0% found this document useful (0 votes)
40 views34 pages

PQConditions

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
40 views34 pages

PQConditions

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 34

.

GOVERNMENT OF TAMIL NADU


HINDU RELIGIOUS AND CHARITABLE ENDOWMENTS

Arulmigu Arunachaleswarar Tirukkovil,Tiruvannamalai


e-Tender

PRE-QUALIFICATION APPLICATION AND


PRICE TENDER TWO COVER SYSTEM

NAME OF WORK: Master Plan Works for Arulmigu Arunachaleswarar Thirukkovil, Tiruvannamalai

EMD AMOUNT: Rs. 16,97,000/-/-(Paid through online mode only)

P.Q. Tender Documents & price bid : From 12.07.2024 to 13.08.2024 at 05.45 PM
available period

P.Q. and price bid Shall be submitted on or : Upto 14.08.2024 at 03.00 PM


Before throughonline

P.Q Tender shall be opened on 14.08.2024 at 4.00 PM in e-portal

1
A. FOR THE SPECIAL ATTENTION TO THE BIDDERS

1 Approval of the qualification tender will be strictly based on the detailed evaluation done
on the basis of the Documents / Records / Evidences / Certificates Uploaded by the
Applicant in the Qualification Application through online.
2
Pre-Qualification tender schedule (cover I) will be opened as per Notice inviting Tender
and after detailed evaluation, the date and time of opening of price tender will be
intimated to the qualified applicants.
3
“The evidences on the minimum qualification criteria mentioned under “part-II
Information and Instructions for the Tenderers” under two cover system prescribed with
application should be furnished in Cover-I without any lapse at the time of submission of
pre-qualification tender itself. Any lapse in this regard, will be summarily rejected”.

The Contractor/ bidder who quotes tender is expected to personally visit the worksite
4 and submit a site visit Certificate issued by the concerned Executive Engineer while
Tendering through online.

Issuance of documents under two cover system i.e. qualification tender and price
5 tender (commercial tender) to the applicant will be purely based on the basic Documents
and information furnished along with the requisition and cost of tender documents
Application will not confer any right on the Applicant for automatic qualification for price
tender for the work.
Approval or otherwise of the qualification tender will be strictly based on the detailed
6 evaluation done on the basis of the Documents / Records / Evidences / Certificates
produced by the Applicant in the Qualification Application.

Pre-Qualification tender schedule (cover I) will be opened as per Notice inviting Tender
7 and after detailed evaluation, the date and time of opening of price tender will be intimated
to the qualified applicants

Sd/-Joint Commissioner/Executive officer Contractor


Arulmigu Arunachaleswarar Tirukkovil,
Tiruvannamalai
,

2
B. e-Tendering-Instructions to Bidder for online submission

The above tender notice is also available on the Website htttps://tntenders.gov.in. This website
permits downloading of the tender documents at free of cost. The intending bidder may visit
htttps://tntenders.gov.in website and can upload the tender documents upto 03.00PM. on
14.08.2024

THE BIDDERS ARE ALSO REQUESTED TO UPLOAD THE COMPLETED BID DOCUMENTS
ON THE WEBSITE WITHIN THE PRESCRIBED DATE AND TIME.

The Bidders should download the documents which is digitally signed only from this web site
htttps://tntenders.gov.in.

The downloaded documents should be converted to word document and edited at


suitable places for filling the required information

The bidders are requested to digitally sign the Bid Document and convert them to (.pdf)format
Bidders are requested to use the Digital Signature (e-token) for Registration and resubmission
through the website htttps://tntenders.gov.in.

The Scanned copies of the following list of documents are also to be uploaded by the bidder at the
time of submission of bids through the website by converting the documents to (.pdf) format.

Earnest Money Deposit-Scanned copy of EMD paid particulars should be uploaded along with
the tender document.

The other needy documents like Registration details, Revenue Solvency Certificate with
Encumbrance Certificate, Experience Certificate (Buildings works), Income Tax saral, GST
Registration Certificate & GST recently filed return etc should be uploaded as individual folder.
(Item No 1to 6)
Any clarification regarding tendering, kindly contact the Joint Commissioner/ Executive officer,
Arulmigu Arunachaleswarar Tirukkovil,Tiruvannamalai.

Sd/-Joint Commissioner/Executive officer Contractor


Arulmigu Arunachaleswarar Tirukkovil,
Tiruvannamalai

3
c. e–TENDERING GENERAL INSTRUCTIONS

1 Bidder should do the registration in the tender site using the option available.
Then the Digital Signature registration has to be done with the e-token (Digital
Signature certificate normally called as DSC or Dongle), after logging into the
site. The e-token may be obtained from any one of the authorized Certifying
Authorities.
2 Bidder then login to the site through the secured login by giving the password
of the e-token and then the user id/password chosen during registration.

3 The e-token that is registered should be used by the bidder and should not be
misused by others.

4 After downloading the tender documents, the bidder should go through them
carefully and then upload the documents as instructed, otherwise the bid will
be rejected.

5 If there are any clarifications, the same may be obtained through online from
tender site. Bidder should take into account of the corrigendum published if
any before submitting the bids online.

6 Bidder, in advance should get ready the bid documents to be uploaded as


indicated in the tender schedule and they should be in (.pdf) format.

7 The bidder read the terms and conditions and accepts the same to proceed
further to upload the bids.

8 After uploading the bids, the acknowledgement number given by the e-


tendering system should be printed by the bidder and kept as record of
evidence for online submission of bid for the particular tender.

9 The Department will not be held responsible for any sort of delay or the
difficulty faced in the submission of tenders online by the bidders.

10 The bidder who participated in the tender, should submit all the Required tender
documents through e-tendering online system only.

11 The rates offered details have to be entered separately against the specified
place in the downloaded MS Excel file (xls) and should be submitted as
BOQ.xls file during the e-bid submission.

12 The tendering system will give a successful bid update message after
uploading all the bid documents uploaded and then a bid summary will be
shown with the bid No and the date and time of uploading of the bid with all
other relevant details. The documents uploaded by the bidders should be
digitally signed with the e-token of the bidder.
13 The bid summary has to be printed out and kept as an acknowledgement as a
token of the submission of the bid.
14 Each document to be uploaded through online for the tenders should be less
than 2 MB. If any document is more than 2 MB, it can be reduced through zip
and the same can be uploaded. However of the file size is less than 1 MB the
Transaction uploading time will be very fast.

4
15 The time settings fixed in the server side and displayed at the top of the tender
site, will be valid for actions of requesting, bid submission, bid opening etc. in
the e-tender system. The bidders should follow this time during bid
submission.
16 All the data being entered by the bidders would be encrypted using Public key
infrastructure encryption techniques to ensure the secrecy of the data. The data
entered will not be viewable by unauthorized persons during bid submission
and not be viewable by anyone until the time of bid opening.

17 The confidentiality of the bids is maintained in the e-procurement portal.

The bidders are requested to submit the tenders through e-tendering online
18 system in the website ( https://tntenders.gov.in) Upto 3.00 PM on 14.08.2024 (as
per server system clock)

19 Financial data, Project costs, Value of work etc. should be given in Indian
Rupees only.

20 If the application is made by a firm in partnership of firm, their full names and
current addresses or by a partner holding the power of attorney for the firm by
signing the application in which case a certified copy of the power of attorney
shall accompany the application. A certified copy of the partnership deed,
current address of the firm and the full names and current addresses of all the
partners of the firm shall also accompany the application

21 If the application is made by a limited company or a limited corporation, it


shall be signed by a duly authorized person holding the power of attorney for
signing the application in which case a certified copy of the power of attorney
shall accompany the application. Such limited company or corporation will be
required to furnish satisfactory evidence or its existence before the contract is
awarded.

Sd/-Joint Commissioner/Executive officer Contractor


Arulmigu Arunachaleswarar Tirukkovil,
Tiruvannamalai

5
TWO COVER SYSTEM

PRE-QUALIFICATION TENDER & PRICE TENDER APPLICATION

DATED:

From

To

Joint Commissioner/Executive officer


Arulmigu Arunachaleswarar Tirukkovil,
Tiruvannamalai

Sir,

Sub:Two cover tender system for the work of: Master Plan Works for Arulmigu Arunachaleswarar
Thirukkovil, Tiruvannamalai

Ref: Pre-Qualification & Price tender Notice through State Tender Bulletin Dated 11.07.2024

*************

1. Having examined the two cover system documents in respect of Pre-Qualification tender &
Price tender including scope of work, Time Frame for construction and the criteria stipulated
for pre-qualification. I / We hereby submit all necessary information and relevant documents
for qualifying me /us, to offer my / our tender for the above mentioned work.

2. The Pre-qualification Application is made by me / us on behalf of (Partnership firm / Private


limited company / Public Limited Company) in the capacity of duly authorized to submit the
tender.

6
3. Necessary evidence admissible in law respect of authority assigned to me / us on behalf of the
Partnership Firm / Private Limited Company / Public Limited Company, for applying for
qualification tender is attached herewith.

4. I / We present my/ documents herewith taking into consideration all the instructions in the
Qualification tender supplied to me/ us including special instructions to Applicants /criteria
for Qualification schedule / Information and Instructions in the detailed two cover notice etc.

5. The EMD amount is enclosed in the shape as notified in the pre-qualification tender.

6. I / We understand that the Joint Commissioner/ Executive officer, Arulmigu Arunachaleswarar


Tiruvannamalai, District, who reserves the right to reject any or all the tenders without assigning any
reason therefore or to drop the proposal altogether as detailed in the Tamil Nadu Transparency in
Tender Act 1998, and Tender Rules 2000

Date :

Digital Signature of the Applicant (including Title Capacity in which


Application is made)

Name:
(IN BLOCK LETTERS)

Encl: 1. Pre-Qualification two cover tender system


Pre-Qualification tender, price tender with necessary enclosures

7
APPLICATION FOR PRE-QUALIFICATION & PRICE TENDER NOTICE
(TWO COVER SYSTEM)

FORM OF CONTRACT: LUMPSUM AGREEMENT

TWO COVER SYSTEM

1. INVITATION:

e-Tender under two cover tender system i.e. qualification schedule & Price tender (Item rate
tender) are invited for and on behalf of the Governor of Tamil Nadu by the Joint Commissioner/
Executive officer, Arulmigu Arunachaleswarar Tiruvannamalai,District with digital signed documents
for Pre-Qualification details in the Technical cover and BOQ in financial cover

2. FOR SPECIAL ATTENTION:

I. Only the Contractors registered with Tamilnadu State Government and State Government
undertakings in the required monetary limit with proven track record are only eligible. The
electrical contractor should possess valid Electrical License with Grade ESA/EA/ESB (ESB and
above) too and furnish the connected documents in support of the same to satisfy the criteria.
In such a case the applicant should furnish the following documents to satisfy the Criteria

(i). The Applicants should have been in the same name and style in the civil Engineering
Construction field at least for the past FIVE years.

(ii). The Applicants should have completed at least one “Building” work of similar nature with
value of not less than 50% of proposed work than Rs3,373 Lakhs (Rupees Three Thousand Three
Hundred Seventy Three Lakhs only under a “Single agreement” in any one of the preceding
“Five” years (2018-2019 to 2022-2023). For this purpose, buildings like Industrial sheds,
workshops will not be considered.
(OR)
The Applicant should have satisfactorily completed at least two Building works of similar
nature 25% of proposed contract value in two agreements with value not less than Rs.843.25
Lakhs (Rupees Eight Hundred Fourty Three point Twenty five Lakhs only) which
Including the Goods & Services Tax (GST) amount each work in any one of the preceding
“Five” years either in Government or Quasi Government Organization only. (2018-19to 2022-
23).
(OR)
Non-Government works executed by the tenderer externally for private parties, shall also be
considered, provided that, the tenderer should produce an affidavit authenticated by the
notary public with regard to the private works completed by him / her / them other than
Government or Quasi Government Organisations. (2018-19 to 2022-23).
For this purpose, Building like industrial sheds, workshops will not be considered

(iii). Annual turnover of the Applicant should not be less than Rs3,373 Lakhs (Rupees Three
Thousand Three Hundred Seventy Three Lakhs only )per year in any one of the preceding
“FIVE” years

8
Department value put to tender X 12 Months X 1.50 times
-----------------------------------------------------------------------------------------------------------------
Proposed period of completion of the work

II. As per G.O. Ms. No. 16, Public works (G2) Department Dt: 17.01.2018 and as per
G.O.Ms.No.167, P.W. (G2) Department Dt: 23.11.202
1 Execution of Civil and Electrical works in a single agreement.
Permission has been granted to execute the Civil and Electrical works in a single agreement
and awarded to a Civil Contractor, as one package as being practiced in World Bank
assisted schemes, in order to avoid delay in completion of the buildings construction work,
subject to the following conditions:

i. In case the Civil Contractor does not have Electrical License issued by
Electrical Licensing Board of Government of Tamil Nadu, the Civil
contractor while applying for tender has to furnish an Undertaking from the
Electrical Engineer, who is having Electrical License issued from Electrical
Licensing Board, Government of Tamil Nadu stating that the concerned
electrical works will be executed under his supervision.

ii. The Executive Engineers (Electrical) of HR&CE Department hold


responsibility of inspecting the execution of electrical works and recording
the measurements in Measurement Book and certifying for making payment
in respect of Electrical works executed under the supervision of authorized
Electrical Engineer in the single agreement executed by the Civil Contractor.

iii. Electrical contractors are also permitted for taking contract for the combined
works of civil and electrical, in a single agreement, based on the views of the
Hon'ble High Court of Madras in its order dated 24.11.2009 passed in Writ
Appeal No.1688/2009, subject to the following conditions:

(a) Electrical contractor has to engage qualified Civil Engineers with good
credentials in Civil engineering works.

(b) The electrical contractors have to upload consent letters from the Civil
Engineers stating that they are willing to work in that particular site.

(c) The electrical contractors who is having Electrical License can participate in civil
works also up to their eligibility in electrical works according to the Class under
which they have been registered and

(d) The Civil Engineers of HR & CE Department hold responsibility of inspecting the
execution of civil works and recording the measurements in Measurement
Book and certifying for making payment in respect of civil works executed by
the Electrical Contractor in the single agreement.

9
3. PURCHASE OF DOCUMENTS:

The documents under two cover system Qualification schedule & price tender will be available
at free of cost in e-procurement portal.
The qualification schedule and price tender should be submitted through online in the website
already mention in tender notice

4.DESCRIPTION OF PROJECT :

: Master Plan Works for Arulmigu Arunachaleswarar Thirukkovil

1.Facelifting of Thirukalyana mandapam

2.Facelifting of Auditorium

3.Waiting Hall in 4th & 5th Pragaram

4.Main temple Annadhanakoodam

5.Chakkara theertham - Compoud wall

6.Facelifting of 6th pragaram

7.Viji mandapam - Site Development works

8.Adi annamalai Temple - Annadanakodam, ThiruKulam Compound Wall

9.Gubera lingam - Annadanakodam & ThiruKulam Compound Wall

10.Waiting Hall For Main Temple Annadhanakoodam

11.Giriwala pathai temple - Mandapam

12.Adi kamakshi Amman Temple- Community Hall

13.Durgai amman Temple - Shops & ThiruKulam Compound Wall

14.Pallikondapattu Cut stone Mandapam

15.Thiruner annamalai Temple - Compound wall

16.Adaiyur ThiruKulam Compound wall

17.Yemalingam ThiruKulam Compound Wall

18.Vayu lingam Thirukulam Compoundwall

19.Chandara lingam ThiruKulam Compound Wall

20.Esanya lingam ThiruKulam Compound Wall

21.Shivanji Kulam Compound Wall

22. ARCHES - 17 Nos

10
5. PERIOD OF COMPLETION:

The period of completion shall be 18 months – calendar months, which is inclusive of


monsoon period from the date of handing over the site to the successful contractor.

6. EARNEST MONEY DEPOSIT:


i. Earnest money deposit of Rs. 16, 97,000/- (Rupees Sixteen Lakhs Ninety Seven Thousand
only) must accompany the Pre-Qualification Tender for this work. The EMD
Amount should be paid in online mode only.

ii. The Earnest money deposit may be produced on line in favour of the Joint Commissioner/
Executive officer, Arulmigu Arunachaleswarar Tirukkovil, Tiruvannamalai.

iii. Qualification schedule not accompanied with Earnest money deposit remitted receipt will be
rejected as ‘Non –Responsive’ tender.

iv. If the tenderer withdraws his tender after the acceptance of tender or fails to pay the requisite
security deposit amount within the specified period of time, the Earnest money deposit
paid by him with the tender will be forfeited.

7.SECURITY DEPOSIT:

i. The successful tenderer shall furnish a Security Deposit for an amount equivalent to 2% of the
contract value, which includes the earnest money deposit already paid within 15 days (Fifteen
days) from the date of receipt of work order. If the successful tenderer fails to execute the
contract (i.e. sign the agreement) within the above said 15 days’ time, the Earnest Money
Deposit amount enclosed with the qualification schedule will be forfeited

11
ii. The Security Deposit in the shape of irrevocable Bank guarantee will also be accepted.
In addition to the aforesaid security deposit, the Joint Commissioner/ Executive officer,
Arulmigu Arunachaleswarar Tirukkovil ,Tiruvannamai District shall deduct from the running
account bills, an amount equivalent to 5% (Five Percent) of the total value of each bill as
retention money.

iii. 2½% (TWO AND A HALF PERCENT) of the total value of the work will be retained in the final
bill of the work for a period of one year reckoned from the date of completion of the work or
as soon after the expiry of such period of one year as all defects shall have been made good
according to the true intent and meaning hereof which ever shall last happen. The retention
money of 2½% (Two and a Half Percent) of the total value of contract after deducting any
amount due to the Department, shall be refunded to the contractor after the defects liabilities
attached to the contract is over (as per Para above) subject to the following conditions

Both Executive Engineer in charge and Joint Commissioner/ Executive officer, Arulmigu
Arulmigu Arunachaleswarar Tirukkovil, Tiruvannamai District concerned should certify that
no liability is due from the contractor.

The Contractor should execute and produce an indemnity bond for a further period of
“FOUR” years indemnifying the Government against any loss or expenditure, incurred to
rectify any defects noticed due to faulty workmanship by the contractor, during the period of
“FOUR” years.
Concessions granted to standing contractors on payment of deposits are not applicable
to this contract.

8. LANGUAGE OF TWO COVER TENDER SYSTEM:

Tenders shall be offered only in the prescribed forms in “ENGLISH” only

9. VALIDITY OF PRICE TENDER:

The Pre-Qualification application & Price tender shall be valid for a period of 90 days (Ninety Days)
from the date notified for opening of Pre-qualification tender.

10. SUBMISSION OF PRICE TENDER SCHEDULE BY TWO COVER SYSTEM

The tenderer must upload required credential in website as per PQ booklet.

Tenderers should quote their rates and prices through online for all the items of the works
described in the bill of Quantities. (BOQ)

11. OPENING OF TENDERS:

The common cover and first cover containing Qualification schedule will be opened by the Joint
Commissioner/ Executive officer, Arulmigu Arunachaleswarar Tirukkovil ,Tiruvannamai on 14.08.2024
at 4.00 P.M onwards through online as per Server System Clock. After detailed evaluation and
approvalof Pre-Qualification Tender by competent authority, BOQ Financial cover will be opened only

12
Of the qualified contractors those who are satisfy the eligible criteria. The date and time of
opening of BOQ Financial cover will be intimated to the qualified tenderers as per e-tender
procedure.

12. NEGOTIATION:

The lowest tenderer will be identified who quotes lowest total tender price which
including GST as per the clause Negotiation of rates will be made only with the lowest
tenderer through Online. for reducing the quoted rates and the negotiation will be made for
the rates quoted to the items in the construction parts alone and not for GST amount, after
negotiation with lowest tenderer, the GST amount will be recalculated at 18 % of the sum of
the negotiated tender value (Excluding GST) for construction cost specified in BOQ subject to
GST rate applicable from time to time as recommended by the GST council.

13. RATES AND PRICES:


Price Adjustment Clause, Bonus Clause, Liquidated Damages etc., ordered in G.O. Ms. No.
60, Public Works (G2) Department. Dt. 14.03.2008 and G.O. Ms. No. 101 Public works (G2)
Dept. Dt. 10.06.2009.

Price adjustment clause is eligible for this work subject to the following:

Price adjustment for all the components including cement, steel, POL& Bitumen and
labours applicable, as per specified formula.

Price adjustment will apply only when the fluctuation of rates exceeds by 3% compared to
the estimate rates (Reserve Bank of India – Index Price)

Price adjustment will be calculated only on the estimated cost of work.

Bitumen and POL will be considered on “pass through” basis with payment of actual rates/
price at the rates charged by Indian Oil Corporation.

Price adjustment will be made for both increase and decrease in the cost of materials.

Price variation will be calculated once in a quarter in respect of cement and steel as per
specified formula from the last date of submission of tender up to the end of agreement
period. Provided, if the agreement is signed with in minimum specified time, failing which,
the price variation will be applicable from the date of agreement only, based on the whole
sale Price indexes of RBI.

For the purpose of calculating price adjustment, the quarter would be reckoned with
reference to the quarter of the calendar year in which the last date on tender submission is
fixed. In case of delayed agreement, the quarter in which the agreement signed will be
reckoned for the purpose of calculation of Price adjustments.

Price escalation will be calculated based on milestones fixed in physical terms and prefixed
timeline for usage of inputs, clearly indicating the nature and quantum of eligible inputs to
use for the work for the relevant period between two milestones.

Escalation will be given for only those quantities which would have been used had the
contractor stuck to this original time line.
13
If the contractor does a certain quantity of the work in the third quarter which he should
have done in the second quarter, he can still claim escalation on that quantity at the rates as
applicable in the second quarter or Period of actual use whichever is less.

Price adjustment mechanism will cease to operate for the value of work executed beyond
the agreement period. But agreement period shall include the “actual period” for which the
work was “suspended officially” and extension of time permitted for any valid reasons,
such as, war, natural calamities, like flood, earthquake and other risks arising out of acts of
God during the agreement period; work delayed due to the land acquisition process;
change in design change in scope of work, etc., which is given in writing by the Tender
Calling Officer of the respective work.

14. WHOM TO CONTACT:

Joint Commissioner/ Executive officer, Arulmigu Arunachaleswarar Thirukoil, Tiruvannamalai-


may be contacted for further information in the matter.

Joint Commissioner/Executive officer


Arulmigu Arunachaleswarar Tirukkovil,
Tiruvannamalai
signature of the Applicant
With digital signature

14
INFORMATION AND INSTRUCTION FOR TENDERERS
UNDER TWO COVER SYSTEM

I. FOR SPECIAL ATTENTION:

Pre-Qualification Application here under is invited in accordance with the HR&CE


procedures for Qualification of Tenderers.

The tenderers should submit their documents in support of their credentials at the time of
tendering itself. The submission of particular to establish their qualification criteria for items 1
to 6 are mandatory, otherwise the tender will be summarily rejected without any consideration.

II MINIMUM CRITERIA FOR PRE QUALIFICATION:

1. The Applicant in the same “NAME” and “STYLE” should have been in the
civilEngineering construction field at least for the past “FIVE” years.

EVIDENCE TO BE PRODUCED:

i. Audited Balance sheet with Chartered Accountant’s Certificate for the past “FIVE” years
in the case of individual Contractor’s, Partnership Firms, Private/ Public Limited
companies.

ii. Registered Partnership deed in the case of Partnership Firms.

iii. Articles of Association and memorandum of Association registered with Registrar of


Companies as per company act in the case of Private Limited Companies and Public
Limited Companies.

2. Only the Contractors registered with Tamilnadu State Government and State
Governmentundertakings in the required monetary limit with Proven track record
are only eligible

EVIDENCE TO BE PRODUCED:

Attested copy of the communication issued by the Registering Authority, registering


the name of the Applicant as appropriate class as civil contractor in Tamilnadu State
Government and State Government undertakings as per Revised Classification and
Live Certificate

The Applicant shall be solvent to a tune of at atleast Rs.2.50crore (Rupees Two point
five crores only) on immovable Properties.

EVIDENCE TO BE PRODUCED:

i. Current Revenue Solvency Certificate for not less than Rs.2.50 crore (Rupees Two point
five crore only) issued by Tahsildar concerned.

ii Continuous Encumbrance Certificate issued by the Registration Department on the


Properties listed out in the Solvency Certificate for the period from the date of Solvency to the
date of publication without any break

15
iii If the date of solvency certificate is on or after the date of publication, Encumbrance
Certificate need not be produced.

3. The Applicant should produce Income Tax Clearance Certificate valid for the current period
and produce five years’ income tax statement& Sales Tax Registration details either State or
Central and VAT Verification Certificate valid for the current period and TIN Number.

EVIDENCE TO BE PRODUCED:

i. Income Tax Clearance Certificate issued (or) Seral form by Competent Income Tax
Department officials valid for the current period,

ii. The Income Tax claimed and paid during the past “FIVE” years and the total contract
amount received in the past “FIVE” years should have been indicated in the Income Tax
Clearance Certificate.
iii. Registration Certificate showing the TNGST / CST Number assigned by the Commercial
Tax Department issued by the Competent State / Central Commercial Tax Department
officials and produce last 3 month GST paid documents.

4. MAJOR WORKS

The Applicant should furnish the details of major building works and other civil works
completed by him/her/them during the past “FIVE” years.

EVIDENCE TO BE PRODUCED:
List of major building works and other civil Engineering Construction works completed in the
past FIVE years with full and complete details in the form as prescribed inthescheduleD-1
(I) Name of work with location
(II) Value of the work
(III) Name of the Employer for whom the work was executed
(IV) Agreement Number
(V) Period of Completion as stipulated in the agreement
(VI) Time actually taken for completing the work
(VII) Reasons for delay (if any)
(VIII) Type & Nature of the work

Necessary certificates issued by the competent authority not below the rank of Executive
Engineer on the satisfactory completion of the work should be furnished in support of the
details furnished by the applicant.

5. SIMILAR NATURE OF WORKS WITHIN PRECEDING FIVE YEARS.

1. The applicant should have satisfactorily completed at least one “Building” work
of similar nature 50% of proposed contract value with value not less than
Rs.1690 lakhs (Rupees One Thousand Six Hundred Ninety Lakhs only)
which including the GST amount in a single agreement either in Govt or in Quasi
Govt. organization only, in any one of the preceding five years (2018-19 to 2022-
23)
(OR)

16
2. \The Applicant should have completed at least two Building works of similar
nature 25 % of proposed contract value in two agreements with value not less
than Rs.850.00 Lakhs (Rupees Eight Hundred Fifety Lakhs only) which
including the GST amount each work either in Government or in Quasi
Government organisation only in any one of the preceding “Five” years. (2018-19
to 2022-23)

(OR)

3. Non-Government works executed by the tenderer externally for private parties,


shall also be considered, provided that, the tenderer should upload an affidavit
authenticated by the notary public with regard to the private works completed by
him /her/ them other than Government or Quasi Government Organizations.
(2018-19 to 2022-23)

EVIDENCE TO BE PRODUCED
The Experience Certificate for similar nature, Government/Quasi Government/Private
works shall contain following details in the form as prescribed in the schedule D-2

i. Name of work
ii. Location of the work
iii. Name/Designation of the Employer/owner
iv. Awarded value of work as per agreement with agreement number.
v. Completed value of work as per agreement.
vi. Stipulated period of contract as per agreement.
vii. Date of commencement of work
viii. Date of actual completion of work.
ix. Reasons for delay in completing the work, if any
x. Actual value of work Executed as per final payment.
xi. Quality of work done.
In addition to the above, the concerned Executive Engineer, PWD under his / her
Jurisdiction. Shall issue a genuineness certificate for the private work executed by the
applicant, after his / her personnel inspection and based on local enquiry. This
Certificate should be furnished along with pre– Qualification tender for consideration

17
For works under execution certificate from the Executive Engineer for the evidence for the
portion of work done and its value to be furnished.

The value of Single work executed shall be brought at current price level with the cumulative
weightage at a rate of 10% per annum.

Buildings like industrial sheds, Workshops will not be considered for work experience. Details
furnished without supporting certificates will not be considered
EVIDENCE TO BE PRODUCED:

1. Certificate issued by the Engineer – in – Charge – (Not below the rank of Executive
Engineer / Project Engineer) – of the work clearly showing the following
Details in the schedule D-3

a. Name of work with location


b. Name/Designation of the employer or Owner
c. Agreement Number
d. Total Value of the Work as per Agreement.
e. period of completion stipulated in the agreement
g. Date of commencement of work
. h. Balance period available for completing the remaining portion of work.
j. Value of work so for complete.
k. Value of balance item of work to be complete
l. Physical progress or stage of work.

For works under execution certificate from the Executive Engineer for the evidence for the portion of
work done and its value to be furnished.

8. Audited balance sheet


Evidence to be produced:
i Audited Balance sheet, Profit and loss Account etc., duly certified by the Chartered Accountant for the
proceeding “FIVE” years.

ii The Total contract amount received as shown in the Balance Sheets should have been reflected in the Income
Tax Clearance certificate also, in case there is difference in the contract amount received as depicted in the
Balance sheets and as furnished in the Income Tax Clearance Certificate, lesser among the two figures alone
will be taken for consideration.

9. Annual Financial Turnover


1. Annual Financial Turnover for preceding five years duly certified by the Chartered Accountant.
Annual turnover of the Applicant should not be less than Rs3,373 Lakhs (Rupees Three Thousand
Three Hundred Seventy Three Lakhs only) per year in any one of the preceding “FIVE” years
Department value put to tender X12MonthsX1.50times
-----------------------------------------------------------------------------------------------------------------
Proposed period of completion of the work

18
10. Share capital
The applicant should have a minimum issued and called up Share capital plus capital reserves
equal to at least 20% of the value of work for which prequalification tenders & price tender have
been called for – (In this case 20% value of the work is Rs.674.60 lakhs (Rupees Six Hundred
Seventy Four Point Three Two Lakhs only)

EVIDENCE TO BE PRODUCED:

i Audited Balance sheet for the preceding five years duly certified by the Chartered
Accountant.

ii The amount indicated in the Audited Balance sheets as

a. Paid up Share Capital in the Case of Private /


b. Called up and subscribed share Capital Public Limited Company
c. Partner’s Capital Account in the case of Partnership firm
d. Individual Capital Account in the case of individual Contractors.

AND

e. Reserves and Surplus Available in Capital account (to be furnished separately) alone will be
taken as amount available as paid up share capital / called up subscribed share capital.
11. Working Capital
The applicant shall have working capital available at least sufficient to finance one – month
Current activity on the assumption that this work is awarded to the applicant, on being qualified.

=3373/18 =187.40 Lakhs

Definition

a Working capital means the amount available in the Bank Accounts of the applicant on the date of
submission of applicant plus the unutilized amount of overdraft / credit facility extended to the
applicant by the Nationalized / Scheduled Banks.

b One-month current activity means the sum total of the value of the unfinished portion of works
already committed by the applicant and being executed by the applicant – (outstanding value)-
divided by the Balance period available for completion of each of the committed works under
execution plus the value of the work for which the qualification schedule & Price tender is called
for divided by the number of months stipulated for its completion.

c Outstanding value of committed works means the total value of each project under execution minus
the value of work completed as on the date of submission of qualification application.
Regarding the working capital required, the certificate obtained from the Bank must be uploaded.

If it is found by the Tender Inviting Authority that, the applicant has furnished the incorrect
particulars, the forged / false information (or) incomplete particulars (or) incorrect details of ongoing
works /committed works by him/ her/ them in the pre-qualification application, the pre-
qualification application will be treated as substantially non-responsive and rejected, as per the rules
framed under Section-28 of Chapter-6 of Tamil Nadu Transparency in Tenders Rules, 2000.
19
For evaluation purpose, the Tender Inviting Authority shall ensure that the working capital amount
should be more than the one-month current activity. For that the details shown in Schedule D-3

NOTE:

Fixed Deposit in the name of the “Applicant” will also be considered for the purpose of working
capital, on production of “Certificate” issued by the Respective Banks, clearly Stating that the Fixed
Deposits are available in the Name of the “Applicant” and the same are “Encumbrance Free” and
can be readily “Encashable”.

12. Overdraft Details

1. Certificate issued by Bank / Banks / showing the amount available (on the date of submission
of application) in the current Account / Savings Bank Account of the applicant.

2. Certificate issued by the Bank / Banks / showing the limit up to which overdraft / credit
facilities is extended to the applicant and the overdraft / Credit facility by the applicant up to
date and the unutilized overdraft / credit facility available.

13. Details of Termination and Breach of contract

The applicant should not have any of his contracts terminated / rescinded due to breach of contract
on the part of the applicant during the past “FIVE” years by any agency.

AFFIDAVIT AND UNDERTAKING


The applicant should not have any of his/her/ their contracts terminated/rescinded due to breach of
contract on the part of the applicant during the past “FIVE “years by any agency
EVIDENCE TO BE UPLOADED:

Sworn in affidavit duly certified by Notary Public, is to be uploaded (Specimen appended) – in


twenty rupees’ Non-Judicial stamp paper.

The applicant should not have any of his/ her/ their contracts terminated / or rescinded due to
breach of contract on part of the applicant during the past 5 (FIVE) Years by any agency.

For the above criteria, the applicant should furnish an Affidavit in the form, as prescribed in
“Schedule-F‟ & Undertaking, as prescribed in “Schedule-G‟ incorporated in the pre-qualification
application, signed by the applicant and authorized by the Notary Public. (Specimen appended)
in twenty rupees Non Judicial Stamp paper.

The applicant should not get any negative remarks, such as, cost occasioned by repairs(or) re-
construction of works from the Employer in-charge regarding his performance on the work
completed by him during the course of contract period, as well as in the liability period of 5
(FIVE) Years.

20
14. TECHNICAL PERSONNEL

The applicant shall have a Project Manager together with site Engineers with B.E., (Civil) Degree
in civil engineering or Diploma holders in civil Engineering with minimum field experience,
noted against each, available as given below, exclusively for this work.

1. Project Manager : 1 No - (one Number) B.E., (Civil) Degree in Civil


engineering with at least ten years’ Experience in
Executing similar works.

2. Site Engineers : 5 Nos-(five Numbers) – B.E., Degree in Civil


Engineering with at least three years’ experience.

: 5 Nos - (five Numbers) Diploma in civil Engineering


With atleast five years’ experience.
: 5 Nos - (five Numbers) Diploma in Electrical
Engineering with atleast three years’ experience.

3. Sthapathy:1Nos Diploma in Sthapathy With atleast three years’


experience

: 1 No- (on e Number) – B.Tec ./B.F.A., Degree in


Sthapathy with atleast three years’ experience.

4. Skilled and unskilled work men : Adequate Numbers.

DOCUMENTS TO BE PRODUCED:

i List of Technically Qualified personnel’s under permanent / Regular employment


available with the Applicant with details such as (a) Name (b) Qualification (c) Total experience
(d) Under regular Employment with the applicant since ------ (e) Emoluments paid etc.

ii List of Technical personnel’s to be deployed for this work along with their willingness
& attested Xerox copy of the testimonials in support of the qualification of the personnel to be
deployed.

iii If required number of Technical Personals are not under Regular Employment of the
applicant, Name Qualification, Experience etc., of the Technical personnel to be employed for
this work along with their willingness and attested Xerox copy of the testimonials in support of
the qualification of the Technical personnel’s proposed to be employed exclusively for this
workshould be furnished.

21
15. TOOLS AND PLANTS

The applicant shall have the following minimum construction equipment’s Tools and Plants
exclusively available for this work. – (Either own or under lease with the applicant)

1. Concrete Mixer Machine with Hopper : 4 Nos - (Four Numbers)

2. Vibrators : 4 Nos - (Four Numbers)

3. Dewatering Pumps : 4 Nos- (Four Numbers)

4. Lorry / Tipper : 3 Nos - (Two Numbers)

Steel centering Materials to cover an area of 20000sq.m – (twenty thousand


Square Meters.)

5. Mechanical spray set for curing : 3 Nos - (Two Numbers)

6. Mechanical Hoist : 3 No - (Two Number)

7. Proclaim / JCB : 2 Nos - ( Two Number)

8. Theodolite with accessories : 1 No - ( One Number )

DOCUMENTS TO BE PRODUCED:

i Attested Xerox copy of the R.C. Books for the Machineries / Vehicles owned by the applicant.

ii Sworn in affidavit and Chartered Accountant’s Certificate stating the details of equipment’s, tools
and plants available with the applicant with make year of purchase, capacity, present working
condition of the equipment etc.,

iii If the Tools and plants are proposed to be taken on lease or already on lease with the applicant,
the source from which the Tools and plants have been taken on lease or proposed to be taken on
lease with proof, should be furnished in addition to the Particulars in item-ii-.

NOTE

1 If any of the information furnished by the applicant is found to be concealed or false at a later
date, the contract will be terminated forthwith without Prejudice to the rights thereon
consequent on termination and the contractor will be banned from business dealings.

2 All the documentary evidences should be stitched neatly (Spiral Binding should be
3 Avoided) and the pages should be serially numbered, Index of the Documents produced should be prepared
and reference to page number of the documents produced should be furnished in the index.

4 The Qualification schedule evaluation shall be done on a PASS or FAIL basis against each of
the above 12 (Twelve) criteria.

22
5 The evaluation will be done only based on the information evidence, documents, Records,
Particulars furnished by the applicant and hence the applicants are advised to furnish adequate
and relevant information along with requisite documentary evidences without any omission.

6 As far as possible, details shall be furnished in the schedules appended to this Application. If the
space left is found insufficient, additional sheets may be attached to the schedules.

7 Photograph of the building works completed by the applicants may be pasted in thick white
paper and produced along with the documents.

8 Brochures, Pamphlets etc., shall also be stitched along with the documents volume.

9 All applicants are cautioned that the Qualification schedule documents containing any deviation
from the contractual terms and conditions, specifications or other requirements will be rejected as
Non – Responsive and low performance reliability.

III. METHODS OF TENDERING:

i If the Pre-Qualification application is made by an individual, it should be Digital signed by the


individual’

ii If the Pre-Qualification application is made by a sole proprietary firm, it shall be signed by the
proprietor along with his full name and full name of the firm with its current address.
Documents with regard to registration as FIRM by the Registrar of Firms should be Produced.

iii If the Pre-Qualification application is made by a FIRM in partnership, it shall be signed by all
the partners of the firm with their full names and current address or by a partner authorized
by the firm (either as per Articles of the Deed of Partnership / by power of attorney) – for
signing in Tenders, Agreements etc. In which case, certified copy of the registered deed of
partnership along with the current address of all the partners and a certified photocopy of the
registered power of Attorney issued in favor of the Signatory, should produce.

iv If the Pre-Qualification Application is made by a “Limited Company” or a “Limited


Corporation” it shall be signed by a duly authorized person holding the power of attorney for
signing the application, in which case, the certified copy of the power of attorney shall
accompany the qualification application. Such limited company or corporation shall also
furnish satisfactory evidence of its existence along with the Pre-Qualification Application.

V. pre-qualification application from joint ventures are not acceptable.

vi. All the Digital signatures in the Qualification Application and all the signatures in the
Documents produced shall be dated

All the originals of the documentary evidences shall be produced, if asked for verification at
the time of opening of Qualification schedule.

23
IV. CAPABILITY OF APPLICANT:

The Applicant shall include with the Qualification schedule, details in the prescribed
Performa vide schedule “A” to “H”.

i. Schedule ‘A’ - Structure and Organization.

ii Schedule ‘B’ - Financial Capability statement

iii Schedule ‘C’ - Plant and Equipment’s

iv Schedule ‘D1, D2 & D3’ - Work experience (Works completed & Works in
progress)

v Schedule ‘E’ - Abandonment of work

vi. Schedule ‘F’ - Affidavit

vii Schedule ‘G’ - Undertaking

viii Schedule ‘H’ - Details of Technical Personnel under Regular Employment with
the Applicant.

OPENING OF QUALIFICATION SCHEDULE & PRICE TENDER SCHEDULE

Pre-Qualification schedule & price Tender schedule will be received through online up to 03.00
PM on 14.08.2024 The Pre-Qualification schedule will be opened on 14.08.2024 at4.00 PM
onwards by through online. (As per Server System Clock)

The Pre-Qualification schedule received through online only will be opened and evaluated on a
PASS or FAIL basis

The date of opening of Price tender will be informed to the qualified applicants after evaluation
in TAC (Tender Award Committee).

Sd/-Joint Commissioner/Executive officer


Arulmigu Arunachaleswarar Tirukovil,
Tiruvannamalai

Contractor With digital signature

24
Schedule “A”
STRUCTURE AND ORGANISATION

1. Name of the Applicant :

2. Status :

Individual contractor: Sole


proprietary Firm :
Firm in Partnership:
Private Limited Company:
Public Limited Company :

3. Head office / registered office address with :


phone / Telex / Fax Number.

4. Regional office address with phone / Telex / :


Fax Number

5. Local office (if any) address with phone / :


Telex / Fax Number.

6. Field of activity of the Applicant as per deed :


of Partnership / Memorandum of Association /
Articles of association (Civil) Engineering
Contractor / General Engineering contractor /
Electrical Engineering contractor etc., should
be specified).

7. Country and year of incorporation. :

8. Main line of Business :

9. Name, Position, status, capacity etc., of the :


key personnel / Directors of the company
(Attach organization chart showing the
structure of the company / firm)

10. Name, capacity and address of the signatory


who has signed the Qualification Application
Attested copy of authorization issued (either
by power of attorney or as per articles of
Partnership Deed / Memorandum of
Association) in favor of the signatory to sign
The Qualification Application Price Tender /
Agreement should be appended.

Digital Signature of Applicant

25
SCHEDULE “B”
FINANCIAL CAPABILITY

1. Name and address of the Applicant :

2. Income Tax permanent account no. C.I.H. No. :

3. TNGST / C.S.T. Registration No. :


4. Annual turnover as per Income Tax returns filed for the TAX year
past five years 2018 – 2019
2019 – 2020
2020 – 2021
2021 – 2022
2022- 2023

5. Annual turnover as per audited statement of account: Financial year


duly certified by the Chartered Accountant during the
Preceding Five years (Attach attested copy of balance
Sheets) 2018 – 2019
2019 – 2020
2020 – 2021
2021 – 2022
2022- 2023
6. Financial Position
i Cash in hand :
ii Cash in Bank / Banks. :
iii Current Assets. :
iv Current Liabilities :
v Working capital :
vi Net worth :
7. Outstanding value of works already committed and in
progress and time left for completion. (Details for
each work to be furnished separately)
8. Amount available in capital Account:
(i) Paid up share capital of (Partners or shareholders)
(ii) Called up and subscribed share capital
(iii) Reserves under capital account.
(iv) Surplus under capital account.

9. Net profit before tax during the preceding five years. : TAX year
2018 – 2019
2019 – 2020
2020 – 2021
2021 – 2022
2022- 2023
Applicant’s financial arrangements.
(a) Own resources.
(b) Bank credits / Over Draft.
(c) Other source (Specify the source)

Digital Signature of Applicant

26
SCHEDULE “C”
DETAILS OF CONSTRUCTION EQUIPMENT, TOOLS &PLANTS, VEHICLES THAT COULD BE DEPLOYED
EXCLUSIVELY FOR THIS WORK
NAME OF APPLICANT:

Sl. Name of equipment Total Equipment owned bythe Equipment’s currently Under Equipment’s proposed to be
No. / Tools & plants / require Applicant lease, available with taken on lease
Vehicles ment for the Applicant
thiswork
Year of Present Year of Present Number Year of Present
Purchase working Manufacture Working Manufacture Working
Make & condition Make & condition Make & condition
Capacity Capacity Capacity
1. Concrete mixer with 4 Nos
hopper
2. Vibrator 4 Nos
3. Dewatering Pumps 4 Nos
4. Lorry / Tipper 3 Nos
5. Steel centering materials 20000
to Sq.m
cover an area of
6. Mechanical spray set of 3 Nos
curing
7. Mechanical Hoist 3 Nos

8. Poclain or JCB 2 Nos


9. Theodolite with 1 Nos
accessories
9. Other tools & Plants
available with the
Applicant
(details to be furnished)

Note: - For the equipment’s currently under lease with the Applicant,
Date of expiry of lease period shall be furnished. Digital Signature of applicant
SCHEDULE “D-1”
WORK EXPERIENCE
LIST OF CIVIL ENGINEERING CONSTRUCTION WORKS COMPLETED IN THE PRECEEDING FIVE YEARS

NAME OF APPLICANT :

Sl. Name of work Value Name of Agreementnumber Period of Time Reasons Type & Remarks
No. With location of the the Completion actually for delay nature
(Town / State) work Employer Stipulated in taken to (if any) of the
Rs. the complete work
agreement the work

1 2 3 4 5 6 7 8 9 10
I. Building works only

II Building & Works


Including water
supply and sanitary
arrangements
etc.

Note: - a) Details of original construction works alone should be furnished. Repairs


/ Improvements to existing structures should not be included.

Dated signature of the Applicant with


seal.
SCHEDULE “D-2”
A. DETAILS OF SIMILAR BUILDING WORKS COSTING MORE THAN RS. 1938.29 lakhs UNDERSINGLE AGREEMENT
COMPLETED IN ANY ONE YEAR OF THE PRECEDING FIVE YEARS
NAME OF APPLICANT:

Sl. Name of Location Name and Value of Agreement Stipulated Date of Date of Reasons for Actual Quality of
No work Village Designation work as per Number Period of Commc Actual delay in Value of work done
. / Town of the Agreement contract as emet completion completion work
/ Taluk employer / Rs. per of the work of work n (if any) Executed
/ District Owner Agreement as per
/ State final
Payment

1 2 3 4 5 6 7 8 9 10 11 12
1.
2.
3
4
5
6.

Note:- a) Certificate issued by the Engineer- In – Charge ( not below the rank of Executive
Engineer / Project Engineer) of each of the work is to be appended.

Digital Signature of applicant


SCHEDULE “D-3”
DETAILS OF WORKS ALREADY COMMITTED BY THE APPLICANT AND ARE IN PROGRESS
NAME OF APPLICANT:

Sl. Name of Name / Agreement Total Value Period of Date of Balance Value of Value of Physical Remarks
No work Designati Number of the work Completi Commenceme Period work so for Balance Progress
. With on of the asper on ntof work available completed item of orstage of
Location employer Agreement Stipulated for . Rs. work to be work
/ or Rs. in the completing completed
Owner Agreement the . RS.
remaining
portion
of work

1 2 3 4 5 6 7 8 9 10 1 12
1
1.
2.
3
4
5
6.

Note: - a) Certificate for each of the committed works in Progress issued by the
Engineer- in – charge (not below the rank of Executive Engineer / Project Engineer)with all the
above detail should be appended

Digital Signature of applicant


SCHEDULE “E”
INFORMATION REGARDING CURRENT LITIGATION / DEBARRING /
EXPELLING OF APPLICANT OR ABANDONMENT OF WORK BY THE
APPLICANT

1. (a) Is the Applicant currently involved in any Arbitration /


Litigation relating to the contract works. Yes / No

(b) If Yes, Details thereon

2. (a) Has the Applicant or any of its constituent partners been Yes / No
Debarred / Expelled by any agency during the last

(b) If yes, Details thereon

3. (a) Has the Applicant or any of its constituent partners Yes / No


failed to complete, any contract work during the past
“Five” years.

(b) If yes, give details thereon.

Digital Signature of applicant

Note: If any information in this schedule is found to be incorrect or concealed the


Qualification Application will be summarily rejected & price tender will not
be opened.
SCHEDULE “F”
AFFIDAVIT

(To be furnished in a Twenty Rupees Non-Judicial stamp paper duly


certified by Notary Public)

1. I / We the undersigned solemnly declare that all the statements made in the documents,
records etc., attached with this application are true and correct to the best of my
knowledge.

2. I / We the undersigned do hereby certify that neither my / our firm / company nor any
of its constituent partners have abandoned any work /works of similar nature and
magnitude in India, during the Last
“Five” years.

3. I / We the undersigned do hereby certify that any of the contract awarded to me / us


has not been terminated rescinded, due to breach of contractor on my / our part, during
the last “Five” years.

4. I / We the undersigned authorise (s) and request (s) any bank / person / firm /
Corporation / Government Departments to furnish pertinent information deemed
necessary and requested by the Special Chief Engineer, PWD., Buildings (Construction
& Maintenance) Circle, Tirunelveli to verify the statement made by me / us to assess my
/ Our competence and general reputation.

I / We the undersigned, understand(s) that further qualifying information /


clarification on the Statement made by me / us may be requested by Joint Commissioner/
Executive officer, Arulmigu Arunachaleswarar Thirukovi,Tiruvannamalai., and agree(s) to
furnish such information / Clarification within “SEVEN” Days from the date of receipt of such
request from Joint Commissioner/ Executive officer, , Arulmigu Arunachaleswarar
Thirukovi,Tiruvannamalai..

Signature of applicant

To be signed by the officer authorized by the Firm / company to sign on behalf of the Firm /
company with company’s seal.)

Note: - In case of sole proprietary concern, affidavit should be signed only by the sole
proprietor.

(Title of the Officer)


(Title of the firm / company)
(Date)
The above named deponent has understood the contents well and solemnly and
sincerely declared and affirmed by the deponent in my presence at
……………………………………
And signed before me on this day of …………………………………………………………

(Seal) (Signature of the Notary Public with seal)


SCHEDULE “G”
UNDERTAKING

Under taking should be furnished in a Twenty Rupees Non- Judicial stamp paper with
the Qualification Application and Certified by the Notary public.

I / We

The applicant do hereby undertake that I / we will abide by the terms


and conditions if any modified by the Government in the contract conditions subsequent to
submission of Qualification schedule / Price tender or subsequent to execution of the
agreement.

Place:

Date :
Signature of applicant

The above named deponent has understood the contents well and solemnly and

sincerely declared and affirmed by the deponent in my presence at …………………………...

And signed before me ………………………………………………………………………….

On this day of ………………………………………………………….

Place:

Date : Signature of the Notary public with Seal


SCHEDULE “H”
Details of Technical personnel under regular employment of the applicant who can be made available
exclusively for this work

Name of Applicant:

Under
regular
Total Salary
Sl. Educational employment
Designat Name span of being Remarks
No Qualification with
ion experience paid
Applicant
Since.

1 2 3 4 5 6 7 8
1. Project Manager –
B.E.Civil (with at least
10 years’ experience.)
– 1 No.

2. Site Engineers.
(a) B.E. ,Degree in Civil
Engineering (with at
least 3 years’
experience ) –5Nos.
Diploma in Civil
(c) Engineering (with
atleast 3 years’
experience ) – 5
Nos.
Diploma in
(d) Elec
Engineering
With at least
threeyears’
experience – 5
Nos.
(e) Diploma in
SthapathyWith at
least three years
experience1No
(f) B.Tec./B.F.A.,
Degreein
Sthapathy with at
least three years’
experience. 1No
3. Number of skilled
workmen available
4. Number of unskilled
Workmen available.

Digital Signature of applicant

You might also like