MAINTENANCE AND OPERATION OF E/M INSTALLATION AT SURVEILLANCE TOWER CENTRE IN NEIL ISLAND
(TENDER ID NO: 2018_MES_ 229751_1)
MILITARY ENGINEER SERVICES
NOTICE OF TENDER (IN LIEU OF IAFW-2162 (REVISED 1960)
1. A tender is invited for the work as mentioned in Appendix ‘A’ to this NOTICE INVITING TENDER (NIT)
2. The work is estimated to cost as indicated in aforesaid Appendix ‘A’. This estimate, however, is not a guarantee and is merely given as a rough guide and if the work cost more or less, a tenderer/bidder will have no claim on that account. The tender shall be based on as mentioned in aforesaid Appendix ‘A’.
3. The work is to be completed within the period as indicated in aforesaid Appendix ‘A’ in accordance with the phasing, if any, indicated in the tender from the date of handing over site, which will be on or about two weeks after the date of Acceptance of tender.
4 Normally contractors whose names are on the MES approved list for the area in which the work lies, and within whose financial category the estimated amount would fall, may tender/bid but in the case of term contracts, contractors of categories SS to E may tender/bid. In case, where the tender amount is in excess of the financial limit of the contractor and the accepting officer decides to accept the tender/bid, in which event the tenderer/bidder would be required to lodge additional security depositing as notified by the Accepting officer in term of conditions of contract. Contractors whose names are on the MES approved list of any MES Formation and who have deposited standing security and have executed standing security bond may also tender/bid without depositing Earnest money along with the tender/bid and if the tender/bid submitted by such a tenderer/bidder is accepted, the contractor will be required to lodge with the Controller of Defence Accounts concerned the amount of ‘Individual security deposit’ within thirty days of the receipt by him of notification of acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR payment or from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the contractor. Not more than one tender/bid shall be submitted/ uploaded by one contractor or one firm of contractors. Under no circumstances will a father and his son (s) or other close relations who have business dealing with one another be allowed to tender/bid for the same contract as separate competitors. A breach of this condition will render the tenders/bids of both the parties liable for rejection.
5. The Office of GE (P) Central Birchgunj, Junglighat Post Port Blair - 744 103 will be the Accepting Officer here in after referred to as such for purpose of the contract.
6. The technical Bid and Financial bid (Cover-1 and cover-2) shall be uploaded by the tenderer/bidder on or before the date & time mentioned in NIT. A scanned copy of DD with enlistment details/documents shall be uploaded as packet 1/cover-1 (‘T’ bid) of the tender/bid on e-tendering portal. DD is refundable in case T bid is not accepted resulting in non-opening of ‘Q’ bid. The applicant contractor shall bear the cost of bank charges for procuring and encashing the DD and shall not have claim from Government whatsoever on this account.
6.1. Tender form and conditions of contracts and other necessary documents shall be available on www.defproc.gov.in site for download and shall form part of contract agreement in case the tender/bid is accepted.
6.2 In case of contractor who has not executed the standing security Bond, the Cover-I shall be accompanied with by Earnest Money of amount as mentioned in Appendix ’A’ in the form of deposit at call receipt in favour of concerned CCE/GE/GE (I)/ AGE(I) (see Appendix ‘A’) by a scheduled Bank or in receipted treasury Challan the amount being credited to the revenue deposit of the concerned CCE/GE/GE (I)/ AGE(I) (see Appendix ‘A’).
6.3 A contractor who is not enlisted for the area in which the work lies but whose name is in the MES approved list of any MES formation and who has deposited standing security and executed standing Security Bond may bid without depositing earnest money alongwith the tender; but if the Accepting officer accepts the tender/bid, the contractor will be required to lodge with the Controller of Defence Accounts concerned the amount of ‘Individual security deposit’ within thirty days of the receipt by him of notification of acceptance of his tender/bid, failing which this sum will be recovered from 1st RAR payment or from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from subsequent bill(s) of the contractor.
6.4 A contractor who has executed standing security Bond but not corresponding to the appropriate class as mentioned above, shall lodge with the Accepting Officer, Additional Security Deposit as notified by the Accepting Officer within thirty days of the receipt of his notification of acceptance of his tender/bid, failing which this sum will be recovered from the first RAR payment or from the first final bill. In the case of term/running contracts, remaining sum shall be recovered from subsequent bill (s) of the contractor. However, in case where any payment is made to the contractor within thirty days of the receipt by him of notification of acceptance of tender/bid, the amount of additional security deposit shall be recovered from such payment.
MILITARY ENGINEER SERVICES
NOTICE OF TENDER (CONTD……)
6.5 The CCE/GE/GE(I)/AGE(I) will return the Earnest Money wherever applicable to all unsuccessful tenderers/bidders by endorsing an authority on the deposit-at-call receipt for its refund, on production by the tenderer, bidder a certificate of the Accepting Officer that a bonafide tender/bid was received and all documents were returned.
6.6 The CCE/GE/GE(I)/AGE(I) will either return the Earnest Money to the successful tenderer/bidder by endorsing an authority on the deposit-at-call Receipt for its refund on receipt of an appropriate amount of Security Deposit or will retain the same in part or full on account of security deposit if such a transaction is feasible.
6.7 Copies of the drawings and other document pertaining to the work signed for the purpose of identification by the Accepting Officer or his accredited representative, sample of materials and stories to be supplied by the contractor will also be available for inspection by the tenderer/bidder at the office of Accepting officer and concerned GE/ GE(I)/ AGE(I) during working hours.
7. The tenderers/bidders are advised to visit the site of work by making prior appointment with GE/GE(I)/ AGE(I)/CCE/ project Manager who is also the Executing Agency of the work (see appendix ‘A’). The tenderers/bidders are deemed to have full knowledge of all relevant documents, sample, site etc., whether they have inspected them or not.
8. Any tender/bid which proposed any alteration to any of the conditions laid down or which proposed any other condition or prescription whatsoever, is liable to be rejected.
9 The uploading of bid implies that bidder has read this notice and the Conditions of contract and has made himself aware of the scope and specification of work to be done and of the conditions and rates at which stores, tools and plants etc will be issued to him and local conditions and other factors having bearing on the execution of the work.
10 Tendereres/bidders must be in possession of a copy of the MES standard Schedule of Rates (see appendix’A’) including amendments and errata thereto.
Invitation for e- tender does not constitute any guarantee for validation of ‘T’ bid and subsequent opening of finance bid of any applicant/bidder, even of enlisted contractors of appropriate class, merely by virtue of enclosing DD. Accepting Officer reserves the right to reject the ‘T’ bid and not open the finance bid of any applicant/bidder. ‘T’ bid validation shall be decided by the Accepting Officer based on, inter alia, capability of the firm as per criteria given in Appx ‘A’ to this NIT. The applicant contractor/bidder will be informed regarding non validation of his ‘T’ bid assigning reasons thereof through the www.defproc.gov.in website. The applicant contractor/bidder if he so desires may appeal to the next higher Engineer authority i.e. HQ Commander Works Engineer No.2, Port Blair on email id n2ptblr3-mes@gov.in with copy to the Accepting Officer on email ipcportb4-mes@gov.in before the schedule date of opening of Finance Bid. The decision of the Next Higher Engineer Authority (NHEA) shall be final and binding. The contractor/bidder shall not be entitled for any compensation whatsoever for rejection of his bid.
12. The Accepting Officer reserves the right to accept a tender submitted by a Public Undertaking, giving a price preference over other Tender(s)/bids which may be lower, as are admissible under the Government Policy. No claim for any compensation or otherwise shall be admissible from such tenderer/bidder whose tender/bid is rejected.
13. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any reason for not doing so.
14. This Notice Tender (NIT) including Appendix ‘A’ shall form part of the contract.
Signature of Contractor AGE (Contracts)
For Accepting Officer
APPENDIX `A’ TO NOTICE INVITING TENDER(NIT)
1.
Name of Work
MAINTENANCE AND OPERATION OF E/M
INSTALLATION AT SURVEILLANCE TOWER CENTRE IN NEIL ISLAND
2.
Estimated Cost
Rs. 12.50 LAKHS (AT PAR MARKET)
3.
Period of completion
11 (ELEVEN) MONTHS
4.
Cost of tender documents
Rs 500/- in the shape of DD/Bankers cheque from any schedule Bank in favour of GE (P) Central, Port Blair and payable at Port Blair
5.
Website/portal address
www.defproc.gov.in and www.mes.gov.in
6.
Type of contract
The tender shall be item rate contract based on (IAFW-1779 A) and General Conditions of Contracts (IAFW-2249) with BOQ (List of items of work) to be priced by tenderer.
7.
Information & Details:
(a) Date of publishing Bid
28/12/2018 at 0900 hrs or as mentioned on web site.
(b) Last date for submission of any clarification if any
03/01/2019 at 1600 hrs or as mentioned on web site.
(c) Bid submission start date
05/01/2019 at 0900 hrs or as mentioned on web site
(d) Bid submission end date
12/01/2019 at 1800 hrs or as mentioned on web site.
(e) Date/Time for opening of Bid (Cover I)
16/01/2019 at 1000 hrs or as mentioned on web site.
(f) Last date for receipt of hard copies of DD/EMD/ Other documents
Three working days after last date of submission of bid ie 15/01/2019 at 1600 hrs or as mentioned on web site.
(g) Date and time of bid opening Cover No. 2
Will be intimated online after completion of evaluation of tech bid/ finalization of applications received with Cover-1.
8.
Eligibility Criteria
(A) For MES enlisted contractors
All Contractors enlisted with MES in Class “E‟ and above and category d(v) and having adequate experience in the field shall be considered qualified provided they do not carry adverse remarks in WLR of competent engineer authority
(B) For other contractors
(a) The firms not enlisted with MES shall meet the enlistment criteria of “E‟ class MES contractors & category d(v) and having adequate experience in the field i.e with regard to having satisfactorily completed requisite value works, Annual turnover, Solvency, working capital, immovable property/fixed assets, T&P, Engineering establishments, no recovery outstanding in any Govt Department, Police verification/Passport etc. Enlistment criteria may be seen in Para 1.4 of Section 1 of Part I of MES Manual of Contracts – 2007 (Reprint 2012) as available in all MES formations.
(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 shall not carry adverse remarks in WLR/or any other similar report of any authority.
(C) For All Contractors
Contractor shall 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 own employees, Director, Project Manager. This shall be subject to certain conditions which will be prescribed in NOT forming part of the tender documents. 9
9.
Tender issuing and Accepting Officer
GE (P) Central Birchgunj, Junglighat Post,
Port Blair - 744 103
APPENDIX ‘A’ TO NOTICE INVITING TENDER
10.
Executing agency
GE (P) Central, Port Blair
11.
Earnest Money
Rs. 25,000/- (Rupees Twenty Five Thousand only ) in favour of GE (P) Central, Port Blair in the form of FDR from any Nationalized / Scheduled Bank or Treasury challan from Government Treasury. MES enlisted contractor are exempted from submission of EMD (Copy to be uploaded online and original to fwd offline to receive before due date of opening of cover No 1). BGB not acceptable.
Note for all contractors :
(i) Copy of employee’s provident fund (EPF) Code or copy of application for obtaining EPF Code submitted by the contractor to the concerned department shall be uploaded. The tenderer who does not possess the above documents shall be disqualified in ‘T’ bid evaluation and his financial bid shall not be opened.
(ii) Scanned copy of GST (Form REG 06) registration number allotted by the concerned department. In case the same is not uploaded along with other pre-qualification documents, such bidder’s financial bid shall not be opened by the department.
(iii) Contractor shall not be allowed to execute the works 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 own employees, Director, Project Manager. This shall be subject to certain conditions which will be prescribed in the NOT forming part of the tender documents.
NOTES:
(a) The Contractor enlisted up to one* class below the eligible class may also apply/bid. Application/bids from one class below eligible class applicants may be considered in the event of inadequate response/bids from the applicants of eligible class.
(* This shall be „two‟ in case of works in remote and difficult stations and following additional provision to be added : *Applicant from two class below eligible class applicants may also be considered in the event of inadequate response from the applicants of eligible class and one class below 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 bids will not be opened.
(ii) Tenderers/bidders to note that they should ensure that their original DDs and earnest money (as applicable) are received within 05 days of bid submission end date.
(iii) In case of application/bids from enlisted contractors 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, finance bids 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 six months commencing from the date of opening of finance bid.
(iv) In case of applications/bids from unenlisted contractors, where scanned copies of requisite DD/Bankers Cheque towards cost of tender has been uploaded by physical copies are not received by the stipulated date, finance bids will not be opened. Name of such contractors along with complete address shall be circulated for not opening of their bids for a period of six months commencing from the date of opening of finance bid.
(v) In case of applications/bids (enlisted contractor as well as unenlisted contractor where scanned copies of requisite Earnest Money (as applicable) were uploaded but the same are not received in physical form within stipulated time, such bids shall not qualify for opening of finance bid.
APPENDIX ‘A’ TO NOTICE INVITING TENDER (CONTD……)
(c) Contractors enlisted with MES will upload following documents for checking eligibility:-
(i) Application for bid in firm’s letter head duly signed by the appropriate person
(ii) Valid Enlistment letter (Full document containing signatures, photos etc.,)
(iii) Scanned copy of DD of cost of tender
(iv) EPF code Number (Copy of letter)
(v) Goods and Service Tax Registration (REG-06)
(d) Contractors not enlisted with MES will be required to upload necessary documents to prove their eligibility for enlistment in eligible class & category of work, including Affidavit for no recovery outstanding. List of documents required for enlistment in MES has been given in Para 1.5 section 1 of Part I of MES Manual on Contracts 2007 (reprint 2012). Following documents shall also be uploaded amongst others:
Signature of Contractor AGE (Contracts)
For Accepting Officer
Dec 2018
8033 / / E8
Garrison Engineer (P) Central
Military Engineer Services
Birchgunj, Junglighat Post
Port Blair - 744 103