Tender Detail

Buyer/Seller : Can be viewed by Subscribers
Ref. Number : 70955486 Tender Number : U-SG-01-2024-25-1 Tender Prod. No : U-SG-01-2024-25-1
Pre-Qualification : 1 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 Annexure-VIB, 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 (a)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 One similar work costing not less than the amount equal to 60% of advertised value of the tender No No Allowed (Mandatory) 1.1 Defination of Similar Work :- For the purpose of this work, Single Similar work shall be taken as "Any signal interlocking works involving EI or RRI or PI or IBS or IBH or LC gate or yard modification or UFSBI or Track circuit (AFTC or DC TC) or Axle Counter (SSDAC or MSDAC or HA-SSDAC) or Automatic signalling." No No Not Allowed Special Technical Criteria
23/04/2024 11:001 a.Submission of Undertaking by the tenderer that the equipments shall be procured from RDSO approved sources and installation, testing and commissioning of equipment shall also be got done from the same source including after sales support required during warranty period. b.After award of the contract, MoU with RDSO approved source covering supply, installation, testing and commissioning of equipments by same RDSO approved source including after sales support required during the warranty period, before supply of equipments is undertaken. c.In the MoU, original equipment manufacturer shall; i)Offer technical support for supply, installation and commissioning of the equipment. ii)Undertake certification of factory acceptance test. iii)Undertake verification and certification of pre-commissioning check list as per RDSO guidelines. iv)Sign on the application for test system approval by RDSO wherever applicable to ensure that, the installation is as per the RDSO stipulations. v)Impart training to Railway officials at their factory premises and at site. vi)Offer warranty for equipment as per the condition laid in the tender document and RDSO specification for a period of one year from the date of commissioning. vii)Guarantee to supply spares for minimum period of 7 years after the expiry of the warranty period. viii)Support Railways for entering into AMC / ARC if any on later date after the expiry of warranty period. The appropriate level of satisfactory performance certificate shall be obtained from Indian Railways / Govt. / PSUs / Quasi Govt. is from JA Grade officer in Indian Railways or equivalent. No No Allowed (Mandatory) Standard Financial Criteria
1 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 Annexure-VIB, 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) Standard Technical Criteria
1 (a)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 One similar work costing not less than the amount equal to 60% of advertised value of the tender No No Allowed (Mandatory) 1.1 Defination of Similar Work :- For the purpose of this work, Single Similar work shall be taken as "Any signal interlocking works involving EI or RRI or PI or IBS or IBH or LC gate or yard modification or UFSBI or Track circuit (AFTC or DC TC) or Axle Counter (SSDAC or MSDAC or HA-SSDAC) or Automatic signalling." No No Not Allowed 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. Page 8 of 10 Run Date/Time: 01/04/2024 19:01:59 MADURAI DIVISION-S AND T/SOUTHERN RLY TENDER DOCUMENT Tender No: U-SG-01-2024-25-1 Closing Date/Time: 23/04/2024 11:007 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 : Provision of Dual Detection using MSDAC with existing track circuit at station

Key Values

EMD : INR 413,800
Tender Estimated Cost : INR 52,754,111
Closing Date : 23/04/2024
Location : Tamil Nadu - 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.