GEM

Eastern Railway Safety Footwear (V3) ISI marked to IS 15298 Part 2 Tender 2025

Bid Publish Date

18-Nov-2025, 7:40 pm

Bid End Date

28-Nov-2025, 8:00 pm

Bid Opening Date

28-Nov-2025, 8:30 pm

Progress

Issue18-Nov-2025, 7:40 pm
AwardPending
Explore all 4 tabs to view complete tender details

Quantity

1258

Bid Type

Two Packet Bid

Key Highlights

  • Brand/OEM requirement: ISI marked Safety Footwear (V3) under IS 15298 (Part 2)
  • Delivery flexibility: option to adjust quantity by up to 25% during and after contract
  • Inspection requirement: RITES to perform pre-dispatch inspection; post-receipt inspection not applicable
  • Service capability: must establish a Functional Service Centre in each consignee state within 30 days of award
  • Support infrastructure: dedicated toll-free service line and a formal escalation matrix
  • Quality assurance: ISI certification and IS 15298 compliance for product performance
  • Payment terms: payment release contingent upon documentary evidence of service centre readiness

Categories 4

Tender Overview

Eastern Railway invites bids for Safety Footwear (V3), ISI marked to IS 15298 (Part 2), under a 2025 procurement. The tender contemplates flexible quantities (up to 25% increase/decrease from bid/contracted quantity) with delivery timelines linked to the last delivery order. Location details are not disclosed in the data, but the scope targets provide a standardized, ISI-compliant protective footwear solution for railway safety needs. A key differentiator is the use of pre-dispatch inspection via RITES and mandatory on-site/centre-based service support in the consignee state, ensuring post-sales accountability. Installation or deployment scale is not specified but business terms emphasize scalable quantity handling and supplier readiness for expansion during the contract term.

Technical Specifications & Requirements

  • Product category: Safety Footwear (V3), ISI marked to IS 15298 (Part 2).
  • Quality standard: ISI certification with conformity to the IS 15298 standard family.
  • Inspection regime: Pre-dispatch inspection at seller premises or post-receipt inspection at consignee site via RITES as inspection agency.
  • Service capability: Functional Service Centre required in the state of each consignee location; establish within 30 days of award if not present.
  • Support: Dedicated toll-free service line and escalation matrix for service support.
  • Delivery regime: Delivery period adjustments allowed by option clause with minimum timeline concepts, not less than the extended delivery period.

Terms, Conditions & Eligibility

  • Quantity flexibility: Option to increase/decrease up to 25% of bid/contracted quantity.
  • Service centers: Must have a functional center in each consignee state; evidence of establishment required for payment release.
  • Support channels: Dedicated toll-free number and escalation matrix to be provided by bidder/OEM.
  • Inspection: RITES to conduct pre-dispatch inspection where selected; post-receipt inspection not applicable.
  • Delivery timeline: Based on last date of original delivery order; additional time formula applies with a minimum of 30 days.

Key Specifications

  • Product: Safety Footwear (V3)

  • Standard: IS 15298 (Part 2)

  • Inspection: Pre-dispatch by RITES or at seller premises

  • Service: Functional Service Centre in each consignee state; 30 days for setup

Terms & Conditions

  • Quantity may be adjusted by up to 25%; extended delivery time formula applies with minimum 30 days

  • Pre-dispatch inspection by RITES; post-receipt inspection not applicable

  • Mandatory functional service centers and toll-free service support

Important Clauses

Payment Terms

Payment release contingent upon documentary evidence of establishing functional Service Centre; no explicit % advance stated in data

Delivery Schedule

Delivery period starts from last date of original delivery order; option-driven time extension calculated as (Increased quantity ÷ Original quantity) × Original delivery period, minimum 30 days

Penalties/Liquidated Damages

Explicit LD not provided in data; terms imply adherence to delivery schedules and quality through ISI compliance

Bidder Eligibility

  • Evidence of ISI marked safety footwear production or supply capability

  • Functional Service Centre in every consignee state or clear plan to establish within 30 days of award

  • Ability to comply with RITES pre-dispatch inspection requirement

Past Similar Tenders (Historical Results)

5 found

Safety Footwear (V3) ISI marked to IS 15298 (Part 2)

Directorate Of Purchase And Stores

INDORE, MADHYA PRADESH

Posted: 3 July 2025
Closed: 22 July 2025
GEM

West Central Railway Safety Footwear Tender V3 ISI 15298 Part 2 2025

West Central Railway

Posted: 27 October 2025
Closed: 8 November 2025
GEM

Safety Footwear (V3) ISI marked to IS 15298 (Part 2)

Western Coalfields Limited

NAGPUR, MAHARASHTRA

Posted: 5 September 2025
Closed: 16 September 2025
GEM

Safety Footwear (V3) ISI marked to IS 15298 (Part 2)

Indian Navy

UTTARA KANNADA, KARNATAKA

Posted: 24 July 2025
Closed: 31 July 2025
GEM

Safety Footwear (V3) ISI marked to IS 15298 (Part 2)

Directorate Of Purchase And Stores

INDORE, MADHYA PRADESH

Posted: 30 July 2025
Closed: 18 August 2025
GEM

🤖 AI-Powered Bidder Prediction

Discover companies most likely to bid on this tender

Live AI
Historical Data

Required Documents

1

GST registration certificate

2

Permanent Account Number (PAN) card

3

Experience certificates for similar safety footwear supply

4

Financial statements (last 2-3 years)

5

EMD/Security deposit documentation (if applicable)

6

Technical bid documents showing ISI 15298 compliance

7

OEM authorization / dealership certificate

8

Proof of functional Service Centre establishment or plan and timeline

Frequently Asked Questions

How to bid for safety footwear tender in Eastern Railway 2025 with ISI compliance

Bidders must provide ISI marked footwear to IS 15298 (Part 2), demonstrate a Functional Service Centre in each consignee state or plan to establish within 30 days of award, and ensure pre-dispatch inspection by RITES. Include OEM authorization and financials with bid documents; review option clause allowing 25% quantity variation.

What documents are required to participate in the Eastern Railway PPE tender

Submit GST registration, PAN, experience certificates for similar supply, financial statements, EMD documentation, ISI/IS 15298 compliance certificates, OEM authorization, and evidence of a functional service centre or a setup plan with timelines; include pre-dispatch inspection readiness if applicable.

What are the ISI standards for Safety Footwear V3 in this tender

Footwear must be ISI marked and compliant with IS 15298 (Part 2) for V3 safety footwear. Provide ISI certificate numbers and product test reports, ensuring the footwear meets impact, compression and durability criteria specified under the standard.

When is the delivery period and how are delays calculated in this tender

Delivery starts from the last date of the original delivery order. If quantity increases, extended time equals (Increased quantity ÷ Original quantity) × Original delivery period, with a minimum of 30 days; the purchaser may extend up to the original delivery period during the option clause.

What is required for service support and escalation in the bidder's proposal

Provide a dedicated toll-free service line, an escalation matrix with contact numbers, and a plan for establishing Functional Service Centres in all consignee states; payment release is tied to evidence of functional service readiness.

How does pre-dispatch inspection by RITES impact the bid submission

Pre-dispatch inspection by RITES may be selected under ATC terms; ensure readiness to permit inspection at seller premises and submit clearance certificates; post-receipt inspection at the consignee site is not applicable per tender terms.

What are the key eligibility criteria for Eastern Railway footwear procurement

Eligibility requires ISI 15298 compliance, demonstrated supply of similar safety footwear, functional service centre coverage or robust plan, OEM authorization, and the ability to comply with 25% quantity variation and RITES inspection requirements.