Tender Detail

Buyer/Seller : Can be viewed by Subscribers
Ref. Number : 70079661 Tender Number : DyCEBrline2024-06 Tender Prod. No : DyCEBrline2024-06
Pre-Qualification : 1 Any Bridge work with RCC/PSC under running line No No Allowed (Mandatory) Standard Financial Criteria
28/03/2024 15:001 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 clause no. 10.2 & 11 (ii) & Annexure-VIB of IRGCC 2022 and Annexure I of the Bid Document along with copies of Audited Balance Sheets duly certified by the Chartered Accountant/Certificate from chartered accountant duly supported by audited balance sheet. [Mandatory for all firms]. No No Allowed (Mandatory) Standard Technical Criteria
1 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. Note for Item: 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. The tenderer shall submit the Completion certificate as per proforma given in Annexure D and list of the works of similar nature completed/substantially completed during last 7 years as per Annexure C of Tender Document. [Clause no. 10.1 (a) Of IRGCC 2022] [Mandatory for all firms] 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. Page 6 of 10 Run Date/Time: 05/03/2024 17:37:42 FU-BRIDGE LINE-ENGINEERING/NORTH WESTERN RLY TENDER DOCUMENT Tender No: DyCEBrline2024-06 Closing Date/Time: 28/03/2024 15:0010 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 : Replacement of steel girder by PSC slab bridges of span of 12.20 m at bridge no. 156, 164 & 125 on SMR-BLDI section, Span of 9.15m span at bridge no. 39 on MTD-JU section, Span of 12.20 at bridge no. 170 & 179 on RKB-JSM section ,Span of 12.20m at Bride No. 42, 43 & 47 of FL-DNA Section and Span of 12.20m at Br. No.35 of MTD-JU Section of JU division.

Key Values

EMD : INR 407,900
Tender Estimated Cost : INR 51,580,315
Closing Date : 28/03/2024
Location : Multi State - 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.