View Bid Results for South Western Railway Tenders

We found 37 Bid Results related to South Western Railway tenders.You can find Contractor details who won South Western Railway tenders along with contract details in Bid awards announcements section for South Western Railway.Tender Result for South Western Railway Tenders will be available as and when Tender Awards details published by concerned Tendering Authority.

Contract Value : 11.62 Lakhs
Contract Date : Mar 15, 2024
Contract Value : 39.80 Lakhs
Contract Date : Mar 19, 2024
Contract Value : 23.60 Lakhs
Contract Date : Feb 8, 2024
Contract Value : 3.80 Crore
Contract Date : Nov 28, 2023
Contract Value : 1.75 Crore
Contract Date : Nov 28, 2023
Contract Value : 3.25 Crore
Contract Date : Nov 28, 2023
Contract Value : 3.76 Crore
Contract Date : Nov 28, 2023
Contract Value : 3.13 Crore
Contract Date : Nov 28, 2023
Contract Value : 5.86 Lakhs
Contract Date : Ref. Document
10

Ministry Of Railways

BRR : 3418799 bids are invited for hand. 7 ) date of weighments and details of loaded and emptied trucks ( i.e. truck no., date, ti me ) 8 ) date of quality test check received from administration 9 ) if the sand test check is certified by the administration for the usage to the loco motives as per the specification than the unit in charge has to take into account in the register w ith date of opening balance plus the sand received= total closing balance. estimated value supply of clean dry sieved silica sandriver sand free from clay, loams, mica and foreign materials i n 20 kgs water proof non returnable polythein bags as per specification aar m.916 51 up to the speci fied railway premises at sakleshpura for a period of two years 10 13 qty estimated for 24 rate sand per depot total amount months mt rs. 2023 to 2025 5880 595291.2 mys 101.24 29764.56 gst @ 5% 625056 total estimated cost for mys 4. buyer added bid specific sla text clause ( s ) payment and penalty clause 1. account payments the contractor shall be entitled to be paid from time to time b y way of account payment only for such works as in the opinion of the manager sh e has executed in terms of the contract. all payments due on the managers or the mana gers representatives certicates of measurements shall be subject to any deductions which may be made under these presents provided always that the manager may by an y certicate make any correction or modication in any previous certicate which shall have been issued by his and that the manager may withhold any certificate, if the servic es or any part thereof are not being carried out to his satisfaction. 2. the bills shall be submitted in triplicate in railway standard bill format to the sr.deeo mys, south western railway, mysore through the in charge oce duly supported by all documents. contractor may submit bills for payment with all enclosures claimed on cal endar month basis. 3. the measurement book should be maintained by in charge. the measurement book sh ould written clearly as per the work done by the contractor and the same should be for warded to sr.deeomys office by in charge for the work done by the contractor along w ith all the relevant documents and the monthly bill duly signed by the contractor and th e in charge. sr. divisional finance manager, south western railway, mysore is bill payin g authority. 4. the bills should be submitted on or before 5th of every two months. 5. the bills should be claimed only once in two months. no accumulation will be permi tted for any reason. 6. railway reserves the right to make any of the following deductions: 11 13 any statutory deductions as per order of govt. of india or state governm ent. penalties as per terms of the contract. financial liability on the railways due to defective work done by the contr actor while executing this contract. the railway administration shall have the right to withhold payment of dues to the contractor, if in opinion of th e railway administration there has been breach in the terms of contract. penalty clause 1. the following penalty will be imposed for the under mentioned items: 1. penalty will be imposed on contractor for any unsatisfactory performance b y inspecting ocials as deemed t. penalty will be imposed minimum of rs . 500 and maximum up to rs. 2500 per occasionincident. 2. non supply of the sand in time to the unit in charges will invite a penalty at the maximum up to rs.10000 ( rupees ten thousand only ) for each incide nts of failure to supply the sand within 48 hrs of information to contractor. 3. if the contractor supplied sand is not found as per aar specication no.m.9 16 51 during inspection, penalty of rs. 5000 per incident will be imposed over and above, rejection of the entire lot. 4. if any sand bags are found scattered anywhere other than nominated plac es found misused wasted will invite a penalty of minimum rs 500 and m aximum up to rs 2500 per day instance. disclaimer the additional terms and conditions have been incorporated by the buyer after approval of the competent authority in buyer organization, whereby buyer organization is solely responsible for the impact of these clauses on the bidding process, its outcome, and consequences thereof including any eccentricity restriction arising in the bidding process due to these atcs and due to modification of technical specifications and or terms and conditions governing the bid. any clause ( s ) incorporated by the buyer regarding following shall be treated as null and void and would not be considered as part of bid: 1. definition of class i and class ii suppliers in the bid not in line with the extant order office memorandum issued by dpiit in this regard. 2. seeking emd submission from bidder ( s ) , including via additional terms & conditions, in contravention to 12 13exemption provided to such sellers under gem gtc. 3. publishing custom boq bids for items for which regular gem categories are available without any category item bunched with it. 4. creating boq bid for single item. 5. mentioning specific brand or make or model or manufacturer or dealer name. 6. mandating submission of documents in physical form as a pre requisite to qualify bidders. 7. floating creation of work contracts as custom bids in services. 8. seeking sample with bid or approval of samples during bid evaluation process. 9. mandating foreign international certifications even in case of existence of indian standards without specifying equivalent indian certification standards. 10. seeking experience from specific organization department institute only or from foreign export experience. 11. creating bid for items from irrelevant categories. 12. incorporating any clause against the msme policy and preference to make in india policy. 13. reference of conditions published on any external site or reference to external documentsclauses. 14. asking for any tender fee bid participation fee auction fee in case of bids forward auction, as the case may be. further, if any seller has any objectiongrievance against these additional clauses or otherwise on any aspect of this bid, they can raise their representation against the same by using the representation window provided in the bid details field in seller dashboard after logging in as a seller within 4 days of bid publication on gem. buyer is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to such representations. this bid is governed by the general terms and conditions , conditons stipulated in bid and service level agreement specific to this service as provided in the marketplace. however in case if any condition specified in general terms and conditions is contradicted by the conditions stipulated in service level agreement, then it will over ride the conditions in the general terms and conditions. in terms of gem gtc clause 26 regarding restrictions on procurement from a bidder of a country which shares a land border with india, any bidder from a country which shares a land border with india will be eligible to bid in this tender only if the bidder is registered with the competent authority. while participating in bid, bidder has to undertake compliance of this and any false declaration and non compliance of this would be a ground for immediate termination of the contract and further legal action in accordance with the laws. 26 thank you 13 13 materials in 20 kgs water proof nonreturnable polythein bags as per specification aarm91651 up to the specified railway premises total quantity :

Contract Value : 5.55 Lakhs
Contract Date : Ref. Document
11

Ministry Of Railways

BRR : 3418796 bids are invited for hand. 7 ) date of weighments and details of loaded and emptied trucks ( i.e. truck no., date, tim e ) 8 ) date of quality test check received from administration 9 ) if the sand test check is certified by the administration for the usage to the loco motives as per the specification than the unit in charge has to take into account in the register wi th date of opening balance plus the sand received= total closing balance. estimated value supply of clean dry sieved silica sandriver sand free from clay, loams, mica and foreign materials i n 20 kgs water proof non returnable polythein bags as per specification aar m.916 51 up to the speci fied railway premises at mysuru for a period of two years qty estimated for 24 agreement qty 202 rate sand per depot total amount months 1 to 2023 mt rs. 2023 to 2025 2190760 mys 383 383 5720 6 12109538 gst @ 5% 2300298 total estimated cost for mys 3. buyer added bid specific atc buyer added text based atc clauses special conditions of contract name of the work: supply of clean dry sieved silica sandriver sand free from clay, loams, mica and f oreign materials in 20 kgs water proof non returnable hdpe bags as per specication aar m.916 51 upto t he specified railway premises at crew lobby mysuru for a period of two years through e tender 1. tenderer before quoting for the tender shall visit crew lobby, mys and understand the scope of work of th e contract. 2. agreement shall be made between successful tenderer and railway administration 3. completion period two year ( 730 days ) . 4. in terms of income tax act. 1961, income tax, surcharge on the income tax and gst as applicable amended from time to time will be recovered from contractors bill. a certificate will be issued indic ating the actual amount deducted at the time of payment 5. transportation of materials, accessories, etc. is the responsibility of the contractor and railways will give n o assistance. the contractor has to bring the tools, plant and other accessories required for the work at his c ost. 6. the ccrcmys, will be in charges of the depot. in case of any dispute, the decision of sr.deemys, south western railway, mysore will be final. 7. sub letting of contract will not be allowed otherwise the contract will be terminated and security deposit w ill be forfeited. 8. for any other contingency that may arise due to operational reason the contractor shall not claim any addi tional payment in such cases. 9. account payment will be made to the firmcontractor on monthly basis based on the quantity of sand re ceived to the said depot must be submitted to sr.deeomys for verification and certification for payment a nd further submission to sr.dfm for checking and arranging payment through crossed cheque or any other mechanism as decided by railways drawn in favour of the contractor. 10. payment as above shall be subject to any deductions of any amount for which the contractor is liable under the contract against this tender including penalty as specified in work evaluation and penalty clause ( or any other contract in respect of which the president of india is the contracting authority. 11. the unit in charge has to submit the detail report of sand quantity received from the contractor along with c hallan received date wise for claiming the bills from sr. deeoffice mys. 7 12payment and penalty clause 1. account payments the contractor shall be entitled to be paid from time to time by way of account payment only for such works as in the opinion of the manager she has executed in terms of the contract. all payments due on the managers or the managers repr esentatives certificates of measurements shall be subject to any deductions which may be made under these presents provided always that the manager may by any certificate make any correction or modification in any previous certificate which shall have been issued by hi s and that the manager may withhold any certificate, if the services or any part thereof are not being carried out to his satisfaction. 2. the bills shall be submitted in triplicate in railway standard bill format to the sr.deeomys, south western railway, mysore through the in charge office duly supported by all documents. contractor may submit bills for payment with all enclosures claimed on ca lendar month basis. 3. the measurement book should be maintained by in charge. the measurement book sh ould written clearly as per the work done by the contractor and the same should be forwarde d to sr.deeomys office by in charge for the work done by the contractor along with all the r elevant documents and the monthly bill duly signed by the contractor and the in charge. sr. divisional finance manager, south western railway, mysore is bill paying authority. th 4. the bills should be submitted on or before 5 of every two months. 5. the bills should be claimed only once in two months. no accumulation will be permit ted for any reason. 6. railway reserves the right to make any of the following deductions: any statutory deductions as per order of govt. of india or state government. penalties as per terms of the contract. financial liability on the railways due to defective work done by the contractor while executing this contract. the railway administration shall have the right to wit hhold payment of dues to the contractor, if in opinion of the railway administration there has been breach in the terms of contract. the following penalty will be imposed for the under mentioned items: 1. penalty will be imposed on contractor for any unsatisfactory performance by insp ecting officials as deemed fit. penalty will be imposed minimum of rs 500 and maxim um up to rs 2500 per occasionincident. 2. non supply of the sand in time to the unit in charges will invite a penalty at the m aximum up to rs.10000 ( rupees ten thousand only ) for each incidents of failure to supply the sand within 48 hrs of information to contractor. 3. if the contractor supplied sand is not found as per aar specification no.m.916 51 during inspection, penalty of rs. 5000 per incident will be imposed over and above, rejection of the entire lot. 4. if any sand bags are found scattered anywhere other than nominated places found misused wasted will invite a penalty of minimum rs 500 and maximum up to rs 2500 per day ins tance. 8 12specification m 916 51 cars and locos motive sand adopted, 1950 1. scope: these specification cover clean silica sand free from clay loam , mica and other foreign materials for use in car and locomotive sanding e quipment. chemical requriments 2. the solubility of 100 grammes of sand immersed i 150cc of concentrat ed hydrochloric acid , for 24 hours shall not exceed 5%. 3. alternate method of determination of silica ( 80 percent minimum ) loco motive sand ( a ) fifteen to twenty grams of the representative sample is g round to pass a 200 mesh sieve. ( b ) a gm sample is weighed in a tarred platinum crubicle and heated to a temperature of approximately 1500 f ( 815c ) for one half hour. it i s than cooled and reweighed. the loss in weight times 100 gives the pe rcentage of material lost on ignition. ( c ) to weighed residue in the cubicle add 4 drops of distilled water, 2 d rops concentrated sulphuric acid ( 1.84 sp.gravity ) and 10 to 15 cubic ce ntimeter. pure hydrofluoric acid and then evaporated to dryness .the fl ame to avoid splattering until all sulphur tri oxide fumes have been exp elled, after which the cubicle is blasted for a minute, cooled and reweig hed. the loss in weight times 100 gives the percentage of silica in the s and. ( d ) for sand containing less than 90 percent of silica usual chemical fus ion method should be used for the silica determination. physical requriments 4. caking test: the sand have satisfactory non caking properties as det ermined by following test. a cylinder not less than 11 high and 1 in dia s hall be filled with the sand after the sand has been saturated with distilled water. after drying in an oven at 100c for 12 hours, it shall run freely throu gh an opening of in the bottom of the container without shaking or tapp ing. 5. grading: the sand shall meet the following grading requriments. passing through minimum maximum u.s.standard seive no.10 100% 9 12u.s.standard seive no.30 40% u.s.standard seive no.50 10% 30% u.s.standard seive no.80 5% 6. sampling: a 25 lb sample representing each car load may be taken ei ther at destination or at the plant. . 4. buyer added bid specific sla text clause ( s ) 1.earnest money deposit bidders shall make emd payment as specied in the bid document, emd is waived o for those micro & small enterprises ( mses ) and nsic registered agencies who have monetary limit more than cost of work indicated in the nit and registered for appropriate category housekeeping and catering work, upkeeping of building. th e tenderer has to submit documentary evidence for the same. 2.evaluation of responsiveness the employer will determine whether each tender is substantially responsive to the requirements of the tend er documents i.e. it conforms to all terms, conditions and specications of the tender document. in case of an y inconformity, the tender shall be disqualified and rejected. documents required to be uploaded by the tende rer along with the bid: a. affidavit a on a non judicial stamp paper of rs.100 . b. affidavit b on a non judicial stamp paper of rs.100 . c. indemnity. d. undertaking for disclosure of information under rti act. e. mandate form for eftneft. f. previous work done certificates g. ca certificate for turnover h. audited balance sheet for the year 2021 2022, 2020 2021, 2019 2020. i. bank solvency certificate. j. gst certificate. k. msensic certificate if applicable. l. partnership deed in case of partnership firm. 3.minimum eligibility criteria work experience the bidder should have satisfactorily completed in the last three previous financial years and the current finan cial year upto 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 on going service contract subject to payme nt of bills amounting to at least 35% of the advertised value of the bid. financial standing: the tenderers will be qualied only if they have minimum nancial capabilities as below 10 12: t1 turnover: the bidder should have an aggregate nancial turnover not less than 1.5 times the advertise d bid value during the last three previous financial years and in the current financial year upto the date of ope ning of the tender . the audited balance sheet reecting nancial turnover certied by chartered accountant with her stamp, signature and membership number shall be considered. audited and signed balance sheet ( a s on 31st march ) and income statement for the 3 consecutive years in the last 4 financial years, as applicable, shall be submitted by the bidder. t2 liquidity: it is necessary that the rm can withstand cash ow that the contract will require until paymen ts received from the employer. liquidity therefore becomes an important consideration. this shall be seen fro m the last audited balance sheets andor from the banking reference. net current assets andor documents in cluding banking reference should show that the applicant has access to or has available liquid assets, lines of credit and other nancial means to meet cash ow ( 5% of the estimated value of the work ) for this contract. e valuation of eligibility of a partnership rm. technical and financial eligibility of the firm shall be adjudged ba sed on satisfactory fulfillment of the following conditions. technical eligibility criteria: a ) the partnership firm shall satisfy the full requirement criteria in its own name and style ( dened in a relevant para of tender docu ment ) or b ) any one of the partners of the rm having minimum share of 50% in the partnership rm shall sa tisfy the full requirement of the criteria. disclaimer the additional terms and conditions have been incorporated by the buyer after approval of the competent authority in buyer organization, whereby buyer organization is solely responsible for the impact of these clauses on the bidding process, its outcome, and consequences thereof including any eccentricity restriction arising in the bidding process due to these atcs and due to modification of technical specifications and or terms and conditions governing the bid. any clause ( s ) incorporated by the buyer regarding following shall be treated as null and void and would not be considered as part of bid: 1. definition of class i and class ii suppliers in the bid not in line with the extant order office memorandum issued by dpiit in this regard. 2. seeking emd submission from bidder ( s ) , including via additional terms & conditions, in contravention to exemption provided to such sellers under gem gtc. 3. publishing custom boq bids for items for which regular gem categories are available without any category item bunched with it. 4. creating boq bid for single item. 5. mentioning specific brand or make or model or manufacturer or dealer name. 6. mandating submission of documents in physical form as a pre requisite to qualify bidders. 7. floating creation of work contracts as custom bids in services. 8. seeking sample with bid or approval of samples during bid evaluation process. 9. mandating foreign international certifications even in case of existence of indian standards without specifying equivalent indian certification standards. 10. seeking experience from specific organization department institute only or from foreign export experience. 11. creating bid for items from irrelevant categories. 12. incorporating any clause against the msme policy and preference to make in india policy. 13. reference of conditions published on any external site or reference to external documentsclauses. 14. asking for any tender fee bid participation fee auction fee in case of bids forward auction, as the case may be. further, if any seller has any objectiongrievance against these additional clauses or otherwise on any aspect of this bid, they can raise their representation against the same by using the representation window provided in the bid details field in seller dashboard after logging in as a seller within 4 days of bid publication on gem. buyer is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to such representations. 11 12this bid is governed by the general terms and conditions , conditons stipulated in bid and service level agreement specific to this service as provided in the marketplace. however in case if any condition specified in general terms and conditions is contradicted by the conditions stipulated in service level agreement, then it will over ride the conditions in the general terms and conditions. in terms of gem gtc clause 26 regarding restrictions on procurement from a bidder of a country which shares a land border with india, any bidder from a country which shares a land border with india will be eligible to bid in this tender only if the bidder is registered with the competent authority. while participating in bid, bidder has to undertake compliance of this and any false declaration and non compliance of this would be a ground for immediate termination of the contract and further legal action in accordance with the laws. 26 thank you 12 12 materials in 20 kgs water proof nonreturnable hdpe bags as per specification aarm91651 upto the specified railway premises total quantity :

Contract Value : 20.55 Lakhs
Contract Date : Ref. Document
Contract Value : 3.89 Crore
Contract Date : Ref. Document
Contract Value : 69.38 Lakhs
Contract Date : Ref. Document
Contract Value : 20.99 Crore
Contract Date : Ref. Document
Contract Value : 69.43 Crore
Contract Date : Jun 14, 2022
Contract Value : 94.38 Crore
Contract Date : Jun 14, 2022
Contract Value : 35.21 Crore
Contract Date : Apr 27, 2022
Contract Value : 26.07 Crore
Contract Date : Mar 11, 2022
Contract Value : 23.13 Lakhs
Contract Date : Jul 28, 2020
20

Kerala Electrical And Allied Engineering Co Limited

BRR : 1463798 transportation transporting finished goods from the company to various destinations , transportation ( approximate load : 9mt ) , dycmm/fd/icf . chennai 38 shop supdt/tl/carriage works , southern railway , perambur , chennai , dycmm/ stores , southern railway , golden rock , divil . electrical engineer/ workshops , south western railway , hubli , dycmm/ south western railway , ashokapuram , dycmm/ south central railway , lallaguda , mettaguda , hyderabad , dycmm/crs south central railway , tirupathi , dycmm/d , rcf , kapurthala , punjab , dycmm/ e , south eastern railway , kharagpur , dycmm/crws/west central railway , bhopal , dycmm/western railway , central railway , parel , mumbai , dycmm/ eastern railway , halishaar , dycmm/ eastern railway , liluah , kolkatta , smm , north western railway , ajmer , dycmm/ north western railway , jaipur , dycmm/ northern railway , alambagh , lucknow , dycmm/ ne railway , gorakhpur , dycmm/ nf railway , new bongaigon , assam , dycmm/ nf railway , dibrugarh , senior materials manager , east coast railway , mancheswar , transportation ( approximate load : 16 mt ) , dycmm/fd/icf . chennai 38 shop supdt/tl/carriage works , southern railway , perambur , chennai , dycmm/ stores , southern railway , golden rock , divil . electrical engineer/ workshops , south western railway , hubli , dycmm/ south western railway , ashokapuram , dycmm/ south central railway , lallaguda , mettaguda , hyderabad , dycmm/crs south central railway , tirupathi , dycmm/d , rcf , kapurthala , punjab , dycmm/ e , south eastern railway , kharagpur , dycmm/crws/west central railway , bhopal , dycmm/western railway , central railway , parel , mumbai , dycmm/ eastern railway , halishaar , dycmm/ eastern railway , liluah , kolkatta , smm , north western railway , ajmer , dycmm/ north western railway , jaipur , dycmm/ northern railway , alambagh , lucknow , dycmm/ ne railway , gorakhpur , dycmm/ nf railway , new bongaigon , assam , dycmm/ nf railway , dibrugarh , senior materials manager , east coast railway , mancheswar

Contract Value : 1.63 Crore
Contract Date : Jan 13, 2020
Contract Value : 156.01 Crore
Contract Date : Jul 12, 2018
Contract Value : 7.98 Crore
Contract Date : Jan 17, 2018
Contract Value : 17.96 Lakhs
Contract Date : Jun 1, 2010
Contract Value : 14.89 Lakhs
Contract Date : Apr 19, 2011
Contract Value : 14.89 Lakhs
Contract Date : Apr 4, 2011
Contract Value : 15 Lakhs
Contract Date : Mar 8, 2011
Contract Value : 14.89 Lakhs
Contract Date : Apr 19, 2011
Contract Value : 14.89 Lakhs
Contract Date : Apr 4, 2011
Contract Value : 15 Lakhs
Contract Date : Mar 8, 2011
Contract Value : 14.89 Lakhs
Contract Date : Apr 19, 2011
Contract Value : 14.89 Lakhs
Contract Date : Apr 4, 2011
Contract Value : 15 Lakhs
Contract Date : Mar 8, 2011
Contract Value : 14.89 Lakhs
Contract Date : Apr 19, 2011
Contract Value : 14.89 Lakhs
Contract Date : Apr 4, 2011
Contract Value : 15 Lakhs
Contract Date : Mar 8, 2011
Contract Value : 63.95 Lakhs
Contract Date : Oct 29, 2010
Contract Value : 17.96 Lakhs
Contract Date : Jun 1, 2010
Top

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail