Nit
Nit
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 rough guide and if the work cost more or less, a
tenderer/bidder will have no claim on that account. The tender shall be basedon as mentioned in
aforesaid Appendix ‘A’.
3. The work 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. Contractors whose names are on the MES approved list and within whose financialcategory
the estimated amount would fall and un-enlisted contractors may submit tender/bid subject to other
criteria mentioned in Appendix A. Not more than one tender shall be submitted / uploaded by one
contractor/ firm. 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. Two firms shall be deemed to have business dealing if any of the
partners/proprietor/director is common among both of them. A breach of this condition will render the
tenders/bids of both the parties liable for rejection.
5. PERFORMANCE SECURITY: - The tenderers shall note that the successful tenderer is
required to lodge ‘Performance Security Deposit’ for an amount equivalent to 3% of the Contract Sum/
lump sum within 28 Days of receipt of letter of Acceptance in the form of ‘Bank Guarantee’ or FDR or
any other Government Instruments in favour of the Accepting Officer in terms of Condition – 19 of
IAFW - 2249, General Conditions of Contracts. The Performance Security shall be valid till expiry of
Defect Liability Period as stipulated here-in-after PLUS two months.
7. Not more than one tender/bid shall be submitted/uploaded by one bidder firm. 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 tender as separate competitors. A breach of this
condition will render the tenders/bids of both the parties liable for rejection.
8. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the
contractor on or before the date & time mentioned in NIT. A scanned copy of DD with enlistment details
and other documents as specified in Appendix A shall be uploaded as Cover-1 (Technical bid) of the
tender on e-tendering portal. DD is refundable in case the contractor is not considered eligible in
technical evaluation of Cover 1 resulting in non- opening of Cover1. The applicant contractor shall
bear the cost of bank charges for procuring and encashing the DD including revalidation of DDs and
shall not have any claim from Government whatsoever on this account.
9. Tender form and conditions of contract and other necessary documents shall be available on
website defproc.gov.in for download and shall form part of contract agreement in case the tender/bid
is accepted.
10. In case of MES enlisted contractor who has not executed the Standing Security Bond and un
enlisted contractor, the Cover-I shall be accompanied by Earnest Money for the amount mentioned in
Appendix 'A' in the form of deposit at call receipt in favour of concerned CCE (Army) No 1, Dinjan (see
Appendix 'A') by a Scheduled Bank or in received treasury Challan the amount being credited to the
revenue deposit of the concerned CCE (Army) No 1, Dinjan (see Appendix 'A'). The HQ
CCE (Army) No 1, Dinjan will return the Earnest Money, wherever applicable, to all unsuccessful
tenderers/bidders by endorsing an authority on the deposit at call receipt for it’s refund, on receipt of
intimation from the Accepting Officer to do that.
CA No : CCE/DIN/RAY/ OF 2022-2023 SERIAL PAGE No : _____
11. In case of successful contractor i e the lowest contractor having submitted EMD, he shall
have the option of converting the EMD instrument into part of the Performance Security to be deposited
by him within 28 days from the receipt of intimation of acceptance of tender from Accepting Officer
12. Sample of materials and stores to be supplied by the contractor will also be available for
inspection by the bidder at the office of concerned Project Manager during working hours. The bidder
is advised to visit the site of work by making prior appointment with CCE (Army) No 1, Dinjan / Project
Manager, who is the Executing Agencyof the work (see Appendix 'A'). The bidder shall be deemed to
have full knowledge of all relevant documents, samples, site etc. whether he has inspected them or
not.
13. Any bid which proposes any alteration to any of the conditions laid down or proposes any
other new condition whatsoever, is liable to be rejected.
14. The uploading of bid by a bidder 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 (as applicable) etc will be issued to him and local conditions
and other factors having bearing on the execution ofthe work.
15. The bidder must be in possession of a copy of the MES Schedule (SSR) (Part-I & Part-II
of latest edition) including amendments and errata thereto.
16. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any
reason for not doing so.
17. This Notice Inviting Tender (NIT) including Appendix ‘A’ shall form part of the contract.
SIGNATURE OF CONTRACTOR SW
DATED: FOR ACCEPTING OFFICER
CA No : CCE/DIN/RAY/ OF 2022-2023 SERIAL PAGE No : _____
4. Cost of tender documents : Rs.3000/- in the shape of DD/Bankers cheque from any
schedule Bank in favour HQ CCE (ARMY) No 1, Dinjan
and payable at Dibrugarh.
6. Type of contract : “The Lump sum tender shall be based on drawing and
specifications as per IAFW: 2249 & GCC (IAFW: 2159)
with Schedule 'A' (list of items of work) to be priced by
contractor/ pre priced by MES. The contractor is required
to quote the lump sum amounts for parts of Schedule 'A'
and quote rates against items of other parts of Schedule
'A'.”
12. Performance Security The tenderers shall note that the successful tenderer is
required to lodge ‘Performance Security Deposit’ for an
amount equivalent to 3% of the Contract Sum/
lumpsum within 28 Days of receipt of letter of Acceptance
in the form of ‘Bank Guarantee’ or FDR or any other
Government Instruments in favour of the Accepting
Officer in terms of Condition – 19 of IAFW - 2249, General
Conditions of Contracts. The Performance Security shall
be valid till the expiry of Defect Liability Period as
stipulated here-in-after PLUS two months. In case the
tenderer fails to deposit thePerformance Security within
the stipulated period, the award of work shall be cancelled
and Earnest Money deposited by him shall be forfeited. In
case of MES enlisted contractors, the amount equal to the
Earnestmoney stipulated in the Notice of Tender, shall be
notified to the tenderer for depositing the amount through
MRO. Issue of tender to such tenderer shall remain
suspended till the aforesaid amount equal to Earnest
Money is deposited in Government Treasury. The
contractor shall not be entitled for any compensation
whatsoever on this account. The Work Order for
commencing the work shall be placed by the GE only after
receipt of above Performance Security by the Accepting
Officer within the stipulated time period.
13. Integrity Pact (a) Scan copy of the Integrity Pact duly signed by the
Accepting Officer is enclosed as per Annexure – II to
Appendix – ‘A’ to Notice Inviting Tender (NIT) here-in-
after. Scanned copy of Integrity pact duly signed on each
page by the bidder(s) shall be uploaded as part of
technical bid (Cover-1) and original Integrity Pact duly
signed on each page shall be forwarded by post along
with demand draft. Bidder(s) who do not upload scanned
copy of Integrity Pact duly signed, shall be intimated of
the same alongwith intimation of other such deficient
documents, through option of ‘Short FallDocuments’ (in
e-tendering portal) before ‘T’ Bid evaluation. Any bidder
who fails to forward the copy ofIP duly signed even after
this communication, shall be disqualified in the Technical
Bid (Cover-1).
(a) Average Annual financial turnover during the last three years, ending 31st March
of the previous financial year, should be at least 30% of the estimated cost. (This average
annual turnover of 30% is for a work with period of completion as three years and where
the requirement of average turnover shall be proportionately specified).
(b) Experience of having successfully completed similar works during last seven
years ending last day of month previous to the month of bid submission start date, should
be either of the following :
Three similar completed works consting not less than the amount equal to 40% of
the estimated cost.
OR
Two similar completed works costing not less than the amount equal to 50% of the
estimated cost.
OR
One similar completed work costing not less than the amount equal to 80% of the
estimated cost.
(c) Similar works mean Work involving building works alongwith all services i.e.
external electric supply (with HT), water supply, road, site development, air conditioning
etc.
(d) For the purpose of value of completed works, the vlue of previously completed
works shall be enhanced @ 5% per year to bring them at par with present cost.
2. In Case after opening of Cover-1, the number of MES enlisted contractors of ‘SS’ class
as well as eligible un-enlisted contractors, if any, fulfilling the other eligibility criteria givenin NIT
is less than 07 (Seven), applications in respect of contractors one class or two classes (in case of
remote and difficult areas to be decided as per list circulated by CE Command/ ADG) below the
eligible class shall also be considered subject to fulfillment of PQC as per Note 1 above and other
eligibility criteria given in the NIT. Therefore MES contractor’s one class below (two classes below
in case of remote and difficult areas) may also bid for the tender. Such contractors (Contractors
of one / two classes below the eligible class) shall not be considered in case their present residual
work in hand is more than TWICE their present tendering limit. Such bidders shall upload in their
Cover-1 bid details of works in hand showing names of work, names of Accepting Officers,
Contract amounts, dates of commencement and completion (stipulated) and progress as on bid
submission date. These details shall be verified by the Tender Issuing Authority from concerned
formations in case bids of such contractors are considered for evaluation.”
3. In case after opening of Cover-1, the number of MES enlisted contractors of eligible class
as well as un-enlisted contractor (if any), fulfilling the other eligibility criteria given in NIT, are 7
(seven) or more, applications of only those one class below the eligible class bidders shall be
considered, who have previously completed similar works satisfactorily and are meeting the
criteria of up-gradation in respect of past experience of completed works (individual work
experience and/ or average annual turnover as applicable) and financial soundness (solvency/
financial soundness and working capital) as per details given in Manual on Contracts provided the
value of tendered work is less than twice the tendering limit of such contractor. Therefore such
contractors may upload the requisite information/ documents in Cover-1.
4. Un-enlisted contractor shall be considered provided he meets the criteria. Foreign firms
shall not be eligible for this tender. However Indian Firms having foreign national/ Indian National
staying abroad / Indian national having take foreign citizenship, as director (s) Shall be considered
subject to security clearance from the concerned authorities.
CA No : CCE/DIN/RAY/ OF 2022-2023 SERIAL PAGE No : _____
5. Contractors enlisted with MES will upload following documents in Cover-1 for checking
eligibility :-
(b) Enlistment letter issued by the Registering Authority duly renewed for cycleperiod in
vogue.
(c) Scanned copy of DD/Bankers Cheque toward cost of tender and EMD instrumentin case
SSD bond is not signed at the time of registration.
6. Contractors not enlisted with MES will be required to upload following documents inCover-
1 for checking eligibility.
(b) Scanned copy of DD/Bankers cheque toward cost of tender and Earnest Money Deposit
(EMD) instrument.
(d) Documents required for enlistment in MES for the class mentioned in Para1.4 and
1.5 of Section 1 of Part 1 of MES Manual on Contracts (2020). As available in all MES
formations as well as MES website (www.mes.gov.in).
7. Tender not accompanied by scanned copies of requisite DD /Bankers Cheque towards cost of
tender and earnest money (as applicable) in Cover I shall not be considered for validation of ‘T’
bid and their Financial Bids will not be opened.
8. Contractors should ensure that their original physical DDs and Earnest Money Deposit (EMD
instruments (as applicable) reach the office of Accepting Officer within 07 (Seven) days ofbid
submission end date (*The number of days to be mentioned shall be as decided by the Accepting
Officers, but it shall not be less than 5 days) failing which following action shall be taken.
(a) In case of tenders form an enlisted contractor of MES, where scanned copies of requisite
DD/Bankers Cheque towards cost of tender have been uploaded in Cover 1 butphysical
copies are not received within the stipulated period, their financial bids (Cover2) will be
opened. However non-submission of physical copies of cost of tender shall be considered
as willful negligence of the tenderer with ulterior motives and such tender shall be banned
form bidding for a period of six months commencing from the date of opening of Financial
bid (Cover 2).
(b) In case of tenders from un-enlisted contractor, where scanned copies of requisite
DD/Bankers Cheque towards cost of tender have been uploaded in Cover 1 but physical
copies are not received within the stipulated period, their financial bids (Cover2) 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 opening of
Financial bid (Cover 2).
(c) In case of tender form enlisted and un-enlisted contractors, where scanned copiesof
instruments of Earnest Money Deposit (as applicable) have been uploaded in Cover 1 but
the same are not received in physical form within stipulated period, such tendersshall
not qualify for opening of financial bid (Cover 2).
CA No : CCE/DIN/RAY/ OF 2022-2023 SERIAL PAGE No : _____
9. Contractor will not be allowed to execute the work by subletting or through power of
attorney to a third party/another firm on his behalf. However a contractor can execute the work
through power of attorney to sons/daughters /spouse of Proprietor/Partner/Director and firm’s own
employees, director, project manager provided they are not having a separate enlisted firm
in MES in their name as Proprietor/Partner/Director.
10. After opening of Cover-1 and during its technical evaluation, in case any deficiency is
noticed in the documents required to be uploaded by the tenderers as per NIT, a communication
in the form of e-mail/SMS/Speed Post etc shall be sent to the contractor to rectify the deficiency
within a period of seven days from date of communication failing which their financial bid
(Cover 2) shall not be opened and contractor shall not any claim on the same.
11. Invitation for e-tender does not constitute any guarantee for validation of Technical bid and
subsequent opening of financial bid of any applicant/bidder merely by virtue of enclosing DD.
Accepting Officer reserves the right to reject the Technical bid and not to open the financial bid of
any applicant bidder. Technical bid validation shall be decided by the Accepting Officer based on
eligibility of the firm as per criteria given in this Appendix. Tender /bidders will be informed
regarding non-validation of his Technical bid assigning reason therefore through tender
evaluation report which shall be uploaded on the website. Such tenderer, if desires, may appeal
to the next higher Engineer Authority (NHEA) viz ADG NEI Guwahati on email id adgnei-
mes@gov.in with copy of the Accepting Officer on email before the scheduled date of opening of
Cover 2. NHEA Shall decide the matter within a period of seven working days from the date of
receipt of appeal. The decision of NHEA shall be final and binding. The tenderer bidder shall not
be entitled for any compensation whatsoever for rejection of his bid.
12. In case the BOQ is revised through the corrigendum and the bidder has failed to quote on
revised BOQ (i.e he has quoted on pre revised BOQ), such bid shall be treated as willful
negligence by the bidder and his quotation shall be considered non-bonafide. In such cases the
lowest tender shall be determined from amongst the valid bonafied bids only. Accepting may
decide whether to re-tender or consider the lowest bonafide tender for acceptance.
13. Revoking the offer or revising the rates upward or offering voluntary reduction by the
lowest tenderer after opening of Cover 2 shall be considered as a willful default. For this default
a penalty of an amount equal to Earnest Money shall be levied. In case of an un-enlisted tenderer,
Earnest Money deposited by him shall be forfeited. In case of MES enlisted tenderer having
deposited the Standing Security Bond, an amount equal to the earnest money stipulated in the
NIT, shall be notified to the tenderer for depositing through MRO and consideration of such
tenderer in tender evaluation for future works shall remain suspended till the aforementioned
amount is deposited in the Government Treasury. No other disciplinary/administrative action shall
be taken against such tenderers. In such a situation, the next lowest offer shall not be considered
for acceptance. Instead, retendering shall be restored to in a transparent and fair manner and the
defaulting tenderer and his related firm if any, shall not be eligible for this tender in second call
or subsequent calls.
14. Tender to related firms shall not be issued simultaneously. Firms shall be termed as
related if Proprietor/one or more Partners/Directors are common. Decision of Accepting Officer on
issue/deny the tender to any one of the related forms shall be final, binding and conclusive.
15. Contractor shall upload copy of Goods and Service Tax (GST) Registeration certificate of
their company. In case of failure to upload and submit the document, the firm shall be disqualified
in Technical Bid Evaluation.
16. The INTEGRITY PACT duly signed by Accepting Officer is enclosed in NIT. The scanned
copy of Integrity Pact duly signed on each page by the bidder(s) shall be uploaded as part of
Technical Bid and original Integrity Pact duly signed on each page shall be forwarded by Post
alongwith DD / Bankers Cheque towards tender cost.
17. JOINT VENTURE: The provisions for Joint Venture is at Annexure 'III' and format for
Joint Venture is given at Annexure ‘III’.
18. Even though the tenderers meet the above criteria, they are liable to be disqualified if
they have made misleading or false information in bidding documents submitted.
CA No : CCE/DIN/RAY/ OF 2022-2023 SERIAL PAGE No : _____
19. Bidders are encouraged to submit their respective bids after visiting the project site and
ascertaining for themselves the site conditions, soil conditions, location, surroundings, climate
availability of power, water and other utilities for construction, access to site, handling and
storage of materials, weather data, applicable laws and regulations and any other matter
considered relevant by them by carrying out necessary survey/ investigation. Bidders are
advised to visit the site and familiarise themselves with the Project withing the stipulated time of
submission of the Bid. No extensiio of time is likely to be considered for submission of Bids.
20. Performance and other requirement : Bidder shall fulfill the following requirement :-
(a) There should not be poor/ slow progress in running work. (If YES, submit details
and reasons of delay to check that these are not attributable to thim or are beyond his
control).
(b) There are no serious defect observed in works wihich stand un-rectified (If yes,
submit details and reasons).
(c) There are no canelled/ abandoned contracts in which fovt unrealized
recoveries exist (If yes, submit details and reasons).
(d) He/ They have not been black listed by any Govt Deptt. (If yes, submit details
and reasons).
(e) There is no Govt dues outstanding against the firm (If yes, sumite details and
reasons).
(f) Propritor/ partners/ directors of firm are not involved in anti-national/ anti-social
activities and have neither been convicted nr any proceeding are pending in court.
(g) Firm should have been considered capable of taking more load in work load
return circulated by MES. In case the firm is not considered capable of taking more work
load due to unsatisfactory performance in the running works, in the prevalling report
circulated by DGBR their technical bid shall be rejected.
21. All disputes arising of or in respect of this tender before acceptance shall be decided by
Court of appropriate jurisdiction at Dibrugarh only. After acceptance of tender, Condition 72
(Jurisdiction of Courts) of IAFW-2249 shall be applicable.
SIGNATURE OF CONTRACTOR SW
DATED: ____________ FOR ACCEPTING OFFICER
CA No : CCE/DIN/RAY/ OF 2022-2023 SERIAL PAGE
No : _____