Tender Detail

Buyer/Seller : Can be viewed by Subscribers
Ref. Number : 71508616
Pre-Qualification : 17/05/2024 11:001 4. Contractor's credentials 4.2 (i) Documents testifying tenderer previous experience and financial status should be produced along with the tender.(ii) Certificates and testimonials regarding contracting experience for the type of job for which tender is invited with list of works carried out in the past. (iii)A copy of certificate stating that they are not liable to be disqualified and all their statements/documents submitted along with bid are true and factual. Standard format of the certificate to be submitted by the bidder is enclosed as Annexure-V. In addition to annexure -V, in case of other than Company/Proprietary firm, Annexure-V(A) shall also be submitted by the each member of a Partnership firm/joint Venture(JV)/Hindu Undivided Family (HUF)/Limited Liability Partnership (LLP) etc as the case may be. Non submission of a copy of certificate by the bidder shall result in summarily rejection of his/their bid. It shall be mandatorily incumbent upon the tenderer to identify, state and submit the supporting documents duly self attested / digitally signed by which they/he are/is qualifying the Qualifying Criteria mentioned in the Tender Document.(iv)Document in support of authorized dealership from Original Equipments Manufacturer (OEM)/RDSO approved sources of ABB Circuit Breakers/Interrupters. (v)Copy of valid electrical contractor license: - The contractor shall fulfill valid Electrical Contractor License requirement as per IE Rule 1956 clause no-4 Electrical Contractors license shall be submitted along with the offer, which is Mandatory failing which the offer will be summarily be rejected. (vi) 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, evidence and documents as may be necessary for such verification. Any such 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.(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 two years. (b) In case of any information submitted by tenderer is found to be false forged or incorrect after the award 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 two years. No No Allowed (Mandatory) Special Technical Criteria
1 The tenderer shall fulfill valid electrical contractor license requirement as per IE RULE- 1956, Clause No..4 along with the offer. electrical contractor license shall be submitted alongwith the offer, failing which the offer will be summarily rejected. No No Allowed (Mandatory) Special Technical Criteria
1 The tenderer shall submit valid Document in support of authorized dealership from Original Equipments Manufacturer (OEM)/RDSO approved sources ABB Circuit Breakers/Interrupters 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. Page 2 of 6 Run Date/Time: 24/04/2024 13:19:23 MUMBAI CST DIVISION-ELECTRICAL/CENTRAL RLY TENDER DOCUMENT Tender No: KYNLD-583-PRev-23-24-09R2 Closing Date/Time: 17/05/2024 11:008 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) Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.
S.No. Description 1 Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to summary rejection of your offer. ( Click here to download the Format of Self Certification)
Requirement : Periodic Overhauling (POH) & Annual Overhauling (AOH) of 3 pulley type regulating equipments and rehabilitation of OHE structures in Kalyan and Lonavala Districts of Division Central Railway.

Key Values

EMD : INR 75,100
Tender Estimated Cost : INR 3,753,251
Closing Date : 17/05/2024
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.