}

Supply Of Engagement Of Third Party Inspection Agencies For Inspection Of Goods In Indian Railwaysengagement Of Third Party Inspection Agencies For Inspection Of Goods In Indian Railways,%Age Of Po Value For Purchase Orders Valuing More Than Rs 5 Lakhs Bu, Mumbai-Maharashtra

Western Railway-WR has published Supply Of Engagement Of Third Party Inspection Agencies For Inspection Of Goods In Indian Railwaysengagement Of Third Party Inspection Agencies For Inspection Of Goods In Indian Railways,%Age Of Po Value For Purchase Orders Valuing More Than Rs 5 Lakhs Bu. Submission Date for this Tender is 12-07-2022. Third Party Inspection Services Tenders in Mumbai Maharashtra. Bidders can get complete Tender details and download the document.




Tender Notice

32678321
Supply Of Engagement Of Third Party Inspection Agencies For Inspection Of Goods In Indian Railwaysengagement Of Third Party Inspection Agencies For Inspection Of Goods In Indian Railways,%Age Of Po Value For Purchase Orders Valuing More Than Rs 5 Lakhs Bu
Open Tender
Indian
Maharashtra
Mumbai
12-07-2022

Tender Details

Supply Of Engagement Of Third Party Inspection Agencies For Inspection Of Goods In Indian Railwaysengagement Of Third Party Inspection Agencies For Inspection Of Goods In Indian Railways,%Age Of Po Value For Purchase Orders Valuing More Than Rs 5 Lakhs But Less Than Rs 1 Crore At (Location) Ir As Per Tender Conditions 1.00 2 Ns 2 Service Non Stock --- Yes As -- (Y) Specified In The Bid Document %Age Of Po Value For Purchase Orders Valuing More Than Rs 1 Crore But Less Than Rs 25 Crore At (Location) Ir As Per Tender Conditions 1.00 Page 1 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 3 Ns 3 Service Non Stock --- Yes As -- (Y) Specified In The Bid Document %Age Of Po Value For Purchase Orders Valuing More Than Rs 25 Crore But Less Than Rs 100 Crore At (Location) Ir As Per Tender Conditions 1.00 4 Ns 4 Service Non Stock --- Yes As -- (Y) Specified In The Bid Document %Age Of Po Value For Purchase Orders Valuing More Than Rs 100 Crore At (Location) Ir As Per Tender Conditions 1.00 5 Ns 5 Service Non Stock --- Yes As Inr (Y) Specified In The Bid Document Man-Days Rate At (Location) Ir As Per Tender Conditions 1.00 Man-Days 6 Ns 6 Service Non Stock --- Yes As Inr (Y) Specified In The Bid Document Man-Month Rate At (Location) Ir As Per Tender Conditions 1.00 Man-Month 3. T And C F.O.R Description Destination Delivery Period Description Delivery /Completion Rate Of Supply For All Items Commencement : Within 15 Days Of Issue Of Contract, Completion : Within 36 Months Thereafter Payment Terms S.No Description Payment Terms 1 100% Payment Will Be Made Against Actual Inspected And Accepted Quantity Based On Inspection Certificate And R Note Statutory Variation Clause S.No Description Page 2 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 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. 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 Firm Has Read And Understood Para 3.1.2 Of Rfq-Cum-Rfp And Filled And Yes Yes Allowed Attached Form-1(A) Of Appendix I. (Mandatory) 2 The Bidder Should Be A Private/ Public Limited Company, Corporation, Yes Yes Allowed Partnership Firm, Proprietor Firm. Individual Persons Are Not Eligible To (Mandatory) Participate In This Contract. The Bidder Must Be In Operation In India For A Minimum Period Of Ten Years. Firm Must Submit Form-1(B) Of Appendix I Of Rfq-Cum-Rfp. 3 The Bidder Should Not Have Been Barred By The Central Government, Any Yes Yes Allowed State Government, A Statutory Authority Or A Public-Sector Undertaking, (Mandatory) From Participating In Any Consulting Assignment. The Bidder Should Not Have, During The Last Three Years, Failed To Perform On Any Agreement - As Evidenced By Imposition Of A Penalty By An Arbitral Or Judicial Authority Or A Judicial Pronouncement Or Arbitration Award Against The Bidder Nor Been Expelled From Any Work Or Agreement Nor Have Had Any Agreement Terminated. Firm Must Submit Form-1(B) Of Appendix I Of Rfq-Cum-Rfp. 4 Bidder Shall Have A Countrywide Network Of Mandatory 4 (Four) Inspection Yes Yes Allowed Offices/ Branches In Four Regions I.E., North, South, East And West India. (Mandatory) Note: Bidder Shall Furnish Valid Documentary Evidence (Trade Licenses, Gst Certificate, Registration Certificate Of State Govt Or Valid Commercial Lease Deed (Registered) Or Valid And Notarized Rent Agreement For Commercial Use) Along With Current Electricity Bills, Not Older Than 6 Months, For All These Offices In Support Of The Above Criteria. Firm Must Submit Form-1(C) Of Appendix I Of Rfq-Cum-Rfp. 5 The Bidder Should Have Accreditation Certification As Per Iso 17020/2012. Yes Yes Allowed Firm Must Submit Form-1(D) Of Appendix I Of Rfq-Cum-Rfp. (Mandatory) 6 Bidder Headquarters / Corporate Office, Located In India Must Be An Iso Yes Yes Allowed 9001-2015 Certified By An Agency Which Is Accredited By An Iaf Member (Mandatory) Body (Which Is Signatory To Their Multilateral Mutual Recognition Arrangement). Bidder Has To Submit The Valid Iso 9001-2015 Certificate Of Headquarter/ Corporate Office. Firm Must Submit Form-1(D) Of Appendix I Of Rfq-Cum-Rfp. 7 Bidders Should Have Received A Minimum Of Rs. 25 Crore (Twenty-Five Yes Yes Allowed Crore) P/A Inspection Fee During Any Of 3 (Three) Financial Years Out Of Last 5 (Mandatory) Financial Years And Current Financial Year From Testing And Inspection. Firm Must Submit Form-2(A) Of Appendix I Of Rfq-Cum-Rfp. 8 Bidders Should Have Experience Of At Least 5 (Five) Eligible Assignments In Yes Yes Allowed The Last 5 Years And Current Financial Year. Firm Must Submit Form-2(B) Of (Mandatory) Appendix I Of Rfq-Cum-Rfp. 9 Bidders Should Have Experience Of At Least 3 Specific Assignment In The Yes Yes Allowed Last 5 Years And Current Financial Year. Firm Must Submit Form-2(C) Of (Mandatory) Appendix I Of Rfq-Cum-Rfp. Page 3 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 10 Bidders Should Have A Minimum Average Annual Turnover Of Rs.100 Cr In Yes Yes Allowed Any Of 3 (Three) Financial Years Out Of Last 5 Financial Years [I.E. Fy 16-17, (Mandatory) Fy 17-18, Fy 18-19, Fy 19-20, Fy 20-21]. Firm Must Submit Form-3(A) Of Appendix I Of Rfq-Cum-Rfp. 11 Bidders Should Have A Minimum Average Annual Net Worth Of Rs. 50 Cr. In Yes Yes Allowed Any Of 3 (Three) Financial Years Out Of Last 5 Financial Years [I.E. Fy 16-17, (Mandatory) Fy 17-18, Fy 18-19, Fy 19-20, Fy 20-21]. Firm Must Submit Form-3(B) Of Appendix I Of Rfq-Cum-Rfp. 12 Bidders Should Have Positive Working Capital. Firm Must Submit Form-3(C) Yes Yes Allowed Of Appendix I Of Rfq-Cum-Rfp. (Mandatory) 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 Whether The Bidder Has Made A Complete And Careful Examination Of The No No Not Allowed Rfq-Cum-Rfp. 2 Whether Received All Relevant Information Requested From The Authority. No No Not Allowed 3 Whether Acknowledged And Accepted The Risk Of Inadequacy, Error Or No No Not Allowed Mistake In The Information Provided In The Rfq-Cum-Rfp Or Furnished By Or On Behalf Of The Authority. 4 Whether Satisfied Itself About All Matters, Things And Information, Including No No Not Allowed Matters Referred Above, Necessary And Required For Submitting An Informed Application And Performance Of All Of Its Obligations There Under. 5 Whether Acknowledged That It Does Not Have A Conflict Of Interest. No No Not Allowed 6 Whether Agreed To Be Bound By The Undertaking Provided By It. No No Not Allowed 7 While Submitting The Technical Proposal, The Bidder Shall, In Particular, No No Not Allowed Ensure That: (A)All Forms Are Submitted In The Prescribed Formats And Signed By The Prescribed Signatories; (B)Cvs Of All Key Personnel Have Been Included; (C)Key Personnel Proposed Have Good Working Knowledge Of English Language; (D)Key Personnel Would Be Available For Minimum Period Of 3 Years The Period Of The Assignment; (E)No Key Personnel Should Have Attained The Age Of 60 Years At The Time Of Submitting The Proposal; And (F)The Cvs Shall Contain An Undertaking From The Respective Key Personnel About His/Her Availability For The Duration Specified In The Rfq- Cum-Rfp; (G)The Proposal Is Responsive In Terms Of Clause 3.2 Of Rfq- Cum-Rfp. 8 While Submitting The Pre-Qualification Proposal, The Bidder Shall, In No No Not Allowed Particular, Ensure That: (A)The Earnest Money Deposit Is Provided Unless Exempted (B)All Forms Are Submitted In The Prescribed Formats And Signed By The Prescribed Signatories; (C)Power Of Attorney, If Applicable, Is Executed As Per Applicable Laws; (D)The Proposal Is Responsive In Terms Of Clause 3.1 Of Rfq-Cum-Rfp. Page 4 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 9 While Submitting The Financial Proposal, The Bidder Shall Ensure The No No Not Allowed Following: (A)All The Costs Associated With The Assignment Shall Be Included In The Financial Proposal. These Shall Cover Remuneration For All The Personnel (Expatriate And Resident, In The Field, Office Etc.), Accommodation, Air Fare, Equipment, Printing Of Documents, Surveys, Technical Investigations Etc. The Total Amount Indicated In The Financial Proposal Shall Be Without Any Condition Attached Or Subject To Any Assumption, And Shall Be Final And Binding. In Case Any Assumption Or Condition Is Indicated In The Financial Proposal, It Shall Be Considered Non- Responsive And Liable To Be Rejected. (B)The Financial Proposal Shall Take Into Account All Expenses And Tax Liabilities. For The Avoidance Of Doubt, It Is Clarified That All Taxes Shall Be Deemed To Be Included In The Costs Shown Under Different Items Of The Financial Proposal. Further, All Payments Shall Be Subject To Deduction Of Taxes At Source As Per Applicable Laws. (C)Bidder To Quote Financial Proposal For Inspection Charges In Terms Of % Of Po Value And Man-Days/Man-Month In Ireps Only. Commercial-Compliance S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Performance Security: The Selected Bidder Shall Submit A Performance Yes Yes Not Allowed Security To Authority For A Sum Equivalent To Amount 3% (Three Percent) Of Contractual Value As Mentioned In Schedule 3 Of Rfq-Cum-Rfp. The Selected Bidder Shall Have To Submit Performance Security Within 15 Days From The Date Of Loa. Extension Of Time For Submission Of Performance Security Beyond Such Days And Up To 60 (Sixty) Days From The Date Of Issue Of Loa May Be Given By Authority On Written Request Of The Selected Bidder. However, A Penal Interest @ 15% Per Annum, On The Amount Of Performance Security, Shall Be Payable By The Selected Bidder For The Period Of Extension Beyond 15 Days From Date Of Loa. In Case Selected Bidder Fails To Submit The Performance Security Even Up To 60 (Sixty) Days From The Date Of Issue Of Loa, The Contract Shall Be Terminated By Cancellation Of Loa And Amount Of Earnest Money Deposit Shall Be Forfeited. The Performance Security Shall Be In The Prescribed Form As Per Annex-5 Provided In The Rfq-Cum-Rfp. The Said Performance Security Shall Remain Valid Up To 6 (Six) Months After The Date Of Completion Of All Contractual Obligations By The Successful Bidder. Thereafter As Required By The Authority, The Same Shall Be Extended Further For The Required Period As May Be Decided By The Authority. The Performance Security Would However Be Forfeited In Case Of Any Event Of Default Leading To Termination Of Contract As Described In The Agreement. The Performance Security Shall Be Released 6 Months After The Payment Of The Final Bill And Submission Of Noc. 2 The Prevailing Gst For Inspection Charges Is 18%. Firm Must Agree And Yes Yes Allowed Quote Only Basic Rate In Percentage Of Po Value And Man-Days/Man-Month (Optional) In Financial Tab Of Ireps. 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. Page 5 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 3 Mse Clause:- A] Please Indicate Whether You Are Registered With Any Of The Yes Yes Allowed Following Micro & Small Enterprises (Mse) Agencies: District Industries (Optional) Centres, Kvic, Kvib, Coir Board, Nsic, Directorate Of Handicraft & Handloom Or Any Other Body Specified By Ministry Of Msme. [Name The Agency Clearly]. B] If Tenderer Is Registered With Any Of The Above-Mentioned Agencies, Please Indicate The Terminal Validity Date Of Registration And Also Indicate Whether The Enterprise Is Owned By Sc/St Or Women. Firm Is Also Required To Submit Udyam Certificate. The 25 % Quantity Shall Be Considered To Mse Including Quantity For Women Owned Mses & For Sc/St Owned Mses As Per Extant Rules And Only Be Considered If Valid Certificate Issued By Nominated Agencies Is Uploaded Along With Offer. If Documents Are Not Uploaded This Benefit Will Not Be Given To Tenderer. As Per Extant Guidelines, An Enterprise Registered As Mse Firm With Any Of The Organization Under The Ministry Of Micro, Small And Medium Enterprises Shall Register Itself Under Udyam Registration For Getting Benefit Under This Clause. Classification Of Enterprise As Micro, Small Or Medium Enterprise Shall Only Be Considered On The Basis Of Udyam Certificate As Per Ministry Of Micro, Small And Medium Enterprises Notification Dated 26Th June, 2020 And All Existing Enterprises Not Registered For Udyam Shall Only Be Considered Up To The Time Limits Given In Para 7 Of This Notification As Amended From Time To Time Upto The Date Of Tender Closing. 4 Earnest Money Deposit (Emd): (1) Emd Shall Be Submitted By Tenderer As Yes Yes Allowed Specified In Tender Schedule, Along With Their Online Offer. There Shall Be No (Mandatory) Exemption From Submission Of Emd For Any Tender Or By Any Tenderer Except Those Exempted. (2) Exemption To Submit Emd Will Be Given In The Following Cases :(A) Micro And Small Enterprises (Mses) Registered For Inspection Services. (B) Other Railways And Government Departments. (C) Indian Ordnance Factories. (D) Psus Owned By Ministry Of Railways And Psus For The Group Of Items/Services That Are Manufactured/Provided By Them. 5 Preference To Make In India: The Provisions Of Revised Public Procurement Yes Yes Allowed (Preference To Make In India) Order 2017 Issued By Department Of (Mandatory) Industrial Policy And Promotion Under Ministry Of Commerce And Industry Vide Letter No. P-45021/2/2017-Pp (Be-Ii) Dated 16.09.2020, As Amended From Time To Time Up To Proposal Due Date, Shall Be Applicable To The Bidding Process And Award Of The Contract Shall Be Done Accordingly. 6 As The Estimated Value Of Contract Is More Than Rs. 10 Crore, Hence The Yes Yes Allowed Local Supplier Is Required To Provide A Certificate From Statutory Auditor Or (Mandatory) Cost Auditor Of The Company (In The 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. 7 Please Enter The Percentage Of Local Content In The Material Being Offered. No Yes Allowed Please Enter 0 For Fully Imported Items, And 100 For Fully Indigenous Items. (Optional) 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 This Tender Is For Engagement Of Third Party Inspection Agencies For No No Not Allowed Inspection Of Goods In Indian Railways. The Engagement Period Will Be For Three Years. Page 6 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 2 The Engagement Of Agencies Will Be Done Through Three-Stage Selection No No Not Allowed Process. The Bidders Have To Submit Three Proposals Only In Ireps I.E.(I) Pre-Qualification Proposal (Ii) Technical Proposal And (Iii) Financial Proposal. The Evaluation Of Pre-Qualification Proposal, Technical Proposal And Financial Proposal For Engagement Purpose Will Be Based On The Methodology And Criteria Detailed In Clause 3 Of Attached Rfq-Cum-Rfp. 2.1 In The First Stage, Evaluation Of The Pre-Qualification Proposal Will Be Carried No No Not Allowed Out As Specified In Clause 3.1 Of Rfq-Cum-Rfp For Selection Of Qualified Bidders. Based On This, A List Of Qualified Bidders Shall Be Prepared. In The Second Stage, Evaluation Of Technical Proposals Of All Qualified Bidders Will Be Carried Out As Specified In Clause 3.2 Of Rfq-Cum-Rfp And A List Of Technically Qualified Bidders Will Be Prepared. In The Third Stage, Evaluation Of Financial Proposals Of All Technically Qualified Bidders Will Be Carried Out As Specified In Clause 3.3 Of Rfq-Cum-Rfp. 2.2 The System Generated Financial Tabulation In Ireps For %Age Of Po Value No No Not Allowed Slabs Should Not Be Considered As Final Ranking. The Final Ranking For %Age Of Po Value Slabs Will Be Further Evaluated On The Basis Of Weighted Average Of Individual Slabs As Mentioned In Clause 3.3 Of Rfq-Cum-Rfp Which Will Be Communicated Separately To All Technically Qualified Bidders. 3 1.Rfq-Cum-Rfp Document Is Neither An Agreement Nor An Offer By The No No Not Allowed Indian Railways (The Authority) To The Prospective Bidders Or Any Other Person. 2.The Authority Does Not Make Any Representation Or Warranty As To The Accuracy, Reliability Or Completeness Of The Information In This Rfq- Cum-Rfp Document And It Is Not Possible For The Authority To Consider Particular Needs Of Each Party Who Reads Or Uses This Rfq-Cum-Rfp Document. Each Prospective Bidder Should Conduct Its Own Investigations And Analysis And Check The Accuracy, Reliability And Completeness Of The Information Provided In This Rfq-Cum-Rfp Document And Obtain Independent Advice From Appropriate Sources.3.The Authority Will Not Have Any Liability To Any Company/ Firm/ Consortium Or Any Other Person Under Any Laws (Including Without Limitation The Law Of Contract), The Principles Of Equity, Restitution Or Unjust Enrichment Or Otherwise For Any Loss, Expense Or Damage Which May Arise From Or Be Incurred Or Suffered In Connection With Anything Contained In This Rfq-Cum-Rfp Document, Any Matter Deemed To Form Part Of This Rfq-Cum-Rfp Document, The Award Of The Assignment, The Information And Any Other Information Supplied By Or On Behalf Of Authority Or Their Employees, Any Tpi Agency Or Otherwise Arising In Any Way From The Selection Process For The Assignment. Authority Will Also Not Be Liable In Any Manner Whether Resulting From Negligence Or Otherwise However Caused Arising From Reliance Of Any Bidder Upon Any Statements Contained In This Rfq-Cum-Rfp. 4 4.Authority Will Not Be Responsible For Any Delay In Receiving The Proposals. No No Not Allowed The Issue Of This Rfq-Cum-Rfp Does Not Imply That The Authority Is Bound To Select An Bidder Or To Appoint The Successful Bidder, As The Case May Be, For The Engagement Of Tpi And The Authority Reserves The Right To Accept/ Reject Any Or All Of Proposals Submitted In Response To This Rfq- Cum-Rfp Document At Any Stage Without Assigning Any Reasons Whatsoever. Authority Also Reserves The Right To Withhold Or Withdraw The Process At Any Stage With Intimation To All Who Submitted The Application In Response To This Rfq-Cum-Rfp. 5.The Information Given Is Not An Exhaustive Account Of Statutory Requirements And Should Not Be Regarded As A Complete Or Authoritative Statement Of Law. Authority Accepts No Responsibility For The Accuracy Or Otherwise For Any Interpretation Or Opinion On The Law Expressed Herein. 6.Authority Reserves The Right To Change/ Modify/ Amend Any Or All Provisions Of This Rfq-Cum-Rfp Document. The Amended Rfq-Cum-Rfp Will Be Made Available On The Indian Railway E- Procurement System (Ireps) Website I.E. Www.Ireps.Gov.In. Page 7 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 5 The Proposal With All Accompanying Documents And All Communications In No No Not Allowed Relation To Or Concerning The Selection Process Shall Be In English Language And Strictly As Per The Forms Provided In This Rfq-Cum-Rfp. No Supporting Document Or Printed Literature Shall Be Submitted With The Proposal Unless Specifically Asked For And In Case Any Of These Documents Is In Another Language, It Must Be Accompanied By An Accurate Translation Of All The Relevant Passages In English, In Which Case, For All Purposes Of Interpretation Of The Proposal, The Translation In English Shall Prevail. 6 In Case It Is Found During The Evaluation Or At Any Time Before Signing Of The No No Not Allowed Agreement Or After Its Execution And During The Period Of Subsistence Thereof, That One Or More Of The Eligibility Conditions Have Not Been Met By The Bidder Or The Bidder Has Made Material Misrepresentation Or Has Given Any Materially Incorrect Or False Information, The Bidder Shall Be Disqualified Forthwith If Not Yet Appointed As The Tpi Agency Either By Issue Of The Loa Or Entering Into Of The Agreement, And If The Selected Bidder Has Already Been Issued The Loa Or Has Entered Into The Agreement, As The Case May Be, The Same Shall, Notwithstanding Anything To The Contrary Contained Therein Or In This Rfq-Cum-Rfp, Be Liable To Be Terminated, By A Communication In Writing By The Authority Without The Authority Being Liable In Any Manner Whatsoever To The Selected Bidder Or Tpi Agency, As The Case May Be. In Such An Event, The Authority Shall Forfeit And Appropriate The Performance Security, If Available, As Mutually Agreed Pre-Estimated Compensation And Damages Payable To The Authority For, Inter-Alia, Time, Cost And Effort Of The Authority, Without Prejudice To Any Other Right Or Remedy That May Be Available To The Authority. Technical-Compliances S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Relevant Experience Of The Bidder(Turnover, Net Worth, Experience Of Yes Yes Not Allowed Third-Party Inspection Agency In India, Empanelment For Tpi Job With Other Government And Semi-Government Bodies In India, Executed Single Order Of Tpi Having Maximum Inspection Fees). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 1.1 Bidder Must Submit Annual Turnover As Specified In Form 1(A) Of Yes Yes Allowed Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 1.2 Bidder Must Submit Experience Of Third-Party Inspection Agency In India Yes Yes Allowed (In Years) As Specified In Form 1(B) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 1.3 Bidder Must Submit Net Worth As Specified In Form 1(C) Of Appendix-Ii Yes Yes Allowed Of Rfq-Cum-Rfp. (Mandatory) 1.4 Bidder Must Submit Documents Supporting Empanelment For Tpi Job With Yes Yes Allowed Other Government And Semi-Government Bodies Etc. In India, As Specified In (Mandatory) Form 1(D) Of Appendix-Ii Of Rfq-Cum-Rfp. 1.5 Bidder Must Submit Details Of Executed Single Order Of Tpi Having Yes Yes Allowed Maximum Inspection Fees (In Last 5 Years And Current Year.) As Specified In (Mandatory) Form 1(E) Of Appendix-Ii Of Rfq-Cum-Rfp. 2 Geographical Presence/Location Of The Bidder. Relevant Forms For Above Yes Yes Not Allowed Parameters As Per Appendix Ii Are Read And Understood. 2.1 Bidder Must Submit Document For Their Geographical Presence/Location In Yes Yes Allowed India As Specified In Form 2(A) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 2.2 Bidder Must Submit Documents For Their Geographical Presence/Location Yes Yes Allowed Outside India As Specified In Form 2(B) Of Appendix-Ii Of Rfq-Cum- (Mandatory) Rfp. Page 8 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 3 Technical Competence (Relevant Experience Of Key Personnel I.E. Project Yes Yes Not Allowed Director/Team Leader, Gm/Qa, Graduate Engineers (Ge), Authorized Inspectors (Ai) And Expertise/Experience Of Working As Tpi Agency In Railway Sector). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 3.1 Bidder Must Submit Curriculum Vitae (Cv) Of Project Director/Team Leader Yes Yes Allowed As Specified In Form 3(A) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 3.2 Bidder Must Submit Curriculum Vitae (Cv) Of Gm(Quality Assurance) As Yes Yes Allowed Specified In Form 3(B) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 3.3 Bidder Must Submit Details Of Graduate Engineers (Ge) With Years Of Yes Yes Allowed Experience (Yoe) In Testing And Inspection Field As Specified In Form 3(C) (Mandatory) Of Appendix-Ii Of Rfq-Cum-Rfp. 3.4 Bidder Must Submit Details Of Authorized Inspectors (Ai) Having Yes Yes Allowed Certification From Asme/Astm/Asnt/Aws Or Equivalent As Specified In (Mandatory) Form 3(D) Of Appendix-Ii Of Rfq-Cum-Rfp. 3.5 Bidder Must Submit Details Of Expertise And Experience Of Working As Tpi Yes Yes Allowed Agency In Railway Sector As Specified In Form 3(E) Of Appendix-Ii Of (Mandatory) Rfq-Cum-Rfp. 4 Bidder Must Submit Details Of Valid Registration With Statutory Bodies As Yes Yes Allowed Specified In Form 4 Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 5 Infrastructure ( Nabl Approved Ndt/Dt Testing Facility Owned By Firm And Yes Yes Not Allowed Tie-Up/Collaboration, Physical Library/E-Library With Authorized And Updated Relevant Codes And Standards, System Computerization And Reporting System). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 5.1 Bidder Must Submit Details Of Having Nabl Approved Ndt/Dt Testing Yes Yes Allowed Facility Or Tie-Up/Collaboration As Specified In Form 5(A) Of Appendix-Ii Of (Mandatory) Rfq-Cum-Rfp. 5.2 Bidder Must Submit Details Of Having Physical Library/E-Library With Yes Yes Allowed Authorized And Updated Relevant Codes And Standards As Specified In (Mandatory) Form 5(B) Of Appendix-Ii Of Rfq-Cum-Rfp. 5.3 Bidder Must Submit Details Of System Computerization And Reporting Yes Yes Allowed System As Specified In Form 5(C) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 6 Response Time ( For Attending The Inspection Call Request And For Yes Yes Not Allowed Releasing Inspection Certificate From Attending The Call). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 6.1 Bidder Must Submit Documentary Evidence Of Response Time For Attending Yes Yes Allowed The Inspection Call Request As Specified In Form 6(A) Of Appendix-Ii Of (Mandatory) Rfq-Cum-Rfp. 6.2 Bidder Must Submit Documentary Evidence For Response Time In Releasing Yes Yes Allowed Inspection Certificate From Attending The Call As Specified In Form 6(B) Of (Mandatory) Appendix-Ii Of Rfq-Cum-Rfp. 7 Bidder Must Submit Details Of Complaint Redressal System As Specified In Yes Yes Allowed Form 7 Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) Undertakings S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Bidder Agrees To Submit All Details/Documents Of Pre-Qualification Proposal No No Not Allowed Only In Eligibility Section Of The Tender Schedule And To Submit All Details/Documents Of The Technical Proposal In Technical -Compliance Section Of The Tender Schedule. Bidder Also Agrees To Submit The Financial Proposal Online Only In Financial Tab Of Ireps. Bidder Agrees That Proposals/Documents Submitted/Uploaded At Other Than Above Mentioned Specified Sections Will Not Be Considered For Evaluation Purpose. Page 9 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 2 A Bidder Should Have, During The Last Three Years, Neither Failed To Perform No No Not Allowed On Any Agreement, As Evidenced By Imposition Of A Penalty By An Arbitral Or Judicial Authority Or A Judicial Pronouncement Or Arbitration Award Against The Bidder, Nor Been Expelled From Any Work Or Agreement Nor Have Had Any Agreement Terminated For Breach By Such Bidder. 3 Any Entity Which Has Been Barred By The Central Government, Any State No No Not Allowed Government, A Statutory Authority Or A Public-Sector Undertaking, From Participating In Any Work, And The Bar Subsists As On The Date Of Proposal, Would Not Be Eligible To Submit A Proposal. 4 While Submitting A Proposal, The Bidder Should Attach Clearly Marked And No No Not Allowed Referenced Continuation Sheets In The Event That The Space Provided In The Specified Forms In The Appendices Is Insufficient. Alternatively, Bidders May Format The Specified Forms Making Due Provision For Incorporation Of The Requested Information. 5 Bidder Must Quote For All Po Slabs, Man-Days And Man-Months, Otherwise No No Not Allowed Offer Will Be Considered As Unresponsive And Will Not Be Evaluated. The Financial Offer Should Only Be Submitted Online In Financial Tab Of This Tender In Ireps Website. Submission In Any Format Other Than Online Mode Will Not Be Considered For Evaluation. 6. Documents Attached With Tender S.No. Document Name Document Description 1 Finalrfp.Pdf Rfq Cum Rfp 7. Responsiveness S.No. Description 1 Validity Of Offer: No Deviation From The Offer Validity Period Stipulated In The Tender Is Permitted. 2 Payment Terms: No Deviation From The Payment Terms Stipulated In The Tender 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-Chg ( Amit Verma ) Page 10 Of 10 Run Date/Time: 14/06/2022 18:53:59 , %Age Of Po Value For Purchase Orders Valuing More Than Rs 1 Crore But Less Than Rs 25 Crore At (Location) Ir As Per Tender Conditions 1.00 Page 1 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document , %Age Of Po Value For Purchase Orders Valuing More Than Rs 25 Crore But Less Than Rs 100 Crore At (Location) Ir As Per Tender Conditions 1.00 4 Ns 4 Service Non Stock --- Yes As -- (Y) Specified In The Bid Document %Age Of Po Value For Purchase Orders Valuing More Than Rs 100 Crore At (Location) Ir As Per Tender Conditions 1.00 5 Ns 5 Service Non Stock --- Yes As Inr (Y) Specified In The Bid Document Man-Days Rate At (Location) Ir As Per Tender Conditions 1.00 Man-Days 6 Ns 6 Service Non Stock --- Yes As Inr (Y) Specified In The Bid Document Man-Month Rate At (Location) Ir As Per Tender Conditions 1.00 Man-Month 3. T And C F.O.R Description Destination Delivery Period Description Delivery /Completion Rate Of Supply For All Items Commencement : Within 15 Days Of Issue Of Contract, Completion : Within 36 Months Thereafter Payment Terms S.No Description Payment Terms 1 100% Payment Will Be Made Against Actual Inspected And Accepted Quantity Based On Inspection Certificate And R Note Statutory Variation Clause S.No Description Page 2 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 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. 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 Firm Has Read And Understood Para 3.1.2 Of Rfq-Cum-Rfp And Filled And Yes Yes Allowed Attached Form-1(A) Of Appendix I. (Mandatory) 2 The Bidder Should Be A Private/ Public Limited Company, Corporation, Yes Yes Allowed Partnership Firm, Proprietor Firm. Individual Persons Are Not Eligible To (Mandatory) Participate In This Contract. The Bidder Must Be In Operation In India For A Minimum Period Of Ten Years. Firm Must Submit Form-1(B) Of Appendix I Of Rfq-Cum-Rfp. 3 The Bidder Should Not Have Been Barred By The Central Government, Any Yes Yes Allowed State Government, A Statutory Authority Or A Public-Sector Undertaking, (Mandatory) From Participating In Any Consulting Assignment. The Bidder Should Not Have, During The Last Three Years, Failed To Perform On Any Agreement - As Evidenced By Imposition Of A Penalty By An Arbitral Or Judicial Authority Or A Judicial Pronouncement Or Arbitration Award Against The Bidder Nor Been Expelled From Any Work Or Agreement Nor Have Had Any Agreement Terminated. Firm Must Submit Form-1(B) Of Appendix I Of Rfq-Cum-Rfp. 4 Bidder Shall Have A Countrywide Network Of Mandatory 4 (Four) Inspection Yes Yes Allowed Offices/ Branches In Four Regions I.E., North, South, East And West India. (Mandatory) Note: Bidder Shall Furnish Valid Documentary Evidence (Trade Licenses, Gst Certificate, Registration Certificate Of State Govt Or Valid Commercial Lease Deed (Registered) Or Valid And Notarized Rent Agreement For Commercial Use) Along With Current Electricity Bills, Not Older Than 6 Months, For All These Offices In Support Of The Above Criteria. Firm Must Submit Form-1(C) Of Appendix I Of Rfq-Cum-Rfp. 5 The Bidder Should Have Accreditation Certification As Per Iso 17020/2012. Yes Yes Allowed Firm Must Submit Form-1(D) Of Appendix I Of Rfq-Cum-Rfp. (Mandatory) 6 Bidder Headquarters / Corporate Office, Located In India Must Be An Iso Yes Yes Allowed 9001-2015 Certified By An Agency Which Is Accredited By An Iaf Member (Mandatory) Body (Which Is Signatory To Their Multilateral Mutual Recognition Arrangement). Bidder Has To Submit The Valid Iso 9001-2015 Certificate Of Headquarter/ Corporate Office. Firm Must Submit Form-1(D) Of Appendix I Of Rfq-Cum-Rfp. 7 Bidders Should Have Received A Minimum Of Rs. 25 Crore (Twenty-Five Yes Yes Allowed Crore) P/A Inspection Fee During Any Of 3 (Three) Financial Years Out Of Last 5 (Mandatory) Financial Years And Current Financial Year From Testing And Inspection. Firm Must Submit Form-2(A) Of Appendix I Of Rfq-Cum-Rfp. 8 Bidders Should Have Experience Of At Least 5 (Five) Eligible Assignments In Yes Yes Allowed The Last 5 Years And Current Financial Year. Firm Must Submit Form-2(B) Of (Mandatory) Appendix I Of Rfq-Cum-Rfp. 9 Bidders Should Have Experience Of At Least 3 Specific Assignment In The Yes Yes Allowed Last 5 Years And Current Financial Year. Firm Must Submit Form-2(C) Of (Mandatory) Appendix I Of Rfq-Cum-Rfp. Page 3 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 10 Bidders Should Have A Minimum Average Annual Turnover Of Rs.100 Cr In Yes Yes Allowed Any Of 3 (Three) Financial Years Out Of Last 5 Financial Years [I.E. Fy 16-17, (Mandatory) Fy 17-18, Fy 18-19, Fy 19-20, Fy 20-21]. Firm Must Submit Form-3(A) Of Appendix I Of Rfq-Cum-Rfp. 11 Bidders Should Have A Minimum Average Annual Net Worth Of Rs. 50 Cr. In Yes Yes Allowed Any Of 3 (Three) Financial Years Out Of Last 5 Financial Years [I.E. Fy 16-17, (Mandatory) Fy 17-18, Fy 18-19, Fy 19-20, Fy 20-21]. Firm Must Submit Form-3(B) Of Appendix I Of Rfq-Cum-Rfp. 12 Bidders Should Have Positive Working Capital. Firm Must Submit Form-3(C) Yes Yes Allowed Of Appendix I Of Rfq-Cum-Rfp. (Mandatory) 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 Whether The Bidder Has Made A Complete And Careful Examination Of The No No Not Allowed Rfq-Cum-Rfp. 2 Whether Received All Relevant Information Requested From The Authority. No No Not Allowed 3 Whether Acknowledged And Accepted The Risk Of Inadequacy, Error Or No No Not Allowed Mistake In The Information Provided In The Rfq-Cum-Rfp Or Furnished By Or On Behalf Of The Authority. 4 Whether Satisfied Itself About All Matters, Things And Information, Including No No Not Allowed Matters Referred Above, Necessary And Required For Submitting An Informed Application And Performance Of All Of Its Obligations There Under. 5 Whether Acknowledged That It Does Not Have A Conflict Of Interest. No No Not Allowed 6 Whether Agreed To Be Bound By The Undertaking Provided By It. No No Not Allowed 7 While Submitting The Technical Proposal, The Bidder Shall, In Particular, No No Not Allowed Ensure That: (A)All Forms Are Submitted In The Prescribed Formats And Signed By The Prescribed Signatories; (B)Cvs Of All Key Personnel Have Been Included; (C)Key Personnel Proposed Have Good Working Knowledge Of English Language; (D)Key Personnel Would Be Available For Minimum Period Of 3 Years The Period Of The Assignment; (E)No Key Personnel Should Have Attained The Age Of 60 Years At The Time Of Submitting The Proposal; And (F)The Cvs Shall Contain An Undertaking From The Respective Key Personnel About His/Her Availability For The Duration Specified In The Rfq- Cum-Rfp; (G)The Proposal Is Responsive In Terms Of Clause 3.2 Of Rfq- Cum-Rfp. 8 While Submitting The Pre-Qualification Proposal, The Bidder Shall, In No No Not Allowed Particular, Ensure That: (A)The Earnest Money Deposit Is Provided Unless Exempted (B)All Forms Are Submitted In The Prescribed Formats And Signed By The Prescribed Signatories; (C)Power Of Attorney, If Applicable, Is Executed As Per Applicable Laws; (D)The Proposal Is Responsive In Terms Of Clause 3.1 Of Rfq-Cum-Rfp. Page 4 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 9 While Submitting The Financial Proposal, The Bidder Shall Ensure The No No Not Allowed Following: (A)All The Costs Associated With The Assignment Shall Be Included In The Financial Proposal. These Shall Cover Remuneration For All The Personnel (Expatriate And Resident, In The Field, Office Etc.), Accommodation, Air Fare, Equipment, Printing Of Documents, Surveys, Technical Investigations Etc. The Total Amount Indicated In The Financial Proposal Shall Be Without Any Condition Attached Or Subject To Any Assumption, And Shall Be Final And Binding. In Case Any Assumption Or Condition Is Indicated In The Financial Proposal, It Shall Be Considered Non- Responsive And Liable To Be Rejected. (B)The Financial Proposal Shall Take Into Account All Expenses And Tax Liabilities. For The Avoidance Of Doubt, It Is Clarified That All Taxes Shall Be Deemed To Be Included In The Costs Shown Under Different Items Of The Financial Proposal. Further, All Payments Shall Be Subject To Deduction Of Taxes At Source As Per Applicable Laws. (C)Bidder To Quote Financial Proposal For Inspection Charges In Terms Of % Of Po Value And Man-Days/Man-Month In Ireps Only. Commercial-Compliance S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Performance Security: The Selected Bidder Shall Submit A Performance Yes Yes Not Allowed Security To Authority For A Sum Equivalent To Amount 3% (Three Percent) Of Contractual Value As Mentioned In Schedule 3 Of Rfq-Cum-Rfp. The Selected Bidder Shall Have To Submit Performance Security Within 15 Days From The Date Of Loa. Extension Of Time For Submission Of Performance Security Beyond Such Days And Up To 60 (Sixty) Days From The Date Of Issue Of Loa May Be Given By Authority On Written Request Of The Selected Bidder. However, A Penal Interest @ 15% Per Annum, On The Amount Of Performance Security, Shall Be Payable By The Selected Bidder For The Period Of Extension Beyond 15 Days From Date Of Loa. In Case Selected Bidder Fails To Submit The Performance Security Even Up To 60 (Sixty) Days From The Date Of Issue Of Loa, The Contract Shall Be Terminated By Cancellation Of Loa And Amount Of Earnest Money Deposit Shall Be Forfeited. The Performance Security Shall Be In The Prescribed Form As Per Annex-5 Provided In The Rfq-Cum-Rfp. The Said Performance Security Shall Remain Valid Up To 6 (Six) Months After The Date Of Completion Of All Contractual Obligations By The Successful Bidder. Thereafter As Required By The Authority, The Same Shall Be Extended Further For The Required Period As May Be Decided By The Authority. The Performance Security Would However Be Forfeited In Case Of Any Event Of Default Leading To Termination Of Contract As Described In The Agreement. The Performance Security Shall Be Released 6 Months After The Payment Of The Final Bill And Submission Of Noc. 2 The Prevailing Gst For Inspection Charges Is 18%. Firm Must Agree And Yes Yes Allowed Quote Only Basic Rate In Percentage Of Po Value And Man-Days/Man-Month (Optional) In Financial Tab Of Ireps. 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. Page 5 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 3 Mse Clause:- A] Please Indicate Whether You Are Registered With Any Of The Yes Yes Allowed Following Micro & Small Enterprises (Mse) Agencies: District Industries (Optional) Centres, Kvic, Kvib, Coir Board, Nsic, Directorate Of Handicraft & Handloom Or Any Other Body Specified By Ministry Of Msme. [Name The Agency Clearly]. B] If Tenderer Is Registered With Any Of The Above-Mentioned Agencies, Please Indicate The Terminal Validity Date Of Registration And Also Indicate Whether The Enterprise Is Owned By Sc/St Or Women. Firm Is Also Required To Submit Udyam Certificate. The 25 % Quantity Shall Be Considered To Mse Including Quantity For Women Owned Mses & For Sc/St Owned Mses As Per Extant Rules And Only Be Considered If Valid Certificate Issued By Nominated Agencies Is Uploaded Along With Offer. If Documents Are Not Uploaded This Benefit Will Not Be Given To Tenderer. As Per Extant Guidelines, An Enterprise Registered As Mse Firm With Any Of The Organization Under The Ministry Of Micro, Small And Medium Enterprises Shall Register Itself Under Udyam Registration For Getting Benefit Under This Clause. Classification Of Enterprise As Micro, Small Or Medium Enterprise Shall Only Be Considered On The Basis Of Udyam Certificate As Per Ministry Of Micro, Small And Medium Enterprises Notification Dated 26Th June, 2020 And All Existing Enterprises Not Registered For Udyam Shall Only Be Considered Up To The Time Limits Given In Para 7 Of This Notification As Amended From Time To Time Upto The Date Of Tender Closing. 4 Earnest Money Deposit (Emd): (1) Emd Shall Be Submitted By Tenderer As Yes Yes Allowed Specified In Tender Schedule, Along With Their Online Offer. There Shall Be No (Mandatory) Exemption From Submission Of Emd For Any Tender Or By Any Tenderer Except Those Exempted. (2) Exemption To Submit Emd Will Be Given In The Following Cases :(A) Micro And Small Enterprises (Mses) Registered For Inspection Services. (B) Other Railways And Government Departments. (C) Indian Ordnance Factories. (D) Psus Owned By Ministry Of Railways And Psus For The Group Of Items/Services That Are Manufactured/Provided By Them. 5 Preference To Make In India: The Provisions Of Revised Public Procurement Yes Yes Allowed (Preference To Make In India) Order 2017 Issued By Department Of (Mandatory) Industrial Policy And Promotion Under Ministry Of Commerce And Industry Vide Letter No. P-45021/2/2017-Pp (Be-Ii) Dated 16.09.2020, As Amended From Time To Time Up To Proposal Due Date, Shall Be Applicable To The Bidding Process And Award Of The Contract Shall Be Done Accordingly. 6 As The Estimated Value Of Contract Is More Than Rs. 10 Crore, Hence The Yes Yes Allowed Local Supplier Is Required To Provide A Certificate From Statutory Auditor Or (Mandatory) Cost Auditor Of The Company (In The 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. 7 Please Enter The Percentage Of Local Content In The Material Being Offered. No Yes Allowed Please Enter 0 For Fully Imported Items, And 100 For Fully Indigenous Items. (Optional) 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 This Tender Is For Engagement Of Third Party Inspection Agencies For No No Not Allowed Inspection Of Goods In Indian Railways. The Engagement Period Will Be For Three Years. Page 6 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 2 The Engagement Of Agencies Will Be Done Through Three-Stage Selection No No Not Allowed Process. The Bidders Have To Submit Three Proposals Only In Ireps I.E.(I) Pre-Qualification Proposal (Ii) Technical Proposal And (Iii) Financial Proposal. The Evaluation Of Pre-Qualification Proposal, Technical Proposal And Financial Proposal For Engagement Purpose Will Be Based On The Methodology And Criteria Detailed In Clause 3 Of Attached Rfq-Cum-Rfp. 2.1 In The First Stage, Evaluation Of The Pre-Qualification Proposal Will Be Carried No No Not Allowed Out As Specified In Clause 3.1 Of Rfq-Cum-Rfp For Selection Of Qualified Bidders. Based On This, A List Of Qualified Bidders Shall Be Prepared. In The Second Stage, Evaluation Of Technical Proposals Of All Qualified Bidders Will Be Carried Out As Specified In Clause 3.2 Of Rfq-Cum-Rfp And A List Of Technically Qualified Bidders Will Be Prepared. In The Third Stage, Evaluation Of Financial Proposals Of All Technically Qualified Bidders Will Be Carried Out As Specified In Clause 3.3 Of Rfq-Cum-Rfp. 2.2 The System Generated Financial Tabulation In Ireps For %Age Of Po Value No No Not Allowed Slabs Should Not Be Considered As Final Ranking. The Final Ranking For %Age Of Po Value Slabs Will Be Further Evaluated On The Basis Of Weighted Average Of Individual Slabs As Mentioned In Clause 3.3 Of Rfq-Cum-Rfp Which Will Be Communicated Separately To All Technically Qualified Bidders. 3 1.Rfq-Cum-Rfp Document Is Neither An Agreement Nor An Offer By The No No Not Allowed Indian Railways (The Authority) To The Prospective Bidders Or Any Other Person. 2.The Authority Does Not Make Any Representation Or Warranty As To The Accuracy, Reliability Or Completeness Of The Information In This Rfq- Cum-Rfp Document And It Is Not Possible For The Authority To Consider Particular Needs Of Each Party Who Reads Or Uses This Rfq-Cum-Rfp Document. Each Prospective Bidder Should Conduct Its Own Investigations And Analysis And Check The Accuracy, Reliability And Completeness Of The Information Provided In This Rfq-Cum-Rfp Document And Obtain Independent Advice From Appropriate Sources.3.The Authority Will Not Have Any Liability To Any Company/ Firm/ Consortium Or Any Other Person Under Any Laws (Including Without Limitation The Law Of Contract), The Principles Of Equity, Restitution Or Unjust Enrichment Or Otherwise For Any Loss, Expense Or Damage Which May Arise From Or Be Incurred Or Suffered In Connection With Anything Contained In This Rfq-Cum-Rfp Document, Any Matter Deemed To Form Part Of This Rfq-Cum-Rfp Document, The Award Of The Assignment, The Information And Any Other Information Supplied By Or On Behalf Of Authority Or Their Employees, Any Tpi Agency Or Otherwise Arising In Any Way From The Selection Process For The Assignment. Authority Will Also Not Be Liable In Any Manner Whether Resulting From Negligence Or Otherwise However Caused Arising From Reliance Of Any Bidder Upon Any Statements Contained In This Rfq-Cum-Rfp. 4 4.Authority Will Not Be Responsible For Any Delay In Receiving The Proposals. No No Not Allowed The Issue Of This Rfq-Cum-Rfp Does Not Imply That The Authority Is Bound To Select An Bidder Or To Appoint The Successful Bidder, As The Case May Be, For The Engagement Of Tpi And The Authority Reserves The Right To Accept/ Reject Any Or All Of Proposals Submitted In Response To This Rfq- Cum-Rfp Document At Any Stage Without Assigning Any Reasons Whatsoever. Authority Also Reserves The Right To Withhold Or Withdraw The Process At Any Stage With Intimation To All Who Submitted The Application In Response To This Rfq-Cum-Rfp. 5.The Information Given Is Not An Exhaustive Account Of Statutory Requirements And Should Not Be Regarded As A Complete Or Authoritative Statement Of Law. Authority Accepts No Responsibility For The Accuracy Or Otherwise For Any Interpretation Or Opinion On The Law Expressed Herein. 6.Authority Reserves The Right To Change/ Modify/ Amend Any Or All Provisions Of This Rfq-Cum-Rfp Document. The Amended Rfq-Cum-Rfp Will Be Made Available On The Indian Railway E- Procurement System (Ireps) Website I.E. Www.Ireps.Gov.In. Page 7 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 5 The Proposal With All Accompanying Documents And All Communications In No No Not Allowed Relation To Or Concerning The Selection Process Shall Be In English Language And Strictly As Per The Forms Provided In This Rfq-Cum-Rfp. No Supporting Document Or Printed Literature Shall Be Submitted With The Proposal Unless Specifically Asked For And In Case Any Of These Documents Is In Another Language, It Must Be Accompanied By An Accurate Translation Of All The Relevant Passages In English, In Which Case, For All Purposes Of Interpretation Of The Proposal, The Translation In English Shall Prevail. 6 In Case It Is Found During The Evaluation Or At Any Time Before Signing Of The No No Not Allowed Agreement Or After Its Execution And During The Period Of Subsistence Thereof, That One Or More Of The Eligibility Conditions Have Not Been Met By The Bidder Or The Bidder Has Made Material Misrepresentation Or Has Given Any Materially Incorrect Or False Information, The Bidder Shall Be Disqualified Forthwith If Not Yet Appointed As The Tpi Agency Either By Issue Of The Loa Or Entering Into Of The Agreement, And If The Selected Bidder Has Already Been Issued The Loa Or Has Entered Into The Agreement, As The Case May Be, The Same Shall, Notwithstanding Anything To The Contrary Contained Therein Or In This Rfq-Cum-Rfp, Be Liable To Be Terminated, By A Communication In Writing By The Authority Without The Authority Being Liable In Any Manner Whatsoever To The Selected Bidder Or Tpi Agency, As The Case May Be. In Such An Event, The Authority Shall Forfeit And Appropriate The Performance Security, If Available, As Mutually Agreed Pre-Estimated Compensation And Damages Payable To The Authority For, Inter-Alia, Time, Cost And Effort Of The Authority, Without Prejudice To Any Other Right Or Remedy That May Be Available To The Authority. Technical-Compliances S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Relevant Experience Of The Bidder(Turnover, Net Worth, Experience Of Yes Yes Not Allowed Third-Party Inspection Agency In India, Empanelment For Tpi Job With Other Government And Semi-Government Bodies In India, Executed Single Order Of Tpi Having Maximum Inspection Fees). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 1.1 Bidder Must Submit Annual Turnover As Specified In Form 1(A) Of Yes Yes Allowed Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 1.2 Bidder Must Submit Experience Of Third-Party Inspection Agency In India Yes Yes Allowed (In Years) As Specified In Form 1(B) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 1.3 Bidder Must Submit Net Worth As Specified In Form 1(C) Of Appendix-Ii Yes Yes Allowed Of Rfq-Cum-Rfp. (Mandatory) 1.4 Bidder Must Submit Documents Supporting Empanelment For Tpi Job With Yes Yes Allowed Other Government And Semi-Government Bodies Etc. In India, As Specified In (Mandatory) Form 1(D) Of Appendix-Ii Of Rfq-Cum-Rfp. 1.5 Bidder Must Submit Details Of Executed Single Order Of Tpi Having Yes Yes Allowed Maximum Inspection Fees (In Last 5 Years And Current Year.) As Specified In (Mandatory) Form 1(E) Of Appendix-Ii Of Rfq-Cum-Rfp. 2 Geographical Presence/Location Of The Bidder. Relevant Forms For Above Yes Yes Not Allowed Parameters As Per Appendix Ii Are Read And Understood. 2.1 Bidder Must Submit Document For Their Geographical Presence/Location In Yes Yes Allowed India As Specified In Form 2(A) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 2.2 Bidder Must Submit Documents For Their Geographical Presence/Location Yes Yes Allowed Outside India As Specified In Form 2(B) Of Appendix-Ii Of Rfq-Cum- (Mandatory) Rfp. Page 8 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 3 Technical Competence (Relevant Experience Of Key Personnel I.E. Project Yes Yes Not Allowed Director/Team Leader, Gm/Qa, Graduate Engineers (Ge), Authorized Inspectors (Ai) And Expertise/Experience Of Working As Tpi Agency In Railway Sector). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 3.1 Bidder Must Submit Curriculum Vitae (Cv) Of Project Director/Team Leader Yes Yes Allowed As Specified In Form 3(A) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 3.2 Bidder Must Submit Curriculum Vitae (Cv) Of Gm(Quality Assurance) As Yes Yes Allowed Specified In Form 3(B) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 3.3 Bidder Must Submit Details Of Graduate Engineers (Ge) With Years Of Yes Yes Allowed Experience (Yoe) In Testing And Inspection Field As Specified In Form 3(C) (Mandatory) Of Appendix-Ii Of Rfq-Cum-Rfp. 3.4 Bidder Must Submit Details Of Authorized Inspectors (Ai) Having Yes Yes Allowed Certification From Asme/Astm/Asnt/Aws Or Equivalent As Specified In (Mandatory) Form 3(D) Of Appendix-Ii Of Rfq-Cum-Rfp. 3.5 Bidder Must Submit Details Of Expertise And Experience Of Working As Tpi Yes Yes Allowed Agency In Railway Sector As Specified In Form 3(E) Of Appendix-Ii Of (Mandatory) Rfq-Cum-Rfp. 4 Bidder Must Submit Details Of Valid Registration With Statutory Bodies As Yes Yes Allowed Specified In Form 4 Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 5 Infrastructure ( Nabl Approved Ndt/Dt Testing Facility Owned By Firm And Yes Yes Not Allowed Tie-Up/Collaboration, Physical Library/E-Library With Authorized And Updated Relevant Codes And Standards, System Computerization And Reporting System). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 5.1 Bidder Must Submit Details Of Having Nabl Approved Ndt/Dt Testing Yes Yes Allowed Facility Or Tie-Up/Collaboration As Specified In Form 5(A) Of Appendix-Ii Of (Mandatory) Rfq-Cum-Rfp. 5.2 Bidder Must Submit Details Of Having Physical Library/E-Library With Yes Yes Allowed Authorized And Updated Relevant Codes And Standards As Specified In (Mandatory) Form 5(B) Of Appendix-Ii Of Rfq-Cum-Rfp. 5.3 Bidder Must Submit Details Of System Computerization And Reporting Yes Yes Allowed System As Specified In Form 5(C) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 6 Response Time ( For Attending The Inspection Call Request And For Yes Yes Not Allowed Releasing Inspection Certificate From Attending The Call). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 6.1 Bidder Must Submit Documentary Evidence Of Response Time For Attending Yes Yes Allowed The Inspection Call Request As Specified In Form 6(A) Of Appendix-Ii Of (Mandatory) Rfq-Cum-Rfp. 6.2 Bidder Must Submit Documentary Evidence For Response Time In Releasing Yes Yes Allowed Inspection Certificate From Attending The Call As Specified In Form 6(B) Of (Mandatory) Appendix-Ii Of Rfq-Cum-Rfp. 7 Bidder Must Submit Details Of Complaint Redressal System As Specified In Yes Yes Allowed Form 7 Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) Undertakings S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Bidder Agrees To Submit All Details/Documents Of Pre-Qualification Proposal No No Not Allowed Only In Eligibility Section Of The Tender Schedule And To Submit All Details/Documents Of The Technical Proposal In Technical -Compliance Section Of The Tender Schedule. Bidder Also Agrees To Submit The Financial Proposal Online Only In Financial Tab Of Ireps. Bidder Agrees That Proposals/Documents Submitted/Uploaded At Other Than Above Mentioned Specified Sections Will Not Be Considered For Evaluation Purpose. Page 9 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 2 A Bidder Should Have, During The Last Three Years, Neither Failed To Perform No No Not Allowed On Any Agreement, As Evidenced By Imposition Of A Penalty By An Arbitral Or Judicial Authority Or A Judicial Pronouncement Or Arbitration Award Against The Bidder, Nor Been Expelled From Any Work Or Agreement Nor Have Had Any Agreement Terminated For Breach By Such Bidder. 3 Any Entity Which Has Been Barred By The Central Government, Any State No No Not Allowed Government, A Statutory Authority Or A Public-Sector Undertaking, From Participating In Any Work, And The Bar Subsists As On The Date Of Proposal, Would Not Be Eligible To Submit A Proposal. 4 While Submitting A Proposal, The Bidder Should Attach Clearly Marked And No No Not Allowed Referenced Continuation Sheets In The Event That The Space Provided In The Specified Forms In The Appendices Is Insufficient. Alternatively, Bidders May Format The Specified Forms Making Due Provision For Incorporation Of The Requested Information. 5 Bidder Must Quote For All Po Slabs, Man-Days And Man-Months, Otherwise No No Not Allowed Offer Will Be Considered As Unresponsive And Will Not Be Evaluated. The Financial Offer Should Only Be Submitted Online In Financial Tab Of This Tender In Ireps Website. Submission In Any Format Other Than Online Mode Will Not Be Considered For Evaluation. 6. Documents Attached With Tender S.No. Document Name Document Description 1 Finalrfp.Pdf Rfq Cum Rfp 7. Responsiveness S.No. Description 1 Validity Of Offer: No Deviation From The Offer Validity Period Stipulated In The Tender Is Permitted. 2 Payment Terms: No Deviation From The Payment Terms Stipulated In The Tender 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-Chg ( Amit Verma ) Page 10 Of 10 Run Date/Time: 14/06/2022 18:53:59 , %Age Of Po Value For Purchase Orders Valuing More Than Rs 100 Crore At (Location) Ir As Per Tender Conditions 1.00 5 Ns 5 Service Non Stock --- Yes As Inr (Y) Specified In The Bid Document Man-Days Rate At (Location) Ir As Per Tender Conditions 1.00 Man-Days 6 Ns 6 Service Non Stock --- Yes As Inr (Y) Specified In The Bid Document Man-Month Rate At (Location) Ir As Per Tender Conditions 1.00 Man-Month 3. T And C F.O.R Description Destination Delivery Period Description Delivery /Completion Rate Of Supply For All Items Commencement : Within 15 Days Of Issue Of Contract, Completion : Within 36 Months Thereafter Payment Terms S.No Description Payment Terms 1 100% Payment Will Be Made Against Actual Inspected And Accepted Quantity Based On Inspection Certificate And R Note Statutory Variation Clause S.No Description Page 2 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 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. 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 Firm Has Read And Understood Para 3.1.2 Of Rfq-Cum-Rfp And Filled And Yes Yes Allowed Attached Form-1(A) Of Appendix I. (Mandatory) 2 The Bidder Should Be A Private/ Public Limited Company, Corporation, Yes Yes Allowed Partnership Firm, Proprietor Firm. Individual Persons Are Not Eligible To (Mandatory) Participate In This Contract. The Bidder Must Be In Operation In India For A Minimum Period Of Ten Years. Firm Must Submit Form-1(B) Of Appendix I Of Rfq-Cum-Rfp. 3 The Bidder Should Not Have Been Barred By The Central Government, Any Yes Yes Allowed State Government, A Statutory Authority Or A Public-Sector Undertaking, (Mandatory) From Participating In Any Consulting Assignment. The Bidder Should Not Have, During The Last Three Years, Failed To Perform On Any Agreement - As Evidenced By Imposition Of A Penalty By An Arbitral Or Judicial Authority Or A Judicial Pronouncement Or Arbitration Award Against The Bidder Nor Been Expelled From Any Work Or Agreement Nor Have Had Any Agreement Terminated. Firm Must Submit Form-1(B) Of Appendix I Of Rfq-Cum-Rfp. 4 Bidder Shall Have A Countrywide Network Of Mandatory 4 (Four) Inspection Yes Yes Allowed Offices/ Branches In Four Regions I.E., North, South, East And West India. (Mandatory) Note: Bidder Shall Furnish Valid Documentary Evidence (Trade Licenses, Gst Certificate, Registration Certificate Of State Govt Or Valid Commercial Lease Deed (Registered) Or Valid And Notarized Rent Agreement For Commercial Use) Along With Current Electricity Bills, Not Older Than 6 Months, For All These Offices In Support Of The Above Criteria. Firm Must Submit Form-1(C) Of Appendix I Of Rfq-Cum-Rfp. 5 The Bidder Should Have Accreditation Certification As Per Iso 17020/2012. Yes Yes Allowed Firm Must Submit Form-1(D) Of Appendix I Of Rfq-Cum-Rfp. (Mandatory) 6 Bidder Headquarters / Corporate Office, Located In India Must Be An Iso Yes Yes Allowed 9001-2015 Certified By An Agency Which Is Accredited By An Iaf Member (Mandatory) Body (Which Is Signatory To Their Multilateral Mutual Recognition Arrangement). Bidder Has To Submit The Valid Iso 9001-2015 Certificate Of Headquarter/ Corporate Office. Firm Must Submit Form-1(D) Of Appendix I Of Rfq-Cum-Rfp. 7 Bidders Should Have Received A Minimum Of Rs. 25 Crore (Twenty-Five Yes Yes Allowed Crore) P/A Inspection Fee During Any Of 3 (Three) Financial Years Out Of Last 5 (Mandatory) Financial Years And Current Financial Year From Testing And Inspection. Firm Must Submit Form-2(A) Of Appendix I Of Rfq-Cum-Rfp. 8 Bidders Should Have Experience Of At Least 5 (Five) Eligible Assignments In Yes Yes Allowed The Last 5 Years And Current Financial Year. Firm Must Submit Form-2(B) Of (Mandatory) Appendix I Of Rfq-Cum-Rfp. 9 Bidders Should Have Experience Of At Least 3 Specific Assignment In The Yes Yes Allowed Last 5 Years And Current Financial Year. Firm Must Submit Form-2(C) Of (Mandatory) Appendix I Of Rfq-Cum-Rfp. Page 3 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 10 Bidders Should Have A Minimum Average Annual Turnover Of Rs.100 Cr In Yes Yes Allowed Any Of 3 (Three) Financial Years Out Of Last 5 Financial Years [I.E. Fy 16-17, (Mandatory) Fy 17-18, Fy 18-19, Fy 19-20, Fy 20-21]. Firm Must Submit Form-3(A) Of Appendix I Of Rfq-Cum-Rfp. 11 Bidders Should Have A Minimum Average Annual Net Worth Of Rs. 50 Cr. In Yes Yes Allowed Any Of 3 (Three) Financial Years Out Of Last 5 Financial Years [I.E. Fy 16-17, (Mandatory) Fy 17-18, Fy 18-19, Fy 19-20, Fy 20-21]. Firm Must Submit Form-3(B) Of Appendix I Of Rfq-Cum-Rfp. 12 Bidders Should Have Positive Working Capital. Firm Must Submit Form-3(C) Yes Yes Allowed Of Appendix I Of Rfq-Cum-Rfp. (Mandatory) 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 Whether The Bidder Has Made A Complete And Careful Examination Of The No No Not Allowed Rfq-Cum-Rfp. 2 Whether Received All Relevant Information Requested From The Authority. No No Not Allowed 3 Whether Acknowledged And Accepted The Risk Of Inadequacy, Error Or No No Not Allowed Mistake In The Information Provided In The Rfq-Cum-Rfp Or Furnished By Or On Behalf Of The Authority. 4 Whether Satisfied Itself About All Matters, Things And Information, Including No No Not Allowed Matters Referred Above, Necessary And Required For Submitting An Informed Application And Performance Of All Of Its Obligations There Under. 5 Whether Acknowledged That It Does Not Have A Conflict Of Interest. No No Not Allowed 6 Whether Agreed To Be Bound By The Undertaking Provided By It. No No Not Allowed 7 While Submitting The Technical Proposal, The Bidder Shall, In Particular, No No Not Allowed Ensure That: (A)All Forms Are Submitted In The Prescribed Formats And Signed By The Prescribed Signatories; (B)Cvs Of All Key Personnel Have Been Included; (C)Key Personnel Proposed Have Good Working Knowledge Of English Language; (D)Key Personnel Would Be Available For Minimum Period Of 3 Years The Period Of The Assignment; (E)No Key Personnel Should Have Attained The Age Of 60 Years At The Time Of Submitting The Proposal; And (F)The Cvs Shall Contain An Undertaking From The Respective Key Personnel About His/Her Availability For The Duration Specified In The Rfq- Cum-Rfp; (G)The Proposal Is Responsive In Terms Of Clause 3.2 Of Rfq- Cum-Rfp. 8 While Submitting The Pre-Qualification Proposal, The Bidder Shall, In No No Not Allowed Particular, Ensure That: (A)The Earnest Money Deposit Is Provided Unless Exempted (B)All Forms Are Submitted In The Prescribed Formats And Signed By The Prescribed Signatories; (C)Power Of Attorney, If Applicable, Is Executed As Per Applicable Laws; (D)The Proposal Is Responsive In Terms Of Clause 3.1 Of Rfq-Cum-Rfp. Page 4 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 9 While Submitting The Financial Proposal, The Bidder Shall Ensure The No No Not Allowed Following: (A)All The Costs Associated With The Assignment Shall Be Included In The Financial Proposal. These Shall Cover Remuneration For All The Personnel (Expatriate And Resident, In The Field, Office Etc.), Accommodation, Air Fare, Equipment, Printing Of Documents, Surveys, Technical Investigations Etc. The Total Amount Indicated In The Financial Proposal Shall Be Without Any Condition Attached Or Subject To Any Assumption, And Shall Be Final And Binding. In Case Any Assumption Or Condition Is Indicated In The Financial Proposal, It Shall Be Considered Non- Responsive And Liable To Be Rejected. (B)The Financial Proposal Shall Take Into Account All Expenses And Tax Liabilities. For The Avoidance Of Doubt, It Is Clarified That All Taxes Shall Be Deemed To Be Included In The Costs Shown Under Different Items Of The Financial Proposal. Further, All Payments Shall Be Subject To Deduction Of Taxes At Source As Per Applicable Laws. (C)Bidder To Quote Financial Proposal For Inspection Charges In Terms Of % Of Po Value And Man-Days/Man-Month In Ireps Only. Commercial-Compliance S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Performance Security: The Selected Bidder Shall Submit A Performance Yes Yes Not Allowed Security To Authority For A Sum Equivalent To Amount 3% (Three Percent) Of Contractual Value As Mentioned In Schedule 3 Of Rfq-Cum-Rfp. The Selected Bidder Shall Have To Submit Performance Security Within 15 Days From The Date Of Loa. Extension Of Time For Submission Of Performance Security Beyond Such Days And Up To 60 (Sixty) Days From The Date Of Issue Of Loa May Be Given By Authority On Written Request Of The Selected Bidder. However, A Penal Interest @ 15% Per Annum, On The Amount Of Performance Security, Shall Be Payable By The Selected Bidder For The Period Of Extension Beyond 15 Days From Date Of Loa. In Case Selected Bidder Fails To Submit The Performance Security Even Up To 60 (Sixty) Days From The Date Of Issue Of Loa, The Contract Shall Be Terminated By Cancellation Of Loa And Amount Of Earnest Money Deposit Shall Be Forfeited. The Performance Security Shall Be In The Prescribed Form As Per Annex-5 Provided In The Rfq-Cum-Rfp. The Said Performance Security Shall Remain Valid Up To 6 (Six) Months After The Date Of Completion Of All Contractual Obligations By The Successful Bidder. Thereafter As Required By The Authority, The Same Shall Be Extended Further For The Required Period As May Be Decided By The Authority. The Performance Security Would However Be Forfeited In Case Of Any Event Of Default Leading To Termination Of Contract As Described In The Agreement. The Performance Security Shall Be Released 6 Months After The Payment Of The Final Bill And Submission Of Noc. 2 The Prevailing Gst For Inspection Charges Is 18%. Firm Must Agree And Yes Yes Allowed Quote Only Basic Rate In Percentage Of Po Value And Man-Days/Man-Month (Optional) In Financial Tab Of Ireps. 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. Page 5 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 3 Mse Clause:- A] Please Indicate Whether You Are Registered With Any Of The Yes Yes Allowed Following Micro & Small Enterprises (Mse) Agencies: District Industries (Optional) Centres, Kvic, Kvib, Coir Board, Nsic, Directorate Of Handicraft & Handloom Or Any Other Body Specified By Ministry Of Msme. [Name The Agency Clearly]. B] If Tenderer Is Registered With Any Of The Above-Mentioned Agencies, Please Indicate The Terminal Validity Date Of Registration And Also Indicate Whether The Enterprise Is Owned By Sc/St Or Women. Firm Is Also Required To Submit Udyam Certificate. The 25 % Quantity Shall Be Considered To Mse Including Quantity For Women Owned Mses & For Sc/St Owned Mses As Per Extant Rules And Only Be Considered If Valid Certificate Issued By Nominated Agencies Is Uploaded Along With Offer. If Documents Are Not Uploaded This Benefit Will Not Be Given To Tenderer. As Per Extant Guidelines, An Enterprise Registered As Mse Firm With Any Of The Organization Under The Ministry Of Micro, Small And Medium Enterprises Shall Register Itself Under Udyam Registration For Getting Benefit Under This Clause. Classification Of Enterprise As Micro, Small Or Medium Enterprise Shall Only Be Considered On The Basis Of Udyam Certificate As Per Ministry Of Micro, Small And Medium Enterprises Notification Dated 26Th June, 2020 And All Existing Enterprises Not Registered For Udyam Shall Only Be Considered Up To The Time Limits Given In Para 7 Of This Notification As Amended From Time To Time Upto The Date Of Tender Closing. 4 Earnest Money Deposit (Emd): (1) Emd Shall Be Submitted By Tenderer As Yes Yes Allowed Specified In Tender Schedule, Along With Their Online Offer. There Shall Be No (Mandatory) Exemption From Submission Of Emd For Any Tender Or By Any Tenderer Except Those Exempted. (2) Exemption To Submit Emd Will Be Given In The Following Cases :(A) Micro And Small Enterprises (Mses) Registered For Inspection Services. (B) Other Railways And Government Departments. (C) Indian Ordnance Factories. (D) Psus Owned By Ministry Of Railways And Psus For The Group Of Items/Services That Are Manufactured/Provided By Them. 5 Preference To Make In India: The Provisions Of Revised Public Procurement Yes Yes Allowed (Preference To Make In India) Order 2017 Issued By Department Of (Mandatory) Industrial Policy And Promotion Under Ministry Of Commerce And Industry Vide Letter No. P-45021/2/2017-Pp (Be-Ii) Dated 16.09.2020, As Amended From Time To Time Up To Proposal Due Date, Shall Be Applicable To The Bidding Process And Award Of The Contract Shall Be Done Accordingly. 6 As The Estimated Value Of Contract Is More Than Rs. 10 Crore, Hence The Yes Yes Allowed Local Supplier Is Required To Provide A Certificate From Statutory Auditor Or (Mandatory) Cost Auditor Of The Company (In The 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. 7 Please Enter The Percentage Of Local Content In The Material Being Offered. No Yes Allowed Please Enter 0 For Fully Imported Items, And 100 For Fully Indigenous Items. (Optional) 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 This Tender Is For Engagement Of Third Party Inspection Agencies For No No Not Allowed Inspection Of Goods In Indian Railways. The Engagement Period Will Be For Three Years. Page 6 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 2 The Engagement Of Agencies Will Be Done Through Three-Stage Selection No No Not Allowed Process. The Bidders Have To Submit Three Proposals Only In Ireps I.E.(I) Pre-Qualification Proposal (Ii) Technical Proposal And (Iii) Financial Proposal. The Evaluation Of Pre-Qualification Proposal, Technical Proposal And Financial Proposal For Engagement Purpose Will Be Based On The Methodology And Criteria Detailed In Clause 3 Of Attached Rfq-Cum-Rfp. 2.1 In The First Stage, Evaluation Of The Pre-Qualification Proposal Will Be Carried No No Not Allowed Out As Specified In Clause 3.1 Of Rfq-Cum-Rfp For Selection Of Qualified Bidders. Based On This, A List Of Qualified Bidders Shall Be Prepared. In The Second Stage, Evaluation Of Technical Proposals Of All Qualified Bidders Will Be Carried Out As Specified In Clause 3.2 Of Rfq-Cum-Rfp And A List Of Technically Qualified Bidders Will Be Prepared. In The Third Stage, Evaluation Of Financial Proposals Of All Technically Qualified Bidders Will Be Carried Out As Specified In Clause 3.3 Of Rfq-Cum-Rfp. 2.2 The System Generated Financial Tabulation In Ireps For %Age Of Po Value No No Not Allowed Slabs Should Not Be Considered As Final Ranking. The Final Ranking For %Age Of Po Value Slabs Will Be Further Evaluated On The Basis Of Weighted Average Of Individual Slabs As Mentioned In Clause 3.3 Of Rfq-Cum-Rfp Which Will Be Communicated Separately To All Technically Qualified Bidders. 3 1.Rfq-Cum-Rfp Document Is Neither An Agreement Nor An Offer By The No No Not Allowed Indian Railways (The Authority) To The Prospective Bidders Or Any Other Person. 2.The Authority Does Not Make Any Representation Or Warranty As To The Accuracy, Reliability Or Completeness Of The Information In This Rfq- Cum-Rfp Document And It Is Not Possible For The Authority To Consider Particular Needs Of Each Party Who Reads Or Uses This Rfq-Cum-Rfp Document. Each Prospective Bidder Should Conduct Its Own Investigations And Analysis And Check The Accuracy, Reliability And Completeness Of The Information Provided In This Rfq-Cum-Rfp Document And Obtain Independent Advice From Appropriate Sources.3.The Authority Will Not Have Any Liability To Any Company/ Firm/ Consortium Or Any Other Person Under Any Laws (Including Without Limitation The Law Of Contract), The Principles Of Equity, Restitution Or Unjust Enrichment Or Otherwise For Any Loss, Expense Or Damage Which May Arise From Or Be Incurred Or Suffered In Connection With Anything Contained In This Rfq-Cum-Rfp Document, Any Matter Deemed To Form Part Of This Rfq-Cum-Rfp Document, The Award Of The Assignment, The Information And Any Other Information Supplied By Or On Behalf Of Authority Or Their Employees, Any Tpi Agency Or Otherwise Arising In Any Way From The Selection Process For The Assignment. Authority Will Also Not Be Liable In Any Manner Whether Resulting From Negligence Or Otherwise However Caused Arising From Reliance Of Any Bidder Upon Any Statements Contained In This Rfq-Cum-Rfp. 4 4.Authority Will Not Be Responsible For Any Delay In Receiving The Proposals. No No Not Allowed The Issue Of This Rfq-Cum-Rfp Does Not Imply That The Authority Is Bound To Select An Bidder Or To Appoint The Successful Bidder, As The Case May Be, For The Engagement Of Tpi And The Authority Reserves The Right To Accept/ Reject Any Or All Of Proposals Submitted In Response To This Rfq- Cum-Rfp Document At Any Stage Without Assigning Any Reasons Whatsoever. Authority Also Reserves The Right To Withhold Or Withdraw The Process At Any Stage With Intimation To All Who Submitted The Application In Response To This Rfq-Cum-Rfp. 5.The Information Given Is Not An Exhaustive Account Of Statutory Requirements And Should Not Be Regarded As A Complete Or Authoritative Statement Of Law. Authority Accepts No Responsibility For The Accuracy Or Otherwise For Any Interpretation Or Opinion On The Law Expressed Herein. 6.Authority Reserves The Right To Change/ Modify/ Amend Any Or All Provisions Of This Rfq-Cum-Rfp Document. The Amended Rfq-Cum-Rfp Will Be Made Available On The Indian Railway E- Procurement System (Ireps) Website I.E. Www.Ireps.Gov.In. Page 7 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 5 The Proposal With All Accompanying Documents And All Communications In No No Not Allowed Relation To Or Concerning The Selection Process Shall Be In English Language And Strictly As Per The Forms Provided In This Rfq-Cum-Rfp. No Supporting Document Or Printed Literature Shall Be Submitted With The Proposal Unless Specifically Asked For And In Case Any Of These Documents Is In Another Language, It Must Be Accompanied By An Accurate Translation Of All The Relevant Passages In English, In Which Case, For All Purposes Of Interpretation Of The Proposal, The Translation In English Shall Prevail. 6 In Case It Is Found During The Evaluation Or At Any Time Before Signing Of The No No Not Allowed Agreement Or After Its Execution And During The Period Of Subsistence Thereof, That One Or More Of The Eligibility Conditions Have Not Been Met By The Bidder Or The Bidder Has Made Material Misrepresentation Or Has Given Any Materially Incorrect Or False Information, The Bidder Shall Be Disqualified Forthwith If Not Yet Appointed As The Tpi Agency Either By Issue Of The Loa Or Entering Into Of The Agreement, And If The Selected Bidder Has Already Been Issued The Loa Or Has Entered Into The Agreement, As The Case May Be, The Same Shall, Notwithstanding Anything To The Contrary Contained Therein Or In This Rfq-Cum-Rfp, Be Liable To Be Terminated, By A Communication In Writing By The Authority Without The Authority Being Liable In Any Manner Whatsoever To The Selected Bidder Or Tpi Agency, As The Case May Be. In Such An Event, The Authority Shall Forfeit And Appropriate The Performance Security, If Available, As Mutually Agreed Pre-Estimated Compensation And Damages Payable To The Authority For, Inter-Alia, Time, Cost And Effort Of The Authority, Without Prejudice To Any Other Right Or Remedy That May Be Available To The Authority. Technical-Compliances S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Relevant Experience Of The Bidder(Turnover, Net Worth, Experience Of Yes Yes Not Allowed Third-Party Inspection Agency In India, Empanelment For Tpi Job With Other Government And Semi-Government Bodies In India, Executed Single Order Of Tpi Having Maximum Inspection Fees). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 1.1 Bidder Must Submit Annual Turnover As Specified In Form 1(A) Of Yes Yes Allowed Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 1.2 Bidder Must Submit Experience Of Third-Party Inspection Agency In India Yes Yes Allowed (In Years) As Specified In Form 1(B) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 1.3 Bidder Must Submit Net Worth As Specified In Form 1(C) Of Appendix-Ii Yes Yes Allowed Of Rfq-Cum-Rfp. (Mandatory) 1.4 Bidder Must Submit Documents Supporting Empanelment For Tpi Job With Yes Yes Allowed Other Government And Semi-Government Bodies Etc. In India, As Specified In (Mandatory) Form 1(D) Of Appendix-Ii Of Rfq-Cum-Rfp. 1.5 Bidder Must Submit Details Of Executed Single Order Of Tpi Having Yes Yes Allowed Maximum Inspection Fees (In Last 5 Years And Current Year.) As Specified In (Mandatory) Form 1(E) Of Appendix-Ii Of Rfq-Cum-Rfp. 2 Geographical Presence/Location Of The Bidder. Relevant Forms For Above Yes Yes Not Allowed Parameters As Per Appendix Ii Are Read And Understood. 2.1 Bidder Must Submit Document For Their Geographical Presence/Location In Yes Yes Allowed India As Specified In Form 2(A) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 2.2 Bidder Must Submit Documents For Their Geographical Presence/Location Yes Yes Allowed Outside India As Specified In Form 2(B) Of Appendix-Ii Of Rfq-Cum- (Mandatory) Rfp. Page 8 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 3 Technical Competence (Relevant Experience Of Key Personnel I.E. Project Yes Yes Not Allowed Director/Team Leader, Gm/Qa, Graduate Engineers (Ge), Authorized Inspectors (Ai) And Expertise/Experience Of Working As Tpi Agency In Railway Sector). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 3.1 Bidder Must Submit Curriculum Vitae (Cv) Of Project Director/Team Leader Yes Yes Allowed As Specified In Form 3(A) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 3.2 Bidder Must Submit Curriculum Vitae (Cv) Of Gm(Quality Assurance) As Yes Yes Allowed Specified In Form 3(B) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 3.3 Bidder Must Submit Details Of Graduate Engineers (Ge) With Years Of Yes Yes Allowed Experience (Yoe) In Testing And Inspection Field As Specified In Form 3(C) (Mandatory) Of Appendix-Ii Of Rfq-Cum-Rfp. 3.4 Bidder Must Submit Details Of Authorized Inspectors (Ai) Having Yes Yes Allowed Certification From Asme/Astm/Asnt/Aws Or Equivalent As Specified In (Mandatory) Form 3(D) Of Appendix-Ii Of Rfq-Cum-Rfp. 3.5 Bidder Must Submit Details Of Expertise And Experience Of Working As Tpi Yes Yes Allowed Agency In Railway Sector As Specified In Form 3(E) Of Appendix-Ii Of (Mandatory) Rfq-Cum-Rfp. 4 Bidder Must Submit Details Of Valid Registration With Statutory Bodies As Yes Yes Allowed Specified In Form 4 Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 5 Infrastructure ( Nabl Approved Ndt/Dt Testing Facility Owned By Firm And Yes Yes Not Allowed Tie-Up/Collaboration, Physical Library/E-Library With Authorized And Updated Relevant Codes And Standards, System Computerization And Reporting System). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 5.1 Bidder Must Submit Details Of Having Nabl Approved Ndt/Dt Testing Yes Yes Allowed Facility Or Tie-Up/Collaboration As Specified In Form 5(A) Of Appendix-Ii Of (Mandatory) Rfq-Cum-Rfp. 5.2 Bidder Must Submit Details Of Having Physical Library/E-Library With Yes Yes Allowed Authorized And Updated Relevant Codes And Standards As Specified In (Mandatory) Form 5(B) Of Appendix-Ii Of Rfq-Cum-Rfp. 5.3 Bidder Must Submit Details Of System Computerization And Reporting Yes Yes Allowed System As Specified In Form 5(C) Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) 6 Response Time ( For Attending The Inspection Call Request And For Yes Yes Not Allowed Releasing Inspection Certificate From Attending The Call). Relevant Forms For Above Parameters As Per Appendix Ii Are Read And Understood. 6.1 Bidder Must Submit Documentary Evidence Of Response Time For Attending Yes Yes Allowed The Inspection Call Request As Specified In Form 6(A) Of Appendix-Ii Of (Mandatory) Rfq-Cum-Rfp. 6.2 Bidder Must Submit Documentary Evidence For Response Time In Releasing Yes Yes Allowed Inspection Certificate From Attending The Call As Specified In Form 6(B) Of (Mandatory) Appendix-Ii Of Rfq-Cum-Rfp. 7 Bidder Must Submit Details Of Complaint Redressal System As Specified In Yes Yes Allowed Form 7 Of Appendix-Ii Of Rfq-Cum-Rfp. (Mandatory) Undertakings S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Bidder Agrees To Submit All Details/Documents Of Pre-Qualification Proposal No No Not Allowed Only In Eligibility Section Of The Tender Schedule And To Submit All Details/Documents Of The Technical Proposal In Technical -Compliance Section Of The Tender Schedule. Bidder Also Agrees To Submit The Financial Proposal Online Only In Financial Tab Of Ireps. Bidder Agrees That Proposals/Documents Submitted/Uploaded At Other Than Above Mentioned Specified Sections Will Not Be Considered For Evaluation Purpose. Page 9 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document Tender No Wr-Tpi-1-2022 Closing Date/Time 12/07/2022 11:00 2 A Bidder Should Have, During The Last Three Years, Neither Failed To Perform No No Not Allowed On Any Agreement, As Evidenced By Imposition Of A Penalty By An Arbitral Or Judicial Authority Or A Judicial Pronouncement Or Arbitration Award Against The Bidder, Nor Been Expelled From Any Work Or Agreement Nor Have Had Any Agreement Terminated For Breach By Such Bidder. 3 Any Entity Which Has Been Barred By The Central Government, Any State No No Not Allowed Government, A Statutory Authority Or A Public-Sector Undertaking, From Participating In Any Work, And The Bar Subsists As On The Date Of Proposal, Would Not Be Eligible To Submit A Proposal. 4 While Submitting A Proposal, The Bidder Should Attach Clearly Marked And No No Not Allowed Referenced Continuation Sheets In The Event That The Space Provided In The Specified Forms In The Appendices Is Insufficient. Alternatively, Bidders May Format The Specified Forms Making Due Provision For Incorporation Of The Requested Information. 5 Bidder Must Quote For All Po Slabs, Man-Days And Man-Months, Otherwise No No Not Allowed Offer Will Be Considered As Unresponsive And Will Not Be Evaluated. The Financial Offer Should Only Be Submitted Online In Financial Tab Of This Tender In Ireps Website. Submission In Any Format Other Than Online Mode Will Not Be Considered For Evaluation. 6. Documents Attached With Tender S.No. Document Name Document Description 1 Finalrfp.Pdf Rfq Cum Rfp 7. Responsiveness S.No. Description 1 Validity Of Offer: No Deviation From The Offer Validity Period Stipulated In The Tender Is Permitted. 2 Payment Terms: No Deviation From The Payment Terms Stipulated In The Tender 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-Chg ( Amit Verma ) Page 10 Of 10 Run Date/Time: 14/06/2022 18:53:59 , Man-Days Rate At (Location) Ir As Per Tender Conditions 1.00 Man-Days 6 Ns 6 Service Non Stock --- Yes As Inr (Y) Specified In The Bid Document Man-Month Rate At (Location) Ir As Per Tender Conditions 1.00 Man-Month 3. T And C F.O.R Description Destination Delivery Period Description Delivery /Completion Rate Of Supply For All Items Commencement : Within 15 Days Of Issue Of Contract, Completion : Within 36 Months Thereafter Payment Terms S.No Description Payment Terms 1 100% Payment Will Be Made Against Actual Inspected And Accepted Quantity Based On Inspection Certificate And R Note Statutory Variation Clause S.No Description Page 2 Of 10 Run Date/Time: 14/06/2022 18:53:59Stores/Western Rly Tender Document , Man-Month Rate At (Location) Ir As Per Tender Conditions 1.00 Man-Month 3.

Key Value

Document Fees
Refer document
EMD
INR 10000000.0 /-
Tender Value
Refer document

BOQ Items

Sl. No. Item Description
1Engagement Of Third Party Inspection Agencies For Inspection Of Goods In Indian Railways
2%age of PO value for Purchase orders valuing more than Rs 5 lakhs but less than Rs 1 crore At (Location) IR As per tender Conditions 1.00 2 NS 2 Service Non Stock --- Yes As -- (Y) specified in the Bid Document %age of PO value for Purchase orders valuing more than Rs 1 crore but less than Rs 25 crore At (Location) IR As per tender Conditions 1.00 Page 1 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 3 NS 3 Service Non Stock --- Yes As -- (Y) specified in the Bid Document %age of PO value for Purchase orders valuing more than Rs 25 crore but less than Rs 100 crore At (Location) IR As per tender Conditions 1.00 4 NS 4 Service Non Stock --- Yes As -- (Y) specified in the Bid Document %age of PO value for Purchase orders valuing more than Rs 100 crore At (Location) IR As per tender Conditions 1.00 5 NS 5 Service Non Stock --- Yes As INR (Y) specified in the Bid Document Man-days Rate At (Location) IR As per tender Conditions 1.00 Man-Days 6 NS 6 Service Non Stock --- Yes As INR (Y) specified in the Bid Document Man-Month Rate At (Location) IR As per tender Conditions 1.00 Man-Month 3. T AND C F.O.R Description Destination Delivery Period Description Delivery /Completion Rate of Supply For all items Commencement : Within 15 Days of issue of Contract, Completion : Within 36 Months thereafter Payment Terms S.No Description Payment Terms 1 100% payment will be made against actual inspected and accepted quantity based on inspection certificate and R Note Statutory Variation Clause S.No Description Page 2 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 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. 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 Firm has read and understood para 3.1.2 of RFQ-cum-RFP and filled and Yes Yes Allowed attached Form-1(A) of Appendix I. (Mandatory) 2 The Bidder should be a Private/ Public limited company, corporation, Yes Yes Allowed partnership firm, proprietor firm. Individual persons are not eligible to (Mandatory) participate in this Contract. The Bidder must be in operation in India for a minimum period of ten years. Firm must submit Form-1(B) of Appendix I of RFQ-cum-RFP. 3 The Bidder should not have been barred by the Central Government, any Yes Yes Allowed State Government, a statutory authority or a public-sector undertaking, (Mandatory) from participating in any consulting assignment. The Bidder should not have, during the last three years, failed to perform on any agreement - as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder nor been expelled from any Work or agreement nor have had any agreement terminated. Firm must submit Form-1(B) of Appendix I of RFQ-cum-RFP. 4 Bidder shall have a countrywide network of mandatory 4 (four) inspection Yes Yes Allowed offices/ Branches in four regions i.e., North, South, East and West India. (Mandatory) Note: Bidder shall furnish valid documentary evidence (trade licenses, GST Certificate, registration certificate of state govt or valid commercial lease Deed (registered) or valid and notarized rent agreement for commercial use) along with current electricity bills, not older than 6 months, for all these offices in support of the above criteria. Firm must submit Form-1(C) of Appendix I of RFQ-cum-RFP. 5 The Bidder should have Accreditation certification as per ISO 17020/2012. Yes Yes Allowed Firm must submit Form-1(D) of Appendix I of RFQ-cum-RFP. (Mandatory) 6 Bidder headquarters / corporate office, located in India must be an ISO Yes Yes Allowed 9001-2015 Certified by an agency which is accredited by an IAF member (Mandatory) body (which is signatory to Their multilateral mutual recognition arrangement). Bidder has to submit the valid ISO 9001-2015 certificate of Headquarter/ Corporate Office. Firm must submit Form-1(D) of Appendix I of RFQ-cum-RFP. 7 Bidders should have received a minimum of Rs. 25 Crore (Twenty-Five Yes Yes Allowed crore) p/a inspection fee during any of 3 (three) Financial Years out of last 5 (Mandatory) Financial Years and current Financial Year from Testing and Inspection. Firm must submit Form-2(A) of Appendix I of RFQ-cum-RFP. 8 Bidders should have experience of at least 5 (five) Eligible Assignments in Yes Yes Allowed the last 5 years and current Financial Year. Firm must submit Form-2(B) of (Mandatory) Appendix I of RFQ-cum-RFP. 9 Bidders should have experience of at least 3 Specific Assignment in the Yes Yes Allowed last 5 years and current Financial Year. Firm must submit Form-2(C) of (Mandatory) Appendix I of RFQ-cum-RFP. Page 3 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 10 Bidders should have a minimum average annual turnover of Rs.100 Cr in Yes Yes Allowed any of 3 (three) Financial Years out of last 5 Financial Years [i.e. FY 16-17, (Mandatory) FY 17-18, FY 18-19, FY 19-20, FY 20-21]. Firm must submit Form-3(A) of Appendix I of RFQ-cum-RFP. 11 Bidders should have a minimum average annual net worth of Rs. 50 Cr. in Yes Yes Allowed any of 3 (three) Financial Years out of last 5 Financial Years [i.e. FY 16-17, (Mandatory) FY 17-18, FY 18-19, FY 19-20, FY 20-21]. Firm must submit Form-3(B) of Appendix I of RFQ-cum-RFP. 12 Bidders should have positive working capital. Firm must submit Form-3(C) Yes Yes Allowed of Appendix I of RFQ-cum-RFP. (Mandatory) 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 Whether the Bidder has made a complete and careful examination of the No No Not Allowed RFQ-cum-RFP. 2 Whether received all relevant information requested from the Authority. No No Not Allowed 3 Whether acknowledged and accepted the risk of inadequacy, error or No No Not Allowed mistake in the information provided in the RFQ-cum-RFP or furnished by or on behalf of the Authority. 4 Whether satisfied itself about all matters, things and information, including No No Not Allowed matters referred above, necessary and required for submitting an informed Application and performance of all of its obligations there under. 5 Whether acknowledged that it does not have a Conflict of Interest. No No Not Allowed 6 Whether agreed to be bound by the undertaking provided by it. No No Not Allowed 7 While submitting the Technical Proposal, the Bidder shall, in particular, No No Not Allowed ensure that: (a)All forms are submitted in the prescribed formats and signed by the prescribed signatories; (b)CVs of all Key Personnel have been included; (c)Key Personnel proposed have good working knowledge of English language; (d)Key Personnel would be available for minimum period of 3 years the period of the assignment; (e)no Key Personnel should have attained the age of 60 years at the time of submitting the proposal; and (f)the CVs shall contain an undertaking from the respective Key Personnel about his/her availability for the duration specified in the RFQ- cum-RFP; (g)The proposal is responsive in terms of Clause 3.2 of RFQ- cum-RFP. 8 While submitting the Pre-Qualification Proposal, the Bidder shall, in No No Not Allowed particular, ensure that: (a)The Earnest Money Deposit is provided unless exempted (b)All forms are submitted in the prescribed formats and signed by the prescribed signatories; (c)power of attorney, if applicable, is executed as per Applicable Laws; (d)The proposal is responsive in terms of Clause 3.1 of RFQ-cum-RFP. Page 4 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 9 While submitting the Financial Proposal, the Bidder shall ensure the No No Not Allowed following: (a)All the costs associated with the assignment shall be included in the Financial Proposal. These shall cover remuneration for all the Personnel (Expatriate and Resident, in the field, office etc.), accommodation, air fare, equipment, printing of documents, surveys, technical investigations etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non- responsive and liable to be rejected. (b)The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs shown under different items of the Financial Proposal. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws. (c)Bidder to quote Financial Proposal for inspection charges in terms of % of PO value and man-days/Man-month in IREPS only. Commercial-Compliance S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Performance Security: The Selected Bidder shall submit a Performance Yes Yes Not Allowed Security to Authority for a sum equivalent to amount 3% (three percent) of Contractual Value as mentioned in SCHEDULE 3 of RFQ-cum-RFP. The Selected Bidder shall have to submit Performance Security within 15 days from the date of LOA. Extension of time for submission of Performance Security beyond such days and up to 60 (Sixty) days from the date of issue of LOA may be given by Authority on written request of the Selected Bidder. However, a penal interest @ 15% per annum, on the amount of Performance Security, shall be payable by the Selected Bidder for the period of extension beyond 15 days from date of LOA. In case Selected Bidder fails to submit the Performance Security even up to 60 (Sixty) days from the date of issue of LOA, the contract shall be terminated by cancellation of LOA and amount of Earnest Money Deposit shall be forfeited. The Performance Security shall be in the prescribed form as per Annex-5 provided in the RFQ-cum-RFP. The said Performance Security shall remain valid up to 6 (Six) months after the date of completion of all contractual obligations by the Successful Bidder. Thereafter as required by the Authority, the same shall be extended further for the required period as may be decided by the Authority. The Performance Security would however be forfeited in case of any event of Default leading to termination of contract as described in the Agreement. The Performance Security shall be released 6 months after the payment of the final bill and submission of NOC. 2 The prevailing GST for inspection charges is 18%. Firm must agree and Yes Yes Allowed quote only basic rate in percentage of PO value and Man-days/Man-Month (Optional) in Financial Tab of IREPS. 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. Page 5 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 3 MSE Clause:- a] Please indicate whether you are registered with any of the Yes Yes Allowed following Micro & Small Enterprises (MSE) agencies: District industries (Optional) Centres, KVIC, KVIB, Coir Board, NSIC, Directorate of Handicraft & Handloom or any other body specified by Ministry of MSME. [Name the agency clearly]. b] If tenderer is registered with any of the above-mentioned agencies, please indicate the terminal validity date of registration and also indicate whether the Enterprise is owned by SC/ST or women. Firm is also required to submit UDYAM Certificate. The 25 % quantity shall be considered to MSE including quantity for women owned MSEs & for SC/ST owned MSEs as per extant rules and only be considered if valid certificate issued by nominated agencies is uploaded along with offer. If documents are not uploaded this benefit will not be given to tenderer. As per extant guidelines, an enterprise registered as MSE firm with any of the organization under the Ministry of Micro, Small and Medium Enterprises shall register itself under UDYAM Registration for getting benefit under this clause. Classification of Enterprise as Micro, Small or Medium Enterprise shall only be considered on the basis of UDYAM Certificate as per MINISTRY OF MICRO, SMALL AND MEDIUM ENTERPRISES NOTIFICATION dated 26th June, 2020 and all existing enterprises not registered for UDYAM shall only be considered up to the time limits given in para 7 of this notification as amended from time to time upto the date of tender closing. 4 Earnest Money Deposit (EMD): (1) EMD shall be submitted by tenderer as Yes Yes Allowed specified in tender schedule, along with their online offer. There shall be no (Mandatory) exemption from submission of EMD for any tender or by any tenderer except those exempted. (2) Exemption to submit EMD will be given in the following cases :(a) Micro and Small Enterprises (MSEs) registered for Inspection Services. (b) Other Railways and Government Departments. (c) Indian Ordnance Factories. (d) PSUs owned by Ministry of Railways and PSUs for the group of items/services that are manufactured/provided by them. 5 Preference to Make in India: The provisions of revised Public Procurement Yes Yes Allowed (Preference to Make in India) Order 2017 issued by Department of (Mandatory) Industrial Policy and Promotion under Ministry of Commerce and Industry vide letter no. P-45021/2/2017-PP (BE-II) dated 16.09.2020, as amended from time to time up to Proposal Due Date, shall be applicable to the bidding process and award of the contract shall be done accordingly. 6 As the estimated value of contract is more than Rs. 10 Crore, hence the Yes Yes Allowed local supplier is required to provide a certificate from statutory auditor or (Mandatory) cost auditor of the company (In the 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. 7 Please enter the percentage of local content in the material being offered. No Yes Allowed Please enter 0 for fully imported items, and 100 for fully indigenous items. (Optional) 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 This tender is for engagement of Third Party Inspection agencies for No No Not Allowed inspection of goods in Indian Railways. The engagement period will be for three years. Page 6 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 2 The engagement of agencies will be done through three-stage selection No No Not Allowed process. The bidders have to submit three proposals only in IREPS i.e.(i) Pre-Qualification Proposal (ii) Technical Proposal and (iii) Financial Proposal. The evaluation of Pre-Qualification Proposal, Technical Proposal and Financial Proposal for engagement purpose will be based on the methodology and criteria detailed in Clause 3 of attached RFQ-cum-RFP. 2.1 In the first stage, evaluation of the Pre-Qualification Proposal will be carried No No Not Allowed out as specified in Clause 3.1 of RFQ-cum-RFP for selection of Qualified Bidders. Based on this, a list of Qualified Bidders shall be prepared. In the second stage, evaluation of Technical Proposals of all Qualified Bidders will be carried out as specified in Clause 3.2 of RFQ-cum-RFP and a list of Technically Qualified Bidders will be prepared. In the third stage, evaluation of Financial Proposals of all Technically Qualified Bidders will be carried out as specified in Clause 3.3 of RFQ-cum-RFP. 2.2 The system generated financial tabulation in IREPS for %age of PO value No No Not Allowed slabs should not be considered as final ranking. The final ranking for %age of PO value slabs will be further evaluated on the basis of weighted average of individual slabs as mentioned in clause 3.3 of RFQ-cum-RFP which will be communicated separately to all Technically Qualified Bidders. 3 1.RFQ-cum-RFP document is neither an agreement nor an offer by the No No Not Allowed Indian Railways (the "Authority") to the prospective Bidders or any other person. 2.The Authority does not make any representation or warranty as to the accuracy, reliability or completeness of the information in this RFQ- cum-RFP document and it is not possible for the authority to consider particular needs of each party who reads or uses this RFQ-cum-RFP document. Each prospective Bidder should conduct its own investigations and analysis and check the accuracy, reliability and completeness of the information provided in this RFQ-cum-RFP document and obtain independent advice from appropriate sources.3.The Authority will not have any liability to any Company/ Firm/ Consortium or any other person under any laws (including without limitation the law of contract), the principles of equity, restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this RFQ-cum-RFP document, any matter deemed to form part of this RFQ-cum-RFP document, the award of the Assignment, the information and any other information supplied by or on behalf of Authority or their employees, any TPI Agency or otherwise arising in any way from the selection process for the Assignment. Authority will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Bidder upon any statements contained in this RFQ-cum-RFP. 4 4.Authority will not be responsible for any delay in receiving the proposals. No No Not Allowed The issue of this RFQ-cum-RFP does not imply that the Authority is bound to select an Bidder or to appoint the Successful Bidder, as the case may be, for the engagement of TPI and the Authority reserves the right to accept/ reject any or all of proposals submitted in response to this RFQ- cum-RFP document at any stage without assigning any reasons whatsoever. Authority also reserves the right to withhold or withdraw the process at any stage with intimation to all who submitted the Application in response to this RFQ-cum-RFP. 5.The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. Authority accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein. 6.Authority reserves the right to change/ modify/ amend any or all provisions of this RFQ-cum-RFP document. The amended RFQ-cum-RFP will be made available on the Indian Railway E- Procurement System (IREPS) website i.e. www.ireps.gov.in. Page 7 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 5 The Proposal with all accompanying documents and all communications in No No Not Allowed relation to or concerning the Selection Process shall be in English language and strictly as per the forms provided in this RFQ-cum-RFP. No supporting document or printed literature shall be submitted with the Proposal unless specifically asked for and in case any of these Documents is in another language, it must be accompanied by an accurate translation of all the relevant passages in English, in which case, for all purposes of interpretation of the Proposal, the translation in English shall prevail. 6 In case it is found during the evaluation or at any time before signing of the No No Not Allowed Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the TPI Agency either by issue of the LOA or entering into of the Agreement, and if the Selected Bidder has already been issued the LOA or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFQ-cum-RFP, be liable to be terminated, by a communication in writing by the Authority without the Authority being liable in any manner whatsoever to the Selected Bidder or TPI Agency, as the case may be. In such an event, the Authority shall forfeit and appropriate the Performance Security, if available, as mutually agreed pre-estimated compensation and damages payable to the Authority for, inter-alia, time, cost and effort of the Authority, without prejudice to any other right or remedy that may be available to the Authority. Technical-Compliances S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Relevant Experience of the Bidder(Turnover, Net worth, Experience of Yes Yes Not Allowed Third-Party Inspection Agency in India, Empanelment for TPI job with other government and semi-government bodies in India, Executed single order of TPI having maximum inspection fees). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 1.1 Bidder must submit Annual Turnover as specified in FORM 1(A) of Yes Yes Allowed APPENDIX-II of RFQ-cum-RFP. (Mandatory) 1.2 Bidder must submit Experience of Third-Party Inspection Agency in India Yes Yes Allowed (in years) as specified in FORM 1(B) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 1.3 Bidder must submit Net worth as specified in FORM 1(C) of APPENDIX-II Yes Yes Allowed of RFQ-cum-RFP. (Mandatory) 1.4 Bidder must submit documents supporting Empanelment for TPI job with Yes Yes Allowed other government and semi-government bodies etc. in India, as specified in (Mandatory) FORM 1(D) of APPENDIX-II of RFQ-cum-RFP. 1.5 Bidder must submit details of Executed single order of TPI having Yes Yes Allowed maximum inspection fees (in last 5 years and current year.) as specified in (Mandatory) FORM 1(E) of APPENDIX-II of RFQ-cum-RFP. 2 Geographical presence/location of the Bidder. Relevant FORMS for above Yes Yes Not Allowed parameters as per APPENDIX II are read and understood. 2.1 Bidder must submit document for their Geographical presence/location in Yes Yes Allowed India as specified in FORM 2(A) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 2.2 Bidder must submit documents for their Geographical presence/location Yes Yes Allowed outside India as specified in FORM 2(B) of APPENDIX-II of RFQ-cum- (Mandatory) RFP. Page 8 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 3 Technical Competence (Relevant Experience of Key Personnel i.e. Project Yes Yes Not Allowed Director/Team Leader, GM/QA, Graduate Engineers (GE), Authorized Inspectors (AI) and Expertise/experience of working as TPI agency in Railway sector). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 3.1 Bidder must submit Curriculum Vitae (CV) of Project Director/Team Leader Yes Yes Allowed as specified in FORM 3(A) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 3.2 Bidder must submit Curriculum Vitae (CV) of GM(Quality Assurance) as Yes Yes Allowed specified in FORM 3(B) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 3.3 Bidder must submit details of Graduate Engineers (GE) with Years of Yes Yes Allowed experience (YOE) in testing and inspection field as specified in FORM 3(C) (Mandatory) of APPENDIX-II of RFQ-cum-RFP. 3.4 Bidder must submit details of Authorized Inspectors (AI) having Yes Yes Allowed certification from ASME/ASTM/ASNT/AWS or equivalent as specified in (Mandatory) FORM 3(D) of APPENDIX-II of RFQ-cum-RFP. 3.5 Bidder must submit details of Expertise and experience of working as TPI Yes Yes Allowed agency in Railway sector as specified in FORM 3(E) of APPENDIX-II of (Mandatory) RFQ-cum-RFP. 4 Bidder must submit details of valid Registration with Statutory bodies as Yes Yes Allowed specified in FORM 4 of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 5 Infrastructure ( NABL approved NDT/DT testing facility owned by firm and Yes Yes Not Allowed Tie-up/collaboration, Physical Library/e-Library with authorized and updated relevant codes and standards, System computerization and Reporting System). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 5.1 Bidder must submit details of having NABL approved NDT/DT testing Yes Yes Allowed facility or tie-up/collaboration as specified in FORM 5(A) of APPENDIX-II of (Mandatory) RFQ-cum-RFP. 5.2 Bidder must submit details of having Physical Library/e-Library with Yes Yes Allowed authorized and updated relevant codes and standards as specified in (Mandatory) FORM 5(B) of APPENDIX-II of RFQ-cum-RFP. 5.3 Bidder must submit details of System computerization and Reporting Yes Yes Allowed System as specified in FORM 5(C) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 6 Response Time ( For attending the inspection call request and For Yes Yes Not Allowed releasing inspection certificate from attending the call). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 6.1 Bidder must submit documentary evidence of Response time for attending Yes Yes Allowed the inspection call request as specified in FORM 6(A) of APPENDIX-II of (Mandatory) RFQ-cum-RFP. 6.2 Bidder must submit documentary evidence for response time in releasing Yes Yes Allowed inspection certificate from attending the call as specified in FORM 6(B) of (Mandatory) APPENDIX-II of RFQ-cum-RFP. 7 Bidder must submit details of Complaint Redressal System as specified in Yes Yes Allowed FORM 7 of APPENDIX-II of RFQ-cum-RFP. (Mandatory) Undertakings S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Bidder agrees to submit all details/documents of Pre-Qualification Proposal No No Not Allowed only in Eligibility section of the tender schedule and to submit all details/documents of the Technical Proposal in Technical -Compliance section of the tender schedule. Bidder also agrees to submit the Financial Proposal online only in Financial Tab of IREPS. Bidder agrees that proposals/documents submitted/uploaded at other than above mentioned specified sections will not be considered for evaluation purpose. Page 9 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 2 A Bidder should have, during the last three years, neither failed to perform No No Not Allowed on any agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder, nor been expelled from any Work or agreement nor have had any agreement terminated for breach by such Bidder. 3 Any entity which has been barred by the Central Government, any State No No Not Allowed Government, a statutory authority or a public-sector undertaking, from participating in any Work, and the bar subsists as on the date of Proposal, would not be eligible to submit a Proposal. 4 While submitting a Proposal, the Bidder should attach clearly marked and No No Not Allowed referenced continuation sheets in the event that the space provided in the specified forms in the Appendices is insufficient. Alternatively, Bidders may format the specified forms making due provision for incorporation of the requested information. 5 Bidder must quote for all PO slabs, man-days and man-months, otherwise No No Not Allowed offer will be considered as unresponsive and will not be evaluated. The financial offer should only be submitted online in Financial Tab of this tender in IREPS website. Submission in any format other than online mode will not be considered for evaluation. 6. DOCUMENTS ATTACHED WITH TENDER S.No. Document Name Document Description 1 FINALRFP.pdf RFQ cum RFP 7. RESPONSIVENESS S.No. Description 1 Validity of Offer: No deviation from the offer validity period stipulated in the tender is permitted. 2 Payment Terms: No deviation from the Payment Terms stipulated in the tender 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-CHG ( AMIT VERMA ) Page 10 of 10 Run Date/Time: 14/06/2022 18:53:59
3 %age of PO value for Purchase orders valuing more than Rs 1 crore but less than Rs 25 crore At (Location) IR As per tender Conditions 1.00 Page 1 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT
4 %age of PO value for Purchase orders valuing more than Rs 25 crore but less than Rs 100 crore At (Location) IR As per tender Conditions 1.00 4 NS 4 Service Non Stock --- Yes As -- (Y) specified in the Bid Document %age of PO value for Purchase orders valuing more than Rs 100 crore At (Location) IR As per tender Conditions 1.00 5 NS 5 Service Non Stock --- Yes As INR (Y) specified in the Bid Document Man-days Rate At (Location) IR As per tender Conditions 1.00 Man-Days 6 NS 6 Service Non Stock --- Yes As INR (Y) specified in the Bid Document Man-Month Rate At (Location) IR As per tender Conditions 1.00 Man-Month 3. T AND C F.O.R Description Destination Delivery Period Description Delivery /Completion Rate of Supply For all items Commencement : Within 15 Days of issue of Contract, Completion : Within 36 Months thereafter Payment Terms S.No Description Payment Terms 1 100% payment will be made against actual inspected and accepted quantity based on inspection certificate and R Note Statutory Variation Clause S.No Description Page 2 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 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. 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 Firm has read and understood para 3.1.2 of RFQ-cum-RFP and filled and Yes Yes Allowed attached Form-1(A) of Appendix I. (Mandatory) 2 The Bidder should be a Private/ Public limited company, corporation, Yes Yes Allowed partnership firm, proprietor firm. Individual persons are not eligible to (Mandatory) participate in this Contract. The Bidder must be in operation in India for a minimum period of ten years. Firm must submit Form-1(B) of Appendix I of RFQ-cum-RFP. 3 The Bidder should not have been barred by the Central Government, any Yes Yes Allowed State Government, a statutory authority or a public-sector undertaking, (Mandatory) from participating in any consulting assignment. The Bidder should not have, during the last three years, failed to perform on any agreement - as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder nor been expelled from any Work or agreement nor have had any agreement terminated. Firm must submit Form-1(B) of Appendix I of RFQ-cum-RFP. 4 Bidder shall have a countrywide network of mandatory 4 (four) inspection Yes Yes Allowed offices/ Branches in four regions i.e., North, South, East and West India. (Mandatory) Note: Bidder shall furnish valid documentary evidence (trade licenses, GST Certificate, registration certificate of state govt or valid commercial lease Deed (registered) or valid and notarized rent agreement for commercial use) along with current electricity bills, not older than 6 months, for all these offices in support of the above criteria. Firm must submit Form-1(C) of Appendix I of RFQ-cum-RFP. 5 The Bidder should have Accreditation certification as per ISO 17020/2012. Yes Yes Allowed Firm must submit Form-1(D) of Appendix I of RFQ-cum-RFP. (Mandatory) 6 Bidder headquarters / corporate office, located in India must be an ISO Yes Yes Allowed 9001-2015 Certified by an agency which is accredited by an IAF member (Mandatory) body (which is signatory to Their multilateral mutual recognition arrangement). Bidder has to submit the valid ISO 9001-2015 certificate of Headquarter/ Corporate Office. Firm must submit Form-1(D) of Appendix I of RFQ-cum-RFP. 7 Bidders should have received a minimum of Rs. 25 Crore (Twenty-Five Yes Yes Allowed crore) p/a inspection fee during any of 3 (three) Financial Years out of last 5 (Mandatory) Financial Years and current Financial Year from Testing and Inspection. Firm must submit Form-2(A) of Appendix I of RFQ-cum-RFP. 8 Bidders should have experience of at least 5 (five) Eligible Assignments in Yes Yes Allowed the last 5 years and current Financial Year. Firm must submit Form-2(B) of (Mandatory) Appendix I of RFQ-cum-RFP. 9 Bidders should have experience of at least 3 Specific Assignment in the Yes Yes Allowed last 5 years and current Financial Year. Firm must submit Form-2(C) of (Mandatory) Appendix I of RFQ-cum-RFP. Page 3 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 10 Bidders should have a minimum average annual turnover of Rs.100 Cr in Yes Yes Allowed any of 3 (three) Financial Years out of last 5 Financial Years [i.e. FY 16-17, (Mandatory) FY 17-18, FY 18-19, FY 19-20, FY 20-21]. Firm must submit Form-3(A) of Appendix I of RFQ-cum-RFP. 11 Bidders should have a minimum average annual net worth of Rs. 50 Cr. in Yes Yes Allowed any of 3 (three) Financial Years out of last 5 Financial Years [i.e. FY 16-17, (Mandatory) FY 17-18, FY 18-19, FY 19-20, FY 20-21]. Firm must submit Form-3(B) of Appendix I of RFQ-cum-RFP. 12 Bidders should have positive working capital. Firm must submit Form-3(C) Yes Yes Allowed of Appendix I of RFQ-cum-RFP. (Mandatory) 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 Whether the Bidder has made a complete and careful examination of the No No Not Allowed RFQ-cum-RFP. 2 Whether received all relevant information requested from the Authority. No No Not Allowed 3 Whether acknowledged and accepted the risk of inadequacy, error or No No Not Allowed mistake in the information provided in the RFQ-cum-RFP or furnished by or on behalf of the Authority. 4 Whether satisfied itself about all matters, things and information, including No No Not Allowed matters referred above, necessary and required for submitting an informed Application and performance of all of its obligations there under. 5 Whether acknowledged that it does not have a Conflict of Interest. No No Not Allowed 6 Whether agreed to be bound by the undertaking provided by it. No No Not Allowed 7 While submitting the Technical Proposal, the Bidder shall, in particular, No No Not Allowed ensure that: (a)All forms are submitted in the prescribed formats and signed by the prescribed signatories; (b)CVs of all Key Personnel have been included; (c)Key Personnel proposed have good working knowledge of English language; (d)Key Personnel would be available for minimum period of 3 years the period of the assignment; (e)no Key Personnel should have attained the age of 60 years at the time of submitting the proposal; and (f)the CVs shall contain an undertaking from the respective Key Personnel about his/her availability for the duration specified in the RFQ- cum-RFP; (g)The proposal is responsive in terms of Clause 3.2 of RFQ- cum-RFP. 8 While submitting the Pre-Qualification Proposal, the Bidder shall, in No No Not Allowed particular, ensure that: (a)The Earnest Money Deposit is provided unless exempted (b)All forms are submitted in the prescribed formats and signed by the prescribed signatories; (c)power of attorney, if applicable, is executed as per Applicable Laws; (d)The proposal is responsive in terms of Clause 3.1 of RFQ-cum-RFP. Page 4 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 9 While submitting the Financial Proposal, the Bidder shall ensure the No No Not Allowed following: (a)All the costs associated with the assignment shall be included in the Financial Proposal. These shall cover remuneration for all the Personnel (Expatriate and Resident, in the field, office etc.), accommodation, air fare, equipment, printing of documents, surveys, technical investigations etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non- responsive and liable to be rejected. (b)The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs shown under different items of the Financial Proposal. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws. (c)Bidder to quote Financial Proposal for inspection charges in terms of % of PO value and man-days/Man-month in IREPS only. Commercial-Compliance S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Performance Security: The Selected Bidder shall submit a Performance Yes Yes Not Allowed Security to Authority for a sum equivalent to amount 3% (three percent) of Contractual Value as mentioned in SCHEDULE 3 of RFQ-cum-RFP. The Selected Bidder shall have to submit Performance Security within 15 days from the date of LOA. Extension of time for submission of Performance Security beyond such days and up to 60 (Sixty) days from the date of issue of LOA may be given by Authority on written request of the Selected Bidder. However, a penal interest @ 15% per annum, on the amount of Performance Security, shall be payable by the Selected Bidder for the period of extension beyond 15 days from date of LOA. In case Selected Bidder fails to submit the Performance Security even up to 60 (Sixty) days from the date of issue of LOA, the contract shall be terminated by cancellation of LOA and amount of Earnest Money Deposit shall be forfeited. The Performance Security shall be in the prescribed form as per Annex-5 provided in the RFQ-cum-RFP. The said Performance Security shall remain valid up to 6 (Six) months after the date of completion of all contractual obligations by the Successful Bidder. Thereafter as required by the Authority, the same shall be extended further for the required period as may be decided by the Authority. The Performance Security would however be forfeited in case of any event of Default leading to termination of contract as described in the Agreement. The Performance Security shall be released 6 months after the payment of the final bill and submission of NOC. 2 The prevailing GST for inspection charges is 18%. Firm must agree and Yes Yes Allowed quote only basic rate in percentage of PO value and Man-days/Man-Month (Optional) in Financial Tab of IREPS. 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. Page 5 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 3 MSE Clause:- a] Please indicate whether you are registered with any of the Yes Yes Allowed following Micro & Small Enterprises (MSE) agencies: District industries (Optional) Centres, KVIC, KVIB, Coir Board, NSIC, Directorate of Handicraft & Handloom or any other body specified by Ministry of MSME. [Name the agency clearly]. b] If tenderer is registered with any of the above-mentioned agencies, please indicate the terminal validity date of registration and also indicate whether the Enterprise is owned by SC/ST or women. Firm is also required to submit UDYAM Certificate. The 25 % quantity shall be considered to MSE including quantity for women owned MSEs & for SC/ST owned MSEs as per extant rules and only be considered if valid certificate issued by nominated agencies is uploaded along with offer. If documents are not uploaded this benefit will not be given to tenderer. As per extant guidelines, an enterprise registered as MSE firm with any of the organization under the Ministry of Micro, Small and Medium Enterprises shall register itself under UDYAM Registration for getting benefit under this clause. Classification of Enterprise as Micro, Small or Medium Enterprise shall only be considered on the basis of UDYAM Certificate as per MINISTRY OF MICRO, SMALL AND MEDIUM ENTERPRISES NOTIFICATION dated 26th June, 2020 and all existing enterprises not registered for UDYAM shall only be considered up to the time limits given in para 7 of this notification as amended from time to time upto the date of tender closing. 4 Earnest Money Deposit (EMD): (1) EMD shall be submitted by tenderer as Yes Yes Allowed specified in tender schedule, along with their online offer. There shall be no (Mandatory) exemption from submission of EMD for any tender or by any tenderer except those exempted. (2) Exemption to submit EMD will be given in the following cases :(a) Micro and Small Enterprises (MSEs) registered for Inspection Services. (b) Other Railways and Government Departments. (c) Indian Ordnance Factories. (d) PSUs owned by Ministry of Railways and PSUs for the group of items/services that are manufactured/provided by them. 5 Preference to Make in India: The provisions of revised Public Procurement Yes Yes Allowed (Preference to Make in India) Order 2017 issued by Department of (Mandatory) Industrial Policy and Promotion under Ministry of Commerce and Industry vide letter no. P-45021/2/2017-PP (BE-II) dated 16.09.2020, as amended from time to time up to Proposal Due Date, shall be applicable to the bidding process and award of the contract shall be done accordingly. 6 As the estimated value of contract is more than Rs. 10 Crore, hence the Yes Yes Allowed local supplier is required to provide a certificate from statutory auditor or (Mandatory) cost auditor of the company (In the 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. 7 Please enter the percentage of local content in the material being offered. No Yes Allowed Please enter 0 for fully imported items, and 100 for fully indigenous items. (Optional) 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 This tender is for engagement of Third Party Inspection agencies for No No Not Allowed inspection of goods in Indian Railways. The engagement period will be for three years. Page 6 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 2 The engagement of agencies will be done through three-stage selection No No Not Allowed process. The bidders have to submit three proposals only in IREPS i.e.(i) Pre-Qualification Proposal (ii) Technical Proposal and (iii) Financial Proposal. The evaluation of Pre-Qualification Proposal, Technical Proposal and Financial Proposal for engagement purpose will be based on the methodology and criteria detailed in Clause 3 of attached RFQ-cum-RFP. 2.1 In the first stage, evaluation of the Pre-Qualification Proposal will be carried No No Not Allowed out as specified in Clause 3.1 of RFQ-cum-RFP for selection of Qualified Bidders. Based on this, a list of Qualified Bidders shall be prepared. In the second stage, evaluation of Technical Proposals of all Qualified Bidders will be carried out as specified in Clause 3.2 of RFQ-cum-RFP and a list of Technically Qualified Bidders will be prepared. In the third stage, evaluation of Financial Proposals of all Technically Qualified Bidders will be carried out as specified in Clause 3.3 of RFQ-cum-RFP. 2.2 The system generated financial tabulation in IREPS for %age of PO value No No Not Allowed slabs should not be considered as final ranking. The final ranking for %age of PO value slabs will be further evaluated on the basis of weighted average of individual slabs as mentioned in clause 3.3 of RFQ-cum-RFP which will be communicated separately to all Technically Qualified Bidders. 3 1.RFQ-cum-RFP document is neither an agreement nor an offer by the No No Not Allowed Indian Railways (the "Authority") to the prospective Bidders or any other person. 2.The Authority does not make any representation or warranty as to the accuracy, reliability or completeness of the information in this RFQ- cum-RFP document and it is not possible for the authority to consider particular needs of each party who reads or uses this RFQ-cum-RFP document. Each prospective Bidder should conduct its own investigations and analysis and check the accuracy, reliability and completeness of the information provided in this RFQ-cum-RFP document and obtain independent advice from appropriate sources.3.The Authority will not have any liability to any Company/ Firm/ Consortium or any other person under any laws (including without limitation the law of contract), the principles of equity, restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this RFQ-cum-RFP document, any matter deemed to form part of this RFQ-cum-RFP document, the award of the Assignment, the information and any other information supplied by or on behalf of Authority or their employees, any TPI Agency or otherwise arising in any way from the selection process for the Assignment. Authority will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Bidder upon any statements contained in this RFQ-cum-RFP. 4 4.Authority will not be responsible for any delay in receiving the proposals. No No Not Allowed The issue of this RFQ-cum-RFP does not imply that the Authority is bound to select an Bidder or to appoint the Successful Bidder, as the case may be, for the engagement of TPI and the Authority reserves the right to accept/ reject any or all of proposals submitted in response to this RFQ- cum-RFP document at any stage without assigning any reasons whatsoever. Authority also reserves the right to withhold or withdraw the process at any stage with intimation to all who submitted the Application in response to this RFQ-cum-RFP. 5.The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. Authority accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein. 6.Authority reserves the right to change/ modify/ amend any or all provisions of this RFQ-cum-RFP document. The amended RFQ-cum-RFP will be made available on the Indian Railway E- Procurement System (IREPS) website i.e. www.ireps.gov.in. Page 7 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 5 The Proposal with all accompanying documents and all communications in No No Not Allowed relation to or concerning the Selection Process shall be in English language and strictly as per the forms provided in this RFQ-cum-RFP. No supporting document or printed literature shall be submitted with the Proposal unless specifically asked for and in case any of these Documents is in another language, it must be accompanied by an accurate translation of all the relevant passages in English, in which case, for all purposes of interpretation of the Proposal, the translation in English shall prevail. 6 In case it is found during the evaluation or at any time before signing of the No No Not Allowed Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the TPI Agency either by issue of the LOA or entering into of the Agreement, and if the Selected Bidder has already been issued the LOA or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFQ-cum-RFP, be liable to be terminated, by a communication in writing by the Authority without the Authority being liable in any manner whatsoever to the Selected Bidder or TPI Agency, as the case may be. In such an event, the Authority shall forfeit and appropriate the Performance Security, if available, as mutually agreed pre-estimated compensation and damages payable to the Authority for, inter-alia, time, cost and effort of the Authority, without prejudice to any other right or remedy that may be available to the Authority. Technical-Compliances S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Relevant Experience of the Bidder(Turnover, Net worth, Experience of Yes Yes Not Allowed Third-Party Inspection Agency in India, Empanelment for TPI job with other government and semi-government bodies in India, Executed single order of TPI having maximum inspection fees). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 1.1 Bidder must submit Annual Turnover as specified in FORM 1(A) of Yes Yes Allowed APPENDIX-II of RFQ-cum-RFP. (Mandatory) 1.2 Bidder must submit Experience of Third-Party Inspection Agency in India Yes Yes Allowed (in years) as specified in FORM 1(B) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 1.3 Bidder must submit Net worth as specified in FORM 1(C) of APPENDIX-II Yes Yes Allowed of RFQ-cum-RFP. (Mandatory) 1.4 Bidder must submit documents supporting Empanelment for TPI job with Yes Yes Allowed other government and semi-government bodies etc. in India, as specified in (Mandatory) FORM 1(D) of APPENDIX-II of RFQ-cum-RFP. 1.5 Bidder must submit details of Executed single order of TPI having Yes Yes Allowed maximum inspection fees (in last 5 years and current year.) as specified in (Mandatory) FORM 1(E) of APPENDIX-II of RFQ-cum-RFP. 2 Geographical presence/location of the Bidder. Relevant FORMS for above Yes Yes Not Allowed parameters as per APPENDIX II are read and understood. 2.1 Bidder must submit document for their Geographical presence/location in Yes Yes Allowed India as specified in FORM 2(A) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 2.2 Bidder must submit documents for their Geographical presence/location Yes Yes Allowed outside India as specified in FORM 2(B) of APPENDIX-II of RFQ-cum- (Mandatory) RFP. Page 8 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 3 Technical Competence (Relevant Experience of Key Personnel i.e. Project Yes Yes Not Allowed Director/Team Leader, GM/QA, Graduate Engineers (GE), Authorized Inspectors (AI) and Expertise/experience of working as TPI agency in Railway sector). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 3.1 Bidder must submit Curriculum Vitae (CV) of Project Director/Team Leader Yes Yes Allowed as specified in FORM 3(A) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 3.2 Bidder must submit Curriculum Vitae (CV) of GM(Quality Assurance) as Yes Yes Allowed specified in FORM 3(B) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 3.3 Bidder must submit details of Graduate Engineers (GE) with Years of Yes Yes Allowed experience (YOE) in testing and inspection field as specified in FORM 3(C) (Mandatory) of APPENDIX-II of RFQ-cum-RFP. 3.4 Bidder must submit details of Authorized Inspectors (AI) having Yes Yes Allowed certification from ASME/ASTM/ASNT/AWS or equivalent as specified in (Mandatory) FORM 3(D) of APPENDIX-II of RFQ-cum-RFP. 3.5 Bidder must submit details of Expertise and experience of working as TPI Yes Yes Allowed agency in Railway sector as specified in FORM 3(E) of APPENDIX-II of (Mandatory) RFQ-cum-RFP. 4 Bidder must submit details of valid Registration with Statutory bodies as Yes Yes Allowed specified in FORM 4 of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 5 Infrastructure ( NABL approved NDT/DT testing facility owned by firm and Yes Yes Not Allowed Tie-up/collaboration, Physical Library/e-Library with authorized and updated relevant codes and standards, System computerization and Reporting System). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 5.1 Bidder must submit details of having NABL approved NDT/DT testing Yes Yes Allowed facility or tie-up/collaboration as specified in FORM 5(A) of APPENDIX-II of (Mandatory) RFQ-cum-RFP. 5.2 Bidder must submit details of having Physical Library/e-Library with Yes Yes Allowed authorized and updated relevant codes and standards as specified in (Mandatory) FORM 5(B) of APPENDIX-II of RFQ-cum-RFP. 5.3 Bidder must submit details of System computerization and Reporting Yes Yes Allowed System as specified in FORM 5(C) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 6 Response Time ( For attending the inspection call request and For Yes Yes Not Allowed releasing inspection certificate from attending the call). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 6.1 Bidder must submit documentary evidence of Response time for attending Yes Yes Allowed the inspection call request as specified in FORM 6(A) of APPENDIX-II of (Mandatory) RFQ-cum-RFP. 6.2 Bidder must submit documentary evidence for response time in releasing Yes Yes Allowed inspection certificate from attending the call as specified in FORM 6(B) of (Mandatory) APPENDIX-II of RFQ-cum-RFP. 7 Bidder must submit details of Complaint Redressal System as specified in Yes Yes Allowed FORM 7 of APPENDIX-II of RFQ-cum-RFP. (Mandatory) Undertakings S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Bidder agrees to submit all details/documents of Pre-Qualification Proposal No No Not Allowed only in Eligibility section of the tender schedule and to submit all details/documents of the Technical Proposal in Technical -Compliance section of the tender schedule. Bidder also agrees to submit the Financial Proposal online only in Financial Tab of IREPS. Bidder agrees that proposals/documents submitted/uploaded at other than above mentioned specified sections will not be considered for evaluation purpose. Page 9 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 2 A Bidder should have, during the last three years, neither failed to perform No No Not Allowed on any agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder, nor been expelled from any Work or agreement nor have had any agreement terminated for breach by such Bidder. 3 Any entity which has been barred by the Central Government, any State No No Not Allowed Government, a statutory authority or a public-sector undertaking, from participating in any Work, and the bar subsists as on the date of Proposal, would not be eligible to submit a Proposal. 4 While submitting a Proposal, the Bidder should attach clearly marked and No No Not Allowed referenced continuation sheets in the event that the space provided in the specified forms in the Appendices is insufficient. Alternatively, Bidders may format the specified forms making due provision for incorporation of the requested information. 5 Bidder must quote for all PO slabs, man-days and man-months, otherwise No No Not Allowed offer will be considered as unresponsive and will not be evaluated. The financial offer should only be submitted online in Financial Tab of this tender in IREPS website. Submission in any format other than online mode will not be considered for evaluation. 6. DOCUMENTS ATTACHED WITH TENDER S.No. Document Name Document Description 1 FINALRFP.pdf RFQ cum RFP 7. RESPONSIVENESS S.No. Description 1 Validity of Offer: No deviation from the offer validity period stipulated in the tender is permitted. 2 Payment Terms: No deviation from the Payment Terms stipulated in the tender 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-CHG ( AMIT VERMA ) Page 10 of 10 Run Date/Time: 14/06/2022 18:53:59
5 %age of PO value for Purchase orders valuing more than Rs 100 crore At (Location) IR As per tender Conditions 1.00 5 NS 5 Service Non Stock --- Yes As INR (Y) specified in the Bid Document Man-days Rate At (Location) IR As per tender Conditions 1.00 Man-Days 6 NS 6 Service Non Stock --- Yes As INR (Y) specified in the Bid Document Man-Month Rate At (Location) IR As per tender Conditions 1.00 Man-Month 3. T AND C F.O.R Description Destination Delivery Period Description Delivery /Completion Rate of Supply For all items Commencement : Within 15 Days of issue of Contract, Completion : Within 36 Months thereafter Payment Terms S.No Description Payment Terms 1 100% payment will be made against actual inspected and accepted quantity based on inspection certificate and R Note Statutory Variation Clause S.No Description Page 2 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 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. 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 Firm has read and understood para 3.1.2 of RFQ-cum-RFP and filled and Yes Yes Allowed attached Form-1(A) of Appendix I. (Mandatory) 2 The Bidder should be a Private/ Public limited company, corporation, Yes Yes Allowed partnership firm, proprietor firm. Individual persons are not eligible to (Mandatory) participate in this Contract. The Bidder must be in operation in India for a minimum period of ten years. Firm must submit Form-1(B) of Appendix I of RFQ-cum-RFP. 3 The Bidder should not have been barred by the Central Government, any Yes Yes Allowed State Government, a statutory authority or a public-sector undertaking, (Mandatory) from participating in any consulting assignment. The Bidder should not have, during the last three years, failed to perform on any agreement - as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder nor been expelled from any Work or agreement nor have had any agreement terminated. Firm must submit Form-1(B) of Appendix I of RFQ-cum-RFP. 4 Bidder shall have a countrywide network of mandatory 4 (four) inspection Yes Yes Allowed offices/ Branches in four regions i.e., North, South, East and West India. (Mandatory) Note: Bidder shall furnish valid documentary evidence (trade licenses, GST Certificate, registration certificate of state govt or valid commercial lease Deed (registered) or valid and notarized rent agreement for commercial use) along with current electricity bills, not older than 6 months, for all these offices in support of the above criteria. Firm must submit Form-1(C) of Appendix I of RFQ-cum-RFP. 5 The Bidder should have Accreditation certification as per ISO 17020/2012. Yes Yes Allowed Firm must submit Form-1(D) of Appendix I of RFQ-cum-RFP. (Mandatory) 6 Bidder headquarters / corporate office, located in India must be an ISO Yes Yes Allowed 9001-2015 Certified by an agency which is accredited by an IAF member (Mandatory) body (which is signatory to Their multilateral mutual recognition arrangement). Bidder has to submit the valid ISO 9001-2015 certificate of Headquarter/ Corporate Office. Firm must submit Form-1(D) of Appendix I of RFQ-cum-RFP. 7 Bidders should have received a minimum of Rs. 25 Crore (Twenty-Five Yes Yes Allowed crore) p/a inspection fee during any of 3 (three) Financial Years out of last 5 (Mandatory) Financial Years and current Financial Year from Testing and Inspection. Firm must submit Form-2(A) of Appendix I of RFQ-cum-RFP. 8 Bidders should have experience of at least 5 (five) Eligible Assignments in Yes Yes Allowed the last 5 years and current Financial Year. Firm must submit Form-2(B) of (Mandatory) Appendix I of RFQ-cum-RFP. 9 Bidders should have experience of at least 3 Specific Assignment in the Yes Yes Allowed last 5 years and current Financial Year. Firm must submit Form-2(C) of (Mandatory) Appendix I of RFQ-cum-RFP. Page 3 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 10 Bidders should have a minimum average annual turnover of Rs.100 Cr in Yes Yes Allowed any of 3 (three) Financial Years out of last 5 Financial Years [i.e. FY 16-17, (Mandatory) FY 17-18, FY 18-19, FY 19-20, FY 20-21]. Firm must submit Form-3(A) of Appendix I of RFQ-cum-RFP. 11 Bidders should have a minimum average annual net worth of Rs. 50 Cr. in Yes Yes Allowed any of 3 (three) Financial Years out of last 5 Financial Years [i.e. FY 16-17, (Mandatory) FY 17-18, FY 18-19, FY 19-20, FY 20-21]. Firm must submit Form-3(B) of Appendix I of RFQ-cum-RFP. 12 Bidders should have positive working capital. Firm must submit Form-3(C) Yes Yes Allowed of Appendix I of RFQ-cum-RFP. (Mandatory) 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 Whether the Bidder has made a complete and careful examination of the No No Not Allowed RFQ-cum-RFP. 2 Whether received all relevant information requested from the Authority. No No Not Allowed 3 Whether acknowledged and accepted the risk of inadequacy, error or No No Not Allowed mistake in the information provided in the RFQ-cum-RFP or furnished by or on behalf of the Authority. 4 Whether satisfied itself about all matters, things and information, including No No Not Allowed matters referred above, necessary and required for submitting an informed Application and performance of all of its obligations there under. 5 Whether acknowledged that it does not have a Conflict of Interest. No No Not Allowed 6 Whether agreed to be bound by the undertaking provided by it. No No Not Allowed 7 While submitting the Technical Proposal, the Bidder shall, in particular, No No Not Allowed ensure that: (a)All forms are submitted in the prescribed formats and signed by the prescribed signatories; (b)CVs of all Key Personnel have been included; (c)Key Personnel proposed have good working knowledge of English language; (d)Key Personnel would be available for minimum period of 3 years the period of the assignment; (e)no Key Personnel should have attained the age of 60 years at the time of submitting the proposal; and (f)the CVs shall contain an undertaking from the respective Key Personnel about his/her availability for the duration specified in the RFQ- cum-RFP; (g)The proposal is responsive in terms of Clause 3.2 of RFQ- cum-RFP. 8 While submitting the Pre-Qualification Proposal, the Bidder shall, in No No Not Allowed particular, ensure that: (a)The Earnest Money Deposit is provided unless exempted (b)All forms are submitted in the prescribed formats and signed by the prescribed signatories; (c)power of attorney, if applicable, is executed as per Applicable Laws; (d)The proposal is responsive in terms of Clause 3.1 of RFQ-cum-RFP. Page 4 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 9 While submitting the Financial Proposal, the Bidder shall ensure the No No Not Allowed following: (a)All the costs associated with the assignment shall be included in the Financial Proposal. These shall cover remuneration for all the Personnel (Expatriate and Resident, in the field, office etc.), accommodation, air fare, equipment, printing of documents, surveys, technical investigations etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non- responsive and liable to be rejected. (b)The Financial Proposal shall take into account all expenses and tax liabilities. For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the costs shown under different items of the Financial Proposal. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws. (c)Bidder to quote Financial Proposal for inspection charges in terms of % of PO value and man-days/Man-month in IREPS only. Commercial-Compliance S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Performance Security: The Selected Bidder shall submit a Performance Yes Yes Not Allowed Security to Authority for a sum equivalent to amount 3% (three percent) of Contractual Value as mentioned in SCHEDULE 3 of RFQ-cum-RFP. The Selected Bidder shall have to submit Performance Security within 15 days from the date of LOA. Extension of time for submission of Performance Security beyond such days and up to 60 (Sixty) days from the date of issue of LOA may be given by Authority on written request of the Selected Bidder. However, a penal interest @ 15% per annum, on the amount of Performance Security, shall be payable by the Selected Bidder for the period of extension beyond 15 days from date of LOA. In case Selected Bidder fails to submit the Performance Security even up to 60 (Sixty) days from the date of issue of LOA, the contract shall be terminated by cancellation of LOA and amount of Earnest Money Deposit shall be forfeited. The Performance Security shall be in the prescribed form as per Annex-5 provided in the RFQ-cum-RFP. The said Performance Security shall remain valid up to 6 (Six) months after the date of completion of all contractual obligations by the Successful Bidder. Thereafter as required by the Authority, the same shall be extended further for the required period as may be decided by the Authority. The Performance Security would however be forfeited in case of any event of Default leading to termination of contract as described in the Agreement. The Performance Security shall be released 6 months after the payment of the final bill and submission of NOC. 2 The prevailing GST for inspection charges is 18%. Firm must agree and Yes Yes Allowed quote only basic rate in percentage of PO value and Man-days/Man-Month (Optional) in Financial Tab of IREPS. 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. Page 5 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 3 MSE Clause:- a] Please indicate whether you are registered with any of the Yes Yes Allowed following Micro & Small Enterprises (MSE) agencies: District industries (Optional) Centres, KVIC, KVIB, Coir Board, NSIC, Directorate of Handicraft & Handloom or any other body specified by Ministry of MSME. [Name the agency clearly]. b] If tenderer is registered with any of the above-mentioned agencies, please indicate the terminal validity date of registration and also indicate whether the Enterprise is owned by SC/ST or women. Firm is also required to submit UDYAM Certificate. The 25 % quantity shall be considered to MSE including quantity for women owned MSEs & for SC/ST owned MSEs as per extant rules and only be considered if valid certificate issued by nominated agencies is uploaded along with offer. If documents are not uploaded this benefit will not be given to tenderer. As per extant guidelines, an enterprise registered as MSE firm with any of the organization under the Ministry of Micro, Small and Medium Enterprises shall register itself under UDYAM Registration for getting benefit under this clause. Classification of Enterprise as Micro, Small or Medium Enterprise shall only be considered on the basis of UDYAM Certificate as per MINISTRY OF MICRO, SMALL AND MEDIUM ENTERPRISES NOTIFICATION dated 26th June, 2020 and all existing enterprises not registered for UDYAM shall only be considered up to the time limits given in para 7 of this notification as amended from time to time upto the date of tender closing. 4 Earnest Money Deposit (EMD): (1) EMD shall be submitted by tenderer as Yes Yes Allowed specified in tender schedule, along with their online offer. There shall be no (Mandatory) exemption from submission of EMD for any tender or by any tenderer except those exempted. (2) Exemption to submit EMD will be given in the following cases :(a) Micro and Small Enterprises (MSEs) registered for Inspection Services. (b) Other Railways and Government Departments. (c) Indian Ordnance Factories. (d) PSUs owned by Ministry of Railways and PSUs for the group of items/services that are manufactured/provided by them. 5 Preference to Make in India: The provisions of revised Public Procurement Yes Yes Allowed (Preference to Make in India) Order 2017 issued by Department of (Mandatory) Industrial Policy and Promotion under Ministry of Commerce and Industry vide letter no. P-45021/2/2017-PP (BE-II) dated 16.09.2020, as amended from time to time up to Proposal Due Date, shall be applicable to the bidding process and award of the contract shall be done accordingly. 6 As the estimated value of contract is more than Rs. 10 Crore, hence the Yes Yes Allowed local supplier is required to provide a certificate from statutory auditor or (Mandatory) cost auditor of the company (In the 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. 7 Please enter the percentage of local content in the material being offered. No Yes Allowed Please enter 0 for fully imported items, and 100 for fully indigenous items. (Optional) 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 This tender is for engagement of Third Party Inspection agencies for No No Not Allowed inspection of goods in Indian Railways. The engagement period will be for three years. Page 6 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 2 The engagement of agencies will be done through three-stage selection No No Not Allowed process. The bidders have to submit three proposals only in IREPS i.e.(i) Pre-Qualification Proposal (ii) Technical Proposal and (iii) Financial Proposal. The evaluation of Pre-Qualification Proposal, Technical Proposal and Financial Proposal for engagement purpose will be based on the methodology and criteria detailed in Clause 3 of attached RFQ-cum-RFP. 2.1 In the first stage, evaluation of the Pre-Qualification Proposal will be carried No No Not Allowed out as specified in Clause 3.1 of RFQ-cum-RFP for selection of Qualified Bidders. Based on this, a list of Qualified Bidders shall be prepared. In the second stage, evaluation of Technical Proposals of all Qualified Bidders will be carried out as specified in Clause 3.2 of RFQ-cum-RFP and a list of Technically Qualified Bidders will be prepared. In the third stage, evaluation of Financial Proposals of all Technically Qualified Bidders will be carried out as specified in Clause 3.3 of RFQ-cum-RFP. 2.2 The system generated financial tabulation in IREPS for %age of PO value No No Not Allowed slabs should not be considered as final ranking. The final ranking for %age of PO value slabs will be further evaluated on the basis of weighted average of individual slabs as mentioned in clause 3.3 of RFQ-cum-RFP which will be communicated separately to all Technically Qualified Bidders. 3 1.RFQ-cum-RFP document is neither an agreement nor an offer by the No No Not Allowed Indian Railways (the "Authority") to the prospective Bidders or any other person. 2.The Authority does not make any representation or warranty as to the accuracy, reliability or completeness of the information in this RFQ- cum-RFP document and it is not possible for the authority to consider particular needs of each party who reads or uses this RFQ-cum-RFP document. Each prospective Bidder should conduct its own investigations and analysis and check the accuracy, reliability and completeness of the information provided in this RFQ-cum-RFP document and obtain independent advice from appropriate sources.3.The Authority will not have any liability to any Company/ Firm/ Consortium or any other person under any laws (including without limitation the law of contract), the principles of equity, restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this RFQ-cum-RFP document, any matter deemed to form part of this RFQ-cum-RFP document, the award of the Assignment, the information and any other information supplied by or on behalf of Authority or their employees, any TPI Agency or otherwise arising in any way from the selection process for the Assignment. Authority will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Bidder upon any statements contained in this RFQ-cum-RFP. 4 4.Authority will not be responsible for any delay in receiving the proposals. No No Not Allowed The issue of this RFQ-cum-RFP does not imply that the Authority is bound to select an Bidder or to appoint the Successful Bidder, as the case may be, for the engagement of TPI and the Authority reserves the right to accept/ reject any or all of proposals submitted in response to this RFQ- cum-RFP document at any stage without assigning any reasons whatsoever. Authority also reserves the right to withhold or withdraw the process at any stage with intimation to all who submitted the Application in response to this RFQ-cum-RFP. 5.The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. Authority accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein. 6.Authority reserves the right to change/ modify/ amend any or all provisions of this RFQ-cum-RFP document. The amended RFQ-cum-RFP will be made available on the Indian Railway E- Procurement System (IREPS) website i.e. www.ireps.gov.in. Page 7 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 5 The Proposal with all accompanying documents and all communications in No No Not Allowed relation to or concerning the Selection Process shall be in English language and strictly as per the forms provided in this RFQ-cum-RFP. No supporting document or printed literature shall be submitted with the Proposal unless specifically asked for and in case any of these Documents is in another language, it must be accompanied by an accurate translation of all the relevant passages in English, in which case, for all purposes of interpretation of the Proposal, the translation in English shall prevail. 6 In case it is found during the evaluation or at any time before signing of the No No Not Allowed Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the TPI Agency either by issue of the LOA or entering into of the Agreement, and if the Selected Bidder has already been issued the LOA or has entered into the Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFQ-cum-RFP, be liable to be terminated, by a communication in writing by the Authority without the Authority being liable in any manner whatsoever to the Selected Bidder or TPI Agency, as the case may be. In such an event, the Authority shall forfeit and appropriate the Performance Security, if available, as mutually agreed pre-estimated compensation and damages payable to the Authority for, inter-alia, time, cost and effort of the Authority, without prejudice to any other right or remedy that may be available to the Authority. Technical-Compliances S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Relevant Experience of the Bidder(Turnover, Net worth, Experience of Yes Yes Not Allowed Third-Party Inspection Agency in India, Empanelment for TPI job with other government and semi-government bodies in India, Executed single order of TPI having maximum inspection fees). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 1.1 Bidder must submit Annual Turnover as specified in FORM 1(A) of Yes Yes Allowed APPENDIX-II of RFQ-cum-RFP. (Mandatory) 1.2 Bidder must submit Experience of Third-Party Inspection Agency in India Yes Yes Allowed (in years) as specified in FORM 1(B) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 1.3 Bidder must submit Net worth as specified in FORM 1(C) of APPENDIX-II Yes Yes Allowed of RFQ-cum-RFP. (Mandatory) 1.4 Bidder must submit documents supporting Empanelment for TPI job with Yes Yes Allowed other government and semi-government bodies etc. in India, as specified in (Mandatory) FORM 1(D) of APPENDIX-II of RFQ-cum-RFP. 1.5 Bidder must submit details of Executed single order of TPI having Yes Yes Allowed maximum inspection fees (in last 5 years and current year.) as specified in (Mandatory) FORM 1(E) of APPENDIX-II of RFQ-cum-RFP. 2 Geographical presence/location of the Bidder. Relevant FORMS for above Yes Yes Not Allowed parameters as per APPENDIX II are read and understood. 2.1 Bidder must submit document for their Geographical presence/location in Yes Yes Allowed India as specified in FORM 2(A) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 2.2 Bidder must submit documents for their Geographical presence/location Yes Yes Allowed outside India as specified in FORM 2(B) of APPENDIX-II of RFQ-cum- (Mandatory) RFP. Page 8 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 3 Technical Competence (Relevant Experience of Key Personnel i.e. Project Yes Yes Not Allowed Director/Team Leader, GM/QA, Graduate Engineers (GE), Authorized Inspectors (AI) and Expertise/experience of working as TPI agency in Railway sector). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 3.1 Bidder must submit Curriculum Vitae (CV) of Project Director/Team Leader Yes Yes Allowed as specified in FORM 3(A) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 3.2 Bidder must submit Curriculum Vitae (CV) of GM(Quality Assurance) as Yes Yes Allowed specified in FORM 3(B) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 3.3 Bidder must submit details of Graduate Engineers (GE) with Years of Yes Yes Allowed experience (YOE) in testing and inspection field as specified in FORM 3(C) (Mandatory) of APPENDIX-II of RFQ-cum-RFP. 3.4 Bidder must submit details of Authorized Inspectors (AI) having Yes Yes Allowed certification from ASME/ASTM/ASNT/AWS or equivalent as specified in (Mandatory) FORM 3(D) of APPENDIX-II of RFQ-cum-RFP. 3.5 Bidder must submit details of Expertise and experience of working as TPI Yes Yes Allowed agency in Railway sector as specified in FORM 3(E) of APPENDIX-II of (Mandatory) RFQ-cum-RFP. 4 Bidder must submit details of valid Registration with Statutory bodies as Yes Yes Allowed specified in FORM 4 of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 5 Infrastructure ( NABL approved NDT/DT testing facility owned by firm and Yes Yes Not Allowed Tie-up/collaboration, Physical Library/e-Library with authorized and updated relevant codes and standards, System computerization and Reporting System). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 5.1 Bidder must submit details of having NABL approved NDT/DT testing Yes Yes Allowed facility or tie-up/collaboration as specified in FORM 5(A) of APPENDIX-II of (Mandatory) RFQ-cum-RFP. 5.2 Bidder must submit details of having Physical Library/e-Library with Yes Yes Allowed authorized and updated relevant codes and standards as specified in (Mandatory) FORM 5(B) of APPENDIX-II of RFQ-cum-RFP. 5.3 Bidder must submit details of System computerization and Reporting Yes Yes Allowed System as specified in FORM 5(C) of APPENDIX-II of RFQ-cum-RFP. (Mandatory) 6 Response Time ( For attending the inspection call request and For Yes Yes Not Allowed releasing inspection certificate from attending the call). Relevant FORMS for above parameters as per APPENDIX II are read and understood. 6.1 Bidder must submit documentary evidence of Response time for attending Yes Yes Allowed the inspection call request as specified in FORM 6(A) of APPENDIX-II of (Mandatory) RFQ-cum-RFP. 6.2 Bidder must submit documentary evidence for response time in releasing Yes Yes Allowed inspection certificate from attending the call as specified in FORM 6(B) of (Mandatory) APPENDIX-II of RFQ-cum-RFP. 7 Bidder must submit details of Complaint Redressal System as specified in Yes Yes Allowed FORM 7 of APPENDIX-II of RFQ-cum-RFP. (Mandatory) Undertakings S.No. Description Confirmation Remarks Documents Required Allowed Uploading 1 Bidder agrees to submit all details/documents of Pre-Qualification Proposal No No Not Allowed only in Eligibility section of the tender schedule and to submit all details/documents of the Technical Proposal in Technical -Compliance section of the tender schedule. Bidder also agrees to submit the Financial Proposal online only in Financial Tab of IREPS. Bidder agrees that proposals/documents submitted/uploaded at other than above mentioned specified sections will not be considered for evaluation purpose. Page 9 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT Tender No WR-TPI-1-2022 Closing Date/Time 12/07/2022 11:00 2 A Bidder should have, during the last three years, neither failed to perform No No Not Allowed on any agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder, nor been expelled from any Work or agreement nor have had any agreement terminated for breach by such Bidder. 3 Any entity which has been barred by the Central Government, any State No No Not Allowed Government, a statutory authority or a public-sector undertaking, from participating in any Work, and the bar subsists as on the date of Proposal, would not be eligible to submit a Proposal. 4 While submitting a Proposal, the Bidder should attach clearly marked and No No Not Allowed referenced continuation sheets in the event that the space provided in the specified forms in the Appendices is insufficient. Alternatively, Bidders may format the specified forms making due provision for incorporation of the requested information. 5 Bidder must quote for all PO slabs, man-days and man-months, otherwise No No Not Allowed offer will be considered as unresponsive and will not be evaluated. The financial offer should only be submitted online in Financial Tab of this tender in IREPS website. Submission in any format other than online mode will not be considered for evaluation. 6. DOCUMENTS ATTACHED WITH TENDER S.No. Document Name Document Description 1 FINALRFP.pdf RFQ cum RFP 7. RESPONSIVENESS S.No. Description 1 Validity of Offer: No deviation from the offer validity period stipulated in the tender is permitted. 2 Payment Terms: No deviation from the Payment Terms stipulated in the tender 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-CHG ( AMIT VERMA ) Page 10 of 10 Run Date/Time: 14/06/2022 18:53:59
6 Man-days Rate At (Location) IR As per tender Conditions 1.00 Man-Days 6 NS 6 Service Non Stock --- Yes As INR (Y) specified in the Bid Document Man-Month Rate At (Location) IR As per tender Conditions 1.00 Man-Month 3. T AND C F.O.R Description Destination Delivery Period Description Delivery /Completion Rate of Supply For all items Commencement : Within 15 Days of issue of Contract, Completion : Within 36 Months thereafter Payment Terms S.No Description Payment Terms 1 100% payment will be made against actual inspected and accepted quantity based on inspection certificate and R Note Statutory Variation Clause S.No Description Page 2 of 10 Run Date/Time: 14/06/2022 18:53:59STORES/WESTERN RLY TENDER DOCUMENT
7 Man-Month Rate At (Location) IR As per tender Conditions 1.00 Man-Month 3.
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

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

For Tender Information Services Visit : TenderDetail