Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel flue
      chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
                                   NBCC (INDIA) LIMITED
                                (A GOVT. OF INDIA ENTERPRISE)
               Strategic Business Group (SBG), Ranchi, Jharkhand
        401, Mangal Tower, Old H B Road, P.S.Lower Bazar, Ranchi-834001
               Phone No.: 0651-2530969, Fax No.: 0651-2530970
                              Email ID:jharkhand@nbccindia.com
                                                                            Date: 16.04.2025
                           NOTICE INVITING e-TENDER (NIT)
1.0 NBCC invites online item rate open tenders from experienced and eligible
   contractors for " Detailed Design, Engineering, Supply, Installation, Testing and
   Commissioning of Rack and Pinion type Stack Elevator” for 2 nos. of 150 meter
   high reinforced concrete single steel flue chimney Unit # 1 & 2 of FGD system at
   3 x 660 MW North Karanpura STPP, Jharkhand” as per schedule as under:
      Tendering     Document NIT No: NBCC/RBG/etender/2025/148
      No.
      Name of the Work        Detailed      Design,    Engineering,     Supply,
                              Installation, Testing and Commissioning of Rack
                              and Pinion type Stack Elevator” for 2 nos. of 150
                              meter high reinforced concrete single steel flue
                              chimney Unit # 1 & 2 of FGD system at 3 x 660
                              MW North Karanpura STPP, Jharkhand
      Brief Scope of Work     Detailed     Design,     Engineering,    Supply,
                              Installation, Testing and Commissioning of Rack
                              and Pinion type Stack Elevator” for 2 nos. of
                              150 meter high reinforced concrete single steel
                              flue chimney Unit # 1 & 2 of FGD system at 3 x
                              660 MW North Karanpura STPP, Jharkhand and
                              as per BOQ, SCC and Tender documents.
      Client/Owner            NTPC/BHEL
      Estimated Cost          Rs. 73,71,000.00 (Rupees Seventy Three Lakh
      (Excluding GST)         Seventy One Thousand Only)
      Period for completion   4 (Four ) Months
      Defect Liability Period 12 (Twelve) Months
      Earnest Money Deposit Rs 73,710.00 (Rupees Seventy Three Thousand Seven
                            Hundred Ten Only) through online e-payment gateway
                            or in the form of bank guarantee. (SFMS
                             conformation is required).
                                Bank Details of NBCC (India) Ltd. are provided
                                herewith for the purpose of preparation of bank
                                guarantee only:
   Signature of tenderer                                                        Signature of NBCC
                                             Page 1
                                                                                   Digitally signed by PRIYA
                                                                                   KUMARI
                                                                                   Date: 2025.04.16 14:51:20 IST
 Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel flue
   chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
                          Name of Beneficiary: NBCC (India) Ltd.
                          Bank: Union Bank of India, Lodhi Colony, New Delhi
                          (3524)
                          Current A/C No. :352401010035007
                          IFS Code: UBIN0535249
   Non-refundable cost of Rs.2,500.00 + GST @ 18% i.e. Rs. 2,950.00 Through
   Tender document        online e-payment gateway.
   Non-refundable cost of Payable directly through e-payment gateway to
   e-Tender processing       Railtel Corporation of India Ltd.
   fee
   Last date & time of       Up to 23.04.2025 by 11.00AM (IST)
   submission of Online
   Tender
  Period during which Up to 11.00 AM on or before the date of opening of
  hard copy in original of Technical Bid in the Office of General Manager
  Bank          Guarantee (Engg.), SBG Office, 401, Mangal Tower, Old H B
  against     EMD       (if Road,      P.S.Lower       Bazar,  Ranchi-834001,
  submitted in form of      Jharkhand.
  BG), Affidavit (Form H)
  for    correctness    of
  documents/information
  and       unconditional
  Letter of Acceptance
  of tender conditions
  and other document
  as per NIT (if any)
  shall be submitted.
   Date & Time of           23.04.2025 at 11.30 AM in the Office of General
   Opening of technical     Manager (Engg.), SBG Office, 401, Mangal Tower,
   Tender                   Old H B Road, P.S.Lower Bazar, Ranchi-834001,
                            Jharkhand.
   Date & Time of             To be Intimated Later
   Opening of Financial
   Tender
   Validity of offer          150 days from the date of opening of tender.
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 NBCC web site and not be published in any News
Paper”.
 2.0 Minimum Eligibility Criteria:
     The interested bidders should meet the following minimum qualifying criteria:
A.      Work Experience:
Signature of tenderer                                                        Signature of NBCC
                                          Page 2
                                                                                Digitally signed by PRIYA
                                                                                KUMARI
                                                                                Date: 2025.04.16 14:51:20 IST
  Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
 Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel flue
    chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
  i)   Experience of having successfully completed similar works during the last
   07 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: In case of projects having ECPT (Estimated cost put to tender) above Rs.
 1000 Cr., minimum eligibility criteria for similar work experience is defined by
 considering ECPT as Rs. 1000 Cr.
  Similar works” shall mean “Supply, Installation, Testing & Commissioning
  complete in all respects of Rack and Pinion type Stack Elevator”
 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.
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 current level by
   enhancing the actual value of work done at 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
 Signature of tenderer                                                        Signature of NBCC
                                           Page 3
                                                                                 Digitally signed by PRIYA
                                                                                 KUMARI
                                                                                 Date: 2025.04.16 14:51:20 IST
   Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
  Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel flue
     chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
   allowed on submitting the valid proof of their share/ work done .
         vi) Certificates in the name of other companies :
   a)Certificates of Subsidiary / Parent / Group Company / Own works : Any
     Company / firm while submitting tender can use the work experience of its
     subsidiary company to the extent of its ownership in the subsidiary company. On
     the other hand, the companies / firms which intend to get qualified on the basis
     of experience of the parental company / group company / Own works shall not
     be considered. Further, the financial parameters of the subsidiary or Parental
     company cannot be used by the other one for qualification.
  b)    Merger / Acquisition of Companies: In case of a Company / firm ,
    formed after merger and / or acquisition of other companies / firms , past work
    experience and Financial parameters like turnover, profitability, net worth etc. of
    the merged/ acquired companies/ firms will be considered for qualification of
    such company / firm provided such company / firm continues to own the
    requisite assets and resources of the merged / acquired companies / firms.
  vii)       Foreign Certificate:
  a)           In case the work experience is for the work executed outside
  India, the bidders have to submit the completion/experience certificate issued
  by the owner duly signed & stamped and affidavit to the correctness of the
  completion/experience certificates. The contractor shall also get the
  completion/experience certificates attested by the Indian Embassy/
  Consulate/High Commission in the respective country.
  In the event of submission of completion /experience certificate/other
  documents by the Bidder in a language other than English, the English
  translation of the same shall be duly authenticated by Chamber of Commerce
  of the respective country and attested by the Indian Embassy/consulate / High
  Commission in the respective country.
 Note:
   Provided further that bidders from member countries to the HAGUE
   convention, 1961 are permitted to submit requisite documents with
   “Apostille stamp” affixed by Competent Authorities designated by the
   government of respective country which would be acceptable in lieu
   of attestation from the Indian Embassy/ Consulate/ High Commission
   in their respective countries.
b) For the purpose of evaluation of Bidders, the conversion rate of such a currency
   into INR shall be the daily representative exchange rate published by the
   IMF as on 7 (Seven) days prior to the Last Date of Submission of tender
   including extension(s) given if any.
  Signature of tenderer                                                        Signature of NBCC
                                            Page 4
                                                                                  Digitally signed by PRIYA
                                                                                  KUMARI
                                                                                  Date: 2025.04.16 14:51:20 IST
      Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
     Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel flue
        chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
     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 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 certified by
          Chartered Accountant in this regard shall be submitted by the bidder 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.
          Note-
          Illustration 1: Suppose, Last Date of Bid submission is 21.05.2023 with
          unaudited balance sheet of last financial year. Relevant year of turnover shall
          be 2021-22, 2020-21, 2019-20. Figures of turnover of 2021 - 22 shall be
          enhanced by 7%. Figures of turnover of 2020-21 shall be enhanced by 14 %
          Figures of turnover of 2019-20 shall be enhanced by 21 %.
          Illustration 2: Suppose, Last Date of Bid submission is 21.05.2023 with
          audited balance sheet of last financial year available. Relevant year of
          turnover shall be 2022-23, 2021-22, 2020-21. Figures of turnover of 2022-
          23 shall not be enhanced. Figures of turnover of 2021 -22 shall be enhanced
          by 7%. Figures of turnover of 2020-21 shall be enhanced by 14 %.
ii)       Net Worth of the company/firm as on last day of preceding Financial Year
         should be positive.
iii)      Self-certified copy of Bank Solvency Certificate issued from Nationalized
          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 upto Rs.25 Crore.
iv)       The Bidder should at least have earned profit in minimum One year in the
          available last three consecutive balance sheets.
     Signature of tenderer                                                        Signature of NBCC
                                               Page 5
                                                                                     Digitally signed by PRIYA
                                                                                     KUMARI
                                                                                     Date: 2025.04.16 14:51:20 IST
 Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel flue
   chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
       The bidders are required to upload and submit page of summarised
       Balance Sheet(Audited) and also page of summarised Profit & Loss Account
       (Audited) for last three years.
3.0 The intending tenderer must read the terms and conditions of NBCC
    carefully. He should only submit his tender if he considers himself eligible
    and he is in possession of all the documents required. Information and
    Instructions for Tenderers posted on Website(s) shall form part of Tender
    Document.
 4.0    Those intending tenderers/contractors not registered on the website i.e.
       https://nbcc.enivida.com mentioned above with M/s RailTel are
       required to get registered beforehand. If needed they can be imparted
       training on online tendering process as per details available on the
       website i.e. https://nbcc.enivida.com. The intending tenderer must
       have class-III digital signature to submit the tender.
 5.0 The   Tender Document as uploaded can be viewed and downloaded free of
       cost by anyone including intending tenderer. But the tender can only be
       submitted on the e- tender website after having digital signature by the
       bidder and after uploading all the requisite scanned documents.
 6.0     Set of Contract/Tender Documents:
          The following documents will constitute set of tender documents:
          a)   Notice Inviting e-Tender
          b)   Quoting Sheet for Tenderer
          c)   Instructions to Tenderers & General Conditions of Contract (Vol-
               I/2022) with Amendment no. 01 to 12.
          d)   Bill of Quantities
          e)   List of approved Make
          f)   Memorandum Annexure-I
          g)   Acceptance of Tender Conditions (Annexure-II)
          h) Integrity pact (Annexure-III) (To be signed and stamped by the
               contractors and scanned copy to be uploaded with the bid)- Not
               applicable
          i)   Addendum/Corrigendum, if any- Duly signed by authorized person
          j)   Special Conditions of Contract
          k)   Physical Milestone
          l)   Pre-bid clarifications, if any
          m) Tender Drawings
          n)   Technical Specification
7.0    The tenderers are required to quote strictly as per terms and conditions,
Signature of tenderer                                                        Signature of NBCC
                                           Page 6
                                                                                Digitally signed by PRIYA
                                                                                KUMARI
                                                                                Date: 2025.04.16 14:51:20 IST
 Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel flue
   chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
       specifications, standards given in the tender documents and not to stipulate
       any deviations.
8.0    The bidders are advised in their own interest to submit their bid documents
       well in advance from last date/time of submission of bids so as to avoid
       problems which the bidders may face in submission at last moment /during
       rush hours.
        However, after submission of the tender the tenderer can re-submit
       revised tender any number of times but before last time and date of
       submission of tender as notified.
9.0    When it is desired by NBCC to submit revised financial tender then it shall be
       mandatory to submit revised financial tender. If not submitted then the
       tender submitted earlier shall become invalid.
10.0   On opening date, the tenderer can login and see the tender opening process.
11.0   Contractor can upload documents in the form of JPG format and PDF format.
12.0   Contractor is required to upload scanned copies of all the documents including
       valid GST registration/EPF registration, PAN No. as stipulated in the tender
       document.
13.0   If the contractor is found ineligible after opening of tenders, o r his tender
       is found invalid, cost of tender document and processing fee shall not be
       refunded.
14.0    Notwithstanding anything stated above, NBCC reserves the right to assess
       the capabilities and capacity of the tenderer to perform the contract, in the
       overall interest of NBCC. In case, tenderer’s capabilities and capacities are not
       found satisfactory, NBCC reserves the right to reject the tender.
15.0    Certificate of Financial Turn Over:
       At the time of submission of tender, the tender shall upload
       Affidavit/Certificate from Chartered Accountant mentioning Audited Financial
       Turnover of last 3 years or for the period as specified in the tender document.
       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 and
       submitted in hard copy also.
16.0 In   case of Percentage Rate Tender, Tenderer must ensure to quote single
       percentage rate. 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. In case of Item Rate Tender, price shall be entered
       against each item in the bill of Quantities/Schedule of Quantities. If the
       tenderer has not quoted for all the items/the entire requirement as specified in
       the respective schedule/ BOQ, the bid submitted by him shall be treated as
       unresponsive and be ignored.
17.0 The   tenderer(s) if required, may submit queries, if any, through e-mail and in
Signature of tenderer                                                        Signature of NBCC
                                          Page 7
                                                                                Digitally signed by PRIYA
                                                                                KUMARI
                                                                                Date: 2025.04.16 14:51:20 IST
  Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
 Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel flue
    chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
       writing to the tender inviting authority to seek clarifications within 3 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 3 days from the date of uploading of Tender
       on website, 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.
     Integrity Pact (For all contracts valuing Rs.5.00 Crores and
  18.0
    above)
18.1 Integrity Pact duly signed by the tenderer shall be submitted. Any tender
     without signed integrity Pact shall be liable for rejection.
18.2 Independent External Monitors
    (i) In respect of this project, the Independent External Monitors (IEMs)
        would be monitoring the bidding process and execution of contract to
        oversee implementation and effectiveness of the Integrity Pact Program.
       (ii)   The Independent External Monitor (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.
19.0   List of Documents to be scanned, uploaded on e-tender website
       within the period of tender submission:
Signature of tenderer                                                         Signature of NBCC
                                           Page 8
                                                                                 Digitally signed by PRIYA
                                                                                 KUMARI
                                                                                 Date: 2025.04.16 14:51:20 IST
 Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel flue
   chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
   a)   Bank guarantee of any Nationalized or any scheduled commercial bank
        against the EMD as per NIT (if EMD is submitted in form of BG).
   b)   Form-H – Affidavit duly notarized by Notary Public on Non Judicial Stamp
        Paper of Rs. 100 for correctness of Documents /Information.
   c)   Unconditional Letter of Acceptance of Tender Conditions (in original)
        (Annexure-II) (Duly signed on the Letter Head of the Applicant/ Bidder).
   d)   Memorandum Annexure-I of NIT.
   e)   Integrity pact duly signed by the contractor (Annexure-III) (for all
        contracts valuing Rs. 5.00 Crores & above). The bidders are required to
        download the Integrity Pact as uploaded in the tender documents, and
        sign on the same, put rubber stamp/seal and upload the signed copy on
        e-tendering websites.
   f)   Details of Similar Work Experience Certificates - FORM-A
   g)   Details of Similar Works executed as part of JV/Consortium, and claimed
        in bid (if any)- Form- B.
   h)   Financial Details- FORM-C
   i)   TDS Details for Private Sector Projects- FORM-D
   j)   Self-certified copy of Bank Solvency Certificate- FORM-E
   k)   Documents regarding Net Worth of the Company Firm.
   l)   Power of Attorney/ Board Resolution of the person authorized for signing/
        submitting the tender.
   m)   E-payment Transaction details towards cost of processing fees.
   n)   Valid GST registration/ EPF registration/ PAN NO.
   o)    All pages of the entire Corrigendum (if any) duly signed by the
        authorized person.
   p)   Pre-bid clarifications, if any.
   q)   General Information- Form-F
   r)   Work Experience Certificates consisting of details as mentioned in Form-G
   s)   Registration Details of the contractor in the GST Act– Form-I.
    Performa for Details of Client Organization in respect of Work Experience
   t)
    Certificates. - (Form - J)
NOTE:
   1. The documents at sl. No. a, b and c (i.e. Bank Guarantee against EMD (if
      submitted inform 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 tender submission. All other documents are not
      required to be submitted in hard copy.
   2. In case of non-submission of EMD of the requisite amount and/ or Bank
      Guarantee in the physical form, the bid shall be rejected summarily
      without seeking any further clarification.
Signature of tenderer                                                        Signature of NBCC
                                          Page 9
                                                                                Digitally signed by PRIYA
                                                                                KUMARI
                                                                                Date: 2025.04.16 14:51:20 IST
   Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
  Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel flue
     chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
       3. Unconditional letter of acceptance duly signed on letter head, Notarized
          Affidavit for correctness of document/information are mandatory
          documents and are need to be checked carefully for its correctness before
          submission of tender. The bid shall be rejected out righty in case of its
          non-submission without seeking any further clarification/document. No
          claim of the bidder whatsoever shall be entertained by NBCC in this
          regard.
       4. The bidders are advised to upload complete details with their bids as
          Technical Bid Evaluation will be done on the basis of documents uploaded
          on the website by the bidders with the bids. Please note no fresh
          document other than in the form of clarification/revision in respect of an
          existing document shall be accepted after last date of submission of bids.
       5. The information should be submitted in the prescribed proforma. Bids
          with Incomplete /Ambiguous information are liable to be rejected.
       6. All the uploaded documents should be in readable, printable and legible
          form failing which the Bids are liable for rejection.
       7. The Bank Guarantee for EMD submitted by the bidders shall be strictly in
          the format prescribed in GCC/NIT. In case, Bank Guarantee for EMD is not
          found verbatim in the prescribed format, the bid will be liable for
          rejection.
20.0    All the uploaded documents shall be considered as duly signed by
        contractor/ authorized representative.
21.0    NBCC reserves the right to reject any or all tenders or cancel/withdraw the
        invitation for bid without assigning any reasons whatsoever thereof. NBCC
        does not bind itself to accept lowest tender. The NBCC reserves the right to
        award the work to a single party or to split the work amongst two or more
        parties as deemed necessary without assigning any reason thereof. The
        contractor is bound to accept the portion of work as offered by NBCC after
        split up at the quoted/ negotiated rates. No claim of the contractor
        whatsoever shall be entertained by NBCC on this account.
22.0    For all scheduled BOQ items, the nomenclature /rates/unit of applicable
        DSR items shall be applicable. In case, any ambiguity is observed in
        scheduled BOQ items, nomenclature, unit and rate of relevant DSR item will
        hold good.
23.0    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.
        For site related queries, please contact Sh. Tirthankar Deka, AGM
        (Engg.) Mob No.+91-7763816529 during Office hours. Email
        nbccrantender@gmail.com during office hours
                                                                             GM (Engg.)
                                                                                SBG Head
 Signature of tenderer                                                         Signature of NBCC
                                            Page 10
                                                                                  Digitally signed by PRIYA
                                                                                  KUMARI
                                                                                  Date: 2025.04.16 14:51:20 IST
Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
  Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel
flue chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
                                                                         Annexure-I
                                   MEMORANDUM
 Sl. Description                    Cl. No. Values/Description to be Applicable
 No.                                of       for Relevant Clause(s)
                                    NIT/IT
                                    T/
                                    Clause
                                    s of
                                    Contra
                                    ct (CC)
1)     Name of Work                         Detailed Design, Engineering, Supply,
                                            Installation, Testing and Commissioning of
                                            Rack and Pinion type Stack Elevator” for 2
                                            nos. of 150 meter high reinforced concrete
                                            single steel flue chimney Unit # 1 & 2 of
                                            FGD system at 3 x 660 MW North
                                            Karanpura STPP, Jharkhand
2)     Client/Owner                        NTPC/BHEL
3)     Type of Tender                      Item rate open e-tender.
4)     Earnest Money Deposit           NIT Rs 73,710.00 (Rupees Seventy Three
                                           Thousand Seven Hundred Ten Only)
5)     Estimated Cost                  NIT Rs. 73,71,000.00 (Rupees Seventy Three
                                           Lakh    Seventy   One    Thousand Only)
                                           (Excluding GST)
6)     Time    allowed   for        NIT    4 (Four ) Months
       Completion of Work
7)     Mobilization Advance         CC     / Not Applicable
                                    4.0,
                                    SCC/5
8)     Interest    Rate   of        CC     / Simple Interest Rate @10% (Ten Percent
       Mobilization Advance         4.0,      only) (Per Annum)
                                    5.1,
                                    23.4.2
9)     Schedule of        Rates               AS per PID
       applicable
10)    Validity of Tender           ITT /     150 (One Hundred Fifty) Days
                                    8.0
11)    Performance Guarantee        CC /      5 % (Five Percent Only) of contract value
                                    2.0       within 15 (Fifteen) days from the issue of
                                              Letter of Award
       Additional Performance       CC /      Full amount equivalent to the
       Guarantee {valid in case     2.6       difference between the “85% of
12)    of abnormally Low Bid                  Estimated cost put to tender” and
       (ALB) by the L-1 Bidder.               “ALB”
       i.e. Winning Quoted /
       Bid is less than 85% of
       Estimated cost put to
       tender}
13)    Security Deposit /           CC /      5.00% (Five Percent Only) of the gross
       Retention Money              3.0       value of each running/final bill.
                                                                              Digitally signed by PRIYA
                                                                              KUMARI
                                                                              Date: 2025.04.16 14:51:20 IST
Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
  Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel
flue chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
                                  SCC/1
                                  3
14)    Time     allowed     for  ITT /        The date of start of contract shall be
       starting the work         17.1         reckoned from 10 days after the date of
                                 SCC /        issue of letter of Award.
                                 12
15)    Deviation limit beyond CC /            BUILDIN         ANNUAL REPAIR          ROAD
       which clause 6.2 & 6.3 6.0             G WORK         &MAINTENANCE OF         WORK
       shall apply for all works                                BUILDINGS
       except foundation.
                                                               DELETED
                                              Note:-The Deviation Limit of Building Work
                                              shall also apply for combined Works(Building
                                              and Road)
16)    Deviation limit beyond CC /              BUILDIN     ANNUAL REPAIR &     ROAD
       which clause 6.2 & 6.3 6.0               G WORK       MAINTENANCE OF    WORK
       shall     apply     for                                  BUILDINGS
       foundation work                                         DELETED
                                              Note:-The Deviation Limit of Building Work
                                              shall also apply for combined works (Building
                                              and Road)
17)    Escalation                   CC /
                                    7.0
                                              All rates as per Bill of Quantities (BOQ)
                                              quoted by contractor shall be firm and fixed
                                              for entire contract period as well as extended
                                              period for completion of the works. No
                                              Escalation shall be applicable on this contract.
18)    Recovery rate of work CC /71           DELETED
       force supplied by NBCC
       to Contractor
19)    Defect Liability Period CC       12 Months from the date of HANDING
                               /38.0 OVER the works by the NBCC to Client/
                               SCC/22 owner.
20)    Bank Guarantee for      CC/52. NA
       waterproofing work and 0
       anti-termite treatment
                               SCC/20
21)    Utilization of products CC/53. NA
       from recycled C&D       1
       waste, as per C&D
       Waste Management
       Rules, 2016
22)    GST applicable in this  CC/18. GST Applicable for this project is 18%
       contract                0
                               SCC/6
23)    Applicable GCC                 GCC    for Contractor-2022 with
                                      Amendment no. 01 to 12.
                                                                               Digitally signed by PRIYA
                                                                               KUMARI
                                                                               Date: 2025.04.16 14:51:20 IST
Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
  Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel
flue chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
                                                                                 FORM-C
                                FINANCIAL DETAILS
Tender For: ……………………………………………………
                   MANDATORY INFORMATION DOCUMENTS:
                                       1st FY            2nd FY          3rd FY (&
                                       Rs. (In           Rs. (In         last) FY
                                       Lacs)             Lacs)           Rs. (In Lacs)
 i.)  Profit/Loss
ii.)  Gross Annual Turnover of
      Previous 3 financial years
      ending as on last day of
      the preceding Financial
      Year.
iii.) Enhanced Gross Annual                   a                b                c
      Turnover figures at simple
      interest of 7% per annum.
iv.) Average Annual Turnover
     (enhanced) for previous 3
     financial years (Rs. In Lacs)
     = (a+b+c)/3
 v.) Net Worth (paid up capital + reserves) as on last day of
     the
                       preceding Financial Year.
vi.) Bank Solvency amount as mentioned in the Bank Solvency
     Certificate
1. Summarized page of Audited Profit & Loss Account and Audited Balance Sheet of
previous three Financial Years duly certified by the chartered accountant, have
been enclosd.
2. It is hereby confirmed that the Balance sheet for the preceding Financial year
i.e. F.Y. ________ has actually not been audited/ or under finalisation so far.
(Delete/strikeout this para, if not applicable)
Signature of Chartered
Accountant with Seal
Membership No. :
UDIN :
                                                                    Seal and Signature
                                                                              of bidder
                                                                              Digitally signed by PRIYA
                                                                              KUMARI
                                                                              Date: 2025.04.16 14:51:20 IST
Detailed Design, Engineering, Supply, Installation, Testing and Commissioning of Rack and
  Pinion type Stack Elevator” for 2 nos. of 150 meter high reinforced concrete single steel
flue chimney Unit # 1 & 2 of FGD system at 3 x 660 MW North Karanpura STPP, Jharkhand
                                                                                    Form-H
                                           AFFIDAVIT
(To be submitted by bidder on non-judicial stamp paper of Rs.100/
(Rupees Hundred only) duly attested by Notary Public)
 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 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 any of the document(s), in case NBCC demands so for verification.
4. I have read the clause/guidelines regarding restrictions on
procurement from a bidder of a country which shares a land border with
India; I certify that M/s……………………………… is not from such a country
or, if from such a country, has been registered with the competent
Authority i.e. DPIIT. I hereby certify that this bidder fulfills all
requirements in this regard and is eligible to be considered.
 5. 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,
forfeit the EMD/all dues and also place under holiday list 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
and that no part of it is false.
                                                                                DEPONENT
Verified at ................this.................day of .....................
                                                                                DEPONENT
ATTESTED BY (NOTARY PUBLIC)
                                                                                Digitally signed by PRIYA
                                                                                KUMARI
                                                                                Date: 2025.04.16 14:51:20 IST