Tender Detail

Buyer/Seller : Can be viewed by Subscribers
Ref. Number : 70732768 Tender Number : ELProjDNRETEN02-23-24 Tender Prod. No : ELProjDNRETEN02-23-24
Pre-Qualification : 1 Financial Eligibility Criteria Criteria (Para-10.2 (Pt-I) of GCC April 2022):The tenderer must have minimum average annual contractual turnover of V/N or 'V' whichever is less; where V= Advertised value of the tender in crores of Rupees N= Number of years prescribed for completion of work for which bids have been invited. The average annual contractual turnover shall be calculated as an average of "total contractual payments" in the previous three financial years, as per the audited balance sheet. However, in case balance sheet of the previous year is yet to be prepared/ audited, the audited balance sheet of the fourth previous year shall be considered for calculating average annual contractual turnover. The tenderers shall submit requisite information as per Sheet-5 Form-12A, along with copies of Audited Balance Sheets duly certified by the Chartered Accountant/ Certificate from Chartered Accountant duly supported by Audited Balance Sheet. No No Allowed (Mandatory) Special Technical Criteria
1 Technical Eligibility Criteria: The tenderer must have successfully completed or substantially completed any one of the following categories of work(s) during last 07 (seven) years, ending last day of month previous to the one in which tender is invited: (i)Three similar works each costing not less than the amount equal to 30% of advertised value of the tender, or (ii)Two similar works each costing not less than the amount equal to 40% of advertised value of the tender, or (iii)One similar work costing not less than the amount equal to 60% of advertised value of the tender. Detail shall be furnished Form-12A sheet-i No No Allowed (Mandatory) Special Technical Criteria
1 Tender not accompanied by documentary evidence in support of eligibility criteria for similar nature of work will be summarily rejected. (For complete details of the technical eligibility criteria for similar nature of the work, please refer clause 12.0 of Preamble, of the tender document). No No Allowed (Mandatory) Special Technical Criteria
1 Work experience certificate from private individual shall not be considered. However, in addition to work experience certificates issued by any Govt. Organisation, work experience certificate issued by Public listed company having average annual turnover of Rs 500 crore and above in last 3 financial years excluding the current financial year, listed on National Stock Exchange or Bombay Stock Exchange, incorporated/registered at least 5 years prior to the date of closing of tender, shall also be considered provided the work experience certificate has been issued by a person authorized by the Public listed company to issue such certificates. In case tenderer submits work experience certificate issued by public listed company, the tenderer shall also submit along with work experience certificate, the relevant copy of work order, bill of quantities, bill wise details of payment received duly certified by Chartered Accountant, TDS certificates for all payments received and copy of final/last bill paid by company in support of above work experience certificate. No No Allowed (Mandatory) 09/05/2024 15:00Special Technical Criteria
1 Bid Capacity: The Bid Capacity criteria shall be applicable for tenders costing more than Rs.20 Crore. The tender/technical bid will be evaluated based on bid capacity formula detailed as Annexure-III of Part-I, Chapter-I.Bid Capacity (for JV):The JV shall satisfy the requirement of "Bid Capacity" requirement mentioned at para 12.3 above. The arithmetic sum of individual "Bid capacity" of all the members shall be taken as JV's "Bid capacity" to satisfy this requirement. The Tenderers shall submit requisite information as per Form-12D No No Allowed (Mandatory) Special Technical Criteria
1 Regarding technical and financial eligibility criteria, scanned copies of supportive documents/certificates from competent officials are to be submitted along with their offer. No No Allowed (Mandatory) Special Technical Criteria
1 Scanned copies of documents in support of formation/registration of the company/firm/legal authorization of the person to deal with the tender/notarized/registered copies of the documents wherever required as per tender conditions are to be submitted along with offer. No No Allowed (Mandatory) Special Technical Criteria
1 If a bidder has successfully completed a work as subcontractor and the work experience certificate has been issued for such work to the subcontractor by a Govt. Organization or public listed company as defined in Note for Item 10.1 Para 10 of the Tender Form (Second Sheet of GCC 2022), the same shall be considered for the purpose of fulfillment of credentials. No No Allowed (Mandatory) Special Technical Criteria
1 Similar nature of work means: Any work which includes work of "Design Supply Erection Testing and Commissioning of 25 kV/2x25 kV 50 Hz AC Single phase Overhead Railway Electrification works including foundations, structure erection and ancillary equipments of not less than 30% of the total TKM of the OHE component of the tendered work" No No Allowed (Mandatory) Special Technical Criteria
Page 7 of 11 Run Date/Time: 22/03/2024 22:13:24 GELF-ELECTRICAL/EAST CENTRAL RLY TENDER DOCUMENT Tender No: ELProjDNRETEN02-23-24 Closing Date/Time: 09/05/2024 15:001 Inspection of Materials ( Supply) As per Railway Board Letter No:2000/RS(G)/379/2 dtd.06.09.2017, Railway Board has decided to enhance the minimum value limit of the purchase order to be pre-inspected by third party i.e. M/s RITES/RDSO from Rs.1.5Lakh to Rs.0Lakhs. All other aspects of inspection will remain unchanged. (a)All equipments, materials, fittings and components are required to be procured from RDSO/CORE's approved supplier's and will be subject to inspection by the RDSO/RITES or by authorised representative of Sr. DEE/TRD/ East Central Railway/Dhanbad at the manufacturer's factory before dispatch and no material shall be dispatched from the manufacturer's factory until these are inspected and/or approved. The material may also be inspected by the purchaser/his representatives again at the Contractor's depot. Purchaser/his representative shall have the right to be present during all stages of manufacture, and shall be afforded free of charge, all reasonable facilities for inspection and testing so as to satisfy himself that the materials are in accordance with the specifications, approved drawings and designs. (b)All erection work will be subject to inspection by the Purchaser or his representative to ensure that the work is done in accordance with the specification and approved drawings. (c)All the expenses of the purchaser's representative shall be borne by the purchaser whether the inspected materials are finally utilized in work or not. The decision of the Sr. DEE/TRD/ East Central Railway/Dhanbad or his successor shall be final in respect of acceptability or otherwise of any materials, fittings components or equipment required for the work. ERECTION All erection work will also be subjected to the Quality Assurance Programme including inspection by the Purchaser or his representative to ensure that the work is done in accordance with the specifications and approved drawings and designs and Purchaser's prescribed Quality Assurance Standards. No No Allowed (Mandatory) Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:
S.No. Description 1 I/we the tenderer (s) am/are signing this document after carefully reading the contents. 2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof. 3 I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment of the contract, the master copy available with the railway Administration shall be final and binding upon me/us. 4 I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. 5 I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and same shall be binding upon me/us. 6 I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully responsible for the correctness of the information and documents, submitted by us. 7 I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt. of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the partnership firm/LLP/JV/Society/Trust. 8 I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our offer shall be summarily rejected. 9 I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and Performance guarantee and may also lead to any other action provided in the contract including banning of business for a period of upto two year. 10 I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of valid registration by the competent authority is enclosed) Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.
S.No. Description 1 Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to summary rejection of your offer. ( Click here to download the Format of Self Certification)
Requirement : Design, Supply, Erection, Testing and Commissioning of 2x25KV feeder line along the track with 25KV OHE modification works to meet 3000 MT loading target for UP & DN line of Gomoh- Patratu Section of Dhanbad Division under E.C.Railway (Total 127/254 RKM/TKM).

Key Values

EMD : INR 4,002,200
Tender Estimated Cost : INR 770,441,834
Closing Date : 9/05/2024
Location : Jharkhand - India

Value Added Services

  • Get consortium partner
  • Get Winning Estimate
  • Track Tender Result
  • Get Subcontractors
  • Find Liaison Agency
  • Ask Expert

Disclaimer : Tender Tiger takes all possible care to ensure accurate & authentic tender information however it cannot be held responsible for Omissions, Errors, etc. Users are advised to refer to Tender Document published by Procuring entity before they take submit their actual bid.