0% found this document useful (0 votes)
71 views6 pages

Gevra-Pendra Road Tender Notice

IRCON International Limited is inviting online bids for civil works related to the construction of a railway line between Gevra Road and Pendra Road, with a total estimated cost of approximately ₹3.47 billion. Key dates include bid submission from April 22 to April 29, 2021, and bid opening on April 30, 2021. Bidders must meet eligibility criteria and submit a non-refundable fee of ₹50,000 to participate in the tender process.

Uploaded by

sye866466
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
71 views6 pages

Gevra-Pendra Road Tender Notice

IRCON International Limited is inviting online bids for civil works related to the construction of a railway line between Gevra Road and Pendra Road, with a total estimated cost of approximately ₹3.47 billion. Key dates include bid submission from April 22 to April 29, 2021, and bid opening on April 30, 2021. Bidders must meet eligibility criteria and submit a non-refundable fee of ₹50,000 to participate in the tender process.

Uploaded by

sye866466
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Tender for Gevra Road-Pendra Road between 0-29 Km & Urga - Kusmunda

IRCON INTERNATIONAL LIMITED


(A Govt. of India Undertaking)

Tender No: - IRCON/2060/CGRP/e-TENDER/20-21/ Gevra-Pendra/Pkg-2A Dated:07.04.2021

e-PROCUREMENT NOTICE
DATE SHEET
1. Publishing Date : 08.04.2021 17:30 Hrs
2. Bid Document Download/Start Date : 09.04.2021 9:30 Hrs
3. Clarification Start Date : 09.04.2021 11:30 Hrs
4. Clarification End Date : 14.04.2021 17:30 Hrs
5. Pre-bid Meeting Date through VC as per link: : 15.04.2021 11:30 Hrs
[Link]
adk?hs=224
6. Bid Submission Start Date : 22.04.2021 09:00 Hrs
7. Bid Submission End Date : 29.04.2021 15:00 Hrs
8. Bid Opening Date : 30.04.2021 15:00 Hrs

1. Chief General Manager/CCP, IRCON INTERNATIONAL LIMITED (IRCON in


abbreviation), C-4, District Centre, Saket, New Delhi-110017 Email:
[Link]@[Link], Tel: PHONE: 011-26545404, Mob No- +91-9560595024
for and on behalf of Chhattisgarh East West Railway Limited invites online bids in
two packet system on prescribed forms from bonafide firms/ companies having
requisite experience and financial capacity for execution of the work detailed in the
table given below. The bidder is advised to examine carefully all instructions
including addendum/corrigendum (s), condition of contract data, forms, terms,
technical specifications, bill of quantities in the bid document.

Sr. Estimated Earnest Completi


No Name of the Work Cost Money (₹) -on
of Work Period
(₹)
1 Civil works including Earthwork for Railway
formation, Blanketing work, Minor Bridges,
Major Bridges, ROBs, RUBs, Station building NIL.
and other service buildings, Staff Quarters, Basic Amount However,
(in Rs) the bidder 20
Platform Works including general electrical
3,10,48,69,823. is required months
works between Gevra Road (0 Km) to 91 to submit (including
Bhingra (29 Km) Double line and Urga (0 Km) + GST @12% monsoon
‘Bid
to Kusmunda (11.51 Km) Single line in Security period)
=
connection with the construction of New BG Declaration’
3,47,74,54,202.
Electrified Double Railway Line for 72
Chhattisgarh East West Rail Corridor from
Gevra Road (Km 0) to Pendra Road (Km 135)
via Dipka, Kathghora, Sendurgarh and Pasan
in the state of Chhattisgarh over South East
Central Railway.

Ircon International Limited 4


Tender for Gevra Road-Pendra Road between 0-29 Km & Urga - Kusmunda

2.0 Website [Link] may be referred for detailed terms and


conditions of the bidding documents, which is available on line. Amendments /
Corrigendum / Addendum, if any would be hosted on the website only.

3.0 ELIGIBILITY CRITERIA

Eligibility of the applicants shall be assessed based on the “Essential Qualifying


Criteria” as given in Annexure-V to “Instructions to Tenderers”.

4.0 Accessing/ Purchasing of Bid Documents

4.1 The complete Bid Document can be viewed / downloaded from the e-Procurement portal
i.e. [Link] free of cost.

4.2 Help for Contractors, FAQ, Information about DSC and Bidders Manual Kit containing
the detailed guidelines for e-Procurement system are also available on Central Public
Procurement Portal.

4.3 It is mandatory for all the bidders to have a valid Class-III Digital Signature Certificate
(in the name of person having power of attorney to sign the Bid) from any of the licensed
Certifying Agency (Bidders can see the list of licensed CA’s from the link
[Link]) to participate in e-Procurement of IRCON.

4.4 It is mandatory for the bidders to get their firm/company registered with e-procurement
portal [Link] to have user ID & password.

4.5 Tender documents will be available online on website [Link]


eprocure/app as per date sheet which can be downloaded free of cost. However, to
participate in the online bidding process, bidders are required to pay a non-refundable
fee of Rs. 50,000/- (Rupees Fifty Thousand only) towards the cost of one set of tender
documents through NEFT or RTGS only in IRCON’s bank account No.
57500000076024, IFSC Code:HDFC0000003 at HDFC Bank Ltd., Surya Kiran Building,
KG Marg, New Delhi.

5.0 Instructions to Bidders for Online Bid Submission on the e-Procurement portal
[Link]
Bidders may download and refer the “Instructions for Online Bid Submission” from
([Link]
C6FD4.cppsugep2?page=StandardBiddingDocuments&service=page).

6.0 Pre-bid meeting

6.1 A pre-bid meeting of the interested prospective bidders shall be convened on 15.042021
through VC from the office of Chief General Manager/CCP, IRCON INTERNATIONAL
LIMITED (IRCON in abbreviation), C-4, District Centre, Saket, New Delhi-110017. The
link for the same will be [Link]

6.2 The purpose of the pre-bid meeting is to clarify issues and to answer questions on any
matter that may be raised.

Ircon International Limited 5


Tender for Gevra Road-Pendra Road between 0-29 Km & Urga - Kusmunda

6.3 The bidder is requested to submit his queries in writing/email (email-ID:


[Link] or [Link]@[Link]) so as to reach this office not later
than the clarification end date mentioned in the date sheet. No queries will be
entertained thereafter.

6.4 Any prospective bidders desirous of attending the pre-bid meeting shall send a letter of
authority on its letter head specifying the name and designation of the person who will
be attending the pre-bid meeting on its behalf to the Chief General Manager/CCP,
IRCON INTERNATIONAL LIMITED (IRCON in abbreviation), C-4, District Centre,
Saket, New Delhi-110017. Any such letter of authority shall reach three days before the
date of pre-bid meeting.

7.0 IRCON may issue addendum(s)/corrigendum(s) to the tender documents. In such case,
the addendum(s)/corrigendum(s) shall be issued and placed on website
[Link] at any time before the closing time of tender.
The tenderers who have downloaded the tender documents from website must visit the
website and ensure that such addendum(s)/corrigendum(s) (if any) is also downloaded
by them. This shall be the responsibility of the prospective registered bidders to check
the web site for any such corrigendum/addendum at the time of closing time of tender
and ensure that bid submitted by them are in accordance with all the
corrigendum’s/addendums. Suitable time extension (not less than 3 days beyond the
date of last amendment) for submission of bids will be granted.

8.0 The tender documents shall be submitted online in the prescribed format given on the
websites and technical bids received online shall be opened as per date sheet or
Corrigendum thereof. No other mode of submission is acceptable. Detailed credentials
as per the requirement of eligibility criteria and all tender papers except Bill of Quantities
are to be submitted in “Technical Bid”. Bill of Quantities with rates duly filled in are to be
submitted in the format provided online in the name of “Financial Bid”. Representative
of the bidder, who chooses to attend, may attend the online opening of the technical
bids on the scheduled date and time of Bid opening. However, such representatives
shall be allowed to attend the opening of the Technical Bids, only, if such person
presents the letter of authority issued in his name by the bidder on his letter head.

9.0 Bidders cannot submit the tender after the due date and time of e-bid submission. Time
being displayed on Central Public Procurement Portal [Link]
eprocure/app (“Server System Clock Time”) shall be final and binding on the bidder. e-
Bids are required to be submitted by bidders, only as per the Indian Standard Time (IST)
and not the time as per their location/country.

10.0 The bidders are advised to submit their e-bids well before the e-bid due date. IRCON
shall not be responsible for any delay in submission of e-bids for any reason including
server and technical problems.

11.0 The Technical and Financial Bid shall be digitally signed by the Authorized Signatory of
the bidder & submitted “on-line” only. The authorized signatory of the bidder must be in
possession of Power of Attorney before submitting the digitally signed bid. Scanned
copies of various documents can be prepared in different file format (PDF, JPEG).

12.0 Tender shall be submitted as per “Instructions to Tenderers” forming a part of the tender
document.

Ircon International Limited 6


Tender for Gevra Road-Pendra Road between 0-29 Km & Urga - Kusmunda

13.0 Any tender received without “original Bid Security Declaration” as specified in
tender documents shall not be considered and shall be summarily rejected.

14.0 IRCON reserves the right to cancel the tenders before submission/opening of tenders,
postpone the tender submission/opening date and to accept/reject any or all tenders
without assigning any reasons thereof. IRCON’s assessment of suitability as per
eligibility criteria shall be final and binding.

15.0 Tenderers may note that they are liable to be disqualified at any time during tendering
process in case any of the information furnished by them is not found to be true. Such
tenderer may be disqualified and banned for a period of two years and shall not be
eligible to bid for future tenders of IRCON International Limited for the period of two
years from the date of issue of such order. The decision of IRCON in this regard shall
be final and binding.

16.0 IRCON reserves the right to pre-qualify the bidder(s) provisionally based on the
documents submitted by them and open financial bid(s), subject to their final verification.
In the event of any document being found false, the provisional qualification shall stand
withdrawn, and the next lower bidder shall automatically come to the position of such
disqualified bidder. Action against such disqualified tenderers shall be taken as per
above clause no.: 15.0 of Notice Inviting Tender.

17.0 The validity of the offer shall be for the period indicated in “Appendix to Tender”
after the date of opening (Technical Bid) of the tender.

18.0 Following tender conditions on Make in India shall be applicable for tenders
valuing more than 5 lacs:-

18.1 In procurement, where there is sufficient local capacity and local competition, and where
the estimated value of procurement is ₹ 50 Lakhs or less, only local vendors* shall be
eligible. If the estimated value of such procurement is more than 50 Lakhs, the provisions
of following clause/ sub-clause 18.3 (i) and 18.3 (ii), as the case may be, shall apply.

(*Local vendors means a supplier or service provider whose product or service offered
for procurement meets the minimum local content as prescribed under the Order of
Ministry of Commerce and Industry, Department of Industrial Policy and Promotion or
by the competent Ministries/Departments in pursuance to this Order.)

18.2 Bidders (manufacturer or principal of authorized representative) who have a


valid/approved ongoing ‘Make in India’ agreement/ program and who while meeting
“Essential Qualifying Criteria” as given in Annexure-V to “Instructions to Tenderers”,
would also be considered to be qualified provided:

i) their foreign ‘Make-in-India’ associates meets “Essential Qualifying Criteria” as


given in Annexure-V to “Instructions to Tenderers” without exemption, and

ii) the Bidder submits appropriate documentary proof for a valid/approved ongoing
‘Make in India’ agreement/program.

Ircon International Limited 7


Tender for Gevra Road-Pendra Road between 0-29 Km & Urga - Kusmunda

iii) the bidder (manufacturer or principal of authorized representative) furnishes


along with the bid a legally enforceable undertaking jointly executed by himself
and such foreign Manufacturer for satisfactory manufacture, Supply (and
erection, commissioning if applicable) and performance of ‘The Product’ offered
including all warranty obligations as per the general and special conditions of
contract.

18.3 In the procurements not covered by sub-clause 18.1 above, and which are divisible/
splitable in nature, the following procedure shall be followed:

18.3 (i) Among all qualified bids, if the lowest bid (L1) is from a local vendor, the contract
for full quantity will be awarded to L1.

18.3 (ii) If L1 bid is not from a local vendor, 50% of the order quantity shall be awarded
to [Link], the lowest bidder among the local vendors, will be invited to
match the L1 price for the remaining 50% quantity subject to the local vendor’s
quoted price falling within the purchase preference margin of (L1 + 20%), and
contract for that quantity shall be awarded to such local vendor subject to
matching the L1 price. In case such lowest eligible local vendor fails to match the
L1 price or accepts less than the offered quantity, the next higher local vendor
within the purchase preference margin of (L1 + 20%) shall be invited to match
the L1 price for remaining quantity and so on, and contract shall be awarded
accordingly. In case some quantity is still left uncovered on local vendors, then
such balance quantity may also be ordered on the L1 bidder.

18.4 In procurements not covered by sub-clause 18.1 above and which are not divisible and
such procurements where the bid is evaluated on price alone, the following procedure
shall be followed:

18.4 (i) Among all qualified bids, if the lowest bid is from a local vendor (L1), the contract
will be awarded to L1.

18.4 (ii) If L1 is not from a local vendor, the lowest bidder among the local vendors, will
be invited to match the L1 price subject to local vendor’s quoted price falling
within the purchase preference margin of (L1+ 20% ), and the contract shall be
awarded to such local vendor subject to matching the L1 price.

18.4 (iii) In case such lowest eligible local vendor fails to match the L1 price, the local
vendor with the next higher bid within the purchase preference margin of (L1+
20% ) shall be invited to match the L1 price and so on and contract shall be
awarded accordingly. In case none of the local vendors within the purchase
preference margin of (L1+20%) matches the L1 price, then the contract may be
awarded to the L1 bidder.

18.5 The local vendor at the time of tender shall provide self-certification that the item offered
meets the minimum local content and shall give details of the location (s) at which the
local value addition is made.

Ircon International Limited 8


Tender for Gevra Road-Pendra Road between 0-29 Km & Urga - Kusmunda

18.6 In cases of procurement for a value in excess of ` 10 Crores, the local vendor shall be
required to provide a certificate from the statutory auditor or cost auditor of the company
(in the case of companies) or from a practicing cost accountant or practicing chartered
accountant (in respect of supplies other than companies) giving the percentage of local
content.

18.7 A vendor who has been debarred by any procuring entity for violation of this Order shall
not be eligible for preference under this Order for procurement by any other procuring
entity for the duration of the debarment.

For & on behalf of


Chhattisgarh East West Railway limited

(Ankush Gupta)
Chief General Manager/CCP
IRCON INTERNATIONAL LIMITED,
C-4, District Centre, Saket, New Delhi
Email: [Link]@[Link],
Tel: 011-26545404, Mob No-9560595024

Signature Not Verified


Ircon International Limited Digitally signed by ULHAS LAXMANRAO
9
SONTAKKE
Date: 2021.04.08 [Link] IST
Location: eProcurement System for
Central PSUs

Common questions

Powered by AI

If any information furnished by a bidder is found to be false during the tendering process, the bidder may be disqualified and banned for a period of two years, making them ineligible to bid for future tenders of IRCON International Limited for the duration of the ban . The decision of IRCON regarding disqualification is final and binding .

IRCON ensures compliance with amendments or corrigenda by issuing them online on the website, and it is the responsibility of the bidders to check and download these updates . Bidders are instructed to ensure that their bids comply with all new updates before the tender submission deadline .

To ensure security and authenticity, each bid must be digitally signed by the authorized signatory of the bidder, who must possess a valid Power of Attorney. Only online submission is allowed, and scanned documents can be submitted in specified formats like PDF or JPEG . This process, coupled with the requirement for a Class-III Digital Signature Certificate, ensures bid security and authenticity .

For orders exceeding ₹50 Lakhs, local vendors are given preference if they meet specific criteria. If their bid falls within 20% of the lowest offer from non-local vendors, they may be invited to match the L1 price to secure either the full order (when L1 is a local vendor) or the remaining half in mixed procurement . This is aimed at supporting local industries under the 'Make in India' initiative .

To participate in the IRCON tender process, bidders must pay a non-refundable fee of Rs. 50,000 for one set of tender documents through NEFT or RTGS into IRCON's specified bank account . Also, although there is no earnest money deposit required, bidders must submit a 'Bid Security Declaration' .

The bid submission includes two main components: the Technical Bid and the Financial Bid. The Technical Bid consists of detailed credentials and all tender documents except the Bill of Quantities; it is submitted online in the prescribed format. The Financial Bid involves submitting the Bill of Quantities with rates filled in, also through the online platform .

The e-procurement system mandates that bids be submitted according to IST as recorded by the Central Public Procurement Portal's server system clock. The server time is final and binding, ensuring uniformity in submission timing regardless of the bidder's location . Bidders are advised to submit well before the deadline to account for any potential delays or technical issues .

If the lowest qualified bid (L1) is not from a local vendor, 50% of the order quantity is awarded to L1. Then, the lowest local vendor, if within the 20% purchase preference margin of L1, is invited to match the L1 price for the remaining quantity . If they cannot match or accept the full quantity, the next higher local vendor within the same margin is invited, and this process continues . Any balance remaining may be ordered from the original L1 bidder .

For tenders exceeding ₹10 Crores, local vendors are required to obtain and submit a certificate from their statutory auditor or cost auditor, confirming the percentage of local content in their offerings. This ensures compliance with local content requirements under the 'Make in India' policy .

The pre-bid meeting serves to clarify issues and answer questions related to the tender. It is convened through video conferencing, allowing prospective bidders to raise queries. These queries must be submitted in writing or email before the clarification end date, and attending personnel must present a letter of authority .

You might also like