Tender Detail

Buyer/Seller : Can be viewed by Subscribers
Ref. Number : 70461805
Pre-Qualification : 1 The Bidder shall have a minimum Net Worth (the "Financial Capacity") of Rs. 28.02 crore at the close of the preceding Financial Year. No No Allowed (Mandatory) Special Technical Criteria 20/06/2024 15:001 For demonstrating Technical Capacity and experience (the "Technical Capacity"), the Bidder shall, during the last 5 (five) previous financial years and the current financial year upto the Base month (not to be read with para2.1.13). (i)have received payments for construction of Eligible Project(s), or has undertaken construction works by itself in a PPP project, such that the sum total thereof, as further adjusted in accordance with clause 2.2.2.4 (i) & (ii), is more than 2.5 (two and half) times the Estimated Project Cost (the "Threshold Technical Capacity"). Provided that at least one fourth of the Threshold Technical Capacity shall be from the Eligible projects in Category 1 and/ or Category 3 specified in Clause 2.2.2.4 (i) & (ii). (ii)Undertaken at least one Eligible Project of Railway Sector as mentioned in clause 2.2.2.4/iii of value of not less than 35% (thirty-five) per cent of the Estimated Project Cost and have received payments for not less than 75% (seventy five) per cent value of present Contract Value (excluding the payment made for adjustment of Price variation (PVC), if any) of such project. Note: - For composite works of new lines, Gauge Conversion, Doubling, 3rd line, 4th line etc. with Railway electrification and/or Signalling and elecommunication works. 1.In case scope involves the electrification work as per item No. 2 of Annexure -I of Schedule -B value as mentioned in Annexure-G, the selected bidders can himself execute above Electrification work, only in case he has experience as mentioned in clause 2.2.2.1/ii above to value of estimated electrification work as mentioned in Schedule-G of draft Concession Agreement after taking approval from Authority. Otherwise selected bidder shall execute electrification work involved in project by engaging subcontractor as per clause 3.2 of draft Concession Agreement having experience of Railway Sector works. The Railway Sector would be deemed to include overhead equipment system of Railway electrification for a railway system, metro system, suburban transit system, high speed railways, substation and transmission lines, and/or 2.In case scope involves the Signalling and Telecommunication work as per item No. 3 of Annexure -I of Schedule -B value as mentioned in Annexure-G, the selected bidders can himself execute above Signalling and Telecommunication work, only in case he has experience as mentioned in clause 2.2.2.1/ii above to value of estimated Signalling and Telecommunication work as mentioned in Schedule-G of draft Concession Agreement after taking approval from Authority. Otherwise selected bidder shall execute Signalling and Telecommunication work involved in project by engaging sub-contractor as per clause 3.2 of draft Concession Agreement having experience of Railway Sector works. The Railway Sector would be deemed to include Signalling and Telecommunication of railway system, metro system, suburban transit system, high speed railways. No No Allowed (Mandatory) Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:
S.No. Description 1 I/we the tenderer (s) am/are signing this document after carefully reading the contents. 2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof. 3 I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment of the contract, the master copy available with the railway Administration shall be final and binding upon me/us. 4 I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. 5 I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and same shall be binding upon me/us. 6 I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully responsible for the correctness of the information and documents, submitted by us. 7 I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt. of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the partnership firm/LLP/JV/Society/Trust. 8 I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our offer shall be summarily rejected. 9 I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and Performance guarantee and may also lead to any other action provided in the contract including banning of business for a period of upto two year. 10 I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of valid registration by the competent authority is enclosed) Page 2 of 9 Run Date/Time: 13/03/2024 19:53:16 SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY TENDER DOCUMENT Tender No: EPC-04-CAO-C-SC-2024 Closing Date/Time: 20/06/2024 15:00Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.
S.No. Description 1 Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to summary rejection of your offer. ( Click here to download the Format of Self Certification)
Requirement : SCR Construction Organization Engineering, Procurement and Construction (EPC) contract Agreement for Doubling of Track between Parbhani to Parli stations (58.06Kms) (excluding Gangakhed yard from km 292.075 to km 298.85 =6.775 Km) including Electrification & Signaling works in connection with Parbhani -Parli doubling project of South Central Railway in the state of Maharashtra."

Key Values

EMD : INR 20,000,000
Tender Estimated Cost : INR 5,603,338,304
Closing Date : 20/06/2024
Location : Maharashtra - India

Value Added Services

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

Disclaimer : Tender Tiger takes all possible care to ensure accurate & authentic tender information however it cannot be held responsible for Omissions, Errors, etc. Users are advised to refer to Tender Document published by Procuring entity before they take submit their actual bid.