0% found this document useful (0 votes)
153 views25 pages

Tendernotice 1

NBCC (India) Ltd. is inviting online e-tenders for the construction and rectification of balance works at Leisure Valley – Adarsh Awash Yojna in Greater Noida West, with an estimated cost of Rs. 238.50 Crores and a completion period of 12 months. Eligible contractors must meet specific experience and financial criteria, including a minimum annual turnover and net worth. The last date for submission of tender documents is May 22, 2025, with a pre-bid meeting scheduled for May 8, 2025.

Uploaded by

ashokg0209
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
153 views25 pages

Tendernotice 1

NBCC (India) Ltd. is inviting online e-tenders for the construction and rectification of balance works at Leisure Valley – Adarsh Awash Yojna in Greater Noida West, with an estimated cost of Rs. 238.50 Crores and a completion period of 12 months. Eligible contractors must meet specific experience and financial criteria, including a minimum annual turnover and net worth. The last date for submission of tender documents is May 22, 2025, with a pre-bid meeting scheduled for May 8, 2025.

Uploaded by

ashokg0209
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 25

Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH

YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

Section-1
Replacement of Section -1 (Page No. 1 to 10) of GCC– 2019

NOTICE INVITING e- TENDER

Signature of Contractor Page 1 of 12 NBCC


Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

NBCC (INDIA) LIMITED


(A GOVT. OF INDIA ENTERPRISE)
CENTRAL PROCUREMENT GROUP
NBCC Bhawan, 2nd Floor, Lodhi Road, New Delhi -110003.
Email ID: cpg.ho@nbccindia.com
Date: 01.05.2025
NOTICE INVITING e-TENDER (NIT)
1.0 NBCC (India) Ltd. invites online lump sum basis open e-tenders in two bid system on
Engineering, Procurement and Construction (EPC) basis from experienced and eligible
Contractors as per qualifying criteria mentioned in the Notice Inviting Tender for
“Construction/Rectification of Balance works/Left out works of LEISURE VALLEY –
ADARSH AWASH YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV,
Greater Noida West, (UP), pertains to Amrapali group of companies on Engineering,
Procurement and Construction (EPC) Basis” at risk & cost of previous agency” for The
Ld. Court Receiver appointed by Hon'ble Supreme Court of India at Leisure Valley – Adarsh
Awash Yojna at Plot No. GH-02, Tech Zone -IV, Greater Noida West (UP)as per schedule as
under:
1.1 Tendering Document No. NBCC/CPG/Amrapali/LV/Adarsh-Awas-
Yojna/RandC/2025/482
1.2 Name of the Work “Construction/ Rectification of Balance works/Left
out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02,
Tech Zone-IV, Greater Noida West, (UP), pertains
to Amrapali group of companies on Engineering,
Procurement and Construction (EPC) Basis” at
risk & cost of previous agency.”
1.3 Brief Scope of Work Execution of balance works of civil, electrical,
plumbing, sanitary, fire fighting, HVAC, lifts, STP/
WTP, Signages, DGs, Transformers, Check post,
other left out works including rectification of defects on
as is where is basis.
1.4 Estimated Cost
Rs. 238.50 Cr. (Rupees Two Hundred Thirty-Eight
Crores and Fifty Lakhs only)

1.5 Period for completion 12 (Twelve) Months

1.6 Earnest Money Deposit Rs. 2,38,50,000.00 (Rupees Two Crores Thirty-Eight
Lakhs and Fifty Thousand only) through online e-
payment gateway or in the form of Bank Guarantee
(BG).

Bank Details of NBCC (India) Ltd. are provided


herewith for the purpose of preparation of Bank
Guarantee only:

Name of Beneficiary: NBCC (India) Ltd.


Bank: Union Bank of India, Lodhi Colony, New Delhi
(3524)
Current A/C No.: 352401110050079

Signature of Contractor Page 2 of 12 NBCC


Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

IFS Code: UBIN0535249.


BG validity required minimum up to 17.11.2025 (Refer
ITT-Section- 2 Clause No.04)
1.7 Non-refundable cost of Rs. 2,36,000/- (Rupees Two Lakhs Thirty Six
Tender document Thousand Only) inclusive of GST at 18.00% through
online e-payment gateway.
1.8 Non-refundable cost of e- Rs. 5310/- (Rupees Five Thousand Three Hundred
Tender processing fee and Ten only) through e-payment gateway to M/s
Railtel Corporation of India Ltd.
1.9 Last date & time of Up to 22.05.2025 by 11:00 AM (IST)
submission of Tender
Documents
1.10 Period during which hard Before and up to 11:00 AM on 22.05.2025 in the
copy in original of EMD (if Central Procurement Group (CPG Division), 2nd Floor,
submitted in form of BG), NBCC (India) Ltd., NBCC Bhawan, Lodhi Road, New
Letter of unconditional Delhi- 110003.
Acceptance of tender
conditions, Affidavit for
Correctness of Documents/
information and other
document as per NIT (if any)
shall be submitted.
1.11 Date & Time of Opening of 22.05.2025 at 11:30 AM (IST)
Technical Bid
1.12 Pre-Tender Meeting & Venue The pre-bid meeting will be held on 08.05.2025 at
11:00 AM.
Venue: 1st Floor, NBCC Bhawan, Lodhi Road, New
Delhi-110003.

Note: The meeting is intended to clarify the queries of


bidders and hence only prospective bidders are
informed to attend the meeting and not the
manufacturers/ vendors.
1.13 Date & Time of Opening of To be intimated Later
Financial Bid
1.14 Validity of offer 150 days from the date of opening of tender.

The tender document can be downloaded from website https://nbcc.enivida.com and


www.eprocure.gov.in. “Corrigendum, if any, would appear only on the website and not to
be published in any News Paper”.

2.0 MINIMUM ELIGIBILITY CRITERIA:

The interested bidders should meet the following minimum qualifying criteria:

A. Work Experience:

i) Experience of having successfully completed similar works during the last 7 years
ending initial stipulated last date of submission of tenders as per NIT:

a. Three similar works each costing not less than 40% of the estimated cost put to tender.
OR
b. Two similar works each costing not less than 50% of the estimated cost put to tender.
OR
Signature of Contractor Page 3 of 12 NBCC
Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

c. One similar work costing not less than 80% of the estimated cost put to tender.

“Similar works” shall mean “Residential/ Non-Residential Building works of any no. of
storeys”.
OR

Civil Work(s) having items which are included in CPWD Schedule of Rates/ Compound
Wall/ External Development work/ Roads work/ Sewerage work/ Drainage work/ Water
Supply work/ Plumbing work/ electrical work/ repair/ renovation/restoration work etc.
However, the work should include Reinforced Cement Concrete and Masonry work.

However, the bidder must have also completed minimum one work valuing 40 % of
estimated cost put to tender containing “Residential / Non-Residential building (s) of
any no. of storeys during the last 7 years ending initial stipulated last date of
submission of tenders as per NIT.
OR

The developers of own Real Estate projects are also eligible subject to submission of
sanctioned building plan, occupancy / completion certificate or any other proof of
completing the building (s) along with project valuation report from the Govt. approved
valuer jointly certified by Chartered Engineer and Chartered Accountant in practice.

ii) The past experience in similar nature of work should be supported by certificates
issued by the client’s organisation. In case the work experience is of Private sector the
completion certificate shall be supported with copies of Letter of Award and copies of
Corresponding TDS Certificates. Value of work will be considered equivalent to the
amount of TDS certificates.

iii) (a) The value of executed works, for the purpose of this clause shall also include the
value of any materials (such as cement, steel, etc.), services (scaffolding, batching-
plant, other machinery, etc.), which have been supplied by client/ employer free of
cost/ on discounted price to the contractor, and which have not been already included
in the ‘value of works executed’ that is reflected/declared on the relevant ‘experience
certificate’ or ‘Letter of Award’. Such exclusion shall be specifically mentioned on the
Letter of Award, “Experience Certificate’ and the ‘value of free supplies’ shall be
separately certified by the employer, or in cases where the employer is a private entity,
by a practicing cost/chartered accountant (holding valid certificate of practice),
However work executed as labour contract shall not be considered.

(b) The value of executed works shall be brought to the current level by enhancing the
actual value of work done at a simple rate of 7% per annum, calculated from the date
of completion to previous day of initial stipulated last date of submission of tenders.

iv) Joint-venture / consortia of firms/companies and Foreign bidders are not eligible to
quote for the tender.

v) The bidders submitting experience certificate for the works done in joint venture (JV)/
consortium with other firms/ companies, their proportionate experience to the extent of
its share in the JV/ consortium or work done by them shall only be allowed on
submitting the valid proof of their share/ work done.

vi) Certificate in the name of other companies:

a) Certificates of Subsidiary/ Parent/ Group Company/ Own works: Any


company/firm while submitting tender can use the work experience of its subsidiary
company to the extent of its ownership in the subsidiary company. On the other hand,

Signature of Contractor Page 4 of 12 NBCC


Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

the companies/firms which intend to get qualified on the basis of experience of the
parental company/ group company/ own works, shall not be considered. Further, the
financial parameters of the subsidiary or Parental Company cannot be used by the
other one for qualification.

b) Merger/ Acquisition of Companies: In case of a Company/firm, formed after merger


and/ or acquisition of other companies/ firms, past work experience and Financial
parameters like turnover, profitability, net worth etc. of the merged/ acquired
companies/ firms will be considered for qualification of such Company/ firm provided
such Company/ firm continues to own the requisite assets and resources of the
merged/ acquired companies/ firms.

c) Demerger of Companies: In case of Companies/firms, formed after demerger of any


company, past work experience and Financial parameters like turnover, profitability,
net worth etc. of the original company before demerger will be considered
proportionately for qualification by the new demerged entity to the extent of its
ownership in the requisite assets and resources of the original company. However,
such consideration of past work experience and Financial parameters shall only be
allowed for a period of five years from the date of incorporation of the demerged
entity.

vii) Foreign Certificate:


(a) In case the work experience is for the work executed outside India, the bidders have to
submit the completion/ experience certificate issued by the owner duly signed &
stamped, and affidavit to the correctness of the completion/ experience certificates.
The Contractor shall also get the completion/ experience certificates attested by the
Indian Embassy/ Consulate/ High Commission in the respective country.
In the event of submission of completion /experience certificate/ other documents by
the Bidder in a language other than English, the English translation of the same shall
be duly authenticated by Chamber of Commerce of the respective country and attested
by the Indian Embassy/ consulate/ High Commission in the respective country.
Note:
Provided further that bidders from member countries to the HAGUE convention, 1961
are permitted to submit requisite documents with “Apostille stamp” affixed by
Competent Authorities designated by the government of respective country which
would be acceptable in lieu of attestation from the Indian Embassy/ Consulate/ High
Commission in their respective countries.
(b) For the purpose of evaluation of Bidders, the conversion rate of such a currency into
INR shall be the daily representative exchange rate published by the IMF as on 7
(Seven) days prior to the Last Date of Submission of tender including extension(s)
given if any.

B. Financial Strength:
i) The Average annual audited financial turnover (after enhancement) for last 3 years shall
be at least 40% of the estimated cost put to tender. The requisite Turnover shall be duly
certified by a Chartered Accountant with his Seal/ signatures and registration number.

In case the preceding financial year is unaudited, then the same shall be certified by
Chartered Accountant in Form-C and the three financial years immediately preceding
the previous financial year shall be considered for evaluation.

In case of Companies/ Firms less than 3 years old the average annual financial turnover
shall be worked out for available period only.
Signature of Contractor Page 5 of 12 NBCC
Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

The value of annual turnover figures shall be brought to the current value (i.e. preceding
financial year) by enhancing the actual turnover figures at simple rate of 7% per annum.

Note:

Illustration 1: Suppose, Last Date of Bid submission is 21.05.2023 with unaudited


balance sheet of last financial year. Relevant year of turnover shall be 2021-22, 2020-
21, 2019-20. Figures of turnover of 2021-22 shall be enhanced by 7%. Figures of
turnover of 2020-21 shall be enhanced by 14 %. Figures of turnover of 2019-20 shall be
enhanced by 21%.

Illustration 2: Suppose, Last Date of Bid submission is 21.05.2023 with audited


balance sheet of last financial year available. Relevant year of turnover shall be 2022-
23, 2021-22, 2020-21. Figures of turnover of 2022-23 shall not be enhanced. Figures of
turnover of 2021-22 shall be enhanced by 7 %. Figures of turnover of 2020-21 shall be
enhanced by 14%.

ii) Audited Net Worth of the company /firm as on last day of preceding (or last audited)
financial year, should be minimum 10% of the Estimated Cost put to Tender, duly
certified by Chartered Accountant in FORM-C.
iii) Self-certified copy of Bank Solvency Certificate issued from Nationalised or any
Schedule Bank should be one in number for at least 40% of Estimated Cost of the
Project put to tender. The certificate should have been issued within 6 months from
original last date of the submission of the tender.
iv) The Bidder should at least have earned profit in minimum one year in the available last
three consecutive balance sheets.
The bidders are required to upload and submit page of summarised Balance Sheet
(Audited) and also page of summarised Profit & Loss Account (Audited) for last three
years.

3.0 The intending tenderer must read the terms and conditions of NBCC carefully. He
should only submit his tender if he considers himself eligible and he is in possession
of all the documents required. Information and Instructions for Tenderers posted on
Website(s) shall form part of Tender Document.

4.0 Those intending tenderers/contractors not registered on the website i.e.


https://nbcc.enivida.com mentioned above with M/s Railtel Corporation of India Ltd
are required to get registered beforehand. If needed they can be imparted training
on online tendering process as per details available on the website i.e.
https://nbcc.enivida.com. The intending tenderer must have class-III digital signature
to submit the tender.

5.0 The Tender Document as uploaded can be viewed and downloaded free of cost by
anyone including intending tenderer. But the tender can only be submitted on the e-
tender website after having digital signature by the bidder and after uploading all the
requisite scanned documents.

6.0 Set of Contract/Tender Documents:

The following documents will constitute set of tender documents:


a) Notice Inviting e-Tender
b) Quoting Sheet for Tenderer

Signature of Contractor Page 6 of 12 NBCC


Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

c) Instructions to Tenderers & General Conditions of Contract -2019 including


amendments
d) Special Condition of Contract
e) Additional Special Condition of Contract
f) DPR and Scope of work
g) Tender Drawings
h) Joint Inspection Report
i) Brochures
j) Corrigendums of Previous Tenders
k) List of approved makes of materials
l) Memorandum Annexure-I of NIT
m) Acceptance of Tender Conditions (Annexure-II)
n) Integrity pact (Annexure-III) (To be signed and stamped by the contractors and
scanned copy to be uploaded with the bid)
o) Addendum/Corrigendum, if any- Duly signed by authorized person
p) Pre-bid clarifications, if any

7.0 The tenderers are required to quote strictly as per terms and conditions,
specifications, standards and Design Basis Report & scope of works given in the
tender documents and not to stipulate any deviations. The Bank Guarantee for EMD
submitted by the bidders shall be strictly in the format prescribed in GCC. In case,
EMD is not found verbatim in the prescribed format, the bid will be liable for rejection.

8.0 The bidders are advised in their own interest to submit their bid documents well in
advance from last date/time of submission of bids so as to avoid problems which the
bidders may face in submission at last moment /during rush hours.

However, after submission of the tender the tenderer can re-submit revised tender
any number of times but before last time and date of submission of tender as
notified.

9.0 When it is desired by NBCC to submit revised financial tender then it shall be
mandatory to submit revised financial tender. If not submitted, then the tender
submitted earlier shall become invalid.

10.0 On opening date, the tenderer can login and see the tender opening process.

11.0 Contractor can upload documents in the form of PDF format.

12.0 Contractor is required to upload scanned copies of all the documents including valid
GST registration /EPF registration/ PAN No. as stipulated in the tender document.

13.0 If the contractor is found ineligible after opening of tenders, or his tender is found
invalid, cost of tender document and processing fee shall not be refunded.

14.0 Notwithstanding anything stated above, NBCC reserves the right to assess the
capabilities and capacity of the tenderer to perform the contract, in the overall
interest of NBCC. In case, tenderer’s capabilities and capacities are not found
satisfactory, NBCC reserves the right to reject the tender.

15.0 Certificate of Financial Turnover: At the time of submission of tender, the tender
shall upload Affidavit/Certificate from Chartered Accountant mentioning Audited
Financial Turnover of last 3 years. There is no need to upload entire voluminous

Signature of Contractor Page 7 of 12 NBCC


Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

balance sheet. However, one page of summarised Balance Sheet (Audited) and one
page of summarised Profit & Loss Account (Audited) for last 03 years shall be
uploaded.

16.0 Contractor must ensure to quote rate as per the quoting sheet. The column meant
for quoting rate in figures appears in pink colour and the moment rate is entered, it
turns sky blue. The Rate shall be Quoted upto 2 Decimals.

17.0 The tenderer(s) if required, may submit queries, if any, through e-mail and in writing
to the tender inviting authority to seek clarifications within 7 days from the date of
uploading of Tender on website but latest by so as to reach NBCC office not less
than 2 days prior to the date of Pre-bid meeting (if to be held as per NIT). NBCC will
reply only those queries which are essentially required for submission of bids.
NBCC will not reply the queries which are not considered fit like replies of which can
be implied /found in the NIT/ Tender Documents or which are not relevant or in
contravention to NIT/Tender Documents, queries received after Pre bid meeting,
request for extension of time for opening of technical bids, etc. Technical Bids are to
be opened on the scheduled dates. Requests for Extension of opening of Technical
Bids will not be entertained.

The Pre-Bid meeting shall be attended by the intending bidders only and not by
vendors/ manufacturers. Further, the intending bidders should depute their
authorized person with authorization letter in original to attend the pre-bid meeting.

18.0 Integrity Pact (For all contracts valuing Rs. 5.00 Crores and above)

18.1 Integrity Pact duly signed by the tenderer shall be submitted. Any tender without
signed integrity Pact shall be liable for rejection.

18.2 Independent External Monitors

(i) In respect of this project, the Independent External Monitors (IEMs) would be
monitoring the bidding process and execution of contract to oversee
implementation and effectiveness of the Integrity Pact Program.

(ii) The Independent External Monitor(s) (IEMs) have been appointed by NBCC in
terms of Integrity Pact (IP)-Section 6, which forms part of the tenders/
Contracts. The contact details of the Independent External Monitor (s) are
posted on the NBCC’s website i.e. www.nbccindia.com

(iii) This panel is authorized to examine / consider all references made to it under
this tender in terms of Integrity Pact. The Independent External Monitors (IEMs)
shall review independently, the cases referred to them to assess whether and to
what extent the parties concerned comply with the obligations under the
Integrity Pact entered into between NBCC and Contractor.

(iv) The Independent External Monitors (IEMs) has the right to access without
restriction to all Project documentations of the Employer including that provided
by the Contractor. The Contractor will also grant the Monitor, upon his request
and demonstration of a valid interest, unrestricted and unconditional access to
his Project Documentations. The same is applicable to Subcontractors. The
Monitor is under contractual obligation to treat the information and documents of
the Bidder / Contractor / Sub-Contractors etc. with confidentiality.

Signature of Contractor Page 8 of 12 NBCC


Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

19.0 List of Documents to be scanned and uploaded on e-tender website within the
period of tender submission:

a) Bank Guarantee of any Nationalised or Commercial Scheduled Bank against


the EMD as per NIT (if EMD is submitted in form of BG). (Refer: Format
attached with NIT)
b) Form-H - Affidavit duly notarized by Notary Public on Non Judicial Stamp Paper
of Rs. 100 for correctness of Documents /Information. (Refer: Format attached
with NIT)
c) Unconditional Letter of Acceptance of Tender Conditions (in original)
(Annexure-II) (Duly signed on the Letter Head of the Applicant/ Bidder). (Refer:
Format attached with NIT)
d) Memorandum Annexure-I of NIT.
e) Integrity pact duly signed by the contractor (Annexure-III) (for all contracts
valuing Rs. 5.00 Crores & above). The bidders are required to download the
Integrity Pact as uploaded in the tender documents, and sign on the same, put
rubber stamp/seal and upload the signed copy on e-tendering websites.
f) Details of Work Experience Certificates - FORM-A (Refer: Format attached with
NIT)
g) Details of Similar Works executed as part of JV/Consortium, and claimed in bid
(if any)- FORM-B (Refer: Format attached with NIT)
h) Financial Details- FORM-C of GCC (Refer: Format attached with NIT)
i) TDS Details for Private Sector Projects- FORM-D (Refer: Format attached with
NIT)
j) Self-certified copy of Bank Solvency Certificate- FORM-E (Refer: Format
attached with NIT)
k) Documents regarding Net Worth of the Company Firm.
l) Power of Attorney/ Board Resolution of the person authorised for signing/
submitting the tender.
m) E-payment Transaction details towards cost of processing fees.

n) Valid GST registration/ EPF registration/ PAN NO.


o) All pages of the entire Corrigendum (if any) duly signed by the authorized
person.
p) Pre-bid clarifications, if any.

q) General Information- Form-F. (Refer: Format attached with NIT)

r) Work Experience Certificates consisting of details as mentioned in Form-G


(Refer: Format attached with NIT)

s) Registration Details of the contractor in the GST Act– Form-I. (Refer: Format
attached with NIT)

t) Performa for Details of Client Organization in respect of Work Experience


Certificates. - (Form - J) (Refer: Format attached with NIT)

Signature of Contractor Page 9 of 12 NBCC


Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

NOTE:

1. The documents at sl. Nos. a, b and c i.e., (Bank Guarantee against EMD (if
submitted in form of Bank Guarantee), Unconditional letter of acceptance
duly signed on letter head, Notarized Affidavit for correctness of
document/ information) are required to be submitted in original in hard
copy also within the period of tender submission. All other documents are
not required to be submitted in hard copy.
2. In case of non-submission of EMD of the requisite amount and/or Bank
Guarantee in the physical form, the bid shall be rejected summarily without
seeking any further clarification.
3. Unconditional letter of acceptance duly signed on letter head, Notarized Affidavit
for correctness of document/information are mandatory documents and are need
to be checked carefully for its correctness before online submission of tender.
The bid shall be rejected out righty in case of its non-submission at the online
portal, without seeking any further clarification/document. No claim of the bidder
whatsoever shall be entertained by NBCC in this regard.
4. The bidders are advised to upload complete details with their bids as Technical
Bid Evaluation will be done on the basis of documents uploaded on the website
by the bidders with the bids. Please note no fresh document other than in the
form of clarification/revision in respect of an existing document shall be accepted
after last date of submission of bids.
5. The information should be submitted in the prescribed proforma. Bids with
Incomplete /Ambiguous information are liable to be rejected.
6. All the uploaded documents should be in readable, printable and legible form
failing which the Bids are liable for rejection.
7. Bank Guarantee for EMD submitted by bidders shall be strictly in the format
prescribed in GCC/NIT. In case, Bank Guarantee for EMD is not found verbatim
in the prescribed format, the bid will be liable for rejection.

20.0 All the uploaded documents shall be considered as duly signed by contractor/
authorized representative.
21.0 NBCC reserves the right to reject any or all tenders or cancel/withdraw the invitation
for bid without assigning any reasons whatsoever thereof. NBCC does not bind itself
to accept lowest tender.

22.0 Canvassing in connection with the tender is strictly prohibited, and such canvassed
tenders submitted by the contractor will be liable to be rejected and his earnest
money shall be absolutely forfeited.

23.0 In case of assistance/ problem/ enquiry in uploading documents, Helpdesk Tel. Nos.
are available on the website https://nbcc.enivida.com

24.0 For site related queries, please contact Shri Suyash Pandey, AGM (Engg.) Mob. No.
+91 9818317099 during office hours. In case of any query, please contact Shri Ankit
Sharma, AGM (Engg) NBCC (India) Ltd, CPG Div., Head Office, Ph. No. 011-
24367314 Ext. 1207, Email: cpg.ho@nbccindia.com. For technical template related
queries, pl. contact Shri Anuj Gulia, PM (Civil), Mob. No. 8527097464.

Signature of Contractor Page 10 of 12 NBCC


Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

Annexure-I
MEMORANDUM

Sl. Description Cl. No. of Values/ Description to be Applicable for


No. NIT/ ITT/ Relevant Clause(s)
Clauses
of
Contract
(CC)
1) Name of Work Construction/Rectification of Balance works/Left
out works of Leisure Valley – Adarsh Awash
Yojna on as is where Basis at Plot no. GH – 02,
Tech Zone -IV, Greater Noida West, (UP),
pertains to Amrapali group of companies on
Engineering, Procurement and Construction
(EPC) Basis” at risk & cost of previous agency
2) Client/Owner Ld. Court Receiver appointed by Hon’ble
Supreme court of India.
3) Type of Tender Engineering Procurement and Construction
(EPC Contract)
4) Earnest Money Deposit NIT
Rs. 2,38,50,000.00 (Rupees Two Crores
Thirty-Eight Lakhs and Fifty Thousand only)
5) Estimated Cost NIT Rs. 238.50 Crores (Rupees Two Hundred Thirty-
Eight Crores and Fifty Lakhs only)
6) Time allowed for NIT 12 (Twelve) Months
Completion of Work
7) Mobilization Advance CC/4.0 Not Applicable
8) Interest Rate of CC/4.0, Not Applicable
Mobilization and/or other 5.1,
Advances 23.4.2
9) Schedule of Rates Not Applicable
applicable
10) Validity of Tender ITT/8.0 150 (One Hundred Fifty) days from date of
opening of tender.

11) Performance Guarantee CC/2.0 5.00% (Five Percent Only) of contract value
within 15 days from the issue of Letter of Award.

12) Additional Performance CC/2.6 Full amount equivalent to the difference between
Guarantee the “85% of Estimated Cost put to tender” and
{Valid in case of “ALB”
Abnormally Low Bid
(ALB) by the L-1 Bidder.
i.e. Winning Quote/Bid is
less than 85% of
Estimated Cost put to
tender.}
13) Security Deposit/ CC/3.0 5.00% (Five Percent Only) of the gross value of
Retention Money each running/final bill.

Signature of Contractor Page 11 of 12 NBCC


Construction/Rectification of Balance works/Left out works of LEISURE VALLEY – ADARSH AWASH
YOJNA on as is where Basis at Plot no. GH – 02, Tech Zone-IV, Greater Noida West, (UP), pertains to
Amrapali group of companies on Engineering, Procurement and Construction (EPC) Basis” at risk &
cost of previous agency

14) Time allowed for starting CC/17.1 The date of start of contract shall be reckoned
the work from 10th date after the date of issue of letter of
Award.
15) Deviation limit beyond CC/6.0 Not Applicable
which clause 6.2 & 6.3
shall apply for all works
except foundation.
16) Deviation limit beyond CC/6.0 Not Applicable
which clause 6.2 & 6.3
shall apply for foundation
work
17) Escalation CC/7.0 As per SCC

18) Recovery rate of CC/71 Not Applicable


workforce supplied by
NBCC to Contractor

19) Defect Liability Period CC/38.0 Twelve (12 months) from the date of taking
over of the works by the NBCC or client
whichever is later.
20) GST Rate applicable in CC/18.0 Bidders should consider GST rate @18%.
this contract
21) Applicable GCC GCC 2019 with Amendments 01 and 02.

Signature of Contractor Page 12 of 12 NBCC


Annexure-II
ACCEPTANCE OF TENDER CONDITIONS
From: (To be submitted in ORIGINAL on the letter head of the company by the
authorized officer having power of attorney/as per Board Resolution)

NBCC (India) Limited,


___________
___________

Sub: _______________________________<Name of the work & NIT No.>:


Sir,

i) This has reference to above referred tender. I/We have read/viewed all the terms
& conditions and are pleased to submit our tender for the above work and I/We
hereby unconditionally accept the tender conditions and tender documents in its
entirety for the above work.

ii) I/we are eligible to submit the tender for the subject tender and I/We are in
possession of all the documents required.

iii) Should this tender be accepted, I/We agree to abide by and fulfill all terms and
conditions referred to above and as contained in tender documents elsewhere and
in default thereof, to forfeit and pay NBCC, or its successors or its authorized
nominees such sums of money as are stipulated in the notice inviting tenders and
tender documents.

Yours faithfully,
(Signature of the tenderer with rubber stamp)

Dated _________________

Signature of Tenderer Signature of NBCC www.nbccindia.com 20


FORM-A
Tender for: …………………………………………………………..
MANDATORY INFORMATION DOCUMENTS:
DETAILS OF SIMILAR WORK EXPERIENCE CERTIFICATES

Final / Approved Cost of Work on


Cost of items
Value of Contract completion
Type of Work i.e. supplied by
Name of Date and No. of Date of (excl. items including cost of Reference and
Residential / Name of Date of Completion supplied free of employer free of
S. No work and its Completion Start supplies free of Page No. of
Non Residential Client cost (or at fixed
location Certificate cost by the cost or at fixed Documentary Proof
Building cost)
employer rate by employer
(‘X’) (‘Y’) (X+Y)
1.

2.

3.
Additional
Details of Work Experience pertaining to “Additional Qualifying Criteria” (as per the NIT, if any)
Qualifying Crtieria
4

1. Certified that the Completion Certificates of above works are enclosed with the Tender Documents.
2. Details mentioned in the above Form are as per Completion Certificates and have not been presumed.
3. If any detail is not mentioned in the Work Completion Certificate, documentary proof of the details like drawings, LOA, BOQ,
completion certificate/occupation certificate, copy of final bill, etc. is to be submitted and uploaded on Tender Website along with the
Completion Certificate.
4. If any of the above works are executed in JV, Then bidder shall submit such details in FORM-B.

Signature of Bidder with Seal

Signature of Tenderer Signature of NBCC www.nbccindia.com 28


FORM-B
Tender for: ………………………………………………….

MANDATORY INFORMATION DOCUMENTS:

DETAILS OF SIMILAR WORKS EXECUTED in JV (if any)

Final /
Cost of items Cost of Work
Approved
Type of Work supplied by on completion,
Value of Reference. &
Name of i.e. Residential Date and No. Date of employer free including cost
Name of Name of JV Date of Contract (excl. Page No of
S. No Work and its Bidder’s Share Non of Completion Start of cost or at of supplies free
Clients member Completion items supplied Documentary
location % in JV Residential Certificate fixed rate of cost or at
free of cost by Proof
Building fixed rate
the employer
(‘X’) (‘Y’) (X+Y)
1

3
Additional Criteria
Details of Work Experience pertaining to Additional Qualifying Criteria as per NIT (if any)
Details
4

If any detail is not mentioned in the Work Completion Certificate, documentary proof of detail is to be submitted and uploaded on Tender
Website along with the Completion Certificate.

Signature of Bidder with Seal

Signature of Tenderer Signature of NBCC


29
www.nbccindia.com
FORM-D

TDS DETAILS FOR PRIVATE SECTOR PROJECTS

Year wise TDS


Cost of the Payments TDS
Project No. And Date as per Form-
S. Name of Name of work Received as Corresponding
Cost of Completion 26AS/Form 16A
No. Work Clients on completion per TDS to the Payments
in Crores Certificate relating to the
in Crores In Crores
work
1.

2.

3.

Note: Value of Work done will be considered equivalent to the amount received as per
the TDS Certificates.

In case of multiple contracts undertaken from a Client, details of TDS/Form- 26AS for
each work mentioned above need to be segregated and given separately.

This form need to be supported with Form-26AS taken in HTML format or Form -16A.

Signature of Bidder with Seal

Signature of Chartered Accountant


With Stamp and Membership Number

UDIN :

Signature of Tenderer Signature of NBCC


31
www.nbccindia.com
FORM-E

Dispatch number of bank/ Date

SOLVENCY CERTIFICATE ON LETTER HEAD OF BANK

This is to state that to the best of our knowledge and information that

M/s ………………………..……………………..…………………… having/registered office address


……………………………………………………….…………………………..……………………………………………………..
. ……………….. is customer of bank and has been maintaining his accounts with our
branch since……………. . As per records available with the bank,
M/s……………………………………………………………….. can be treated as solvent up to a limit of
Rs………………………(Rupees in words…………………………………….).

It is clarified that the above information is furnished and this certificate is being issued
at the specific request of the customer.

Name, Designation,
Signature with seal

Notes:-

1. The certificate should have been issued within 6 months from original last date of
the submission of the tender.

Signature of Tenderer Signature of NBCC www.nbccindia.com 32


FORM -F
GENERAL INFORMATION

1. Name of Applicant/Company

2. Address for correspondence

3. Official e-mail for communication

4. Contact Person:

Telephone Nos.

Fax Nos.

Mobile

5. Type of Organization:
a) An individual

b) A proprietary firm

c) A firm in partnership
(Attach copy of Partnership)

d) A Limited Company
(Attach copy of Article of Association)

e) Any other (mention the type)

6. Place and Year of Incorporation

7. Name of Directors / Partners / Proprietor /


Owner in the organization

8. Name(s) and Designation of the persons ,


who is authorized to deal with NBCC
(Attach copy of power of Attorney

9. Bank Details :
Name of Bank,
Address of Bank Branch,
Account No.,
RTGS, IFS Code

Signature of Bidder with Seal

Signature of Tenderer Signature of NBCC


33
www.nbccindia.com
FORM- G

Name of the Client with Address, email & phone no.

Dispatch No.................. Date: .....................

WORK EXPERIENCE CERTIFICATE

Name of Contractor____________________

1 Name of work / project & Location


2 Name and Address of the Clients
3 Agreement Amount
4 Cost of work on completion
5 Date of start
6 Stipulated date of completion
7 Actual date of completion
8 Amount of compensation levied for
delayed completion, if any
9 Type of Work: Residential/ Non
Residential Building
10 No. of Basements in any Building
of this work
11 Maximum Height of any Building of
this work
12 Maximum No. of storeys of any
Building of this work
13 Performance report Very
Outstanding Good Poor
Good
(a) Quality of work
(b) Resourcefulness
(c) Financial soundness
(d) Technical proficiency
(e) General behaviour

Date Name & Designation


Signature with Seal
Of issuing Authority

Signature of Tenderer Signature of NBCC www.nbccindia.com 34


FORM-I

GST Registration Details of Contractor/Vender

Name

Address (As per registration with GST


Department)

City

Postal Code

Region/State (Complete State Name)

Permanent Account Number

GSTIN ID/Provisional ID No.:


(copy of Acknowledgement required)

Type of Business (As per registration


with GST)

Service Accounting Code/HSN Code:

Contact Person

Phone Number and Mobile Number

Email ID

Compliance Rating (if updated by


GSTN)

Signature of Tenderer Signature of NBCC www.nbccindia.com 36


FORM- J

Performa for Details of Client Organization in respect of Work


Experience Certificates
(Details to be provided by the Bidder in respect of the work Experience Certificates
submitted along with the Tender)

Details of client organization


Sl. Nam Name and Name, Name of Complet E- Phon
No e of Designation phone/contac Head of the e Postal mai e no.
. the of the t number and organizatio address l ID
Work Experience working e- n
certificate mail ID of the
issuing highest
authority with authority
phone/contac heading the
t number and project
working e-
mail ID
1.
2.
3.

Seal and Signature of Bidder

Signature of Tenderer Signature of NBCC


37
www.nbccindia.com
PROFORMA OF BANK GUARANTEE
IN LIEU OF E M D (TENDER BOND)

(Judicial Stamp paper of appropriate value as per stamp Act-of respective state)

NBCC (India) Limited,


NBCC Bhawan, Lodhi Road, New Delhi - 110003

In consideration of NBCC (India) Limited, having its Registered Office at NBCC,


Bhawan, Lodhi Road, New Delhi -110003 (hereinafter called "NBCC" which
expression shall unless repugnant to the subject or context include its successors
and assigns) having issued Notice Inviting Tender No.......... and M/s...............
having its Registered Head Office at.......... (hereinafter called the "TENDERER") is
to participate in the said tender for............. Whereas NBCC, as a special case, has
agreed to accept an irrevocable and unconditional Tender Bond Guarantee for an
amount of Rs....... valid upto........ from the tenderer in lieu of Cash Deposit of Rs.........
required to be made by the tenderer, as a condition precedent for participation in the
said tender. We the.........(hereinafter called the "BANK") having its Registered, Office
at......... and branch office at...... do hereby unconditionally and irrevocably
undertake to pay to NBCC immediately on demand in writing and without
demur/protest any amount but not exceeding Rs.......... Any such demand made by
NBCC shall be conclusive and binding on us irrespective of any dispute or differences
that may be raised by the tenderer. Any change in the constitution of the tenderer or
the Bank shall not discharge our liability under the guarantee.

We, the....... Bank, lastly undertake not to revoke this guarantee during its currency
without the prior consent of NBCC in writing and this guarantee shall remain valid
upto.......... upon expiry of which, we shall be relieved of our liability under this
guarantee thereafter.

FOR AND ON BEHALF OF BANK


PLACE:

DATED:

WITNESS.

1.

2.

Signature of Tenderer Signature of NBCC


122 www.nbccindia.com
SECTION- 02
FORM-C
FINANCIAL DETAILS

Tender For: ……………………………………………………

MANDATORY INFORMATION DOCUMENTS:

1st FY 2nd FY 3rd FY (&


Rs. (In Rs. (In last) FY
S.N. Particulars
Lacs) Lacs) Rs. (In
Lacs)
i.) Profit/Loss

ii.) Gross Annual Turnover of Previous 3 financial years ending as


on last day of the preceding Financial Year.

Enhanced Gross Annual Turnover figures at simple interest of a b c


iii.)
7% per annum.
iv.) Average Annual Turnover (enhanced) for previous 3 financial
years (Rs. In Lacs) = (a+b+c)/3

v.) Net Worth (paid up capital + reserves) as on last day of the preceding Financial Year.

vi.) Bank Solvency amount as mentioned in the Bank Solvency Certificate

1. Summarised page of Audited Profit & Loss Account and Audited Balance Sheet
of previous three Financial Years duly certified by the chartered accountant, is to
be submitted have been enclosed.
2. Summarized page of Audited Balance Sheet of last Financial Year (ending on last
day of the preceding Financial Year) duly certified by the chartered account, is to
be submitted.
2. It is hereby confirmed that the Balance sheet for the preceding Financial year i.e.
F.Y. ________ has actually not been audited/ or under finalisation so far.
(Delete/strikeout this para, if not applicable)

Signature of Chartered Seal and Signature


Accountant with Seal of bidder
Membership No. :
UDIN :

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy