You are on page 1of 17

SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY

TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

Dy.CEE/CN/BNC acting for and on behalf of The President of India invites E-Tenders against Tender No ECN-9-2021-RT Closing
Date/Time 14/07/2021 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.

Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only
payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker
cheque, Deposit receipts, FDR etc. are not allowed.

1. NIT HEADER

Modification / Shifting of existing HT/LT power line alignment along with lightning
Name of Work arrangements for the proposed construction of RUB in lieu of LC 148, 150 and 152 in
between YPR-CSDR addition of LC 6 in YNK-CSDR
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 14/07/2021 11:00 Date Time Of Uploading Tender 16/06/2021 15:28
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 4817293.00 Tendering Section DRAWING
Single Rate for Each Schedule
Bidding Style Bidding Unit
Item
Earnest Money /Bid Security
0.00 Validity of Offer ( Days) 45
(Rs.)
Obtain Bid Security Declaration in lieu of Bid Security Yes
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 30/06/2021 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule A-SUPPLY PORTION 3644407.00
1 100.00 Metre 83.00 8300.00 AT Par 8300.00 Rs.
1 Description:- Supply of high density polyethylene pipe (HDPE pipe) of size 50 mm (OD) category of PE-80, PN-4
along with accessories (T joint / straight coupler etc.) of ISI approved as per specification
2 500.00 Metre 79.00 39500.00 AT Par 39500.00 Rs.

2 Description:- Supply of wires for sub mains to switch board with 2 runs of 2.5 sqmm multi stranded PVC
insulated copper wire for phase and neutral and 1 run of 1.5 sqmm copper wire for earth continuity with colour
codes (Scope does not include conduit)
3 20.00 Metre 113.00 2260.00 AT Par 2260.00 Rs.
3 Description:- Supply of rigid PVC pipe 50mm inner dia heavy duty for cable protection with ISI mark as per
specification
4 500.00 Metre 40.00 20000.00 AT Par 20000.00 Rs.
4 Description:- Supply of PVC conduit of size 25mm dia, 2mm wall thickness, in grey / ivory colour as per
specification
5 2.00 Set 6594.00 13188.00 AT Par 13188.00 Rs.
5 Description:- Supply of RCC pole 9 mtr long - HT single pole structure for 11 KV scope includes 2 way cross arm
single top support with 11 KV Pin insulator as per specification
6 8.00 Set 6085.00 48680.00 AT Par 48680.00 Rs.
6 Description:- Supply of RCC pole 9 mtr long LT single pole structure scope include 4 way cross arm, LT pin /
shackle insulators as per specification
7 2.00 Set 1950.00 3900.00 AT Par 3900.00 Rs.
7 Description:- Supply of stay set with stay tightner, stay rod, stay clamp stay insulator stay wire etc. complete set
as per specification
8 50.00 Set 21.00 1050.00 AT Par 1050.00 Rs.
8
Description:- Supply and fixing of crimped terminal lugs to suit 4cx16 / 4cx25 / 4cx35 / 4cx50 sq.mm LTUG cable
9 10.00 Numbers 101.00 1010.00 AT Par 1010.00 Rs.
9

Pa g e 1 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

9
Description:- Supply and fixing of cable gland to suit 4cx16 sq.mm / 4cx25 / 4cx35 / 4cx50 sq.mm LTUG cable
10 6.00 Set 1684.00 10104.00 AT Par 10104.00 Rs.
10 Description:- Supply and fixing of loop in loop out sintex box (GSJB 3020) with suitable 4 way 20A strip
connector and16A fuse cut out
11 50.00 Metre 57.00 2850.00 AT Par 2850.00 Rs.
11 Description:- Supply of GI flat 25x3mm size for earth connection for 11 KV system (qty. excluded for LA
connection)
12 8.00 Set 16418.00 131344.00 AT Par 131344.00 Rs.
12
Description:- Fabrication, assembling and supply of spun pole 11 mtr long with cross arm and all accessories
13 4.00 Set 12841.00 51364.00 AT Par 51364.00 Rs.
13 Description:- Assembling and supply of Gang Operated Switch 200A / 400A, 11KV single break for RYB phases
with support frame fabricated suitable for DP structure as required as per specification
14 2.00 Numbers 2311.00 4622.00 AT Par 4622.00 Rs.
14 Description:- Supply, fixing, testing and commissioning of straight through jointing kit for LTUG cable of size
4cx240 sqmm
15 12.00 Metre 242.00 2904.00 AT Par 2904.00 Rs.
15 Description:- Supply of rigid PVC pipe 100 mm inner dia heavy duty as per specification for raising cable
protection
16 10.00 Numbers 6763.00 67630.00 AT Par 67630.00 Rs.
Description:- Supply and fixing of 70Watt, 230 Volt AC, 50 Hz, IP66, with 10KV built - in surge protection device
16 LED street light fitting along with lamp and driver with all connected materials for proper fixing and alignment
similar to Havells make model no.ENDURAPEARLPLUSSL70WLED757SASY TOPC conforming to specification
no.SWR / LED LIGHT FITTING (Indoor / Outdoor) / 011-2016 dt.18.04.16 and removing of old conventional fitting
without damaging it and handing over the released fittings to the concerned SSE
17 2.00 Set 10973.00 21946.00 AT Par 21946.00 Rs.
17
Description:- Supply of straight through jointing kit for 3x240 sqmm HTUG cable
18 2000.00 Metre 725.00 1450000.00 AT Par 1450000.00 Rs.
18
Description:- Supply and stringing of Aerial bunch cable ABC 1.1 KV LT XLPE 3cx95 + 1x70 + 1x16 sqmm
19 500.00 Metre 725.00 362500.00 AT Par 362500.00 Rs.
19 Description:- Supply and fixing of Aerial bunch cable (ABC) 11 KV 3cx95 sqmm + 1cx70 sqmm with insulated
messenger wire
20 4.00 Numbers 3252.00 13008.00 AT Par 13008.00 Rs.
20
Description:- Supply and fixing of cable straight through joint kit suitable for 95 sqmm AB cable
21 4.00 Set 475.00 1900.00 AT Par 1900.00 Rs.
21
Description:- Supply and fixing of ABC cable clamp, hask, suspension clamp including bolts and nuts etc.
22 4.00 Set 485.00 1940.00 AT Par 1940.00 Rs.
22
Description:- Supply and fixing of ABC cable clamp, hook, beading clamp including bolts and nuts etc.
23 25.00 Set 1463.00 36575.00 AT Par 36575.00 Rs.
23
Description:- Supply and fixing of 30W Street light LED fitting with 1 mtr. long bracket 40mm dia
24 2.00 Set 62472.00 124944.00 AT Par 124944.00 Rs.

24 Description:- Assembling, fabrication and supply of spun pole 11 mtr. long with 3 Ph. single GOS bending set,
cross arms / channel support for fixing DOLO, LA and insulators, including channel / angle supports for mounting
250KVA transformer complete including all accessories
25 50.00 Set 1747.00 87350.00 AT Par 87350.00 Rs.
25
Description:- Supply and fixing of 18 watt LED Bulk head Light IP65 white colour
26 400.00 Metre 1966.00 786400.00 AT Par 786400.00 Rs.
26
Description:- Supply of HTUG cable 3cx400 sq.mm for11 KV
27 4.00 Set 10031.00 40124.00 AT Par 40124.00 Rs.
27
Description:- Supply of heat shrinkable HT outdoor termination kit for 3c x 400 sqmm HTUG cable
28 400.00 Metre 505.00 202000.00 AT Par 202000.00 Rs.
Description:- Supply of 4cx120 sqmm LTUG cable 1.1 KV Grade, having stranded aluminium conductor, PVC
28 insulated extruded inner sheathed, galvanised steel strip conforming to IS 3975:1990 and extruded PVC outer
sheathed armoured cable with specified IS-1554 Part-1:1988 and conforming to GTP (Guaranteed technical
particular) with overall satisfactory performance for minimum period of 5 years
29 8.00 Numbers 290.00 2320.00 AT Par 2320.00 Rs.
29

Pa g e 2 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

Description:- Supply and fixing of piercing connector suitable for 16 sqmm - 95 sqmm AB cable
30 2.00 Set 4151.00 8302.00 AT Par 8302.00 Rs.
30
Description:- Supply and fixing of LT distribution kit for 100 KVA transformer
31 8.00 Numbers 434.00 3472.00 AT Par 3472.00 Rs.
31
Description:- Supply and fixing of T connector KZ3 95
32 2.00 Numbers 29860.00 59720.00 AT Par 59720.00 Rs.
32 Description:- Fabrication, assembling and supply of 12 way LT feeder pillar box outdoor type with 4 nos. of bus
bars and FP MCCB 250A - 1 No. as per BESCOM standards
33 2.00 Numbers 16600.00 33200.00 AT Par 33200.00 Rs.
33
Description:- Supply and fixing of 100/250 kVA DTC with MCCB (sheet metal)

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule B-ERECTION PORTION 1172886.00
1 8.00 Set 295.00 2360.00 AT Par 2360.00 Rs.
Description:- Erection, testing and commissioning of RCC / PSCC 9 mtr. / 9.10 mtr. long single pole structure
1 LT/HT/strut pole / spun pole (in all voltage category for strut pole) including fixing of cross arm HT/LT pin /
shackle insulator with all accessories in CC foundation including painting of clamp as per specification (cost does
not include excavation and CC foundation charges)
2 20.00 cum 139.00 2780.00 AT Par 2780.00 Rs.
2 Description:- Earth work by excavation of pit for CC foundation to erect the HT/LT poles (for DP/SP structure) /
strut pole / stay set in any type of soil (for LT, 11 KV and 33 KV category)
3 20.00 cum 35.00 700.00 AT Par 700.00 Rs.
3 Description:- Back filling of pit as required for CC foundation / earth filling in trench in rocky area by using loose
soil as per specification (for LT, 11 KV & 33 KV category)
4 20.00 cum 2676.00 53520.00 AT Par 53520.00 Rs.
4 Description:- Carrying / provision of CC foundation of 1 : 3 : 6 ratio for erecting portal structure / strut pole / stay
set foundation including shuttering as required as per specification
5 2.00 Set 152.00 304.00 AT Par 304.00 Rs.
5 Description:- Erection, testing and commissioning of stay set in the foundation as per specification (foundation is
given as a separate schedule item)
6 300.00 Metre 11.00 3300.00 AT Par 3300.00 Rs.
6 Description:- Laying, testing and commissioning of LTUG cable 4cx25/4x16 sqmm as per specification. (cable
will be supplied by Rlys. @ Sr.Section Engr./ CN / Stores, Bangalore cantonment)
7 300.00 Metre 7.00 2100.00 AT Par 2100.00 Rs.
7 Description:- Connecting / wiring of circuit main by using 2x4 sqmm and 1x1.5 sqmm / 2x6 sqmm and 2.5 sqmm
wires
8 2000.00 Metre 10.00 20000.00 AT Par 20000.00 Rs.
8 Description:- Stringing of ACSR Rabbit conductor duly binding to insulators (ACSR conductor will be supplied by
Rlys. at Sr.Section Engr./ E / CN / O / Bangalore cantonment)
9 40.00 Metre 36.00 1440.00 AT Par 1440.00 Rs.
9
Description:- Fixing of cable protection PVC pipe 50/75/100mm dia with accessories
10 10.00 Set 3072.00 30720.00 AT Par 30720.00 Rs.
10
Description:- Pipe earthing arrangements as per specification (for LT, 11 KV & 33 KV system)
11 300.00 Metre 78.00 23400.00 AT Par 23400.00 Rs.

11 Description:- Excavation of cable trench 1.5 mtr depth and 0.4 mtr width for track / road crossing in any type of
soils including refilling the trench and laying of HDPE pipe for drawing HT / LT cables as per specification
(Without providing sand and bricks)
12 8.00 Numbers 610.00 4880.00 AT Par 4880.00 Rs.
12
Description:- Excavation of cable loose coil pit and refilling the pit
13 10.00 Numbers 31.00 310.00 AT Par 310.00 Rs.
13
Description:- Fixing and commissioning of glands for 4cx16 / 4cx25 / 4cx50 sqmm size LTUG cable
14 40.00 Each Span 754.00 30160.00 AT Par 30160.00 Rs.

14 Description:- Cutting and dismantling of OH conductors immaterial of single or double circuit, HT/LT with or
without guarding and handing over to ESCOM stores. List of materials should be handed over to this office

Pa g e 3 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

15 22.00 Set 688.00 15136.00 AT Par 15136.00 Rs.


15 Description:- Dismantling of LT/HT (11 KV) rail post / RCC pole and handover to EB authorities (SP / DP
structure). Handing over materials list should be handed over to this office
16 400.00 Metre 36.00 14400.00 AT Par 14400.00 Rs.
16
Description:- Transportation, laying, testing and commissioning of 4cx120 sqmm LTUG cable
17 200.00 Metre 101.00 20200.00 AT Par 20200.00 Rs.

17 Description:- Excavation of HT cable trench 0.4 M width and 1.20M depth in any type of soil including supply
and spreading of sand to the thickness for covering the cable and provision of bricks over and across the running
of cable and refilling the trench.
18 500.00 Metre 46.00 23000.00 AT Par 23000.00 Rs.
18 Description:- Loading, transportation, unloading, laying, testing and commissioning of triple extrusion dry cured
11 KV HTUG cable XLPE of size 3 c x 95 sqmm, 3c x 240 sqmm and 3c x 400 sqmm
19 4.00 Set 797.00 3188.00 AT Par 3188.00 Rs.
19 Description:- Fixing, testing and commissioning of out door jointing kit / straight through jointing kit for
termination of 3 c x 400 sqmm 11 KV HTUG XLPE cable and 3c x 240 sqmm HTUG Cable
20 50.00 Metre 13.00 650.00 AT Par 650.00 Rs.
20
Description:- Fixing and running of GI earth strip 25x3mm with accessories (except for LA)
21 400.00 Metre 850.00 340000.00 AT Par 340000.00 Rs.
Description:- Trenchless cutting to lay the track / road underneath the ROB duly drawing 90mm HDPE pipe to
21
pull LTUG cable as per instruction of Engr-in-charge (Rate include cost of HDPE pipe and charges for horizontal
drilling, laying of pipe and cable etc.)
22 300.00 Metre 6.00 1800.00 AT Par 1800.00 Rs.
22
Description:- Fixing of PVC conduit pipe 20 / 25mm dia
23 10.00 Numbers 39.00 390.00 AT Par 390.00 Rs.
23
Description:- Fixing of HT 11KV pin / disc insulator, ceramic / polymer insulator
24 10.00 Numbers 95.00 950.00 AT Par 950.00 Rs.
24
Description:- Fixing of HT/LT cross arm to be fixed on RCC pole with fixing hardwares.
25 2.00 Set 3462.00 6924.00 AT Par 6924.00 Rs.
25
Description:- Releasing, shifting and refixing of 25/63/100/250 KVA Transformer
26 400.00 Metre 1400.00 560000.00 AT Par 560000.00 Rs.
Description:- Trenchless cutting to cross the cable across the track / road duly provided with 110mm / 125mm /
26
160mm (OD) HDPE pipe to pull 3cx240 sqmm HTUG cable / LTUG cable (scope includes material with cutting
charge)
27 2.00 cum 5137.00 10274.00 AT Par 10274.00 Rs.
27 Description:- Construction of concrete M20 masonary plinth above ground level with plastering for compact
substation with provision for HT and LT cable incoming / outgoing

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 4 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

Financial Eligibility Criteria: The Tenderer shall be eligible only if he fulfils the following
Standard Financial Eligibility Criteria FOR WORKS COSTING ABOVE Rs.50.00 LAKHS:
The tenderer must have received contractual payments in the previous three financial
years and the current financial year upto the date of opening of tender, at least 150% of
the advertised value of the tender. The tenderers shall submit Certificates to this effect
which may be an attested Certificate from the concerned department / client or Audited
Balance Sheet duly certified by the Chartered Accountant / certificate from Chartered
Accountant duly supported by audited Balance sheet. Client certificate from other than
Government organization should be duly supported by Form 16A / 26 AS generated
through TRACES of income tax of India. For works costing less than Rs.50.00 lakhs, Allowed
1 No No
tenderer should be financially sound and capable of carrying out such works. The (Mandatory)
tenderer should submit supporting documents for financial capacity,capability, past
performance, works done and works on hand details along with the tenderer. No post
tender correspondence shall be entertained to submit fresh details. For tender costing
more than Rs.20 crore, eligibility criteria includes bid capacity also so specified in clause
10.3 of IRSGCC July 2020- Part I "Regulations for Tenders and Contracts - For the
Guidance of Engineers & contractors for works contracts" The tender /technical bid will
be evaluated based on bid capacity formula detailed as Annexure - VI. The tenderer will
be qualified only if it's available bid capacity is equal to or more than the total bid value
of the present tender.

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit a certificate in the prescribed format (please download the format from the
link given below) for verification / confirmation of the documents submitted for
compliance of eligibility / qualifying criteria. Non submission of the certificate, or Allowed
1 No No
submission of certificate either not properly filled in, or in a format other than the (Mandatory)
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certificatio)

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 5 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

Technical Eligibility Criteria: The Tenderer shall be eligible only if he fulfills the following
Standard Technical Eligibility Criteria FOR WORKS COSTING ABOVE Rs.50.00
LAKHS: For works without composite components:In case of individual type of work, the
technical eligibility criteria shall be satisfied as given in (a) or (b) or (c) below: 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: a)Three
similar works each costing not less than the amount equal to 30% of advertised value of
the tender, or b)Two similar works each costing not less than the amount equal to 40%
of advertised value of the tender, or c)One similar work each costing not less than the
amount equal to 60% of advertised value of the tender. For works with composite
components: 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: a)Three similar works
each costing not less than the amount equal to 30% of advertised value of each
component of tender, or b)Two similar works each costing not less than the amount
equal to 40% of advertised value of each component of tender, or c)One similar work
each costing not less than the amount equal to 60% of advertised value of each Allowed
1 No No
component of tender. Separate completed works of minimum required values for each (Mandatory)
component can also be considered for fulfilment of technical eligibility criteria mentioned
in (a)/ (b)/ (c) above. NOTE: (i)The Experience Certificates are to be attached to the
eoffer as per Pro forma -1. (ii)The Certificate to satisfy similar work should be signed by
an officer not lower than JAG officer in Railways and Executive Engineer rank or
equivalent grade in other department of Govt. of India/State Government/ PSUs of
Government of India / State Undertaking and competent authority of public listed
company. Tenderer shall attach Certificate copies along with the e-offer. (iii)The total
value of similar nature of work completed during the qualifying period, in terms of the
final bill amount, and not the payments received within the qualifying period alone, will be
considered. In case, the final bill of similar nature of work has not been passed and final
measurements have not been recorded, the paid amount including statutory deduction is
to be considered. If final measurements have been recorded and work has been
completed with negative variation, then also the paid amount including statutory
deduction is to 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. For further details in regard to Technical Eligbility please
ref Note b(I), b(ii), b(iii) under clause 10.1 of IRSGCC July 2020
The Tenderer shall be eligible only if he fulfils the following Standard Technical Eligibility
Criteria :- The tenderer should furnish with his tender offer the particulars of the Electrical
license held by him. The work shall be carried out by a Tenderer/Contractor holding a
valid CLASS I ELECTRICAL LICENCE issued by any state Government for carrying out
Allowed
1.1 the installation work of the voltage classes involved, under the direct supervision of the No No
(Mandatory)
persons holding valid certificates of competency for the same voltage classes issued or
recognised by the State Government. The successful tenderer shall furnish the names
and particulars of certificates of competency of the supervisors and workmen to be
engaged for carrying out this work.
SIMILAR NATURE OF WORK :"Works of erection / laying and commissioning of
Allowed
1.1.1 overhead lines / underground cables of 11 KV or above with or without supply of No No
(Mandatory)
overhead lines / cables"
iv)Work Experience Certificate issued by Central/State/Semi Government Organizations
/ Authorities, PSUs of Govt. of India / State Government shall be considered. 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 opening of tender, shall also be considered provided
the work experience certificate has been issued by a person authorized by the Public
1.2 No No Not Allowed
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. (v)Certificates issued to tenderer as sub-contractor for sublet
Works by any Organization (Govt./ Pvt. Organizations) will not be considered. The
decision of the Railway regarding the correctness/suitability of the Certificates is final
and the tenderer shall not have any claim whatsoever in this regard.

5. COMPLIANCE

Pa g e 6 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Uploading of Scanned copy/copies of proof(s) of Technically Eligibility Criteria
1 No No Not Allowed
as mentioned in Standard Technical Criteria (as per Proforma - 1).
Uploading of Scanned copy of Bid capacity (as per Pro forma - 2.) and in
2 No No Not Allowed
terms of clause 10.3 & 10.5 of IRSGCC July 2020
Uploading of Scanned copy of Statement of payment received in the Last
3 three financial years (as per Pro forma- 2A) along with copies of relevant No No Not Allowed
supporting documents as stipulated under clause 10.2 of SCC
Uploading of Scanned copy of List of Machinery, Tools & Plants and Staff to be
4 No No Not Allowed
Deployed on this work (as per Pro forma - 3).
Uploading of Scanned copy of Statement of Bank details, PAN & GST (as per
5 No No Not Allowed
Pro forma - 5).
Uploading of Scanned copy of the declaration regarding employment of
6 No No Not Allowed
Retired Engineer / Retired Railway Officer (as per Pro forma - 6).
Uploading a scanned copy of the Memorandum of Understanding in the case
7 No No Not Allowed
of a JV firm (as per Pro forma - 7).
Uploading of Scanned copy of Certificate as per the format certificate linked
8 No No Not Allowed
under heading Submission of Affidavit/Document verification Certificate.
Uploading of request for grant of Mobilisation Advance (if applicable) in
9 No No Not Allowed
Proforma-8.
Uploading of Required documents in case of Individual OR Proprietary Firm /
Concern OR Partnership Firm OR Limited Company OR Joint Venture Firm
10 No No Not Allowed
/HUF/Society, etc., as mentioned in Commercial Compliance (whichever is
applicable).
Uploading of Proforma for self-Certificate in regard to meeting the Minimum
Local Content requirements as per Make in India Policy for Procurement Order
11 No No Not Allowed
Value less than of Rs.10 Crores. (as per clause 23.8(a) of Special Conditions
of Contract).
Uploading of Proforma of Certificate on percentage of Local Content as per
12 Make in India Policy for Procurement Order Value more than Rs.10 Crores. No No Not Allowed
(as per clause 23.8(b) of Special Conditions of Contract)
Uploading of scanned copy of work experience certificate issued by public
listed company, copy of work order, bill of quantities, bill wise details of
13 payment received duly certified by charted accountant, TDS certificates for all No No Not Allowed
payments received and copy of final/last bill paid by company etc. as per Note
for clause10.1 of IRGCC- July 2020
Uploading of scanned copy/ copies of proof(s) of technical eligibility criteria as
per clause 7 of IRGCC -2020, in case main tenderer proposes execution of
14 No No Not Allowed
any components mentioned in tender through subcontractor in a composite
work as specified in clause 10.1 (b) (iii)of IRGCC-July 2020

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.
In case of Proprietary Firm / Proprietary Concern, the tenderers shall scan and
submit with his offer (i) An undertaking that he is not black listed or debarred
by Railways or any other ministry / department of Government of India for
participation n the tender on the date of opening of the bids either in individual
Allowed
2 capacity or as a member of partnership firm or JV in which he was / is a Yes Yes
(Optional)
partner / member. concealment / wrong information regard t above shall make
the contract liable for determination under clause 62 of the General conditions
of the contract. (ii) All other documents in terms of explanatory in clause 10 of
IRSGCC July 2020.

Pa g e 7 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

In case of Partnership Firm, the tenderer(s) shall scan and submit with their
offer, the following documents: (a) Copy of current Partnership Deed. (b) Copy
of Registration Certificate for the current partnership deed in the prescribed
form issued by the Registrar of Firms for the changes in the constitution of the
partnership deed if any. (c) Original Special Power of Attorney (duly registered
/ notarised as per prevailing law) by all partners of the Partnership Firm in
favour of any Partner for signing/digitally signing the tender document, signing
the Agreement/Rider Agreements(s), witness measurement Books, signing the
measurement Book, correspondence, Receiving Payments, settlements,
Compromise, signing o f N o Objections Certificate a n d referring the
disputes/claims to Arbitration etc., on behalf of the Partnership Firm, if the said
Partner is not authorized as per the partnership deed terms and conditions. (d)
Partnership Deed should clearly indicate the share of interest o f each Allowed
3 Yes Yes
individual partner in the partnership Firm. (e) In case the partnership firm (Optional)
claims the credentials of one of its partners for fulfilment of technical eligibility
criteria, partnership deed should clearly indicate the share of interest of each
individual partner in the partnership firm. (f) In case of a Partnership Firm
which submitted tender claiming the credentials /experience of a partner as a
partner of another Partnership Firm(s)/Joint Venture (s),either of the following
document shall be submitted along with the tender without fail :- i) The copies
of those Partnership/Joint Venture(s) Deeds covering the period from the date
of commencement to the date of completion of the work for which credential /
experience certificate is submitted, as the case may be, mentioning the share
of the partner/firm should be submitted along with tender. OR ii) The copies of
the experience certificate issued to the partner/partnership firm mentioning
share of interest in that partner/firm of IRSGCC July 2020
In case, the Tenderer is a Company, the tenderer(s) shall scan and submit
with their offer, the following documents: a) Copy of Memorandum of
Association and Articles of Association of the Company. b) Copy of
incorporation certificate of the Company. c ) Copy of certificate issued by
Registrar of Companies in regard of change of name, if any. d) Copy of Power
of Attorney / Special Power of Attorney (duly registered as per prevailing law)
in favour of Authorized Person of the Company for signing/digitally signing the
tender document on behalf of the company in Original and Board of Directors
resolution of the Company duly certified by Company Secretary / Auditor /
Competent Authority in regard to authorization given to Director / Managing
Director etc., to issue Power of Attorney on behalf of the Company. e) Copy of
complete documents establishing the Merger / De-Merger / conversion /
Allowed
4 Taking over / acquisition / Sale etc., with a company / Partnership Firm / Yes Yes
(Optional)
Proprietor etc., together with the documents establishing the transfer of assets
/ liabilities /credentials to the transferee company from the transferor company
if applicable. f) In case, the Company which submitted tender, claims the
credentials /experience as a partner / Member of another Joint Venture (s)/
Company, either o f t h e following documents shall be submitted along w i t h t
h e tender without fail;- i) The copies of those Partnership/Joint Venture (s)
Deeds covering the period from the date of commencement to the date of
completion of the work for which credential / experience certificate is
submitted, as the case may be, mentioning the share of the company should
be submitted along with tender. OR ii) The copies of the experience
certificates issued to the company mentioning the share of interest in that
partnership/Joint venture(s) Deeds of IRSGCC July 2020

Pa g e 8 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

In case, the Tenderer is a JV Firm, the tenderer(s) shall scan and submit with
their offer the following documents: a) Copy of the Memorandum of
Understanding of Joint Venture Firm (Joint Venture Agreement) as per the
format in Proforma-7 on a non-judicial stamp paper of appropriate value as
per the stamp duty Act. (b) In case of Partnership Firm as a Partner of JV,
then the consent of all partners of the Partnership Firm to enter into the Joint
Venture Agreement on a stamp paper of an appropriate value in original. In
case of limited companies, copy of Board of Directors resolution certified by
Company Secretary/Auditor/Competent Authority consenting agreeing for
entering into Joint Venture Agreement. (c) Power of Attorney (duly
registered/notarised as per prevailing law) in favour of one of the Partners of
partnership Firm (partner of JV) or Authorized Signatory in case of Limited
company (partner of JV) to sign/digitally sign the tender document, signing the
Agreement/Rider Agreements (s), witnessing measurement Books, signing the
measurement Book, correspondence, Receiving Payments, settlements,
Compromise, signing of No Objections Certificate and referring the disputes / Allowed
5 Yes Yes
claims to Arbitration etc., on behalf of the Joint Venture, if the same is not (Optional)
covered by the JV agreement terms and conditions. (d) In case of members
belonging to sole proprietary concern / firm / partnership Firms /Limited
Companies, additional documents, as applicable for these entities and as
indicated in the tender document, should also be furnished. (e) In case, a the
JV firm of a JV which submitted tender, claims the credentials /experience of
any member of the JV as a partner / Member of another Partnership
Firm(s)/Joint Venture (s)/Limited Company, either of the following document
shall be submitted along with the tender without fail:- i) Copies of those
Partnership(s) /Joint Venture(s) Deeds covering the period from the date of
commencement to the date of completion of the work for which credential /
experience certificate is submitted, as the case may be, mentioning the share
of the said member in the Joint Venture/partnership should be submitted along
with tender. OR ii) The copies of the experience certificate issued for the said
member of the Joint Venture firm mentioning the share o f interest i n that
Partnership / Joint Venture(s) Deeds of IRSGCC July 2020
In case the Tenderer is HUF, the following documents shall be submitted
along with the tender: (i)A copy of notarized affidavit on Stamp Paper declaring
that he/she is in position of "KARTA" of Hindu Undivided Family (HUF) and
he/she has the authority, power and consent given by other members of HUF
to act on behalf of HUF. (ii)If the HUF wants to act through one of the
members of the HUF, then PoA in favour of such member of HUF, should
submit along with tender, a copy of power of attorney signed by KARTA of
HUF duly stamped and authenticated by a Notary Public or by Magistrate in
favour of the specific person authorizing him to do all such acts, deeds and
things necessary in connection with or incidental to submission of tender
including digitally sign and submit the tender and all documents specified in
Allowed
6 the Tender Document, including undertakings, letters, certificates, Yes Yes
(Optional)
acceptances, clarifications, guarantees, etc., making representations to and
providing information / responses to Railway, representing all members in all
matters before the Railway and generally dealing with the Railway in all
matters in connection with tender, sign the agreement, receive money,
coordinate measurements through contractor's authorized engineer, witness
measurements, sign measurement books, compromise, settle, relinquish any
claim(s) preferred by the HUF and sign "No Claim Certificate" and refer all or
any disputes to arbitration and create liability against the HUF. If these
documents are not submitted along with tender, then the credentials /
experience as claimed by the tenderer shall not be considered of IRSGCC July
2020

Pa g e 9 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

In case tenderer is a LLP Firm registered under LLP Act-2008, the following
documents shall be submitted: (a )copy of LLP Agreement, (b) copy of
Certificate of Incorporation; (c ) If the LLP Firm wants to act through an agent
or individual partner(s), should submit along with tender, a copy of power of
attorney signed by all partners of the LLP duly stamped and authenticated by
a Notary Public or by Magistrate in favour of the specific person authorizing
him to do all such acts, deeds and things necessary in connection with or
incidental to submission of tender including digitally sign and submit the tender
on behalf of the LLP and all documents specified in the Tender Document,
including undertakings, letters, certificates, acceptances, clarifications, Allowed
7 No No
guarantees, etc., making representations to and providing information / (Optional)
responses to Railway, representing all partners in all matters before the
Railway and generally dealing with the Railway in all matters in connection with
tender , sign the agreement, receive money, co-ordinate measurements
through contractor's authorized engineer, witness measurements, sign
measurement books, compromise, settle, relinquish any claim(s) preferred by
the LLP Firm and sign "No Claim Certificate" and refer all or any disputes to
arbitration and create liability against the LLP Firm. If these documents are not
submitted along with tender, then the credentials / experience as claimed by
the tenderer shall not be considered of IRSGCC July 2020
In case the Tenderer is a Registered Society & Registered Trust, the following
documents shall be submitted: (a)copy of the Certificate of Registration, (b)
Deed of Formation; (c) Copy of working rule of the society.(d) Copy of
Allowed
8 registration for change in the constituents of the entity (e) Copy of PoA to No No
(Optional)
member of the society / trust. If these documents are not submitted along with
tender, then the credentials / experience as claimed by the tenderer shall not
be considered.
Any other document required for evaluation of his/ their bid as deemed fit by Allowed
9 No No
the tenderer. (Optional)
Allowed
10 Scanned copy of Statement of Bank details, PAN & GST (as per Pro forma 5). No No
(Optional)
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
11 No No
definition and calculation of local content shall be in accordance with the Make (Mandatory)
in India policy as incorporated in the tender conditions.
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
12 No No
definition and calculation of local content shall be in accordance with the Make (Mandatory)
in India policy as incorporated in the tender conditions.
Allowed
13 Request for Mobilization Advance if applicable (as per Proforma-8). No No
(Mandatory)
Proforma for self-Certificate in regard to meeting the Minimum Local Content
requirements as per Make in India Policy for Procurement Order Value less Allowed
14 No No
than of Rs.10 Crores. (as per clause 23.8(a) of Special Conditions of (Mandatory)
Contract).
Proforma of Certificate on percentage of Local Content as per Make in India
Allowed
15 Policy for Procurement Order Value more than Rs.10 Crores. (as per clause No No
(Mandatory)
23.8(b) of Special Conditions of Contract)

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderers are advised to read the instructions contained in the User Manual
1 for Contractors for IREPS (Works Module) available in the learning centre in No No Not Allowed
website www.ireps.gov.in before preparation of Bid Online.

Pa g e 10 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

(a) The Tender Document on IREPS (Works Module) is having Nine (9) Parts
viz., 1. NIT Header 2. Schedule 3. Items break-up 4. Eligibility Conditions 5.
Compliance (Check List, Commercial, Technical) 6. General Instructions 7.
Special Conditions 8. Undertakings 9. Documents attached with Tender (b)
Documents attached with this tender are listed under Part 9 of Tender
Document shall form part of the complete Tender Document/Contract
Document for the tendered work. Tenderers are advised to read carefully all
conditions contained in the aforesaid documents before preparing their bid. (c)
To submit bid on line, the Tenderer shall navigate different tabs such as
2 Eligibility Conditions, Compliance Conditions, General Instructions, Special No No Not Allowed
Conditions, Technical/ Commercial Compliance Conditions, Undertakings,
Checklists and other miscellaneous conditions included by the Railway in the
tender document. It is also indicated against each condition whether the bidder
is required to confirm whether he complies or not with the requirements of the
condition (by clicking on the yes/no buttons), whether the bidder is allowed to
enter his comments/remarks against the clause, and whether documents
uploading against the condition is Allowed (Mandatory), Allowed (Optional) or
Not Allowed. The tenderers are advised to read all the instructions/conditions
contained in such documents carefully, before submitting their bid online.
EMD & TDC is to be paid Online only. EMD and Tender document cost in any
3 No No Not Allowed
other form shall not be accepted.
4 Tender Document cost once paid is non-refundable. No No Not Allowed
EMD of those tenderers will be forfeited who resile from their offers within the
5 No No Not Allowed
validity period of the tender.
6 Joint Venture is applicable for tenders valuing more than Rs.10.00 Cr. only. No No Not Allowed
Tenderers are advised to submit scanned copies of all documents including
certified documents. The responsibility of submitting the correct documents
lies with the tenderer. Tenderers may ensure that all scanned and uploaded
7 No No Not Allowed
documents are readable and that there are no errors/ omissions/discrepancies
/ over-writings anywhere in such documents before submitting online. Railway
will not be responsible for any incomplete/erroneous documents uploaded.
The tenderer shall not add any condition(s) on their own anywhere in their
offer including documents uploaded with the offer. Any such conditions if
8 stated and if are in violation of the Railway's Tender conditions, may lead to No No Not Allowed
summary rejection of the offer. Railway reserves the right to reject such offers
summarily without assigning any reasons whatsoever.
No post tender correspondence will be permitted and the tender shall be
decided based on the documents submitted / attached with the offer only.
9 No No Not Allowed
However, Railway reserves the right to verify / seek for any clarification on the
documents/credentials already submitted by the tenderer along with the offer.
Railway reserves the right to verify/seek clarification from
10 authority/professional who has issued Certificate towards Technical/Financial No No Not Allowed
eligibility of the tenderer
Railway reserves the right to cancel the tender without assigning any reason
11 No No Not Allowed
thereof.
Railways reserve the right to reject any or all offers without assigning any
12 No No Not Allowed
reason thereof.
If the Tenderer(s) deliberately give(s) wrong information in tender or create(s)
circumstance for the acceptance of tender, Railway shall without prejudice to
13 any other right or remedy, shall reject such offer at any stage and forfeit the No No Not Allowed
amount deposited as Earnest Money besides suspending the business for a
minimum period of one year.
In case of Two packet tenders, an Affidavit as per Proforma-9 attached
(executed in the presence of public notary on non-judicial stamp paper of
value of Rs.100/- or appropriate value as per Stamp Duty Act) shall be
14 No No Not Allowed
scanned and submitted / attached with the offer. Failure to submit/attach the
affidavit with the offer shall render offer incomplete and such offer will be
rejected summarily.
Even for the working contractors of this Railway, the onus of establishing the
credentials of the tenderers from the office records or otherwise does not lie
15 No No Not Allowed
with the Railway. Railway shall evaluate the offer only from the
certificates/documents which are submitted / attached with the offer.

Pa g e 11 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

The Tenderer(s) shall keep the offer open for a minimum period of 45 days in
16 the case of Single Packet system of tendering and 60 days in the case of Two No No Not Allowed
Packet system of tendering from the date of closing of the tender.
If eligible L-1 tenderer resiles/withdraws offer after closing of the tender such
tenderer shall be debarred from participation in the tender for this work, if the
17 tender gets discharged due to tenderer resiling from the offer. The EMD shall No No Not Allowed
be forfeited without prejudice to right of Railways to take any legal action as
deemed fit against such tenderer.
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] -JULY-2020 as amended from time to time up to date. A
soft copy of the Indian Railway Standard General conditions of Contract is
18 given as attached documents to the tender for reference. The tenderer(s) No No Not Allowed
is/are deemed to have fully read, understood and agreed all 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
the tenderer (s) is/are not aware of same shall not be entertained.
Any queries can be mailed to swrcntenders@gmail.com sufficiently well in
advance of the date of closing of the tender and not later than ten days before
19 No No Not Allowed
the date of closing of the tender. The queries may be replied depending upon
the reasonableness of the query and availability of time
The decision of the Railway regarding the corrections/suitability of the
20 certificates is final and binding on the tenderer. The tenderer shall not have No No Not Allowed
any claim whatsoever in this regard.
Unreleased EMD, if any, held with the Railway Administration shall not be
21 No No Not Allowed
adjusted towards the EMD to be remitted online for the present tender.
The tenderers are advised to visit the site of work in their own interest and
acquaint themselves with the site conditions and expected quantum of work.
22 No No Not Allowed
The rate should be quoted duly considering the site conditions. The tenderer
shall not have any claim later whatsoever in this regard.
Refund of EMD - (a) In Single Packet System, the EMD of the unsuccessful
tenderers will be returned on finalisation / award of tender. (b) In case of Two
Packet System, the EMD of the tenderers who do not get shortlisted on
23 No No Not Allowed
evaluation of technical bid will be returned by Railways. The price bids of
shortlisted tenderers will be further evaluated for consideration and award of
work and thereafter EMD of unsuccessful tenderers will be returned.
In case the tenderer is a JV Firm, the bid can be submitted online either by the
JV Firm itself, if the JV Firm already exists (duly registered already before the
Registrar of the Companies under Companies Act or before the Registrar/Sub-
Registrar under the Registration Act, 1908) by using Digital Signature of JV
24 No No Not Allowed
Firm or alternatively, the bid can also be submitted by one of the members
authorised by the JV Firm to deal with the tender using the Digital Signature of
such authorised member. In such cases, the JV Firm shall mention this in the
MOU.
Corrigendum Notice: For the purpose of Corrigendum in the tender, the Notice
Inviting Tender (NIT) period is split as under: (a) Advertisement period: Time
during which all information pertaining to tender shall be available but offers
cannot be submitted. (b)Offer submission period: Fifteen days prior to opening
of tender during which tenderers can submit their offers. Issue of corrigendum
25 No No Not Allowed
will be done only during Advertisement period. No corrigendum will be issued
during offer submission period. However, the tenderers may note that for
cases requiring corrigendum during offer submission period, the tender under
the said Tender Notice may be cancelled at the discretion of Railways and
shall be re-tendered.
Mobilisation Advance is applicable for advertised Tender value of more than
Rs.25.00 Crore. Tenderers may read the terms and conditions for grant of
such Mobilisation Advance given in the Tender Document. The rate of interest
26 will be as notified by Railway Board in advance of each financial year and will No No Not Allowed
be applicable for tenders opened in that financial year. Tenderers may submit
their request for grant of Mobilisation Advance in Proforma 10 attached with
Tender Document.

Pa g e 12 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

An Proprietor / Partnership Firm / Company /JV Firm/ HUF /LLP Firm /


Registered Society & Registered Trust can submit only one offer either in
his/their individual capacity or as a Proprietor or as a partner of Partnership
firm / JV Firm / HUF / Society or as a Director of/LLP Firm any Company etc.
27 No No Not Allowed
In case of more than one offer received and any person is also a
Proprietor/Partner of Partnership Firm/JV or Director of a Company/Subsidiary
Company which also participated in the same tender, then all such offers shall
be considered as "Invalid".
The tenderer shall quote his rate as a percentage above or below or at par
with the Schedule of Rates except where he is required to quote item rates
and must tender for all the items in the Schedule of Quantities as appearing in
28 the Financial Offer Page. The tenderer can also offer rebate (in percentage) No No Not Allowed
on the Gross Bid value in the rebate field provided on the Financial Offer
Page. The Net Bid value shall be calculated by applying rebate on the Gross
Bid value. The offers shall be ranked on the basis of the Net Bid value.
Instructions regarding applicability of Price Variation Clause (PVC) is contained
29 in the Tender Documents. Tenderers are advised to read such conditions No No Not Allowed
before preparing their bid.
The offer shall be submitted by the tenderer or the person authorised by the
30 tenderer to digitally sign the tender documents / contract documents on behalf No No Not Allowed
of the tenderer.
The detailed item description of NON-USSOR items is given in the document
31 attached with the tender. Tenderers are advised to read carefully before No No Not Allowed
preparing their bid.
The tenderer shall submit along with the tender document, documents in
support of his/their claim to fulfil the eligibility criteria as mentioned in the
tender document. Each page of the copy of documents/certificates in support
of credentials, submitted by the tenderer, shall be self-attested/digitally signed
32 by the tenderer or authorised representative of the tendering firm. Self No No Not Allowed
attestation shall include signature, stamp and date (on each page). Only those
documents which are declared explicitly by the tenderer as documents
supporting the claim of qualifying the laid down eligibility criteria, will be
considered for evaluating his/their tender.
The Railway reserves the right to verify all statements, information and
documents submitted by the bidder in his tender offer, and the bidder shall,
when so required by the Railway, make available all such information,
33 evidence and documents as may be necessary for such verification. Any such No No Not Allowed
verification or lack of such verification, by the railway shall not relieve the
bidder of its obligations or liabilities hereunder nor will it affect any rights of the
railway thereunder.
The Railway will not be bound by any change in the composition of the
partnership firm made subsequent to the submission of tender. Railway may
34 No No Not Allowed
however, recognize such power of attorney and changes after obtaining
proper legal advice, the cost of which will be chargeable to the contractor
If the JV is dissolved on account of death, retirement of any member or for any
reason what so ever, before fully completing the whole work or any part of it,
undertaken by the contract agreement, the surviving member shall remain
35 jointly, severally and personally liable to complete the whole work to the No No Not Allowed
satisfaction of the Railway and to pay compensation for loss sustained if any
by the Railway due to such dissolution. The amount of compensation shall be
decided by the Railway and this shall be final and binding on the contractor
In case JV firms are allowed to participate, Technical and financial Eligibility of
the JV firm shall be adjudged based on satisfactory fulfilment of the clause
36 No No Not Allowed
aNo.17.15.1 & 17.15.2 respectively of Part I of IRSGCC July 2020 with upto
date correction slip
In case participation of partnership firm, Technical and financial Eligibility shall
37 be adjusted based on satisfactory fulfilment of the clause No.10.14(c) & 18 of No No Not Allowed
part I of IRSGCC July 2020with upto date correction slip

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 13 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

(a)All rates shall be inclusive of all taxes, duties, charges, royalties etc. as
applicable from time to time. In this regard tenderers may refer IRSGCC JULY
2020 with latest correction slips including correction slips issued from time to
1 time and Special Conditions of Contract (SCC) attached with Tender No No Not Allowed
Document. (b). Royalty charges will be regulated as per special conditions of
contract attached with tender document. (b)Royalty charges will be regulated
as per Special Conditions of Contract attached with Tender Document.
2 Unless otherwise explicitly specified, this tender is not a composite tender. No No Not Allowed
Unless otherwise explicitly specified, incentive bonus payment clause is not
3 No No Not Allowed
applicable.
A An offer shall become invalid:- (i)if the Tender Document Cost and EMD is
not paid Online (ii)if the offer is not digitally signed by the tenderer/by the
Attorney / by the person authorized by the tenderer to sign and submit the
tender on his/their behalf. (iii)if any individual / Proprietor / Partnership Firm /
Limited Company /JV Firm/HUF/Society uploads more than one offer either in
his/their individual capacity or as a Proprietor or as a Partner/Member of
Partnership Firm / JV Firm / HUF / Society or as a Director of any Limited
Company, etc. B.An offer shall get summarily rejected if the following
documents are not submitted /attached with offer as per the list mentioned in
4 the tender documents :- (i)Documents as applicable in case of Proprietary No No Not Allowed
concern/ Partnership firm / JV Firm / Limited Company/HUF/Society/LLP firm,
etc. (ii) Certificate (Annexure V) (iii)Ballast test certificate, if applicable (iv)any
other document required for evaluation of the bid C.An offer shall get
summarily rejected if the tenderer adds any condition on his/their own
(anywhere in the e-offer), which is in violation of the Railway's Tender
Conditions. D.An offer shall become ineligible for award of the tendered work if
the tenderer does not fulfil the Eligibility Conditions, (both the Standard
Financial Eligibility Criteria and the Standard Technical Eligibility Criteria)
prescribed in the Tender Documents.
5 The maintenance period for the work is Twelve months. No No Not Allowed
Price variation clause shall be applicable only for Contracts of value (original
6 Contract agreement value) Rs.5 Crore and above,irrespective of the contract No No Not Allowed
completion period Ref:( SCC 2020 clause 19.1)
Technical conditions relevant to the work are attached. Tenderer(s) shall go
7 No No Not Allowed
through the same.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Declaration regarding Employment of Retired Engineer/Retired Railway Officer Allowed
1 Yes Yes
(Proforma - 7) (Optional)
List of Machinery, Tools, Plants & Staff to be Deployed on this work (Proforma Allowed
2 Yes Yes
- 3) (Optional)
Allowed
3 Statement of Works on Hand (Proforma - 3) Yes Yes
(Optional)
Allowed
4 Method statement, if applicable. Yes Yes
(Optional)
The work shall be carried out a tenderer/Contractor holding a valid Class -I
electrical license issued by any state Government for carrying out the
installation work of the voltage classes involved, under the direct supervision of
the person holding valid certificates of competency for the same voltage
Allowed
5 classes issued or recognised by the State Government. The tenderer should Yes Yes
(Optional)
furnish with his tenderer offer the particulars of the license held by him. The
successful tenderer shall furnish the names and particulars of certificates of
competency of the supervisors and workmen to be engaged for carrying out
this work.
Copy/copies of the Certificate(s) to prove the Technical Eligibility as given in
6 Yes Yes Not Allowed
Technical Eligibility Criteria. The following guidelines shall be followed.
The certificate to satisfy similar work should be signed by an officer not lower
than JAG officer in Railways and Executive Engineer rank equivalent grade in
Allowed
6.1 other department of Govt. of India/State Government/ PSUs / Government of No Yes
(Mandatory)
India / State undertaking. Tenderer shall upload certificate copies along with
the tender.

Pa g e 14 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

For evaluating tenderer's eligibility with regard to work experience, he shall


furnish relevant certificates and details of the physically completed work. The
total value of similar nature of works completed during the qualifying period, in
terms of the final bill amount, and not the payments received within qualifying
period alone, will be considered. In case, the final bill of similar nature of work
has not been passed and final measurements have not been recorded, the
7 paid amount including statutory deduction is to be considered. If final No No Not Allowed
measurements have been recorded and work has been completed with
negative variation, then also the paid amount including statutory deduction is
to be considered. However, if final measurement 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 should be considered for judging eligibility
Even if the tenderer(s) is / are working contractor(s) of any
8 division/construction organization also and if he/they do not attach the required Yes Yes Not Allowed
certificates his/their offer will not be considered.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/we have read the various conditions of this Tender Document (including
documents attached with the Tender Document) and agree to abide by the
said conditions. I/we have also perused the Contract Documents (i.e., the
Indian Railways Standard General Conditions of Contract including correction
slips issued from time to time, Special Conditions of Contract and Special
Specifications, Regulations to Tenderers (for the guidance of Engineers and
Contractors for Engineering Works under Works Contracts), Additional Special
Co n d itio n s, Technical Specifications and Technical Conditions, The
Specifications for Materials and Works 2010 of the South Western Railway and
1 No No Not Allowed
the USSOR/ Schedule of Rates of the South Western Railway with all
correction slips upto date and all other documents attached to the Tender and
that I/we am/are fully aware that I/we will have to perform the contract if
my/our Tender is accepted subject to the Contract Documents complete
aforesaid. I/we offer to do the work for South Western Railway at the rates
quoted in the SCHEDULE and hereby bind myself/ourselves to complete the
work in all respects within the completion period as given in the Tender
Document/Contract Document from the date of issue of the Letter of
Acceptance.
1.1 I/we have visited the work sites and I/we am/are aware of site conditions No No Not Allowed
I/we also agree to keep this offer open for acceptance for a period of 45 days
in case of SINGLE PACKET SYSTEM and 60 days in case of TWO (2)
PACKET SYSTEM from the date fixed for closing of the bid and will not resile
2 No No Not Allowed
from offer or modify the terms and conditions thereof in a manner not
acceptable to Railways and in any default thereof, I/we will be liable for
forfeiture of my/our 'Earnest Money'.
The requisite amount towards EMD is paid online. I/We are aware that the full
value of the Earnest Money Deposit (EMD) shall stand forfeited without
3 No No Not Allowed
prejudice to any other rights or remedies in case my/ our e-offer is accepted
and if: -
A)I/We do not execute the contract documents within seven days after receipt
3.1 No No Not Allowed
of notice issued by the railway that such documents are ready.
B)I/We do not commence the work within fifteen days after receipt of orders to
3.2 No No Not Allowed
that effect.
C ) I/We do not submit a Performance Guarantee in any of the forms as
3.3 No No Not Allowed
prescribed.
I am the authorised person to represent the tendering firm and I am
authorised to digitally sign the tender documents and all the other documents
on behalf of the firm. I am fully aware that the offer will get summarily rejected
4 No No Not Allowed
if the offer is digitally signed by any person other than the person who is
authorised to digitally sign and submit the Tender Document on behalf of the
tendering firm.
I/We hereby certify that all the statements and documents scanned and
5 No No Not Allowed
submitted with my/our offer are true and correct.

Pa g e 15 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

I am/we are aware of the fact that this offer is made in the full understanding
6 that my/our offer will be subjected to verification of all the information No No Not Allowed
submitted with this offer.
I/We (including our constituents) 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
7 No No Not Allowed
on the date of opening of bids either in our individual capacity OR as
partner/member of Partnership Firm/ JV Firm in which we were/are
partners/members.
I/We are aware of the fact that Firm/Company/Individual Owner/Proprietor etc.
will be legally liable and accountable for all activities performed by the
authorized signatories through the IREPS website. I/We keep the list and
8 details of the authorized signatories updated at all times and remove the name No No Not Allowed
of the authorized signatory immediately if he/she leaves the company. In case
of failure to do so, the Firm/Company/Individual Owner/ Proprietor will be held
liable for actions of such signatory.
I/We are fully aware that an individual / Proprietor / Partnership Firm / Limited
Company /JV Firm/HUF/Society can upload only one offer either in my / our
individual capacity or as a Proprietor or as a partner of partnership firm / JV
9 No No Not Allowed
Firm / HUF / Society or as a Director of any Limited Company etc. and in case
more than one offer is received by Railways then such offers (including my/our
offer) shall be considered as "Invalid".
Until a formal agreement is prepared and executed, acceptance of this offer
will constitute a binding contract between us subject to modifications as may
10 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my/our offer for this work.
I/we also undertake to carry out the work in accordance with said plans,
specifications and Conditions of Contract, and to find and provide such of the
materials (other than those to be supplied by the Railway) for, and to do all
such things which in the opinion of the Engineer may be necessary for, or
11 No No Not Allowed
incidental to the construction, completion and maintenance thereof and to
complete the whole of the said works in all respects, and hand them over to
you or your representative(s) within the period specified and to maintain the
same for the period and the manner provided for in the conditions of contract.
I/We also understand that my/our offer will be evaluated based on the
12 documents/credentials submitted along with the offer and same shall be No No Not Allowed
binding upon me/us.
I/We declare that the information and documents submitted along with the
13 tender by me/us are correct and I/We are fully responsible for the correctness No No Not Allowed
of the information and the documents, submitted by us.
I/We undersign that if the certificates regarding eligibility criteria submitted by
us are found to be forged/false or incorrect at any time during process for
14 evaluation of tenders, it shall lead to forfeiture of the tender EMD besides No No Not Allowed
banning of business for five years on entire IR. Further, I/We and all my/our
constituents understand that my/our offer shall be summarily rejected.
I/We also understand that if the certificates submitted by us are found to be
false/forged or incorrect at any time after the award of the contract, it will lead
15 to termination of the contract, along with forfeiture of EMD/SD and No No Not Allowed
Performance guarantee besides any other action provided in the contract
including banning of business for five years on entire IR.

6. Documents attached with tender

S.No. Document Name Document Description


1 IRSGCC-JULY2020.pdf IRSGCC July 2020
2 SCC-2020Rev.pdf SCC REV
3 Proforma2020.pdf Proforma 2020
4 Revisedproformancequarantee.pdf Peformance guarantee
AdvanceCorrectionSlip-
5 Advance correction slip
1toIRSGCC-2020.pdf
6 TechnicalSpecification.pdf Technical specification
7 Specialconditions.pdf Special conditions of contract Ele

Pa g e 16 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3
SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: ECN-9-2021-RT Closing Date/Time: 14/07/2021 11:00

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: KISHORE DIGAMBAR DEOPARE

Designation : Dy.CEECNBNC

Pa g e 17 o f 17 Ru n Da te/Time: 16 /0 6 /2 0 2 1 15 :2 9 :0 3

You might also like