You are on page 1of 7

SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY

TENDER DOCUMENT
Tender No: ELEG-GSU-OT-06-2023-24 Closing Date/Time: 01/01/2024 14:00

CPM/GSU/SDAH acting for and on behalf of The President of India invites E-Tenders against Tender No ELEG-GSU-OT-06-2023-24
Closing Date/Time 01/01/2024 14:00 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

Lift Work - Provision of passenger lifts at Bongaon (BNJ), Behrampore Court (BPC) ,
Name of Work Krishnanagar (KNJ) , Bethuadahari (BTY) and Santipur (STB) Rly. Stations (2 nos. at each
station, Total=10 nos.) under Amrit Bharat Station Scheme.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 01/01/2024 14:00 Date Time Of Uploading Tender 11/12/2023 12:10
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 17750290.00 Tendering Section GSU/ELECT
Bidding Style Single Rate for Tender Bidding Unit Above/Below/Par
Earnest Money (Rs.) 238800.00 Validity of Offer ( Days) 63
Tender Doc. Cost (Rs.) 0.00 Period of Completion 18 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 18/12/2023 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 I-(SITC of Escalator) 17750290.00
1 10.00 Numbers 1775029.00 17750290.00 AT Par 17750290.00
Description:- Design,manufacture and supply of Machine Room Less ( MRL ) Passenger Lift ( G+1 ), 2 Stops,2
1 Openings( opposite / same side opening as per site requirement ), 10 Passenger capacity ( 680 Kgs ) complete
with Variable Voltage Variable Frequency ( VVVF ) drive, Automatic Rescue Device ( ARD ) & all other associated
accessories including, installation, testing & commissioning .

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 1 o f 7 Ru n Da te/Time: 11/12 /2 0 2 3 12 :10 :5 6


SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: ELEG-GSU-OT-06-2023-24 Closing Date/Time: 01/01/2024 14:00

The tenderer must have minimum average annual contractual turnover of V/N or V
whichever is less; where V= Advertised value of the tender in crores of Rupees N=
Number of years prescribed for completion of work for which bids have been invited. The
average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years, as per the audited balance
sheet. However, in case balance sheet of the previous year is yet to be prepared/
audited, the audited balance sheet of the fourth previous year shall be considered for
calculating average annual contractual turnover. Please follow GCC-April-2022 for Allowed
1 No No
Annexure-VIB. The tenderers shall submit requisite information as per Annexure-VIB, (Mandatory)
along with copies of Audited Balance Sheets duly certified by the Chartered Accountant/
Certificate from Chartered Accountant duly supported by Audited Balance Sheet. [NOTE:
Failing of submission of 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 shall be liable for rejection.] [NOTE: Client
certificate from other than Govt Organization should be duly supported by Form
16A/26AS generated] through TRACES of Income Tax Department of India.]

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have successfully completed or substantially completed any of the
following during last 07(seven) years, ending last day of month previous to the one in
which tender is invited:- Three similar works each costing not less than the amount equal
to 30% of advertised value of the tender OR Two similar works each costing not less
than the amount equal to 40% of advertised value of the tender OR- One similar work
each costing not less than the amount equal to 60% of advertised value of the tender.
(NOTE: Work experience certificate from private individual shall not be considered.
However, in addition to work experience certificates issued by any Govt. Organisation,
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
Allowed
1 financial year, listed on National Stock Exchange or Bombay Stock Exchange, No No
(Mandatory)
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 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.) For details of substantially completed
works IR-GCC-April-2022 or latest with all correction slips upto the date of closing of
tender will be followed.
Defination of Similar Work :- Design, Supply, Installation, testing and commissioning of
1.1 No No Not Allowed
Passengers/luggage lifts with or without AMC.

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.
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.

Pa g e 2 o f 7 Ru n Da te/Time: 11/12 /2 0 2 3 12 :10 :5 6


SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: ELEG-GSU-OT-06-2023-24 Closing Date/Time: 01/01/2024 14:00

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
Upload scanned copy, in PDF format, of the complete address of the firm,
Allowed
1 contact no. pan no., etc. in a format to which all the correspondences shall be No No
(Optional)
made by the Railway.
Bidder must follow 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.
2 No No Not Allowed
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017. The definition and
calculation of local content in accordance with the Make in India policy as
approved by PCEE/ER is 50% of Minimum Local Content (MLC).
The power of attorney in the name of the person authorized to do all
correspondence related to work along with resolution passed by the board of Allowed
3 No No
Director, affidavit stating that the tenderer is the sole proprietor of the said firm (Optional)
in case of proprietor firm. Copy of POA (Power of Attorney) may be attached.
The Annual Maintenance Contract (AMC) for five (5) years (60 months) should
be applicable after expiry of the warranty period for individual lift at individual
location i.e. station. The basic rate (excluding GST / other taxes) for AMC shall
be quoted separately by the bidders as per format given in the Open e-Tender
Document. The quoted total AMC cost (Total Basic cost) for five (5) years will
be taken for evaluation of bid offer. Separate agreement shall be executed Allowed
4 No No
with Sr.DEE (G)/SDAH as per accepted rate. The payment of AMC charges will (Mandatory)
be made on quarterly basis. In case of non-submission of basic rate (
excluding GST / other taxes ) and total AMC cost for five years based on basic
rate as per given format in "Open E Tender Document" (Uploaded in Tender
Doc), the entire bid document will summarily be rejected i.e. not accepted for
evaluation of bid.
Upload scanned copy, in PDF format, of any other letters/documents etc., the Allowed
5 No No
agency intends to submit. (Optional)
Format for Documents verification certificate is uploaded in document as
Allowed
6 ''Documents verification certificate''. Failing of submission of this correctly filled No No
(Mandatory)
certificate along with the bid, the offer shall be summarily rejected.
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
7 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.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 3 o f 7 Ru n Da te/Time: 11/12 /2 0 2 3 12 :10 :5 6


SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: ELEG-GSU-OT-06-2023-24 Closing Date/Time: 01/01/2024 14:00

In case the office remains closed on the date of opening day of tender due to
any unforeseen circumstances like bandh, strike, natural calamities, riot and
1 No No Not Allowed
civil commotion etc. The tender will be opened on the next working day at
same time and place.
This Tender conforms to guidelines in GCC April 2022 and will be in conformity
with amendment as made time to time there after. For any matters not
2 specifically mentioned in this Tender Paper, the provision of General Condition No No Not Allowed
of Contract (G.C.C. April 2022 or latest) for works as amended from time to
time ,will govern this contract mutates mutandis.
Standard format for Guarantee Bond for security deposit is uploaded in
3 No No Not Allowed
document as ''GUARANTEE BOND FORSECURITY DEPOSIT''.
All rates of the items in the Schedules are inclusive of GST (GST Considered
4 No No Not Allowed
as 18%).The GST Act and Rules will be applicable.
For other terms and conditions with additional information, "Open E-Tender
5 No No Not Allowed
Document" uploaded herewith is to be referred.
Deviations from the contract or the technical specifications if any, Railway
6 Reserves Right to accept or reject the deviations or the offer if not acceptable No No Not Allowed
without assigning any reason.
Location of Work: Bongaon (BNJ),Berhampore Court (BPC),Krishnanagar
7 No No Not Allowed
(KNJ),Bethuadahari (BTY) and Shantipur (STB) Railway Stations.
The work will be executed under the guidance of Sr.SE/E/G/RHA(IC) and
Sr.SE/E/G/BT(IC). Sr.SE/E/G/RHA(IC) who will be the Co-Ordinator of the
7.1 No No Not Allowed
whole work. Day to day work will be looked after by concerned sectional Sr.
SEE/G or JEE/G.
In case of any ambiguity in General Specification or RDSO Specification or
8 technical details or any other confusion arises, it may be collected/clarified No No Not Allowed
from Dy.CPM/ELEC/GSU/SDAH/G/SDAH office if required before bidding.
This contract includes site cleaning during the time of execution of the work by
the successful bidder. Non-compliance of cleaning items after the work done
9 to a satisfactory level, Railway will impose a penalty of maximum 0.05% of the No No Not Allowed
contract value apart from holding up of payments for items pertaining to
cleaning of works, which will be decided by Railway authority.
For disabled and elderly person lift specification, "CPWD instruction for aged &
10 No No Not Allowed
disabled" uploaded herewith is to be referred.
CPWD's General Specifications for Electrical Works ( PART-III - LIFTS and
ESCALATORS ) 2003 is available at website
11 No No Not Allowed
(https://cpwd.gov.in/Publication/GenSpec_ElectPt3LiftEsl2003.pdf) or soft copy
( pdf ) may be collected from this office.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Railways may however call for the originals of the credentials (if applicable)or
1 submitted documents for verification or any clarifications/confirmations on the No No Not Allowed
contents of the documents submitted.
(i)The Railway reserves the right of not to invite tenders for any of Railway
work or works or to invite open or limited tenders and when tenders are called
to accept a tender in whole or in part or reject any tender or all tenders without
assigning reasons for any such action. In case if tender is accepted in part by
Railway administration, Letter of Acceptance shall be issued as counter offer
2 No No Not Allowed
to the Tenderer, which shall be subject to acceptance by the Tenderer. ii)
Tenderer/s have to submit their technical and financial capabilities along with
the tender, failing which their tender shall be liable for rejection. iii) Tenderers
are required to quote their Permanent Account Number. iv) PVC (Price
Variation clause)is not applicable in this contract.
As per clause 6, Part-I of Indian Railways Standard General Conditions of
3 No No Not Allowed
Contract, April, 2022, Care in Submission of Tenders: to be taken as under :-

Pa g e 4 o f 7 Ru n Da te/Time: 11/12 /2 0 2 3 12 :10 :5 6


SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: ELEG-GSU-OT-06-2023-24 Closing Date/Time: 01/01/2024 14:00

Before submitting a tender, the tenderer will be deemed to have satisfied


himself by actual inspection of the site and locality of the works, that all
conditions liable to be encountered during the execution of the works are
3.1 taken into account and that the rates he enters in the tender forms are No No Not Allowed
adequate and all inclusive to accord with the provisions in Clause-37 of the
Standard General Conditions of Contract for the completion of works to the
entire satisfaction of the Engineer.
Tenderers will examine the various provisions of The Central Goods and
Services Tax Act, 2017(CGST)/ Integrated Goods and Services Tax Act,
2017(IGST)/ Union Territory Goods and Services Tax Act, 2017(UTGST)/
3.2 respective state's State Goods and Services Tax Act (SGST) also, as notified No No Not Allowed
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.
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 the
3.3 No No Not Allowed
award of contract, without which no payment shall be released to the
Contractor. The Contractor shall be responsible for deposition of applicable
GST to the concerned authority.
(a) 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
3.4 No No Not Allowed
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.
As per clause 11 (vi) of Indian Railways Standard General Conditions of
Contract, April, 2022; (a) In case of any information submitted by tenderer is
found to be false, forged or incorrect at any time during process for evaluation
of tenders, it shall lead to forfeiture of the tender Bid Security besides banning
of business for a period of upto five years. (b) In case of any information
4 submitted by tenderer is found to be false, forged or incorrect after the award No No Not Allowed
of contract, the contract shall be terminated. Bid Security, Performance
Guarantee and Security Deposit available with the railway shall be forfeited. In
addition, other dues of the contractor, if any, under this contract shall be
forfeited and agency shall be banned for doing business for a period of upto
five years.
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,
5 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 there under.
The standard vertical height of escalator is 6.6 meters. The TENDERER shall
be given +/- 0.6% of quoted rate with variation of vertical heights +/- 0.15
meters i.e; Example if the height becomes 6.75 meter then the amount paid to
TENDERER will be 1.006 times quoted rate and if height becomes 6.45 meter
than amount paid will be 0.994 times of quoted rate. For a height variation on
6 No No Not Allowed
higher side of standard height, example for 6.60 - 6.74 meter, payment will be
on the basis of escalator height of lower limit of slab i.e, 6.60 meter while for a
height variation on lower side slab of standard height i.e. for 6.45 - 6.59 meter,
payment will be on the basis of next higher slab of escalator height i.e; 6.6
meter.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 The firm should have currently valid ISO-9001:2015 certification. No No
(Mandatory)

Pa g e 5 o f 7 Ru n Da te/Time: 11/12 /2 0 2 3 12 :10 :5 6


SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: ELEG-GSU-OT-06-2023-24 Closing Date/Time: 01/01/2024 14:00

Deviations from the contract or technical specifications, if any,to be


Allowed
2 uploaded(Railway Reserves Right to accept or reject the deviations or the offer No No
(Optional)
if not acceptable without assigning any reason)

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/We have read the various conditions attached/referred to in this tender
1 No No Not Allowed
document and agree to abide by the said conditions.
I/We offer to do the work for Eastern Railway at the rates quoted in the
attached schedule and hereby bind myself/ourselves to complete the work in
2 No No Not Allowed
all respect within the period of completion stipulated in the tender document
from the date of issue of letter of acceptance of the tender.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject to modifications, as may
3 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my/our offer for this work.
The amount as stipulated in tender document(if any) is herewith forwarded as
Earnest Money/Bid Security shall stand forfeited without prejudice if :-to any
other right or remedies in case my/our Tender is accepted and if : (a) I/We do
not submit the Performance Guarantee within the time specified in the Tender
4 No No Not Allowed
document;(b)I/We do not execute the contract documents within seven days
after receipt of notice issued by the Railway that such documents are ready;
and (c) I/We do not commence the work within fifteen days after receipt of
orders to that effect.
I/we hereby confirm that I/we have satisfied myself/ourselves by actual
inspection of the site and locality of the works, that all conditions liable to be
encountered during the execution of the works are taken into account and that
5 the rates he enters in the tender forms are adequate and all inclusive to No No Not Allowed
accord with the provisions in Clause-37 of the Standard General Conditions of
Contract 2022 for the completion of works to the entire satisfaction of the
Engineer.
I/We hereby agree to abide the electrical safety measures in the working p l a
c e (i)Before servicing of electrical equipment make ensure the disconnecting
5.1 of power source. (ii) Following PPE(personal protection equipment)must use if No No Not Allowed
needed during working (a) Insulated Gloves (b)Insulated Matting (c) Insulated
ladder (d) Rescue rods (e) Voltage detectors with proper rating.
I/We also hereby agree to abide by the Indian Railways Standard General
Conditions of Contract,April 2022 with all correction slips up-to-date and to
carry out the work according to the Special Conditions of Contract and
6 No No Not Allowed
Specifications of materials and works as laid down by Railway in the annexed
Special Conditions/ Specifications, Standard Schedule of Rates (SSOR) with all
correction slips up-to-date for the present contract.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
i)The unit prices quoted by the Tenderer and accepted by the Railways shall
hold good till completion of the work and no additional individual claim will be
1 admissible on account of fluctuation in market rates etc. ii) All unit prices shall No No Not Allowed
be in rupees .Unit measurement shall be in unit specified in scope. Contractor
must carefully note.
The Tenderers shall keep the offer open for a minimum period of 63 days from
the date of opening of the tender (i.e. from the closing of tender submission
time) or for such extended period as may be mutually agreed upon and the
2 Tenderer shall not be entitled during the aforesaid period or such extended No No Not Allowed
period to withdraw his offer or revoke or cancel his tender or vary the tender or
any terms thereof without the written consent of Sr. Divisional Electrical
Engineer E. Rly. Sealdah.

6. Documents attached with tender

S.No. Document Name Document Description

Pa g e 6 o f 7 Ru n Da te/Time: 11/12 /2 0 2 3 12 :10 :5 6


SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: ELEG-GSU-OT-06-2023-24 Closing Date/Time: 01/01/2024 14:00

1 FormatofGuaranteeBond.pdf Guarantee Bond


2 Documentsverificationcertificate.pdf Documents verification certificate
3 GCC-April-2022.pdf GCC April 2022
2022_CE-I_CT_GCC-
4 Correction Slip of GCC April 2022
2022Policy14_07_20221.pdf
5 ageddisabled.pdf CPWD instruction for aged disable
6 OpenE-TenderDocument.pdf Open E Tender Document

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww 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: ABHIJIT DAS

Designation : Dy.CPMELEC

Pa g e 7 o f 7 Ru n Da te/Time: 11/12 /2 0 2 3 12 :10 :5 6

You might also like