Integral Coach Factory-ICF has published Supply Of Design, Development, Manufacture, Supply, Integration, Testing And Commissioning Of Igbt Based 3-Phase Propulsion, Control And Other Equipment For Train Sets Suitable For Operation On 25Kv Ac Ohe System Conforming To Rdso Specification No. Rds. Submission Date for this Tender is 20-10-2021. Garden Tools Tenders in Tamil Nadu. Bidders can get complete Tender details and download the document.
Sl. No. | Item Description |
1 | DESIGN, DEVELOPMENT, MANUFACTURE, SUPPLY, INTEGRATION, TESTING AND COMMISSIONING OF IGBT BASED 3-PHASE PROPULSION, CONTROL AND OTHER EQUIPMENT FOR TRAIN SETS SUITABLE FOR OPERATION ON 25KV AC OHE SYSTEM CONFORMING TO RDSO SPECIFICATION NO. RDSO/PE/SPEC/EMU/0196-2019 (Rev.0) ALONG WITH LATEST ADDENDUM/CORRIGENDUM INCLUDING CAMC BUT WITHOUT DESIGN AND SUPPLY OF BOGIE. THE TENTATIVE QUANTITY DISTRIBUTION IS 30 RAKES OF 16 CAR FOR ICF/CHENNAI, 14 RAKES OF 16 CAR FOR MCF/RAEBARELI AND 14 RAKES OF 16 CAR FOR RCF/KAPURTHALA. THE FIRM TO PROVIDE NECESSARY INSTRUMENTATION REQUIRED FOR COMMISSIONING AND FIELD-TESTING OF THE EQUIPMENT AND TRAINING OF IR PERSONNEL AS PER CLAUSE 18.7 OF SCC OF THE BID DOCUMENTS AT SUPPLIERS PREMISES AND AT ICF/RCF/MCF/OTHER RAILWAY WORKS FOR 500 MAN-DAYS EACH. |
2 | Traction transformer with required number of secondary traction windings along with protection equipment, safety chain arrangement and HT cable with protection shield including termination crimping lugs, cable markers with heat shrinkable sleeves for power and control cables, mating connectors, equipment mounting and earthing hardware and accessories including auxiliary machines such as oil pump, oil cooling blowers etc (one set per basic unit). NOTE: QUANTITY INCLUDES 12 SETS AS SPARES. FURNISHING Tamil Nadu 244.00 Set |
3 | Set of Metal oxide Gapless lightning arrestors (02 nos.) for 25 KV AC (one set per basic unit). NOTE: QUANTITY INCLUDES 12 SETS AS SPARES. FURNISHING Tamil Nadu 244.00 Set |
4 | Current transformer and Potential transformer for 25 KV AC (one set per basic unit) NOTE: QUANTITY INCLUDES 12 SETS AS SPARES. FURNISHING Tamil Nadu 244.00 Set |
5 | IGBT based PWM Traction Converter set including DC link with 100 HZ resonance filter, brake chopper resistor, DC link earthing switch, pre-charging resisters and contactors and/or any other equipment necessary to reduce the effect of other harmonics on S&T equipment including termination crimping lugs, cable markers with heat shrinkable sleeves for power and control cables, mating connectors, equipment mounting, earthing hardware and accessories including auxiliary machines as required (one set per motor coach). FURNISHING Tamil Nadu 464.00 Set |
6 | Three-phase fully suspended asynchronous induction motors compatible with IGBT based traction converter power supply, with coupling, gear box assembly, sensors and associated equipment including termination crimping lugs, cable markers with heat shrinkable sleeves for power and control cables, mating connectors, equipment mounting and earthing hardware and accessories. NOTE: QUANTITY INCLUDES 93 SETS AS SPARES. |
7 | Microprocessor based Train Control and Management System (TCMS) with Brake interface unit including fault diagnosis and display system in the driving cab and multiplexing system for relevant control & other signals (as per clause 4.1.1 (v) and 4.1.1(vii)) of RDSO specification, Wheel slip/slide protection & anti skid controls (as per clause no. 4.1.1 (xxi) & 4.24 of RDSO specification), including integration with TCMS of automatic door closure and Brake system, as per clause 4.1.1(xiii) (one set per rake) Page 2 of 17 Run Date/Time: 28/08/2021 12:18:58STORES/FUR/ICF TENDER DOCUMENT |
8 | Event Recorder as per clause 4.10 of RDSO specification (one set per rake). FURNISHING Tamil Nadu 58.00 Set |
9 | Voice communication system, Passenger information system including their integration, coach displays (both internal and external), front destination board (Head code in DTCs), audio communication system, emergency talk back system and interface with the Train Monitoring System (TMS), Flush mounted alarm push button mechanism with integrated dual LEDs including polycarbonate enclosure, external flush mounted LED based passenger alarm indicator on each side of the coach and any other equipment required for interfacing PIS with the Receiver-equipment of TMS as per clause 4.11,4.12 and 4.21 of RDSO specification. Receiver Equipment of existing Train Monitoring System (TMS) shall be in the scope of supply of the Purchaser and may be mounted in the driving cab (one set per rake). FURNISHING Tamil Nadu 58.00 Set |
10 | Passenger Car Surveillance system with facility to stream video in central Server as per clause 4.13 of RDSO specification (one set per rake). FURNISHING Tamil Nadu 58.00 Set |
11 | Complete pre-fabricated driver desk housing all the necessary equipment and driver/ guard seat, Master cum Brake controller, Cab recording equipment, CCMS (Centralized Coach Monitoring System) , including termination crimping lugs, cable markers with heat shrinkable sleeves for power and control cables, mating connectors, equipment mounting and earthing hardware and accessories as per clause 4.14,4.16, 4.17 and 4.44 of RDSO specification. Note: Cab radio shall be provided by IR for sections with GSM-R (one set per DTC). FURNISHING Tamil Nadu 116.00 Set |
12 | Automatic smoke/fire detection with alarm system having aspiration sensor based fire detection technology generally conforming to RDSO specification No. RDSO/2008/CG-04 Rev V (one set per rake) (Minimum criteria of RDSO specification should be met). FURNISHING Tamil Nadu 58.00 Set |
13 | Speed Indicating cum recording equipment as per clause 4.20 (one set per DTC). Page 3 of 17 Run Date/Time: 28/08/2021 12:18:58STORES/FUR/ICF TENDER DOCUMENT |
14 | Set of Control Equipment such as relays, contactors, circuit breakers and related switchgears etc. for propulsion system, controls and auxiliaries in the assembled form viz. cubicle or cabinet as per clause 4.22 of RDSO specification (one set per rake). FURNISHING Tamil Nadu 58.00 Set |
15 | Load weighing system including redundant weight sensors at bogie level, junction boxes for interfacing cables, mating connectors, SS hardware, cable markers and crimp contacts. The scope of supply of pressure transducers shall be with Supplier as per clause 4.26 (one set per rake). FURNISHING Tamil Nadu 58.00 Set |
16 | High Voltage cable including isolation & protection system (electrical and mechanical) for feeding adjacent units including high voltage insulator, inter car jumper cable assembly along with crimping lugs, all mounting & earthing hardware, mounting brackets and exterior cable protection system throughout the above roof area (one set per rake). FURNISHING Tamil Nadu 58.00 Set |
17 | Auxiliary system comprising IGBT/ SiC power module based, Auxiliary converter for auxiliary supplies including Auxiliary Compressor (as per Clause 4.28) with automatic battery charger (as per Clause 4.29) and fasteners including termination crimping lugs, cable markers with heat shrinkable sleeves for power and control cables, mating connectors, equipment mounting and earthing hardware and accessories including auxiliary machines as required (one set per basic unit). FURNISHING Tamil Nadu 232.00 Set |
18 | Battery and Battery box as per clause 4.29 (one set per basic unit). FURNISHING Tamil Nadu 232.00 Set |
19 | Lighting system (LED based) including coach lights, Headlight, Tail light, Marker lights, Flasher lights and Disaster Management Light etc. including control switchgear, termination crimping lugs, cable markers with heat shrinkable sleeves for power and control cables, mating connectors, equipment mounting and earthing hardware and accessories. Control switchgear for these items is considered inclusive (one set per rake) FURNISHING Tamil Nadu 58.00 Set |
20 | Pneumatic system comprising of main air compressor along with mounting frame assembled with 3 phase induction motor, filters, and pressure switches, control & air dryer, filters etc., as per clause 4.35, 4.36, 4.37 & 4.38 of RDSO specification. The bidder should indicate the type of compressor offered in this bid. (one rake set) FURNISHING Tamil Nadu 58.00 Set |
21 | Complete air-conditioning system (passenger coaches) with necessary equipment such as Roof Mounted Package Unit (RMPU), control panel, micro-controller etc. including termination crimping lugs, cable markers with heat shrinkable sleeves for power and control cables, mating connectors, equipment mounting and earthing hardware and accessories as per clause 4.39 (one set per coach) NOTE: QUANTITY INCLUDES 9 SETS AS SPARES. FURNISHING Tamil Nadu 937.00 Set |
22 | Cab AC (Roof mounted and of min 2.0 TR) with Control panel, mating connectors, water drain arrangement including mounting frame and anchoring arrangement to coach body and all accessories/hardware generally conforming to but not restricted to RDSO specification no. RDSO/2007/EL/SPEC/0055 (latest) (one set per DTC). NOTE: QUANTITY INCLUDES 2 SETS AS SPARES. FURNISHING Tamil Nadu 118.00 Set |
23 | Power, control, Data / communication cables, fire survival cables as mentioned in the relevant clauses, including termination crimping lugs, cable markers with heat shrinkable sleeves and other accessories (one set per rake). FURNISHING Tamil Nadu 58.00 Set |
24 | Inter-vehicular couplers (Power and control) with coach jumper cable assembly assembled on SS plate including termination crimping lugs, cable markers with heat shrinkable sleeves, mating connectors, equipment mounting and earthing SS hardware and other associated accessories (one set per rake). NOTE: QUANTITY INCLUDES 2 SETS AS SPARES. FURNISHING Tamil Nadu 60.00 Set |
25 | Design and supply of electrical cable ducts/trays/conduits up to various equipment with mounting and earthing hardware and associated accessories for all the rakes (one set per rake). FURNISHING Tamil Nadu 58.00 Set |
26 | Preparation of cable harness and installation of cable ducts/trays/conduits for initial rakes as per clause 4.42.13 (one set per rake). FURNISHING Tamil Nadu 6.00 Set |
27 | EPDM & EMC type cable glands for sealing & shielding including mounting hardware and fixing brackets generally conforming to but not restricted to RDSO specification no. RDSO/2008/EL/SPEC/0067(latest) (one set per rake) FURNISHING Tamil Nadu 58.00 Set |
28 | Pantograph & Earthing Switch with mounting insulators, pneumatic control panel, panto isolating cocks including interconnecting busbars and associated hardware - Single pantograph suitable for 25kV AC supply shall be used on each basic unit as per clause 4.43 (one set per basic unit). NOTE: QUANTITY INCLUDES 23 SETS AS SPARES. FURNISHING Tamil Nadu 255.00 Set |
29 | Independent VCBs - one with earthing switch for traction circuit protection and one without earthing switch for HT cable protection (one set per basic unit). NOTE: QUANTITY INCLUDES 12 SETS AS SPARES. FURNISHING Tamil Nadu 244.00 Set |
30 | APC receiver compatible with existing track magnets (one set per DTC) FURNISHING Tamil Nadu 116.00 Set |
31 | Electrically operated wiper system with washer tank ( one set per DTC) FURNISHING Tamil Nadu 116.00 Set |
32 | 3-phase to single phase underslung transformer of adequate capacity for auxiliary loads (not less than 20 kVA rating) generally conforming but not limited to ICF specification no. ICF/Elec/160 Rev-0 or latest (one number per coach). |
33 | Infotainment system as per specification for design, supply, installation, testing and commissioning of Wi-Fi based infotainment system for air-conditioned chair cars of Train set (Intercity train) as per ICF specification number ICF/Elec/961 Revision-0 or latest (one set per rake). FURNISHING Tamil Nadu 58.00 Set |
34 | Supervision of installation as per 18.3 and Commissioning as per item No.18.4 of SCC of the bid documents (one number equal to one rake). FURNISHING Tamil Nadu 58.00 Set |
35 | Laptops with necessary interfacing equipment for diagnostics. |
36 | Special Tools for assembly/ disassembly of traction motor including equipment for extraction of pinion & bearing, including wheel set. FURNISHING Tamil Nadu 8.00 Set |
37 | Lifting frames and special fixtures for mounting & dismounting of Main converter and Auxiliary converter. FURNISHING Tamil Nadu 8.00 Set |
38 | Transformer mounting/dismounting kit FURNISHING Tamil Nadu 8.00 Set |
39 | Kit for testing & trouble shooting power module of main and auxiliary converter/inverter and Traction Motor FURNISHING Tamil Nadu 8.00 Set |
40 | CAMC for Train set items covered under s.no.4, 5, 6, 7, 8, 10, 12, 13, 14 and 16 for 08 years after completion of warranty period of two years (rate to be quoted year wise) as per the details mentioned in ANNEXURE-8 Warranty Period: 2 years, AMC Period: 8 years, Rate of Discounting: 10 % Warranty Period: 2 years, AMC Period: 8 years, Rate of Discounting: 10 % FURNISHING Tamil Nadu 58.00 Set At (Location) DEPOT/ICF,Chennai , ICF 40 3176N040 Essential Non Stock --- Yes RDSO-QA INR Spares (Y) Main compressor with three phase induction motor including pressure switches, controls & air dryer etc., as per clause 4.36, 4.37 & 4.38 of RDSO specification offered type of compressor shall be supplied.(one set per TC) FURNISHING Tamil Nadu 23.00 Set Consignee DEPOT/ICF,Chennai , ICF 3. T AND C F.O.R Description Destination Delivery Period Description Delivery /Completion Rate of Supply For all items Completion : On or before 31-MAR-24 Please refer clause no.5 of Part-I Section-I Bid documents of tender no: 08/21/0075 Payment Terms S.No Description Payment Terms 1 Payment Terms: As per para 13.0 of Special conditions of tenders (Section-I of Part-II of Bid documents of tender no: 08/21/0075 attached with the tender). No deviation from the Payment Terms is permitted. Statutory Variation Clause S.No Description 1 Statutory Variation in taxes and duties, or fresh imposition of taxes and duties by State/ Central Governments in respect of the items stipulated in the contract (and not the raw materials thereof), within the original delivery period stipulated in the contract, or last unconditionally extended delivery period shall be to Railways account. Only such variation shall be admissible which takes place after the submission of bid. No claim on account of statutory variation in respect of existing tax/duty will be accepted unless the tenderer has clearly indicated in his offer the rate of tax/duty considered in his quoted rate. No claim on account of statutory variation shall be admissible on account of misclassification by the supplier/ contractor. Option Clause S.No Description 1 The purchaser shall be entitled to vary the order quantity upto +/- 30% anytime within the delivery period (including extended delivery period) on the same terms and conditions. The increase in quantity with respect to the tender quantity can be done even at the time of ordering and the tenderer shall be bound to accept the quantity so ordered on the basis of his original offer. The purchaser shall be entitled to exercise +/- 30% option clause in one or more than one instalment as long as the total variation in quantity does not exceed the limit of 30% of ordered quantity. Standard Governing Conditions Page 8 of 17 Run Date/Time: 28/08/2021 12:18:58STORES/FUR/ICF TENDER DOCUMENT Tender No 08210075 Closing Date/Time 20/10/2021 14:15 S.No Description 1 Applicable as detailed in this tender document, Bid document of tender no: 08/21/0075 and in ICF Bid document attached with tender, special conditions/annexures attached with the tender document (if any), and conditions mentioned in technical specification/STR/Drawings uploaded along with this tender. For contracts, IRS conditions of contract wherever specifically not modified in the above said documents shall apply. 4. ELIGIBILITY CONDITIONS All documents uploaded and remarks / confirmation entered by the bidders against any eligibility condition Important : shall be opened as part of technical bid only Special Eligibility Criteria S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 As per para 6.0 of Special conditions of tenders (Section-I of Part-II of Bid Yes Yes Allowed documents of tender no: 08/21/0075 attached with the tender). (Mandatory) 2 (a) As per Public procurement (Preference to Make in India) order 2017,as Yes Yes Allowed amended, Ministry of Railways has noticed that there is sufficient local (Mandatory) capacity and competition in supply of the tendered item in required quantity and therefore public procurement of this items is restricted to Class-I Local Suppliers only and the vendors who do not qualify to be Class-I Local Suppliers should not quote in the tender as their offers shall not be considered for any ordering. In case any vendor who does not qualify to be a Class-I Local Suppliers for the tendered item participates in the tender it does so at its own risk and cost and Railways shall not be liable for any loss or damage caused to the vendor. (b) Please note in this tender, bidders are mandatorily required to provide the certificate from the statutory auditor or cost auditor (in case of companies) or from a practicing cost accountant or practicing chartered accountant (in respect of suppliers other than companies) giving the percentage of local content. Firms are advised to submit this certificate generally confirming to the format prescribed in Annexure VII. Please note that offers received without CA certificate will be summarily rejected without any back reference. 5. COMPLIANCE CONDITIONS All documents uploaded and remarks / confirmation entered by the bidders against any compliance Important : condition shall be opened as part of technical bid only. Check List S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 In case of indigenous bidders, whether you are large scale Industry or No No Not Allowed consortia of MSEs formed by NSIC, if yes, have you indicated quantum of sub contracts given to Micro and Small Enterprises (in percent of order value)? 2 Have you gone through the Eligibility Criteria and submitted all the No No Not Allowed documents mentioned therein? 3 Have you submitted the EMD or Bid securing declaration as per clause 6.0 No No Not Allowed of section-I of Instructions to Tenderers of ICF Bid Document attached with tender. 4 Have you furnished financial capacity as per clause 9.2.1 (iii) of Section-I of No No Not Allowed Instructions to Tenderers of ICF Bid Document attached with tender. 5 Have you confirmed for compliance of Public Procurement orders of No No Not Allowed Department of Expenditure regarding countries sharing land border with India? Page 9 of 17 Run Date/Time: 28/08/2021 12:18:58STORES/FUR/ICF TENDER DOCUMENT Tender No 08210075 Closing Date/Time 20/10/2021 14:15 6 Have you furnished the statement of deviations (preferably Nil)? No No Not Allowed 7 Have you furnished the statement of Equipment & Quality Control? No No Not Allowed 8 Have you furnished tender specific letter of authority (if manufacturer has No No Not Allowed not quoted directly) to bid on behalf of manufacturer or subsidiaries/associates as per Annexure -3 of Bid documents of tender no: 08/21/0075 attached with tender. 9 Have you kept your offer valid for the validity period as mentioned in NIT No No Not Allowed header? 10 Have you submitted the certificate from Chartered accountant for local No No Not Allowed content as per clause 16.1.3 of section- I Instructions to Tenderers of ICF Bid Document attached with tender in the standard format? 11 Have you furnished the clause wise comments on Technical No No Not Allowed Specifications? 12 Have you submitted the details of location(s) at which local value addition No No Not Allowed is made/proposed? 13 Have you submitted self-declaration with respect to non-debarment under No No Not Allowed any provisions of DPIIT rules? 14 Have you submitted translated copy into English, for all documents in No No Not Allowed language other than English and all such documents should be signed by the authorised translator and notarized in India? 15 Have you submitted declaration for passing on the input tax credit as per No No Not Allowed para 2.8 and 2.9 of Section -II of ICF Bid Document attached with tender. 16 Have you submitted authenticated copy of the document authorizing the No No Not Allowed signatory to submit offer and commit on behalf of tenderers? 17 Unapproved/ new firms, Have you attached clause wise compliance of No No Not Allowed STR? 18 Have you gone through Annexure-12 Checklist of Eligibility Criteria No No Not Allowed attached with tender and submitted all the documents mentioned therein? 19 Please refer para 2.2 of Section-II Part-I of Bid documents. Since the No No Not Allowed approved list is revised periodically, the sources appearing in the vendor list on tender opening date may change on the date of supply. Hence the firm should mandatorily source the out sourced items from the approved sources applicable on the date of supply. Commercial-Compliance S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Public Procurement (Preference to Make in India) policy is applicable as Yes Yes Allowed per Clause 16 of Section-I of ICF Bid document attached with tender. The (Mandatory) procurement shall be done in accordance with the extant instruction of DPIIT (Department of Promotion of Industry and Internal Trade) for Make in India policy. Please note that in this tender, bidders are mandatorily required to provide the certificate, from the statutory auditor/cost auditor/practicing cost accountant/practicing chartered accountant giving the percentage of local content. This item is restricted to be procured from Class-I local suppliers whose goods, services or works offered for procurement has local content equal to or more than 60%. Please refer clause 6.5.0 and 6.5.3 of Part-II Section-I of Bid documents. Firms are advised to submit this certificate generally confirming to the format prescribed in Annexure VII. Please note that offers received without CA certificate will be summarily rejected without any back reference. NOTE: It is clarified that the bidders offering imported products will fall under the category of Non-local suppliers. They cant claim themselves as Class-I local suppliers/Class-II local suppliers by claiming the services such as transportation, insurance, installation, commissioning, training and after sales service support like AMC/CMC etc., as local value addition. Page 10 of 17 Run Date/Time: 28/08/2021 12:18:58STORES/FUR/ICF TENDER DOCUMENT Tender No 08210075 Closing Date/Time 20/10/2021 14:15 2 Please enter the percentage of local content in the material being offered. Yes Yes Allowed Please enter 0 for fully imported items, and 100 for fully indigenous (Optional) items.The definition and calculation of local content shall be in accordance with the Make in India policy as incorporated in the tender conditions. 3 The eligibility for a bidder from a country which shares a land border with Yes Yes Allowed India to participate in the tender shall be as per Public Procurement Orders (Mandatory) of Ministry of Finance, Department of Expenditure. Please refer Clause 9.8 (sub clause 9.8.1 to 9.8.8) Section-I of ICF Bid Document attached with tender. In this regards I certify that: " I have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with India: I certify that this bidder is not from such a country or, if from such a country, has been registered with the Competent Authority (If applicable, evidence of valid registration by the Competent Authority shall be attached). I hereby certify that this bidder fulfills all requirements in this regard and is eligible to be considered." Note: (1) If no valid registration by the Competent Authority is enclosed, then it will be presumed that bidder is not from such a country. (2) If a bidder whose bid is accepted is found to be false, this would be a ground for immediate termination and further legal action in accordance with law. 4 EARNEST MONEY DEPOSIT (EMD):- Regarding EMD, please refer to Yes Yes Allowed clause 6.0 of section I Instructions to tenderer of ICF Bid Document (Optional) attached with tender. All bidders shall be exempted from submission of EMD in all tenders, subject to submission of "Bid Securing Declaration" as per the following para of tender document, except those who disqualified from such exemption as per clause 6.2 of section-I of ICF Bid document attached with tender have to deposit EMD as indicated in the NIT Header of Tender Document. Offers received without EMD from the disqualified bidder shall be summarily rejected. 5 BID SECURING DECLARATION: "I/we hereby understand and accept Yes Yes Allowed that if I/we withdraw or modify my/our bids during the period of validity, or if (Mandatory) I/we are awarded the contract and on being called upon to submit the performance security/Security Deposit, fail to submit the performance security/Security Deposit before the deadline defined in the request for bid document/Notice Inviting Tender/Tender document, we shall be debarred from exemption of submitting Bid Security/Earnest Money Deposit and performance security/Security Deposit for a period of 6 (six) months, from the date I/we are declared disqualified from exemption from submission of EMD/SD, for all tenders for procurement of goods issued by any unit of Indian Railways published during this period. 6 In case of MSE firm willing to claim the benefits under Public Procurement Yes Yes Allowed Policy (Preference to MSE) order 2012, the firm should upload with their (Optional) offer, the proof of their being MSE registered with any of the agencies mentioned in clause 13.1 of section-I of ICF Bid document attached with tender, failing which such offers will not be liable for consideration of benefits detailed in para 13.4 of section-I of ICF Bid document attached with tender. Tenderers shall upload valid documents as per MSE policy showing that the enterprise is owned by Scheduled Castes (SC)/ Scheduled Tribes (ST)/ women entrepreneurs to claim the benefit under these sub-classification, failing which it will be presumed that they have no claim under these sub-classification. 7 Goods & Service Tax (GST): Will be applicable as per Clause 2.0 and all Yes No Not Allowed sub clauses of Section-II of ICF Bid Document attached with tender. Page 11 of 17 Run Date/Time: 28/08/2021 12:18:58STORES/FUR/ICF TENDER DOCUMENT Tender No 08210075 Closing Date/Time 20/10/2021 14:15 8 Passing the benefits of ITC: I hereby confirm following: "We hereby declare Yes No Not Allowed that in quoting the above price, we have taken into account the full effect of Input Tax Credit available under GST. We, further agree to pass on any financial gain/benefit as may become available in future in respect of all the input tax credit on the date of supply by way of reduction in price and advise the purchaser accordingly. We also undertake that we are aware of the provisions of section 171 of the CGST Act and consequences thereof if we fail to comply with the same." 9 Guarantee/Warrantee (GC/WC): Firms are advised to offer guarantee/ Yes No Not Allowed warranty clause as per specification. In case the specification does not specify guaranty/warranty, clause then the same should be offered as per IRS condition of contract. i.e. 30 months from the date of supply or 24 months from the date of commissioning. In case of difference of GC/WC period in Specification & IRS Condition, higher of the two will be considered. 10 It will be presumed that the firms who have submitted the e- bid have gone Yes No Not Allowed through and accepted all the terms and conditions of tender, until and unless firms specify the deviations from those conditions and so indicated specifically, under the headings - "Technical Deviation Statement" and "Commercial Deviation Statements". And if space available is not adequate, tenderers can upload a Statement of Deviations and a reference of uploaded deviation statement shall be given in "Technical or Commercial Deviation Statement". If there is any contradiction between any techno commercial terms and conditions quoted in e-offer and documents attached along with the e-offer, the terms & conditions quoted in e-offer will prevail over that of quoted in attached documents. Tenderers in their own interest are advised not to quote any techno commercial terms & conditions in attached documents. 11 It is certified that our firm has not been suspended or banned by Indian Yes Yes Not Allowed Railways during previous three years. 12 It is certified that our firm has not been de-listed for tendered item by Indian Yes Yes Not Allowed Railways during previous three years. 13 Tenderers are advised to refer HSN codes (Annexure-9 in Bid documents) Yes Yes Allowed for each item while quoting the tender. The HSN codes given in Annexure- (Mandatory) 9 are for guidance only. The bidders should quote the applicable HSN codes and it is the responsibility of the tenderer to quote correct HSN code. The bidders should quote the HSN codes and upload the document. 14 It is certified that the item offered meets the local content requirement for " Yes Yes Allowed class-I local supplier". (Optional) 15 Please submit the details of the location at which the local value additions Yes Yes Allowed is being made. (Mandatory) 16 Please enter the percentage of local content in the material being offered. No Yes Not Allowed Please enter 0 for fully imported items, and 100 for fully indigenous items. The definition and calculation of local content shall be in accordance with the Make in India policy as incorporated in the tender conditions. General Instructions S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Standard Force Majeure Clause will be applicable. No No Not Allowed 2 All electrics for train sets shall be delivered to Deputy Chief Materials No No Not Allowed Manager/Furnishing Depot, Integral Coach Factory, Chennai, Deputy Chief Materials Manager/Furnishing Depot, Modern Coach Factory (MCF),Rae Bareli, Deputy Chief Materials Manager/Furnishing Depot, Rail Coach Factory (RCF), Kapurthala for rakes consigned to them. Page 12 of 17 Run Date/Time: 28/08/2021 12:18:58STORES/FUR/ICF TENDER DOCUMENT Tender No 08210075 Closing Date/Time 20/10/2021 14:15 3 The summary of 40 (Forty) items for trainset 16 car rake is as under: 1. No No Not Allowed The scope includes complete description as per Schedule of Requirements including Instrumentation required for commissioning , field testing and Training of IR personnel. 2. SNo. 1 to SNo. 32 covers Main equipment. 3. SNo. 33 covers Supervision of Installation and complete Commissioning as per clause18.3 and 18.4 of Special Condition of Contract of the bid documents 4. Training as per clause 18.7 of SCC of the bid documents. 5. SNo.34 to SNo.38 covers the list of special tools and instruments required for maintenance of equipment supplied vide this schedule including fault diagnostics of electronic equipment 6. SNo.39 covers CAMC for Train set items covered under s.no.4 (Traction converter 3176N004), 5 (Traction motors 3176N005), 6 (TCMS 3176N006), 7 (Event Recorder 3176N007), 8 (Voice Communication system 3176N008), 10 (Driver Desk 3176N010), 12 (Speed indicator 3176N012), 13 (Control Equipment 3176N013), 14 (Load Weighing sensor 3176N014) & 16 (Auxiliary system 3176N016) for 08 (Eight) years after completion of warranty period (rate to be quoted year wise) as per the details mentioned in ANNEXURE-8. 7. SNo. 40 covers the essential spare to meet maintenance and operational requirements of equipment supplied vide this schedule for a period of about 3-5 years. 8. Other Essential Spares are included against SNo.1 (Traction Transformer 3176N001 - 12 sets), SNo. 2 (Gapless lightning arrestor 3176N002 - 12 sets), SNo.3 (Current transformer 3176N003 - 12 sets), SNo. 5 (Traction motors 3176N005 - 93 nos.), SNo. 20 (AC system 3176N020 - 9 sets), SNo. 21 (Cab AC 3176N021 - 02 sets), SNo. 23 (Inter-vehicular couplers 3176N023 - 02 sets), SNo. 27 (Pantograph 3190N027 - 23 sets), SNo. 28 (VCBs 3176N028 - 12 sets) to be supplied in three installments. 4 E-Tender Document consists of the following: 1.0. Notice Inviting Tender: No No Not Allowed Tender document uploaded in IREPS portal. 2.0. ICF Bid document attached with tender consisting of (i) Section I : Instructions to tenderers (ii) Section II : General conditions of Tenders (iii) Section III : Annexures (iv) Section IV : IRS conditions of contract 3.0. Bid documents of tender no: 08/21/0075 consisting of a) Part-I i) (Section-I) : Preamble ii) (Section-II) : Additional Instructions to tenderers b) Part-II (i) (Section-I): Special Conditions of tenders (ii) (Section-II): Special Conditions of Contract (iii) (Section-III): Annexures 5 a) Evaluation of offer is done for total value of items. The criteria for No No Not Allowed evaluation of inter-se-position of bidders shall be on the total value of the offer and not on individual consignee wise. (Please refer Clause 12.0 of Section 1 Part II of Bid document for details). b) In case, tenderers desires to quote freight charges for all the consignee; one common single average freight charges for all the consignee should be quoted. c) Tenderers to note that non-submission of common single average freight charges for all the consignees / stations shall be treated as deviation and the lowest of all the freights will be taken for evaluation and contractual purposes. Tenderers should submit freight charges only at the requisite place and not else where. d) In case tenderers quote NIL freight, for evaluation of offer, it will be presumed that tenderer has quoted basis rate inclusive of single average freight charges for ICF/MCF/RCF consignees. e) The offers shall be evaluated based on the GST rate as quoted by each bidder and same will be used for determining the inter se ranking. Please refer clause no. 9.2 of section-II of ICF Bid document attached with this tender. Page 13 of 17 Run Date/Time: 28/08/2021 12:18:58STORES/FUR/ICF TENDER DOCUMENT Tender No 08210075 Closing Date/Time 20/10/2021 14:15 6 The Purchaser shall not be responsible for any misclassification of HSN No No Not Allowed Number or incorrect GST rate, if quoted by the bidder. Any increase in GST rate due to misclassification of HSN number shall have to be absorbed by the supplier. Wherever the successful bidder invoices the goods at GST rate or HSN Number which is different from that incorporated in the purchase order; payment shall be made as per GST rate which is lower of the GST rate incorporated in the purchase order or billed. Vendors will be required to adjust basic price to the extent required by higher tax billed as per invoice to match the all-inclusive price as mentioned in the purchase order. Other Conditions S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 INSPECTION: BY RDSO/RITES/ICF/MCF/RCF. No No Not Allowed 2 Tenderers shall quote for units mentioned as per item details of GROUP-1 Yes Yes Not Allowed at S.No. 1 to 40 of this tender document. The tenderer has to submit his bid for all items of the schedule otherwise his offer will be treated as incomplete and will be summarily rejected. The bidders have to quote for full tender quantities for all the items in the tender and no change in quantities are permissible as tender is being valuated on total value for items. Incomplete offers will be summarily rejected. Please refer clause no. 1.1 and 10.5 of part-II section-I of Bid documents of tender no: 08/21/0075. 3 A total of 40 tendered items for electrics along with HSN codes with Yes Yes Not Allowed detailed description is enlisted at Annexure 9. Bidders should factor in the quoted prices of the items of any other equipment, which the bidder feels necessary or shall be required during manufacturing, installation, testing/trials of the rakes. These equipments will become the property of Railways once manufacturing, installation, testing/trials of the rakes is complete. 4 The tender consists of 40 (forty) items. Firms shall desist from offering Yes Yes Not Allowed unreasonable prices for any of the items. The firm should quote reasonable rate for each of the 40 (forty) items. Firms adding rate of one item in another item should clearly indicate the details of such addition along with the offer. Special Conditions S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Traceability details such as manufacturers name, month & year of supply No No Not Allowed shall be necessarily provided on the components as specified in the relevant drawings, failing which item shall be rejected by the inspecting authority. 2 Tenderers may note that the IREPS software is continuously being No No Not Allowed upgraded and the forms may be subject to changes. Tenderers are advised to keep themselves updated with the latest changes, by referring to the latest versions of user manuals available on the website, and by taking note of the messages sent by our IREPS administrator from time to time. Tenderers should also make themselves fully acquainted with all the available templates/forms, before they submit their offer. No claim shall be entertained from a tenderer,on account of non familiarity with any of the templates and forms available on the IREPS websites. 3 Security Deposit: Security deposit @ 10% of contract value as per para No No Not Allowed clause 5.0 of section-I Part-II of Bid document of tender no. 08/21/0075. Please refer clause 13.0 of Section-II of ICF Bid Document attached with tender. Page 14 of 17 Run Date/Time: 28/08/2021 12:18:58STORES/FUR/ICF TENDER DOCUMENT Tender No 08210075 Closing Date/Time 20/10/2021 14:15 4 Quantity splitting clause: Applicable as per Clause 11.2 section-II of ICF No No Not Allowed Bid document attached with tender regarding splitting criteria. 5 No manual submission of documents is permitted. Tenderers shall upload No No Not Allowed all the documents related to financial bid. The bidder is prohibited to submit any part of financial bid at any other placed other than at financial rate page tab in the IREPS portal, being two packet tender system (E-RA). The offer of the firm(s) submitting any part of the financial bid along with the technical bid will be summarily rejected with the forfeiture of Earnest Money (EMD), firms seeking exemption of EMD on grounds of being approved source, and penal action for delisting will be taken. 6 Tenderers can upload individual file having capacity of 3.5 to 3.7 MB as No No Not Allowed attached document; however there is no limitation on number of files which can be attached. Tenderers are advised to upload the documents well in advance to avoid last minute rush and complication. All documents which are submitted should be in A4 size to facilitate printing. 7 The tender has been floated in reverse auction mode please refer clause No No Not Allowed 10.12 of section-II of ICF Bid Document attached with tender. 8 Tenders to refer the list of mandatory and optional certificates to be No No Not Allowed submitted along with the offer as per ICF Bid documents. Please refer Annexure-12 Checklist of eligibility criteria attached with tender and Annexure-13 of Bid documents of tender no: 08/21/0075 List of certificates to be submitted along with the offer. 9 Please check IREPS website before submitting offer, whether any No No Not Allowed corrigendum to the tender has been isssued or not. 10 Pre-bid meeting is scheduled on dt: 21/09/2021 at 11:00 hrs. The cut-off No No Not Allowed date for submission of queries for pre bid is 14/09/2021 till 17:00 hrs. No queries whatsoever received after the cut off date shall be entertained. Please refer clauses 1.0 to 1.7 of part-I section-II of bid documents of tender no: 08/21/0075. A prospective Bidder requiring any clarification of the bidding documents may notify the purchaser in writing or by telefax or by e-mail before 17:00 hrs on 14/09/2021 addressing to Principal Chief Materials Manager/Integral Coach Factory, Chennai 600038 (Telefax No. +91 44 26263231 e-mail id: pcmm-icf@icf.railnet.gov.in) along with a copy addressed to the Chief Design Engineer/Electrical, Integral Coach Factory, Chennai 600038 (Telefax No. +91 44 26262795 e-mail id:cdeelec@icf.railnet.gov.in). 11 The supply should be made in multiples of rake sets only. The items No No Not Allowed pertaining to one complete rake set to be supplied within 7 days from the date of receipt of first item of the particular rake set. 12 Attention of prospective bidders is invited to para 6.5.0 of Eligibility criteria No No Not Allowed which stipulates procurement only from local suppliers having local content equal to or more than 60%. 13 The minimum local content for the local supplier of the tendered item to be No No Not Allowed categorised as Class-I local supplier shall be 60%. 14 The quantity distribution among ICF, MCF and RCF mentioned in the Item No No Not Allowed Description is tentative. However ICF reserves the right to modify consignee wise quantities allocation and delivery schedule based on the production needs. 15 Instrumentation required for commissioning and field-testing of the No No Not Allowed equipments, Special tools and essential spares are to be supplied to the ICF/MCF/RCF as per the contract in three installments. Technical-Compliances S.No. Description Confirmation Remarks Documents Required Allowed Uploading Page 15 of 17 Run Date/Time: 28/08/2021 12:18:58STORES/FUR/ICF TENDER DOCUMENT Tender No 08210075 Closing Date/Time 20/10/2021 14:15 1 Tenderer to indicate the address and place of inspection for Yes Yes Allowed RDSO/RITES/ICF/MCF/RCF Inspection. (Mandatory) 2 Tenderer are advised to go through all the clauses of this document, ICF Yes Yes Allowed Bid Document and other documents attached and submit necessary (Mandatory) documents, certificates, attachments, etc. along with the offer to establish their credentials in support of their claim. If required, clarification will be sought only on the documents submitted and no additional documents shall be entertained post tender opening. Undertakings S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 I/ We also confirm that If any information and document submitted is found No No Not Allowed to be false/ incorrect at any time, ICF may cancel my/our Bid and action as deemed fit may be taken against me/ us, including termination of the contract, forfeiture of Earnest Money, Security Deposit and banning/delisting/suspension of our firm and all partners of the firm. 2 I/We also confirm that Rates and other financial terms quoted in relevant No No Not Allowed columns of financial bid will only be applicable for acceptance. Such terms quoted anywhere else should not be considered for inter-se evaluation and should be ignored. 3 I/We have gone through the all clauses of this tender document and other No No Not Allowed documents such as ICF Bid document attached with tender, special condition of tenders, checklist and technical specification uploaded along with this tender. It is understood that the tenderer submitting their offer is fully aware of all the clauses of the above said documents and undertake to abide by submitting this offer. 6. DOCUMENTS ATTACHED WITH TENDER S.No. Document Name Document Description 1 2564343.pdf ICF Bid Document ver5 dated 19072021 2 2577843.pdf AddendumCorrigendum to RDSOSpec prebiddt 23012020 3 2192081.pdf Annexure 10A RB letters- insertion rule 14(xi) GFR 4 2374803.pdf Annexure11C Clarificationlocalcontentimportitem 5 2154132.pdf Annexure11 Railwayboard letters-MakeinIndia policy 6 2154135.pdf Annexure11A DPIIT circular dt 16092020 7 2154148.pdf Format for Power of Attorney 8 2578548.pdf Annexure 12 Checklist of eligibility criteria 9 2578636.pdf Bid document of tender 08210075 10 2571677.pdf Drawings Annexure6 part 2 of 3 11 2571678.pdf Drawings Annexure6 part 1 of 3 12 2571680.pdf Drawings Annexure6 part 3 of 3 13 2577816.pdf RDSO_PE_SPEC_EMU_0196_2019_REV.0 14 2577834.pdf AddendumCorrigendum to RDSOSpec prebiddt 29092020 15 2154131.pdf Annexure10 Railwayboard letters-Public procurement 7. RESPONSIVENESS S.No. Description Payment Terms: As per para 13.0 of Special conditions of tenders (Section-I of Part-II of Bid documents of tender 1 no: 08/21/0075 attached with the tender). No deviation from the Payment Terms is permitted. Page 16 of 17 Run Date/Time: 28/08/2021 12:18:58STORES/FUR/ICF TENDER DOCUMENT Tender No 08210075 Closing Date/Time 20/10/2021 14:15 Validity of Offer: No deviation from the offer validity period stipulated in the NIT header of this tender document is 2 permitted. For additional conditions please refer Clause 12.0 of Section-I of ICF Bid Document attached with tender. Price Variation Clause: Please refer para 10.4 of Special conditions of tenders (Section-I of Part-II of Bid documents of tender no: 08/21/0075 attached with the tender). No deviation from the Price Variation Clause as 3 stipulated in Bid documents of tender no: 08/21/0075 and Annexure-5 to Bid documents of tender no: 08/21/0075 is permitted. This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by Department of Industrial 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. Digitally Signed By Dy.CMM/E/F ( BRAJENDRA KUMAR SINGH ) Page 17 of 17 Run Date/Time: 28/08/2021 12:18:58 |
41 | Main compressor with three phase induction motor including pressure switches, controls & air dryer etc., as per clause 4.36, 4.37 & 4.38 of RDSO specification offered type of compressor shall be supplied.(one set per TC) FURNISHING Tamil Nadu 23.00 Set |
Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy
For Tender Information Services Visit : TenderDetail