0% found this document useful (0 votes)
14 views11 pages

18ubl24 25dt110724item 03

The Hubli Division of South Western Railway is inviting e-tenders for the provision of chequered plates pathway and fittings for specific girder bridges, with a closing date of 09/08/2024. The total advertised value of the tender is approximately ₹17,186,435.51, and bidders must meet specific financial and technical eligibility criteria to participate. Manual offers are not permitted, and the bidding process will follow a single packet system.

Uploaded by

tirthhtmppl
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
14 views11 pages

18ubl24 25dt110724item 03

The Hubli Division of South Western Railway is inviting e-tenders for the provision of chequered plates pathway and fittings for specific girder bridges, with a closing date of 09/08/2024. The total advertised value of the tender is approximately ₹17,186,435.51, and bidders must meet specific financial and technical eligibility criteria to participate. Manual offers are not permitted, and the bidding process will follow a single packet system.

Uploaded by

tirthhtmppl
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 11

HUBLI DIVISION-ENGG/SOUTH WESTERN RLY

TENDER DOCUMENT
Tender No: 18UBL24-25DT110724ITEM-03 Closing Date/Time: 09/08/2024 11:00

DRM-ENGG acting for and on behalf of The President of India invites E-Tenders against Tender No 18UBL24-25DT110724ITEM-03
Closing Date/Time 09/08/2024 11:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only.
Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

Hubballi Division: Gadag-Hotgi (GDG-HG) section-Providing Chequered plates pathway and


Name of Work
Fittings for Girder Bridge No. 63.63D,62 E,36,33 in ADEN/BJP section.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 09/08/2024 11:00 Date Time Of Uploading Tender 16/07/2024 19:06
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 17186435.51 Tendering Section SR.DEN/C/U
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 235900.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 0.00 Period of Completion 8 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 26/07/2024 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A-Sch-A 8308399.51
Below/Par
Please see Item Breakup for details. 8308399.51 AT Par 8308399.51
1
Description:- Sch-A

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule B-Sch-B 8878036.00
Below/Par
Please see Item Breakup for details. 8878036.00 AT Par 8878036.00
1
Description:- Sch-B

3. ITEM BREAKUP

Schedule Schedule A-Sch-A


Item- 1 Sch-A
S No. Item Description of Item Unit Qty Rate Amount
No
1 195030 Supply of 25mm thick new rubber pads of RDSO drawing no Each 4760.00 256.70 1221892.00
B/1636/I/R2 from approved sources of RDSO and
replacement with old crushed rubber pads of 10mm
thickness and fixing by approved adhesive on steel channel
sleepers on bridges complete, as directed by Engineer In-
charge.
2 201060 Manufacture, supply & fixing of galvanised steel fittings of Set 2380.00 2564.60 6103748.00
insulated galvanised steel channel sleeper for 60 Kg running
rails & 52 Kg Guard Rail as per RDSO drawing no. RDSO/T-
5155 to 5164 with up-to-date correction slips and
specifications from RDSO approved sources with all
contractor's lead, lift, labour, tools, plant, transportation etc.
complete and instructions of Engineer in-charge.

Pa g e 1 o f 11 Ru n Da te/Time: 0 8 /0 8 /2 0 2 4 18 :38 :0 1
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 18UBL24-25DT110724ITEM-03 Closing Date/Time: 09/08/2024 11:00

3 211170 Galvanisation of Railway's Chequered Plates, Channels, MT 42.20 23288.14 982759.51


Plates, Angles, and I-Section by hot dip process with Zinc
Coating and mass of Zinc coating shall not be less than 705
g/sqm and galvanisation thickness shall not be less than 100
microns including necessary surface preparation as per
Clause-4 of IS:2629-1985. Galvanisation shall be done as
per IS:2629-1985 and IS:4759-1996 with Zinc conforming to
IS:209-1992, duly taking all the measures for safeguarding
against embrittlement of hot-dip galvanised iron and steel
products as per IS:6158-1984 with all contractor's labour,
material, tools, plant, all lead, lift and crossing of tracks etc.
complete and as directed by the Engineer in-charge.
Total 8308399.51
Schedule Schedule B-Sch-B
Item- 1 Sch-B
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Supply & Fixing Anti skid stainless steel chequered plate Kg 42200.00 210.38 8878036.00
conforming to latest IS:6911, ISS symbol 409 M and
minimum thickness of 6mm (excluding bead height) with flat
bottom and top pattern conforming to IS 3502,1A with bead
height of minimum 0.8mm between guard rails on un-
ballasted deck bridge for gang pathway, overlapping at
regular intervals of 2m to 2.5m with bolts duly drilling holes in
chequered plate, as directed including removal of existing
chequered plates on Bridges and stacking near approaches
of bridge clear from all infringement.. Note: 1) Overlapping of
chequered plates shall not fall in between sleepers.. 2)
Payment shall be made only as per weight of new
Chequered Plate fixed.
Total 8878036.00

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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 payment" in the previous three financial years, as per the audited balance
Allowed
1 sheet. However, in case balance sheet of the Previous year is yet to be prepared/ No No
(Mandatory)
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.
(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 Allowed
1.1 No No
certifying the bill amounts paid Agreement-wise and Date-wise or attested photo copy of (Mandatory)
such certificate. Such certificates will be accepted only from Govt. / Govt. bodies /
PSUs authorities. Certificates issued by Private Bodies will not be considered.
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
1.2 falls. (iii) Chartered Accountant statements duly indicating yearly receipts will not be No No Not Allowed
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.

Pa g e 2 o f 11 Ru n Da te/Time: 0 8 /0 8 /2 0 2 4 18 :38 :0 1
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 18UBL24-25DT110724ITEM-03 Closing Date/Time: 09/08/2024 11:00

If JV firms are allowed to participate; Financial eligibility of the JV Firm shall be adjudged
1.3 based on satisfactory fulfillment of the Para No.17.15.2 of J.V guide lines of IRSGCC No No Not Allowed
April - 2022 [with up to date correction slip].

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(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 Allowed
1 No No
equal to 30% of advertised value of the tender, or Two similar works each costing not (Mandatory)
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.
Tenderer shall carefully read clause No. 10 including clause no. 10.1 to 10.5 of IRGCC Allowed
1.1 No No
April 2022. (Mandatory)
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
1.2 measurements have been recorded and work has been completed with negative No No Not Allowed
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.
In case JV firms are allowed to participate, Technical Eligibility of the JV Firm shall be
1.3 adjudged based on satisfactory fulfillment of the Para No.17.15.1 of J.V. guide lines of No No Not Allowed
IRSGCC April-2022 [read with up to date correction slip].
The value of work completed will not include the cost of any materials issued free of
1.4 cost by the Railway/ Department concerned. Price Variation amount, if any; if indicated / No No Not Allowed
incorporated in the experience certificate will also be considered towards eligibility.
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,
1.5 No No Not Allowed
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.
The work experience certificate shall be in the name and style of the tenderer
1.5.1 participating or as per provisions under Clause 17.15 of GCC April-2022 for JV Firm, if No No Not Allowed
eligible to participate. [with up to date correction slip].
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
1.5.2 experience certificate issued by public listed company, the tenderer shall also submit No No Not Allowed
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.
Defination of Similar Work :- Any work involving Fabrication and insertion of steel
1.6 channels/steel H beam sleepers Or Any work involving fabrication & Erection of steel No No Not Allowed
girders.

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.
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
3
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.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.

Pa g e 3 o f 11 Ru n Da te/Time: 0 8 /0 8 /2 0 2 4 18 :38 :0 1
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 18UBL24-25DT110724ITEM-03 Closing Date/Time: 09/08/2024 11:00

I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 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.
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
8
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.
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
9
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.
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
10
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
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
1 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)

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
1 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.
(i) The tenderer shall clearly specify whether the tender is submitted on his
own (Proprietary Firm) or on behalf of a Partnership Firm / Company / Joint
Venture (JV) / Registered Society / Registered Trust / Hindu Undivided Family
(HUF) / Limited Liability Partnership (LLP) etc. The tenderer(s) shall enclose
2 the attested copies of the constitution of their concern, and copy of PAN Card No No Not Allowed
along with their tender. Tender Documents in such cases are to be signed by
such persons as may be legally competent to sign them on behalf of the firm,
company, association, trust or society, as the case may be. (ii) documents
shall be submitted according to clause 14 of IRGCC 2022:

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The General Conditions of Contract governing the performance of the works
covered by this tender are the Indian Railway Standard General Conditions of
Contract [IRSGCC] as amended from time to time up to date. A soft copy of
the Indian Railway Standard General conditions of Contract is uploaded in the
attached documents to the tender for reference. Hard copy of IRSGCC (with
up-to-date correction slip) may be perused in the office of the Principal Chief
1 No No Not Allowed
Engineer Officer/ South Western Railway / Hubballi - 580020. The tenderer/s
is/are deemed to have kept himself/themselves fully Informed of the provisions
of the IRS General conditions of Contract including all corrections and
Amendments issued up to date while submission of offer and any claim that
he/they is/are not aware of any amendment or correction slip to the IRSGCC
shall not be entertained.

Pa g e 4 o f 11 Ru n Da te/Time: 0 8 /0 8 /2 0 2 4 18 :38 :0 1
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 18UBL24-25DT110724ITEM-03 Closing Date/Time: 09/08/2024 11:00

STUDY OF DRAWINGS AND LOCAL CONDITIONS: The drawings for the


works can be seen in the office of the General Manager/Divisional Railway
Manager. It should be noted that these drawings are meant for general
guidance only and Railway may suitably modify them during the execution of
work according to the circumstances without making the Railways liable for
any claims on account of such changes. If there is any variation between the
description in the tender and the detailed plans, the Engineer-in-Charge will
operate the correct description and his decision is final and binding on the
2 tenderer/ Contractor. The Tenderer/Contractor is required to inspect the sites No No Not Allowed
of works and acquaint himself with the site conditions, availability of
approaches for transporting of men and materials, space and other factors
relating to the works, availability of labour, electricity and water, etc., before
quoting his rates. The extent of lead and lift involved in the execution of works
and any difficulties involved in the execution of work should also be examined
before formulating the rates for complete items of works described in the
schedule. The Tender submitted will be deemed to have been made after
such inspection.
DRAWINGS FOR WORKS: The percentage rates for the schedule items and
itemized rates for the non-scheduled items quoted by the tenderer as may be
accepted by the railways will, hold good irrespective of any changes,
modifications, alterations, additions, omissions in the locations of structures
and detailed drawings, specifications and/or the manner of executing the work.
It should be specifically noted that some of the detailed drawings may not have
been finalized by the Railway and will, therefore, be supplied to the contractor
3 as and when they are finalized on demand. No compensation whatsoever on No No Not Allowed
this account shall be payable by the Railway Administration. No claim
whatsoever will be entertained by the Railway on account of any delay or hold
up of the works arising out of delay in approval of drawings, changes,
modifications, alterations, additions, omission and the site layout plans or
detailed drawings and design and/or late supply of such material as are
required to be arranged by the Railway or due to any other factor on Railway
Accounts.
Manual tenders, supporting documents etc., sent by Post/FAX/Courier or in
4 No No Not Allowed
Person SHALL NOT BE ACCEPTED.
All requisite documents are to be properly submitted online only and the
4.1 bidders should ensure that the content of the documents uploaded is distinctly No No Not Allowed
legible /readable.
CORRIGENDUM NOTICE ON IREPS: Railway may modify the tender
document by issuing online corrigendum through "www.ireps.gov.in" 15 days
prior to the tender closing date. For the purpose of CORRIGENDUM in the
5 tender, NIT period is splitted as under: (a) ADVERTISEMENT PERIOD: The No No Not Allowed
time during which all information pertaining to tender shall be available but
offers cannot be submitted (b) OFFER SUBMISSION PERIOD: 15 days prior to
closing of tender, during which tenderers can submit their offer.
No Technical and Financial credentials are required for tenders having value
up to Rs 50 lakh. For tenders valuing more than Rs. 50.00 lakh: The offer of
Tenderer(s) who do not enclose Experience Certificate & Turnover Certificate
6 No No Not Allowed
with requisite details, and supporting documents along with their Tender to
establish their credentials shall be summarily rejected, even though they are
working contractors or contractors on approved list.
The offer shall be evaluated only from the certificates/documents submitted
6.1 No No Not Allowed
along with the tender offer.
Any Certificate /Documents offered / submitted /received after the tender
6.2 No No Not Allowed
opening shall not be given any credit and shall not be considered.
Attestation of documents may be self attested or attested by a Gazetted
6.3 No No Not Allowed
Officer.
Railwayreservestherighttoverifythe authenticityofthe documents/information
6.4 No No Not Allowed
furnished.

Pa g e 5 o f 11 Ru n Da te/Time: 0 8 /0 8 /2 0 2 4 18 :38 :0 1
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 18UBL24-25DT110724ITEM-03 Closing Date/Time: 09/08/2024 11:00

IRSGCC para 6.0 of part-I (a)(ii) Tenderers will examine the various provisions
of The Central Goods and ServicesTax Act, 2017(CGST)/ Integrated Goods
and Services Tax Act, 2017(IGST)/ Union Territory Goods and Services Tax
Act, 2017(UTGST)/ respective state's State Goods and Services Tax Act
(SGST) also, as notified by Central/State Govt.& as amended from time to time
and applicable taxes before bidding. Tenderers will ensure that full benefit of
Input Tax Credit (ITC) likely to be availed by them is duly considered while
quoting rates. (a)(iii) The successful tenderer who is liable to be registered
under CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other
details required under CGST/IGST/ UTGST /SGST Act to railway immediately
after theaward of contract, without which no payment shall be released to the
7 Contractor. The Contractor shall be responsible for deposition of applicable No No Not Allowed
GST to the concerned authority. (a)(iv) In case the successful tenderer is not
liable to be registered under CGST/IGST/UTGST/ SGST Act, the railway shall
deduct the applicable GST from his/their bills under reverse charge
mechanism (RCM) and deposit the same to the concerned authority. (b) When
work is tendered for by a firm or company, the tender shall be signed by the
individual legally authorized to enter into commitments on their behalf. (c) The
Railway will not be bound by any power of attorney granted by the tenderer or
by changes in the composition of the firm made subsequent to the execution
of the contract. It may, however, recognize such power of attorney and
changes after obtaining proper legal advice, the cost of which will be
chargeable to the Contractor.
Increase/decrease of TAXES: if rates of existing GST or cess on GST for
Works Contract is increased or any new tax /cess on Works Contract is
imposed by Statute after the date of opening of tender but within the original
date of completion/date of completion extended under clause 17 & 17A and
the Contractor thereupon properly pays such taxes/cess, the Contractor shall
7.1 No No Not Allowed
be reimbursed the amount so paid. Further, if rates of existing GST or cess on
GST for Works Contract is decreased or any tax/cess on Works Contract is
decreased / removed by Statute after the date of opening of tender, the
reduction in tax amount shall be recovered from Contractor's bills/Security
Deposit or any other dues of Contractor with the Government of India.
This tender complies with PUBLIC PROCUREMENT POLICY ORDER-2017
dated 15.06.2017.Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100 for fully
8 indigenous items. The definition and calculation of local content shall be in No No Not Allowed
accordance with the Make in India policy as incorporated in the tender
conditions. Provisions of Make in India Policy 2017 issued by Govt. of India, as
amended from time to time, shall be followed for consideration of tenders.
Fixed Deposit Receipts (FDRs) submitted after award of tender towards
9 Security Deposit/Performance Guarantee should be with automatic renewal No No Not Allowed
facility only.
CONSORTIUM AGREEMENTS AND MOUS SHALL NOT BE CONSIDERED
10 No No Not Allowed
FOR PARTICIPATING IN THIS TENDER.
Tenderer(s) shall note that conditional/alternate offer will not be considered
11 and will summarily be rejected, even though such condition makes them as the No No Not Allowed
lowest tenderer.
Shramik kalyan While processing payment of any 'On Account Bill' or 'Final Bill'
or release of 'Advances' or 'Performance Guarantee / Security deposit',
contractor shall submit a certificate to the Engineer or Engineer's
12 representatives that "I have uploaded the correct details of contract labours No No Not Allowed
engaged in connection with this contract and payments made to them during
the wage period in Railway's Shramikkalyan portal at
'www.shramikkalyan.indianrailways.gov.in' till ____Month, ____Year.
Date of inviting tender shall be the date of publishing tender notice on IREPS
13 website if tender is published on website or the date of publication in No No Not Allowed
newspaper in case tender is not published on website.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 6 o f 11 Ru n Da te/Time: 0 8 /0 8 /2 0 2 4 18 :38 :0 1
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 18UBL24-25DT110724ITEM-03 Closing Date/Time: 09/08/2024 11:00

Bidders should carefully read all the conditions and the Special Conditions
along with Special Conditions - General & Technical, which are annexed to the
tender document in the DOCUMENTS attached to the tender. These special
conditions form part of the tender document and will supplement to the
1 No No Not Allowed
conditions of GCC April - 2022 along with updated correction slips GCC April-
2022. Where the provisions of these special conditions are at variance with
GCC and other documents mentioned above, these Special Conditions shall
prevail.
MOBILISATION ADVANCE IS APPLICABLE FOR TENDERS OF VALUE Rs. 25
2 CRORES OR ABOVE. as detailed in Special Conditions - General attached to No No Not Allowed
the tender in documents.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN Rs. 10 CRORES,
3 No No Not Allowed
JOINT VENTURE (JV) FIRMS ARE ALSO CONSIDERED FOR ELIGIBILITY.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 20
CRORES: The tender/technical bid will be evaluated based on bid capacity
formula detailed as Annexure-VI of IRSGCC April - 2022. NOTE: i)The
Tenderer(s) shall furnish the details of existing commitments and balance
amount of ongoing works with tenderer as per the prescribed proforma of
4 Railway for statement of all works in progress and also the works which are No No Not Allowed
awarded to tenderer but yet not started up to the of inviting of tender. In case
of no works in hand, a 'NIL' statement should be furnished. This statement
should be submitted duly verified by Chartered Accountant.(ii) 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.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 50
CRORES: Electronic Reverse Auction (e-RA) method will be applicable as per
5 No No Not Allowed
guide lines issued by Railway Board vide Lr no. 2017/Trans/01/Policy/Pt-S Dt
28/3/2018. (Copy attached in the list of documents)
Price Variation Clause (PVC) is applicable If the advertised tender value above
Rs.2 Crores. (As per letter No. 2022/CE-I/GT/GCC-2022/Policy dated
14.07.2022) As detailed in - Para 46A of IRGCC April - 2022 attached to the
tender in - DOCUMENTS. This clause is not applicable for AT welding portions
supply contract. Base Month: The Base Month for 'Price Variation Clause' shall
6 No No Not Allowed
be taken as the one month prior to closing of tender, unless otherwise stated
elsewhere. The quarter for applicability of PVC shall commence from the
month following the Base month. The Price Variation shall be based on the
average Price Index of the quarter under consideration. [with up to date
correction slip/ Railway Board Letter]

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 TENDER SHALL BE REJECTED if it is not accompanied by the following No No Not Allowed
Bid Security deposited through IREPS e-payment or as per provisions under
1.1 No No Not Allowed
Clause 5 (2) Part-I of GCC April 2022.
In case of Partnership firm: The tender form shall be submitted only in the
1.1.1 No No Not Allowed
name of partnership firm.
In case tenderer is JV Firm : The tender form shall be submitted only in the
1.1.2 No No Not Allowed
name of the JV and not in the name of any constituent member.
Allowed
1.2 Technical Eligibility Criteria and Financial Eligibility Criteria No No
(Mandatory)
Uploading of Certificate in support of Technical Eligibility (No Technical Allowed
1.2.1 No No
credentials are required for tenders having advertised value up to Rs 50 lakh). (Mandatory)
Submission of Certificate(s) in support of Financial Eligibility (No Financial Allowed
1.2.2 No No
credentials are required for tenders having advertised value up to Rs 50 lakh). (Mandatory)
Public Procurement Policy: Uploading of certificate for Procurement Order of
value more than Rs. 10 crores, the certificate from Statutory auditor/cost Allowed
1.3 No No
auditor/practicing CA as the case may be in accordance with Para-9(b) of (Mandatory)
Public Procurement (Preference to Make in India) Order 2017.
IN CASE THE TENDER is Partnership firm/ JOINT Venture firm (JV)/ LLP A
Allowed
1.4 copy of certificate to be submitted/uploaded by tenderer as per format given at No No
(Mandatory)
annexure -v of IRGCC 2022.

Pa g e 7 o f 11 Ru n Da te/Time: 0 8 /0 8 /2 0 2 4 18 :38 :0 1
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 18UBL24-25DT110724ITEM-03 Closing Date/Time: 09/08/2024 11:00

IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 20


CRORES: Bid capacity is applicable, the tenderers should submit proforma
Allowed
1.5 attached in DOCUMENTS. In case, the tenderer/s failed to upload BID No No
(Mandatory)
CAPACITY PROFORMA along with offer, their/his offer shall be considered as
incomplete and will be rejected summarily.
In case tenderer is other than sole proprietorship firm, following documents
1.6 No No Not Allowed
shall be uploaded by the tenderer:
In case the Tenderer is a Partnership Firm: [i] A notarized copy of Partnership
deed or a copy of the Partnership deed registered with the Registrar. [ii] A
notarized or registered Power of Attorney (duly registered as per prevailing
law) in favour of an individual to sign the tender documents and create liability Allowed
1.6.1 No No
against the Firm. [iii] PAN / TAN number of Partnership firm (PAN / TAN (Mandatory)
number in the name of any of the constituent partners shall not be
considered). [iv] All other documents in terms of Para 10 of the Tender Form
(Second Sheet) above.
In case the Tenderer is a LLP Firm registered under LLP Act-2008 (i) A copy
of LLP Agreement, (ii) A copy of Certificate of Incorporation; and (iii) A copy of
Power of Attorney/Authorization issued by the LLP Firm in favour of the Allowed
1.6.2 No No
individual to sign the tender on behalf of the LLP Firm and create liability (Mandatory)
against the Firm. (iv) Copy of PAN number of the LLP Firm. [v] All other
documents in terms of Para 10 of the Tender Form (Second Sheet) above.
In case the Tenderer is a Company registered under Companies Act-2013: (i)
The copies of MOA (Memorandum of Association) / AOA (Articles of
Association) of the company (ii) A copy of Certificate of Incorporation (iii) A
copy of Authorization/Power of Attorney issued by the Company (backed by Allowed
1.6.3 No No
the resolution of Board of Directors) in favour of the individual to sign the (Mandatory)
tender on behalf of the company and create liability against the company.(iv)
copy of PAN number of the Company. and (v) All other documents in terms
Para 10 of the Tender Form (Second Sheet) above.
In case the Tenderer is a Registered Society & Registered Trust: (i) A copy of
the Certificate of Registration. (ii) A copy of Memorandum of Association of
Society/Trust Deed; (iii) A copy of Power of Attorney in favour of the individual
Allowed
1.6.4 to sign the tender documents and create liability against the Society/Trust. And No No
(Mandatory)
(iv) A copy of Rules and Regulations of the society (v) Copy of PAN number of
the Society/Trust. (vi) All other documents in terms Para 10 of the Tender
Form (Second Sheet) above.
Incase JV Firms are allowed to participate: Uploading of MEMORANDUM OF
Allowed
1.7 UNDERSTANDING as per the format given in "Documents attached with No No
(Mandatory)
tender" and also below documents.
In case one or more members is/are Proprietary Firm or HUF, the following
documents shall be enclosed: (i) A copy of notarized affidavit on Stamp Paper
declaring that his/her Concern is a Proprietary Concern and he/she is sole Allowed
1.7.1 No No
proprietor of the Concern OR he/she is in position of "KARTA" of Hindu (Mandatory)
Undivided Family (HUF) and he/she has the authority, power and consent
given by other partners to act on behalf of HUF.
In case one or more of the members of the JV is/are partnership firm(s),
following documents shall be submitted: (i) A notarized copy of the Partnership
Deed or a copy of the partnership deed registered with the Registrar. (ii)A
copy of consent of all the partners or individual authorized by partnership firm, Allowed
1.7.2 No No
to enter into the Joint Venture Agreement on a stamp paper. (iii) A notarized or (Mandatory)
registered copy of Power of Attorney in favour of the individual to sign the
MOU/JV Agreement on behalf of the partnership firm and create liability
against the firm.
In case one or more members of the JV is/are companies, the following
documents shall be submitted: (i) A copy of resolutions of the Directors of the
Company, permitting the company to enter into a JV agreement. (ii) The
copies of MOA (Memorandum of Association) / AOA (Articles of Association) of
Allowed
1.7.3 the company. (iii) A copy of Certificate of Incorporation. (iv) A copy of No No
(Mandatory)
Authorization/copy of Power of Attorney issued by the Company (backed by
the resolution of Board of Directors) in favour of the individual to sign the
tender, sign MOU/JV Agreement on behalf of the company and create liability
against the company.

Pa g e 8 o f 11 Ru n Da te/Time: 0 8 /0 8 /2 0 2 4 18 :38 :0 1
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 18UBL24-25DT110724ITEM-03 Closing Date/Time: 09/08/2024 11:00

In case one or more members of the JV is/are LLP firm/s, the following
documents shall be submitted: (i) A copy of LLP Agreement. (ii) A copy of
Certificate of Incorporation of LLP. (iii) A copy of resolution passed by partners
of LLP firm, permitting the Firm to enter into a JV agreement. (iv) A copy of Allowed
1.7.4 No No
Authorization /copy of Power of Attorney issued by the LLP firm (backed by (Mandatory)
resolution passed by the Partners) in favour of the individual, to sign the
tender and/or sign the MOU/ JV agreement on behalf of the LLP and create
liability against the LLP.
In case one or more members of the JV is/are Society/s or Trust/s, the
following documents shall be submitted: (i) A copy of Certificate of
Registration. (ii) A copy of Memorandum of Association of Society/Trust Deed. Allowed
1.7.5 No No
(iii) A copy of Rules & Regulations of the Society. (iv) A copy of Power of (Mandatory)
Attorney, in favour of the individual to sign the tender documents and create
liability against the Society/Trust.
Uploading of Declaration regarding Employment of Retired Engineer/Retired
Allowed
2 Railway Officer as per clause no.16 of Part-I of GCC April 2022. [in the format No No
(Optional)
attached in - Documents]
Uploading of NEFT FORM - as per the format attached with the tender Allowed
3 No No
document. (Optional)
The list of personnel / organization on hand and proposed to be engaged for Allowed
4 No No
the tendered work. (Optional)
List of Plant & Machinery available on hand and proposed to be inducted and Allowed
5 No No
hired for the tendered work. (Optional)
Uploading of Statement Showing the particulars of Works on Hand & Works Allowed
6 No No
Completed as per the format attached to the tender document. (Optional)
In case of Tender schedule having item for SUPPLY OF BALLAST; Ballast test Allowed
7 No No
report as detailed in foot note of ballast item. (Mandatory)
If the Bid of a Tenderer is seriously unbalanced in relation to the Engineer's
estimate of the cost of work to be performed under the contract, the Railways
Allowed
8 may require the tenderer to produce detailed price analysis for any or all items No No
(Mandatory)
of the Tender Schedule, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/We certify that I/We have more than or equal to 50% of the Local Content as
1 per Public Procurement Policy (Make in India Policy) (If any bidders Local No No Not Allowed
Content is less than 50%, Separate certificate to be enclosed).
I/ We have visited the works site and I / We am / are aware of the site
2 No No Not Allowed
conditions.
(i)I/We have read the various conditions of the tender attached hereto and
hereby agree to abide by the said conditions. I/We also agree to keep this
tender open for acceptance for the period mentioned in the tender document
[NIT HEADER] from the date fixed for opening the same and in default thereof,
I/We will be liable for forfeiture of my/our Bid Security submitted. (ii) I/We offer
to do the work at the percentage rates quoted by me/us in the attached
schedule and bind myself/ourselves to complete the work within the period of
completion given in this tender document[NIT HEADER] from the date of issue
of letter of acceptance of this tender. I/We also hereby agree to abide by the
IRGCC and Special Conditions of contract and to carry out the works
3 according to the IRU Standard Specifications for materials and works, 2010, No No Not Allowed
laid down by South Western Railway for the present contract. (iii) The full value
of the Bid security paid shall stand forfeited without prejudice to any other
rights or remedies of the railway if (a) I/We do not execute the contract
document within seven days after receipt of notice issued by the Railway that
such documents are ready: OR (b) I/We do not commence the work within
fifteen days after receipt of orders to that effect. (iv) Until a formal agreement
is prepared and executed, acceptance of this tender shall constitute a binding
contract between us subject to modifications, as may be mutually agreed to
between us and indicated in the letter of acceptance of my/our offer for this
work.

Pa g e 9 o f 11 Ru n Da te/Time: 0 8 /0 8 /2 0 2 4 18 :38 :0 1
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 18UBL24-25DT110724ITEM-03 Closing Date/Time: 09/08/2024 11:00

I/We fail to submit the requisite Performance Guarantee [P.G] in the


prescribed format even after 60 (Sixty days) from the date of issue of Letter of
4 Acceptance, we are aware that the contract liable to be terminated duly No No Not Allowed
forfeiting Bid Security and other dues, if any payable against the contract. Also,
I/We shall be debarred from participating in the retender for this work
I/We understand that no post-tender correspondence will be entertained;
however, if any clarification is required by the Railway, the same will be sought
5 from the tenderer. Also, I/We are aware that any Certificate/ Documents No No Not Allowed
offered after the tender opening shall not be given any credit and shall not be
considered.
I/we do hereby solemnly affirm and state on behalf of the tenderer including its
6 No No Not Allowed
constituents as under:
(i) I/We the tenderer(s) am/are signing this document after carefully reading
the contents. (i) I/We declare and certify that I/We have not made any
misleading or false representation in the documents, forms, statements
attached in proof of the qualification requirements. (iii) I/We also understand
6.1 that my/our offer will be evaluated based on the documents/credentials No No Not Allowed
uploaded along with the offer and the same shall be binding upon me/us. (iv)
I/We declare that the information and the documents attached along with the
tender by me/us are correct and I/We are fully responsible for the correctness
of the information and the documents submitted by us.
I/We understand that, if any of the certificates regarding eligibility criteria
submitted by us are found to be forged / false / incorrect will lead to banning of
business with the tenderer/all the partners in case of partnership firm/all the
members of a JV in case of a Joint Venture on entire Indian Railways for 5
6.2 years. i) if it is found during the process of evaluation of tender, it shall lead to No No Not Allowed
forfeiture of the Bid Security, and my/our offer shall be summarily rejected. ii) If
it is found after the award of the contract, it will lead to termination of contract
along with forfeiture of Bid Security/SD and PG besides any other action
provided in the contract.
It is certified that I/We/ Proprietary of firm/On behalf of Partnership
firm/Company/JV/Registered Society/Register Trust/HUF/LLP have not been
blacklisted or debarred by Railways or any other Ministry/Department/public
sector undertaking of the government of India/State Government from
participation in tenders/contract on the date of opening of bids, EITHER in
7 individual capacity or in any firm in which we are/were partners or as a No No Not Allowed
member of JV firm in which I/We/ Proprietary of firm/On behalf of Partnership
firm/Company/JV/Registered Society/Register Trust/HUF/LLP were/are
members. I/We understand if above declaration found to be false/incorrect at
any time during process of evaluation of bid or after the award of contract, will
lead to determination under Clause 62 of the General Conditions of Contract.
/We indemnify and save harmless the Railway from and against all actions,
suit proceedings losses, costs, damages, charges, claims and demands of
every nature and description brought or recovered against the Railways by
reason of any act or omission of the Contractor, his agents or employees, in
8 No No Not Allowed
the execution of the works or in his guarding of the same. All sums payable by
way of compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the actual loss or damage
sustained, and whether or not any damage shall have been sustained.
I/We are aware that: Should the Railway decide to negotiate with a view to
bring down the rates, the tenderer called for negotiations should furnish the
following form of declaration before commencement of negotiations. I/We ------
------------------- do declare that in the event of failure of contemplated
negotiations relating to Tender No. ..........., dt............ Item No. opened on
dt:.......... my original tender shall remain open for acceptance on its original
terms and condition. I also declare that I am aware that during this
9 negotiations, I cannot increase the originally quoted rates against any of the No No Not Allowed
individual items and that in the event of my doing so the same would not be
considered at all i.e., reduction in rates during negotiation alone would be
considered and for some items if I/we increase the rates, the same would not
be considered and in lieu my originally quoted rates alone would be
considered and my offer would be evaluated accordingly. I/We are also aware
that the validity of such negotiated offer will be 30 days from the date of
negotiations or the validity of original offer, whichever is later.

Pa g e 10 o f 11 Ru n Da te/Time: 0 8 /0 8 /2 0 2 4 18 :38 :0 1
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 18UBL24-25DT110724ITEM-03 Closing Date/Time: 09/08/2024 11:00

I/We certify that I/We have more than or equal to 50% of the Local Content as
10 per Public Procurement Policy (Make in India Policy) (If any bidders Local No No Not Allowed
Content is less than 50%, Separate certificate to be enclosed).

6. Documents attached with tender

S.No. Document Name Document Description


1 4.IRGCCApril2022.pdf GCC 2022
2 ACS-2dated13.12.2022.pdf ACS II
3 ACS-3dated26.04.2023.pdf ACS III
4 ACS-4dated07.08.2023.pdf ACS IV
5 ACS-6dated20.10.2023.pdf ACS VI
6 ACS-7dated21.12.2023.pdf ACS VII
7 BGverificationletter.pdf BG Form
8 NEFTFORM.pdf NEFT Form
9 TenderDocument6.0UpdatedwithCorrectionSlipsdated23.09.2023.pdf Tender Document
10 ACS-1dated14.07.2022.pdf ACS I
11 JPOCircular_compressed.pdf JPO Circular
12 AnnexureVGCCcorrespondence.pdf Annexure V Correspondence

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.

As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.

Signed By: SWAPNIL CHAURASIA

Designation : Sr.DEN/Central/UBL

Pa g e 11 o f 11 Ru n Da te/Time: 0 8 /0 8 /2 0 2 4 18 :38 :0 1

You might also like