Sales : +91-777 804 8217
| Sl. No. | Item Description |
| 1 | Supply, Installation, Testing & Commissioning Of Ip Based Video Surveillance System (Vss) In Lhb And Icf Coaches |
| 2 | Supply, Installation, testing & commissioning of IP based Video Surveillance System (VSS) in LHB and ICF coaches (with 06 cameras) as per RDSO Specification No. RDSO/SPN/TC/106/2025 version 3.1 or latest at CRWS/Bhopal and all depot/division of WCR (As per scope of work). In para 3.13, para 3.14 and para 7 of page 37 of the Technical Specification, the word Purchaser shall be replaced by the word Railways. Exact location of Supply, Installation, testing & commissioning of IP based Video Surveillance System (VSS) shall be advice by CWM CRWS Bhopal. The words \"or latest\" in the Name of Work in Annexure-A, Annexure-B and Annexure-C stand deleted. [ Warranty Period: 42 Months after the date of delivery ] ]Consignee SSE/FURNISHING/BPL, WCR Madhya Pradesh 460.00 Set2 330205980032 Goods (Y) Non Stock --- Yes RDSO-QA INR Supply, Installation, testing & commissioning of IP based Video Surveillance System (VSS) in LHB and ICF coaches (with 04 cameras) as per RDSO Specification No. RDSO/SPN/TC/106/2025 version 3.1 or latest at CRWS/Bhopal and all depot/division of WCR (As per scope of work). In para 3.13, para 3.14 and para 7 of page 37 of the Technical Specification, the word Purchaser shall be replaced by the word Railways. Exact location of Supply, Installation, testing & commissioning of IP based Video Surveillance System (VSS) shall be advice by CWM CRWS Bhopal. The words \"or latest\" in the Name of Work in Annexure-A, Annexure-B and Annexure-C stand deleted. [ Warranty Period: 42 Months after the date of delivery ] ]Consignee SSE/FURNISHING/BPL, WCR Madhya Pradesh 1395.00 Set3. T AND CPage 1 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:30F.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 6 Months AS and when requiredat each location tocomplete the contractwithin 6 months.Payment TermsS.No DescriptionPayment Terms1 100% against receipt, installation, testing & commissioning against certiï¬cate issued to this effect by thecontract executing officer (or any other Gazetted officer authorized by him), and subject to submission ofWarranty Bank Guarantee to the contract executing officer (or any other Gazetted officer authorized byhim) for an amount of 10% of the total value of commissioned quantity for which payment is beingclaimed (or any higher amount upto 10% of the total contract value) for warranty obligations valid for 6months beyond the warranty period. The format of Warranty Bank Guarantee is available as per Annexure-B5 of Corrigendum No. 2 to Version-7 of e-Tender document of WCR as uploded on IREPS website.Statutory Variation ClauseS.No Description1 Statutory Variation:- Statutory Variation in taxes and duties, or fresh imposition of taxes and duties byState/ Central Governments in respect of the items stipulated in the contract (and not the raw materialsthereof), within the original delivery period stipulated in the contract, or last unconditionally extendeddelivery period shall be to Railways account. Only such variation shall be admissible which takes placeafter the submission of bid. No claim on account of statutory variation in respect of existing tax/duty willbe accepted unless the tenderer has clearly indicated in his offer the rate of tax/duty considered in hisquoted rate. No claim on account of statutory variation shall be admissible on account of misclassiï¬cationby the supplier/ contractor.Option ClauseS.No Description1 Option Clause The purchaser shall be entitled to vary the order quantity upto + 30% anytime within thedelivery period (including extended delivery period) on the same terms and conditions. The increase inquantity with respect to the tender quantity can be done even at the time of ordering and the tenderershall be bound to accept the quantity so ordered on the basis of his original offer. The purchaser shall beentitled to exercise + 30% option clause in one or more than one instalment as long as the total variationin quantity does not exceed the limit of 30% of ordered quantity.Standard Governing ConditionsS.No Description1 IRS Conditions of Contract: The contract shall be governed by latest version (along with all correctionslips) of IRS conditions of contract, and all other terms and conditions incorporated in the tenderdocuments.2 General Conditions of Contract:- Latest version of General Condition of Contract (GCC) will be applicablefor the works services part of the contract execution i.e. Installation, Testing, Commissioning, WarrantyService, Preventive Maintenance, CAMC, Training etc.4. ELIGIBILITY CONDITIONSImportant All documents uploaded and remarks / confirmation entered by the bidders against any eligibility: condition shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Template Condition Confirmation Remarks DocumentsApplicability Required Allowed Uploading1 1.0 The purchaser reserves the right to Normal Applicable to No Yes Allowedplace order on:- all bidders (Optional)(a) Vendor who possess STQC certiï¬cationfor camera & software of MNVR (Mobilenetwork video recorder) as perrequirement of RDSO speciï¬cation no.Page 2 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:30requirement of RDSO speciï¬cation no.RDSO/SPN/TC/106/2025, Version 3.1 on orbefore tender opening date. The tendererhas to submit STQC certiï¬cate for camera& software of MNVR along with biddocuments. OR (b) Vendor possessing STQC approval ofsoftware of MNVR (Mobile network videorecorder) on or before tender openingdate subject to submission of STQCapproval of software of MNVR along withbid document & tender speciï¬cauthorization from STQC approvedcamera OEM of camera. Vendor has alsoto submit STQC approval document ofOEM of camera as per requirement ofRDSO speciï¬cation no.RDSO/SPN/TC/106/2025, Version 3.1 alongwith bid documents. OR (c) Vendor possessing STQC approval ofcamera on or before tender opening datesubject to submission of STQC approval ofcamera along with bid document & tenderspeciï¬c authorization from STQCapproved MNVR (Mobile network videorecorder) OEM for software of MNVR.Vendor has also to submit STQC approvaldocument of OEM for software of MNVR(Mobile network video recorder) as perrequirement of RDSO speciï¬cation no.RDSO/SPN/TC/106/2025, Version 3.1 alongwith bid documents. OR (d) System Integrator who shall submittender speciï¬c authorization for Camera,MNVR (Mobile network video recorder)from OEMs of camera and MNVR.Tenderer has to submit STQC approval ofcamera and software of MNVR from OEMwho possess STQC approval on or beforetender opening date as per therequirement of RDSO Speciï¬cation No.RDSO/SPN/TC/106/2025, Ver. 3.1 of OEMsalong with bid document.1.1 In addition to above, ï¬rm has tosubmit clause wise compliance of SpecialCondition mentioned in Annexure-II failingwhich offer of vendor may not beconsidered.2. OEMs Authorization Clause:-Bidder who are not OEM of the tendereditem to quote with Bid speciï¬cauthorization directly from OEM of thetendered item along with any tenderspeciï¬c authorisation of Camera, mNVRwherever required as detailed in thetender, otherwise offer will be summarilyrejected without any back reference andno representation will be entertained.The OEMs authorization certiï¬catewherever required should be oncompanys letter head and must containthe full name, designation, active e-Mailaddress & Mobile number of theauthorized signatory along withcompanys stamp. Without these theauthorization certiï¬cate from OEM will notPage 3 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:30authorization certiï¬cate from OEM will notbe considered as valid and offer will besummarily rejected without any backreference and no representation will beentertained. Buyer can seek theauthentication of valid authorizationcertificate from OEM, if required.5. COMPLIANCE CONDITIONSImportant All documents uploaded and remarks / confirmation entered by the bidders against any compliance: condition shall be opened as part of technical bid only.Check ListS.No. Description Template Condition Confirmation Remarks DocumentsApplicability Required Allowed Uploading1 Necessary Authorization for Item Normal Applicable to No No Not Allowed(wherever required) has been provided. all bidders(Guiding Sample Format-A for ItemAuthorization is attached with the tenderdocuments)2 Necessary STQC certiï¬cates for Camera Normal Applicable to No No Not Allowedand for mNVR Software have been all biddersprovided separately.3 Necessary Tender Speciï¬c Authorization Normal Applicable to No No Not Allowedfor Agent (wherever required, in case all biddersagent has been authorized to bidnegotiate and conclude the contract onbehalf of the Contract Executor) has beenprovided. (Guiding Sample Format-B forAgent Authorization is attached with thetender documents)4 Make, Model / Version and Country of Normal Applicable to No No Not AllowedOrigin of Cameras, mNVR and VMS has all biddersbeen provided5 Bidders have clearly mentioned under Normal Applicable to No No Not Allowedwhich part of eligibility clause they are all biddersproposing to be considered.6 Clause wise compliance against all Normal Applicable to No No Not Allowedclauses of Scope of Work has been all biddersprovided7 Clause wise compliance against all Normal Applicable to No No Not Allowedclauses of RDSO Speciï¬cations has been all biddersprovided8 Clause wise compliance against all Normal Applicable to No No Not Allowedclauses of Special Conditions (Annexure- all biddersII) has been provided9 Clause wise compliance against all Normal Applicable to No No Not Allowedclauses of CAMC Document has been all biddersprovided10 Necessary information / declaration / Normal Applicable to No No Not Alloweddocument has been provided, wherever all biddersrequired, against various clauses of Scopeof Work, Special Conditions (Annexure-II),CAMC Document and RDSO TechnicalSpecifications.Commercial-ComplianceS.No. Description Template Condition Confirmation Remarks DocumentsApplicability Required Allowed Uploading1 Bidders must specify whether they are Normal Applicable to No Yes Not Allowedparticipating in this tender under the all biddersEligibility Category 1.0(a) or 1.0(b) or1.0(c) or 1.0(d) or as any an AutrhorisedAgent of their principal ï¬rm. Bidders maynote that they can participate in thistender under only one of these categories.Page 4 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:302 IN CASE BIDDER IS INDIAN FIRM OR FROM Normal Applicable to Yes No AllowedA COUNTRY THAT DOES NOT SHARE LAND all bidders (Optional)BORDER WITH INDIA, SHALL CONFIRM ASUNDER:- I have read the clausesregarding restrictions on procurementsfrom a bidder of a country which shares aland border with India as per Annexure Fof WCRs e-TENDER DOCUMENT FORSUPPLY CONTRACTS (Ver. 7.0, applicablew.e.f. 31.10.2022) with Ministry of FinanceOrder (Public Procurement No. 4), F. No.7/10/2021-PPD(1) dated 23/02/2023circulated vide OM No. F.7/10/2021-PPDdated 23.2.2023 (copy enclosed asenclosed document) ; I certify that thisbidder (in whose behalf I am submittingthis bid) is not from such a country whichshares a land border with India (Note:-Indian ï¬rms and ï¬rms from countries notsharing border with India, may pleaseconfirm as YES)3 IN CASE BIDDER FIRM IS FROM A FOREIGN Normal Applicable to No No AllowedCOUNTRY THAT SHARES LAND BORDER all bidders (Optional)WITH INDIA, SHALL SUBMIT CERTIFICATEAS UNDER:- I certify that this bidder (inwhose behalf I am submitting this bid) isfrom such a country which shares a landborder with India with regard to contentsof Annexure F of WCRs e-TENDERDOCUMENT FOR SUPPLY CONTRACTS(Ver. 7.0, applicable w.e.f. 31.10.2022)with all corrigendum issued till date oftender closing, with Ministry of FinanceOrder (Public Procurement No. 4), F. No.7/10/2021-PPD(1) dated 23/02/2023circulated vide OM No. F.7/10/2021-PPDdated 23.2.2023; and I further certify thatthis bidder has been registered with theCompetent Authority. I hereby furthercertify that this bidder fulï¬ls allrequirements in this regard and is eligibleto be considered. (Note 1; WHEREVER ABIDDER FROM SUCH A FOREIGN COUNTRYTHAT SHARES BORDER WITH INDIAQUOTES, HE WILL NEED TO UPLOAD ACOPY OF VALID REGISTRATION BY THECOMPETENT AUTHORITY (ORDOCUMENTARY EVIDENCE OF EXEMPTIONAS PER NOTE 2 BELOW) WITHOUT WHICHTHE OFFER SHALL BE SUMMARILYREJECTED.) (NOTE 2: Restrictions underthis rule shall not apply to bids from suchcountries (even if sharing a land border inIndia) to which the government of Indiahas extended lines of credit or in whichthe government of India is engaged indevelopmental projects. For updated listsof credit or in which line of credits havebeen extended or in which developmentalprojects are undertaken are given in thewebsite of the Ministry of External affairsand in such ï¬rm will need to submit suchdocumentary evidence.) The termsbidder and bidder from a country whichshares a land with India shall be asdeï¬ned in para II and III respectively ofAnnex III o f Ministry of Finance Order(Public Procurement No. 4), F. No.7/10/2021-PPD(1) dated 23/02/2023circulated vide OM No. F.7/10/2021-PPDdated 23.2.2023.Page 5 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:304 (i)Code of Integrity, Misdemeanor and Normal Applicable to Yes No Not AllowedPenalties: - I/We have carefully gone all biddersthrough the IRS conditions of contract(included and uploaded along with the biddocument) particularly Para 2500pertaining to \"Code of Integrity,Misdemeanor and Penalties\". I/We herebycertify that none of our sister concern oraffiliates (such as having commonpartner/director/promoter/owner/holdingcompany decision control etc.) haveparticipated in this tender which can giverise to a conflict of interest or fall underanti-competitive practices. Weunderstand that the offers of all suchsister concern or affiliates including oursare liable to be rejected as per relevantprovisions of IRS terms and conditions.I/We, affirm that we shall abide by theCode of Integrity in general, with speciï¬creference to conflict of interest [Para 2502(e)], anti competitive practices [Para2502(c)] and obligation to proactivedisclosures [Para 2503]. I/We understandthat we are fully responsible for the abovedeclaration and it shall not be theRailways responsibility to verify thesame. I/We are aware that we shall beliable for all consequences of violation ofCode of Integrity, if detected, at anystage. (Note: - May conï¬rm as Yes, tocertify all the above certification.)5 (ii)Code of Integrity, Misdemeanor and Normal Applicable to No Yes AllowedPenalties:-In case your conï¬rmation in all bidders (Optional)commercial compliance regarding Code ofIntegrity, Misdemeanor and Penalties is\"No\", then provide/upload the names andaddresses of your sister concerns oraffiliates.6 PLASTIC WASTE MANAGEMENT RULE 2016 Normal Applicable to Yes No Not Allowed:- \"It is certiï¬ed that for execution of this all bidderscontract, the plastic packaging material orcommodities which are made out ofCompostable Plastic or BiodegradablePlastic shall be purchased from ï¬rmshaving certiï¬cation by CPCB formanufacture or sale of plastic packagingor commodities made from CompostablePlastic or Biodegradable Plastic as perrule 4 (4) of Plastic Waste Managementrule 2016.It is also certiï¬ed that we shall also notuse any other category of plastic, such asBio Compostable or Oxo-degradable orOxo-bio-degradable or the like, which arenot recognized under Plastic WasteManagement Rule 2016 with allamendments.\" (Note: - May conï¬rm asYes , to certify all the above certiï¬cation .)7 Jurisdiction of Court :- As per Para 2703 of Normal Applicable to No No Not AllowedIRS Condition of Contract the Courts of the all biddersplace from where the acceptance oftender has been issued shall alone havejurisdiction to decide any dispute arisingout of or in respect of the contract.Page 6 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:308 Place of Inspection: - Tenderer should Normal Applicable to No Yes Allowedmention in their offer the complete all bidders (Optional)address of the place where the item isoffered to be inspected before dispatchby the Inspection Agency. Option forinspections atgodowns/outstation/multiple places maybe avoided, and preferably be permittedonly at manufacturers place.9 Place of manufacture / local value Normal Applicable to No Yes Allowedaddition in India: Tenderer should mention all bidders (Optional)in their offer the complete address of theplace/places where the offered item(s) ismanufactured or where the local valueaddition is done in India.10 Please enter the percentage of local Normal Applicable to No Yes Allowedcontent in the material being offered. all bidders (Optional)Please enter 0 for fully imported items,and 100 for fully indigenous items. Thedeï¬nition and calculation of local contentshall be in accordance with the Make inIndia policy as incorporated in the tenderconditions.Other ConditionsS.No. Description Template Condition Confirmation Remarks DocumentsApplicability Required Allowed Uploading1 Pre-despatch Inspection by RDSO at Normal Applicable to No No Not AllowedSuppliers premises for supply portion all biddersonly, as per RDSO Specifications.Special ConditionsS.No. Description Template Condition Confirmation Remarks DocumentsApplicability Required Allowed Uploading1 A Bidder who is participating in this Normal Applicable to No No Not Allowedtender as an Authorized Agent of any one all biddersof the above eligible ï¬rms must attach atender speciï¬c authorization to bidnegotiate and conclude the contract onbehalf of their principal ï¬rm in favour ofthe bidder (Agent), along with thedocuments as stated in the eligibilitycriteria required for establishing theeligibility of their principal ï¬rm. In suchcase, the credentials of the principal ï¬rm(and not that of the Bidder/Agent) shall beconsidered for evaluation for the purposeof techno-commercial compliance. Agentwill not get the benefit of being MSE.2 Complete system as per RDSO Normal Applicable to No No Not Allowedspeciï¬cation RDSO/SPN/TC/106/2025 all biddersversion 3.1 (excluding RDAS), Scope ofWork, CAMC Document and SpecialConditions (Annexure-II) is to be providedby the Contractor.3 01 (one) no. of rugged HHT/Tablet with Normal Applicable to No No Not Allowedminimum 8TB external SSD shall all biddersbeprovidedforevery 50 Coaches to theuser as speciï¬ed in Annexure-C. CoachingDepot / Workshop wise distribution will bedecided by CWM/CRWS/BPL. Vendor hasto offer their rate considering thisrequirement of HHT/Tablet.Page 7 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:304 EMD&SD: - EMD shall be governed by Normal Applicable to No No Not Allowedpara 5.0 of Annexure-B & SD shall be all biddersgoverned para 6.0 of Annexure- B of e-Tender document for supply contracts(Ver.7.0, applicable w.e.f. 31.10.2022.)with all corrigendum issued till date oftender closing. (uploaded on IREPSwebsite named Tender conditionsapplicable for all tenders published on orafter 31.10.2022 Version 7.0 with allcorrigendum issued till date of tenderclosing, which can be seen anddownloaded from Home Page of IREPSWebsite https://www.ireps.gov.in/ >Downloads > Public Documents > Goods& Services > selecting Organization asIndian Railway, Zone as WCR andDepartment as Stores and Filtering thetab) with amendment as follows.Para 5.1 (vii) of Annexure- B : may beread as Vendors appearing on theapproved vendor lists of RDSO/PUs/COREfor the tendered item, subject to approvalstatus being valid on the date of tenderclosing.Para 6 (i) (g) of Annexure- B : may beread as Vendors appearing on theapproved vendor list of RDSO/PUs/COREfor the tendered item ,subject to approvalstatus being valid on the date of vendorclosing . Para 6 (ii) Note of Annexure- B: Deleted.Para 6.3 of Annexure- B: Deleted.5 Financial Bid: - The bidder conï¬rms that Normal Applicable to No No Not AllowedRates and other ï¬nancial terms quoted in all biddersrelevant columns of ï¬nancial bid will onlybe ruling terms for acceptance, and suchterms quoted anywhere else should beignored. (Denial of this condition notrecommended). Firm should note thatamount of charges related to forwarding,freight etc. are considered which arementioned in ï¬nancial bid. Chargesmentioned at different location other thanï¬nancial bid are not considerable and tobe treated as Nil. Tenderers are requiredto quote in the same rate unit (i.e.Number, set etc.) as given in the tenderschedule. Any deviation in this aspect willmake the offer liable to be ignored. Alsothe rates and other ï¬nancial terms quotedin relevant columns of ï¬nancial bid willonly be ruling term for acceptance. Suchterms quoted anywhere else shall beignored.6 GST: - GST clause shall be applicable as Normal Applicable to No No Not Allowedper para 10.1 to 10.5 of annexure B of e- all bidderstender document for supply contracts(Ver.7.0, applicable w.e.f. 31.10.2022.)with all corrigendum issued till date oftender closing.7 Preferential Treatment to MSEs: - Normal Applicable to No No Not AllowedBeneï¬ts/Preferential Treatment to MSEs: - all biddersBeneï¬ts/Preferential treatment to MSEs(Micro and Small Enterprises) under PublicProcurement Policy will be applicable asper Para 1.9.1 of Annexure-B of WCRs e-TENDER DOCUMENT FOR SUPPLYCONTRACTS (Ver. 7.0, applicable w.e.f31.10.2022) with all corrigendum issuedtill date of tender closing.Page 8 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:308 Terms & Conditions of Contract: - The Normal Applicable to No No Not Allowedcontract shall be governed by latest all biddersversion (along with all correction slips) ofIRS conditions of contract, and all otherterms and conditions incorporated in thetender documents. IRS Conditions ofContract is available in Annexure-E ofWCRs e-TENDER DOCUMENT FOR SUPPLYCONTRACTS (Ver. 7.0, applicable w.e.f.31.10.2022) with all corrigendum issuedtill date of tender closing. All other terms and conditions shall beapplicable as per WCRs e-TENDERDOCUMENT FOR SUPPLY ONTRACTS (Ver.7.0, applicable w.e.f 31.10.2022) with allcorrigendum issued till date of tenderclosing, uploaded on IREPS website withï¬le named Tender conditions applicablefor all tenders published on or after31.10.2022 Version 7.0 with allcorrigendum issued till date of tenderclosing, which can be seen on Home Pageof IREPS Website https://www.ireps.gov.in/> Downloads > Public Documents >Goods & Services > by selectingOrganization as Indian Railway, Zone asWCR and Department as Stores andFiltering the tab9 Handling of Warranty Rejections :- Normal Applicable to No No Not AllowedTenderers are advised to please note that all biddersSpecial Tender Conditions regardingHandling of Warranty Rejections as perRailway Boards Letter No.2022/RS(G)/779/7(3390005) doted17.10.2022 have been incorporated asper Annexure-H of WCRs e-TENDERDOCUMENT FOR SUPPLY CONTRACTS(Ver. 7.0, applicable w.e.f. 31.10.2022)with all corrigendum issued till date oftender closing. The same shall beapplicable. As per these instructions, acompletely Online Integrated WarrantyManagement System has been proposedto be in place over entire Indian Railway.Till digitization process is complete, thesame shall be followed manually in caseof warranty rejections. The onus ofmarking and traceability of material asper purchase order shall be on vendorwho shall ensure that material despatchdocuments have details such as batchnumber, serial number, major sub-component of the item, date ofmanufacturing (in MM/YYYY), expiry date(wherever applicable), manufacturersmarking, Make/Brand etc till digitizationprocess is completed for vendor toindicate these details in IREPS.Page 9 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:3010 Bank Detail :- Bankers name, place, Core Normal Applicable to No No Not AllowedBanking Account No and Type of account, all biddersBranch Code, IFSC Code, MICR Code, PANNo, GSTIN No, Mobile No. Blank CancelledCheque etc. may please be mentioned inthe bill to avoid delay in payment. Thesuppliers while claiming the payment willfurnish the following certiï¬cate to thepaying authorities for GST. We herebydeclare that additional set offs / input taxcredit to the tune of Rs._______ hasaccrued and accordingly the same isbeing passed on to the purchaser and tothat effect the payable amount may beadjusted.Page 10 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:3011 (i) Public Procurement (Preference to Normal Applicable to No No Not AllowedMake in India), Order 2017 :- PREFERENCE all biddersTO MAKE IN INDIA policy will be applicableas per ANNEXURE-D of WCRs e-TENDERDOCUMENT FOR SUPPLY CONTRACTS(Ver. 7.0, applicable w.e.f 31.10.2022)with all corrigendum issued till date oftender closing, uploaded on IREPS websitewith ï¬le named Tender conditionsapplicable for all tenders published on orafter 31.10.2022 Version 7.0 with allcorrigendum issued till date of tenderclosing, which is available on Home Pageof IREPS Website https://www.ireps.gov.in/> Downloads > Public Documents >Goods & Services > selectingOrganization as Indian Railway, Zone asWCR and Department as Stores andFiltering the tab.The procurement of items for whichsufficient local capacity and competitionexists as per Railway Boards letter No.2015/RS(G)/779/5(Vol.III) dated22/06/2020, letter No. 2015/RS(G)/779/5(Vol.III) dated 12.07.2020, letterNo. 2015/RS(G}/779/5(Vol.l) dated24.09.2020 and other Railway Boardsletters (incorporated in revised AnnexureD of WCRs e TENDER DOCUMENT FORSUPPLY CONTRACTS (Ver.7.0, applicablew.e.f. 31.10.2022) with all corrigendumissued till date of tender closing, shall berestricted to Class I Local Suppliers onlyand the vendors who do not qualify to beClass I Local Suppliers should not quote inthe tender as their offers shall not beconsidered for any ordering. In case anyvendor who does not qualify to be a ClassI Local Suppliers for the tendered itemparticipates in the tender it does so at itsown risk and cost and Railways shall notbe liable for any loss or damage caused tothe vendor.Boards letter No. 2015/RS(G)/779/5(Vol.III)dated 22/06/2020 and letter No. 2015/RS(G)/779/5(Vol.III) dated 12.07.2020(incorporated in revised Annexure D ofWCRs e TENDER DOCUMENT FOR SUPPLYCONTRACTS (Ver.7.0, applicable w.e.f.31.10.2022) with all corrigendum issuedtill date of tender closing, only Class ILocal Suppliers and Class II LocalSuppliers shall be eligible to quote. Onlyin global tenders Non Local Suppliers willbe eligible to quote along with Class ILocal Suppliers and Class II LocalSuppliers.Page 11 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:3012 (ii) Public Procurement (Preference to Normal Applicable to No No Not AllowedMake in India), Order 2017 In respect of all bidderspara 10d of revised Public Procurement(Preference to Make in India), Order 2017dated 16.09.2020, intending tenderersmay please note as under:- Entities ofcountries which have been identiï¬ed bythe Nodal Ministry/Department as notallowing Indian companies to participatein their Government Procurement for anyitem related to that Ministry/Departmentshall not be allowed to participate inGovernment procurement in India for allitems related to that Nodal Ministry/Department, except for the list of itemspublished by the Ministry/Departmentpermitting their participation. The termentity of a country shall have the samemeaning as in the FDI policy of DPIIT asamended from time to time.No offer of a supplier or bidder from aforeign country will be considered unlesshe furnishes a declaration (with regard topara 10d of revised Public Procurement(Preference to Make in India), Order 2017dated 16.09.2020) that his country doesnot disallow Indian suppliers to participateand/or compete in procurement of thetendered item in that country.The para 10d of revised PublicProcurement (Preference to Make inIndia), Order 2017 dated 16.09.2020 shallbe applicable in respect of items/countriesnotiï¬ed by the Nodal Ministry relating tothe tendered item. If an Indian supplierhas information of any such notiï¬cation inrespect of tendered item, it will benecessary for him to submit copy of suchnotiï¬cation along with his offer. In case,the Indian supplier does not have copy ofnotiï¬cation, he shall provide documentaryevidence of such restrictions placed bythe foreign country for the Railway to actupon.Bidders may please note that - Entities ofcountries which have been identiï¬ed bythe Nodal Ministry/Department as notallowing Indian companies to participatein their Government procurement for anyitem related to that Ministry/Departmentshall not be allowed to participate inGovernment procurement in India for allitems related to that nodalMinistry/Department, except for the list ofitems published by theMinistry/Department permitting theirparticipation. The term entity of a countryshall have the same meaning as in the FDIpolicy of DPIIT as amended from time totime.13 Deviations: -Tenderers, in their own Normal Applicable to No No Not Allowedinterest, are advised to avoid quoting of all biddersdeviations as the deviations that are notacceptable to the purchaser may result inthe offer being ignored/adverselyconsidered. The decision as regardsacceptability of a deviation shall lie withthe purchaser only.Page 12 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:3014 RISK PURCHASE & General Damages Normal Applicable to No No Not Allowed(GD):- Provisions of Risk Purchase given in all biddersPara 23.0, 23.1 of Annexure- B of WCRse-TENDER DOCUMENT FOR SUPPLYCONTRACTS (Ver. 7.0, applicable w.e.f.31.10.2022) deleted, however Para 23.2remains applicable. Provision of GeneralDamages given in para 24.0 Annexure- Bof WCRs e-TENDER DOCUMENT FORSUPPLY CONTRACTS (Ver. 7.0, applicablew.e.f. 31.10.2022) deleted.15 Splitting clause:-Splitting clause 14.2.0 Normal Applicable to No No Not Allowedwill be applicable as per 14.0 of all biddersAnnexure- B of e-Tender document forsupply contracts (Ver.7.0, applicablew.e.f. 31.10.2022) with all corrigendumissued till date of tender closing.16 Contract executive officer shall be Dy. Normal Applicable to No No Not AllowedCME/CRWS/BPL. all bidders17 Delivery Special Condition: - In case the Normal Applicable to No No Not Alloweddelivery date falls on a gazetted holiday of all biddersthe consignee or is subsequently declaredas such, the purchase order will deemedto be re-fixed up to the next working date,modiï¬cation if necessary may be issuedsuitably in this regard.18 Warranty Period:- Warranty period shall Normal Applicable to No No Not Allowedbe 36 months for the date of all biddersCommissioning.19 Part supply in numbers of coach set shall Normal Applicable to No No Not Allowedbe allowed against this contract. Part all bidderspayment against part supply shall also beallowed against this contract.20 5 Years CAMC will be as per Conditions of Normal Applicable to No No Not AllowedCAMC (enclosed). Price of the supply all biddersequipment may be quoted accordingly.6. Bidders shall confirm and certify on the behalf of the tenderer including its constituents asunder:S.No. Description1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/wehave verified the content of the document from the website and there is no addition, no deletion or no alteration to the3content of the tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution ofcontract or payment, the master copy available with the railway Administration shall be final and binding upon me/us.I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and4attachments in proof of the qualification requirements.I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer5and same shall be binding upon me/us.I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully6responsible for the correctness of the information and documents, submitted by us.I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of7 Govt. of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/member of the partnership firm/LLP/JV/Society/Trust.I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time duringprocess for evaluation of tenders, it shall lead to forfeiture of the EMD and may also lead to any other action provided in the8contract including banning of business for a period of upto two year. Further, I/we and all my/our constituents understandthat my/our offer shall be summarily rejected.I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the9 award of the contract, it will lead to termination of the contract, along with forfeiture of Security Deposit and may also leadto any other action provided in the contract including banning of business for a period of upto two year.I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border withIndia and certify that I am/We are not from such a country or, if from such a country, have been registered with the10competent Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to beconsidered (evidence of valid registration by the competent authority is enclosed)7. DOCUMENTS ATTACHED WITH TENDERPage 13 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENTTender No 30255004A Closing Date/Time 30/01/2026 12:30S.No. Document Name Document Description1 5648034.pdf Scope of Work2 5504867.pdf Annexure-A, B and C3 5648041.pdf CAMC Document4 5648463.pdf Sample Format-B for Agent Authorisation5 5647041.pdf Annexure-II (Special conditions)6 5504879.pdf RDSO specifications7 5648460.pdf Sample Format-A for Item Authorisation8 5504874.pdf Annexure-I (Condition of eligibility of tender)7. RESPONSIVENESSS.No. DescriptionValidity of offer: Validity of offers should be minimum 150 days from the date of tender opening. Offers1with deviation to the tendered validity period will be summarily rejected without any back reference.Only ï¬rm price offers will be considered and offer with any Price Variation Clause will be summarily2rejected.The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation,Address & email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded byPurchaser to the GST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment 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 violateprovisions of GFR regarding procurement through GeM.Digitally Signed By Dy.CMM/C ( PRAMOD KUMAR TRIVEDI )Page 14 of 14 Run Date/Time: 07/01/2026 14:14:39 |
| 3 | Supply, Installation, testing & commissioning of IP based Video Surveillance System (VSS) in LHB and ICF coaches (with 04 cameras) as per RDSO Specification No. RDSO/SPN/TC/106/2025 version 3.1 or latest at CRWS/Bhopal and all depot/division of WCR (As per scope of work). In para 3.13, para 3.14 and para 7 of page 37 of the Technical Specification, the word Purchaser shall be replaced by the word Railways. Exact location of Supply, Installation, testing & commissioning of IP based Video Surveillance System (VSS) shall be advice by CWM CRWS Bhopal. The words \"or latest\" in the Name of Work in Annexure-A, Annexure-B and Annexure-C stand deleted. [ Warranty Period: 42 Months after the date of delivery ] ]Consignee SSE/FURNISHING/BPL, WCR Madhya Pradesh 1395.00 Set3. T AND CPage 1 of 14 Run Date/Time: 07/01/2026 14:14:39STORES/WEST CENTRAL RLYTENDER DOCUMENT |
| SR No | FileName | File Description |
| 1 | Click here to download tender document | Tender Documents |
| 2 | Click here to download tender document | Tender Documents |
| 3 | Click here to download tender document | Tender Documents |
| 4 | Click here to download tender document | Tender Documents |
| 5 | Click here to download tender document | Tender Documents |
| 6 | Click here to download tender document | Tender Documents |
| 7 | Click here to download tender document | Tender Documents |
| 8 | Click here to download tender document | Tender Documents |
| 9 | Click here to download tender document | Tender Documents |
Copyright © 2026 · All Rights Reserved. Terms of Usage | Privacy Policy
For Tender Information Services Visit : TenderDetail