Download as pdf or txt
Download as pdf or txt
You are on page 1of 22

ONLINE TENDER

PAPERS

NAME OF WORK: Designing and constructing of new of 20.00


lakh liters capacity underground sump with
pump house including pumping machinery
near ESR - III at Notified Area, GIDC,
Vapi.(Re-Invite 2nd time)

Tender Notice No. 09 of 2023-24 Sr No. 04


TECHNICAL BID (PART-II)
PRE QUALIFICATION

1 Estimated cost : Rs. 1,22,07,000.00


2 Tender fee : Rs.4,248.00
3 E.M.D. : Rs.1,22,100.00
4 The tender with DD for Tender fee & DD / FDR 16/03/2024 to
and BG (Bank Guarantee) for EMD (by scanning) 04/04/2024
except required documents must upload on the
up to 16.00 hrs.
web site of www.gidc.nprocure.com
5 Date on (or before) which DD for Tender fee & : 03/04/2024
DD / FDR and BG (Bank Guarantee) for EMD in to
original with required documents must reach in
04/04/2024
the office of the In the Office of, The Notified
Area Officer, NAA, GIDC, VAPI by Hand up to 16.00 hrs.
Delivery, R.P.A.D., or speed post.
6 Opening of Technical Bid : Dt. 05/04/2024@
12.00 noon
7 Opening of Price Bid of Pre-Qualified Bidders Only : After finalization of
qualified bidder
8 Eligible class of Registered : "C" Class and above
Registration (Civil
wing)& ‘D’ Class of
Registration and above
in R & B Electric wing
and having valid
electrical contractor
license.

Chief Officer
Notified Area Authority
NAA, VAPI
Plot No-C-5/101 NAA, VAPI
Dist. Valsad PIN No-396195

203
Pre-Qualification Criteria

(1) A complete guideline for Pre-Qualification evaluation had been issued vide circular
under reference (1). However, to promote participation form more experienced &
qualitative Contractor, it was under consideration to make some changes in the prevailing
Pre-Qualification criteria by making some modification as per directives of the Central
Vigilance Commission (CVC). Hence, the modified guideline of Pre-Qualification
criteria is as under.
(2) Prequalification criteria for the Civil / Mechanical / Electrical works.
(2.1) Eligibility: - Bidder can be a firm having valid registration in the "C" Class
and above Registration in civil wing & ‘D’ Class of Registration and
above in R & B Electrical wing and having valid electrical contractor
license of the agency with which the bidder has done MOU.
(2.1.1) Bidder's registration: -
(2.1.1.1) Only those bidders shall bid whose names are borne on the approval list
of registered contractors in the required class & category with Gujarat
state R&BD / W.R.D. / GIDC.
(2.1.1.2) If the Contractor’s registration in the required class & category with
Gujarat state R&BD / W.R.D. / GIDC is expired on or before the last date of
online bidding period of the tender, the bidder must submit through
online in electronic form the application for renewal of the same with the
concerned department along with receipt of fees paid for it. In such cases,
the bidder at his own responsibility must produce valid renewed
registration certificate in the required class & category with Gujarat state
R&BD / W.R.D. / GIDC before the date of opening of Technical Bid. Failing
to which the bidder shall be disqualified for opening of his price bid.
Bidder will solely be responsible for obtaining the required registration.
(2.1.1.3) In context to above Para (2.1.1.2), it is clarified that the bidder who is
having registration in class & category below than the minimum required
class & category and the bidder has applied for up-gradation in required
class and category with Gujarat state R&BD / W.R.D. / GIDC shall not be
considered valid. In such cases the bidder shall not be considered eligible
for bidding.

204
(2.1.1.4) The bidder, who is registered in appropriate category of C.P.W.D., M.E.S.,
Railways and Indian state government, can also bid provided the bidder
produce such registration certificate at the time of bidding and obtain
registration in required class &category from the Gujarat state R&BD /
W.R.D. / GIDC before issuing work order. Bidder will solely be
responsible for obtaining the required registration.

Note: - Joint Venture (JV) is not allowed.


(2.2) Annual Turnover: -
(2.2.1) Average Annual Financial Turnover during the last Five years, ending 31st
March of the previous financial year shall be at least 30 %
(i.e. 36.62 lakhs) of the estimated cost.
(2.3) Successful experience: -
(2.3.1) Bidder must have experience of successfully completed similar works during
last seven years ending last day of month previous to one in which
applications are invited be either of the following.

One completed work having cost not less than the amount equal to 80 % of the
estimated cost i.e. Rs. 97.66 lakhs.
OR
Two completed work having cost not less than the amount equal to 50 % of the
estimated cost i.e. Rs. 61.03 lakhs
OR
Three completed work having cost not less than the amount equal to 40 % of the
estimated cost i.e. Rs. 48.83 lakhs
2.3.2 A work would qualify as similar work only if it meets with definitions
given in below:

Any completed project involving main component of RCC Underground Sump,


ESR, GSR. The amount for qualifying under Successful Experience will only be
considered for the above-mentioned definition and the amount of pipeline
work or any other work will not be taken into consideration.
And
The bidder must execute MOU (Memorandum of Understanding) with an
agency having successful experience of SITC of Vertical Turbine pumping set
of rating not less than 45 Kw.

205
(2.4) Bid capacity :-

(2.4.1) The bidder must have available bid capacity (ABC) more than the amount put
to tender.

ABC = 2*A*N-B
Where,
A is the maximum of updated total amount of works executed in any one
year of the last five financial years i.e. from Dt.01/04/2018 to
Dt.31/03/2023.
N is the number of years prescribed for completion of the proposed
work.
B is the amount of the exiting commitments and on-going works to be
discharged during time interval of N years from the bid due date. As per
following schedule-E.
SCHEDULE-E

“EXPERIENCE ALL PROJECTS IN PROGRESS”

Give information about all projects which are in progress including the
company has received a letter of intent / acceptance but a formal contract has
not yet been awarded.
E Engin Location Value Cost of Remaini Percen Date Stipulat Likely Reaso
m eer & of work ng work tage of of ed date date of ns for
pl respo descripti contra execute to be practic work of completi slow
oy nsible on of ct d as on execute al order comple on progre
er for works date of d as on compl tion of ss, if
super this bid date of etion work any.
visio this bid
n
1 2 3 4 5 6 7 8 9 10 11

Total
Note :- Non-disclosure of any information in the schedule will result in
disqualification of the bidder.

(Signature of bidder)
206
(2.4)1. For the purpose of updating amount of works executed in any
year, procedure narrated as under shall be applied.
(2.4)2. For arriving at update value, total amount of works executed in
any one year shall be multiplied by the enhancement factor
corresponding to that year. Following enhancement factors will be
applied to total amount of works executed in any one year and to
bring them to the base year. The current financial year in which
bid is invited shall be considered as the base year.

Year Financial year


Enhancement
factor
Base (year of inviting tender) 2023 to 2024 1.00
-1 2022 to 2023 1.10
-2 2021 to 2022 1.21
-3 2020 to 2021 1.33
-4 2019 to 2020 1.46
-5 2018 to 2019 1.61
(2.4)3. Existing commitments shall include all such works for which
letters of acceptance of the tenders have been received by bidder
till the date on which bidder has submitted his bid for the
proposed work.

207
(2.5) Litigation history: -
(2.5.1) The applicant should provide accurate information on litigation and/or
arbitration resulting from contracts completed or under execution by him
over the last five financial years. A consistent history of arbitration
awards/judgements against the applicant or any partner of a joint
venture may result in disqualification for proposed work. If the details of
litigation history is hidden by the applicant and later on it comes to
knowledge of the employer the bidder shall be disqualified for the
proposed work and other appropriate action shall be taken against the
bidder.
(2.5.2) Information of litigation history in following statement to be submitted, if
any other wise Nil / Not Applicable statement to be submitted.
LITIGATION HISTORY
Name of applicant :
Sr. Name of Work Finan Brief Depar Whether Details Whethe
No Contract compl cial Detail of tment awards / of Result r
. eted year the in judgeme of Judgem
or arbitrati oppos nts is arbitrati ent in
under on / ition pending on / favour
execut litigation or made? Judgeme or in
ion matter nt against

(Signature of bidder)

208
(2.6) Affidavit regarding Termination / Blacklisting / Ban / Registration kept
in Abeyance. :-
(2.6.1) The bidders shall be disqualified for opening of his price bid if he is under
blacklist and / or under ban and /or his registration is under abeyance by
any Central / State Government Department, Board, Corporation,
Municipal Corporation, Municipality, Government Local Bodies,
University etc.
(2.6.2) The bidder shall have to submit prescribed notarized affidavit on
appropriate stamp paper as under, failing to which the bidder shall be
disqualified for opening of his price bid.

Affidavit regarding Termination / Blacklisting / Ban / Registration kept in Abeyance.


(To be submitted on stamp paper of Rs. 300.00 & duly notarized.)

Name of work :-
Tender ID :-
I, ____________________, Age, ___________________, Resident of, ______________ in
the capacity of _________________Do hereby solemnly affirm and declare as under.
We are not under blacklist and / or under ban and /or our
registration has not been kept under abeyance by any Central / State Government
Department, Board, Corporation, Municipal Corporation, Municipality, Government
Local Bodies, University etc. as on date of participating for this bid.

Date :- Authorised signatory


Place :-

209
(2.7) Machinery / Equipment :-

Bidder shall have to submit a prescribed notarized undertaking on


appropriate stamp paper for deploying machinery/equipment for the work under tender as
per below.
Undertaking for deploying Machineries/Equipments/Tools & Plants
(To be submitted on stamp paper of Rs. 300.00 & duly notarized.)
To,
(Authority Holding the digital key)
Name of Work :-
Tender ID :-

Sr. Type of Equipment Minimum No. of equipment


No required

1. Tipper Trucks 10

2. Dozer 2

3. JCB / excavator machine 4

4. Front end Loader 2

5. Water Tanker 5

6. Concrete Mixers with integral weigh 2


batching facility
7. Hydraulic crane (Hydra) 2

8. Gunitig Machine 3

9. Welding Machine 3

10. Steel form work 500 Sq.Mt.

11. Vibrator (Diesel Operated) 1

12. Vibrator (Electric Operated) 1


13. All required machinery, tools and 1
tackles for SITC Pumping Machinery
with necessary Electro-Mechanical
accessories.

I/We hereby undertake that if I/we awarded the above said work then I/we shall deploy all
Machineries/Equipments/Tools & Plants etc. in fully working condition and utilize the same
while execution of the work.
We also undertake that i/we shall deploy other Machineries/Equipments/Tools & Plants etc. over
& in working condition and utilize the same as per instruction of Engineer-In-Charge.
210
Failing to above we shall not object any action taken against us within the tender provision.
In case of any dispute, Superintendent Engineer’s decision shall be final.

Date :- Authorised signatory


Place :-

(2.8) Bidding in E-tendering :-


(2.8.1) Submission of documents must be through e-tendering i.e. electronic form,
unless specified in Para (2.9).
(2.8.2) All of the online submitted documents must be clearly readable, failing to
which the same shall be considered as void.
(2.8.3) Bids of those bidders who have submitted all information, statistical details
as required in the bid documents through E-Tendering will only be
considered. If the employer desires any clarification, for
verification/clarification, ambiguity of difference found in the
documents/statistical details submitted online (by e-tendering) by the
bidder the same shall be furnished within stipulated time otherwise
further processing will be carried out in absence of above and the bidders
shall be liable for any consequence.
(2.8.4) No bidder can participate in more than one bid for proposed work.
(2.9) Submission of documents :-
(2.9.1) Following documents/papers shall form part of the bid& must be submitted
through online in electronic form unless specified separately, failing to
which the bidder shall be dis-qualified for opening of his price bid.
(2.9.1.1) D.D. of require tender fee. (To be submitted in electronic form at the
time of online submission of the bid & the same to be submitted in
original during prescribed time period for submission of documents in
physical form.)
(2.9.1.2) DD/FDR & BG of required EMD.(To be submitted in electronic form at
the time of online submission of the bid & the same to be submitted in
original during prescribed time period for submission of documents in
physical form.)
(2.9.1.3) Copy of valid bank solvency certificate of minimum 20 % amount of
the estimated cost put to the tender of the work. (Bank Solvency
certificate issued during current calendar year is considered as valid up to
end of the December of the current calendar year. 31st march of the next
211
calendar year. In case, where solvency certificate is not obtained in time,
the certificate of previous year will be considered valid up to the end of
March of current calendar year. In some certificates date of validity is
stated. In such cases the same stated date is considered for validation
instead of end of December of the current calendar year.)
(2.9.1.4) Copy of relevant required Registration Certificate / Certificates. (In
case of renewal, copy of application & receipt of fee paid.)
(2.9.1.5) Copy of annual turnover certificate issued by charted accountant for
last three financial years. (If turnover of any of the last three financial
years is not shown in the certificate then the same shall be considered as
NIL and accordingly average annual turnover of last three financial
year/years shall be calculated.)
(2.9.1.6) Copy of form-3A / Experience certificate issued by
employer(Government / Semi Government) showing all details as
required as per Pre-Qualification criteria of successful experience of
similar work and copy of letter of permission given by employer
(Government / Semi Government) for subletting the work, if case may be
of.
(2.9.1.7) When employer is not a government, following need also to be
furnished.
(2.9.1.7.1) Copy of work order.
(2.9.1.7.2) Copy of agreement.
(2.9.1.7.3) Copy of Form-3A / Experience certificate showing all
relevant details issued by employer & certified by Charted
Accountant.
(2.9.1.7.4) Copy of final bill.
(2.9.1.7.5) Copy of TDS certificates.
(2.9.1.7.6) Copy of letter of permission given by employer for
subletting the work.
(2.9.1.8) Copy of annual total amount of works executed certificate issued by
charted accountant for last five financial years. (If annual total amount of
works executed of any or some of the last five financial years is not shown
in the certificate then annual total amount of works executed of financial
year/years which has been shown in the certificate shall only be
considered.)

212
(2.9.1.9) Schedule-E “Experience all projects in progress” as under in
prescribed format as Per Para (2.4).
(2.9.1.10) Litigation history as per Para (2.5).
(2.9.1.11) Affidavit regarding Termination / Blacklisting / Ban / Registration
kept in Abeyance as per Para (2.6).
(2.9.1.12) The undertaking for deploying machinery/equipment for the work under
tender as per Para (2.7).
(2.9.1.13) Copy of MOU with Electrical Agency.
(2.9.2) Following documents/papers shall also form part of the bid, but these
documents are not mandatory to be submitted through online in electronic
form. However, the same shall be submitted in physical form, if not submitted
through online in electronic form, within time period given by authority
holding the digital key, failing to which the bidder shall be dis-qualified for
opening of his price bid.
(2.9.2.1) Copy of registration certificate of firm / documents of public limited /
private limited / partnership firm / proprietor firm, whichever is
applicable. For example, Partnership Deed, Certificate of incorporation,
Memorandum of association, Article of Association etc.
(2.9.2.2) Copy of Power of Attorney, if any.
(2.9.2.3) Copy of PAN Card.
(2.9.2.4) Copy of latest income tax return certificate. (Note :- latest income tax
return certificate means the income tax return certificate of the last
completed financial year for which pre-determined/extended time period
by the Income Tax Department for filing income tax return is over on or
before last date of online submission.
(2.9.2.5) Copy of Goods & Services (G.S.T.) registration certificate.
(2.9.2.6) Copy of RPFC registration certificate.
(2.9.2.7) Copy of RPFC Challan of any of the completed last three months from the
month of last date of online submission of the tender.

213
UNDERTAKING/DECLARATION

“I hereby declare that I have after thoroughly understand the Tender criteria/
conditions and the details filed & documents submitted are true and correct
to the best of my knowledge and belief. I shall not have any objection against
any action taken by NAA/GIDC if any of the information submitted is found to
be incorrect/ false.”
1. Any information, data, statistics etc. which are not related to bid
document will not be considered in evaluation even through furnished by
the applicant.
2. In accordance with stipulated in Point No.1, employer reserves the right
to call any information/documents which is mandatory, essential and
critical for the purpose of evaluation. Any information provided by the
applicant after last date of electronic submission will not be considered
in evaluation, unless except the employer has specially asked for any
information/document, which is mandatory, essential and critical for
evaluation. If required information is not furnished with in stipulated
time, proposal will be liable for rejection.
3. If any of the information provided by the bidder is found false during
scrutiny or at the later stage his EMD shall be forfeited and he shall be
disqualified for the proposed work. In case when bidder has furnished
exemption certificate in lieu of EMD, an amount equal to EMD shall be
appropriated from his FDR pledge to avail of exemption certificate. If any
of the information provided by the bidder is found false after award of
work, the performance security of the bidder shall be forfeited and the
contract shall be terminated.

214
LETTER OF PRE-QUALIFICATION APPLICATION

To:
The Chief Officer,
NA,GIDC, Vapi.

Dear Sir,

Having examined the Pre-qualification documents attached with this bid including scope of
work & frame of construction, we hereby submit all the necessary information and relevant
documents for qualifying us for bidding for this work through e-tendering i.e. in Electronic
form.

The application is made by us on behalf of


_________________________________________________________________________________________________________
________________________________________________________________________________________In the capacity
of ____________________________________________________________________________________________________
________________________________________________________________________________ duly authorized to
submit the offer.

It is certified that the information furnished in these documents are authentic. We shall
gracefully accept the Pre-qualification and shall not litigate the issue of Disqualification
upon the scrutiny of this application of ours.

We, undersigned, accept that the NA, G.I.D.C. reserves the rights to reject any or all
applications without assigning any reason.

Date:
Signature of applicant

Name in Brackets incl. Title &


capacity in which application is
made.
Encl:
1.
2.

215
SELF EVALUATION FORM
Annexure-C
Note :- This form is mandatory and required details as per Performa with page number must be field-up. If such details
are not submitted with the bid documents, the bid shall be liable for rejection.
Sr. Component Requirement as per M/s. …………………………………………………… Page Remarks
No. tender DETAILS FURNISHED BY BIDDER No.

1 Tender Fees Rs. 4,248.00by DD Name of Bank


D.D. No. and Date
Amount in Rs.
2 EMD (A) Rs. 50,000.00 (By D.D. / Name of Bank
F.D.R. only) D.D. / F.D.R. /B.G. No. and
And
Date
(B) Remaining Rs. 72,100.00
(By Bank Guarantee) Amount in Rs.
3 Registration certificate (A) "C" Class and above Name of Department
Registration (Civil wing)
& ‘D’ Class of Registration Authority
and above in R & B Electric
wing and having valid Validity Period
electrical contractor license.
4 Bank Solvency 20% amount of Estimated Name of Bank
Certificate Cost Amount in Rs.
i.e. Rs. 24.41 Lakhs Date
5 Partnership deed / In case of Partnership firm In case of Partnership firm
Power of attorney with Required document is submitted
certificate of on Page No............
registration of Firm.

216
6 Latest Income tax (A) Year of Income tax Assessment Year
return filed and PAN Return filed
Card Details (B) PAN Card No. PAN Card No.
7 GST and RPFC (A) GST Registration GST Registration Certificate Placed on Page
Registration certificate Certificate provided Certificate provided No.........
(Indicate the Page No.)
(B) RPFC Registration RPFC Registration Certificate along with copy of
Certificate along with copy of Certificate along with copy latest of “challen “ Placed on
latest of “challen “provided of latest of “challen “ Page No.........
provided (Indicate the
Page No.)
Pre-Qualification Application in Electronic Application in Electronic Application Form Placed on Page
8 Application Form Form No..............
(Indicating the Page No.)
9 C.A. Certified Annual Annual Turn Over of any One Year Turn Over Enh. Current Value of
Turnover for Last Five of the last Five financial (Rs. in Factor Turn Over (Rs. in C.A. Certified
Financial Years years shall be more than crore) crore) and
Rs. 36.32 lakhs 1. 2019-20 1.46 Notarized
2. 2020-21 1.33 Copy must be
3. 2021-22 1.21 submitted.
4. 2022-23 1.1
5.2023-24 1.0

10 Successful Experience As per definition of similar Name of work


of Similar Work : work :
As per clause no 2.3 of PQ-
criteria.
Date of Completion
Amount of Work
Name of Department and
Authority

217
11 Existing commitments Details should be given in Details should be given in
and ongoing works Appendix - E Appendix - E
Total amount of work on
hand

12 Bid Capacity: ABC = Available Bid Capacity (ABC) Details to be submitted by


(2*A*N-B) more than the tender amount bidder.
A = Maximum updated i.e. Rs. 122.07 Lakhs A=
total amount executed N=
in any one year from B=
2018-19 to 2023-24
N = 0.75 (Time limit 09 ABC =
Months)
B = Existing
commitments and
ongoing works.
14 Machinery/Equipment: As per requirement attached Details are given as per
in this tender papers. clause no 2.7 of PQ-
criteria.
15 Certificate for An undertaking for An undertaking for Certificate is placed at Page
truthfulness of truthfulness of information truthfulness of No......
information. furnished by bidder information furnished by
bidder
16 Litigation History As per tender format

17 Affidavit regarding To be submitted on Rs 300/-


Termination / stamp paper of appropriate
Blacklisting / Ban / value & duly notarized
Registration kept in
Abeyance.
17 Other Remarks
18 Whether Qualified or
not?
Signature of Bidder
218
APPENDIX – E

EXPERIENCE ALL PROJECTS IN PROGRESS


Give information about all projects which are in progress including the company has received
a letter of intent / acceptance but a formal contract has not yet been awarded.
Empl Engin Locati Val Cost of Remai Perce Da Stipulate Li Reasons
oyer eer on & ue work ning ntage te d ke for slow
respo descri of execut work of of date ly progress
nsibl ption cont ed as to be practi w of da if any
e for of ract on execut cal or com te
super works date of ed as comp k pleti of
visio this on letion or on co
n bid date of de of m
this r wor pl
bid k eti
on
1 2 3 4 5 6 7 8 9 10 11

Total
Note:-Non disclosure of any information in the schedule will result in disqualification of the
bidder.

(Signature of Bidder)

219
APPENDIX-F

GENERAL INFORMATION

The applicants are requested to provide the information in this schedule

1 NAME OF FIRM

2 Head office Address

3 Contact No: Mobile/Land line & Land Line:


Name of Contact Person. Mobile:

4 FAX Email

5 Place of Incorporation/Registration Year of incorporation/Registration

(Signature of Bidder)

220
APPENDIX-G

STRUCTURE & ORGANIZATION


The applicants are requested to provide the information in this schedule

1 The applicant is
a. An Individual
b. A proprietary firm
c. A Partnership firm
d. Limited Company or
Corporation
2 Address, Telephone & FAX number

3 Description of Company/Firm (e.g.


General, Civil Engineering contractor)
4 Name and Address of bankers
5 Nos of year of experience as general
contractor
6 Nos of year of experience as Sub
contractor

7 Name & Address of Partner of


associated companies to be involved
in the project. Whether
parents/subsidiary & others.
8 Name & Address of companies who
will be involved in the construction of
various items, civil work namely
a) Pre-construction soil investigation
b) Main work (Building Construction)
c) Misc. works
9 Attached an organization chart
showing the structure of the company
incl. Names, Position of Director & Key
personnel

(Signature of Bidder)

221
APPENDIX-H

Details of Personnel with applicant


The applicants are requested to provide the information in this schedule
Sr. Description & Qualification
No On applicants Pay roll

1 Project Manager

2 Works Manager

3 Nos of Engineering graduates/Diploma

a) Design Engineer

b) Construction Supervision

4 Nos of Administrative graduates

5 Nos of Skilled Employees

6 Nos of Un- Skilled Employees

7 Please indicate whether design whatever


required as per condition of bid will be carried
out in house or with help of consultant.

(Signature of Bidder)

222
APPENDIX – I

EXPERIANCE
Contract:
Experience : Relevant works completed.
Company:
Please fill information about the relevant works completed over the last seven years

Additional Was
Perce
amount contrac
Name Accepte Final ntage
Name of realized if t
of d value as partic
Engineer any satisfac
Name of locatio contrac per bills ipant
responsib through torily
Employ n& t price prepare of
le for constructi comple
er type of & date d by comp
supervisi on claims ted
road (Rs. In employe any in
on or by includi
work. lacs) r. projec
award to ng time
t.
arbitrator. (*)
1 2 3 4 5 6 7 8

(Signature of Bidder)

223
APPENDIX – J

LITIGATION HISTOREY

Name of applicant:
The applicant should provide accurate information on litigation and/or arbitration resulting
from contracts completed or under execution by him over the last five financial years. A
consistent history of arbitration awards/ judgments against the applicant or any partner of a
joint venture may result in disqualification for proposed work. If the details of litigation
history is hidden by the applicant and later on it comes to knowledge of the employer the
bidder shall be disqualified for the proposed work and other appropriate action shall be taken
against the bidder.
Information of litigation history in following statement to be submitted, if any other wise Nil /
Not Applicable statement to be submitted.

Name of applicant:
Sr Nam Work Finan Brief Departm Whether Details Whether
. e of compl cial Detail ent in awards / of Result Judgmen
N Cont eted year of the oppositi judgmen of t in
o. ract or arbitra on ts is arbitrati favour
under tion / pending on / or in
execut litigati or Judgmen against
ion on made? t
matter

(Signature of Bidder)

224

You might also like