0% found this document useful (0 votes)
48 views

Type of Garment: Navy Blue Jacket

1) The Kolkata Municipal Corporation invites e-tenders for the supply and delivery of 15,000 aprons for Mazdoors in the Solid Waste Management Department for the fiscal year 2019-2020. 2) The estimated cost of the tender is Rs. 51,97,500 and the earnest money deposit required is Rs. 1,03,940. 3) Bidders must meet qualifications like valid licenses and credentials of supplying similar materials worth 20-30% of the estimated tender value in the past five years. The last date for bid submission is provided.

Uploaded by

Kapda Fashion
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
48 views

Type of Garment: Navy Blue Jacket

1) The Kolkata Municipal Corporation invites e-tenders for the supply and delivery of 15,000 aprons for Mazdoors in the Solid Waste Management Department for the fiscal year 2019-2020. 2) The estimated cost of the tender is Rs. 51,97,500 and the earnest money deposit required is Rs. 1,03,940. 3) Bidders must meet qualifications like valid licenses and credentials of supplying similar materials worth 20-30% of the estimated tender value in the past five years. The last date for bid submission is provided.

Uploaded by

Kapda Fashion
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 14

Notice Inviting e-Tender No.

KMC/C-ICMP(S)/09/A301/2019-2020

Tender Reference No: KMC/C-ICMP(S)/09/A301/2019-2020

Controller of Inventory Control & Material Planning (Supply) / Kolkata Municipal


Corporation, invites e-tender for Supply & delivery of APRON AS PER
DEPARTMENTAL SAMPLE from bona fide, experienced, well established and
financially sound suppliers for the supply of the material as detailed in the table
below. (Submission of Bid through online)

Detail of Supply:

TENDER Tender Name Estimated


Srl EARNEST
NO Amount
NO MONEY
(Rs.)
TENDER FOR
PROCUREMENT OF
APRON FOR THE 15000
(FIFTEEN
1 A301 1,03,940/- 51,97,500/-
THOUSAND)MAZDOORS
UNDER SWM
DEPARTMENT FOR THE
F/Y 2019-2020

1) In the event of e-filing, intending bidder may download the tender


documents from the website http://etender.wb.nic.in directly with the help of
Digital Signature Certificate. Earnest Money should be remitted through Net
banking/ NEFT/RTGS for which the details have been enclosed herewith. For
any assistance in e-tendering contact Sri Suman Kalyan Dey, Dy. Manager
System, Supply Department, Mobile No: 9433917231.

2) Both Technical Bid and Financial Bid are to be submitted concurrently duly
Digitally signed in the website https//etender.wb.nic.in

3) Tender documents may be downloaded from website and submission of


Technical Bid and Financial Bid will be done as per Time Schedule stated.

4) The FINANCIAL OFFER of the prospective participant in the tender will be


considered only if the TECHNICAL DOCUMENTS of the participant in the
tender is found qualified. The decision of the KMC will be final and absolute in
this respect. The list of Qualified Bidders will be displayed in the website.

5) Specification:-Specification will be as mentioned below and also in BOQ.

Type of garment: Navy blue jacket

The vests must be designed, manufactured, stiched and constructed as per BSEN-471
international global standard or IS-15809:2008 for high visibility warning cloth.

Size: Large(L) (Suitable for person of height 169-175 cm, Chest girth 108-112 cm, waist
girth 87-91 cm

1
Standard: EN:471-2003+A1:2007 or IS-15809:2008

Garment colour: Navy blue

The overall blend composition as per IS: 3416:1988: Polyster 65% and 35% cotton

GSM: 150 GSM(Mass of back ground material)

Fabrication: Fabrication of jacket as per drawing and specification.

The rate should be quoted as per departmental sample which is kept in


ICMP Wing(Supply Department).

6) Terms and conditions for participation in the tender.

I) Bidders shall submit copy of

. Valid pan issued by the I.T Department, Govt. of India.


. Valid 15-digit Goods and Services Tax payer Identification no (GSTIN)
under GST Act 2017.

. Latest Professional Tax deposit challan copy and certificate.


.Trade License will be mandatory for those whose manufacturing unit is located
within the jurisdiction of KMC.

II) i) Intending tenderers should produce credentials of value not less than 20%
(Twenty percent) of estimated value of tender of similar nature of work done in a
single financial year to any Govt. /Semi Govt./ Undertaking /Autonomous
bodies/Statutory Bodies within last consecutive five years;
or,

ii) Intending tenderers should produce the credentials of value not less than
30% (Thirty percent) of estimated value of tender of similar nature of
completed work(s) done combining in any two financial years to any Govt.
/Semi Govt./ Undertaking /Autonomous bodies/Statutory Bodies within last
consecutive five years.

. “Similar nature of supply” includes credentials of supply of any store


materials.
• The eligible bidders must have annual turnover at-least 40% (Forty percent)
of estimated value of tender in any financial year out of last five financial
years.

. Payment certificate will not be treated as credential;


. Credential certificate issued by the Executive Engineer or equivalent or
competent authority of a State/Central Government, State / Central
Government undertaking, Statutory/Autonomous bodies constituted under
the Central/ State Statute, on the executed value of completed/running
supply will be taken as credential.

2
III) If any vender fails in technical bid, in that case his/her financial bid will not be
opened.

IV) No conditional offer will be accepted.

V) Repeated rejection due to poor quality may lead to cancelation of order and
forfeiture of EMD and debarment of the company for participating in any tender
of KMC for specified time period.

VI) Supply must be completed within the delivery period mentioned in the
purchase order failing which order may be cancelled and no claim will be
entertained. If the vendor fails to supply the item(s) within specified period as
mentioned in the purchase order then the department may take appropriate
action accordingly by forfeiting EMD and debarring the company for participating
in any tender of KMC for specified time period.

VII) Excess EMD if applicable is to be submitted by L1 bidder before issuance of


final order.

7) A declaration in the form of an affidavit on stamp paper of Rs. 10/-, duly


attested by a Notary should be submitted as per format given in the
Proforma I, stating that the applicant is not debarred / de-listed /blacklisted
by any Govt./Government undertaking / Municipal Corporation in respective
supply Tender at the time of submission of bid.

Only such black listing, which has been ordered by an officer, not below the
rank of an Executive Engineer will be relevant to this context

In case the bidder suffers from any blacklisting/ debarment by any Govt. /
Govt. undertaking /Municipal Corporation in respective supply tender at the time
of submission of bid, he will not be eligible to participate in the tender.

8) The eligibility of a bidder will be ascertained on the basis of the document (s)
in support of the elligibility criteria as mentioned in Clause 6 above. If any
document submitted by a bidder is either manufactured or false, in such
cases the eligibility of the bidder / tenderer will be rejected at any stage
without any prejudice.

9) I) During scrutiny if it comes to the notice of Tender Inviting Authority that


the credential or any other paper is incorrect /manufactured /fabricated ,
then bidder will not be allowed to participate in the Tender and the
application will be rejected without any prejudice . In that case EMD
submitted by the bidder will be forfeited and the bidder may be debarred
from participating in any Tender of KMC in future.

II) Materials is to be supplied as per delivery schedule mentioned in the


purchase Order or as intimated otherwise. Bidders should strictly adhere to
the programme of delivery, failing which order may be cancelled and no
claim will be entertained .

III) If the vendor fails to supply the APRON according to the purchase order
within specified period, then Department may take appropriate action
accordingly by forfeiting EMD and debarring the company for participating in
any tender of KMC for specified time period.

IV) Each consignment must be accompanied by four copies of challan.

V) Bidders will have to unload the approved materials at the designated place at
their own cost and at their own responsibility.

VI) KMC will not issue any road permit or Form C to any supplier for
transportation of material.

3
VII) If the materials are found defective after supply, the same is to be replaced
free of cost.

10) Orders will be issued in phased manner within the validity period of tender.

11) Payment will be made on credit basis.

12) In case where tender comprises of more than one item, bidders will
have to offer rate w.r.t. each individual item. Lowest bidder w.r.t. each
individual item will be considered.

13) Whenever the contracts are rescinded the security deposits shall be
forfeited.
14) Earnest Money: The amount of Earnest Money as per the appropriate clause in
the shape Net Banking/RTGS has to be deposited. On finalization of tender
offered EMD of successful participant in the tender will be converted to
security deposit and EMD of unsuccessful participant in the tender will be
refunded as per KMC standard practice.

15) Offer shall remain valid for a period of 180 days from the date of opening of
tender for acceptance. Once accepted, the offer should remain valid for full
financial year or 365 days from the date of opening of tender which ever is
later. If the bidder withdraws the bid during the validity period of bid, the
earnest money as deposited will be forfeited forthwith without assigning any
reason thereof.

16) There shall be no provision of Arbitration.

17) Date and Time Schedule:

Sl.
Particulars Date & Time
No.
Date of uploading of N.I.T. & other Documents 08.03.2019
1
(online)
2 Documents download/sell start date (Online) 08.03.2019 AT 1.30PM
Documents download/sell end date (Online)
3 30.03.2019 AT 1.30PM

4 Bid submission start date (On line) 08.03.2019 AT 2PM

5 Bid Submission closing (On line) 30.03.2019 AT 2PM


Bid opening date for Technical Proposals
6 02.04.2019 AT 2PM
(Online)
Date of uploading list for Technically Qualified 02.04.2019
7
Bidder(online)
8 Date for opening of Financial Proposal (Online) 02.04.2019

18)The intending Bidders should clearly understand that whatever may be the out
come of the present invitation of Bids, no cost of Bidding shall be
reimbursable by the Department. KMC reserves the right to accept or reject
any offer without assigning any reason whatsoever and is not liable for any
cost that might have been incurred by any Tenderer at the stage of Bidding.

19) Prospective applicants are advised to note carefully the minimum


qualification criteria as mentioned in ‘Instructions to Bidders’ stated in the
notice before tendering the bids.

20) Conditional/Incomplete tender will not be accepted under any circumstances.

21) Suppliers must have the capacity to deliver full tender quantity and they will
have to quote for the full tendered quantity. Partial orders will not be

4
accepted .No conditional offers will be accepted.

22) The Controller of Inventory Control & Material Planning (Supply), Kolkata
Municipal Corporation, reserves the right to cancel the N.I.T. due to
unavoidable circumstances and no claim in this respect will be entertained.

23) Rates should be quoted as per BOQ.

24) If the dates fall on holidays or on days of bandh or natural calamity, the
dates defer to next working days.

25) KMC reserves the right to award the contract part or full or to cancel the
contract without assigning any reason thereof. KMC also reserves the right to
split the quantity among more than one participant in the tender. However
the general guidelines will be as follows:

i) Lowest rate quoted by the Participant in the tender.

ii) Maximum quantity of the tendered material(s) supplied by the participant in


the tender in a single year, in last 5(five) years.

iii) Performance of the participant in the tender in KMC for the last 5(five) years (if
any)

26) The contractors may be required to supply 25% more or less of the
contracted quantity at the contracted rates, at any time during the contract
period including the extended time.

27) Not more than one tender should be submitted by a tenderer in his own
name of partnership concern for a partnership company, private company or
private limited company.

28)

a) The price preferences allowed to State based SSI Units vis-à-vis large and
medium scale industrial units and other SSI units located outside the state,
will be applicable to state based registered Micro and Small enterprises (MSE)
as per Micro Small and Medium Enterprises Development act 2006 instead of
SSI units.

b) The price preference allowed to state based MSE units as per (a) above are the
only purpose of selection, but once selected on the basis of such preference it
has to agree to execute the work or make supplies at the lowest valid price
bid failing which order will be placed with the organization /firms offering the
lowest valid price.

29) The small scale units registered under Single Point Registration Scheme of
the NSIC are entitled to exemption from payment of Earnest Money, Free
tender documents and Security Deposit for Performance (Bank Guarantee)
up to specified limits of volumes.

Controller of Inventory Control and Material Planning (Supply)


Kolkata Municipal Corporation

5
INSTRUCTION TO BIDDERS

General guidance for e-Tendering:

Instructions / Guidelines for electronic submission of the tenders have been


annexed for assisting the Participant in the tender to participate in e-
Tendering.

a. Registration of Participant in the tender:

Any tenderer willing to take part in the process of e-Tendering will have to
be enrolled & registered with the Government e-Procurement System,
through logging on to https://etender.wb.nic.in ,the contractor is to click on
the link for e-Tendering site as given on the web portal.

b. Digital Signature certificate (DSC):

Each tenderer is required to obtain a Class-II or Class-III Digital Signature


Certificate (DSC) for submission of tenders from the approved service
provider of the National Informatics Centre (NIC) on payment of requisite
amount. Details are available at the Web Site stated in Clause A.1. above.
DSC is given as a USB e-Token. After the receipt of the digital signature, if
the vendor feels for any assistance they can contact IT Department of KMC
for assistance.

c. The participant in the tender can search & download N.I.T. & Tender
Document(s) electronically from computer once he logs on to the website
mentioned in Clause(a) using the Digital Signature Certificate. This is the
only mode of collection of Tender Documents.

d. Submission of Tenders:
Tenders are to be notarized and are to be submitted through online
to the website in two folders at a time for each work, one in
Technical Proposal & the other is Financial Proposal before the
prescribed date &time using the Digital Signature Certificate (DSC).
The documents are to be uploaded virus scanned copy duly Digitally
Signed. The documents will get encrypted (transformed into non readable
formats).

Technical Proposal:

The Technical proposal should contain scanned copies of the following in two
covers (folders).

(a) Statutory Cover/Technical Cover Containing the following


documents:

1) Prequalification Document

i) Prequalification Application

ii) The EMD (Earnest Money Deposit) as prescribed in the N.I.T. should
be remitted through Net Banking/NEFT/RTGS. The necessary
guideline for Net Banking/NEFT/RTGS has been given with this NIT.

iii) Tender Form & N.I.T. (download properly and upload the same digitally
signed. The rate will be quoted in the B.O.Q. Quoted rate will be
6
encrypted in the B.O.Q. under Financial Bid. In case quoting any rate in
Tender form, the participant in the tender is liable to be summarily
rejected.

2)Additional Terms & Condition.


b) Non-statutory Cover/My Space Containing the following documents:

THE NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE


ARRANGED IN THE FOLLOWING MANNER:
Click the check boxes beside the necessary documents in the My Document
list and then click the tab “Submit Non Statutory Documents’ to send the
selected documents to Non-Statutory folder.
Next Click the tab “ Click to Encrypt and upload” and then click the
“Technical” Folder to upload the Technical Documents.

Sl.
Category Sub-Category
No Detail(s)
Name Description
.
GSTIN under GST Act 2007
2.PAN Card
A. Certificate(s) Certificate(s)
3.Latest Professional Tax payment challan &
certificate
1. Valid Trade License.
Company Company 2.Any other documents highlighting
B.
Detail(s) Detail
company details

Certificate for credential as per sub clause no


C. Credentials Credentials
6 of the NIT

1.Audited Balance Sheet for last two years


Financial 2. Income Tax return for last two financial
D. Work in hand
Information
years.
A declaration as mentioned in item no of
Additional
E.
Information clause no 7 of the NIT

Opening & evaluation of tender:.

1. Opening of Technical Proposal:

i. Technical proposals will be opened by the officials of Supply department


electronically from the website using their Digital Signature Certificate
(DSC).

ii.Intending participant in the tender may remain present if they so desire.

iii. Cover (folder) for Statutory Documents will be opened first and if found
in order, cover (folder) for Non-Statutory Documents will be opened. If
there is any deficiency in the Statutory Documents the tender will
summarily be rejected.

7
iv. Decrypted (transformed into readable formats) documents of the non-
statutory cover will be downloaded & handed over to the KMC authority.

v. Summary list of technically qualified tenderers in the tender will be


uploaded online.

vi. Pursuant to scrutiny & decision of the KMC the summary list of eligible
participant in the tender & the serial number of work for which their
proposal will be considered will be uploaded in the web portals.

vii. During evaluation the KMC authority may summon of the participant in
the tender & seek clarification/information or additional documents or
original hard copy of any of the documents already submitted & if these
are not produced within the stipulated time frame, their proposals will be
liable for rejection and the EMD will be forfeited.

viii) Participants will have to submit a signed copy of this tender specification
along with company seal as a testimony to their acceptance of the
terms and conditions. The hard copy of all the documents which
were uploaded electronically has to be submitted to the ICMP
wing of Supply Department prior to the opening of ‘Technical
Bid’.

2. Financial Proposal

1.The financial proposal should contain the following documents in one


cover (folder) i.e. Bill of Quantities (BOQ). The Supplier is to quote the
rate online through computer in the space marked for quoting rate in
the BOQ.

2.Only downloaded copies of the above documents are to be uploaded


virus scanned & Digitally Signed by the Bidder. Financial capacity of a
bidder will be judged on the basis of information furnished.

3. Penalty for suppression / distortion of facts:

If any participant in the tender fails to produce the original hard copies
of the documents or any other documents on demand of the KMC within
a specified time frame or if any deviation is detected in the hard copies
from the uploaded soft copies, it may be treated as submission of false
documents by the participant in the tender and action may be referred to
the appropriate authority for prosecution.

a) Rejection of Bid:
KMC reserves the right to accept or reject any Bid and to cancel the
Bidding processes and reject all Bids at any time prior to the award of
Contract without thereby incurring any liability to the affected Bidder or
Bidders or any obligation to inform the affected Bidder or Bidders of the
ground for KMC’S action.

Controller of Inventory Control and Material Planning ( Supply)


Kolkata Municipal Corporation.

8
PRE-QUALIFICATION APPLICATION

To
The Controller of Inventory Control & Material Planning (Supply),
Kolkata Municipal Corporation,
149, A.J.C. Bose Road,
Kolkata – 700014.
Ref : Tender for

(Name of work)

e-N.I.T. No.: ……………………… (Sl. No. ) of the Controller of Inventory

Control & Material Planning(Supply), Kolkata Municipal Corporation.

Dear Sir,
Having examined the Statutory, Non-statutory & N.I.T. documents, I /we hereby
submit all the necessary information and relevant documents for evaluation.
The application is made by me / us on behalf of

in the capacity

duly authorized to submit the order.

The necessary evidence admissible by law in respect of authority assigned to us


on behalf of the group of firms for Application and for completion of the contract
documents is attached herewith.
We are interested in bidding for the work(s) given in Enclosure to this letter.
We understand that:
1) Tender Inviting & Accepting Authority can amend the scope & value of the
contract bid under this project.
2) Tender Inviting & Accepting Authority reserves the right to reject any
application without assigning any reason.
Enclosure(s): e-Filling:-
3) Statutory Documents.
4) Non Statutory Documents.

Date:

Signature of applicant including title


and capacity in which application is
made.

9
Notice Inviting e-Tender No. KMC/C-ICMP(S)/09/A301/2019-2020

Proforma I

DECLARATION BY THE TENDERER


(Affidavit on Non Judicial Stamp Paper of Rs.10/- duly attested by Notary )

This is to certify that We, M/s. __________________________, in submission of this

Offer confirm that:"

• We are not debarred / de-listed /blacklisted by any Govt. / Government undertaking


/ Municipal Corporation in respective APRON Tender at the time of submission of this
bid.

• We have not made any misleading or false representation in the forms,


statements and attachments in proof of the qualification requirements;

• We have submitted all the supporting documents and furnished the relevant details
as per NIT.

• The information and documents submitted with the tender by us are correct
and we are fully responsible for the correctness of the information
and documents submitted by us.

• We understand that in case any statement/information/document furnished by


us is found to be incorrect or false, our EMD in full will be forfeited
and Business dealings with us banned.

SEAL AND SIGNATURE & NAME OF THE BIDDER

10
11
Payment of EMD

The EMD Cost will be paid online through Net Banking or RTGS/NEFT
a) The bidder desirous to take part in the tender need to log in to the e-Procurement portal
of the Government of West Bengal https://wbtenders.gov.in using its log in id and
password.
b) The bidder will select the tender to bid and initiate the payment of EMD for that tender
by selecting from either of the following payment modes:
i. Net Banking in case of payment through ICICI bank payment gateway
ii. RTGS/NEFT in case of offline payment through bank account in any bank.

Payment Method
a) Payment by Net Banking(any listed bank) through ICICI Bank Payment
Gateway
• On selection of Net Banking as payment mode, the bidder will be directed to ICICI
Bank Payment Gateway webpage where he will select the bank through which he
wants to do the transaction.
• Bidder will make the payment after entering his unique ID and password of the
bank to process the transaction.
• Bidder will receive a conformation message regarding success/failure of the
transaction.
• If the transaction fails, the bidder will again try for payment by going back to the
first step.
b) Payment through RTGS/ NEFT
• On selection of RTGS/ NEFT as payment mode, the e-Procurement portal will
show a pre-filled challan having the details to process RTGS/ NEFT transaction.
• The bidder will print the challan and use the challan and use the pre-filled
information to make the RTGS/ NEFT payment using his Bank Account.
• Once the payment is made, the bidder will come back to the e-Procurement portal
after expiry of a reasonable time to enable the RTGS/ NEFT process to complete in
order to verify the payment made and continue the bidding process.
• If the payment is successful the bidder will go the e-Procurement portal for
submission of the bid response documents.
• If the payment verification is unsuccessful, the amount will be returned to the
bidders account.
c) Refund / Settlement Process
• Once the evaluation of the tender is done the EMD amount of the unsuccessful
bidder will be returned through an automated process to the respective bank
accounts from which they have made the payment transaction.
• After the financial evaluation the EMD of the bidders other than L1 and L2 bidder
will be refunded through the process mentioned above.

After the LoI issued to the L1 bidder is accepted the EMD amount of the L2 bidder will be
refunded through the process mentioned above.

12
Payment Procedure
1. Payment by Net Banking
i. On selection of Net Banking as the payment mode, the bidder will be directed to
ICICI Bank Payment Gateway webpage (along with a string containing a Unique ID)
where the bidder will select the Bank through which the transaction will be made.
ii. Bidder will make the payment after entering the Unique ID and password of the
Bank to process the transaction.
iii. Bidder will receive a confirmation message regarding success / failure of the
transaction.
iv. If the transaction is successful, the amount paid by the bidder will get credited in the
respective Pooling account of KMC, maintained with the Focal Point Branch of ICICI
Bank, R.N. Mukherjee Road, and Kolkata for collection of EMD.
v. Hereafter, the Bidder will go to e-Procurement Portal for submission of the bid.
vi. But, if the payment verification is unsuccessful, the amount will be returned to the
Bidders account.

2. Payment through RTGS/NEFT


i. The bidder has the option to pay EMD via RTGS/NEFT. Using this module, bidder
would be able to pay from their existing Bank Account through RTGS/NEFT.
ii. On selection of RTGS/NEFT as the payment mode, the e-procurement portal will
show a pre-filled “Challan” having the details to process RTGS/NEFT transaction.
Each Challan shall therefore include the following details that will be pre-populated:
Beneficiary Name: KOLKATA MUNICIPAL CORPORATION
Beneficiary Account Number: *************
Beneficiary Bank Branch: *******************
Beneficiary IFSC code: ***********
Amount: <as per your requirement>
The bidder shall be required to take a print of this Challan and make
RTGS/NEFT on the basis of the details printed on the Challan.
iii. Post making the Payment, the bidder would log into the e-Procurement
portal and go the payment page. On clicking the NEFT/RTGS mode of payment,
there would be a real time validation. On clicking the same, the system would do
auto validation of the payment made and continues the bidding process.
iv. If verification is successful, the fund will get credited to the respective
pooling account of the KMC, maintained with the ICICI Bank, R.N. Mukherjee Road,
Kolkata for collection of EMD.
v. Hereafter, the Bidder will get the “Freeze Bid Submission” button to proceed
for submission of the bid.
vi. But, if the payment verification is unsuccessful, the amount will be returned
back to the bidder’s account.

CAUTION: Please ensure the correctness of the detail input while remittance through
RTGS/NEFT. In the event of funds remitted to wrong Beneficiary Account Number,
neither Kolkata Municipal Corporation nor its Bank nor the service provider would be
responsible for the same.

N.B. Bidders are advised to make NEFT payment on a day keeping at least two full
working days of its bank before the bid submission end date of the Tender; because
NEFT payment status gets updated only on the next day of making payment. Same
is mentioned in NEFT Challan. Once payment is verified from the bidder's bank and
received at KMC end, the bidder will get the “Freeze Bid Submission” button.

Signature with Seal of the Bidder

13
3. Refund /Settlement Process

i) After opening of the bids and technical evaluation of the same by the tender inviting
authority through electronic processing in the e-Procurement portal of the
State Government the tender inviting authority will declare the status of the bids as
successful or unsuccessful which will be made available, along with the details of the
unsuccessful bidders, to ICICI Bank by the e-Procurement portal through web
services.
ii) On receipt of the information from the e-procurement portal, the Bank will refund,
through an automated process, the EMD of the bidders disqualified at the technical
evaluation to the respective bidders’ bank accounts from which they made the
payment transaction. Such refund will take place within T+2 Bank Working Days
where ‘T’ will mean the date on which information on rejection of bid is uploaded to
the e-Procurement portal by the tender inviting authority.
iii) Once the financial bid evaluation is electronically processed in the e-Procurement
portal, EMD of the technically qualified bidders other that of the L1 and L2 bidders
will get refunded through an automated process to the respective bidders’ bank
accounts from which they made the payment transaction. Such refund will take
place within T+2 Bank Working Days where ‘T’ will mean the date on which
information of rejection of financial bid is uploaded to the e-procurement portal by
the tender inviting authority. However, the L2 bidder should not be rejected till the
LOI process is successful.
iv) If the L1 bidder accepts the LOI and the same gets processed electronically in the e-
Procurement portal, EMD of the L2 bidder will be refunded through an automated
process to its bank account from which the payment transaction was made. Such
refund will take place within T+2 Bank Working Days where ‘T’ will mean the date
on which information on Award of Contract (AOC) to the L1 bidder is uploaded to the
e-Procurement portal by the tender inviting authority.
v) As soon as the L1 bidder is awarded the contract (AOC) and the same is processed
electronically in the e- Procurement portal-
• EMD of the L1 bidder for tenders of the KMC will automatically get transferred from
the pooling account to their respective linked bank account along with the bank
particulars of the L1 bidder.
• In both the above cases, such transfer will take places within T+1 Bank Working
Days where ‘T’ will mean the date on which the Award of Contract (AOC) is issued.

vi) Once the EMD of the L1 bidder is transferred in the manner mentioned above,
deposited by the bidders will get transferred electronically from the pooling account
to the respective linked bank account of KMC.
vii) All refunds will be made mandatorily to the Bank account from which the payment of
EMD was initiated.

14

You might also like