| Notice Type | Tender Announcement |
|---|---|
| Notice Number | 129567141 |
| Description |
Project Name: Tender for Procurement of Luggage Rack Installation for LHB Type Power Car & Brake Van Tender Type: Open Tender (Domestic Tender) Earnest Money Deposit (EMD): INR 166,800.00 Estimated Value: INR 83,40,105.00 (Approx. INR 8.34 Million) Inspection Agency: TPI Agency (Third Party Inspection Agency) Permitted Currency: Indian Rupee (INR) Procurement Content & Material Specifications: Item Name: Luggage Rack Installation for LHB Type Power Car/Brake Van Detailed Description: Luggage rack installation assembly for LHB type railway coach power car/brake van, including structural and connecting components required for installation. Drawing Number: Drg. No. 1 11 012.0.25.300.001 ALT A (Must be manufactured strictly as per this drawing) Drawing Description: The drawing includes detailed dimensional specifications, material requirements, tolerance ranges, surface finish requirements, installation hole positions, welding specifications, and other technical parameters. Packaging Requirements: Packing Instructions - PI012 (CORRUGATED PAPER), i.e., use corrugated paper for packaging to ensure protection during transportation. Quantity: 38 Sets Unit Description: In "Set" unit, each set includes a complete installation assembly. Consignee: Furnishing Depot, MCF/RBL Delivery Location: Furnishing Depot, Modern Coach Factory (MCF), Raebareli, Uttar Pradesh, India. Technical Specifications & Quality Standards: Design Standards: Strictly adhere to Indian Railways LHB type coach design specifications. Material Requirements: As per the material grade and specifications specified in the drawing. Manufacturing Process: Conform to welding, machining, and surface treatment standards for railway vehicle components. Tolerance Requirements: As per dimensional and geometric tolerances indicated on the drawing. Warranty Period: 30 months from the date of delivery. Warranty Terms: The warranty provisions of Clause 20.0, Part II of Tender Document Ver.26 shall apply. Applicable Standards: Indian Railways Standard Contract Conditions and Tender Document Version Ver.26 with all its amendments. Project Scope of Services: Supply Scope: Design (as per drawing), manufacturing, inspection, packaging, and delivery of 38 sets of LHB type power car/brake van luggage rack installation components. Coordination Requirement: The successful bidder must coordinate with the consignee for incoming inspection and installation technical support (if required). Inspection Arrangement: Inspection to be conducted by the designated Third Party Inspection Agency (TPI Agency), who will issue inspection certificates. Inspection Method: Stage Inspection Not Required; final inspection and acceptance shall prevail. Delivery Requirements: Delivery Terms: F.O.R (Free on Rail - Seller responsible for delivering goods to the specified destination, freight included in the quotation) Delivery Location: Furnishing Depot, MCF/RBL, Uttar Pradesh, India Delivery Period: Commence work within 1 day of contract signing and complete all deliveries within 60 days. Delivery Schedule Note: This delivery schedule is tentative; MCF/RBL reserves the right to adjust the delivery schedule at the time of finalization based on actual requirements. Railway Transport Proof: If dispatched by rail, a Railway Receipt or Parcel Waybill must be provided as proof of dispatch. Road Transport Proof: If transported by road, a delivery challan signed by a Gazetted Officer at the consignee's end must be provided as proof of delivery. Quantity Adjustment Right: The Purchaser reserves the right to increase the order quantity during the contract period by up to 30%, with unchanged prices and terms. Partial Delivery: The Purchaser may exercise the 30% quantity adjustment right in one or more installments, provided the total variation does not exceed 30% of the order quantity. Payment Terms: Payment Option 1: 95% payment against Inspection Certificate issued by the designated inspection agency and dispatch/delivery proof; remaining 5% after the consignee receives, inspects, and accepts the goods. Payment Option 2: 100% payment after receipt, inspection, and acceptance of materials at the destination (either one of the two payment options may be chosen or as per regulations). Eligibility Requirements (Special Qualification Criteria): Qualification Criteria: Bidders must meet the requirements of Clause 5.0, Part II of Tender Document Ver.26. Estimated Value Confirmation: The estimated value of this tender is INR 83,40,105.00, serving as a reference for bulk/development order qualification. Definition of Similar Product: "Similar items" refer to "Luggage racks for SLRD/Luggage Van/LWLRRM type vehicles". Bidder Type: Applicable to all bidders. Local Procurement Requirement ("Make in India" Policy): Procurement Restriction: Only "Class-I Local Suppliers" are eligible to bid, i.e., those with a local content of not less than 50%. Local Content Definition: Local content is defined and calculated as per the "Make in India" policy. Local Content Declaration: Bidders must enter the percentage of local content for the supplied materials during bidding (0% for fully imported, 100% for fully localized) and may declare it in the quotation. Bidding Prohibition: Bidders not meeting the Class-I Local Supplier eligibility shall not participate, at their own risk and cost. Applicability: The item under this tender falls under Clause 3(a) of the DPIIT order, and there is sufficient local capacity and competition. Statutory Variation Clause: Tax/Duty Variation: Any statutory variation or imposition of new taxes/duties by the Central/State Government on the item(s) specified in the contract (not on their raw materials) during the original or last unconditionally extended delivery period of the contract shall be borne by the Railways. Variation Time Limit: Only tax/duty variations occurring after the submission of the tender shall be accepted. Declaration Requirement: Claims for statutory variation of existing taxes/duties shall not be entertained unless the bidder has explicitly stated the tax/duty rates considered in the quotation. Misclassification: Claims for tax/duty variations arising from misclassification by the supplier/contractor shall not be accepted. Tender Requirements & Compliance Declarations: Deviation Declaration: Any deviations from technical or commercial terms must be explicitly stated in the "Technical Deviation Statement" and "Commercial Deviation Statement"; if no deviation is specified, it shall be deemed acceptance of all terms. Document Conflict Resolution: In case of conflict between the electronic quotation and the technical/commercial terms in the attached documents, the terms in the electronic quotation shall prevail. HS Code: HS Code must be mentioned during bidding (mandatory requirement). Inspection Location: Bidders should specify the inspection location; if procuring from an approved source, the inspection location as per the UVAM vendor directory shall apply. GST Information: Bidders must provide details (name, address, email) of the Assessing Officer under GST jurisdiction in their bid; the purchase order will be copied to this officer upon award. GST Tax Credit: Bidders must confirm they have considered Input Tax Credit (ITC) under GST and undertake to pass on the price benefit as per regulations (in compliance with Section 171 of the CGST Act). Anti-Collusion Bid Declaration: Bidders must declare they have not formed a cartel with other sellers and are providing a competitive quotation; if collusion is found, Railways reserve the right to reject the quotation, debar from future dealings, and may refer the matter to the Competition Commission of India (CCI). Integrity & Compliance: Bidders must declare they are not blacklisted/debarred by Railways or any department of the Government of India; if submission of false/forged documents is discovered, EMD will be forfeited, contract terminated, security deposit forfeited, and the firm debarred. Conflict of Interest: Bidders must declare they have no conflict of interest with other sellers that could affect the fairness of the tender process. Manufacturer Declaration: Bidders must confirm the quoted brand is manufactured in their own factory; if a dealer/agent, a Manufacturer's Authorization Letter must be attached (as per Clause 2.8, Part II of Tender Document Ver.26). Border Restriction Clause (Rule 144(xi) of GFRs-2017): Applicability: Restrictions regarding procurement from countries sharing a land border with India. Bidder Declaration: Bidders must declare: they are not from a country sharing a land border with India; OR if from such a country, they are registered with the competent authority. Supporting Document: If applicable, a valid registration certificate from the competent authority must be attached. Bid Eligibility: If not agreeing to the above declaration, it must be explicitly stated in the Technical/Commercial Deviation. Tender Document Download & Confirmation: Download Source: Bidders download the tender document from the Indian Railways website www.ireps.gov.in. Content Verification: Bidders must confirm they have verified the document content, which is unaltered without addition, deletion, or modification. Final Version: In case of any discrepancy, the master copy held by the Railways shall be final and binding. Standard Contract Terms: The tender is subject to the latest IRS Contract Conditions (with all amendments) and Tender Document Ver.26. Clause Precedence Order: Tender Document > Special Conditions of Tender > Relevant Specifications/Drawings > Tender Document Ver.26 > IRS Contract Conditions. GeM Procurement Compliance: The inviting authority has ensured this tender does not violate GFR provisions regarding procurement through GeM. |
| Documents |