0% found this document useful (0 votes)
56 views14 pages

1 Nit 148

NBCC (India) Limited is inviting online tenders for the detailed design, engineering, supply, installation, testing, and commissioning of Rack and Pinion type Stack Elevators for two 150-meter high chimneys at the North Karanpura STPP in Jharkhand, with an estimated cost of Rs. 73,71,000. The completion period is four months, and bidders must meet specific eligibility criteria including work experience and financial strength. The last date for submission of online tenders is April 23, 2025, by 11:00 AM IST.

Uploaded by

Inderjeet singh
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)
56 views14 pages

1 Nit 148

NBCC (India) Limited is inviting online tenders for the detailed design, engineering, supply, installation, testing, and commissioning of Rack and Pinion type Stack Elevators for two 150-meter high chimneys at the North Karanpura STPP in Jharkhand, with an estimated cost of Rs. 73,71,000. The completion period is four months, and bidders must meet specific eligibility criteria including work experience and financial strength. The last date for submission of online tenders is April 23, 2025, by 11:00 AM IST.

Uploaded by

Inderjeet singh
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/ 14

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

You might also like