Tender Detail

Buyer/Seller : Can be viewed by Subscribers
Ref. Number : 70160223 Tender Number : CEC-NGP-23-24-15 Tender Prod. No : CEC-NGP-23-24-15
Pre-Qualification : 1 1.0 Eligibility Criteria: 1.1 Technical criterion: 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. No No Allowed (Mandatory) Special Technical Criteria
1 Note: Similar work for the purpose of Technical Eligibility Criteria, under Item no. 1.1 above, shall mean "Any Civil Engineering work comprising of major bridge/Road Over Bridge/Fly Over with or without super structure." No No Allowed (Mandatory) Special Technical Criteria
1 Note for item-1.1: (i)Substantially completed work means an ongoing work in which payment equal to or more than 90% of the present contract value (excluding the payment made for adjustment of Price Variation (PVC), if any) has been made to the contractor in that ongoing contract and no proceedings of termination of contract on Contractor's default has been initiated. The credential certificate in this regard should have been issued not prior to 60 days of date of invitation of present tender. (ii)Work experience certificate from private individual shall not be considered. However, in addition to work experience certificates issued by any Government Organization, work experience certificate issued by Public Listed Company having average annual turnover of Rs.500 Crore and above in last three 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) Special Technical Criteria
1 Offers submitted by Joint Venture are permitted. Eligibility criteria for Joint Venture Firms: Technical, financial eligibility and Bid capacity of the JV shall be adjudged based on satisfactory fulfillment of the following criteria: Technical Eligibility Criteria: The technical eligibility for the work as per para 1.1 above, shall be satisfied by either the 'JV in its own name & style' or 'Lead member of the JV'. Each other (non-lead) member(s) of JV, who is/are not satisfying the technical eligibility for the work as per para 1.1 above, shall have technical capacity of minimum 10% of the cost of work i.e., each non-lead member of JV member must have satisfactorily completed or substantially completed during the last 07 (seven) years, ending last day of month previous to the one in which tender is invited, one similar single work for a minimum of 10% of cost of advertised value of the tender. Note:-(i) Value of a completed work done by a Member in an earlier JV shall be reckoned only to the extent of the concerned member's share in that JV for the purpose of satisfying his/her compliance to the above mentioned technical eligibility criteria in the tender under consideration. No No Allowed (Mandatory) Special Financial Criteria 12/04/2024 15:001 1.2 Financial Eligibility Criterion: 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 tenderer shall submit requisite information as per Annexure-IV, along with copies of Audited Balance Sheets duly certified by the Chartered Accountant/Certificate from Chartered Accountant duly supported by Audited Balance Sheet. Financial Eligibility Criteria (For Joint Venture Firm): The JV shall satisfy the requirement of "Financial Eligibility" mentioned at para-1.2 above. The "financial capacity" of the lead member of JV shall not be less than 51% of the financial eligibility criteria mentioned at para-1.2 above. The arithmetic sum of individual "financial capacity" of all the members shall be taken as JV's "financial capacity" to satisfy this requirement. Note:- Contractual payment received by a Member in an earlier JV shall be reckoned only to the extent of the concerned member's share in that JV for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in the tender under consideration. No No Allowed (Mandatory) Special Financial Criteria
1 1.3 Bid Capacity: For tenders having advertised value more than Rs.20 Crore wherein eligibility criteria includes bid capacity also, the tenderer will be qualified only if its available bid capacity is equal to or more than the total value of the present tender. The available bid capacity shall be calculated as under:- Available Bid Capacity = [A x N x 2] (-)0.33 x N x B Where- A = Maximum value of construction works executed and payment received in any one of the previous three financial years or the current financial year (up to date of inviting tender), taking into account the completed as well as works in progress. N = Number of years prescribed for completion of work for which bids has been invited. B = Existing commitments and balance amount of ongoing works with tenderer as per the prescribed proforma of Railway for statement of all works in progress and also the works which are awarded to tenderer but yet not started upto the date of inviting of tender. NOTE: -(a)The Tenderer (s) shall furnish the details of - (i)Maximum value of construction works executed and payment received in any one of the previous three financial years or the current financial year (up to date of inviting tender) for calculating A and. (ii)Existing commitments and balance amount of ongoing works with tenderer as per the prescribed proforma of Railway for statement of all works in progress and also the works which are awarded to tenderer but yet not started up to the date of inviting of tender for calculating B. In case of no works in hand, a 'NIL' statement should be furnished. The submitted details for (i) and (ii) above should be duly verified by Chartered Accountant. No No Allowed (Mandatory) Special Financial Criteria
Page 5 of 8 Run Date/Time: 07/03/2024 20:05:56 CAO-C-HQ-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: CEC-NGP-23-24-15 Closing Date/Time: 12/04/2024 15:001 1.3 Bid Capacity for Joint Venture Firm:- The JV shall satisfy the requirement of "Bid Capacity" requirement mentioned at para-1.3 of NIT. The arithmetic sum of individual "Bid capacity" of all the members shall be taken as JV's "Bid capacity" to satisfy this requirement. (b) In case if a bidder is JV, the tenderer (s) must furnish the details of (i) Maximum value of construction works executed and payment received in any one of the previous three financial years or the current financial year (up to date of inviting tender) by each member of JV for calculating 'A', and (ii) Existing commitment and balance amount of ongoing work with each member of JV either in individual capacity or as a member of other JV as per the prescribed proforma of Railway for statement of all works in progress and also the works which are awarded to each member of JV either in individual capacity or as a member of other JV but yet not started up to the date of inviting of tender for calculating 'B'. In case of no works in hand a 'NIL' statement should be furnished. The submitted details for (i) and (ii) above should be duly verified by Chartered Accountant. (C )Value of a completed work/work in progress/work awarded but yet not started for Member in an earlier JV shall be reckoned only to the extent of the concerned member's share in that JV for the purpose of satisfying his / her compliance to the above mentioned bid capacity in the tender under consideration. (d) The arithmetic sum of individual "bid capacity" of all the members shall be taken as JV's "bid capacity". ( e) In case, the tenderer/s failed to submit the above statement along with offer, their/ his offer shall be considered as incomplete and will be Rejected Summarily. (f )The available bid capacity of tenderer shall be assessed based on the details submitted by the tenderer. In case, the available bid capacity is lesser than estimated cost of work put to tender, his offer shall not be considered even if he has been found eligible in other eligibility criteria /tender requirement. NOTE:- Date of inviting tender shall be the date of publishing tender notice on IREPS website. No No Allowed (Mandatory) Special Financial Criteria
1 1.4 Credentials if submitted in foreign currency shall be converted into Indian currency i.e., Indian Rupee as under: The conversion rate of US Dollars into Rupees shall be the daily representative exchange rates published by the Reserve Bank of India or entity authorized by RBI to do so for the relevant date or immediately previous date for which rates have been published. Where, relevant date shall be as on the last day of month previous to the one in which tender is invited. In case of any other currency, the same shall first be converted to US Dollars as on the last day of month previous to the one in which tender is invited, and the amount so derived in US Dollars shall be converted into Rupees at the aforesaid rate. The conversion rate of such currencies shall be the daily representative exchange rates published by the International Monetary Fund for the relevant date or immediately previous date for which rates have been published. 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 8 Run Date/Time: 07/03/2024 20:05:56 CAO-C-HQ-ENGINEERING/SOUTH EAST CENTRAL RLY TENDER DOCUMENT Tender No: CEC-NGP-23-24-15 Closing Date/Time: 12/04/2024 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 : Execution of Foundation and substructure work of Bridge No.74 on Khobragadi River (12 X 45.70 m OWG)& Bridge No.130 on Kathani River (5 X 45.70 m OWG) of Wadsa - Gadchiroli New BG line (52.68 KM) Project of Division of SEC Railway.

Key Values

EMD : INR 3,181,400
Tender Estimated Cost : INR 606,280,453
Closing Date : 12/04/2024
Location : Maharashtra - 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.