Leisre 2
Leisre 2
GH 01 Sector
– Tech Zone-IV, Greater Noida (UP) on Design, Engineering, Procurement and
Construction (EPC) basis with comprehensive Operation & Maintenance of 02 Years.
Section-1
Replacement of Section-1 (Page No. 1 to 10) of GCC–2022 for Contractors
PHASE) –
Rs. 12,47,27,578/- (Rupees Twelve Crores
Fourty Seven Lakhs Twenty Seven Thousand
Five Hundred Seventy Eight only ) (O & M cost
fixed)
1.5 Period for completion 24 (Twenty Four) Months for completion of
project
1.14 Validity of offer 150 days from the date of opening of tender.
Following Works/NIT are being uploaded related to Development of FAR works of Amrapali
projects at Noida & Greater Noida.
Intended Bidder can quote for any number of tenders. However, maximum one tender would
be awarded to one bidder. The financial bid of the agency who has bagged the tender of first
work out of the 07 (seven) works as mentioned in table above, shall not be opened in the
remaining tenders.
The interested bidders should meet the following minimum qualifying criteria:
A. Work Experience:
i) Experience of having successfully completed “similar works” during the last 7 years
ending initial stipulated last date of submission of tenders as per NIT:
a. Three similar works each costing not less than 40% of the estimated cost put to
tender
OR
b. Two similar works each costing not less than 50% of the estimated cost put to
tender
OR
c. One similar work costing not less than 80% of the estimated cost put to tender
Note- The developers of own Real Estate projects are also eligible subject to
submission of sanctioned building plan, occupancy / completion certificate of the
building (s) issued by concerned authority (ies) along with project construction
cost valuation report only from the Govt. approved valuer jointly certified by
Chartered Engineer and Chartered Accountant in practice. Land cost, sale
consideration etc. not to be considered in the valuation report.
In addition to above clauses, the bidder should have successfully completed following
works during last 07 years ending initial stipulated last date of submission of tender as
per NIT:
a) Height criteria:
"Bidder should have successfully completed at least one Building (s) work
containing minimum (15 stories / 45 meters height) / Metro station building with
minimum 20 meters height.”
Note:
b) Basement criteria:
i) “The bidder should have successfully completed work of minimum one work having
basement in Residential/Non-Residential Building / one Metro Project having
underground station building of value of at least 40% of the estimated cost put to
tender.
ii) The past experience in similar nature of work should be supported by certificates
issued by the client’s organization. In case the work experience is of Private sector
the completion certificate shall be supported with copies of Letter of Award and
copies of Corresponding TDS Certificates. Value of work will be considered
equivalent to the amount of TDS Certificates.
NOTE- In case of own Real Estate projects, TDS Certificate is not required,
However valuation report as mentioned in 3.0 A (i) Note of NIT is required to
be submitted.
iii) (a) The value of executed works, for the purpose of this clause shall also include
the value of any materials (such as cement, steel, etc.), services (scaffolding,
batching-plant, other machinery, etc.), which have been supplied by client/employer
free of cost/on-discounted-price to the contractor, and which have not been already
included in the ‘value of works executed’ that is reflected/declared on the relevant
‘experience certificate’ or ‘Letter of Award’. Such exclusion shall be specifically
mentioned on the Letter of Award, “Experience Certificate’ and the ‘value of free
supplies’ shall be separately certified by the employer, or in cases where the
employer is a private entity, by a practicing cost/chartered accountant (holding valid
certificate of practice), However work executed as labour contract shall not be
considered.
(b) The value of executed works shall be brought to the current level by enhancing
the actual value of work done at a simple rate of 7% per annum, calculated from the
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.
B. Financial Strength:
i) The Average annual Audited financial turnover (after enhancement) for last 3 years
shall be at least 40% of the estimated cost put to tender. The requisite Turnover
shall be duly certified by a Chartered Accountant with his Seal/ signatures and
registration number.
In case the preceding financial year is unaudited, then the same shall be certified by
Chartered Accountant in Form-C and the three Financial Years immediately
preceding the previous Financial Year shall be considered for evaluation.
In case of Companies/Firms less than 3 years old, the Average annual financial
turnover shall be worked out for the available period only.
The value of annual turnover figures less shall be brought to the current value (i.e.
preceding Financial Year) by enhancing the actual turnover figures at simple rate of
7% per annum.
Note:
ii) Audited Net Worth of the company /firm as on last day of preceding (or last audited)
financial year, should be minimum 10% of the Estimated Cost put to Tender, duly
certified by Chartered Accountant in FORM-C.
iii) Self-certified copy of Bank Solvency Certificate issued from Nationalised or any
Schedule Bank should be one in number for at least 40% of Estimated Cost of the
Project put to tender. The certificate should have been issued within 6 months from
original last date of the submission of the tender.
Note: Bank Solvency Certificate is not required if estimated cost put to tender is up
to Rs. 25 Crore.
iv) The Bidder should at least have earned profit in minimum one year in the available
last three consecutive balance sheets.
The bidders are required to upload and submit page of summarised Balance Sheet
(Audited) and also page of summarised Profit & Loss Account (Audited) for last three
years.
5.0 The intending tenderer must read the terms and conditions of NBCC carefully. He
should only submit his tender if he considers himself eligible and he is in possession
of all the documents required. Information and Instructions for Tenderers posted on
Website(s) shall form part of Tender Document.
7.0 The Tender Document as uploaded can be viewed and downloaded free of cost by
anyone including intending tenderer. But the tender can only be submitted on the e-
tender website after having digital signature by the bidder and after uploading all the
requisite scanned documents.
9.0 The tenderers are required to quote strictly as per terms and conditions,
specifications, standards and Design Basis Report & scope of works given in the
tender documents and not to stipulate any deviations. The Bank Guarantee for EMD
submitted by the bidders shall be strictly in the format prescribed in GCC. In case,
EMD is not found verbatim in the prescribed format, the bid will be liable for rejection.
10.0 The bidders are advised in their own interest to submit their bid documents well in
advance from last date/time of submission of bids so as to avoid problems which the
bidders may face in submission at last moment /during rush hours.
However, after submission of the tender the tenderer can re-submit revised tender
any number of times but before last time and date of submission of tender as
notified.
11.0 When it is desired by NBCC to submit revised financial tender then it shall be
mandatory to submit revised financial tender. If not submitted, then the tender
submitted earlier shall become invalid.
12.0 On opening date, the tenderer can login and see the tender opening process.
14.0 Contractor is required to upload scanned copies of all the documents including valid
GST registration/EPF registration/ PAN No. as stipulated in the tender document.
15.0 If the contractor is found ineligible after opening of tenders, or his tender is found
invalid, cost of tender document and processing fee shall not be refunded.
16.0 Notwithstanding anything stated above, NBCC reserves the right to assess the
capabilities and capacity of the tenderer to perform the contract, in the overall
interest of NBCC. In case, tenderer’s capabilities and capacities are not found
satisfactory, NBCC reserves the right to reject the tender.
17.0 Certificate of Financial Turnover: At the time of submission of tender, the tender
shall upload Affidavit/Certificate from Chartered Accountant mentioning Audited
Financial Turnover of last 3 years. There is no need to upload entire voluminous
balance sheet. However, one page of summarised Balance Sheet (Audited) and
one page of summarised Profit & Loss Account (Audited) for last 03 years shall be
uploaded.
18.0 Contractor must ensure to quote rate as per the quoting sheet. The column meant
for quoting rate in figures appears in pink colour and the moment rate is entered, it
turns sky blue. The Rate shall be Quoted upto 2 Decimals.
19.0 The tenderer(s) if required, may submit queries, if any, through e-mail and in writing
to the tender inviting authority to seek clarifications within 7 days from the date of
uploading of Tender on website but latest by so as to reach NBCC office not less
than 2 days prior to the date of Pre-bid meeting (if to be held as per NIT). NBCC will
reply only those queries which are essentially required for submission of bids.
NBCC will not reply the queries which are not considered fit like replies of which
can be implied /found in the NIT/ Tender Documents or which are not relevant or in
contravention to NIT/Tender Documents, queries received after Pre-bid meeting,
request for extension of time for opening of technical bids, etc. Technical Bids are
to be opened on the scheduled dates. Requests for Extension of opening of
Technical Bids will not be entertained.
The Pre-Bid meeting shall be attended by the intending bidders only and not by
vendors/manufacturers. Further, the intending bidders should depute their
authorized person with authorization letter in original to attend the pre-bid meeting.
20.0 Integrity Pact (For all contracts valuing Rs.5.00 Crores and above)
20.1 Integrity Pact duly signed by the tenderer shall be submitted. Any tender without
signed integrity Pact shall be liable for rejection.
(i) In respect of this project, the Independent External Monitors (IEMs) would be
monitoring the bidding process and execution of contract to oversee
implementation and effectiveness of the Integrity Pact Program.
(ii) The Independent External Monitor(s) (IEMs) have been appointed by NBCC
in terms of Integrity Pact (IP)-Section 6, which forms part of the
tenders/Contracts. The contact details of the Independent External Monitor
(s) are posted on the NBCC’s website i.e.www.nbccindia.com
(iii) This panel is authorized to examine / consider all references made to it under
this tender in terms of Integrity Pact. The Independent External Monitors
(IEMs) shall review independently, the cases referred to them to assess
whether and to what extent the parties concerned comply with the
obligations under the Integrity Pact entered into between NBCC and
Contractor.
(iv) The Independent External Monitors (IEMs) has the right to access without
restriction to all Project documentations of the Employer including that
provided by the Contractor. The Contractor will also grant the Monitor, upon
his request and demonstration of a valid interest, unrestricted and
unconditional access to his Project Documentations. The same is applicable
to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder/Contractor/Sub-Contractors etc.
with confidentiality.
21.0 List of Documents to be scanned and uploaded one-tender website within the
period of tender submission:
e) Integrity pact duly signed by the contractor (Annexure-III) (for all contracts
valuing Rs. 5.00 Crores & above). The bidders are required to download the
Integrity Pact as uploaded in the tender documents, and sign on the same,
put rubber stamp/seal and upload the signed copy one-tendering websites.
o) All pages of the entire Corrigendum (if any) duly signed by the authorized
person.
q) General Information-Form-F.
NOTE:
1. The documents at sl. Nos. a, b and c i.e. (Bank Guarantee against EMD
(if submitted in form of Bank Guarantee), Unconditional letter of
acceptance duly signed on letter head, Notarized Affidavit for
correctness of document/ information) are required to be submitted in
original in hardcopy also within the period of tender submission. All
other documents are not required to be submitted in hard copy.
4. The bidders are advised to upload complete details with their bids as
Technical Bid Evaluation will be done on the basis of documents uploaded on
the website by the bidders with the bids. Please note no fresh document
other than in the form of clarification/revision in respect of an existing
document shall be accepted after last date of submission of bids.
5. The information should be submitted in the prescribed proforma. Bids with
Incomplete/Ambiguous information are liable to be rejected.
6. All the uploaded documents should be in readable, printable and legible form
failing which the Bids are liable for rejection.
7. Bank Guarantee for EMD submitted by bidders shall be strictly in the format
prescribed in GCC/NIT. In case, Bank Guarantee for EMD is not found
verbatim in the prescribed format, the bid will be liable for rejection.
23.0 NBCC reserves the right to reject any or all tenders or cancel/withdraw the invitation
for bid without assigning any reasons whatsoever thereof. NBCC does not bind itself
to accept lowest tender.
24.0 Canvassing in connection with the tender is strictly prohibited, and such canvassed
tenders submitted by the contractor will be liable to be rejected and his earnest
money shall be absolutely forfeited.
25.0 In case of assistance/ problem/ enquiry in uploading documents, Helpdesk Tel. Nos.
are available on the website https://nbcc.enivida.com
26.0 For site related queries, please contact Shri Shivam Kr. Singh, DPM (Engg.), Mob.
No. +91 7727009188 during office hours. In case of any query, please contact Shri
Varun Singh, DGM (Engg.), NBCC (India) Ltd, CPG Div., Head Office, Ph. No. 011-
24367314 Ext. 1207, Email: [email protected].
Annexure-I
MEMORANDUM
10) Validity of Tender ITT/8.0 150 (One Hundred Fifty) days from date
of opening of tender.
14) Time allowed for starting CC/17.1 The date of start of contract shall be
the work reckoned from 10 days after the date of
issue of letter of Award.
15) Deviation limit beyond CC/6.0 As per SCC
which clause 6.2 & 6.3 shall
apply for all works except
foundation.
16) Deviation limit beyond CC/6.0 As per SCC
which clause 6.2 & 6.3 shall
apply for foundation
work
17) Escalation As per SCC
Annexure-A
AFFIDAVIT
(To be submitted by bidder on non-judicial stamp paper of Rs. 100/- (Rupees Hundred only)
in original duly attached by Notary Public)
Affidavit of Mr.........................................................S/o
............................................................. R/o
.......................................................................................................................................
I/We, the deponent above named do hereby solemnly affirm and declare as under:
Accordingly, the quoted rate is deemed to be included in the use of the proposed
Technology.
DEPONENT