Tender Detail

Buyer/Seller : East Central Railway
Ref. Number : 71187784 Tender Number : SnT-SEE-GS-E-OT-24-25-02 Tender Prod. No : SnT-SEE-GS-E-OT-24-25-02
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. Client certificate from other than Govt Organization should be duly supported by Form 16A/26AS generated through TRACES of Income Tax Department of India No No Allowed (Mandatory) Special Technical Criteria
1 (a) The tenderer must have successfully 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 each costing not less than the amount equal to 60% of advertised value of the tender. No No Allowed (Mandatory) 02/05/2024 12:001.1 (b) (i) In case of composite works (e.g. works involving more than one distinct component, such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges - substructure, superstructure etc.), tenderer must have successfully 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 each component of tender,or Two similar works each costing not less than the amount equal to 40% of advertised value of each component of tender,or One similar work each costing not less than the amount equal to 60% of advertised value of each component of tender. Note b(i): Separate completed works of minimum required values for each component shall also be considered for fulfillment of technical eligibility criteria. No No Allowed (Optional) 1.2 (b)(ii) In such cases, what constitutes a component in a composite work shall be clearly pre-defined with estimated tender cost of it, as part of the tender documents without any ambiguity. No No Allowed (Optional) 1.3 (b) (iii) To evaluate the technical eligibility of tenderer, only components of work as stipulated in tenderdocuments for evaluation of technical eligibility, shall be considered. The scope of work covered in otherremaining components shall be either executed by tenderer himself if he has work experience asmentioned in clause 7 (a) (ii) of Part-II of GCC or through subcontractor fulfilling the requirements as perclause 7 of Part-II of GCC or jointly i.e., partly himself and remaining through subcontractor, with priorapproval of Chief Engineer in writing. However, if required in tender documents by way of Special Conditions, a formal agreement duly notarised, legally enforceable in the court of law, shall be executed by the main contractor with the subcontractor for the component(s) of work proposed to be executed by the subcontractor(s), and shall be submitted along with the offer for considering subletting of that scope of work towards fulfilment of technical eligibility. In case after award of contract or during execution of work it becomes necessary for contractor to change subcontractor, the same shall be done with subcontractor(s) fulfilling the requirements as per clause 7 of Part-II of GCC, with prior approval of Chief Engineer in writing. No No Allowed (Optional) Special Technical Criteria
1 Definition Similar Nature of Work: Panel Interlocking/Route Relay Interlocking/Electronic Interlocking/IBH/ Automatic Signaling. OR Any [Indoor or (Indoor + Outdoor)] signaling work involving Alteration/ Modification in Panel Interlocking/Route Relay Interlocking/Electronic Interlocking/IBH/Automatic Signaling. 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 11 of 14 Run Date/Time: 11/04/2024 15:19:42 SONPUR DIVISION-S AND T/EAST CENTRAL RLY TENDER DOCUMENT Tender No: SnT-SEE-GS-E-OT-24-25-02 Closing Date/Time: 02/05/2024 12:0010 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 : Provision of IBH Between SAI-BNR section, Supply of Hand cuff lock with key, Supply & Erection of Goods Warning Board, Relay, AC Immune, plug -in type, Style 'QNNA1', DC Neutral line, 24V, 2*6F/2B contacts front and back contacts metal to carbon with plug board, retaining clip & connectors conforming to BRS 960.

Key Values

EMD : INR 262,200
Tender Estimated Cost : INR 22,432,560
Closing Date : 2/05/2024
Location : Sonpur - Orissa (Odisha) - India

Value Added Services

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

Tender Documents

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.