Tender Detail

Buyer/Seller : Can be viewed by Subscribers
Ref. Number : 70094496 Tender Number : 06MYS24of06-03-24itemno1 Tender Prod. No : 06MYS24of06-03-24itemno1
Pre-Qualification : 1 No Technical and Financial credentials are required for tenders having value up to Rs 50 lakh No No Allowed (Mandatory) 1.1 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) 1.2 (a) Attested Certificates(s) issued by Executive or Nominated Authority of the government Departments or Semi-Government/Public Sector Undertakings for the value of the work done for them during the qualifying period including current financial year certifying the bill amounts paid Agreement-wise and Date-wise or attested photo copy of such certificate. Such certificates will be accepted only from Govt. / Govt. bodies / PSUs authorities. Certificates issued by Private Bodies will not be considered. No No Allowed (Mandatory) 1.3 NOTE: (i) Financial Year shall normally, be reckoned as 1st April to 31st March of the Next Year. However, for Turnover Criteria, the Financial Year as applicable to the Company /Tenderer is to be considered, if it defers from the above. (ii) Current Financial year is reckoned as the incomplete Financial year in which the date of tender submission falls. (iii) Chartered Accountant statements duly indicating yearly receipts will not be considered until and unless backed by Audited Balance Sheets or Provisional Balance sheet. (iv) (v) If the tender is not accompanied by the certificate(s) in support of financial eligibility as above, the tender shall be rejected. No post-tender correspondence will be entertained. No No Not Allowed 1.4 If JV firms are allowed to participate; Financial eligibility of the JV Firm shall be adjudged based on satisfactory fulfillment of the Para No.17.12 of J.V guide lines of IRSGCC April - 2022 [with up to date correction slip]. No No Not Allowed Standard Technical Criteria 1 (a) The tenderer must have successfully completed or substantially completed any of the following during last 07 (seven) years, ending last day of month previous to the one in which tender is invited: Three similar works each costing not less than the amount equal to 30% of advertised value of the tender, or 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) 29/03/2024 11:001.1 Tenderer shall carefully read clause No. 10 including clause no. 10.1 to 10.5 of IRGCC April 2022. No No Not Allowed 1.2 The total value of similar nature of work completed during the qualifying period and not the payments received within qualifying period alone, shall be considered. In case, final Bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including statutory deductions will be considered. If final measurements have been recorded and work has been completed with negative variation, then also the paid amount including statutory deductions will be considered. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility. No No Not Allowed 1.3 In case JV firms are allowed to participate, Technical Eligibility of the JV Firm shall be adjudged based on satisfactory fulfillment of the Para No.17.11 of J.V. guide lines of IRSGCC April-2022 [read with up to date correction slip]. No No Not Allowed 1.4 The value of work completed will not include the cost of any materials issued free of cost by the Railway/ Department concerned. Price Variation amount, if any; if indicated / incorporated in the experience certificate will also be considered towards eligibility. No No Not Allowed 1.5 Work experience certificate from private individual shall not be considered. However, in addition to work experience certificates issued by any Govt. Organization, 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. No No Not Allowed 1.1 The work experience certificate shall be in the name and style of the tenderer participating or as per provisions under Clause 17.15 of GCC April-2022 for JV Firm, if eligible to participate. No No Not Allowed 1.2 The work experience certificate shall be issued by an officer not below the rank of JA Grade or Bill passing Officer in Railways and Bill passing Officer/Executive In-charge of work in other Govt. / Govt. bodies / PSUs. The certificate should bear the signature and seal of the issuing officer, name of the department etc. 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 Not Allowed 1.6 Defination of Similar Work :- Any bridge work involving RCC/PSC component 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. 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 21 of 30 Run Date/Time: 06/03/2024 11:36:42 MYSORE DIVISION-ENGINEERING/SOUTH WESTERN RLY TENDER DOCUMENT Tender No: 06MYS24of06-03-24itemno1 Closing Date/Time: 29/03/2024 11:0010 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 : Has-maq Section Between Bllt & Sklr Stations. Bridge No. 84 (existing 1 X 4.57m Rcc Slab) at Km 27/900-28/000 Proposed Replacement of Exg Rcc Slab with Psc Slab to 25t Axle Loading -2008 Sw-ii Has - Majn Section Replacement of Existing Shallow Type Girder in Bridge No.473 (1 X 7.310m) at Km.129/000-100 with Rcc Box of Size 1 X 7.50m X 4.65m Between Knyr - Nrj Stations. (rolling/launching Method) Sw-iii- Has-majn Section Has-majn Section Rehabilitation of Minor Bridges No.134, 136, 139, 162, 163, 196, 226, 235, 236, 242, 301, 302, 314 & 343 By Ventway Extension, Easing of Side Slope and Protective Works in Aden/sklr Sub Division

Key Values

EMD : INR 509,000
Tender Estimated Cost : INR 71,801,133
Closing Date : 29/03/2024
Location : Karnataka - 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.