This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Contractor No. of Corrections. Executive Engineer,
1
CHIEF ENGINEER (S.P.) W.R.D. PUNE
EXECUTIVE ENGINEERMHAISAL PUMP HOUSE DIVISION No.2, SANGLI.
Krishna Koyna Lift Irrigation Project Mhaisal Part -
Construction of Pump House, Rising Main, Delivery
Chamber for Mhaisal Stage 6A & 6B and Approach
Road for Pump House Stage 6A
PRE-QUALIFICATION DOCUMENTS
2639.83
Contractor No. of Corrections. Executive Engineer,
2
INDEX Sr. No. Particulars Page No.
Time Schedule & Press Tender Notice 5
Detailed Tender Notice. 8
1.00 SECTION 1 : INFORMATION AND INSTRUCTIONS
TO APPLICANTS
10
1.10 General 11
1.20 Method or applying 12
1.26 Manner of submission of pre-qualification documents & it‘s
accompaniments
14
1.30 Definition 16
1.40 Final decision making authority 16
1.50 Clarification 16
1.60 Particulars provisional 17
1.70 Site visit 17
1.80 Minimum eligibility criteria for Pre-qualification 17
1.90 Evaluation criteria for Pre-qualification 19
ANNEX-A
A. Description of the project 22
B. Status of the project 22
C. Climatic conditions 22
D. Scope of the work 23
1. Details of the work 24
2. Information for obtaining documents. 25
3. Work and site conditions. 26
4. Period of completion and programme of work. 26
5. Other date for statements and proforma. 27
6. Minimum Eligibility Criteria for Pre-qualification 27
7. Composition of Evaluation committee 28
8. Evaluation Procedure and allocation of points 29
9. List of machinery 33
Contractor No. of Corrections. Executive Engineer
3
Sr.No. Particulars. Page No.
Section – II : PREQUALIFICATION INFORMATION 34
Letter of transmittal 35
2.1 Statement -1 Bid Capacity. 36
2.2 Statement -2 Bid Capacity. 38
2.3 Statement -3 39
2.4 (a) Proforma- 1 40
2.4 Proforma- 1(a) 42
2.5 Proforma- 1(b) 44
2.6 Proforma- 1(c ) 46
2.7 Proforma – 2 47
2.8 Proforma – 3 49
2.9 Proforma – 4 51
2.10 Proforma – 4(a) 52
2.11 Proforma – 4(b) 54
2.12 Proforma – 5 55
2.13 Proforma – 6 58
2.14 Proforma – 7 59
2.15 Proforma – 8 60
2.16 Proforma – 9 61
2.17 Proforma – 10 62
2.18 Proforma – 11 63
2.19 Proforma – 12 64
2.20 Proforma – 13 Check list 65
2.21 Proforma – 14 Joint Venture Format. 68
2.22 Proforma – 15 71
2.23 Agreement clause 72
Contractor No. of Corrections. Executive Engineer
4
PRESS NOTICE,
TENDER NOTICE
Contractor No. of Corrections. Executive Engineer
5
Maharashtra Krishna Valley Development Corporation
(Government of Maharashtra Undertaking)
eTender Notice No. 1 for 2014-15 Main Portal: http://maharashtra.etenders.in
WRD Portal : http://mkvdc.maharashtra.etenders.in
Online application for Bid Capacity of below mentioned work are invited by Maharashtra Krishna Valley Development Corporation from contractors registered in appropriate class with Public Works Department of Government of Maharashtra . The Pre-Qualification Documents are available on website from 0214/08/2014 to 08/09/2014
Sr.No. Name of Work Estimated Cost
(Rs. Lakhs)
Class of Contractor
Period of Completion
1. Mhaisal Part : Construction of Pump Houses, Rising Main, Delivery Chamber for Mhaisal Stage 6A & 6B and Approach Road for Pump House Stage 6A.
2639.83 Class .I (A) 18 Months
The Contractors participating first time in e-Tendering Bids will have toprocure Digital Signature
Certificate, User name & Password from competent authorities as per guide line mentioned on
homepage of the website.
All requisite information required for the submission of Bid Capacity documents is available in the above said website
If any assistance is required regarding e-Tendering (upload / download) please contact Mr. Dipendra Kulkarni System Integrator (Mob.No. 9167969601 & 9167969604, Phone No. 020-25315555, [email protected])
Sd/- Executive Engineer,
Mhaisal Pump House Division No.2, Warnali, Vishrambag, Sangli
document will not be evaluated and will be rejected.
1.60 PARTICULARS PROVISIONAL :
The particulars of the proposed works given in Annex-A to this section is provisional and
must be considered only as advance information to assist applicants. The accuracy of the
particulars is not guaranteed in any form and this pre-qualification document or the Model.
Tender Provision shall not form part of any contract which may subsequently be entered
into tender document.
1.70 SITE VISIT :
The work site can be inspected by the applicant, if he so desires, by prior appointment with
Executive Engineer, Mhaisal Pump House Division No.2, Sangli.
1.80 MINIMUM ELIGIBILITY CRITERIA FOR PRE QUALIFICATION
The applicant must be well-established contractor with experience and capability in
construction of work similar to the work given in this documents. The applicant applying for
pre-qualification must provide evidence of having adequate experience in modern
technology in carrying out similar works having main items as mentioned in Para 6.1 (a)
Experience of the prime and sub contractors approved by the owner shall be only
considered for pre-qualification. In such a case share of the experience of the prime and
sub contractor shall be counted in the proportion as stated in the agreement of subletting
or joint venture. In absence of stipulation of sharing of experience in the agreement the
experience shall be taken in proportion of 80:20 for prime and sub contractors
respectively. In case the subletting joint venture is not approved by the owner the
experience of the work shall be considered that of prime contractor. In order to assess the
experience and capability of contractor for execution of work under consideration, a
minimum criteria has been specified. This minimum criteria is judged from the past
experience of the contractor. The applicant bidder, as a prime contractor/sub contractor
should have adequate bid capacity, executed the quantities of main items (as stated in
Annex-A) in during the period of last five years. The other requirements such as that
of turnover and that of execution of similar work is also stated in Para 6 of Annex-A.
The applicant should have minimum 50% equipment of the requirement as indicated in
Para-9 of Annex-A in his ownership & remaining equipment on hire agreement ( to be
provided by necessary documents).
Only those applicants, who satisfy the minimum criteria of eligibility, be evaluated for pre
-qualification. A evaluation committee appointed for this will approve the evaluation. The
decision of the evaluation committee will be final and binding on applicant. No
correspondence will be entertained in this regard. Only the firm /contractors who become
successfully Pre-qualified will be informed by email by the system automatically and Pre-
qualified contractors will be eligible for getting tender documents.
Contractor No. of Corrections. Executive Engineer
18
ELIGIBILITY CRITERIA :
The formula for evaluation of bid capacity is –
Bid capacity = ( A x N x 1.50 ) - B
Where,
A = Maximum value of Civil Engineering Works executed in any one year during the
period of last five years ( updated to the Price Level, of the year in which the tenders are
opened ) which will take into account the completed and ongoing works.
The maximum value of Civil Engineering works (A) executed in a year shall be minimum of
following :
1. Ascertained from the certificates from Executive Engineer in case of Government and
Semi – Government and from the head of offices in case of limited companies and
Registered Co-Op. Societies or Organizations. The information is to be submitted in pro
forma 1(a) and 1(b) as enclosed in section- II for completed & ongoing works respectively.
Information given in any other format than prescribed shall not be taken into account for
calculating value of “A”
2. Ascertained from total contract amount received in a year as stated in Sr. No. 1 (C), in
Income Tax Clearance certificate and in absence of this Contractor shall submit balance
sheets of last 5 years duly certified by the Chartered Accountant.
The submission of information in (1) and (2) above is obligatory. In case of non submission
of any one or both, it shall be concluded that contractor does not have adequate bid –
capacity and shall not be considered for pre – qualification.
B = Value of existing commitments and works (ongoing) (updated to price level of the year
in which the tenders are opened) to be completed in the period stipulated for completion of
work of the present tender. (All certificates should be countersigned by the Engineer-in-
charge not below the rank of Executive Engineer of the concerned Department).
The value of B shall be ascertained from the certificate as prescribed in proforma 1(b) and
stated in statement No.2 enclosed in Section-II.
N = Number of years prescribed for completion of the work for which the bid is invited as
stated in Annex – A Para. 4.1.
N = 1.5
Only those applicants who satisfy the minimum criteria as stated in para- 6.2 of Annex – A
will be evaluated for pre-qualification.
Contractor No. of Corrections. Executive Engineer
19
1.91 EVALUATION CRITERIA FOR PRE -QUALIFICATION :
A) Pre-qualification of prospective tenders is to be done to ensure that final
bids for the work are received from well established contractors with
experience and capability for executing this work . Any applicant, who is
able to satisfactorily establish that he/ they can undertake the work and
complete it within the stipulated time, will be able to get pre-qualified.
The Evaluation for pre-qualification of the applicants shall be approved by
a committee as mentioned in Para-7 of Annex-A
The evaluation committee shall have freedom to ask for clarifications and
further related information from the applicants, check references and
make inquiries in respect of works of prospective tender.
B) The evaluation authority will evaluate the submitted pre-qualification
information by scoring evaluation method for the work costing more than
Rs.15 crores, once the applicant gets through the Minimum Eligibility
Criteria. In order to get pre-qualified, the applicant bidder must score at
least 60% (sixty percent) points in first four categories given below and
70% (seventy percent) points in overall. The pre-qualification shall be
decided on the basis of satisfying the minimum eligibility criteria and score
evaluation method. The allotted score for the various information
submitted by the contractor is as below.
S.No Particulars Points
a) General Experience & Similar Type of Work 50
b) Financial Strength 50
c) Equipment Adequacy 50
d) Adequacy of Personnel Capability 30
e) Quality control arrangements by the applicant. 20
Total 200
C ) The evaluation will be done from the information submitted by the bidder.
The various formats for giving information are given in Section II, Bidder is
expected to go through these formats carefully and submit the information
properly.
Contractor No. of Corrections. Executive Engineer
20
D) The pre qualification information booklet should be Indexed and paged.
The evaluation for pre qualification is to be done for the eligible applicants
who satisfy minimum criteria. It will be therefore advisable that applicant
gives a short note (please refer proforma 6 of section II) explaining how
he is eligible and fulfills the criteria by giving references of the information
given in booklet.
E) The evaluation procedure and allocation of points is as stated in Para 8 of
Annex A. The evaluation will be done with greatest care by allocating
points under various heads to help to judge the overall capability and
fitness of the applicants.
F) The contractor, if the work is awarded to them, will have to provide
adequate quality control testing laboratory.
1.92 If an applicant is judged to be financially unsound, he would be disqualified.
1.93 In case the number of qualifying applications are less than three, the committee
may use its discretion to relax the appropriate criteria with a view to qualify atleast
three applicants and thus ensure adequate competition in tendering.
1.94 Necessary information will be collected from the details furnished in Proforma
and additional information may be called for at the discretion of the Committee.
1.95 In case of Joint Venture partnership or a partnership the yearly turnover to bid
capacity and quantities of main items executed of prime and sub contractors shall
be added together for determining the minimum criteria of bid capacity. No
addition is however permitted for working out the minimum cost of similar type of
work executed.
1.96 The decision of the evaluation committee will be final and binding on the
applicant. No correspondence will be entertained in this regard. Only the firm/
Contractors who become successfully pre-qualified will be informed by registered
post or by telegraphically or by telephone by Executive Engineer, Mhaisal
Pump House Division No.2 Sangli and pre-qualified contractors will be eligible
for getting tender documents.
Contractor No. of Corrections. Executive Engineer
21
1.97 NO EVALUATION WILL BE DONE -
i. If the information given in Section -II, Proforma -1 to 13 and statement
1,2 & 3 is incomplete / misleading/ false and such application shall be
considered as non responsive will not be considered for eligibility.
ii. If the record of poor performance such as abandoning work, not properly
completing contract, inordinate delays in completion and financial failure,
is noticed .
III. If the applicant does not fulfill the criteria for eligibility laid down in Para 6
of Annex-A.
iv. If the applicant fails to submit copies of documents attested by Gazetted
officer.
v. If the applicant fails to submit any of the following documents / certificates.
a. Maharashtra Sale tax registration / Value Added Tax certificate
under Works Contract tax act.
b. Professional tax certificate
c. Documentary proof of plant and equipment owned by applicant as
mentioned proforma 4 (A)
d. Copy of valid registration with P.W.D ( GOM).
vi) If not presented neatly & in readable manner.
vii) Contractor shall be required to produce all original documents of PQ
documents when asked to do so. If he fails to produce original documents
on specified date, in this case PQ documents submitted by the contractor
shall be recorded and not considered for further evaluation.
viii) If applicant does not submit information in the prescribed format.
ix) If the applicant does not submit PQ document properly as per procedure
given in para 1.20 Page No. 12 ( Method of applying)
x) If less than three bidders are eligible for further evaluation on account of non-
submission of above documents, then committee may relax or give
concessions for one or more documents with this relaxation further evaluation
will be carried out.
Contractor No. of Corrections. Executive Engineer
22
ANNEX – A
TO SECTION I - DETAILED TENDER NOTICE, INFORMATION AND
INSTRUCTIONS
A) DESCRIPTION OF THE PROJECT :
Krishna Koyna Lift Irrigation Project has got third revised administratively
approval by MKVDC under letter No.MKVDC/Third Revised/201/(488-2001)
/RAP/MP-6/720 dated 22 Jan. 2004. for Rs. 1982.81 Crores.
The project consists of two parts namely Mhaisal Part and Takari Part. In this
project work includes Mhaisal Part - Construction of Pump House, Rising
Main, Delivery Chamber for Mhaisal Stage 6A & 6B and Approach Road
for Pump House Stage 6A It covers irrigation in Jath Taluka. After
completion of this Work 5569 Ha. Area (I.C.A.) will be under irrigation.
B) STATUS OF THE PROJECT :
The present work Mhaisal Stage 6A starts from Km No. 8 of Bilur Canal Part-
I. & Mhaisal Stage 6B starts from Km No. 28 of Devnal canal Part - I
This is major ongoing project namely Krishna Koyna Lift Irrigation Scheme
having two parts viz. Takari and Mhaisal Part. There are six stages of pump
houses under Mhaisal part, out of which the work of stages 1 to 5 are in
progress. The link canal namely Arag, Bedag, Salagare, Kavathemahankal
are completed. The branch canals namely Kalambi, Khanderajuri, Salagare
are in progress. The work of Jath Canal 0 to 81 Km are in progress. The work
of Bilur Canal Part-I & Devnal canal part-I & II are in progress.
C) CLIMATIC CONDITIONS :
The worksite is situated at an elevation ranging from R.L.650 to 735M. above
M.S.L. The average rainfall in this area is 500 mm. of erratic nature. The rainy
season normally commences in June and lasts up to October. A few periodic
pre-mansoon showers and post monsoon showers with high velocity winds
however cannot be ruled out and some of these can be quite heavy.
Atmosphere in other seasons normally remains dry. The temperature varies
from minimum 32oC in winter to maximum 42oC in summer.
Contractor No. of Corrections. Executive Engineer
23
D) SCOPE OF THE WORK :
The work involves execution of Krishna Koyna Lift Irrigation Project
Mhaisal Part
- Construction of Pump House, Rising Main, Delivery
Chamber for Mhaisal Stage 6A & 6B and Approach Road for Pump
House Stage 6A
The work under this contract includes following principle features
1) Excavation 89.70 T.cum
2) Concrete (all grade) 5.58 T.cum.
3) Steel (Structural / Reinforcement) 614.55 MT
4) M.S. Pipes a)1150 mm 1.53 T Rmt
b) 950 mm 4.60 T Rmt
5) M.S. Specials 9.16 TKG or MT
E) INFORMATION ABOUT WORK SITE:
The information on following points is given in this Annex.
1) Location of work : Ankle & Khalati Village Tal – Jath Dist - Sangli
2) Nearest Railway Station : Dhalgaon .which is 12 kms away from Ankle & 32
Km from Khalati
3) Roads : Approachable by all weather roads Miraj-Kavathemahankal-Daflapur-Jath
4) Telephone & Telegram facility : At Dafalapur which is 13 kms away from
Ankle & 7 Km from Khalati
5) Petrol & Diesel pumps : Dafalapur which is 13 kms away from Ankle & 7 Km
from Khalati
6) Land Acquisition: Under Progress.
Contractor No. of Corrections. Executive Engineer
24
1. DETAILS OF WORK:
1.1 Name of work
Krishna Koyna Lift Irrigation Project Mhaisal Part -
Construction of Pump House, Rising Main,
Delivery Chamber for Mhaisal Stage 6A & 6B and
Approach Road for Pump House Stage 6A
1.2 Estimated Cost Rs. 2639.83 lakhs
1.3 Earnest Money (EMD)
Rs. 26.40 lakh The Bidder are required to Deposit in
any form in the name of Executive Engineer, Mhaisal Pump
House Division No-2, Sangli on account No.
48712010000506 in the I.D.B.I Bank at Sangli Branch. The
Scanned copy of Proof of Deposit such amount should be
uploaded. Those contractor whose EMD amount is not
reflected in the I.D.B.I Bank at Sangli Branch account No
48712010000506 their tender document envelope No 2 will
not be opened.
OR
1) The Bidder are required to Deposit Rs. 10.00 lakh on account of EMD in any form in the name of Executive Engineer, Mhaisal Pump House Division No-2, Sangli on account No. 48712010000506 in the I.D.B.I Bank at Sangli Branch. The Scanned copy of Proof of Deposit such amount should be uploaded. Those contractor whose EMD amount is not reflected in the I.D.B.I Bank at Sangli Branch account No 48712010000506 their tender document envelope No 2 will not be opened.
2) Rs. 16.40 lakhs in form of irrevocable Bank Guarantee of any Nationalized Bank or Scheduled Bank Branch situated in State of Maharashtra and valid for minimum 90 days The Scanned copy of Bank Guarantee should be upload with tender form.
1.3.1 Additional E.M.D. As per 9(i)b of Detailed Tender Notice
1.4 Security Deposit a) Initial 2.5 %
Rs. 132.00 Lakhs.
Rs. 66.00 Lakhs in the form of DD or
(a) Rs. 20.00 Lakhs in form of D.D. and
(b) Balance Amount of Rs. 46.00 Lakhs in form of irrevocable Bank Guarantee (BG), Any Scheduled / Nationalized Bank Branch situated in State of Maharashtra.
b) R.A. bills 2.5%
(at the rate of 5%)
Rs. 66.00 Lakhs
1.4.1 Additional Security Deposit As per 9(ii)b of Detailed Tender Notice
1.5 Date, Time and Place of Pre-bid conference
Will be Communicated separately
1.6 Class of contractor Class 1 A
1.7 Period of completion of work 18 Calendar months ( including monsoon )
Contractor No. of Corrections. Executive Engineer
25
2.0 INFORMATION FOR OBTAINING P.Q. DOCUMENTS, TENDER PAPERS AND
ITS SUBMISSION.
2.1 Name and address of the Executive
Engineer in-charge of the work issuing
tender papers / pre-qualification
documents and in whose name Earnest
Money and Security Deposit is to be
pledged.
Executive Engineer,
Mhaisal Pump House Division No.2,
Warnali, Vishrambag,
Sangli-416 415
2.2 Period of availability of application
forms for Pre-qualification document on
web site.
As per time schedule
2.3 Cost of application form of pre-
qualification document.
Rs. 5000/-
2.4 Time and Date of online submission of
pre-qualification documents.
As per time schedule
2.5 Name and address of the officer
opening pre-qualification documents.
Superintending Engineer,
Krishna Koyna Lift Irrigation Project Circle,
Warnali, Vishrambag, Sangli-416 415.
2.6 Time and Date of opening of pre-
qualification documents.
As per time schedule
2.7 Period of availability of blank tender
form on web site (only for Prequalified
Bidders)
As per time schedule
2.8 Cost of blank tender forms. Rs. 25000/-
2.9 Date, Time & Place of Pre-tender
conference
As per time schedule
2.10 Time and last date of online submission
tender document.
As per time schedule
2.11 Name and address of the officer
opening the tender documents.
Superintending Engineer,
Krishna Koyna Lift Irrigation Project
Circle,Warnali,Vishrambag,Sangli-416415
2.12 Time and date of opening of tender. As per time schedule .
2.13 The name of authority for accepting the
tender.
Chief Engineer (S.P.),
Water Resources Department,
Sinchan Bhavan, Pune-11.
Contractor No. of Corrections. Executive Engineer
26
3.0 WORK AND SITE CONDITIONS :
3.1 Location About 75 Km. from District place Sangli.
About 27 (Stage 6A) Km. from Taluka Place
Jath about 13km. from nearest village
Dafalapur
About 15 Km. (Stage 6B) from Taluka Place
Jath
About 7 Km. from nearest village Dafalapur
3.2 Nearest railway Station. Dhalgaon 12 Km from 6A & 32 Km from 6B.
3.3 Nearest Airport. Kolhapur 125 Kms. Away
3.4 Roads. Approachable by all weather roads.
Miraj-Kavathemahankal-Daflapur-Jath
3.5 Nearest Telephone and Telegraph
facility.
At Dafalapur which is 13 Kms. Away from
the Stage 6A & 7 Km away form Stage 6B
3.6 Nearest Petrol and Diesel pump. At Dafalapur which is 13 Kms. Away from
the Stage 6A & 7 Km away form Stage 6B
3.7 Position of land acquisition. Under Progress
3.8 Position of funds. As per availability with MKVDC
4.0 PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME
4.1 Period of completion : 18 Calendar months
(Including monsoon)
4.2 Construction programme of major items to be executed.
Year Excavation
(Tcum)
Concrete (all
grade)
(Tcum
M.S. Pipes
1150 mm
Dia.
M.S.
Pipes
950 mm
Dim
Steel
MT
M.S.
Special
T KG
Amt in
lakh
9 Months 45.50 2.50 0.30 0.90 285.00 2.75 828.18
9 Months 44.20 3.08 1.23 3.70 329.55 6.41 1811.65
Total 89.70 5.58 1.53 4.60 614.55 9.16 2639.83
Contractor No. of Corrections. Executive Engineer
27
5.0 OTHER DATE FOR FILLING STATEMENTS/PROFORMA-1 (a), 1(b), 1(c)
5.1 Date for calculating balance cost of the work
in hand of in proforma 1 (b)
:
31/03/2014
5.2 The period for calculation of value the work in
the hand of the bidder which he has to
complete vide proforma -1 (b)
: 24 Months
5.3 Items for which information about quantities
executed for use in proforma (1A, 1B & 1C)
: 1) Excavation
2) Concrete (all grades)
3) Steel
4) M.S. Pipe (Above 900 mm dia.)
5.4 The five year period (for use in statement No. 1 & 2)
Present Year 2014-15
Next Year 2015-16
5.5 For proof of existence of firm contractor shall submit 1st registration in present
category of class with competent authority (Like registration with PWD/ the
registration with registrar of firms/partnership deed etc.)
5.6 Contractor shall produce certificate from Chartered Accountant in support of
present Debt equity ratio, Bank Guarantee, Overdrafts along with its calculation
sheet.
6.0 MINIMUM ELIGIBILITY CRITERIA FOR PRE-QUALIFICATION
The applicant shall meet the following minimum criteria. Only those applicants who
satisfy the minimum criteria of eligibility as stated below will be qualified, and will be
further evaluated.
6.1 EXPERIENCE OF WORK EXECUTION
a) GENERAL EXPERIENCE
The contractor should have executed prescribed minimum quantity of following
main items of work during last five years on all works taken together.
I. Excavation : 54.00 Tcum
II. Concrete (all grades) : 3.35 Tcum
III Steel : 369.00 MT
IV M.S. Pipes (Above 900 mm dia.) : 3.70 T Rmt
Year No Year
V th 2009-2010
IV th 2010-2011
III rd 2011-2012
II nd 2012-2013
I st 2013-2014
Contractor No. of Corrections. Executive Engineer
28
6.2 BID CAPACITY
a) The required bid capacity for this work is Rs. 2639.83 Lakhs.
6.3 ANNUAL TURNOVER
The applicant bidder should have attained maximum annual turnover (excluding
advance such as machinery/ mobilization advances etc.) in one year over a period
last 5 years not less than Rs. 1760 lakhs.
6.4 EXPERIENCE OF SIMILAR TYPE OF WORK
The contractor should have successfully completed at least work of Pump House,
Rising Main, Delivery Chamber, excavation, along with construction of structures
having cost not less than Rs. 1056 lakhs & having executed main items of work
such as Excavation, Pump House, Rising Main and Steel etc.
7.0 COMPOSITION OF THE EVALUATION COMMITTEE
The Evaluation Committee for pre qualification shall be as below.