0% found this document useful (0 votes)
14 views113 pages

4 GCC PMC Consultancy With AMD

NBCC (India) Limited invites e-tenders for Architectural and Engineering Consultancy Services, detailing eligibility criteria, submission requirements, and evaluation processes. The document outlines the bidding process, including financial proposals, necessary documentation, and conditions for participation. Additionally, it emphasizes the importance of adhering to the terms and conditions set forth in the General Conditions of Contract - 2022.
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)
14 views113 pages

4 GCC PMC Consultancy With AMD

NBCC (India) Limited invites e-tenders for Architectural and Engineering Consultancy Services, detailing eligibility criteria, submission requirements, and evaluation processes. The document outlines the bidding process, including financial proposals, necessary documentation, and conditions for participation. Additionally, it emphasizes the importance of adhering to the terms and conditions set forth in the General Conditions of Contract - 2022.
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/ 113

Digitally signed by UJJWAL

KUMAR YADAV
Date: 2025.05.03 18:57:25 IST
NBCC (INDIA) LIMITED
(A Government of India Enterprise)

GENERAL CONDITIONS
OF CONTRACT - 2022 www.nbccindia.com

For Architectural & Engineering


Consultancy Services
(PMC CONTRACTS)

YOUTUBE: NBCC(India)Limited
TWITTER : twitter.com/OfficialNBCC Driving Sustainable Development
FACEBOOK : www.facebook.com/OfficialNBCC - Make a Difference

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IS
NBCC (INDIA) LIMITED
(A Government of India Enterprise)
NBCC Bhawan, Lodhi Road, New Delhi-110003
CIN-L74899DL1960GOI003335
www.nbccindia.com

GENERAL CONDITIONS
OF CONTRACT - 2022
For Architectural & Engineering
Consultancy Services
(PMC CONTRACTS)

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IS
ARCHITECTURAL & ENGINEERING
CONSULTANCY SERVICES

INDEX

S. NO. DESCRIPTION SECTION PAGE NOS.

1. NOTICE INVITING e-TENDERING SECTION-1 2 to 13

2. INSTRUCTIONS TO CONSULTANT SECTION-2 14 to 20

3. CONDITIONS OF CONTRACT SECTION-3 21 to 41

4. CRITERIA AND EVALUATION


(For Tenders Invited on Quality SECTION-4 42 to 47
and Cost based system)

5. FINANCIAL PROPOSAL SECTION-5 48 to 49

6. FORMATS & ANNEXURES SECTION-6 50 to 80

Signature of Tenderer Signature of NBCC 1


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Section-1

NOTICE INVITING e-TENDER

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
NBCC (INDIA) LIMITED
(A GOVT. OF INDIA ENTERPRISE)

NO. ----------------- Dated -------------

NOTICE INVITING e-TENDER

1. NBCC invites e-tender on percentage fees basis from reputed Architect /


Consultant firms for providing Architectural and Engineering Consultancy
Services for ……………….(Name of the work)…………………. as per schedule as
under. The estimated Project Cost of this work is Rs……………

Bidding Document No.

Name of the work

Client/Owner

Brief Scope of Work

The Maximum Quoted Consultancy ……% of the Estimated Cost of the


Fee to be quoted by intending Work
tenderer.

a) Time for Completion of work ………………………….. Months


b) Defect Liability period …………………………... Months

c) Estimated Consultancy Fee ………………………….Rs.

Earnest Money Deposit Rs. …………………………………..

Non-refundable cost of tender / Bid Rs.----------------- + GST @ X%*in


document the shape of DD/PO in favour of
NBCC (India) Ltd. payable at
.……………….
*X% shall be 18% or as
prevailing on the date of NIT

Bank Details of NBCC (For the purpose of


BG)
Name of Beneficiary: NBCC (INDIA)
LIMITED
Bank: Union Bank of India, Lodhi Colony,
New Delhi (3524)
Current A/C No. : 352401010035007
IFS Code : UBIN0535249

Non-refundable cost of e-tender Rs.----------------- through


processing fee e-payment gateway to M/s Railtel
Ltd..
Date & time of opening of Technical --------------- at 11.30 AM
bid

Signature of Tenderer Signature of NBCC 3


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Last date & time of submission of Upto11.00 AM on or before the date
bid (on line ) of opening of Technical Bid

Period during which EMD, Cost of Upto11.00AMon or before the date of


Bid Document, e-tender processing opening of Technical Bid
fee and other documents (all
original) in hard form shall be
submitted
Date & time of Design Concept On ___________ from 10.00 AM
Presentation onwards

Date & time of opening of On ___________ at 5.00 PM


Financial Bid

Validity of offer 150 days from initially stipulated last


date of submission of Tender as per NIT.
Obtaining GRIHA / Green Building i) Required/Not Required
Certification
ii) If Required.…….. Star Rating

The tender document can be downloaded from the websites


https://nbcc.enivida.com and www.eprocure.gov.in. “Corrigendum, if any,
would appear only on the above web site and not be published”.

2.0 Minimum Eligibility Criteria:

The interested bidders should meet the following minimum qualifying criteria:
A. Work Experience:

i) Experience of having provided Architectural & Consultancy services for


successfully completed similar works during the last 7 years ending
initial stipulated last date of submission of tenders
a. Three similar works each costing not less than 40% of the estimated
cost of the project
OR
b. Two similar works each costing not less than 50% of the estimated
cost of the project
OR
c. One similar work costing not less than 80% of the estimated cost of the
project.
“Similar works” shall mean Residential/Non-Residential Building works of
any no. of storeys”.
“Successfully completed similar works” shall mean completion of
construction of project for which consultancy assignment has been
executed.

ii) The past experience in similar nature of work should be supported by


certificates issued by the client’s organisation. In case the work

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
experience is of Private sector, the completion certificate shall be
supported with copies of the Letter of Award/ Contract Agreement and
Corresponding TDS Certificates. Value of work will be considered
commensurate with the value of fee received as per TDS Certificates
compared to agreed consultancy fee with client.
iii) 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 as per NIT.

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) Foreign Certificates:


(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
Architect/Consultant shall also get the completion/experience
certificate 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 including extension(s) given if any.

Signature of Tenderer Signature of NBCC 5


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
vii) 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. However, 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
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.

B. Financial Strength:

I The Average annual financial turnover for last 3 years shall be at least
40% of the estimated consultancy fee put to tender. The requisite Turn
Over shall be duly certified by a Chartered Accountant with his Seal/
signatures and registration number.

II. In case of Companies/Firms less than 3 years old, the Average annual
financial turnover shall be worked out for the available period only.

The bidders are required to upload page of summarised Balance Sheet


(Audited) and also page of summarised Profit & Loss Account (Audited)
for immediate last three years.

3. The intending tenderer(s) must read the terms and conditions of this GCC
carefully. He should only submit his bid if eligible and in possession of all
the documents required.

4. Information and Instructions for tenderers posted on website shall form


part of bid document.

5. The bid document consisting of scope of work and the set of terms and
conditions of the contract to be complied with and other necessary
documents can be seen and downloaded from website
https://nbcc.enivida.com or www.eprocure.gov.in free of cost.

6. Those Architect firms/ Consultants not registered on


https://nbcc.enivida.comare required to get registered beforehand with
M/s Railtel. If needed they can be imparted training on online bidding
process as per details available on the website.

7. The intending tenderer(s) must have valid class-III digital signature to


submit the bid.

8. On opening date, the Architect Firm/Consultant can login and see the bid
opening process. After opening of bids he will receive the competitor bid
sheets.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
9. Architect firm / Consultant should upload documents in PDF format.

10. Architect firm/ Consultant must ensure to quote rate in percentage. 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.

If any cell is left blank and no rate is quoted by the tenderer, rate of
such item/work shall be treated as “0” (ZERO) and the bid submitted by
him shall be categorised as unresponsive and be ignored.

11. Notwithstanding anything stated above, NBCC reserves the right to


assess the capabilities and capacity of the tenderers to perform the
contract in the overall interest of NBCC.

12. The tenderer(s) is/are required to quote strictly as per the terms and
conditions, specifications, standards given in the tender documents and
not to stipulate any deviations.

13. 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
07 days from the date of uploading of Tender on website. 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 07 days from the date of uploading of Tender on website,
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.

Further, queries regarding Design concept presentation also will not be


entertained after 07 days from the date of uploading of tender on
website. Bidders have to give Design concept presentation on the basis of
the available data and after collecting information regarding plot area,
local heritage, plot connectivity with main road, etc. by visiting the site.
Missing link, if any, may be assumed by the bidders with best possible
option for presentation since this stage is meant to assess and evaluate
the overall understanding of bidder about subject matter and the Project
in particular.
14. NBCC reserves the right to reject any or all tenders or cancel/withdraw
the Invitation for Bids without assigning any reason whatsoever and in
such case no tenderer / intending tenderer shall have any claim arising
out of such action.
15. Integrity Pact as per Annexure-III under Section-6 (For all contracts
having estimated consulting fees valuing Rs. 5.00 Crores and above):
Integrity Pact duly signed by the tenderer shall be submitted. Any bid
without signed Integrity Pact shall be rejected.
15.1 Independent External Monitors
(i) In respect of this consultancy assignment, the Independent External
Monitors (IEMs) would be monitoring the bidding process and

Signature of Tenderer Signature of NBCC 7


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
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. Contact details of the Independent
External Monitor (s) are posted on 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 Consultant.

(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 Consultant. The Consultant 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 Sub-consultants. The
Monitor is under contractual obligation to treat the information and
documents of the Bidder / Consultant / Sub-Consultants etc. with
confidentiality.

16. Earnest Money Deposit:


Earnest Money Deposit of amount as mentioned in “NIT of Tender”
required to be submitted along with the tender shall be in the form of
Demand Draft payable at place as mentioned in NIT in favour of NBCC
(India) Limited from any Scheduled bank. The Bank Guarantee towards
EMD is also acceptable (in the prescribed format as per Section-6) issued
from any Nationalized Bank/Scheduled Banks. EMD shall be submitted in
the prescribed proforma.

The EMD shall be valid for a minimum period of 180 (One Hundred
eighty) days from the original last day of submission of bid as per NIT.
The EMD shall be scanned and uploaded to the e-Tendering website
within the period of bid submission and original should be deposited in
office of NBCC.

16.1 The EMD shall be payable to NBCC without any condition(s), recourse or
reservations.

i) The Bid will be rejected by NBCC as non-responsive and shall not be


considered in case EMD is not received in physical form.

ii) The EMD of unsuccessful bidders in technical evaluation shall be


returned within 30 days of declaration of technical evaluation results.
Further, the EMD of bidders other than L1 will be returned within 15
days, after opening of Financial Bid.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
iii) The EMD of the successful consultant will be discharged after the
consultant has furnished the required acceptable Performance
Guarantee.

iv) No interest shall be paid by NBCC on the EMD.

v) The EMD may be forfeited:

a) If a consultant withdraws the bid after bid opening during the


period of validity;
b) If, any unilateral revision in the offer is made by the tenderer
during the validity of the offer.
c) Upon non acceptance of LOI/LOA, if and when placed
d) In the case of a successful consultant; if the consultant fails to Sign
the Agreement with in the 30 days from the date of issue of LOA or
furnish the required performance security or fail to commence the
work within the stipulated time period prescribed in the contract.
e) If the bidder furnishes any incorrect or false
statement/information/document.
f) If the bidder does not intimate the names of persons who are
working with him in any capacity or are subsequently employed by
him who are near relatives to any officers of NBCC and/or name of
bidder’s near relative who is posted in the project office/concerned
zonal/SBG/RBG office of NBCC.
g) If Consultant commits any breach of Integrity Pact.

17. List of Documents to be scanned, and uploaded on the e-tender website


within the period of bid submission:

a. Demand Draft/Pay order or Banker's Cheque or Bank Guarantee of any


Nationalised or Scheduled Commercial Bank against EMD.

b. Demand Draft/Pay order or Banker`s Cheque of any Nationalised or


Scheduled Commercial Bank towards cost of Bid Document.

c. Annexure-I: Affidavit dully notarized by notary public on Non-Judicial


stamp paper of Rs. 100 for correctness of document/information.

d. Annexure-II: Unconditional letter of acceptance of tender conditions (in


original) (duly signed on letter head of the applicant/ bidder).

e. Proof of payment through e-payment gateway to e-tendering service


provider.

f. Annexure-III to Annexure-XIII if applicable


g. Corrigendum / Addendum / Other documents, if any

Signature of Tenderer Signature of NBCC 9


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
h. Power of Attorney/Board Resolution of the person authorised for signing
/submitting the tender.

i. Annexure- XIV – Performa for Details of Client Organization in respect of


Work Experience Certificates

NOTE:

1. The documents at Sl. No. a, b, c & d (i.e. Cost of bid document,


Demand Draft/Pay order or Banker's Cheque or Bank Guarantee of
any Nationalised or Scheduled Commercial Bank against EMD,
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 Bid submission. All other documents are not required to be
submitted in hard copy.

2. In case of non-submission of Cost of Bid document and/or Demand


Draft/Pay order or Banker's Cheque or Bank_ Guarantee of any
Nationalised or Scheduled Commercial Bank against EMD, the bid shall
be rejected out rightly 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 (strictly as per prescribed format) before submission of
bid. The bid shall be rejected outrightly in case of its non-submission
without seeking any further clarification/document. No claim of the
consultant whatsoever shall be entertained by NBCC on this account.

4. The bidders are advised to submit complete details with their bids. The
Technical Bid Evaluation will be done on the basis of documents
uploaded on e-tendering web site(s) 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. Demand Draft/Pay order or _Banker's Cheque or Bank Guarantee of


any Nationalised or Scheduled Commercial Bank against EMD
submitted by the bidders shall be strictly in the format prescribed in
GCC. In case, Bank Guarantee for EMD is not found verbatim in the
prescribed format, the bid will be liable for rejection.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
7. All the uploaded documents duly sealed and signed by the Power of
Attorney holder should be in readable, printable and legible form
failing which the Bids shall not be considered for evaluation.

18. Set of Tender Documents:


The following documents will constitute set of tender documents:

a) Notice Inviting E-Tender


b) Quoting Sheet for Tenderer
c) General Conditions of Contract
d) Special conditions of Contract (SCC)
e) Site Layout/Plan, Drawings if available
f) Annexure-I to Annexure-XIV.
g) Corrigendum / Addendum / Other documents, if any

19. The envelope containing requisite bid documents should also indicate
clearly the name of the tenderer and his address. In addition, the left hand
top corner of the envelope or container should indicate the name of the
work, name of the document in the envelope with bid opening date and
time and addressed to address mentioned above and shall reach up to
11:00 Hrs on or before date of Technical Bid. The on line bid shall be
opened at 11:30 Hrs. on the same day.

Online technical bid documents submitted by intending tenderers shall be


opened only of those tenderers whose Earnest Money Deposit of requisite
amount, Cost of Bid Document, e-Tendering processing fee, Unconditional
letter of acceptance and Affidavit for correctness of documents/information
are submitted alongwith the bid.

The bid submitted shall become invalid, if:

i) The tenderer is found ineligible.

ii) The tenderer does not upload all the documents as stipulated in the
bid document.

iii) Tenders in which any of the prescribed conditions are not fulfilled or
found incomplete in any respect are liable to be rejected.

20. Before the last time and date of submission of bid as notified, the tenderer
can submit revised bid any number of times.

21. The bid for the works shall remain open for acceptance for a period of 150
days from the last date of submission of bid including the extension given,
if any. In case any tenderer withdraws his bid before the said period or
issue of letter of acceptance, whichever is earlier, or makes any
modifications in the terms and conditions of the bid which are not
acceptable to NBCC, then NBCC shall, without prejudice to any other right

Signature of Tenderer Signature of NBCC 11


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
or remedy, be at liberty to forfeit the EMD as aforesaid. Further the
tenderers shall not be allowed to participate in the re-bidding process of
work.

22. The acceptance of any or all tender(s) will rest with NBCC who does not
bind itself to accept the lowest tender and reserves to itself the right to
reject any or all of the tenders received without assigning any reason
thereof.

23. On acceptance of tender, the name of the accredited representative(s) of


the Architect / Consultant who would be responsible for taking instructions
from Engineer-in-Charge or its authorized representative shall be intimated
within 07 days of issue date of Letter of Award(LOA)/ Letter of Intent(LOI)
by NBCC.

24. Date of Start of work shall be reckoned from the 10th day after issue of the
letter of Award (LOA)/ Letter of Intent (LOI) by NBCC.

25. The award of consultancy work, execution and completion of work shall be
governed by tender documents consisting of (but not limited to) NIT,
General Conditions of Contract, Special Conditions of Contract, Technical
Evaluation, Price bid, etc. The tenderers shall be deemed to have gone
through the various conditions while making/preparing their technical &
financial proposals & submitting the Bid(s) including site conditions,
topography of the land, drainage and accessibility etc. or any other
condition which in the opinion of tenderer will affect his price/rates before
quoting their rates.

26. ORDER OF PRECEDENCE OF DOCUMENTS


In case of difference, contradiction, discrepancy, with regard to General
Conditions of contract, Special Conditions, Specifications,
Corrigendum/Clarification(s) issued, Drawings, Bill of quantities etc.
forming part of the contract, the following shall prevail in order of
precedence.

1. Letter of Award, along with statement of agreed variations and its


enclosures, if any.
2. Corrigendum, Addendum, Clarifications etc.
3. Special Condition of Contract.
4. Description of Bill of Quantity / Schedule of Quantities.
5. General Conditions of Contract.
6. Drawings
7. CPWD/ MORTH specifications (as specified in Technical Specification of
the Tender) update with correction slips issued up to last date of
receipt of tenders.
8. Relevant B.I.S. Codes.

27. Financial Bid will be opened at 5 PM on the date of the Design Concept
Presentation or as intimated separately in the presence of participants who
choose to attend the opening of the Financial Bid.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
28. The bidder shall fully comply with the DIPP’s PPP-MII order no P-
45021/2/2017/E II dated 15.06.17 and any further revision at any later
date during the entire tenancy of the contract.
Note: In case of procurement for a value in excess of Rs 10 crore, above
undertaking shall be provided from a statutory auditor or cost auditor of the
company(in the case of companies) or from a practicing chartered
accountant (in respect of tenderer other than companies).

29. The bidder shall ensure that all approved makes for each respective items
to be used in the works are proposed by us Make in India(MII) only as per
the norms of minimum local content required as defined in the public
procurement (preference to Make in India) order 2017 or any subsequent
revision.
In case, where reputed MII makes are not available, names of any
imported/foreign makes shall not be specified, instead requisite
specifications of the materials shall be given in the tender.

30. The bidder shall fully comply with the Ministry of MSMED Act, 2006 and
MSME Order 2012 or any further revision at any later date (as per
applicability under clause 1.11 of Instruction to Consultants) during the
entire tenancy of the contract.

31. In case of any query please contact Shri …………………………Phone No:


…………………………..Email Id: …………………………..during office hours.

Signature of Tenderer Signature of NBCC 13


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Section-2

INSTRUCTIONS TO CONSULTANT

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
INSTRUCTIONS TO CONSULTANT

1.0 Introduction

1.1 The Architect firms / Consultants are invited to submit a Technical bid
together with a Financial bid. The tender will be the basis for technical
discussions/negotiations if required and ultimately for a signed Contract
with the selected Architect firm /consultant.

1.2 Architect firms/consultants should familiarize themselves with local


conditions and take them into account in preparing their Proposals. To
obtain first-hand information on the assignment and local conditions,
Architect firms/consultants are desired to visit the site before submitting a
proposal. Architect firms/Consultants or his authorised representative
should contact the following regarding site specific information and site visit
enquiry.

Contact : ………………………………………………………………..……………

Address : ………………………………………………………………………………

Facsimile : ……………………………………………………………………………..

Phone No : ……………………………………………………….…………………….

Mobile : ……………………………………………………………………………..

1.3(a) NBCC will provide the inputs to the Architect firms/consultants, if


available. However, NBCC does not assume any Responsibility for any
loss or financial damages on account of use of such information by
consultant & consultants are advised to collect their own information for
preparation, submission of bids & execution of services after award of
work.

1.3(b) The Architect firms/consultants shall be responsible for obtaining


licenses and permits to carry out the services.

1.4 Architect firms/consultants shall bear all costs associated with the
preparation and submission of their proposals and contract negotiation, site
visits etc. NBCC / Client is not bound to accept any proposal, and reserves
the right to annul the selection process at any time prior to Contract award,
without thereby incurring any liability to the Architect firms/consultants.

1.5 Conflict of Interest

1.5.1 NBCCs policy requires that Architect firms/consultants provide


professional, objective, and impartial advice and at all times hold NBCC’s
interests paramount, strictly avoid conflicts with other assignments or
their own corporate interests and act without any consideration for future
work.

Signature of Tenderer Signature of NBCC 15


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
1.5.2 (i) Without limitation on the generality of the foregoing, Consultants, and
any of their affiliates, shall be considered to have a conflict of interest and
shall not be recruited, under any of the circumstances set forth below:

Conflicting assignments

(ii) An Architect firm/consultant (including its Personnel and Sub-


Consultants) or any of its affiliates shall not be hired for any
assignment that, by its nature, may be in conflict with another
assignment of the Consultant to be executed for the same or for
another Employer.

Conflicting relationship

(iii) An Architect firm/consultant (including its Personnel and Sub-


Consultants) that has a business or family relationship with a member
of NBCC’s staff who is directly or indirectly involved in any part of (a)
the preparation of the Terms of Reference of the assignment, (b) the
selection process for such assignment, or (c) supervision of the
Contract, may not be awarded a Contract, unless the conflict
stemming from this relationship has been resolved in a manner
acceptable to NBCC throughout the selection process and the
execution of the Contract.

1.5.3 Architect firms/consultants have an obligation to disclose any situation of


actual or potential conflict that impacts their capacity to serve the best
interest of NBCC, or that may reasonably be perceived as having this
effect. Failure to disclose said situations may lead to the disqualification of
the Architect firm/consultant or the termination of its Contract any time,
throughout currency of the work.

1.5.4 No agency of current employees of NBCC shall work asArchitect


firms/consultants. Recruiting former employees of NBCC to work is
acceptable provided no conflict of interest exists.

1.6 Fraud and Corruption

1.6.1 NBCC requires that the Architect firms/consultants participating in


selection process adhere to the highest ethical standards, both during the
selection process and throughout the execution of a contract. In
pursuance of this policy, NBCC:

(a) Defines, for the purpose of this paragraph, the terms set forth below:

(i) “corrupt practice” means the offering, promising, giving, receiving,


or soliciting, directly or indirectly, of anything of value which he is
not legally entitled to, to influence the action of a public official in
the selection process or in contract execution;

(ii) “Fraudulent practice” means a wilful misrepresentation or omission


of facts or submission of fake/forged Documents in order to
influence a selection process or the execution of a contract;

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
(iii) “Collusive practices” means a scheme or arrangement whether
formal or informal, between two or more consultants with or
without the knowledge of NBCC, designed to establish prices at
artificial, non-competitive levels, submission or non-submission of
Bids;

(iv) “Coercive practices” means harming or threatening to harm,


directly or indirectly, persons or their property to influence their
participation in a procurement process, or affect the execution of a
contract.

(b) will reject a proposal for award if it determines that the Architect
firm/consultant recommended for award has, directly or through an
agent, engaged in corrupt, fraudulent, collusive or coercive practices
in competing for the contract in question; and

(c) will sanction an Architect firm/consultant, including declaring the


Architect firm/consultant ineligible, either indefinitely or for a stated
period of time, for award of a contract if at any time determines that
the Architect firm/consultant has, directly or through an agent,
engaged in corrupt, fraudulent, collusive or coercive practices in
competing for, or in executing a contract.

1.7 The Architect firm/consultants should be aware of the provisions on fraud


and corruption stated in the specific clauses in the General Conditions of
Contract.

1.8 Only One Proposal

The Architect /consultant firm shall only submit one proposal. If a


Consultant submits or participates in more than one proposal, such
proposals shall be disqualified. However, this does not limit the
participation of the same Sub-Consultant, including individual experts, to
more than one proposal.

1.9 Proposal Validity

The Architect firm /consultant tender must remain valid for 150 days after
the last date fixed for submission of tender including the extension(s)
given, if any.

1.10 Association of Sub-Consultants (for specialised work)


Architect Firm/Consultant may associate with sub consultant(s) for
specialized works such as Interior design, HVAC, Lift, Fire-fighting,
Landscape etc. The details of such sub consultants shall be mentioned by
the Architect firm /consultant in the attached format at Annexure-XII at the
time of submission of Bid.

1.11. The benefits under the Govt. policies as under shall be provided to the
eligible bidders on submitting the relevant supporting documents.

Signature of Tenderer Signature of NBCC 17


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
1. Public Purchase (Preference to make in India) order 2017 or any further
revision at any later date

2. MSMED Act, 2006 and Public Procurement Policy for MSEs, Order- 2012
or any further revision at any later date - The policy shall be applicable
to Exclusive Service and Supply Contract wherein Supplier provides
goods or services at his own without being procured full or part of it
from the market.
Therefore, the policy shall not be applicable to the following:
a. Service Contracts in the nature of Works Contracts;

b. Service contracts which are in the nature of Composite Supply


(wherein services provided by the bidder is limited and some of the
services/ goods are procured by them from some other party or
wherein they need to associate with other consultants to complete
the work);

c. Traders.

2.0 Clarifications and Amendment of Bid Documents

2.1 Architect firms/consultants may request for a clarification on any clause(s)


of the Bid documents within 7 days from the date of uploading of Tender on
website. Any request for clarification must be sent in writing, or by
standard electronic means to NBCC’s address. NBCC will respond in writing,
or by standard electronic means and will send written copies of the
response (including an explanation of the query but without disclosing the
Source of query) to all Architect firms/consultants. Should NBCC deem it
necessary to amend the bid document as a result of a clarification or any
other reasons it shall do so following the procedure under Para 2.2.

However, NBCC reserves the right to respond the queries after cut-off date
as mentioned above.

2.2 At any time before the submission of tender, NBCC may modify/ amend the
bid document and extend the last date of submission/ opening of the
tender by issuing a corrigendum/ Addendum.

Any Corrigendum/Addendum thus issued shall form part of tender


document and shall be posted only on website
www.tenderwizard.com/NBCC and www.eprocure.gov.in and the
Consultants are thus advised to update their information by using said
website. To give the Consultant reasonable time to take an amendment into
account in their bids and on account of any other reasonable
circumstances, NBCC may at its discretion, extend the deadline for the
submission/ opening of the tender.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
3.0 Preparation of Bid Proposal

3.1 In preparing their tender, Architect firms/consultants are expected to


examine in detail the tender document. The tender shall contain technical &
financial Bids.

3.2 The bid proposals, all related correspondence exchanged by the Architect
firms/consultants & NBCC and the contract to be signed with the winning
consultant shall be written in the English language.

3.3 Technical Bid Proposal


a) The Technical bid shall not include any financial information. A
Technical bid containing financial information shall be declared non
responsive / invalid.

b) The Technical bid may be declared non responsive / invalid, if the bid
is not accompanied by the requisite documents as stipulated in tender
document.
3.4 Financial bid Proposals
The Financial bid shall not include any commercial or technical
condition/information. Financial offer shall be submitted as per Section-5 in
Percentage Rate.

4.0 Submission, Receipt and Opening of bids

4.1 The original bids (Technical bid and Financial bid) shall contain no
interlineations or overwriting, except as necessary to correct errors made
by the Consultants themselves. The person who signed tender documents
must initial such corrections. Letter for acceptance of tender condition
should be submitted in the prescribed format of Annexure-II, Section-6.

4.2 An authorized representative of the Architect firm/consultant shall sign the


Technical & Financial bids. The authorization shall be in the form of a legally
enforceable written power of attorney executed on non-judicial stamp paper
of appropriate value duly notarized and shall be submitted along with bid.

4.3 NBCC shall open the Technical bid after the deadline for the submission of
original in hard form as per NIT. The Financial bid shall remain securely
stored.

4.4 The evaluation of bids shall be done as described in the Section-4 for
tenders invited on Quality and Cost based System.

5.0 Confidentiality
Information relating to evaluation of tenders and recommendations
concerning awards shall not be disclosed to the Architect firms/consultants
who submitted the tender or to other persons not officially concerned with
the process, until the publication of the award of Contract. The undue use
by any Consultant of confidential information related to the process may

Signature of Tenderer Signature of NBCC 19


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
result in the rejection of its tender and may be debarred from participating
in future tenders.

6.0 Bids from Consultant against whom action to suspend business dealings
has been taken by NBCC or any of its subsidiaries shall not be accepted for
any future enquiry/ bid/ tender till the expiry of period of debarment.
Bidders may refer to the ‘Guidelines on Suspension of Business’ on NBCC’s
website.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Section-3

CONDITIONS OF CONTRACT

Signature of Tenderer Signature of NBCC 21


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
CONDITIONS OF CONTRACT

1. Definitions

For the purpose of the agreement, the following words and expressions
shall have the meaning hereby assigned to them except where the context
otherwise requires:

a) Approved means approved by NBCC’s Engineer-in-Charge in writing


including subsequent confirmation of previous approval and ‘Approval’
means approval by NBCC’s Engineer-in-Charge in writing as above
said.

b) Applicable Law means the laws and any other instruments having
the force of law in India.

c) Architect firm /Consultant mean any private or public entity that


will provide the Services to NBCC under the Contract.

d) Building shall mean the Construction of proposed building.

e) Contract means the documents forming the tender and acceptance


thereof and the formal agreement executed between NBCC and the
contractor, together with the documents referred to therein including
these conditions, the specifications, design brief, basic drawings and
instructions issued from time to time by the Engineer-in-Charge and
all these documents taken together, shall be deemed to form one
contract and shall be complementary to one another.

f) Contract Price means the price to be paid for the performance of the
Services, in accordance with Section-5.

g) Engineer-in-Charge means the Engineer of NBCC, the name of


whom is intimated through letter of award, or his representative as
may be duly appointed and authorized in writing by him to act as
“Engineer-in-charge” on his behalf for the purpose of the contract, to
perform the duty set forth in this General condition of contracts and
other contract documents.

h) Estimated Cost means estimated cost put to tender for inviting


financial bid from the Architect firm/Consultant for Architectural
planning, designing and detailing.

i) In writing means communicated in written form with proof of receipt.

j) Language means all documents and correspondence in respect of this


contract shall be in English Language.

k) Letter of Award (LOA)/Letter of Intent (LOI) shall mean NBCC’s


letter or notification conveying his acceptance of the tender subject to
such conditions as may have been stated therein.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
l) Month means English Calendar month ‘Day’ means a Calendar day of
24 Hrs each.

m) NBCC shall means NBCC (India) Limited, a company registered under


the Indian Company Act 1956, with its registered office at NBCC
Bhawan, Lodhi Road, New Delhi or its Administrative officers or its
engineer or other employees authorized to deal with any matter with
which these persons are concerned on its behalf.

n) Owner/Client means the Government, Organization, Ministry,


Department, and Society, Cooperative etc. which has awarded the
work / project to NBCC and on whose behalf NBCC is entering into the
contract and getting the work executed.

o) Site shall mean the site of the contract/Architectural works including


any building and erection thereon and any other land adjoining thereto
(inclusive) as aforesaid allotted by NBCC or the Engineer for the
contract’s use.

p) Services means the work to be performed by the Consultant pursuant


to this Contract, as described in Bid Document.

q) Sub-Consultants means any person or entity to whom /which the


Consultant subcontracts any part of the Specialised Services.

r) Writing means any manuscript typed written or printed statement


under or over signature and/or seal as the case may be.

s) Words imparting the singular meaning only also include the plurals
and vice versa where the context requires. Words importing persons
or parties shall include firms and corporations and organizations
having legal capacities.

t) The headings in the clauses/conditions of contract are for convenience


only and shall not be used for interpretation of the clause/ condition.

2.0 Scope of Work:

NBCC would furnish the requirements and area schedule for various
functions to the Architect firm /Consultant, the Architect firm/Consultant
shall, there upon, render the following services and deemed to be included
in their quoted price unless mentioned otherwise:

I. Preliminary Stage

A. Preliminary Concept Report:

The Consultant shall

a) Furnish a site evaluation and analysis report with basic approach to


Circulation, activity, distribution and interaction and external linkage.

Signature of Tenderer Signature of NBCC 23


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
b) NBCC shall provide the Topographic Survey Drawings & Soil
Investigation Report to the consultant. However, it shall be the
responsibility of consultant to carry out additionally the Soil
Investigation if required at his own cost. Further, consultant is not
absolved of his responsibility of accuracy of his design on account of
topographic survey/soil investigation provided by NBCC. The
Consultant is also responsible for collection of any data/information
which he may need for his design from any relevant source including
(but not limited to) statutory bodies, Power Distribution companies
etc.

c) Report on Ultimate disposal point, intermediate rain water harvesting


system and Source/availability of electricity, water and other services
to be identified.

d) In case of project requirement or as per the requirement of


MOEF/State Govt. authorities, the consultants shall Conduct
Environmental Impact Assessment (EIA) & furnish preliminary report
on environmental impact of the project and finalize it after discussion
with the client clearly outlining the measures required for mitigating
the adverse impact.

e) Prepare site plan (layout plan) showing contours, features and


services and facilities available, general layout of buildings and
services, preliminary sketch and design with drawing, giving details of
useful areas, services areas, circulation area and total plinth area and
preliminary estimate to provide information in respect of magnitude of
work and its component and service and cost of all such items
involved. The Architect firm/Consultant should submit the design and
modify it if considered necessary by NBCC. Site inspections for
finalization of above details shall be conducted by the Architect
firm/Consultant.

f) Prepare plinth area rate estimate as per CPWD norms. The estimate
shall also include the non-PAR items on prevailing market rate along
with justification, specification.

g) Obtain the approval of NBCC/client of (e & f) above and supply 6


copies of approved site plan (Layout Plan).

h) Preparation & submission of models (in the desired scale) and


perspective views of the complete scheme as per requirement of
NBCC/Client.

i) The consultant shall prepare and give presentations on the schemes as


and when required by NBCC/Client and shall incorporate the changes
desired by NBCC / Clients without any extra cost.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
B. Preliminary Planning:

a) Preliminary planning of all internal and external utility services like


water supply, sewerage, storm water drainage, electrical, HVAC
(Heating, Ventilation and Air-conditioning) Fire Alarm & Fire-fighting
appliances acoustics, telephone conduit, street/compound lighting
landscaping, Rain water harvesting, development plans showing roads,
paths, parks, paved areas, drains, culverts, compound walls, external
lighting, Electrical sub-station, DG sets, Lifts, interior design and
graphic signage, security system, telecommunication system etc.
indicating scope, specifications and costs separately of such sub-head.
The scope of work shall be as defined above, however, NBCC reserves
the right to exclude any of the above services from the scope of the
Consultants’ work.
The Consultant shall also conduct a survey regarding number and type
of existing trees at proposed site. The master plan/ layout of
buildings/ amenities shall be prepared in such a way that the
maximum number of existing trees can be retained at site.

The consultant shall provide above details in writing for approval of the
Engineer In-charge along with tree planting and transplanting scheme
as per the requirement of the project site.

b) Prepare the DPR covering the following:

i) Detailed Architectural, structural, & flowchart drawings.

ii) The Structural design details shall be got proof checked by


Consultant, if so ordered by Local Municipal Corporation
Authorities/State/NBCC/Central Govt. from any of the
IITs/NITs/Institution, approved by NBCC. The consultant has the
obligation to make as many required modification in the design
incorporating the observation of above authority and re-submit
the design and drawing. Fees of proof checking institution/agency
shall be reimbursed on actual basis by NBCC.

iii) Detailed specifications of each work.

iv) Bills of quantities duly priced along with take-off sheets. All
estimates shall be prepared on the basis of Central/state
schedule of rates, norms wherever applicable and on the basis of
market rate analysis where Central/state schedule of rates etc.
are not applicable. These estimates should be comprehensive and
should include for all items. Detailed analysis for the item not
included in state schedule of rates/DSR etc. shall have to be
submitted.

The consultant shall supply six copies of the same with the preliminary
drawings to NBCC.

c) Submit market rate analysis for Non Schedule Items supported with
Quotations.

Signature of Tenderer Signature of NBCC 25


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
d) Collection of all data regarding existing services in the area like
Sewer, Power, Water supply, Metro, Rail/ Roads.

The Consultant shall also conduct a survey regarding number and type
of existing trees at proposed site. The master plan/ layout of
buildings/ amenities shall be prepared in such a way that the
maximum number of existing trees can be retained at site.

The consultant shall provide above details in writing for approval of


the Engineer In-charge along with tree planting and transplanting
scheme as per the requirement of the project site.

e) Obtain the approval of layout plan & drawing from the competent
authority, statutory body, if necessary, according to the local Acts,
laws, Regulations etc. and make any changes desired by such
authorities. The approved/modified layout plan and drawings are to be
submitted to NBCC.

f) The consultant will incorporate eco-friendly building materials like fly


ash bricks, low VOC paints energy efficient equipment & fixtures etc.
as per prevailing government rules.
As per MoE&F guidelines, the consultant shall incorporate the Fly Ash
products such as cement, concrete, bricks, blocks, tiles etc. or similar
products or a combination or aggregate of them for the projects fall
within a radius of 300 Kms. from a coal or lignite based thermal
power plant.
The consultant shall also design the project in such a manner as to
optimize utilization of products in consultation with Engineer-in-
Charge made from recycled C&D waste in terms of provisions under
IS:383:2016 (Third Revision) and C&D Waste Guidelines, 2016 (and
any subsequent revisions, guidelines, notifications in this regard, if
any) and compute the quantities for their utilization in various items
in construction
g) The Consultant shall incorporate the principles of Life Cycle cost in the
design in line with GFR Rules 2017-Rule No 136.

h) To prepare & submit required set of Tender Documents, Tender


Drawings, BOQ, Estimates, Specifications etc.

i) Design Calculations for all the components of the schemes including


getting approvals from the concerned authorities.

j) Detailed Structural Drawings/Design Calculations for all the


components of the scheme.

k) Detailed Electrical/Mechanical Drawings/Design Calculations for all the


components of the schemes including getting approvals from the
concerned authorities.

l) Detailed Technical specifications for all the non-scheduled items


proposed in the schemes.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
m) Any other drawings/information’s/details required for completion and
execution of work but not mentioned above.

n) The consultant shall discuss all the points/shortcomings/new


requirements, if any with the Local bodies/ Govt/ Authorities/NBCC/
State/Central Govt. and shall take their concurrence on all the
observations.
o) If any new component is to be added to the scheme, the consultant
shall collect all the data, shall get done all the
surveys/investigations/tests required for the planning/designing of
additional component and nothing extra shall be payable on this
account.

p) Undertake site visits or to attend meetings to collect


details/data/information required for planning purposes, holding
necessary discussions with NBCC/Clients representatives/local bodies
and obtaining requirements of the Project and attending meetings with
officials of Local bodies/Govt. Authorities/State/NBCC/Central Govt. or
any other agency, as and when required.

q) Consultant shall ensure that all the approved makes for each
respective items to be used in the works are proposed by them, Make
in India (MII) only as per the norms of minimum local content required
as defined in Public Procurement (Preference to Make in India) order
2017 or any subsequent revision.

In case, where reputed MII makes are not available, names of only
imported/foreign makes shall not be specified, instead requisite
specifications of the materials shall be given in the tenders.

II Working Drawing Stage:

The preparation of detailed working drawings with details incorporating


services and schedule of quantities.

This will include:

a) Preparation of working and detailed architectural and structural


drawings and detailed estimate as per the latest Delhi Schedule of
Rates of CPWD(DSR) or any other Standard Schedule of Rates (SOR)
for civil work, electrical works and CPWD specifications for civil works,
General specifications for electrical works Part I (Internal), Part II
(External), Part III (Lifts and escalators), Part IV (Substation), Part V
(Wet riser and sprinklers system), Part VI (HVAC works), Part VII (DG
sets) and other CPWD specifications for services like substation, Air
conditioning etc. for all items of the above work, including internal and
external utility services, along with details of quantities (Bill of
quantities), supporting calculations and details of structural design for
whole of the work or in part of to facilitate call of tender in stages by
NBCC.

Signature of Tenderer Signature of NBCC 27


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
For items not covered by the schedule of rates the
Architect/Consultant would provide details specifications, description
of the item and market rates.

b) To prepare & submit good for construction drawings & visit the sites of
work regularly as per requirement of Local bodies
Authorities/NBCC/State/Central Govt. to solve the problems of site &
issue necessary clarifications/details of the Project.

c) Analysis of rates for Schedule and non-schedule items on current


market rates of materials, labour and POL.

d) Obtaining approval of local authorities, if any, and make changes


required by them

e) Preparation & submission of adequate no. of the Tender Documents/


Tender Drawings comprising BOQ/Estimates, particular specifications
etc. as required by NBCC.

f) Preparation & submission of adequate no. of Detailed Designs


calculations/ BOQ/good for construction drawings for all the
components of the schemes as per requirement of NBCC. The
structural design shall have to be done on STAAD-Pro software (latest
version).

g) Preparation & submission of Detailed Engineering Drawings, Detailed


specifications & list of makes for all the equipments to be installed at
site.

III. Construction Stage:

a) Supply to NBCC eight copies of the detailed working drawings,


specifications, Bill of quantities and detailed estimates etc. free of
charge for use during execution of work.

b) Supply to NBCC such further drawings, specifications or details which


may be required for proper execution of work.

c) Obtaining approval from any statutory body/local Govt. Body like


Pollution Control Board, Environmental clearance etc. as applicable to
this project for execution of work or for designs/drawings of the
scheme.

d) Obtain NBCC’s approval for any material deviation in design, cost,


working drawings, schedule and specifications from the approved
scheme.

e) Carrying out all modifications /deletions /additions / alterations /in


design/drawing/documents as required by Local Bodies Authorities
/State / NBCC /Central Govt. or any other authorities as applicable for

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
proper execution of works at site till completion and handing over of
the project to the client.

f) Provide BOQ, Specifications, detailed analysis for any extra /


substituted items and its justification.

g) Undertaking site visits or to attend meetings during execution of the


project to ensure adherence of execution as per detailed drawings and
specifications, including sorting out problems and issue necessary
clarifications at site including preparation & submission of additional
drawings and details for proper execution of work at site shall have to
be borne by the consultant and shall be covered within his
quoted/negotiated fees and nothing extra shall be payable on this
account.

After each site visit the Architect should confirm that the work is being
executed as per drawings & specifications and deviations if any shall
be brought to the notice of NBCC.

h) For all contracts having estimated project cost as per NIT valuing Rs.
100 crs& above, 1 no. of Architect / Engineer to be deployed on site
for day to day coordination by the consultant.

IV. Completion Stage:

a) Obtaining completion and occupation certificates, wherever necessary


from the local bodies after completion of work and inspection by
Municipal/Fire/Electrical Inspectors and supply the same to NBCC. For
this purpose, any assistance required from NBCC will be extended to
the consultant. Any statutory fee payable to local bodies for issue of
completion certificate shall be borne by NBCC.

b) Prepare completion drawings; including 1:100 scale plans elevations


and cross sections etc. indicating the details of the building and all
internal and external services as completed and supply 4 sets of
completion drawings to NBCC and also hand over the original of the
completion drawings to NBCC. The changes, if any during the
execution of work will be intimated by NBCC to the consultants for
preparation of above drawings.

c) Preparation & submission of completion reports, Operation &


maintenance manual, completion of as built drawings and documents
for the project as required and acceptable to NBCC and Clients/local
bodies/or any other authorities applicable including getting ‘completion
certificate’ from concerned authorities, if required.

d) Assist NBCC in Arbitration/Litigation case(s) that may arise out of the


contract entered into, in respect of above work, regarding clarifications
/ interpretations, supply of drawings, designs, specifications as and
when required. The consultants’ role will be limited to these

Signature of Tenderer Signature of NBCC 29


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
clarifications only and unless specifically required by Arbitrator/Court,
he shall not be required to participate in actual Arbitration/Litigation
proceedings.

e) Consultancy for obtaining GRIHA / Green Building Certification, as


mentioned in the NIT.

NOTE : Planning and Designing in purview of Vulnerability Atlas of


India
Vulnerability Atlas of India (VAI) is a comprehensive document which
provides existing hazard scenario for the entire country and presents
the digitized State/Union Territory-wise hazard, maps with respect to
earthquakes, winds and floods for district-wise identification of
vulnerable areas. It also includes additional digitized maps for
thunderstorms, cyclones and landslides. The main purpose of this
Atlas is its use for disaster preparedness and mitigation at policy
planning and project formulation stage.
This Atlas is one of its kind single point source for various stakeholders
including policy makers, administrators, municipal commissioners,
urban managers, engineers, architects, planners, public etc. to
ascertain proneness of any city/location/site to multi-hazard which
includes earthquakes, winds, floods thunderstorms, cyclones and
landslides. While project formulation, approvals and implementation of
various urban housing, buildings and infrastructures schemes, this
Atlas provides necessary information for risk analysis and hazard
assessment.
The Vulnerability Atlas of India has been prepared by Building
Materials and Technology Promotion Council under Ministry of Housing
and Urban Affairs, Government of India and available at their website
www.bmtpc.org.
It is mandatory for the bidders to refer to Vulnerability Atlas of India
for multi-hazard risk assessment and includes the relevant hazard
proneness specific to project location while planning and designing the
project in terms of:
1) Seismic zone (II to V) for earthquakes,
2) Wind velocity (Basic Wind Velocity: 55,50,47,44,39&33 m/s),
3) Area liable to floods and Probable maximum surge height,
4) Thunder storms history,
5) Number of cyclonic storms/severe cyclonic storms and
maximum sustained wind specific to coastal region,
6) Landslides incidences with Annual normal rainfall, and
7) District-wise Probable Maximum Precipitation.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
V. Defect Liability Stage:

The Defects Liability Period for this Project shall be reckoned from the date
of issue of taking Over Certificate or completion certificate by the
Client/Statutory Bodies whichever is later. The consultant shall visit the site
and provide all the drawings/details for rectification of defects, if any.

3.0 Payment of Remuneration:

3.1 Remuneration

The fee includes planning, designing and periodical supervision during


construction of the project, travel expenses towards periodical supervision,
for attending meetings with NBCC/Clients/ visits to local authorities, etc. by
the Consultant and or by their technical persons. For all contracts having
estimated project cost as per NIT valuing Rs. 100 crs. & above & above, in
addition to above, the fees should also include cost of providing local
representative (Architect / engineer) for day to day liaisoning and all
expenses shall be borne by the consultant. In case of non-deployment,
recovery @ Rs. 25000/- per month shall be made from the running bills of
the Consultants.

All payments shall be made in Indian currency only.

(a) The Consultancy Fee:

NBCC agrees to pay the Architect firm/Consultant fees for the professional
services to be rendered by them as herein above described at 2(I), II, III,
IV & V in clause - 2 “Scope of Work” of section-3.

The payment of fee to the Architect firm/consultant shall be restricted to


the project cost. For the purpose of payment of fees, the project cost shall
be lowest of the following:

1. The actual cost of the project on completion; or


2. DPR /preliminary cost approved by NBCC/Client; or
3. Estimated cost of the project put to tender.

The actual completion cost of the project or DPR /preliminary cost approved
by NBCC/Client or Estimated cost of the project put to tender shall not
include the following:

• Cost of land, if any.


• Payment to statutory bodies/local authorities/Green Building
Certification Authorities/State/Central Government.
• Any fee, deposit and payment towards services rendered by local
Authorities/State/Central Govt.
• NBCC agency charges.
• Contingencies charges

Signature of Tenderer Signature of NBCC 31


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
• Escalation in tendered cost of work due to variations in the cost of
labour, material, specifications etc. shall not be paid
• Extra/substituted items, deviations (plus/minus)
(b) The above fee at 3.1 (a) is inclusive of fee payable by the consultant to
any other consultant/Associate(s) and nothing extra shall be payable by
NBCC for this purpose.

(c) The Architect/ Consultant shall submit all running bills and final bill to
NBCC online through e-billing portal available in the NBCC website. All the
required documents e.g. measurement sheet and Tax invoice etc. shall
also be uploaded in the portal.

4.0 Mode of Payment:


i) Milestone payment schedule for various activities are as under:

Extent of
SL. Payment/
No. Milestone Achieved Percentage of
Payable Fee

1 Preparation of Conceptual Project Report including Site (15%)


(Layout) Plan of buildings and services, concept
drawings of all buildings, Preliminary Estimate, giving
Presentations on the schemes to NBCC/client and
incorporating modifications, if any, Obtaining its
approval from NBCC/client.
2 Preparation of required drawings and approval from all (15%)
local/ Statutory authorities, Preparation of Models/
Perspective views/ walkthrough etc.
3 Preparation and Submission of all drawings including (15%)
architectural, structural, internal and external utility
services, finishing schedules etc. indicating complete
scope, Obtaining its approval from NBCC/client, if
required. Submission of Detailed design calculations/
take-off sheets, complete Tender Documents including
BoQ, Technical Specifications, List of recommended
makes, Drawings, Analysis of rates, Detailed Estimate
indicating cost separately for each sub-head.

4 Issue of good for construction architectural drawings (5%)


5 Structural drawings, design details of all services (10%)
including issue of good for construction drawings
including proof checking, if required
6 During the execution of work (on pro-rata basis) (25%)
Commensurate with the value of the work executed

7 Balance after successful commissioning of the (15%)


building/project and getting completion certificate from
authorities, Defect Liability period whichever is later

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Note: The part payment against above stages on part completion of required
scope of work under a particular stage can only be released in special cases as
per decision of Engineer in-charge by mentioning the reasons for the same.

a) All the payments due to the consultant shall be made online and no
cheques/ draft shall be issued.

4.1 In case no payment is released by the client towards services rendered by


the consultant/NBCC due to any reason despite efforts of consultants in
preparing the concept etc., the consultant shall be paid a lump sum amount
limited to Rs. 50,000 (fifty thousand) for the project value upto Rs.
50.00Crs and @0.01% of the project value above Rs. 50.00 Crs. subject to
the ceiling of Rs. 5 Lakhs.

5.0 Additions, Alterations and Variation:

i. NBCC shall have the right to request in writing for additions


alterations, modifications or deletions in the design and drawing of any
part of the work and to request in writing for additional work in
connection therewith and the consultants shall comply with such
requests without any extra cost.

No extra payment shall be made to Consultant by NBCC on account of


such Additions & Alterations as enumerated above, provided the total
built up area remains same.

ii. The consultant shall not make any material deviation, alteration,
addition to or omission from the work except without first obtaining
the written consent of NBCC.

iii. Variations

If the overall variations in actual cost of project w.r.t the approved


estimated cost (worked out by the consultant for award of work to the
contractor) exceeds by more than 5% (five percent) due to any
serious error on part of consultant in preliminary design/ estimation of
quantities or on missing a component of the project at the time of
designing, the Consultant shall be levied penalty maximum up to 10%
of the consultancy fees which shall be recovered from their final bill.
Above penalty shall be levied on the consultant on deviation beyond
5% on pro rata basis in such a way that full 10% recovery is effected
on deviation of 10% (or more). The decision of the Engineer-in-charge
in this regard shall be final and binding on the Architect
firm/Consultant.

5.1 If the work in full or part is withdrawn from NBCC by the Client, the same
shall be withdrawn from the scope of consultant and proportionate
consultancy fee shall be paid only upto the stage for which the consultancy
work has been completed subject to if it has been paid to NBCC by Client
and the consultant shall have no further claim whatsoever on this account

Signature of Tenderer Signature of NBCC 33


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
on NBCC/Client. Since the work is not completed; actual cost of work on
completion will not be considered for deciding proportionate consultancy
fee.

5.2 If any additional works are awarded by the client, and if NBCC desires, the
consultant shall carry out additional work. However, this will be considered
subject to the satisfactory performance of the consultant and the
consultancy fee for such additional works shall be calculated and decided by
NBCC/Client and the consultant shall have no further claim whatsoever on
this account of NBCC/client.

5.3 Notwithstanding anything stated anywhere else, the milestone linked


payment to the consultant as per table under Clause 4.0(i) shall be payable
subject to the condition of project getting sanctioned from the clients only.
However, in case the project is not sanctioned by the client, the payment
liability of NBCC to the consultant shall be limited to the extent as provided
in the Clause 4.1 mentioned above and no claim, whatsoever of the
consultant shall be admissible in this regard.

6. Taxes and duties

6.1 The contract price is inclusive of all taxes, duties, cess and statutory levies
payable under any law (as applicable on the date of submission of bid) by
the contractor in connection with execution of the contract.
The contract price will be adjusted prospectively for any increase / decrease
in the GST rate on works contract notified by Government of India.

6.2 Notwithstanding anything contained in clause A.1, the consultant shall


ensure payment of appropriate tax on the supplies made under the
contract. The consultant shall take registration under the applicable
enactment levying tax on supply of goods or services under the contract
and issue invoice having all the particulars prescribed under the applicable
provisions of the law, including description of goods/services, rate and
amount of tax paid or payable on the supplies made under the contract, so
that NBCC can avail credit of such tax, wherever applicable. The consultant
shall comply with all applicable provision of Goods and Service Tax (GST)
levied by Union Government and State Governments (CGST, UTGST, SGST
and IGST). The consultant shall get himself registered and discharge his
obligations for payment of taxes, filing of returns etc. under the appropriate
provisions of law in respect of all the tax, duties, levies, cess, etc. NBCC
would have right to seek necessary evidence that the consultant is
registered under the law and duly discharging its obligations under the tax
law, enabling NBCC to avail input tax credit.

6.3. In case any law requires NBCC to pay tax on the contract price on reverse
charge basis, the amount of tax deposited by NBCC would be considered as
paid to the consultant and, accordingly, the price payable to the consultant
would stand reduced to that extent.

6.4. In case the consultant does not deposit the tax payable on execution of the
contract, or has not provided the tax invoice to NBCC showing the amount

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
of tax, or has not uploaded the document in computerised tax network as
per prevailing law, leading to non-availability of inputs credit of the tax to
NBCC, the amount equivalent to such tax shall be deducted from the
contract price.

6.5. Stamp duty and registration charges, if any, payable on the executed
contract document, shall be borne by the consultant.

6.6. Tax deduction at source, if any, shall be made by NBCC as per law
applicable from time to time from the amount payable to the consultant.

6.7 The consultant has to register himself in GST Act as per applicable law and
submit the details as per annexure-XIII under Section-6.

7.0 Performance Security/ Guarantee

7.1 For the due performance of the contract in accordance with the terms and
conditions specified, the consultant shall on the day or before signing the
contract which shall not be later than 45 (Forty five) days of the issue of
the Letter of Award/ Letter of Intent, furnish performance security /
Guarantee on the Performa of NBCC(India)Ltd. from a
Nationalized/Scheduled Bank to the extent of 2% of the value of total
consultancy fees of consultant (at this stage it shall be worked out
considering the estimated project cost). The Bank Guarantee shall remain
valid till stipulated time for completion of work plus 90 days. The EMD paid
by the Consultant shall be returned to the consultant after receipt of
Performance Guarantee.

7.2 The Bank Guarantee shall be in favour of NBCC (India) Limited, payable at
New Delhi. The Bank Guarantee should be (in the prescribed format of
NBCC as per Section-6) issued from any Nationalized Bank /Scheduled
Bank.

7.3 It is expressly understood and agreed that the performance security is


intended to secure the performance of entire contract. It is also expressly
understood and agreed that the performance security is not to be construed
to cover any damages detailed/ stipulated in various clauses in the Contract
document.

7.4 The performance security will be discharged by NBCC and returned to the
Architect firm/consultant after successful physical completion of the project
at site and submission of completion drawings and documents to NBCC and
statutory bodies.

7.5 NBCC reserve the right of forfeiture of the performance guarantee in


additions to other claims and penalties in the event of the consultant’s
failure to fulfil any of the contractual obligations or in the event of
termination of contract as per terms and conditions of contract.

7.6 Should the stipulated time for completion of work, for whatever reason be
extended, the consultant, shall at his own cost, get the validity period of
Bank Guarantee in respect of performance security furnished by him
extended and shall furnish the extended / revised Bank Guarantee to NBCC
before the expiry date of the Bank Guarantee originally furnished.

Signature of Tenderer Signature of NBCC 35


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
8.0 Retention Money

5% of the fee payable to the consultant shall be retained from each running
bill as “Retention Money”, in addition to the performance guarantee.

The retention money will be discharged by NBCC and returned to the


Architect firm/consultant after successful physical completion of the project
at site and submission of completion drawings and documents to NBCC and
statutory bodies.

NBCC reserve the right of forfeiture of the performance guarantee in


additions to other claims and penalties in the event of the consultant’s
failure to fulfil any of the contractual obligations or in the event of
termination of contract as per terms and conditions of contract.

9.0 Completion period:

a. The overall completion period for the execution of this project from the
date of commencement of work shall be mentioned in NIT.

b. If at any stage, the Project has been delayed by the acts of


Client/funding authorities or by the deployed contractor for the work,
nothing extra shall be payable to the consultant. However suitable
extension of time for completion of work shall be granted accordingly.

c. Escalation/Price Variation

No claim / additional fees on account of any price variation/Escalation


on whatsoever ground shall be entertained at any stage of works.
Quoted fees shall be firm and fixed for entire contract period as well as
extended period for completion of the works.

10.0 Commencement of Work:

The commencement of work will be considered from 10th day of issuance of


LOA.

The architect/Consultant has to submit detailed program of the work as per


the below mentioned guidelines within 10 days from the date of
commencement of the work. The time schedule submitted by the architects
shall include time for obtaining required approvals, completion certificate
etc. from local bodies. However, if delay is caused by the local bodies
beyond reasonable control of the consultant, the department may consider
such delays favourably.

11.0 Compensation for Delay:

The time allowed for carrying out the work as specified in clause 9.0 (a)
shall be strictly observed by the consultants and shall be deemed to be the

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
essence of the contract on the part of the consultants. The work shall
throughout, the stipulated period of the contract, be processed with all
diligence.

The Consultant will be required to complete the entire job within stipulated
time. No extension of time for completing the same shall be given owing to
any variations made in the works by the orders of the clients, unless the
clients in consequences of such variations extends the time allowed to
NBCC for the completion of the works.

In case the Consultant fails to complete the work within the Contract period
or extended period as above owing to reasons attributable to Consultant,
liquidated damages @ 1% per week of the total fees subject to a maximum
of 10% of the total fees payable shall be levied on the Consultant. NBCC
shall be entitled to deduct such damages from the dues that may become
payable to the consultant. If the work is held up at site due to non-
availability of Drawings/Specifications/Other Details as per mutually agreed
schedule penalty, proportionate to the value of the work which is held up,
shall be imposed on the consultant.

12.0 Abandonment of Work:

i) That if the consultant abandon the work for any reason whatsoever or
become incapacitated from acting as consultants as aforesaid, NBCC
may make full use of all or any of the drawings prepared by the
consultants and that the consultants shall be liable to refund any
excess fees paid to them upto that date plus such damages as may be
assessed by NBCC.

ii) If at any time after start of work, the client decides to abandon or
reduce the scope of work for any reason whatsoever and hence not
required the whole or any part of the works to be carried out, NBCC
shall give notice in writing to this effect to the Consultant and the
consultant shall have no claim for any payment of compensation, or
otherwise whatsoever, on account of any profit or advance which he
might have derived from the execution of works in full but which he
did not derive in consequence of the foreclosure of the whole or part
of the work.

13.0 Termination:

NBCC without any prejudice to its right against the consultants in respect of
any delay or otherwise or to any claims or damages in respect of any
breaches of the contract and without prejudice to any right or remedies
under any of the provisions of this contract may terminate the contract by
giving one month’s notice in writing to the consultants and in the event of
such termination, the consultants shall be liable to refund the excess
payment, if any, made to them over and above what is due in terms of this
agreement on the date of termination. NBCC may make full use of all or
any of the drawings prepared by the consultants.

Signature of Tenderer Signature of NBCC 37


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
In case due to any circumstances, NBCC decides to curtail the scope of
work or totally abandon the work, the payment to the consultants would be
made based on Clause 3.0 above and approved preliminary estimate or
estimated cost or awarded cost whichever is less up to the stage of work
executed by him immediately before taking such a decision, provided
equivalent payment is made by the client to NBCC.

14.0 Number of Drawing Sets etc. and Copyright:

The Consultant shall supply free of charge to NBCC, the adequate no. as
specified elsewhere of following documents in soft as well as hard copy.

i) Detail Project Reports with coloured drawings.

ii) All the Drawings and estimates to be submitted to clients.


iii) Complete detailed design calculations (structural and other services)
including supply of drawings incorporating subsequent modifications.

iv) All working drawings for all the components (Good for Construction
Drawings).

v) Detailed estimates and rate analysis of all works.


vi) Completion drawings and detailed documents.

vii) Tender documents/tender drawings as per NBCC requirements.

viii) Fabrication Drawings of all equipment if any.

ix) As built drawings after completion of project.

The Consultant shall supply free of charge to NBCC all the estimates,
details of quantities (BOQ) detailed designs, reports and any other details
envisaged under this agreement, including drawings architectural,
structural, electrical, air conditioning or other services (internal and
external) would be supplied by the consultants as indicated above. Any
extra sets of drawings, if required NBCC shall be supplied at mutually
agreed cost. All these drawings will become the property of NBCC. The
drawing cannot be issued to any other person, firm or authority or used by
the consultants for any other project. No copies of any drawing or
document shall be issued to anyone except NBCC and authorized
representative of NBCC.

15.0 Determination or Rescission of Agreement:


NBCC without any prejudice to its right against the consultant in respect of
any delay by notice in writing absolutely may determine the contract in any
of the following cases:

i. If the consultants being a company shall pass a resolution or the court


shall make an order that the company shall be wound up or if a
receiver or a manager on behalf of the creditor shall be appointed or if
circumstances shall arise which entitle the court or creditor to appoint

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
a receiver or a manager which entitles the court to make up a winding
order.

ii. If the consultants commit breach of any of the terms of agreement.


When the consultants have made themselves liable for action under
any of the clauses aforesaid, NBCC shall have powers a) to determine
or rescind the agreement b) to engage another consultant(s) to carry
out the balance work at the risk and cost of the consultant and
debiting the consultant(s) the excess amount, if any, so spent.

In case contract of consultant is determined, the performance Guarantee


and Security Deposit of the consultant shall stand forfeited. The decision of
NBCC in this regard shall be final and binding on the consultant.

16.0 Responsibilities for Accuracy of Project Proposals

a. The Consultant shall be responsible for the accuracy of the technical /


financial data collected and the designs, drawings, quantities and
estimates prepared by him as a part of the project. He shall indemnify
NBCC & Client against any inaccuracy in the work, which might surface
out at the time of ground implementation of the project. In such an
eventuality, the consultant will be responsible to correct the drawings
including re-investigations etc. as required without any extra cost
implication on NBCC.
b. The Consultant shall fully indemnify NBCC from and against all claims
and proceedings for or on account of any infringement of any patent
right, design, trade mark or name or other protected rights in respect
of any construction plant, machinery work or material used for or in
connection with the work or temporary works.
c. NBCC reserves the right to award the work of one or more
sectors/area to one or more consultant. Nothing extra shall be paid on
this account. Further the payment of consultancy fees shall be
regulated as mentioned under the Clause 4.0 “Mode of Payment”.

17.0 Force Majeure Clause


Consultant/Consultancy Firm shall be granted extension of the completion
date without any financial repercussion to cover the delay caused by the
circumstances viz. incidence of war, invasion, revolution, sabotage, work
shutdown imposed by Govt. agencies or legislature or other authorities, act
of God, epidemics, fires, earth quakes, floods explosions, accidents, sea
navigation blockages or any other acts or events whatsoever which are
beyond the control of NBCC and which shall directly or indirectly prevent
completion of the works within the time specified in the agreement. This
Force Majeure Clause shall be applicable only if extension of the completion
date is granted to NBCC by client.

18.0 Withholding and Lien of Payment

Whether any claim or claims for payment of money arises out of or under
the contract against the Consultant, NBCC shall be entitled to withhold and

Signature of Tenderer Signature of NBCC 39


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
also to have a lien to retain in whole or in part, the security deposit,
performance guarantee and or to withhold and have a lien to retain in part
or in full the payments due to the consultant, or any claims of the
consultant, so as to cover the claimed amount till the claim arising out of or
under the contract is determined by the competent court.

19.0 Jurisdiction

The agreement shall be governed by the Indian Law for the time being in
force and the Courts in Delhi alone will have jurisdiction to deal with matter
arising there from.

20.0 General:

1. The scrutiny of the drawing, and designs by NBCC’s own supervisory


staff, if any, does not absolve the Architects of their responsibility
under the agreement. The Architects shall remain solely responsible
for structural soundness of the design and other services for all
provisions of the contract so as to satisfy the particular requirement of
the Architectural specifications.

2. The Architect firms/Consultant shall supply to NBCC copies of all


documents, instructions issued to Architect firms/Consultants, if any,
relating to the work, drawings, specifications, bill of quantities and
also other documents as may be required.

3. The Architects hereby agree that the fees to be paid as provided


herein (clause 3.0) will be in full discharge of function to be performed
by him and no claim whatsoever shall be against NBCC in respect of
any proprietary rights or copy rights on the part of any party relating
to the plans, models and drawings.

4. While providing consultancy services, the consultant shall ensure that


there is no infringement of any patent or design rights and he shall be
fully responsible for consequences/any actions due to any such
infringement. Consultant shall keep NBCC indemnified all the times
and shall bear the losses suffered by NBCC in this regard.

5. Consultant shall appoint and notify a team of two senior officials of his
organization as nodal officers to represent the consultant in all the
meetings/presentations with Local Municipal Corporation
Authorities/State/ Client / NBCC/Central Govt. or any other agency.

6. All designs and drawings shall be the property of NBCC. The name and
logo of NBCC shall be predominantly displayed on all the drawings and
documents. The consultant shall not put his name or firms name on
any of the documents/drawings on the DPR. The name of consultant
shall be written as Associate Consultant on all drawings/documents
only after DPR is approved from all the concerned authorities.

7. The originals of approved completion drawings shall be on good


quality reproducible tracing paper and soft copy of all the drawings &
design shall have to be given on compact disc (CD). The proprietary
rights of all the design shall remain with NBCC.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
8. The consultant shall be required to sign an Agreement with NBCC
within 30-days of the receipt of LOA based on these terms &
conditions.

9. Recovery/Penalties can be recovered from the consultancy


fee/EMD/BG of the other works that the consultant is doing or would
be doing for NBCC at that time.

21.0 FORECLOSURE OF CONTRACT BY NBCC/OWNER


If at any time after the commencement of the work NBCC shall for any
reason whatsoever if required to foreclose the work or is not require the
whole work thereof as specified in the tender to be carried out, the
Engineer-in-Charge shall give notice in writing of the fact to the
consultant, who shall have no claim to any payment of compensation
whatsoever on account of any profit or advantage which he might have
derived from the work in full, but which he did not derive in consequence
of the foreclosure of the whole or part of the works.

22.0 SUSPENSION OF WORKS


(a) The consultant shall, on receipt of the order in writing of the
Engineer-in-charge, suspend the progress of the works or any part
thereof for such time and in such manner as the Engineer-in-charge
may consider necessary for any of the following reasons:

i) On account of any default on part of the consultant, or

ii) For proper execution of the works or part thereof for reason other
than the default of the consultant, or

iii) If the work is partly or fully abandoned/suspended by


NBCC/clients for any reasons

The consultant shall, during such suspension, properly protect and


secure the works to the extent necessary and carry out the
instructions given in that behalf by the Engineer-in-charge.

(b) If the suspension is ordered for reasons (ii) and (iii) in sub-para (a)
above.

i) The consultant shall be entitled to an extension of the time equal


to the period of every such suspension plus 25%. No adjustment
of contract price will be allowed for reasons of such suspension.

ii) In the event of the consultant treating the suspension as an


abandonment of the Contract by NBCC, he shall have no claim to
payment of any compensation on account of any profit or
advantage which he may have derived from the work in full or
part.

Signature of Tenderer Signature of NBCC 41


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Section-4

CRITERIA AND EVALUATION


(FOR TENDERS INVITED ON
QUALITY AND COST BASED SYSTEM)

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
CRITERIA AND EVALUATION

(For tenders invited on Quality cum cost based System)

The detailed criteria for evaluation of tenders invited on Quality and Cost based
system shall be as under:

1.0 Technical Evaluation:

To become eligible for Technical Bid Evaluation, the bidder must meet the
Minimum Eligibility Criteria as per NIT. (Only the bids, meeting the
minimum eligibility criteria, as per NIT, will be considered for Stage-A &
Stage-B evaluation)

1.1 STAGE – A :
(i) For Project up to Rs. 100 Cr.
Marks system for the evaluation is as under : (35 Marks)

1. Project Capabilities
Work Experience : Experience of Architectural & Consultancy
20 Marks
services for successfully completed similar works
(i) Minimum Technical Eligibility Criteria as per NIT 10

(ii) Twice the Minimum Technical Eligibility Criteria 15

(iii) Thrice the Minimum Technical Eligibility Criteria or more 20


(iv) In between (i) to (iii) – on pro-rata basis
2. In-house Manpower

In-House (i.e. on-roll) Manpower (to be supported with CV, Form


15 Marks
16/16A/26AS and latest Salary Slips) for Assignment

One of the Director/Partner/Chief Architect/Proprietor of


company should be registered with ‘Council of Architecture’
(i) 02
& should have minimum 15 years of experience in
Architectural & Consultancy work

The bidder shall have adequate technical staff (i.e.


Graduate in architecture) in house –
(ii)  Minimum Five Architects (in house) 02 Marks 07

 After Five Architects, for Each


Additional Architect 0.5 Mark

(iii) Key Personnel to be assigned as part of Project Team :

Signature of Tenderer Signature of NBCC 43


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Team Leader should be Graduate in
Architecture in First Class & registered with
COA and should have minimum 07 years’
experience and should be Employed with the 02 Marks
Bidder for a minimum period of 03 years (to
be supported with Certified copy of 06
Appointment/ Offer letter/ Form 16/16A/26AS)

(Max. up
More than 07 years’ experience, 0.5 Mark for
to 04
each Additional year of Experience
marks)

Total Marks 35

(ii) For Project Above Rs. 100 Cr.


Marks system for the evaluation is as under : (35 Marks)
1. Project Capabilities
Work Experience : Experience of Architectural & Consultancy 20
services for successfully completed similar works Marks
(i) Minimum Technical Eligibility Criteria as per NIT 10
(ii) Twice the Minimum Technical Eligibility Criteria 15
(iii) Thrice the Minimum Technical Eligibility Criteria or more 20
(iv) In between (i) to (iii) – on pro-rata basis

2. In-house Manpower
In-House (i.e. on-roll) Manpower (to be supported with CV, Form 15
16/16A/26AS and latest Salary Slips) for Assignment Marks
(i) One of the Director/Partner/Chief Architect/Proprietor of 02
company should be registered with ‘Council of Architecture’ &
should have minimum 20 years’ of experience in Architectural
& Consultancy work

(ii) The bidder shall have adequate technical staff (i.e. Graduate 05
in architecture) in house –
 Minimum Ten Architects (in house) 2 Marks
 After Ten Architects, for Each
Additional Architect 0.25 Mark

(iii) Key Personnel to be assigned as part of Project Team

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Team Leader should be Graduate in Architecture in
First Class & registered with COA and should have
minimum 12 years’ experience and should be 02
Employed with the Bidder for a minimum period of marks
03 years (to be supported with Certified copy of
Appointment/ Offer letter/ Form 16/16A/26AS) 04

More than 12 years’ experience, 0.25 Mark for each (Max.


Additional year of Experience up to 02
marks)

(iv) Project Manager should be B. Tech in Civil Engg./


Post Graduate in Construction Management and should
have minimum 05 years’ of experience and should be
employed with the Bidder for a minimum period of 03 02 marks
years (to be supported with Certified copy of Appointment/
Offer letter/ Form 16/16A/26AS) 04
More than 05 years’ experience, 0.25 Mark for each (Max.
Additional year of Experience up to
02
marks)
Total Marks 35

1.2 STAGE-B: Design Concept Presentation

The tenderers short listed after meeting the minimum eligibility criteria,
shall also be invited for participating in the design concept Competition by
way of presentation before the Committee constituted for the purpose by
NBCC.

The Architect firm/Consultant shall bring Soft copy of their Design concept
and related details at the time of presentation. The concept design shall
incorporate all the parameters as mentioned below under Evaluation
Criteria. The time and venue for presentation will be intimated separately.

The committee shall evaluate the presentation on design concept and would
assign the marks independently and then the assigned marks would be
averaged out.

The consultant shall have no right to challenge the marks assigned by the
committee and, committee shall have no liability to applicant in this regard.
No correspondence would be entertained challenging or contesting the
marking by the individual member of the committee.

The committee shall evaluate the design concept of consultants by applying


the evaluation criteria, sub-criteria, and point system as stipulated here in
under.

Signature of Tenderer Signature of NBCC 45


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Evaluation Criteria of the Design Concept Presentation

A. Master Planning & Zoning 18 Marks


(i) Cost effective Site Utilization & Grouping of 06
Functions, Economical design.
(ii) Site Orientation: Massing (Compactness),
Circulation (integration), Landscape blending with
existing profile 06

(iii) Knowledge of Building Bylaws and Statutory 06


Requirements of respective local
bodies/Municipalities, etc. for which the bidder
should visit the site (s) before submission of Bid.

B. Design Concept Planning 37 Marks


(i) Aesthetics, Green Building Features, Disaster 07
resistant methods / Technologies, Infrastructure
for persons with disabilities.
(ii) Design philosophy & approach, work methodology, 07
work processes and systems employed by bidder
in its organization and how these worked to tackle
the project specific complexities and challenges
with their impact & outcome
(iii) Incorporation of Environmental friendly & 07
Sustainability considerations in planning and
design considering the use of eco-friendly
materials, locally available materials and
maximisation of retention of existing trees at site.
(iv) Principles of Life Cycle Cost and accomplished 09
Advance/ Latest Technologies and innovative
materials & Finishes (other than conventional
Technologies/materials) proposed to be used in
the Project. The proposed Life Cycle Cost analysis
and new technology (ies) should demonstrate the
time and /or cost effectiveness along with
demonstration/working out of overall estimated
cost of the project based on various design
features/parameters proposed by him.
(v) Innovative Modern and/or Contemporary, State of 07
the Art Architectural features.

C. Presentation 10 Marks
(i) Overall Presentation, Interpretation of Design 10
Concept, Interaction on concept and response to
queries of the committee members.
Total Marks 65 Marks

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
The bidders securing 70% & above marks in aggregate in Stage-A & Stage-
B combined will qualify for Opening of Financial Bid.

Combined Technical score of Stage-A & Stage-B shall be “St” as under:

St = Total marks of bidder in {Stage-A & Stage-B}

2.0 Financial Evaluation

The Financial bid of those tenderers whose documents are found to be in


order and who qualify in Technical evaluation will be opened after the
Design concept presentation as per notification.

The lowest Financial Bid (Fm) will be given a financial score (Sf) of 100
points. The financial scores (Sf) of the other Financial Bids will be
determined using the following formula:

Sf = 100 x Fm/F

In which

Sf is the financial score,

Fm is the lowest Financial Bid, and

F is the Financial Bid under consideration.

3.0 Final Evaluation of Bid

The final selection shall be based on QCBS i.e Quality and Cost based
Selection.

Bids will finally be ranked in accordance with their combined technical (St) and
financial (Sf) scores:

S = St x Tw + Sf x Fw

Where,

S is the combined score, and

Tw and Fw are weights assigned to Technical Bid and Financial


Bid that will be 0.70:0.30 respectively.

The bidder achieving the highest combined technical and financial score
will be considered to be the successful Applicant and work shall be
awarded to the bidder.

Signature of Tenderer Signature of NBCC 47


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Section-5

FINANCIAL PROPOSAL

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Financial Bid

NAME OF WORK : --------------------


NAME OF ARCHITECT FIRM/CONSULTANT : --------------------

Sl. No. Description Consultancy fee to be


quoted in percentage

(in fig.) (in words)

1. THE FEES FOR RENDERING _______%


ARCHITECTURAL & ENGINEERING
DESIGN CONSULTANCY SERVICES
FOR CONSTRUCTION ------Name of
the work……………. AS PER SCOPE
OF WORK AND TERMS AND
CONDITIONS OF THE
TENDER/CONTRACT DOCUMENT
INCLUDING GST.

Signature& Stamp of Tenderers

Signature of Tenderer Signature of NBCC 49


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Section-6

FORMATS & ANNEXURES

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
NBCC (India) LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)

PROFORMA OF BANK GUARANTEE IN LIEU OF EMD (BID BOND)


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

NBCC (India)Limited,(Address as mentioned in Notice Inviting Tender)

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 Bid 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 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 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 51


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
ATTESTED BY (NOTARY PUBLIC)

PROFORMA OF BANK GUARANTEE FOR PERFORMANCE


(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 awarded a work order/contract / supply order
No. Dated (hereinafter called “the said contract”) to M/s.
................. ...................................having its registered Head Office at .......
(hereinafter called the Architect/ Consultant firm) which expression shall unless
repugnant to the subject or context includes its successors and assigns at a total
price of Rs............... subject to the terms and conditions contained in the
contract.

WHEREAS, the terms and conditions of the contract require the the Architect/
Consultant firm to furnish a bank guarantee for Rs...............
(Rupees...................) being ............% of the total value of the contract
for proper execution and due fulfilment of the terms and conditions
contained in the contract.

We, the.......... Bank, (hereinafter called “The Bank”) which expression shall
unless repugnant to the subject or context include its successors and assigns)
having our registered office at ….... and branch office at ....... hereby
unconditionally and irrevocably undertake and guarantee payment to NBCC
forthwith on the same day on demand in writing and without protest or demur
of any and all moneys payable by the Architect/ Consultant firm to NBCC
under, in respect or in connection with the execution/supply of and
performance of the works/equipment, inclusive of any loss, damages,
charges, expenses and costs caused to or suffered by or which would be
caused to or suffered by NBCC by reason of any breach by the the Architect/
Consultant firm of any of the terms and conditions contained in the contract as
specified in the notice of demand made by NBCC to the bank with reference to
this guarantee up to and aggregate limit of Rs. ............. (Rupees .........only)
the bank hereby agrees with NBCC that:

1. This Guarantee shall be continuing guarantee and shall remain valid and
irrevocable for all claims of NBCC and liabilities of Architect/ Consultant firm
till the date of expiry of BG i.e. …………. The claim period of the Bank
Guarantee shall be for a period of 12 Months after the date of expiry of BG.

2. NBCC shall have the fullest liberty without our consent and without
affecting in any manner our obligations and liabilities hereunder to vary any
of the terms and conditions of the said contract or to extend time for
performance of contract by the the Architect/ Consultant firm from time to
time or to postpone for any time or from time to time any of the
powers exercisable by NBCC against the the Architect/ Consultant firm
under the contract and forbear or enforce any of the terms and

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
conditions relating to the said contract and we shall not be relieved from
our liability by reason of any such variations or extension being granted to
the contractor or for any forbearance, act or omission on the part of
NBCC or any indulgence by NBCC to the Architect/ Consultant firm or by
any such matter or thing whatsoever, which under the law relating to the
sureties would, but for this provision, have effect of so relieving us.

3. This guarantee shall be in addition to any other guarantee or security


whatsoever NBCC may now or at any time have in relation to the
performance of the works/equipment and NBCC shall have full authority to
take re-course or to enforce this security in preference to any other
guarantee or security which the NBCC may have or obtained and no
forbearance on the part of NBCC in enforcing or requiring enforcement of
any other security shall have the effect of releasing the Bank from its
liability hereunder.

4. This guarantee shall not be determined or affected by the liquidation or


winding up, dissolution or change of constitution or insolvency of the
Architect/ Consultant firm, but shall in all respects and for all purposes be
binding and operative until payment of all moneys payable to NBCC in terms
thereof are paid by the Bank or till expiry of the Bank Guarantee including
claim period of Bank Guarantee, whichever is earlier.

5. The Bank Guarantee in no event be terminable, for any change in the


constitution of the Guarantor Bank or for any other reasons whatsoever and
the liability of the Guarantor Bank hereunder shall not be impaired or
discharged by any extension of time or variations or alterations made,
given, or agreed with or without knowledge or consent of NBCC, by or
between the Architect/ Consultant firm and the Bank.

6. The Bank hereby waives all rights at any time inconsistent with the terms
of this Guarantee and the obligations of the bank in terms hereof, shall not
be otherwise effected or suspended by reasons of any dispute or disputes
having been raised by the Architect/ Consultant firm (whether or not
pending before any Arbitrator, Tribunal or Court) or any denial of liability
by the Architect/ Consultant firm stopping or preventing or purporting to
stop or prevent any payment by the Bank to NBCC in terms hereof.

7. The amount stated in any notice of demand addressed by NBCC to the


Guarantor as liable to be paid to NBCC by the Architect/ Consultant firm
or as suffered or incurred by NBCC on account of any losses or
damages, costs, charges and / or expenses shall as between the Bank and
NBCC be conclusive of the amount so liable to be paid to NBCC or suffered
or incurred by NBCC as the case may be and payable by the Guarantor to
NBCC in terms hereof subject to a maximum of Rs ...........(Rupees
....................only).

8. Unless demand or claim under this Guarantee is made on the Guarantor in


writing within 12 Months after the date of expiry of the Guarantee, the
Guarantor shall be discharged from all liabilities under this Guarantee there
under.

Signature of Tenderer Signature of NBCC 53


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Notwithstanding anything contained herein before our liability under this
guarantee is restricted to Rs. ................ (Rupees............................only).
This guarantee will expire on...... Any claim under this Guarantee must be
received by us within 12 Months after the date of expiry.

Signed this ................... day of ..................... at……….

For and on behalf of Bank


WITNESS.

1._______________

2._______________

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
FORM OF EXTENSION OF BANK GUARANTEE
(On Non-judicial stamp paper of same value on which original BG was executed)

Ref. No.:
Date:

To,
NBCC (I) Limited,
------------------------
------------------------
Dear Sir

Subject: Extension of Bank Guarantee No........................ for


..........................(indicate value of Bank
Guarantee)..........................favouring yourselves expiring on
................... on account of M/s ............................(Name of
Contractor/Supplier)................in respect of contract for
..........(insert contract name).........., hereafter called original Bank
Guarantee)

At the request of M/s ................... , we .................. Bank branch office at


............. and having its Head office at .......................do hereby extend our
liability under the above mentioned guarantee No. ...................... dated
...................... for a further period of ....................... year/ months from
........................... to expire on ........................

Except as provided above, all other terms and conditions of original Bank
Guaarantee No. ........................dated .............................. shall remain
unaltered and binding.

Please treat this as an integral part of the original Guarantee to which it would
be deemed to have been attached.
Signature....................................................
Name...........................................................
Designation................................................
Authorised vide Power
of Attorney No..........................................
Dated...........................................................

Signature of Tenderer Signature of NBCC 55


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
AGREEMENT FORM

This agreement made this day of ----------(Month)-------- (Year)--------,


between the NBCC (India) Limited (NBCC), a company incorporated under the
Companies Act, 1956 having its Registered Office at NBCC Bhawan, Lodhi Road,
New Delhi – 110 003 (hereinafter referred to as the “NBCC” which expression
shall include its administrators, successors, executors and assigns) of the one
part and --------------------(hereinafter referred to as the “Consultant” which
expression shall unless the context requires otherwise include its administrators,
successors, executors and permitted assigns) of the other part.

WHEREAS, NBCC, has desirous of construction of “------------------------”


(hereinafter referred to as the “PROJECT”) on behalf of the ---------------------
(hereinafter referred to as “Client”) as Project Management Consultant (PMC),
had invited tenders as per Tender documents vide NIT No. ------------- Date ----
------and Corrigendum No. ------& Amendment No. -----dated -------- uploaded
on website for Engaging Architects / Architectural Firms for Architectural
planning, Designing and Detailing -------------------.

AND WHEREAS ------------------------ had participated in the above referred


tender vide their TECHNICAL & Financial Bid ----------------- dated -----------
and subsequent clarifications vide letter --------------------- dated ----------------
-- in response to NBCC’s letter No. ----------------- dated ---------.

NBCC has accepted their aforesaid tender and awarded the contract for
Consultancy Services for Architectural planning, Designing and Detailing of ------
--------------------------- vide Letter of Award No. -------------------------- dated
-------------------which have been unequivocally accepted by -----------------vide
their acceptance dated ------------------ .

NOW THEREFORE THIS DEED WITNESSETH AS UNDER:

ARTICLE 1.0 – AWARD OF CONTRACT

1.1 SCOPE OF WORK

NBCC has awarded the contract to -------------------for the work of


Architectural planning, Designing and Detailing of ----------------------------
---------- as per contract document defined in Article 2.0 below. The award
has taken effect from 10thday of issue of aforesaid Letter of Award (LOA).
The terms and expressions used in this agreement shall have the same
meanings as are assigned to them in the “Contract Documents” referred to
in the succeeding Article.

ARTICLE 2.0 – CONTRACT DOCUMENTS

2.1 The contract shall be performed strictly as per the terms and conditions
stipulated herein and in the following documents attached herewith
(hereinafter referred to as “Contract Documents”).

a) NBCC’s Notice Inviting Tender vide NIT No. --------------- Dated ----
-------------- comprising tender document (Section --- to -------------).

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
b) Corrigendum No. -----------& Amendment No. ----------- dated ---------
-----.
c) ----------------- vide Technical & Financial Bid ---------------dated ------
----- .

d) NBCC letter No. ------------------- dated -----------------------.

e) ------------------ clarifications vide letter -------------- dated -------


----------
2.2 NBCC’s Letter of Award----------------------- dated ------------------

2.3 Minutes of the kick off meeting held on ---------------------------.

2.4 All the aforesaid contract documents referred to in Para 2.1 to 2.3 above
shall form an integral part of this Agreement, in so far as the same or any
part thereof column, to the tender documents and what has been
specifically agreed to by NBCC. Any matter inconsistent therewith, contrary
or repugnant thereto or deviations taken by the Consultant in its “TENDER”
but not agreed to specifically by NBCC in its Letter of Award, shall be
deemed to have been withdrawn by the Consultant without any cost
implication to NBCC. For the sake of brevity, this Agreement alongwith its
aforesaid contract documents and Letter of Award shall be referred to as
the “Contract”.

ARTICLE 3.0 – CONDITIONS & CONVENANTS

3.1 The scope of Contract, Consideration, terms of payments, advance, security


deposits, taxes wherever applicable, insurance, agreed time schedule,
compensation for delay and all other terms and conditions contained in
aforesaid contract documents. The contract shall be duly performed by the
Consultant strictly and faithfully in accordance with the terms of this
contract.

3.2 The scope of work shall also include all such items which are not specifically
mentioned in the Contract Documents but which are reasonably implied for
the satisfactory completion of the entire scope of work envisaged under this
contract unless otherwise specifically excluded from the scope of work in
the contract documents.

3.3 Consultant shall adhere to all requirements stipulated in the Contract


documents.

3.4 Time is the essence of the Contract and it shall be strictly adhered to. The
progress of work shall conform to agreed works schedule/contract
documents.
3.5 This agreement constitutes full and complete understanding between the
parties and terms of the presents. It shall supersede all prior
correspondence to the extent of inconsistency or repugnancy to the terms
and conditions contained in Agreement. Any modification of the Agreement

Signature of Tenderer Signature of NBCC 57


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
shall be effected only by a written instrument signed by the authorized
representative of both the parties.

3.6 The total Consultancy fee for the entire scope of this contract as detailed in
Letter of Award (LOA) is -----------------% ( ----------------------- percent
only) is inclusive of GST on actual cost of the project on completion or cost
approved as per DPR or Estimated cost whichever is Lower, which shall be
governed by the stipulations of the contract documents.

ARTICLE 4.0 – NO WAIVER OF RIGHTS

4.1 Neither the inspection by NBCC or the Engineer-in-Charge or Client or any


of their officials, employees or agents nor order by NBCC or the Engineer-
in-Charge for payment of money or any payment for or acceptance of, the
whole or any part of the work by NBCC or the Engineer-in-Charge nor any
extension of time nor any possession taken by the Engineer-in-Charge shall
operate as waiver of any provisions of the contract, or of any power herein
reserved to NBCC, or any right to damage herein provided, nor shall any
waiver of any breach in the contract be held to be a waiver or any other or
subsequent breach.

ARTICLE 5.0 – GOVERNING LAW AND JURISDICTION

5.1 The Laws applicable to this contract shall be the laws in force in India and
jurisdiction of Delhi Court (s) only.

5.2 Notice of Default

Notice of default given by either party to the other party under the
Agreement shall be in writing and shall be deemed to have been duly and
properly served upon the parties hereto, if delivered against
acknowledgment due or by FAX or by registered mail duly addressed to the
signatories at the address mentioned herein above.

IN WITNESS WHEREOF, the parties through their duly authorized


representatives have executed these presents (execution whereof has been
approved by the Competent Authorities of both the parties) on the day,
month and year first above mentioned at ----------------------

For and on behalf of: For and on behalf of:

(Name of Architect firm/Consultant) M/s NBCC (India) Ltd.


WITNESS: WITNESS:
1. 1.
2. 2.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
ANNEXURE – I

AFFIDAVIT

(To be submitted by bidder on non-judicial stamp paper of Rs. 100/-


(Rupees Hundred only) duly attached by Notary Public)
(To be submitted in Envelope-1)

Affidavit of Mr.........................................S/o.............................................
R/o ..........................................................................................................
I, the deponent above named do hereby solemnly affirm and declare as under:

1. That I am the Proprietor/Authorized signatory of M/s …………………………….


Having its Head Office/Regd. Office at …………………………………………………………..

2. That the information/documents/Experience certificates/Bank Guarantee(s)


submitted by M/s…………………………. along with the tender for ……………………
(Name of work)…………To NBCC (India) Ltd. are genuine and true and
nothing has been concealed.

3. I shall have no objection in case NBCC verifies those from issuing authority
(ies). I shall also have no objection in providing the original copy of the
document(s), in case NBCC demand so for verification.

4. I hereby confirm that in case, any document, information & / or certificate


submitted by me found to be incorrect / false / fabricated, NBCC at its
discretion may disqualify / reject / terminate the bid/contract and also
forfeit the EMD / All dues as per NBCC policy.

I, ....................................., the Proprietor / Authorised signatory of


M/s....................................... do hereby confirm that the contents of the
above Affidavit are true to my knowledge and nothing has been concealed
there from.................... and that no part of it is false.

Verified at ................this.................day of .....................

DEPONENT

ATTESTED BY (NOTARY PUBLIC)

Signature of Tenderer Signature of NBCC 59


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
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)

To
NBCC (India) Limited,
___________
___________

Sub: Name of the work & NIT No.:

Sir,

1 This has reference to above referred tender. I/We have read/viewed all the
tender 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.

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

Yours faithfully,

(Signature of the tenderer)


With rubber stamp
Dated _________________

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure-III

INTEGRITY PACT

BETWEEN

NBCC(INDIA) LIMITED (NBCC) hereinafter referred to as “The Principal”


(which expression, unless repugnant to the context thereof, shall mean and
include its legal representatives, heirs and assigns)

AND

………………………………………...hereinafter referred to as “The Bidder/Architect


Firm/Consultant” (which expression, unless repugnant to the context thereof,
shall mean and include its legal representatives, heirs and assigns)

Preamble

The Principal intends to award, under laid down organizational procedures,


contract(s) for (Name of the contract)……………(hereinafter referred to as the
‘Project’). The Principal necessarily requires full compliance with all relevant laws
of the land, rules, regulations, economic use of resources and of fairness/
transparency in its relations with its Bidder(s) and/or Architect
Firm(s)/Consultant(s).

In order to achieve these goals, the Principal will appoint an Independent


External Monitor (IEM), who will monitor the tender process and the execution of
the contract for compliance with the Integrity Pact by all parties concerned, for
all works covered in the Project.

To meet the purpose aforesaid both the parties have agreed to comply this
Integrity Agreement (hereinafter referred to as "Integrity Pact" or "Pact"), the
terms and conditions of which shall also be read as integral part and parcel of
the Tender/Bid documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact,


the parties hereby agree as follows and this Pact witnesses as under:

Section 1 – Commitments of the Principal

Obligations on Principal

The Employer is committed to follow the principle of Transparency, Equity and


Competitiveness in Public Procurement.

(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles:-

a. No employee of the Principal, personally or through family members or


through any other channel, will in connection with the tender for or the
execution of a contract, demand, take a promise for or accept, for self or

Signature of Tenderer Signature of NBCC 61


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
third person, any material or immaterial benefit, which the person is not
legally entitled to.

b. The Principal will, during the tender process treat all Architect Firm(s)/
Consultant(s)/Bidder(s) with equity and reason. The Principal will in
particular, before and during the tender process, provide to all Architect
Firm(s)/ Consultant(s)/Bidder(s) the same information and will not
provide to any Architect Firm(s)/ Consultant(s)/Bidder(s),
confidential/additional information through which the Architect Firm(s)/
Consultant(s)/Bidder(s) could obtain an advantage in relation to the
tender process or the contract execution.

c. The Principal will exclude from the process all known prejudiced persons.
The Principal shall obtain bids from only those parties who have been
short-listed or pre-qualified or through a process of open advertisement/
web publishing or any combination thereof.

(2) If the Principal obtains information on the conduct of any of its employees,
Architect Firm(s)/ Consultant(s) or Bidder(s), which is a criminal offence
under the IPC/PC Act, or if there be a substantive suspicion in this regard,
the Principal will inform the Chief Vigilance Officer or the principal will take
remedial actions as per department/conduct rules and subject to its
discretion, can additionally initiate disciplinary actions.

(3) The Principal will enter into agreements with identical conditions with all
Architect Firm(s)/Consultant(s)/Bidder(s) for the different Work Packages in
the aforesaid Project.

(4) The Principal will disqualify from the tender process all Architect Firm(s)/
Consultant(s)/Bidder(s) with estimated cost of work put to tender of Rs 5.0
crores and above, who do not sign this Pact or violate its provisions.

Section2– Commitments of the Bidder(s)/Architect Firm(s)/Consultant(s)

Obligations on Bidder(s)/Architect Firm(s)/ Consultant(s)

To accept and comply with the Integrity Agreement in letter and spirit and
further agree that execution of the said Integrity Agreement shall be
separate and distinct from the main contract, which will come into existence
when tender/bid is finally accepted by Employer. Duration of the Integrity
Agreement shall be in the line with section 8 of the Integrity Agreement.

Bidder/Architect Firm/Consultant acknowledge that in the event of breach of


the Integrity Agreement Employer shall have unqualified, absolute and
unfettered right to take action under section 3.

(1) It is required that each Bidder/Architect Firm / Consultant(including their


respective officers, employees and associate consultants) adhere to the
highest ethical standards, and report to the Government / Department all
suspected acts of fraud or corruption or Coercion or Collusion of which it has
knowledge or becomes aware, during the tendering process and throughout
the negotiation or award of a contract.

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
(2) The Bidder(s) / Architect Firm(s)/ Consultant(s) commit(s) itself/themselves
to take all measures necessary to prevent corruption. He commits himself to
observe the following principles during his participation in the tender process
and during the contract execution.

(a) The Bidder(s) /Architect Firm(s)/Consultant(s) will not, directly or through


any other person or firm offer, promise or give to any of the Principal’s
employees involved in the tender process or the execution of the contract
any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage, of any kind whatsoever,
during the tender process or during the execution of the contract.

(b) The Bidder(s)/Architect Firm(s)/Consultant(s) will not enter with other


Bidders into any undisclosed agreement or understanding, whether
formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids
or any other actions to restrict competitiveness or to introduce
cartelization in the bidding process.

(c) The Bidder(s)/Architect Firm(s)/Consultant(s)will not commit any offence


under the relevant IPC/PC Act. Further the Bidder(s)/Architect
Firm(s)/Consultant(s)will not use improperly, for purpose of competition
or personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding
plans, technical proposals and business details, including information
contained or transmitted electronically.

(d) The Bidder(s)/Architect Firm(s)/ Consultant(s) of foreign origin shall


disclose the name and address of the Agents/representatives in India, if
any. Similarly, the Bidder(s)/Architect Firm(s)/ Consultant(s) of Indian
Nationality shall furnish the name and address of the foreign principals, if
any. Either the Indian agent on behalf of the foreign principal or the
foreign principal directly could bid in a tender but not both. It shall be
incumbent on the Indian agent and the foreign principal to Adhere to the
relevant guidelines of Government of India, issued from Time to time
regarding availing services of Indian Agents for foreign Suppliers.

Further details as mentioned in the “Guidelines on Indian Agents of


Foreign Suppliers” shall be disclosed by the Bidder(s)/Architect
Firm(s)/Consultant(s). Further, as mentioned in the Guidelines all the
payments made to the Indian agent/representative have to be in Indian
Rupees only.

(e) The Bidder(s)/Architect Firm(s)/Consultant(s)will, when submitting his


bid, disclose any and all payments he has made, is committed to or
intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract.

(f) The Bidder(s)/Architect Firm(s)/Consultant(s) to disclose any


transgression with any other company that may impinge on the anti-
corruption principle.

Signature of Tenderer Signature of NBCC 63


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
(3) The Bidder(s)/Architect Firm(s)/Consultant(s) will not instigate third persons
to commit offences outlined above or be an accessory to such offences.

(4) The Bidder(s)/Architect Firm(s)/Consultant(s) will not, directly or through any


other person or firm indulge in fraudulent practice means a wilful
misrepresentation or omission of facts or submission of fake/forged
documents in order to induce public official to act in reliance thereof, with the
purpose of obtaining unjust advantage by or causing damage to justified
interest of others and/or to influence the procurement process to the
detriment of the Government interests.

(5) The Bidder(s)/Architect Firm(s)/Consultant(s) will not, directly or through any


other person or firm use Coercive Practices (means the act of obtaining
something, compelling an action or influencing a decision through
intimidation, threat or the use of force directly or indirectly, where potential
or actual injury may befall upon a person, his/ her reputation or property to
influence their participation in the tendering process).

(6) The Bidder(s)/Architect Firm(s)/Consultant(s) signing IP shall not approach


the Courts while representing the matters to IEM and he/she will await their
decision in the matter.

(7) The Bidder(s)/Architect Firm(s)/Consultant(s), shall take the responsibility of


the adoption of IP by its associate consultants also.

Section 3- Disqualification from tender process and/or exclusion from


future contracts.

Without prejudice to any rights that may be available to the Employer under law
or the Contract or its established policies and laid down procedures, the
Employer shall have the following rights in case of breach of this Integrity Pact
by the Bidder(s)/ Architect Firm(s)/Consultant(s) and the Bidder/Architect
Firm/Consultant accepts and undertakes to respect and uphold the Employer
absolute right:

(1) If the Bidder(s)/Architect Firm(s)/Consultant(s), before awarding the Project


or during execution has committed a transgression by violating Section 2
above or in any other form so as to put his reliability or credibility in
question, the Principal, at its sole discretion, after giving proper opportunity
to the bidder is entitled to disqualify the Bidder(s) /Architect
Firm(s)/Consultant(s) from the tender process or terminate the contract, if
already awarded or exclude the Bidder/Architect Firm/Consultant from future
contract award processes, for that reason, without prejudice to any other
legal rights or remedies available to the Principal under the relevant clauses
of GCC/SCC of the tender/contract. The imposition and duration of the
exclusion will be determined by the severity of transgression and determined
by the Principal. Such exclusion may be forever or for a limited period as
decided by the Principal.

(2) If the Architect Firm(s)/Consultant(s)/Bidder(s) has committed a


transgression through a violation of any of the terms under Section 2 above
or in any other form such as to put his reliability or credibility into question,

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
the Principal will also be entitled to exclude such Architect
Firm(s)/Consultant(s)/Bidder(s) from future tenders/contract award
processes. The imposition and duration of the exclusion will be determined by
the Principal, keeping in view the severity of the transgression. The severity
will be determined by the circumstances of the case, in particular, the
number of transgressions and/or the amount of the damage.

(3) If it is observed after payment of final bill but before the expiry of validity of
Integrity Pact that the consultant has committed a transgression, through a
violation of any of the terms under Section 2 above or any other term(s) of
this Pact, during the execution of contract, the Principal will be entitled to
exclude the consultant from further tender/contract award processes.

(4) The exclusion will be imposed for a minimum period of six (6) months and a
maximum period of three (3) years.

(5) If the Architect Firm(s)/ Consultant(s)/Bidder(s) can prove that he has


restored/recouped the damage to the Principal caused by him and has
installed a suitable corruption prevention system, the Principal may, at its
sole discretion, revoke or reduce the exclusion period before the expiry of the
period of such exclusion.

Section 4- Compensation for Damages

(1) If the Principal has disqualified the Bidder(s)/Architect Firm(s)/Consultant(s)


from the tender process prior to the awarding of the Project according to
Section 3, the Earnest Money Deposit (EMD)/ Bid Security furnished, if any,
along with the offer, as per terms of the Invitation of Tender, shall also be
forfeited. The Bidder(s)/ Architect Firm(s)/ Consultant(s) understands and
agrees that this will be in addition to the disqualification and exclusion of the
Architect Firm(s)/Consultant(s)/Bidder(s) as may be imposed by the
Principal, in terms of Section 3 above.

(2) If, at any time after the awarding of the Project, the Principal has terminated
the contract according to Section 3, or if the Principal is entitled to terminate
the contract according to Section 3, the Security Deposit/Performance Bank
Guarantee furnished by the consultant, if any, as per the terms of the
NIT/Contract shall be forfeited without prejudice to any other legal rights and
remedies available to the Principal under the relevant clauses of General/
Special Conditions of Contract.
The Architect Firm(s)/Consultant(s)/Bidder(s) understands and agrees that this
will be in addition to the disqualification and exclusion of the Bidder(s)/Architect
Firm(s)/ Consultant(s), as may be imposed by the Principal in terms of Section 3
above.

Section 5- Previous transgression

(1) The Bidder(s)/Architect Firm(s)/ Consultant(s) herein declares that it has


committed no transgressions in the last 5 years with any other Company in
any country conforming to the anti-corruption approach as detailed herein or
with government/ Central Government or State Government or any other
Public Sector Enterprise in India that could justify its exclusion from the
tender process.

Signature of Tenderer Signature of NBCC 65


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
(2) If at any point of time during the tender process or after the awarding of the
Contract, it is found that the Bidder(s)/Architect Firm(s)/ Consultant(s) has
made an incorrect statement on this subject, he can be disqualified from the
tender process or if, as the case may be, that the Contract, is already
awarded, it will be terminated for such reason and the Bidder(s)/Architect
Firm(s)/ Consultant(s) can be black listed in terms of Section 3 above.

(3) If the Bidder/ Architect Firm/ Consultant can prove that he has resorted /
recouped the damage caused by him and has installed a suitable corruption
prevention system, the Employer may, at its own discretion, revoke the
exclusion prematurely.

Section 6- Independent External Monitor / Monitors

(1) The Principal shall, in case where the Project Value is in excess of Rs 5.0
crore and above, appoint competent and credible Independent External
Monitor(s) with clearance from Central Vigilance Commission. The Monitor
shall review independently, the cases referred to it to assess whether and to
what extent the parties concerned comply with the obligations under this
Integrity Pact.

(2) In case of non-compliance of the provisions of the Integrity Pact, the


complaint/ non-compliance is to be lodged by the aggrieved party with the
Nodal Officer only, as shall be appointed by the CMD, NBCC. The Nodal
Officer shall refer the complaint/ non-compliance so received by him to the
aforesaid Monitor.

(3) The Monitor will not be subject to any instructions by the representatives of
the parties and will perform its functions neutrally and independently. The
Monitor shall report to the Chairman-cum-Managing Director, NBCC.

(4) The Bidder(s) /Architect Firm(s)/ Consultant(s) accepts that the Monitor shall
have the right to access, without restriction, all Project documentation of the
Principal including that provided by the consultant. The consultant will also
grant the Monitor, upon his/her request and demonstration of a valid interest,
unrestricted and unconditional access to its project documentation. The
Monitor is under contractual obligation to treat the information and
documents of the Bidder(s) /Architect Firm(s)/ Consultant(s) with
confidentiality.

(5) The Principal will provide to the Monitor, sufficient information about all
meetings among the parties related to the Project, provided such meetings
could have an impact on the contractual relations between the Principal and
the consultant.
(6) As soon as the Monitor notes, or believes to note, a violation of this Pact, he
will so inform the Principal and request the Principal to discontinue and/or
take corrective action, or to take other relevant action(s). The Monitor can in
this regard submit non-binding recommendations. However, beyond this, the
Monitor has no right to demand from the parties that they act in a specific
manner and/or refrain from action and/or tolerate action.

(7) The Monitor will submit a written report to the CMD, NBCC within 4 to 6
weeks from the date of reference or intimation to it and, should the occasion

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
arise, submit proposals for corrective actions for the violation or the breaches
of the provisions of the agreement noticed by the Monitor.

(8) If the Monitor has reported to the CMD, NBCC, of a substantiated suspicion of
an offence under relevant IPC/PC Act, and the CMD, NBCC, has not, within
the reasonable time taken visible action to proceed against such offence or
reported it to the Chief Vigilance Officer, the Monitor may also transmit this
information directly to the Chief Vigilance Officer, NBCC.

(9) The word ‘Monitor’ means Independent External Monitor and includes both
singular and plural forms.

(10) For ensuring the desired transparency and objectivity in dealing with the
complaints arising out of any tendering process, the matter should be
examined by the full panel of IEMs jointly as far as possible, who would look
into the records, conduct an investigation, and submit their joint
recommendations to the Management.

(11) IEM should examine the process integrity; they are not expected to concern
themselves with fixing of responsibility of officers. Complaints alleging
malafide on the part of any officer of the organisation should be looked into
by the CVO of the concerned organisation.

(12) The role of IEM is advisory, would not be legally binding and it is restricted
to resolving issued raised by an intending bidder regarding any aspect of the
tender which allegedly restricts competition or bias towards some bidders.
At the same time, it must be understood that IEMs are not consultants to
the Management. Their role is independent in nature and the advice once
tendered would not be subject to review at the request of the organisations.

(13) Issues like warranty / guarantee etc. should be outside the purview of IEMs.

(14) The role of the CVO of the organization shall remain unaffected by the
presence of IEMs. A matter being examined by the IEMs can be separately
investigated by the CVO in terms of the provisions of the CVC Act or
Vigilance Manual, If a complaint is received by him/her or directed to
him/her by the commission.

Section 7 – Criminal charges against violating Bidder(s)/Architect


Firm(s)/Consultant(s)/Associate consultant(s)

If the Principal obtains knowledge of conduct of a Bidder/ Architect Firm/


Consultant or any employee or a representative or an associate of a
Bidder/Architect Firm/ Consultant, which constitutes a criminal offence under the
IPC/PC Act, or if the Principal has substantive suspicion in this regard, the
Principal will forthwith inform the same to the Chief Vigilance Officer, NBCC.

Section 8 – Duration of the Integrity Pact

This Pact shall come into force when both parties have legally signed it. The Pact
shall expire, in case of the Architect Firm(s)/Consultant(s), 3 (three) months
after the last payment under the Contract is made and in case of the

Signature of Tenderer Signature of NBCC 67


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
unsuccessful Bidder(s), 2 (two) months after the contract for the project has
been awarded.

If any claim is made / lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is
discharged / determined by CMD of NBCC.

The Bidder(s)/ Architect Firm(s)/ Consultant(s), however, understands and


agrees that even upon the completion of the Project and/or the last payment
under the Contract having been made, if any transgression/violation of the
terms of this Pact comes/is brought to the notice of the Principal, it may, subject
to its discretion, blacklist and/or exclude such Bidder(s)/ Architect Firm(s)/
Consultant(s) as provided for in Section 3, without prejudice to any other legal
right or remedy so available to the Principal.

Section 9 – Other provisions

(1) This agreement is subject to Indian Law. Place of performance and


jurisdiction is the Registered Office of the Principal, i.e. New Delhi.
(2) Changes and supplements as well as termination notices need to be made in
writing.
(3) If the Bidder/Architect Firm/ Consultant is a partnership or a consortium, this
agreement must be signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement shall remain valid and binding. In such a case,
the parties will strive to come to an agreement in accordance to their original
intentions.
(5) Wherever he or his as indicated in the above sections, the same may be read
as he/she or his/her, as the case may be.
(6) It is agreed term and condition that any dispute or difference arising between
the parties with regard to the terms of this Integrity Agreement / Pact, any
action taken by the Principal in accordance with this Integrity Agreement!
Pact or interpretation thereof shall not be subject to arbitration

___________________ ___________________

(For & On behalf of the Principal) (For & On behalf of Bidder/ Architect
Firm/ Consultant)
(Office Seal) (Office Seal)

Place_________
Date _________

Witness 1:
(Name & Address) _________________________
_________________________
Witness 2:
(Name & Address) _________________________
___________________________

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure-IV

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. Details of Registration of
Proprietor/Partners/Directors with various
Institutions
8. Name of Directors/Partners in the organization
and their status along with their qualifications.
9. Name(s) of the persons along with their
qualification and designation, who is
authorized to deal with NBCC
(Attach copy of power of Attorney)
10. Organization Chart of Key Personnel

11. Details of Awards/Appreciations supported with


document to be submitted.

12. Bank Details


Name of the Bank:
Account Number:
IFS Code:
Name & Address of the Branch:
MICR Code:

Signature of Bidder with Seal

Signature of Tenderer Signature of NBCC 69


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure-V

Organization setup of the company


(Details to be furnished in the following format)

S. Name Designation Qualification Professional Years Remarks


No. Experience with
and details firm
of work
carried out

Signature of Bidder with Seal

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure-VI
Tender for: -------------------------------------------------

DETAILS OF EXPERIENCE CERTIFICATES FOR THE WORK EXECUTED


DURING LAST 10 YEARS

(Details to be filled online)

S. Name of Name Date and Date Date of Cost of the Value Reference
N. work of No. of of Completion Work on of TDS and Page No.
and its Client Completion Start completion in case of
location Certificate of Documentary
Private Proof of the
Work detail missing
in completion
certificate
1.

2.

3.

4.

5.

6.

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.

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 71


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure-VII

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

Dispatch No…………
Date:………………

PROFORMA FOR WORK EXPERIENCE CERTIFICATE FROM CLIENTS


Name of Consultant:----------------------------------------------------

1 Name of work/project location

2 Name and Address of Clients

3 Agreement Amount

4 Cost of work on Completion

5 Date of Start

6 Stipulated date of completion

7 Actual date of completion

Amount of compensation levied


8
for delayed completion, if any

Type of work :Residential/


9
Non-Residential Building

Built Up Area of Residential


10
Component

Built Up Area of Non


11
Residential Component

Total Built Up Area (Residential


12
+ Non Residential)

Maximum Height of any


13
Building of this work

Maximum no of storeys of any


14
building of this work

15 Performance Report Outstanding Very Good Good Poor

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
(a) Quality of work

(b) Resourcefulness

(c) Financial soundness

(d) Technical Proficiency

(e) General behaviour

Date, Name & Designation,


Signature with Seal
Of the Issuing Authority

Signature of Tenderer Signature of NBCC 73


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure-VIII
PROFORMA FOR ON ROLL MANPOWER

No. of Years Total


Sr. Name of
Qualification Designation with the Experience
No. Employee
Company in years
A. Director/Partner/Chief Architect/Proprietor of company
1
2
B. Notified Team Leader
1
C. Notified Project Manager (for project above Rs. 100 cr.)
1
D. Architect (s)
1
2
3
4
5
6

 Attach Copies of CVs duly attested by the individual as well as by the


authorised signatory of the company.
 Attach Copies of Qualification, FORM-16/16A/26AS and latest salary slips
duly certified by the individual as well as by authorised signatory of the
company.
 For Team leader and Project manager, in support of claimed experience
associated with the Bidder, certified copy of Appointment/Offer letter (duly
certified by the individual as well as by authorised signatory of the company)
shall also be attached.
 In case of non-submission of any of the supporting document, Zero mark will
be given in the respective category.

Signature of Bidder with Seal

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure-IX
Tender for: -----------------------------------------------------

DETAILS OF SIMILAR WORKS EXECUTED DURING LAST 10 YEARS

(Details to be filled online)

S. Name of Name Date and Type of No. of No. of Height Ref. &
No. Work for of No. of Worki.e.Re Basements Storey of Page
which Clients Completion sidential or Building No. of
Experience Certificate Non Docume
Certificate Residential ntary
has been Proof of
submitted the
detail
missing
in
completi
on
certifica
te
1

2
3
4
5
6

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 75


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure-X

Name of Bidder-------------------------------------------------

TURN OVER FOR LAST THREE YEARS


(Details to be filled online)

I. Financial Analysis: This certificate is to be submitted in original along with the


Bid Documents.

1st FY 2nd FY 3rd FY (Last Average Annual Turnover


day of
preceding
Rs. (In Rs. (In Financial Rs. (In Lacs)
Lacs) Lacs) Year)

Rs. (In
Lacs)
a b c (a+b+c)/3
(i) Annual
Turnover
for the
Financial
Year
(FY) *

* As per audited balance sheet

II. Summarised page of Profit & Loss Account of previous three Financial Years is
to be enclosed.

Signature of Chartered Accountant Signature ofthe Bidder


with Seal with Seal

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure-XI

TDS DETAILS FOR PRIVATE SECTOR PROJECTS


(Details to be filled online)

S. Nam Nam Project Ref.No.a Cost of Total Paymen TDS Year


No. e of e of Cost nd Date the work Consultan ts Correspondi wise TDS
wor Client in of issue on cy Fee for receive ng to the asper
k s Crores of completi the d as payments Form-
Completi on in Project per 26AS
on crores In Lakhs TDS in relating
Certificat Lakhs to the
e work

1.

2.

3.

4.

5.

6.

Note: Value of Work done will be considered commensurate with 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 Charted
Accountant with Stamp and
Membership Number

Signature of Tenderer Signature of NBCC 77


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure XII

Details of Associate Consultants

S. Description Details
No.

1 Structural Consultant

2 Façade Designer

3 Interior Designer

4 Electrical Consultant

5 Plumbing & Fire Consultant

6 Acoustic Consultant

7 Traffic & Parking Consultant

8 Environment Consultant

9 Green Building Consultant

10 Lighting Consultant

11 HVAC Consultant

12 Landscape Consultant

13 Audio Visual Consultant

14 I.T. System Consultant

15 Consultant for any other special Work

Signature of Applicant with seal

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure -XIII

GST Registration Details

Sr.
Consultant / Vender Details
No.
1 Entity Name

2 Address (As per registration with GST)

3 City

4 Postal Code

5 Region/ State (Complete state Name)

6 Permanent Account Number

7 GSTN/ ARN/ UID/ Provisional ID No.

(Copy of Acknowledgement required)

8 Type of Business (As per registration with


GST)

9 Service Accounting Code/ HSN Code

10 Contact Person

11 Phone Number and Mobile Number

12 E-mail ID

13 Compliance Rating (If updated by GSTN)

Signature of Applicant with seal

Signature of Tenderer Signature of NBCC 79


Digitally signed by UJJWAL
www.nbccindia.com
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure XIV

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. Name Name and Name, Name of Complete E- Phone
No. of the Designation of the phone/contact Head of the Postal mail no.
Work Experience number and organization address ID
certificate issuing working e-mail
authority with ID of the
phone/contact highest
number and authority
working e-mail ID heading the
project
1.
2.
3.

Seal and Signature of Bidder

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


Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
GENERAL CONDITIONS
OF CONTRACT - 2022
For Architectural & Engineering
Consultancy Services
(PMC CONTRACTS)

NBCC (INDIA) LIMITED


(A Government of India Enterprise)

CORPORATE OFFICE: NBCC Bhawan, Lodhi Road, New Delhi-110003 l CIN-L74899DL1960GOI003335


WEBSITE : www.nbccindia.com l E-MAIL : co.sectt@nbccindia.com l LANDLINE : 011 - 43591555 / 24367314-15

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IS
I Mar na( PSt

NBCC (INDIA) LIMITED


A Government of Ida Eerpnse i

CONTRACT ENGINEERING DIVISION

No. CE/ GCC Consultancy (PMC)/2022/.1.59 11/10/2022

ALL HODs/ RBG/SBG Heads

Sub: - NBCC GCC (ConsuJtancy) for PMC Works - 2022 - Amendment No.: 01

Dear Sir(s),
With reference to the subject cited above, please find enclosed herewith
"Amendment No.: 01" to the NBCC GCC (Consultancy) for PMC Works - 2022. This
Amendment will be an integral part of NBCC GCC (Consultancy) for PMC Works - 2022.

This Amendment (placed as Annexure-1) contains modification in Sub-para (b) of Cl. 2.0
(I) (A) under Section 03 (Conditions of Contract) of NBCC GCC (Consultancy) for PMC
Works-2022.

This Amendment shall be effective from the date of issue of this circular.

This issues with the approval of the competent authority.

Thanking you,
Yours faithfully,

Rakesh Garg
Sr. ED (CE)

Encl.: As above
Circulation through ERP only

Copy for kind information to:


1) TO to CMD/
2) TO to Director (Projects)/
3) AGM to Director (Fin.)/
4) Sr. EDs

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 I
t Mar«ma (PI

NBCC (INDIA) LIMITED


A Government f India E erpne ,
Annexure 1

Amendment No. 01
to
NBCC GCC (Consultancy) for PMC Works - 2022

The modified clause in NBCC GCC (Consultancy) for PMC Works - 2022 is as under:

Modification in NBCC GCC (Consultancy) for PMC Works 2022

(Showing Deletion in RED and Addition in GREEN)


Section - 3

CONDITIONS OF CONTRACT

2.0 Scope of Work:

NBCC would furnish the requirements and area schedule for various functions to the
Architect firm /Consultant, the Architect firm/Consultant shall, there upon, render the
following services and deemed to be included in their quoted price unless mentioned
otherwise:

I. Preliminary Stage

A. Preliminary Concept Report:


The Consultant shall

a) Furnish a site evaluation and analysis report with basic approach to


Circulation, activity, distribution and interaction and external linkage.

b) NBCC shall provide the Topographic Survey Drawings & Soil


Investigation Report to the consultant. However, it shall be the
responsibility of consultant to carry out additionally the Soil Investigation
if required at his own-cost. Further, consultant is-not absolved of his
responsibility of accuracy of his design on account of topographic
survey/soil investigation provided by NBCC.The_Consultant shall provide
the Topographic Survey Drawings & Soil Investigation Report to the
NBCC. The Consultant is also responsible for collection of any
data/information which he may need for his design from any relevant
source including (but not limited to) statutory bodies, Power Distribution
companies etc.

**** **** ****

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 I
NBCC (INDIA) LIMITED
(A Government of India Enterprise )

CONTRACT ENGINEERING DIVISION

No. CE/ GCC Consultancy (PMC)/2022/..15.6 01/11/2022

ALL HODs/ RBG/SBG Heads

Sub: - NBCC GCC (Consultancy) for PMC Works - 2022 - Amendment No.: 02

Dear Sir(s),
With reference to the subject cited above, please find enclosed herewith
"Amendment No.: 02" to the NBCC GCC (Consultancy) for PMC Works - 2022. This
Amendment will be an integral part of NBCC GCC (Consultancy) for PMC Works - 2022.

This Amendment (placed as Annexure-1) contains modification in Cl. 1.0, Cl.16.0, Cl.17.0
& Cl. 19.0 under Section 01 (Notice inviting E-tender) of NBCC GCC (Consultancy) for PMC
Works-2022.

This Amendment shall be effective from the date of issue of this circular.

This issues with the approval of the competent authority.

Thanking you,

Yours faithfully,

Rakesh Garg
Sr. ED (CE)

Encl.: As above
Circulation through ERP only

Copy for kind information to:


1) TO to CMD/
2) TO to Director (Projects)/
3) AGM to Director (Fin.)/
4) Sr. EDs

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 I
th
Aa rama CPSE

NBCC (INDIA) LIMITED


( A Government of India Enterprise )

Annexure 1

Amendment No. 02
to
. GCC (Consultancy) for PMC Works - 2022
NBCC .

The modified clauses in NBCC GCC (Consultancy) for PMC Works - 2022 are as under:

Modification in GCC (Consultancy) for PMC Works 2022


(Showing Deletion in RED and Addition in GREEN)
Section 01

NOTICE INVITING e-TENDER (NIT)

1.0 .....
Earnest Money Deposit Rs. ·········································

( ......................................................
... ... ... ... .. ... ... ... ... ... ... ... ... ... ... ... ......
Only <In words) through online e-payment
gateway or in the form of Bank Guarantee
(BG)

Bank Details of NBCC {India} Ltd. for


Bank Guarantee only:
• Name of Beneficia[Y: NBCC (India} Ltd .
• Bank:
• Branch:
• Current A/C No.:
• IFSC Code:
Non-refundable cost of tender / Rs.----------------- + GST @ X%*
Bid document through online e-payment gateway
Only._in the shape of DD/PO in favour
ef NBCC (India) Ltd. payable at
····················
*X% shall be 18% or as prevailing
on the date of NIT
Bank Details of NBC (For the purpose
ef BG)
Name of Beneficiary. NBCC (INDIA)
LIMITED
Bank; Union Bank ef IAdia, Lodhi
Colony, New Delhi(3524)
Current A/C No. 352401010035007
IFS Eede : l:JBIN0535249

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 I
t
4 Navratna CPSE

NBCC (INDIA) LIMITED


(A Govemment ofIndia Enterprise )

Non-refundable cost of e-tender Rs.----------------- through e-payment


processing fee gateway to M/s Railtel Ltd.
..... . .....
Period during which Bank Upto11.00 AM on or before the date of
Guarantee against EMD(if opening of Technical Bid
submitted in form of BG), Letter of
Unconditional Acceptance,
Affidavit for Correctness of
Documents/ information Cost of
Bid Document, etender
processing fee and other
documents as per NIT (all
original) in hard form shall be
submitted

Section 01
NOTICE INVITING e-TENDER (NIT)
16. Earnest Money Deposit:

Earnest Money Deposit of amount as mentioned in "NIT of Tender'' required to be


submitted along with the tender shall be paid either through online e-payment
gateway or in the form of Demand Draft payable at pf.ace as mentioned in NIT in
favour of NBCC- (India) Limited from any Scheduled bank. The Bank Guarantee
towards EMO is also acceptable (in the prescribed format as per Section-6) issued
from any Nationalized Bank/Scheduled Banks. EMO shall be submitted in the
prescribed proforma.

The Bank Guarantee against EMO (if submitted) shall be valid for a minimum period
of 180 (One Hundred eighty) days from the original last day of submission of bid as
per NIT. The Bank Guarantee against EMO (if submitted) shall be scanned and
uploaded to thee-Tendering website within the period of bid submission and original
should be deposited in office of NBCC.

16.1 The EMO shall be payable to NBCC without any condition(s), recourse or
reservations.

i) The Bid will be rejected by NBCC as non-responsive and shall not be


considered in case EMO is not received in physical form of the requisite
amount and/or Bank Guarantee (if opted)in_the physical form.

ii) The EMO of unsuccessful bidders in technical evaluation shall be


returned within 30 days of declaration of technical evaluation results.
Further, the EMO of bidders other than L1 will be returned within 15 days,
after opening of Financial Bid.

iii) ....

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 I
-
4arramna CPSE

Section 01

17. List of Documents to be scanned, and uploaded on thee-tender website within


the period of bid submission:

a. Demand Draft/ Pay Order or Banker's Cheque or Bank Guarantee of any


Nationalised or Scheduled Commercial Bank against EMO (if submitted in
form of BG).

b. Demand Draft/Pay- order or Banker's Cheque of any Nationalised or


Scheduled Commercial Bank towards cost of Bid Document.

.b.Annexure-I: Affidavit dully notarized by notary public on Non-Judicial stamp


paper of Rs. 100 for correctness of document/information.

Eh_
c ._Annexure-11: Unconditional letter of acceptance of tender conditions (in
original) (duly signed on letter head of the applicant/ bidder).

e.d. Proof of payment through e-payment gateway to e-tendering service


provider.

f:._
e._Annexure-111 to Annexure-XIII if applicable

f. _Corrigendum I Addendum I Other documents, if any


§-:-_

hg.Power of Attorney/Board Resolution of the person authorised for signing


/submitting the tender.

Hh. Annexure- XIV - Performa for Details of Client Organization in respect of


Work Experience Certificates

NOTE:

(1) The documents at SI. No. a, b,_&_c &ie.


dCost
(of bid document,
Demand Draft/Pay order or Banker's Cheque or Bank Guarantee of any
Nationalised or Scheduled Commercial Bank against EMO (if submitted
in form of BG). 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
Bid submission. All other documents are not required to be submitted in
hard copy.

(2) In case of non-submission of Cost of Bid document and/or Demand


Draft/Pay order or Banker's Cheque or Bank Guarantee of any
Nationalised- or Scheduled Commercial Bank against EMD of the

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 I
"
4a rama CPSE

NBCC (INDIA) LIMITED


(A Government of ldia Enterprise )

requisite amount and/or Bank Guarantee (if opted) in the physical form,
the bid shall be rejected out rightly without seeking any further
clarification.

(6) Demand Draft/Pay order or Banker's Cheque or Bank Guarantee of any


Nationalised or Scheduled Commercial Bank against EMO submitted by
the bidders shall be strictly in the format prescribed in GCC. In case,
Bank Guarantee for EMO is not found verbatim in the prescribed format,
the bid will be liable for rejection.

Section 01

19. The envelope containing requisite bid documents should also indicate clearly the
name of the tenderer and his address. In addition, the left hand top corner of the
envelope or container should indicate the name of the work, name of the document
in the envelope with bid opening date and time and addressed to address
mentioned above and shall reach up to 11.00 Hrs on or before date of Technical
Bid. The online bid shall be opened at 11 :30 Hrs. on the same day.

Online technical bid documents submitted by intending tenderers shall be opened


only of those tenderers, whose Demand Draft/Pay order or Banker's Cheque or
Bank Guarantee of any Nationalised or Scheduled Commercial Bank against
Earnest Money Deposit (if submitted in form of BG), Cost of Bid Document,
Unconditional letter of acceptance and Affidavit for correctness of
documents/information are submitted alongwith the bid.

kkkk kkkk kkkk kkkk

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 I
KatrIna CPSE

NBCC (INDIA)
( A Go';emment
LIMITED
oftndFaEnUpdse
}

CONTRACT ENGINEERING DIVISION

No. CE/ GCC Consultancy (PMC)/2024/.gP.6 qH ./04/2024

ALL HOD s/ RBG/SBG Heads

Sub: - NBCCGCC (Consultancy)for PMC Works - 2022 – Amendment No.: 03

Dear Sir(s),
With reference to the subject cited above, please find enclosed herewith "Amendment

No.:03” to the NBCCGCC (Consultancy) for PMC Works – 2022. This Amendment will be an
integral part of NBCC GCC (Consultancy)for PMC Works- 2022.

This Amendment (placed as Annexure-1) contains modification in the following clauses of NBCC
GCC (Consultancy) for PMC Works-2022.

S.N SECTION NO CLAUSE NO

1 SECTION-01: NOTICE INVITING E-TENDER Cl. 2.0 B


Cl.7.0
2 SECTION-03: CLAUSESOF CONTRACT
Deletion of Cl.8.0
SECTION-06: FORMATS &ANNEXURES Annexure-X

This Amendment shall be effective from the date of issue of this circular.

This issues with the approval of the competent authority.

Thanking you,

Yours faithfully,

,a~
Viv9ff;upta
GM (CE)

Encl.: As above

Circulation through ERP only

Copy for kind informationto:


1) O.S.D. to CMD/ T.O to Director (Commercial)
2) S.E.O to Director (Finance)
3) T.O to Director (Projects)
wild Wait

NBCC

NBCfJ IIU:$b2EHM:TED
Annexure„'l

Amendment No. 03
to
NBCC GCC (Consultancy) for PMC Works - 2022

The modified clauses in NBCC GCC (Consultancy)for PMC Works– 2022 are as under:

Modification in GCC (Consultancy) for PMC Works 2022


(Showing Deletion in RED and Addition in GREEN)
Section'. 01
Notice Inviting e-Tender
2.0 Minimum Eligibility Criteria:

The interested bidders should meet the following minimum qualifying criteria:

A Work Experience:

B. Financial Strength:
The Average annual audited financial turnover (after enhancement)for last
3 years shall be at least 40%of the estimatedconsultancyfee put to tender.
The requisite Turn Over shall be duly certified by a Chartered Accountant
with his Seal/ signaturesand registrationnumber.
In case the precedinq financial year is unaudited, then an affidavit certified
by Chartered Accountant in this regard shall be subrnitted by the bidder and
the threeFinancialYears immediatelypreceding the previous FinancialYear
shall be consideredfor evaluation
In case of Companies/Firms less than 3 years old, the Average annual
financial turnover shall be worked out for the available period only.

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.
11 _Thebidders are required to upload page of summarised Balance Sheet
(Audited) and also page of summarisedProfit & Loss Account (Audited) for
immediate last threeyears.
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
149/,. Figures of turnover of 2019-20 shaFtbe enhanced by 27%.
Nd&b

NBCC(INDIA) LIMITED
(A (byerrlment of india fF)riseI

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 %.

SECTION -3

CLAUSES OF CONTRACT

7.0 Performance Security/ Guarantee

7.1 For the due performanceof the contract in accordancewith the terms and conditions
specified, the consultantshall on the day or beforesigning the contract which shall
not be later than 45 (Forty five) days of the issue of the Letter of Award/ Letterof
Intent, furnish performance security / Guarantee on the Performa of NBCC(India)Ltd .
from a Nationalized/Scheduled Bank to the extent of A5% of the value of total
consultancyfees of consultant(at this stage it shall be worked out consideringthe
estimatedproject cost). The BankGuarantee shall remain valid till stipulatedtime for
completion of workDefect Liability Period plus 90 days. The EMD paid by the
Consultant shall be returned to the consultant after receipt of Performance
Guarantee.

7.2 The Bank Guarantee shall be in favour of NBCC(India) Limited, payable at New
Delhi. The Bank Guarantee should be (in the prescribed format of NBCC as per
Section-6)issued from any NationalizedBank/Scheduled Bank.

7.3 It is expressly understoodand agreed that the performance security is intended to


secure the performanceof entire contract. It is also expressly understoodand agreed
that the performance security is not to bo construed The forfeiture of Performance
Security by the NBCC, would not operate as bar/set off/adjustmentfrom any amount
of money which becomes recoverableor is recovered by the NBCC to cover any
damages detailed/ stipulated in various clauses in the Contract document. In case
of Performance Security being forfeited by the NBCC, the consultant would
immediately replenish the amount of PerformanceSecurity BankGuarantee.

7.4 The performancesecurity will be dischargedby NBCCand returned to the Architect


firm/consultant after successful physical completion of the project at site and
submission of completion drawingsand documentsto NBCC and statutory bOdiesT
and after completionof Defect Liability Period of contractor.

7.5 NBCC reserve the right of forfeiture of the performance guarantee in additions to
otherclaims and penaltiesin the event of the consultant’s failure to fulfil any of the
NBCC(INDIA) LIMITED
A Chiemment of Incli-a Enwprise j

contractualobligations or in the event of termination of contract as per terms and


conditions of contract.

7.6 Shouldthe stipulatedtime for completionof work, for whatever reason be extended,
the consultant,shall at his own cost, get the validity period of BankGuarantee in
respect of performance security furnished by him extended and shall furnish the
extended / revised Bank Guarantee to NBCCbefore the expiry date of the Bank
Guarantee originally furnished.

8.0 Deleted Retention Money

“RetentionMoney”, in addition to the performanceguarantee.

conditions of contract.
Section-06
Formats & Annexures
An nexure-X

bI a rT1e c) f B i (1 (1 e1rT ====n==nnn=n==n=M ==n== ===nun====nunnnunnnunn nunn

TURN OVER FOR LAST THREE YEARS


(Details to be filled online)

I. FinancialAnalysis: This certificate is to be submitted in original along with the


Bid Documents.

3'd FY (Last Average


day of
Annual
preceding
Particulars Financial Turnover
Rs. (in 'Enhanced
Year) Rs. (in Lacs)
Lacs) Rs. (in Lacs
a (a+b+c)/3
Annual Turnover
for the Financial
Year (FY)*
Enhanced Annual
Turnover fjgures
at s DIe in-terest
m, Der annum
Ihit dI el Ba
NBCC
,{ \alPM

NBCC (INDIA)
{ A Ca$ernment
of
LIMITED
Enterprise
lodi-a )

* As per audited balance sheet

II. Summarised page of Profit & Loss Account of previous three Financial Years is
to be enclosed.

I
Signature of Chartered Signature of the Bidder
Accountant with Seal with Seal
Membership No.
UDIN :

++++
Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 I
Annexure-I
Amendment No. 04
to
NBCC GCC (Consultancy) for PMC Works - 2022

The modified clauses in NBCC GCC (Consultancy) for PMC Works – 2022 are as under:

Modifications in GCC (Consultancy) for PMC Works 2022


(Showing Deletion in RED and Addition in GREEN)
SECTION- 01
2.0 Minimum Eligibility Criteria:
The interested bidders should meet the following minimum qualifying criteria:
A. Work Experience:
.....
vii) Certificates in the name of other companies:
a. Certificates of Subsidiary/Group Companies:
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. However, 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 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.

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IST
SECTION- 01
2.0 Minimum Eligibility Criteria:
The interested bidders should meet the following minimum qualifying criteria:
……
B. Financial Strength:
I. The Average annual audited financial turnover (after enhancement) for
last 3 years shall be at least 40% of the estimated consultancy fee put
to tender. The requisite Turn Over shall be duly certified by a Chartered
Accountant with his Seal/ signatures and registration number.
In case the preceding financial year is unaudited, then an affidavit the
same shall be certified by Chartered Accountant in this regard shall be
submitted by the bidder in Annexure-X 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 the available period only.
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.

II. The bidders are required to upload page of summarised Balance Sheet
(Audited) and also page of summarised Profit & Loss Account (Audited)
for immediate last three years.

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 %.

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IST
SECTION-01
17. List of Documents to be scanned, and uploaded on the e-tender website within
the period of bid submission:
a. Bank Guarantee of any Nationalised or Scheduled Commercial Bank against
EMD (if submitted in form of BG).
b. Annexure-I: Affidavit dully notarized by notary public on Non-Judicial stamp
paper of Rs. 100 for correctness of document/information.
c. Annexure-II: Unconditional letter of acceptance of tender conditions (in
original) (duly signed on letter head of the applicant/ bidder).
d. Proof of payment through e-payment gateway to e-tendering service
provider.
e. Annexure-III to Annexure-XIII if applicable
f. Corrigendum / Addendum / Other documents, if any
g. Power of Attorney/Board Resolution of the person authorised for signing
/submitting the tender.
h. Annexure- XIV – Performa for Details of Client Organization in respect of
Work Experience Certificates
NOTE:
(1) The documents at Sl. No. a, b & c (i.e. Bank Guarantee of any Nationalised
or Scheduled Commercial Bank against EMD(if submitted in form of BG),
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 Bid 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 (if opted) in the physical form, the bid shall be rejected out rightly
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 (strictly
as per prescribed format) before online submission of bid. The bid shall be
rejected outrightly in case of its non-submission at the online portal, without
seeking any further clarification/document. No claim of the consultant
whatsoever shall be entertained by NBCC on this account.
(4) The bidders are advised to submit complete details with their bids. The
Technical Bid Evaluation will be done on the basis of documents uploaded

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IST
on e-tendering web site(s) 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) Bank Guarantee of any Nationalised or Scheduled Commercial Bank
against EMD submitted by the bidders shall be strictly in the format
prescribed in GCC. In case, Bank Guarantee for EMD is not found verbatim
in the prescribed format, the bid will be liable for rejection.
(7) All the uploaded documents duly sealed and signed by the Power of
Attorney holder should be in readable, printable and legible form failing
which the Bids are liable for rejection.
……
……

SECTION- 03
CLAUSES OF CONTRACT
7.0 Performance Security/ Guarantee

7.1 For the due performance of the contract in accordance with the terms and
conditions specified, the consultant shall on the day or before signing the
contract which shall not be later than 45 (Forty five) days of the issue of the Letter
of Award/ Letter of Intent, furnish performance security / Guarantee in the form
of Bank Guarantee on the Performa of NBCC(India)Ltd. from a
Nationalized/Scheduled Bank to the extent of 5% of the value of total
consultancy fees of consultant (at this stage it shall be worked out considering
the estimated project cost). Fifty percent (50%) of Performance Guarantee can
be submitted in the form of Insurance Surety Bond, issued by Insurance
Company authorized by Insurance Regulatory and Development Authority of
India, in the attached format. In such cases, the remaining 50% of performance
guarantee (i.e. an amount equal to 2.5% of the contract value) shall have to be
deposited in the form of BG as prescribed above. The Bank
Guarantee/Insurance Surety Bond shall remain valid till stipulated time for
completion of Defect Liability Period plus 90 days. The EMD paid by the
Consultant shall be returned to the consultant after receipt of Performance
Guarantee.
As, Insurance Surety Bond is a part of Performance Guarantee, relevant
provisions applicable to Performance Guarantee/ Performance Bank Guarantee

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IST
shall also be applicable to Insurance Surety Bond.

7.2 The Bank Guarantee/ Insurance Surety Bond shall be in favour of NBCC (India)
Limited, payable at New Delhi. The Bank Guarantee or Insurance Surety Bond
should be (in the prescribed format of NBCC as per Section-6) issued from any
Nationalized Bank /Scheduled Bank or Insurance Company respectively.

7.3 It is expressly understood and agreed that the performance security is intended
to secure the performance of entire contract. The forfeiture of Performance
Security by the NBCC, would not operate as bar/set off/adjustment from any
amount of money which becomes recoverable or is recovered by the NBCC to
cover any damages detailed/ stipulated in various clauses in the Contract
document. In case of Performance Security being forfeited by the NBCC, the
consultant would immediately replenish the amount of Performance Security.
7.4 The performance security will be discharged by NBCC and returned to the
Architect firm/consultant after successful physical completion of the project at
site and submission of completion drawings and documents to NBCC and
statutory bodies and after completion of Defect Liability Period of contractor.

7.5 NBCC reserve the right of forfeiture of the performance guarantee in additions
to other claims and penalties in the event of the consultant’s failure to fulfil any
of the contractual obligations or in the event of termination of contract as per
terms and conditions of contract.

7.6 Should the stipulated time for completion of work, for whatever reason be
extended, the consultant, shall at his own cost, get the validity period of Bank
Guarantee/Insurance Surety Bond in respect of performance security furnished
by him extended and shall furnish the extended / revised Bank
Guarantee/Insurance Surety Bond to NBCC before the expiry date of the Bank
Guarantee/Insurance Surety Bond originally furnished.

SECTION- 03
20.0 General:
…..
…..
9. Recovery/Penalties can be recovered from the consultancy fee/EMD/BG
Performance Guarantee/ any payment/ dues of the other works that the
consultant is doing or would be doing for NBCC at that time.

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IST
SECTION- 06
FORMATS & ANNEXURES
Annexure-III
INTEGRITY PACT
…….
…….
Section 4- Compensation for Damages

(1) If the Principal has disqualified the Bidder(s)/Architect Firm(s)/Consultant(s) from


the tender process prior to the awarding of the Project according to Section 3, the
Earnest Money Deposit (EMD)/ Bid Security furnished, if any, along with the offer,
as per terms of the Invitation of Tender, shall also be forfeited. The Bidder(s)/
Architect Firm(s)/ Consultant(s) understands and agrees that this will be in
addition to the disqualification and exclusion of the Architect
Firm(s)/Consultant(s)/Bidder(s) as may be imposed by the Principal, in terms of
Section 3 above.

(2) If, at any time after the awarding of the Project, the Principal has terminated the
contract according to Section 3, or if the Principal is entitled to terminate the
contract according to Section 3, the Security Deposit/Performance Bank
Guarantee furnished by the consultant, if any, as per the terms of the
NIT/Contract shall be forfeited without prejudice to any other legal rights and
remedies available to the Principal under the relevant clauses of General/ Special
Conditions of Contract.

The Architect Firm(s)/Consultant(s)/Bidder(s) understands and agrees that this will be


in addition to the disqualification and exclusion of the Bidder(s)/Architect Firm(s)/
Consultant(s), as may be imposed by the Principal in terms of Section 3 above.

SECTION- 06
Annexure-X

Name of Bidder-------------------------------------------------

TURN OVER FOR LAST THREE YEARS


(Details to be filled online)

I. Financial Analysis: This certificate is to be submitted in original along with the Bid
Documents.

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IST
S.N. Particulars 1st FY 2nd FY 3rd FY (Last Average Annual
day of Turnover
preceding (Enhanced)
Rs. (In Rs. (In Lacs) Financial
Lacs) Year) Rs.(In Lacs)
Rs.(In Lacs)
(a+b+c)/3
i. Annual Turnover for
the Financial Year
(FY)*

ii. Enhanced Annual a b c


Turnover figures at
simple interest of 7%
per annum.

* As per audited balance sheet

II. Summarised page of Audited Profit & Loss Account and Audited Balance Sheet
of previous three Financial Years duly certified by the chartered accountant, is to
behave been enclosed.

III. 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 Signature of the Bidder


Accountant with Seal with Seal
Membership No.
UDIN :

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IST
SECTION- 06

PROFORMA OF SURETY BOND FOR PERFORMANCE GUARANTEE

(Non-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 awarded a work order/contract / supply order No. Dated
(hereinafter called “the said contract”) to M/s. ................. ...................................having
its registered Head Office at ....... (hereinafter called the Architect/ Consultant firm)
which expression shall unless repugnant to the subject or context includes its
successors and assigns at a total price of Rs............... subject to the terms and
conditions contained in the contract.

WHEREAS, the terms and conditions of the contract require the the Architect/
Consultant firm to furnish a Surety Bond for Rs............... (Rupees...................) being
............% of the value of total consultancy fees for proper execution and due
fulfilment of the terms and conditions contained in the contract.

We, the.......... , (hereinafter called “Surety Insurer”) which expression shall unless
repugnant to the subject or context include its successors and assigns) having our
registered office at ….... and branch office at ....... hereby unconditionally and
irrevocably undertake and guarantee payment to NBCC forthwith on the same day
on demand in writing and without protest or demur of any and all moneys payable
by the Architect/ Consultant firm to NBCC under, in respect or in connection with
the execution/supply of and performance of the works/equipment, inclusive of any
loss, damages, charges, expenses and costs caused to or suffered by or which
would be caused to or suffered by NBCC by reason of any breach by the the
Architect/ Consultant firm of any of the terms and conditions contained in the contract
as specified in the notice of demand made by NBCC to the Surety Insurer with
reference to this Surety Bond up to and aggregate limit of Rs. ............. (Rupees
.........only) the Surety Insurer hereby agrees with NBCC that:

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IST
1. This Surety Bond shall be continuing guarantee and shall remain valid and
irrevocable for all claims of NBCC and liabilities of Architect/ Consultant firm till
the date of expiry of Surety Bond i.e. …………. The claim period of the Surety
Bond shall be for a period of 12 Months after the date of expiry of Surety Bond.

2. NBCC shall have the fullest liberty without our consent and without affecting
in any manner our obligations and liabilities hereunder to vary any of the terms
and conditions of the said contract or to extend time for performance of contract
by the Architect/ Consultant firm from time to time or to postpone for any time or
from time to time any of the powers exercisable by NBCC against the
Architect/ Consultant firm under the contract and forbear or enforce any of the
terms and conditions relating to the said contract and we shall not be relieved
from our liability by reason of any such variations or extension being granted to
the contractor or for any forbearance, act or omission on the part of NBCC or
any indulgence by NBCC to the Architect/ Consultant firm or by any such matter
or thing whatsoever, which under the law relating to the sureties would, but for
this provision, have effect of so relieving us.

3. This Surety Bond shall be in addition to any other Surety Bond or security
whatsoever NBCC may now or at any time have in relation to the performance
of the works/equipment and NBCC shall have full authority to take re-course or
to enforce this security in preference to any other Surety Bond or security which
the NBCC may have or obtained and no forbearance on the part of NBCC in
enforcing or requiring enforcement of any other security shall have the effect of
releasing the Surety Insurer from its liability hereunder.

4. This Surety Bond shall not be determined or affected by the liquidation or winding
up, dissolution or change of constitution or insolvency of the Architect/ Consultant
firm, but shall in all respects and for all purposes be binding and operative until
payment of all moneys payable to NBCC in terms thereof are paid by the Surety
Insurer or till expiry of the Surety Bond including claim period of Surety Bond,
whichever is earlier.

5. The Surety Bond in no event be terminable, for any change in the constitution of
the Surety Insurer or for any other reasons whatsoever and the liability of the
Surety Insurer hereunder shall not be impaired or discharged by any extension
of time or variations or alterations made, given, or agreed with or without
knowledge or consent of NBCC, by or between the Architect/ Consultant firm and
the Surety Insurer.

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IST
6. The Surety Insurer hereby waives all rights at any time inconsistent with the terms
of this Surety Bond and the obligations of the Surety Insurer in terms hereof,
shall not be otherwise effected or suspended by reasons of any dispute or
disputes having been raised by the Architect/ Consultant firm (whether or not
pending before any Arbitrator, Tribunal or Court) or any denial of liability by the
Architect/ Consultant firm stopping or preventing or purporting to stop or prevent
any payment by the Surety Insurer to NBCC in terms hereof.

7. The amount stated in any notice of demand addressed by NBCC to the Surety
Insurer as liable to be paid to NBCC by the Architect/ Consultant firm or as
suffered or incurred by NBCC on account of any losses or damages, costs,
charges and / or expenses shall as between the Surety Insurer and NBCC be
conclusive of the amount so liable to be paid to NBCC or suffered or incurred
by NBCC as the case may be and payable by the Surety Insurer to NBCC in
terms hereof subject to a maximum of Rs ...........(Rupees ....................only).

8. Unless demand or claim under this Surety Bond is made on the Surety Insurer in
writing within 12 Months after the date of expiry of the Surety Bond, the Surety
Insurer shall be discharged from all liabilities under this Surety Bond there under.

Notwithstanding anything contained herein before our liability under this Surety Bond
is restricted to Rs. ................ (Rupees............................only). This Surety Bond will
expire on...... Any claim under this Surety Bond must be received by us within 12
Months after the date of expiry.

This Surety Bond is subject to the Uniform Rules for Demand Guarantees (URDG)
2010 Revision, ICC Publication No. 758, except that the supporting statement under
Article 15(a) is hereby excluded.

Signed this ................... day of ..................... at……….

For and on behalf of Company

WITNESS.
1._______________

2._______________

ATTESTED BY (NOTARY PUBLIC)

**** **** **** ****

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 IST
Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 IS
Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 IS
Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 IS
Digitally signed by UJJWAL
KUMAR YADAV
Date: 2025.05.03 18:57:25 IS
NBCC (INDIA) LIMITED
( A Government of India Enterprise )

No.: NBCC/CE/2022/GCC Consultancy/.159 04.11.2022

ALL HODs /RBG/SBG Heads

Sub.: GCC (Consultancy) EPC/PMC Works-2022 - Errata No. 01

Dear Sir(s),
The following typographical error in the GCC (Consultancy) EPC 2022 & GCC
(Consultancy) PMC 2022 has been noted which may be corrected as under:

Corrected Clause
(Showing Deletion in RED and Addition in GREEN)

Annexure-VI

Tender for: -------------------------------------------------

DETAILS OF EXPERIENCE CERTIFICATES FOR THE WORK EXECUTED DURING


LAST 40 07 YEARS

(Details to be filled online)


S. Name of Name Date and Date Date of Cost of the /Value ofReference and
N. work and of No. of of Completion Work on TDS in Page No. of
its Client Completion Start completion case of Documentary
location Certificate Private Proof of the
Work detail missing
in completion
certificate
1.
2.
3.
4.
5.
6.

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.

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 I
ha
A Navrata CPSE

NBCC (INDIA) LIMITED


(A Government of India Enterprise )

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

Thanking you,

Yours faithfully,

Rakesh Garg
Sr. Executive Director

Circulation through ERP only


Copy for kind information to:
1. TO to CMD
2. TO to Director (Proj.)
3. AGM to Director (Finance)
4. Sr. EDs.

Digitally signed by UJJWAL


KUMAR YADAV
Date: 2025.05.03 18:57:25 I

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