You are on page 1of 3

CA NO. CE (NW) KOCHI/ OF 2018-19 Serial Page No.

09

APPENDIX ‘A’ TO NOTICE INVITING TENDER

1. Name of Work: : PROVISION OF SINGLE ACCN FOR JCOs/OR POSTED AT


INA EZHIMALA
2. Estimated Cost: : Rs 275 Lakhs
3. Period of completion: : 365 days
4. Cost of tender documents : Rs. 2000/- in the form of Demand Draft /Bankers Cheque
from any Scheduled Bank in favour of GE (P) Ezhimala
and Payable at Ezhimala.

5. Website/Portal Address : www.defproc.gov.in and www.mes.gov.in


6. Type of contract : The tender shall be based on drawing and specification (IAFW
2159) and GCC (IAFW-2249) with Schedule ‘A’ (list of items of
work) to be priced by tenderer. The tenderers are requested to
quote their lumpsum amounts for pre-priced parts of Schedule ‘A’
and quote
7. Information & Details
(a) Bid submission
start date
(b) Last date of bid Refer critical dates
submission
(c) Date of bid opening
8. Eligibility Criteria
(A) For MES enlisted : All contractor enlisted with MES in Class ‘B’ and above and
contractor category a(i) shall be considered qualified provided they do not
carry adverse remarks in WLR on competent engineer authority.
(B) For other contractors : (a) The firm is not enlisted with MES shall meet the enlistment
criteria of ‘B’ class MES contractors and category a(i) ie; with
regard to having satisfactorily completed requisite value works,
annual turnover, solvency, working capital, immovable
property/fixed assets, T&P, Engineering establishment, no
recovery outstanding in Govt department, police verification/
passport etc. Enlistment criteria may be seen in para 1.4 of
section 1 of part I of MES Manual on Contracts-2007 (Reprint-
2012) as available in all MES formation.

(b) These firms shall also submit copy of police verification


from police authority of the area where the registered office of the
firm is located/notarized copy of valid passport of proprietor/each
partner/each director.

(c) They should not carry any adverse remarks in WLR/or any
other similar report of any authority.
CA NO. CE(NW)/KOCHI / OF 2018-19 Serial Page No.10

APPENDIX ‘A’ TO NOTICE INVITING TENDER

(C) For all contractors : Contractor will not be allowed to execute the work by subletting or
through power of attorney holder on his behalf to a third
party/another firm except sons/daughters of
proprietor/partner/Director and firm’s on employees, director,
project manager. This shall be subject to certain conditions which
will be prescribed in the NIT forming part of the tender
documents.
9. Tender issuing and : CE (NW) Kochi
Accepting officer
10. Executing Agency : GE (P) Ezhimala
11. Earnest Money : Rs. 3,50,000/- in favour of GE (P) Ezhimala

Notes :-

The contractor enlisted upto two class below the eligible class may also apply/bid. Application/bids from
one/two class below eligible class applicants may be considered in the event of inadequate response/bids
from the applicants of eligible class.

(b) (i) Applications/bids not accompanied by scanned copies of requisite DD/bankers cheque
towards cost of tender and earnest money (as applicable) shall not be considered for validation of
‘T’ bid and their finance bid will not be opened.

(ii) Tenderers/bidders to note and ensure that their original DD and earnest money doc (as
applicable) are received within 05 days of bid submission end date.

(iii) In case of application/bids from enlisted contractor of MES, where scanned copies of
requisite DD/bankers cheque towards cost of tender has been uploaded but physical copies are
not received by the stipulated date, their finance bid will be opened. However non submission of
physical copies of cost of tender shall be considered as willful negligence of the bidder with ulterior
motives and such bidder shall be banned from bidding for a period of 06 months commencing from
the date of opening of finance bid.

(iv) In case of application/bids from unenlisted contractor, where scanned copies of requisite
DD/bankers cheque towards cost of tender have been uploaded but physical copies are not
received by the stipulated date, finance bid will not be opened. Name of such contractor alongwith
complete address shall be circulated for not opening of their bids for a period of 06 months
commencing from the date of opening of finance bid.

(v) In case of application/bids (enlisted as well as from unenlisted contractor), where scanned
copies of requisite earnest money (as applicable) were uploaded but the same are not received in
physical form with in the stipulated time, such bids shall not be qualified for opening of finance bid.

(c) Contractor enlisted with MES will upload following documents for checking eligibility :-

(i) Application for bid in Firm’s letter head.


(ii) Enlistment letter.
(iii) Scanned copy of DD of cost of tender.

(d) Contractor not enlisted with MES will be required to upload necessary documents to prove their
eligibility for enlistment in eligible class and category of work including affidavit for no recovery
outstanding. List of documents required for enlistment in MES has been given in Para 1.5 of section 1 of
part 1 of MES Manual on Contracts 2007 (Reprint-2012) following documents shall also be uploaded
amongst others

(i) Details of three highest valued similar nature of works executed during last five years,
financial year wise in tabular form giving name of work, Accepting Officers details viz address,
telephone, fax No, E-mail Id etc, date of acceptance of tender and actual date of completion. This
shall be duly signed by Proprietor/all Partners/authorized Director of Pvt/Public Ltd as applicable. It
should indicate whether extension was granted or compensation was levied. Attested copy of
Acceptance letter and completion certificate shall be enclosed of each work. In case performance
report has been given by the client the same shall also be submitted duly attested.
CA NO. CE(NW)/KOCHI/ OF 2018-19 Serial Page No.11

APPENDIX ‘A’ TO NOTICE OF E-TENDER (Contd/---)

(ii) Solvency certificate and working capital certificate issued by schedule bank.

(iii) Annual turn over certificate for last two years issued by Chartered Accountant alongwith
relevant pages of audited balance sheets in support thereof.

(iv) Affidavit for possession of movable/immovable properties by proprietor/partner owning the


immovable property along with valuation certificate from registered velour in support of
movable/immovable proprietor. In case of limited company, the immovable property is required to
be in the name of company.

(v) In addition the unenlisted contractor shall also furnish affidavit on non judicial stamp paper
in the firm of hard copy declaring their turnover for last two years.

(vi) Scanned copy of DD of cost of tender and earnest money.

(e) In case of rejection of technical/prequalification bid, contractor may appeal to next higher engineer
authority ie; HQ CESC Pune on e-mail dydrcontceengrpl-mes@nic.in against rejection, within 3 days from
the uploading of rejection of bid whose decision shall be final and binding. However contractor/bidder shall
not be entitled to any compensation whatsoever for rejection of technical/prequalification bid

12. Jurisdiction of Court upto Acceptance : Court of place from where the tender has been issued shall
alone have jurisdiction to decide any dispute out of or in respect of this tender. After acceptance of tender,
condition 72 of jurisdiction of courts of IAFW-2249 shall be applicable.

13. The contractor shall have Provident Fund Code Number and shall ensure compliance of EPF & MP Act
1952. The copy of PF code number shall be submitted after finalization of tender but before releasing the work
order.

14. In case the BOQ is revised by the department and the bidder has quoted on pre revised BOQ in lieu of
revised BOQ, such bid shall be treated as willful negligence by the bidder and his quotation shall be considered
as non bona fide. In such cases the lowest tender shall be determined by the lowest amount amongst the valid/
bona fide bids only.

15. The contractor shall upload GST registration number alongwith ‘T’ bid (Cover-1). Bidder who does not
uploaded GST registration number shall be disqualified in ‘T’ bid evaluation and their financial bid (Cover-2) shall
not be opened.

16. Tender submitted by Micro Small and Medium Enterprises (MSME) shall be considered as per the MSME
Act-2012.

(PN Vijayan)
EE (QS &C)SG
Jt Dir (Contracts)
for Chief Engineer

890868/ /E8 Dec 2018

Military Engineer Services


Chief Engineer (NW)
Kataribagh, Naval Base-PO
Kochi-682 004

Signature Not Verified


Digitally signed by P N VIJAYAN
Date: 2018.12.05 11:16:57 IST
Location: MES-Ministry of Defence

You might also like