Military Engineer Services Notice Inviting Tender (Nit)
Military Engineer Services Notice Inviting Tender (Nit)
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 HQ Chief Engineer (A&N) Zone, Brichgunj, 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/eprocure.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.
MILITARY ENGINEER SERVICES
NOTICE INVITING TENDER (NIT)
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.
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.
11 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
nonvalidation 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 viz CE Southern Command, Pune on “email id dydrcontceengrpl-
mes@nic.in with copy to the Accepting Officer on email 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.
MILITARY ENGINEER SERVICES
NOTICE INVITING TENDER (NIT)
12 The Accepting Officer reserves the right to accept a tender submitted by a Public
Undertaking, giving a purchase 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.
4 Cost of tender documents Rs 3000/- in the form of DD/Bankers Cheque from any schedule/
Nationalized Bank in favour of GE (I) 866 EWS, CARNICOBAR (Copy
shall be uploaded online and original to be submitted offline before
due date of opening of Cover No.1)
5 Website/portal address www.defproc.gov.in and www.mes.gov.in
6 Type of contract The tender shall be lump sum contract based on (IAFW-2159-
Revised 1947) and General Conditions of Contracts (IAFW-2249) and
drawings & specifications with BOQ (List of items of work) to be
priced by tenderer. The tenderers are required to quote their lump
sum amount for pre-priced parts of Schedule ‘A’ and quote rates
against items of other parts of Schedule ‘A’.
7 Information & Details :
(a) Date of publishing Bid 12 Oct 2018 at 1800 hrs or as mentioned on web site.
(b) Bid submission start date 15 Nov 2018 at 1800 hrs or as mentioned on web site
(c) Bid submission end date 21 Nov 2018 at 1800 hrs or as mentioned on web site.
(e) Date/Time for opening of 24 Nov 2018 at 1000 hrs or as mentioned on web site.
Bid (Cover I)
(d) Last date for receipt of Five working days after last date of submission of bid or as mentioned
hard copies of DD/EMD/ on web site.
Other documents
(e) Date and time of bid Will be intimated online after completion of evaluation of tech bid/
opening Cover No. 2 application (Cover No. 1)
(f) Pre Bid meeting 02 Nov 2018 at 1000 hrs or as mentioned on web site.
8 Eligibility Criteria
(a) For All contractors (i) Applicants residual capacity as worked out by following formula
(Whether enlisted or Un- should be more than estimated cost of work :-
enlisted Contractor) Residual capacity = (2 x A x N) - B
Where :
A = Maximum turnover in last 5 financial years.
N = Period of completion of contracted (Tendered ) work (in years
calculated till 2 decimal places.)
B = Value of balance work in all Govt & Private works.
(Refer General Notes No. (iv)(ab) below)
(ii) All applicant shall meet the Prequalification Criteria given
at Annexure – I to Appendix ‘A’ of Notice Inviting Tender
(iii) 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/daughter 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
NIT forming part of the tender documents or decided by accepting
officer of the contract. Contd/….
APPENDIX ‘A’ TO NOTICE INVITING TENDER
8 (b) For MES enlisted (i) They should satisfy the eligibility criteria as given at 8 (a)
contractors here-in-before
(ii) They should not carry adverse remarks in WLR of
Competent Engineer Authority.
(iii) They should submit requisite documents listed in
Annexure-II to Appendix ‘A’ to NIT.
(c) For other contractors (i) They should satisfy the eligibility criteria as given at 8
(a) here-in-before.
(ii) They should meet MES enlistment criteria of “SS” Class
MES Contractor with regard to annual turn over, solvency,
working capital, immovable property/fixed assets, T&P,
engineering establishment, no recovery outstanding in any
Govt Department, Police verification/Passport & list of various
documents etc. These firms shall 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 and various
documents as listed at Annexure - II to Appendix ‘A’ of Notice
Inviting Tender.
(iii) They should not carry adverse remarks in WLR/ or any
other similar report of relevant Competent Authority.
9 Tender issuing and Accepting HQ Chief Engineer A&N Zone, Brichgunj, Junglighat Post,
Officer Port Blair - 744 103.
10 Executing agency GE (I) 866 EWS, C/o 99 APO
11 Earnest Money Rs. 15,00,000.00 (Rupees fifteen lakh only) in favour of
GE (I) 866 EWS, CARNICOBAR 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.
Notes:
(i) Cost of Tender documents shall be non refundable. However DD/ Banker’s cheque shall be
returned to the applicants whose cover No. 2 is not opened. Please note that cover No. 2 (Price bid)
will be opened only in respect of qualified and eligible contractors who fulfil the eligibility criteria
according to their technical bid submitted in cover No. 1 (Applications / technical bid).
(ii) Uploading of bid does not constitute any guarantee for opening of price bid of tenderer.
Opening of price bid (Cover No.2) of tender will be decided by the Accepting Officer based on inter-
alia past track record, financial position and experience of similar works executed by the applicant
and pre qualification criteria as given in Annexure - I. The applicant will be informed regarding non
opening of cover No. 2 (Price bid).
(iii) For complete details refer our website www.defproc.gov.in and www.mes.gov.in at CPP
portal.
(iv) Any change/ modification in the tender enquiry will be intimated through above mentioned
website only. Bidders are therefore requested to visit our website regularly to keep themselves
updated.
(v) The contractor enlisted upto two* class below the eligible class may also apply/bid.
“Application from two class below eligible class applicants may be considered in the event of
inadequate response from the applicants of eligible class and one class below eligible class
subjected to meeting the eligibility criteria laid down in NIT.”
(vi) In case number of eligible class contractors satisfying the eligibility criteria given in NIT are 7
or more than 7, application of one class below the eligible class shall not be considered except those
who have previously completed similar works satisfactorily and are meeting the criteria of
upgradation in respect of past experience and /or average annual turnover as applicable and
financial soundness (solvency/financial soundness and working capital) provided the value of work is
less than twice the tendering limit of such contractors. Contractors one class below the eligible class
may upload necessary documents wrt works experience and financial soundness in cover 1 of
tender (T bid).
APPENDIX ‘A’ TO NOTICE INVITING TENDER
GENERAL NOTES :-
(a) All Contractors whether Un-enlisted or enlisted with MES will upload following
documents (scanned copy in pdf format) in addition to their Hard copies, which shall be
submitted within 05 days of bid submission end date for checking eligibility of applicant firms :-.
(i) Application for the tender on Tenderer’s letter Head. In this contractor should explain
with calculation details supported with documentary evidence as to how he is qualifying for
this tender in terms of conditions given in Para 8(a), 8(b) and 8(b). Tenderer/bidder to note
that if they do not submit their calculation details and/ or supporting documents correctly,
Deptt will make calculation. If the firm does not qualify as a result of Deptt calculation, then
bidder only will be responsible for the same. This is notwithstanding the fact that Deptt will
check the details and calculations also in respect of the contractors who have given the
calculations.
(ii) Enlistment letter (Applicable for Enlisted Contractors), and affidavit for constitution
of the firm alongwith partnership deed memorandum and Articles of Association and copy of
Registration of firm with the Registrar of Firms / Company (For Un-enlisted Contractors)
(iii) Scanned copy of DD towards cost of tender.
(iv) Documents in support of Residual capacity and PQC which shall include :-
(aa) Copy of turn over certificate from CA for last 5 (Five) Financial Years,
notarized copy of relevant pages of balance sheet of those FYs showing the turn over
(gross receipts).
(ab) List of works in hand for contractor with Government department & private
works, completed value thereof and residual work to be completed during completion
period of subject work in a self explanatory tabular form. This shall be submitted duly
signed by proprietor / all partners/ authorised Director of Pvt/ public Ltd as applicable.
(g) Copy of Employee Provident Fund registration Code &Goods and Service Tax
(Registration) shall also be uploaded. The contractor who does not in possession of
these registrations will be disqualified in ‘T’ bid evaluation and his financial bid will
not be opened.
(h) Court of the place from where 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.
(j) In case there is any amendment to BOQ, the revised BOQ shall be uploaded through
corrigendum. If the bidder has failed to quote in revised BOQ (i.e. bidder has quoted in
previous BOQ), such bid shall be treated as willful negligence by the bidder and his quotation
shall be considered as non-bonafide. In such cases the lowest bidder shall be determined by
lowest amount amongst the valid/bonafide bids only. Therefore all bidders are advised to see
all amendments/corrigendum issued by the department before uploading/submitting their
online bid.
(k) In case of rejection of technical / prequalification bid, contractor may appeal to next
higher Engineer authority i.e. CE Southern Command, Pune on email id “dydircontceengrpl-
mes@nic.in” against rejection, whose decision shall be final and binding. However
contractor/bidder shall not be entitled to any compensation whatsoever for rejection of
technical / prequalification bid. Copy of such representation shall also be given to this office
for expeditious decision in the matter.
1. The annual average turnover of the firm during the last three consecutive Financial
Years ending on 31 Mar 2018 shall be minimum Rs. 54 Crore.
Criteria I: Three similar satisfactory completed works each costing not less than
Rs. 72.00 Crore
OR
Criteria II: Two similar satisfactory completed works each costing not less than Rs.90.00
Crore
OR
Criteria III: One similar satisfactory completed work costing not less than Rs. 144.00
Crore
Notes :-
(i) Similar work(s) shall mean construction of PEB hangar/ Industrial shed work/
building work having RCC framed structural, completed as per condition 49 of General
Condition of Contracts IAFW-2249 or equivalent condition in other Government Department
contracts.
(ii) Besides above the firm should have also executed pavement quality Concrete as per
following quantities for qualifying work(s) or separate work(s) :-
(iii) The firm should have entered into MoU with an approved PEB manufacturer as
catered in tender documents who has supplied and erected PEB Hangar/Industrial shed of
span not less than 70M.
(iii) Value of completed works – The value of previously completed similar works will be
enhanced by 5% per annum to bring them at par with present cost.
Annexure - I (Contd.,)
4. Defect liability period for this contract shall be 36 months (03 years) from the date of
completion of the work. Contractor shall deposit BGB/FD with the department valid for three years
after completion of contract for an amount equal to 2% of contract value.
5. The firm must have under its control a minimum specified T&P on the date of submission of
bid. To establish this fact, ownership/ MoU documents of the T&P are to be submitted. The list of
minimum T&P to be available with the firm (In possession/ MoU) at the time of submission of bid
shall be as follows:-
6 Working capital not less than Rs 18.00 Crore from the scheduled bank as certified by
Bankers which should not be older than 06 months as on previous month to date of receipt of
tender.
7 Limit of minimum reserves/ total of movable or immovable property or fixed assets (in
case of companies) shall be Rs. 5.00 Crore out of which minimum 80% of reserves / assets shall be
in shape of immovable property.
8 Bank Solvency upto Rs. 36.00 Crore or financially sound for engagement upto Rs 54.00
Crore from the scheduled bank as certified by the bankers which should not be older than six
months as on previous month to date of receipt of tender.
9 Any firm which is banned due to slow progress in WLR or against which a Technical BOO
has been ordered for defective work shall be considered automatically ineligible to quote for the
tender. However this shall be read in conjunction with details of e-tendering procedure
(Section 3A of Manual on Contracts) published on MES website, as mentioned at notes given
here-in-before in the NIT as applicable.
10 Un-enlisted contractors will render an affidavit categorically stating that they have not
been banned by any Govt Department / Semi Govt / PSU / State Govt agency for participation in
tendering.
11 If the contractor fulfils the criteria mentioned above, the contractor shall submit tender cost as
specified there-in-before along with documents with the application for decision on their eligibility for
tender application without complete details and demand draft shall not be considered and summarily
rejected.
Annexure - I (Contd.,)
12 Engineering Establishment : Following staff must be made available by the firm for each
runway project :-
Note : Please forward, affidavits on non judicial stamp paper of Rs 100/- each duly
notarized from your side having employed each engineer and from engineer side of
taking your employment duly supported by attested copies of Engineering
degree/Diploma as applicable to the individual.
Jt Director (Contracts)
for Chief Engineer
Annexure ‘II’
Ref Para 8(c) to Appendix ‘A’ to Notice Inviting Tender,
and para (b) of General Notes
(a) Affidavit for immovable properties indicating present market value shall have following
endorsements:-
(i) That the immovable property is free from mortages, hypothecation or any
other disputes and encumbrances and clearly belongs to the Contractor.
Or
That the immovable property is free from any disputes and encumbrances and clearly
belongs to the Contractor. The immovable property has been mortagaged/
hypothecated for Rs. ____ Lakhs. Market value of immovable property as per
valuation report No._______given by Registered valuer_____is Rs.___________.
Therefore balance market value of property ie Rs.__________(Market value minus
mortagaged value) is free from any mortgage/hypothecation.
(ii) That the said immovable property has not been shown for seeking enlistment
of a sister concern in MES.
(iii) That the said immovable property will not be sold, transferred, gifted or
otherwise disposed off without prior intimation to the registering authority in MES.
While giving such prior intimation, new affidavit for alternate immovable property of
value at least equal to minimum requirement as per scales along with valuation report
from registered valuer shall also be submitted, failing which the Registering authority
may declare the contractor unenlisted or may take action as deemed fit till acquiring
alternate immovable property by the Contractor.
Note : In case of partnership firm, the partner having immovable property in his
name, shall also the following in addition to above :-
(f) Valuation report from Registered (with any Government body) Valuer for immovable
property clearly indicating ownership details. Alternatively the Contractor may submit
certificate from the Deputy Commissioner/Collector/First Class Magistrate or assessment of
wealth tax authorities
(g) Affidavit for movable property (Tools & Plants, Machinery, Transport etc) indicating
value for movable property. If certain movable property is being considered towards
requirements of minimum reserve, endorsements as required for immovable property shall
also be given on affidavit for movable property and valuation report from Registered (with
any Government body) Valuer for movable property clearly indicating ownership details shall
also be submitted.
(q) Affidavit from Contractor that he is not involved in any arbitration/litigation cases.
Incase, they are involved, they will give brief details of such cases on affidavit.
Annexure ‘II’ (Contd.,)
(r) In addition to above, Un-enlisted contractors shall upload and submit following:
(ii) Affidavit that no near relative(s) of the contractor is/are working as Junior
Engineer in Military Engineer Services/ Corps of Engineers. If your near relative (s)
is/are working in such capacity, please furnish the details.
(v) Indemnity Bond on non judicial stamp paper or value of Rs 100/- duly attested
by notary (format enclosed)
Jt Director (Contracts)
for Chief Engineer
Enclosures : (As above)
Note:
(i) All the documents submitted by the Contractor shall be signed by him.
(ii) Photo copies of documents shall be attested by the Gazetted Officers/Notary Public.
(iii) All the affidavits shall be given on non-judicial stamp paper of value Rs.100/- duly signed by
the Contractor and attested by the Magistrate/Notary Public.
(iv) Submit affidavit on stamp paper of value of Rs.100/- for immovable property.
(v) Submit affidavit on stamp paper of value minimum Rs.100/- regarding proprietorship and
office address.
(vi) All relevant documents/details as said here-in-before are to be uploaded and hard copies to
be submitted within the stipulated time mention in website & Appendix ‘A’ to Notice of tender.
Bank Address and Code No
This is certified that to the best of our knowledge and information M/s Shri/Smt
_____________ having address _________________________ , a customer of our bank are/is
respectable and can be considered solvent upto Rs ________ (Rupees ________)/ Financially
sound for any engagement upto Rs ____________(Rupees ________). This certificate is issued
without any guarantee or responsibility on the bank or any of the officers.
(Signature)
Note: In case of partnership firm, certificate to include names of all partners as recorded with the
bank
________________________________________________________________________________
____
This is certified that M/s Shri/ Smt _________ having address ______ has/have been
maintaining a saving bank account/current account/ fixed deposit account with this branch of bank
since _______ and the firm is having working capital of approximately Rs ________ and/ or the firm
is enjoying overdraft/ credit facilities upto limit of Rs ______. This certificate is issued without any
guarantee or responsibility on the bank of any or the officers.
(Signature)
Name, No & Seal of Bank
INDEMNITY BOND
The bond of Indemnity is executed on this ...........day .......by M/s/S’Shri ........... having registered
office at ................... to Indemnity the Govt of India of the following :-
(a) That upon award of contract to us we shall undertake to pay the Government of India any
damages that may be found to be recoverable for any loss caused to them due to breach of terms of
the contracts by us.
(b) That upon award of contract to us we undertake that in case Government is put to pay any
loss or disadvantage in monetary terms by any action of ours resulting in breach or violation of the
terms of contract we shall indemnity the government for each loss or disadvantage.
(c) This bond of Indemnity is executed by M/s.......................... and have signed before me.
Whatever stated above is true and correct to the best of my knowledge and belief.
Signature of Contractor
Notary