, may be mentioned on percentage basis.
7. Insurance: Inclusive/Exclusive: indicate on percentage basis, in case payable by the Institute.
8. Payment: Payment will be made through RTGS/NEFT upon receipt of ordered item and its satisfactory
performance and on production of bank guarantee at the rate of 10% of the order value wherever
applicable.
9. Liquidity Damage (LD) Clause: The supplies shall be effected as per agreed specifications, quality
and other terms & conditions within the stipulated delivery period. If not delivered in stipulated delivery
period it will attract Liquidity Damage (LD) clause as late delivery charges @ 0.5% per week or part
thereof to maximum of 10% will be deducted from basic price of order item.
10. Evaluation: Evaluation of the Bids shall be made strictly in terms of provisions and criteria disclosed
in the bidding document for the quantities mentioned in the bid. However, the Institute reserves the right
whether to purchase the total quantities or in part thereof.
Notwithstanding the above, the Purchaser reserves the right to accept or reject any quotation, cancel the
bidding process and reject all quotations at any time prior to the award of the contract. Also, the Director
reserves the right to cancel the purchase order if the firm fails to comply with the delivery schedules
without any notice and bid security/EMD will be forfeited accordingly.
11. Security deposit cum Performance Security: The successful tenderer will have to deposit @ 3% of
the order value within 07 days of issuance of LOI/order towards Security Deposit cum Performance
Bank Guarantee for a warranty period in the form of Demand Draft or Bank Guarantee. Else the offer
is liable for rejection and the EMD will be forfeited.
12. Corrupt or Fraudulent practices: The bidders shall observe the highest standard of ethics during the
whole transaction. Contrary to the above the offer will be rejected for award of contract and firms will
be declared as ineligible even for further period as deemed fit by the Institute.
13. JURISDICTION: The Courts of Warangal alone will have the jurisdiction to try and any matter dispute
or reference between the parties arising of this agreement/contract.
In addition, the Special Conditions of Contract (if mentioned along with the specifications of the
item) shall supplement these General Conditions of Contract. Wherever there is a conflict, the
provisions mentioned in the SCC shall prevail over these General Conditions of Contract.
Please note that the institute reserves the right to accept or reject any bid and to annul the bidding
process and reject all bids at any time prior to the award of contract, without thereby incurring
any liability to the affected Bidder or bidders.
II. SPECIAL CONDITIONS OF CONTRACT (SCC)
DESCRIPTION OF THE PARTS OF ISLAND BENCH AND WALL BENCH
DESCRIPTION UNIT TOTAL
QTY
ISLAND BENCH
140X150X90CM NO 1
2cm THICK JET-BLACK GRANITE WORKTOP WITH 9MM THICK PLYBASE (150 CM DEPTH) RMT 1.4
UNDER BENCH 1 DRAWER/STORAGE CABINET 60cm WIDE,60cm Height 48cm DEPTH WITH LOCKS
NO 2
DRAWER 60CM WIDE WITH INNER STORAGE SPACE NO 2
SIDE FRAME ,70CM DEPTH, 86CM HEIGHT NO 4
6 CM HEIGHT FRONT RAIL RM 2.7
BACK FRAME,132CM LONG NO 2
12MM THICK BACK KNEE SPACE PANEL, HIGH RM 2.6
VERTICAL SERVICE BOX 30CM HIGH NO 1
REAGENT RACK, SERVICE BOX 140 CM LONG NO 1
REAGENT RACK, SERVICE STUDS NO 2
16MM THICK JET-BLACK DOUBLE SIDE POLISHED GRANITE WITH STOPPER, 140CM LONG SHELF
NO 2
SERVICE PANEL 60CM HIGH NO 2
6/16 AMPS ELECTRICAL SWITCH SOCKET & MODULE PLATE NO 4
WALL BENCH
140X75X75CM NO 1
2cm THICK JET-BLACK GRANITE WORKTOP WITH 9MM THICK PLYBASE (75 CM DEPTH) RMT 1.4
UNDER BENCH 1 DRAWER/STORAGE CABINET 60cm WIDE,48cm DEPTH WITH LOCKS NO 1
DRAWER 60CM WIDE WITH INNER STORAGE SPACE NO 1
SIDE FRAME ,70CM DEPTH, 71CM HEIGHT NO 2
6 CM HEIGHT FRONT RAIL RM 1.35
BACK FRAME,132CM LONG NO 1
12MM THICK BACK KNEE SPACE PANEL, HIGH RM 1.3
SERVICE PANEL 45CM HIGH NO 2
SINGLE SIDED MS POWDER COATED ELECTRIC TRUNKING BOX NO 2
6/16 AMPS ELECTRICAL SWITCH SOCKET & MODULE PLATE NO 2
TECHNICAL SPECIFICATION FOR FABRICATION, SUPPLY, INSTALLATION, TESTING, VALIDATION AND
HANDING OVER OF LABORATORY FURNITURE
IMPORTANT NOTE: - All specifications shall be read in conjunction with the attached drawings &
bill of quantities (BOQ).
Specifications for Island Bench & Wall bench
a. Worktop:
The Island Bench and Wall Bench Worktop shall be made of 2cm thickness, high-quality Jet-Black Granite
with proper surface sealing with 9mm thick plywood base.
b. Cantilever /C- Framework: Framework shall be of 90cm for standing height for Island Bench and 75cm
for Wall Bench. Worktop shall be supported on heavy duty cantilever steel frame work. All frame work
shall be made of appropriate sections as given in the drawings and made of cold rolled mild steel
(TATA/Jindal or equivalent superior brands) of 3mm thickness or higher. Frame shall be of rectangular
cross section. Frame work shall be designed for safe loading of worktops of up to 210 kilograms per square
meter and to keep service space between wall and under bench units. Frames shall be connected to each
other by means of a front runner of 60mm. Steel frames shall have following dimensions.
Vertical frame of minimum 60x40mm
Horizontal frame top 60x40mm
Horizontal frame bottom 80x40mm
Horizontal Front Rail 60x30mm
All frame works shall be phosphated, primed and polyester powder coated in required color to a thickness
of 60-90 microns and hardened at 260 degrees Celsius. Each cantilever leg shall have adjustable threaded
foot of non-abrasive material such as tough plastic, Nylon etc.
Bottom frame end should be cornered and smoothened for safety.
c. Under bench Storage cabinet and drawer unit:
Under bench storage cabinets and drawers shall be of modular type (detachable from the bench). Under
bench storage cabinets and drawers shall be mounted without being obstructed by the cantilever
frames.
The size of the under-bench cabinet (W x H x D):
600x600x480 mm. (for Island bench).
600x450x480mm (for wall bench).
The complete under bench storage cabinet and drawer unit shall be made of BWP- Boiling Water Proof
(BWP) calibrated plywood or better grade of 16mm thickness and without knot holes or other
imperfections. Thickness of the plywood for the under-bench storage cabinet Bottom, Top, Back, Doors,
Drawer and front shall be 16mm thickness. Plywood shall be laminated with melamine of 1mm thickness
or better. All doors shall be fitted with heavy-duty corrosion-proof snap on hinges that open at least 165
degrees and can be adjusted for alignment in 4 directions. No door catches or magnets should be used.
Hinges should be nickel coated. Doors and drawers shall be fitted with Aluminum grab rail polyester
powder coated. Drawer shall be fitted with epoxy coated steel sides and slide runners with nylon gliders.
Under bench cabinets shall be provided with one adjustable shelf. Adjustable shelf shall be made of
16mm thick furniture grade BWP or higher grades of calibrated plywood without knot holes or other
imperfections and laminated on both sides with 1mm thick melamine and all the exposed edges of the
plywood body should be sealed with machine pressed 2mm thick PVC edging.
All under bench cabinets shall be provided with anti-corrosive locks, one for the drawer and the other
one for the door shutter as per requirements and suitable for laboratory conditions. All the exposed
edges of the plywood body should be sealed with machine pressed 2mm thick PVC edging. All services
shall be covered by sliding panels made up of plywood (16mm and melamine of 1mm) where ever there
is knee space. Drawer shall be fitted with epoxy coated steel sides and slide runners with nylon gliders.
Vertical service box with 30cm height shall be made up of 16mm thick BWP grade plywood with 16mm
thickness and melamine of 1mm.
All the plywood constructions shall be made up of Boiling Water Proof (BWP) calibrated plywood
or better grade (Greenply/Century ply or equivalent superior brands) without knot holes or other
imperfections.
Heavy-duty corrosion-proof snap on hinges, steel sides and slide runners with nylon gliders should
be used superior brands like Hettich, Ebco or equivalent superior brands.
Anti-corrosive locks with key for drawers, under bench cabinets should be used superior brands
like Hettich, Ebco, Godrej or equivalent superior brands.
Plywood shall be laminated with melamine of 1mm thickness or better.
All the exposed edges of the plywood body should be sealed with machine pressed 2mm thick PVC
edging.
Any kind of metal fastens should not be used for the construction of the cabinet, drawers and
service box.
SPECIFICATION AND TESTING METHOD OF BOILING WATER PROOF (BWP) PLYWOOD AS PER IS 710: 2010
THE TECHNICAL SPECIFICATION OF LAMINATE SHALL BE AS MENTIONED BELOW: MINIMUM
SPECIFICATION FOR HIGH PRESSURE LAMINATE
TEST STANDARD UNIT RESULTS
Resistance to surface wear
ISO 4586/II EN 438/IIC
Revs. > 400
Resistance to boiling water % < 8
Resistance to staining - Groups 1-2=5
Resistance to dry heat 1800 C - No Alteration
Resistance to burn Class > 3
Resistance to color change in Xenon light
Blue wool scale < 6
Transverse Electrical resistance
NFPA 99 Ohm 1.108 ÷ 1.10
11
Resistance to fire BS 476 Class 2
d. Reagent Rack & Service Channel for Island bench: -
Reagent racks shall be made of 30x30 mm cold rolled mild steel tubular vertical frame (TATA/Jindal or
equivalent superior brands). Frames shall be fully welded and polyester powder coated. Shelf for reagent
racks shall be 16mm thick double-sided polished Jet-Black Granite with stopper. All piping and outlets
shall be installed in a service channel made from 16mm thick plywood with 1mm thick laminates both
sides which shall be incorporated into reagent shelving to leave maximum space on the worktops. All
the exposed edges of the plywood body should be sealed with machine pressed 2mm thick PVC edging. Any
kind of metal fastens should not be used for the construction of service channel.
Electrical Fittings: 6/16 amps Sockets and switches complete with internal wiring. Fittings are mounted on
plywood service channel.
e. Electric Trunking Box for Wall Bench: -
Trunking Box shall be made of 150x95 mm CRCA polyester powder coated trunking box with 6/16 amps
electrical switch socket & modular plate with internal wiring.
Sockets and switches should be used superior brands like Schneider Electric, L&T, Wipro Northwest,
Havells, Legrand or equivalent superior brands
Special Notes for works in client’s scope:
1 Provision of safe storage area within the site premises.
2 Provision of electrical cable from main junction till Island and wall benches
3 Approval of all colors and layout and General arrangement drawings within a week
from the date of order confirmation
GENERAL NOTES FOR PRICING: -
1
All applicable taxes & duties shall be clearly mentioned in the offer. No extra amount or deviation amount due to non-consideration of any specification, item, taxes, duties or
charges etc., shall not be entertained at any stage during starting from order till final
completion and handing over of the project.
2 The prices shall include complete fabrication, supply, installation, commissioning,
testing and validation of laboratory furniture.
3 All additional charges such as packing, transportation, loading & unloading,
installation,
commissioning, testing and validation etc., shall be clearly mentioned in the offer.
4 All items and components shall have warranty for 12 months from the date of
completion of installation.
5 Validity of the offers shall be for 90 days from the date of submission.
6 Delivery period shall be clearly mentioned in the offer (time for delivery + extra
required time for installation).
Page 14 of 21
VENDOR QUALIFICATIONS REQUIREMENT
Vendors of appropriate class of those who have carried out similar work in Govt. and Semi
Govt. Institutes, Organizations, Pharma/biotech industry R&D Centers, are eligible as per the
minimum requirements defined as below: -
1. This being a prestigious project, we invite the vendors, who are reputed manufacturers/ of the Laboratory Furniture and observing ISO / international standards of Quality for participating the tender.
2. Manufacturer/ their authorized agent should have valid ISO-9001-2015, ISO-14001-2015 and should also have active SEFA Membership and in lack of any evidence as mentioned above, the bid will liable to be rejected.
3. Manufacturer/their authorized agent should have a valid factory license for Manufacturing, Assembling and Supply of Laboratory Furniture.
4. Manufacturers/their authorized agent should have their own modern and sophisticated manufacturing facility having strict quality checks at every level.
5. The vendor will be selected on the basis of the credential and eligibility conditions provided in the technical part. Price bids of the successful bidders who have qualified in the Technical part will only be opened. The minimum eligibility criteria for their capacity shall be as: Sales Turnover - Manufacturer should have minimum annual turnover of Rs. 6 Crores
in last Five years. High Value Order Execution - Manufacturer should have also successfully executed
minimum three similar works each costing not less than Rs. 50 lakh or completed two similar works each costing not less than Rs 75 Lakh or completed one similar work costing not less than Rs 100 lakh for the Supply and Erection of Laboratory Furniture in Govt. Institute & Enterprises, Semi-Government, R & D laboratories.
6. The vendor should be Lab Furniture manufacturing since last 05 Years to prove their standing in the market, experience and quality supply.
7. The vendor should not have been blacklisted by any state / Central Government department PSUs/Autonomous bodies during the last 7 years of its operations. Affidavit shall be made in current date after the date of invitation of the tender shall be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-otherwise the tender shall be rejected.
Vendor should submit third party test certificates of SEFA approved laboratory for Laboratory
Furniture.
Page 15 of 21
Modular Computer lab table Specifications
The worktop, horizontal, vertical partitions and key board shall be made of BWP - Boiling
Water Proof (BWP) calibrated plywood or better grade (Greenply/Century ply or equivalent
superior brands) without knot holes or other imperfections.
Plywood should be laminated on both sides with 1mm thick melamine and all the exposed
edges of the plywood body should be sealed with machine pressed 2mm thick PVC edging.
Thickness of the Melamine Laminated Worktop: 24mm
600 mm width x 5200 mm length
18mm Thick Vertical Partition 1200mm Height
18mm Thick Horizontal Partition 1050 Mm Height
Keyboard Tray 60cm Wide with Cable Manager
The keyboard tray shall be fitted with epoxy coated steel sides and slide runners with nylon
gliders (Hettich, Ebco or equivalent superior brands).
6/16 amps electrical switch socket & module plate (Schneider Electric, L&T, Wipro
Northwest, Havells, Legrand or equivalent superior brands) and Ethernet port for internet
at required places.
Electrical wiring and internet cable raceway
Leveling jack at required places.
No metal fastens should not used for joining of the plywood.
Trolley for CPU:
Specifications
Load carrying capacity in Kg 20 +/- 2 Kg
CPU Trolley body average thickness of 1.6 mm steel member conforming to commercial quality
designation CR-1, grade 340 of IS: 513/Latest
Dimension
Width in mm (fully extended): 250±5mm
Width in mm (Fully Compressed): 180±5mm
Depth in mm 300 ±5mm
Length in mm 275 ±5mm
Castor wheel diameter in 40 mm
Castor wheel should be made up of ABS Material
All the steel sections to be painted with black in colour with powder coating 40-50 micron
thickness
Page 16 of 21
Required quantity 1. Modular Computer Lab Table (MCLT) - 20 Units (Each unit - 6 seating) 2. Island Benches (IB)- 50 Units 3. Wall benches (WB) – 80 Units
Page 17 of 21
ANNUAL TURNOVER
Sig. of the Chartered Account with seal
The relevant documents are enclosed as Page Nos.
Certified copies of ITRs are enclosed as page Nos.
Sig. of the tendered with Seal
Annexure I (Format for declaration &
to be enclosed as last page of the bid document)
Annexure-II
(Format for Annual Turnover)
Note: (i) Documentary evidence shall be submitted along with the format
(ii) Certified copies of ITRs of the above years shall be enclosed.
Sl.
No.
Annual turnover w.r.t. above Lab. Furniture Remarks if
any 2018-19 2019-20 2020-21
(1) (2) (3) (4) (5)
Name and Signature
of the competent Authority of the
firm
Date & Seal
DECLARATION
(To be furnished by the supplier on company’s Letter Head)
I/we hereby solemnly declare and affirm that the above documentary
evidence/declarations are true and correct to the best of my knowledge and beliefs. No part
of it is false and nothing has been concealed therein.
Page 18 of 21
Annexure III
(Format for Bank details)
Bank details of the Tenderer for Refund of EMD & for making payment in case L-1
Name of the Beneficiary (fill in Capital Letter)
As per Bank account
Bank Account No. (Beneficiary)
Name of the Bank:
Name of the Branch:
IFSC Code of the Branch
Swift Code/BIC Code (if needed)
PAN No.
Mobile No.
Email ID:
Signature
Name: _____________________
Designation: ________________
Date & Seal of the competent authority of the firm
Page 19 of 21
Signature of the authorized
Signatory of the firm Date & Seal
FORMAT FOR FINANCIAL BID/PRICE BID
Supply of Laboratory Furniture items
Sl. No.
DESCRIPTION TOTAL
QTY Basic Price
GST Total
Amount
1 Island Benches (IB) 50
2 Wall benches (WB) 80
3
Modular Computer Lab Table (MCLT) (Each unit - 6 seating)
20
FINANCIAL BID FOR SUPPLY OF LABORATORY FURNITURE ITEMS
Page 20 of 21
Annexure IV
(Format for Bid Security Declaration form)
BID SECURITY DECLARATION FORM
(In lieu of EMD, as per the directions of MOF, DOE, and GOI. OM No.F.9/4/2020-PPD dated
12.11.2020)
Date: ________
To
The Registrar,
National Institute of Technology, Warangal.
Tender No. ____________
Sir/Madam,
I/We. The undersigned, declare that:
I/We understand that, according to your conditions, bids must be supported by a Bid Security
Declaration.
I/We accept that I/We may be disqualified from bidding for any contract with you for a period of
one year from the date of notification if I am/We are in a breach of any obligation under the
bid conditions, because I/We
(a) have withdrawn/modified/amended, impairs or derogates from the tender, my/our Bid
during the period of bid validity specified in the form of Bid; or
(b) having been notified of the acceptance of our Bid by the purchaser during the period of bid
validity (i) fail or refuse to execute the contract, if required, or (ii) fail or refuse to furnish
the performance Security, in accordance with the Instructions to Bidders.
I/We understand this Bid Securing Declaration shall cease to be valid if I am/we are not the
successful Bidder, upon the earlier of (i) the receipt of your notification of the name of the
successful Bidder; or (ii) thirty days after the expiration of the validity of my/our Bid.
Signature:
In the capacity of: _
Name:
Duly authorized to sign the bid for an on behalf of
M/s. Dated on day of (insert date of signing)
Corporate Seal:
Page 21 of 21
Annexure V
(Format for Bank Guarantee)
FORMAT FOR EMD BANK GUARANTEE
(To be submitted on non-judicial stamp paper of appropriate value purchased in the name of the
issuing Bank)
1. Whereas ………………………………………………………………………….……
(hereinafter called the “tenderer”) has submitted their offer dated……………………for the
supply of ……………………………………………………………………………………
(hereinafter called the “tender”) against the Purchaser’s tender enquiry No.
…………………………………………….
1. KNOW ALL MEN by these presents that WE………………………………………… of
………………………………………….…………………. having our registered office at
……………………………………………….………………. are bound unto
…………………. (hereinafter called the “Purchaser”) in the sum of …………….………
…………………………… for which payment will and truly to be made to the said Purchaser,
the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal
of the said Bank this…………… day of ................................................... 20……
2. CONDITIONS OF THIS OBLIGATION ARE:
(i) If the tenderer withdraws or amends, impairs or derogates from the tender in any respect within
the period of validity of this tender.
(ii) If the tenderer having been notified of the acceptance of his tender by the Purchaser during
the period of its validity: -
a. If the tenderer fails to furnish the Performance Security for the due performance of the contract.
b. Fails or refuses to accept/execute the contract.
3. WE undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand the
Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or
both the two conditions, specifying the occurred condition or conditions.
4. This guarantee will remain in force up to and including 45 days after the period of tender validity
and any demand in respect thereof should reach the Bank not later than the above date.
…………………………….
(Signature of the authorized officer of the Bank)
………………………………………………………….
Name of the officer
………………………………………………………….
Designation of the officer ………………………………………………………….
Seal, name & address of the Bank and address of the Branch