Download as pdf or txt
Download as pdf or txt
You are on page 1of 7

BANGALORE DIVISION-ELECTRICAL/SOUTH WESTERN RLY

TENDER DOCUMENT
Tender No: BE-29-2023-24-OT-31 Closing Date/Time: 13/03/2024 15:00

Sr. Divisional Electrical Engineer General SBC acting for and on behalf of The President of India invites E-Tenders against Tender
No BE-29-2023-24-OT-31 Closing Date/Time 13/03/2024 15:00 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

Name of Work Operation, Switching & Maintenance of substations over SBC division for one year.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 13/03/2024 15:00 Date Time Of Uploading Tender 21/02/2024 08:55
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 20158656.00 Tendering Section GENERAL
Bidding Style Single Rate for Tender Bidding Unit Above/Below/Par
Earnest Money (Rs.) 250800.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months
Contract Type Service Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 28/02/2024 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Revenue

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Schedule 01-Operation, Switching & Maintenance of substations over SBC division for
20158656.00
one year.
Please see Item Breakup for details. 20158656.00 AT Par 20158656.00
01
Description:- Operation, Switching & Maintenance of substations over SBC division for one year.

3. ITEM BREAKUP

Schedule Schedule 01-Operation, Switching & Maintenance of substations over SBC division for one year.
Item- 01 Operation, Switching & Maintenance of substations over SBC division for one year.
S No. Item Description of Item Unit Qty Rate Amount
No
1 01 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station at M.G colony/SBC with associated
works as per scope of work enclosed (charges per month)
2 02 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station at IOH shed/SBC including upcoming
11kV/750V substaion with associated works as per scope of
work enclosed (charges per month)
3 03 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station at DRM office building with associated
works as per scope of work enclosed (charges per month)
4 04 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station at Nandi officer's colony with
associated works as per scope of work enclosed (charges
per month)
5 05 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station at PRS/SBC with associated works as
per scope of work enclosed (charges per month)

Pa g e 1 o f 7 Ru n Da te/Time: 2 1/0 2 /2 0 2 4 0 8 :5 5 :5 5
BANGALORE DIVISION-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: BE-29-2023-24-OT-31 Closing Date/Time: 13/03/2024 15:00

6 06 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station at Yesvantpur(YPR) station with
associated works as per scope of work enclosed (charges
per month)
7 07 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station at Bengaluru cantonment (BNC)with
associated works as per scope of work enclosed (charges
per month)
8 08 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station at SMVB station with associated
works as per scope of work enclosed (charges per month)
9 09 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station at MEMU shed/BAND with associated
works as per scope of work enclosed (charges per month)
10 10 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station at Satellite Goods Terminal (SGT)
with associated works as per scope of work enclosed
(charges per month)
11 11 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station at Krishnarajapuram Diesel Loco
S h e d with associated works as per scope of work
enclosed(charges per month)
12 12 Round the clock operation, switching and maintenance of Month 12.00 111255.00 1335060.00
11/0.4 kV Sub- station, service buildings at IRIDM/Hejjala
with associated works as per scope of work enclosed
(charges per month)
13 13 Round the clock operation, switching and maintenance of Month 12.00 86207.00 1034484.00
11/0.4 kV Sub- station at Bangarpet station with associated
works as per scope of work enclosed (charges per month)
14 14 Round the clock operation, switching and maintenance of Month 12.00 86207.00 1034484.00
11/0.4 kV Sub- station at Tumkur station with associated
works as per scope of work enclosed (charges per month)
15 15 Round the clock operation, switching and maintenance of Month 12.00 86207.00 1034484.00
11/0.4 kV Sub- station at Hosur Railway station with
associated works as per scope of work enclosed (charges
per month)
16 16 Round the clock operation, switching and maintenance of Month 12.00 86207.00 1034484.00
11/0.4 kV Sub- station at Mandya Railway station with
associated works as per scope of work enclosed (charges
per month)
Total 20158656.00

4. ELIGIBILITY CONDITIONS

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
MINIMUM ELIGIBILITY CRITERIA : Work Experience: The bidder should have
satisfactorily completed in the last three previous financial years and the current
financially year up to the date of opening of the tender, one similar single service
contract**for a minimum of 35% of advertised value of the bid. *Completed service
contract includes ongoing service contract subject to payment of bills amounting to at
least 35% of the advertised value of the bid. **SSimilar nature of work applicable is
"Installation and / or maintenance and operation of Electrical assets pertaining to LT &
HT system of power supply systems by providing skilled and unskilled manpower in
Allowed
1 Central Govt. or State Government or their PSUs. " Work experience from private No No
(Mandatory)
individual shall not be accepted. Certificate from public listed company/private
company/Trusts having annual turnover of Rs 500 crore and above subject to the same
being issued from their Head office by a person of the company duly enclosing his
authorization by the Management for issuing such credentials. Note: The bidder shall
submit details of work executed by them in the prescribed format along with bid for the
service contracts to be considered for qualification of work experience criteria clearly
indicating the nature / scope of contract, actual completion cost and actual date of
completion for such contract in the format as per Appendix-5.

Pa g e 2 o f 7 Ru n Da te/Time: 2 1/0 2 /2 0 2 4 0 8 :5 5 :5 5
BANGALORE DIVISION-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: BE-29-2023-24-OT-31 Closing Date/Time: 13/03/2024 15:00

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Financial Standing: The Bidders will be qualified only if they have minimum financial
capabilities as below - T1- Financial Turnover - The bidder should have an aggregate
financial turnover not less than 1.5 times the advertised Bid value during the last three Allowed
1 No No
previous financial years and in the current financial year up to the date of opening of the (Mandatory)
tender. The audited balanced sheet reflecting financial turnover certified by chartered
accountant with her stamp, signature and membership number shall be considered.

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Financial Standing: The Bidders will be qualified only if they have minimum financial
capabilities as below - (ii) T2-Liquidity - The bidder should have access to or has
available liquid assets, lines of credit and other financial means to meet cash flow that is
valued at 5% of the estimated bid value net of applicant's commitments for other
contracts. The audited Balance sheet and/or banking reference certified by chartered
accountant with her stamp, signature and membership number shall be submitted by the
Allowed
1 bidder along with the bid. Banking reference should contain in clear terms the amount No No
(Mandatory)
that bank will be in a position to lend for this work to the applicant/member of the Joint
Venture/Consortium. In case the Net Current Assets (as seen from the Balance Sheets)
are negative, only the Banking references will be considered. Otherwise the aggregate of
the Net Current Assets and submitted Banking references will be considered for working
out the Liquidity. The banking reference should be from a Scheduled Bank in India and it
should not be more than 3 months old as on date of submission of bids.

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
**Similar nature of work applicable is "Installation and / or maintenance and operation of
Allowed
1 Electrical assets pertaining to LT & HT system of power supply systems by providing No No
(Mandatory)
skilled and unskilled manpower in Central Govt. or State Government or their PSUs. "

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The bidders shall obtain minimum qualification score individually in each of the technical
criteria defined under Sl. No. 1 to 4 of Bid Evaluation - Technical Criteria, which is Allowed
1 No No
attached as Annexure I in the Tender Document and also uploaded with this NIT, to (Mandatory)
qualify.

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 3 o f 7 Ru n Da te/Time: 2 1/0 2 /2 0 2 4 0 8 :5 5 :5 5
BANGALORE DIVISION-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: BE-29-2023-24-OT-31 Closing Date/Time: 13/03/2024 15:00

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

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The bidders shall obtain minimum qualification score individually in each of the
following technical criteria defined under Sl. No. 1 to 4 of Bid Evaluation -
1 No No Not Allowed
Technical Criteria, which is attached as Annexure and uploaded with this NIT,
to qualify.
Undertaking for Truthfulness/Correctness of the DOCUMENTS submitted/
uploaded by the tenderer along with the tender As per GCC for Services 2018
2 No No Not Allowed
Clause No. 2.6.2.1.3, In case of failure of the bidder to submit the undertaking,
their offer shall be summarily rejected.
FORMAT FOR CERTIFICATE TO BE UPLOADED BY TENDERER ALONG
3 No No Not Allowed
WITH THE TENDER DOCUMENTS as per Appendix 1, 2 an 3
4 Documents to fulfil Technical Eligibility criteria as per GCC No No Not Allowed
5 Documents to fulfil Financial Eligibility criteria as per GCC No No Not Allowed
6 Electrical License as per tender conditions. No No Not Allowed
The tenderers are advised to download and carefully read the Tender
7 No No Not Allowed
Document attached with this Notice Inviting tender.

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.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderers are advised to submit all the documents required to be uploaded by
them in Kannada/Hindi/English. Documents uploaded in any other language
1 No No Not Allowed
shall be translated to Kannada/Hindi/English and attested copy may be
uploaded for better appreciation of the tender.
CORRIGENDUM NOTICE ON IREPS: Railway may modify the tender
document by issuing online corrigendum through "www.ireps.gov.in" 15 days
prior to the tender closing date. For the purpose of CORRIGENDUM in the
2 tender, NIT period is split as under: (a) ADVERTISEMENT PERIOD: The time No No Not Allowed
during which all information pertaining to tender shall be available but offers
cannot be submitted (b) OFFER SUBMISSION PERIOD: 15 days prior to
closing of tender, during which tenderers can submit their offer

Pa g e 4 o f 7 Ru n Da te/Time: 2 1/0 2 /2 0 2 4 0 8 :5 5 :5 5
BANGALORE DIVISION-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: BE-29-2023-24-OT-31 Closing Date/Time: 13/03/2024 15:00

The tenderers are advised to carefully download and read this NIT along with
the tender Documents (Chapter I to VI) attached with this NIT, in conjunction
3 No No Not Allowed
with Indian Railways Standard General Conditions of Contract- 2018 with latest
amendments and correction slips before participating in this Tender.
4 The prices quoted shall be net including all taxes and duties etc. No No Not Allowed
The tenderers are advised to upload all required documents mentioned in this
5 Notice Inviting Tender as well as in the Tender Document (Tender forms) No No Not Allowed
(Chapter I to VI) along with the bid.
The schedule given in this NIT shall be read in conjunction with technical
6 specifications/ explanatory notes , schedule maintenance activities and scope No No Not Allowed
of work given in the Tender document attached with this Tender.
3.3.2When the service is bidded for, by a firm or a company of contractors, the
7 Bid shall be signed by the individual legally authorized to enter into No No Not Allowed
commitments on their behalf.
3.3.3Railway shall not be bound by any power of attorney granted by the
Bidder or by changes in the composition of the firm made subsequent to the
8 execution of the contract. It may, however, recognize such power of attorney No No Not Allowed
and changes after obtaining proper legal advice, the cost of which will be
chargeable to the contractor.
4.14: Contractors understanding : It is understood and agreed that the
Contractor has, by careful examination, satisfied herself as to the nature,
scope and location of the services, the type I character of equipment and
9 No No Not Allowed
facilities needed preliminary to, and during the progress of the services, the
general and local conditions, the labour conditions prevailing therein and all
other matters which can in any way affect the services under the contract.
Tenderers are advised to follow two packet system and quote their rate as
10 percentage above/ at par as per conditions in IREPS portal. Offer of the No No Not Allowed
bidders who quote below the NIT value, will be summarily rejected.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 As per Chapter No. III of Tender Document. No No Not Allowed

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Undertaking for Truthfulness/Correctness of the DOCUMENTS submitted/
uploaded by the tenderer along with the tender As per GCC for Services 2018 Allowed
1 Yes Yes
Clause No. 2.6.2.1.3, In case of failure of the bidder to submit the undertaking, (Mandatory)
their offer shall be summarily rejected.
The bidder should sign and upload a copy of Bid Form (First, Second and Allowed
2 Yes Yes
Third Sheets) as per Chapter V of this Tender Document. (Mandatory)
FORMAT FOR CERTIFICATE TO BE UPLOADED BY TENDERER ALONG Allowed
3 Yes Yes
WITH THE TENDER DOCUMENTS as per Appendix 1,2 and 3. (Mandatory)
3.3.1Before submitting a Bid, the Bidder shall be deemed to have satisfied
herself by actual inspection of the site and locality of the services, that all
conditions liable to be encountered during the delivery of the services are
4 taken into account and that the rates she enters in the Bid forms are adequate Yes Yes Not Allowed
and all-inclusive to accord with the provisions in Clause - 4.42 of the General
Conditions of Contract for services 2018 for the delivery of services to the
entire satisfaction of the Manager.
Rates Quoted by the tenderer should be at par or above the advertised value
5 of tender to ensure minimum wages, ESI and EPF as per labour laws, failing Yes Yes Not Allowed
which the bid will be summarily rejected.

Pa g e 5 o f 7 Ru n Da te/Time: 2 1/0 2 /2 0 2 4 0 8 :5 5 :5 5
BANGALORE DIVISION-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: BE-29-2023-24-OT-31 Closing Date/Time: 13/03/2024 15:00

The bidder shall clearly specify whether the bid is submitted on her own or on
behalf of a partnership concern. If the bid is submitted on behalf of a
partnership concern, she should submit the certified copy of partnership deed
along with the tender and authorization to sign the tender documents on
behalf of partnership firm. If these documents are not enclosed along with
Allowed
6 tender documents, the tender will be treated as having been submitted by Yes Yes
(Optional)
individual signing the tender documents. The Railway will not be bound by any
power of attomey granted by the bidder 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.
The bidder whether sole proprietor, a limited company or a partnership firm if
they want to act through agent or individual partner(s) should submit along
with the tender or at a later stage, a power of attorney duly stamped and
authenticated by a Notary Public or by Magistrate in favour of the specific
Allowed
7 person whether she/they be partner(s) of the firm or any other person Yes Yes
(Optional)
specifically authorising her/them to submit the tender, sign the agreement,
receive money, witness measurements, sign measurement books,
compromise, settle, relinquish any claim(s) preferred by the firm and sign "No
Claim Certificate" and refer all or any disputes to arbitration.
T h e b i d d e r s h a l l g i v e f u l l d e t a i l s o f t h e c o n s t it u t io n o f the
Firm/JV/Company/Society etc. and shall also submit following documents (as
applicable), in addition to documents mentioned above: (a)Sole Proprietorship
Firm: The bidder shall submit the notarized copy of affidavit. (b)Partnership
Firm: T h e bidder shall submit self-attested copies o f (i)registered/notarized
Partnership Deed and (ii)Power of Attorney duly authorizing one or more of the
partners of the firm or any other persons(s), authorized by all the partners to
act on behalf of the firm and to submit & sign the Bid, sign the agreement,
witness measurements, sign Measurement Books, receive payment, make
correspondences, compromise/settle/relinquish any claim (s) preferred by the
firm, sign No Claim certificate', refer all or any dispute to arbitration and to take
similar action in respect of all Bids/contracts OR said Bid/contract. (iii)Attested
copy of firm registration certificate. (c)Joint Venture (JV): JV are not allowed to
participate as the value of tender is below 10 crore. (d)Company registered
under Companies Act-1956: The Bidder shall submit (I) the copies of MOA
Allowed
8 (Memorandum of Association) and AOA (Articles of Association) of the Yes Yes
(Mandatory)
Company; and (ii) Power of Attorney duly registered/notarized by the company
(backed by the resolution of Board of Directors) in favour of the individual,
signing the Bid on behalf of the Company. (e)Society: The Bidder shall submit
(i) self-attested copy of the Certificate of Registration, (ii) Deed of Formation
and (ii)Power of Attorney in favour of the Tender signatory. If it is mentioned in
the Bid that it is being submitted on behalf of/by a Sole Proprietorship
Firm/Partnership Firm/Joint Venture/Registered Company etc., the
aforementioned document/s (as applicable) should be enclosed along with Bid.
If it is NOT mentioned in the Bid that it is being submitted on behalf of/by a
Sole Proprietorship Firm/Partnership Firs/Joint Venture/Registered Company
etc., then the Bid shall be treated as having been submitted by the individual
who has signed the Bid. After opening of the Bid, any document pertaining to
t h e Constitution o f t h e Firm/JV/Society etc. shall neither be asked nor be
entertained/ considered. A Bid from JV/Consortium/Partnership Firm etc. shall
be considered only where permissible as per the Bid/ Tender conditions.
The bidder shall clearly specify whether the bid is submitted on her own or on
behalf of a Partnershitp Firm/Joint Venture (JV)/Society etc. The bidder(s) who
is/are constituents of Firm, Company, Association or Society shall enclose self-
Allowed
9 attested copies of the Constitution of their concern, Partnership Deed and Yes Yes
(Mandatory)
Power of Attorney along with their bid. Bid Documents in such cases shall to
be signed by such persons as may be legally competent, Association or
Society, as the case may be.

Pa g e 6 o f 7 Ru n Da te/Time: 2 1/0 2 /2 0 2 4 0 8 :5 5 :5 5
BANGALORE DIVISION-ELECTRICAL/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: BE-29-2023-24-OT-31 Closing Date/Time: 13/03/2024 15:00

Previous work Done: The bidder shall submit documents related to completed/
on-going service similar contracts during the last three previous financial year
and the current financial year along with the details of payments received and
percentage penalties imposed therein, to classify the completed/ on-going
similar service contracts in the following categories: 1) Payment received more Allowed
10 Yes Yes
than or equal to 80% or 50% or 49% of the current advertised bid value and (Mandatory)
percentage penalties Imposed therein. Certificate from client firm authorizing
payment received along with percentage penalties imposed, contract wise for
completed/ on-going similar service contracts with satisfactory performance to
be submitted.
Turnover (in last three and current Financial Year) (Less than 1.5 times the
Allowed
11 value of work is not eligible). As per audited balance sheet certified by the CA Yes Yes
(Mandatory)
to be submitted.
Number of years in operations: (Firms having less than 1 year of experience
are not eligible)- Company establishment certificate and company's work order Allowed
12 Yes Yes
copy/agreement copy/completion certificate etc. as proof of operation, TO BE (Mandatory)
SUBMITTED. Years shall be counted from the date of agreement of the work.
Size of Workforce: The Bidder must have a minimum number of personnel (as
defined by the Railway administration) on the organization's pay roll. The
Minimum number of personnel required for this tendered work is 48. (Forty
Allowed
13 Eig h t ) . EPFO challan/bank account statement in support of available Yes Yes
(Mandatory)
manpower (duly submitted to EPFO) in respect of the previous four quarters
preceding the date of opening of Bid should be submitted in support of their
qualification
The tenderers are advised to upload all required documents mentioned in this
Allowed
14 Notice Inviting Tender as well as in the Tender Document (Tender forms) Yes Yes
(Optional)
(Chapter I to VI) along with the bid.
Information regarding Employment/Partnership etc. of Retired Railway Allowed
15 Yes Yes
Employees as per to be uploaded. (Mandatory)
The contractor shall possess a valid Electrical licence issued by any state
Government for carrying out this work of the voltage classes involved. (11 KV
HT in case of this work). And this work shall be carried out under the direct
Allowed
16 supervision of a person holding valid certificates of competency for the same Yes Yes
(Mandatory)
voltage classes issued or recognised by the State Government. The Electrical
licence shall be mandatorily uploaded in the IREPS website while submitting
the bid without which the bid will be summarily rejected.

6. Documents attached with tender

Document
S.No. Document Name
Description
1 ACStoGCC_for_services_Amendment_in_para_2_6_2_1_3_and_SBD_Amendment_to.pdf ACS TO GCC
GCC 2018
2 GCCServices2018_5M_2.pdf
SERVICES
CORRIGENDUM
3 CORRIGENDUMNO1TOGCCSERVICES.pdf
TO GCC
4 TenderDocumentOT31F_1.pdf 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: KUMARI PUJA

Designation : Sr.DEEG

Pa g e 7 o f 7 Ru n Da te/Time: 2 1/0 2 /2 0 2 4 0 8 :5 5 :5 5

You might also like