Nit Nia
Nit Nia
                                                                                Date: 09-04-2025
                              NOTICE INVITING E-TENDER (NIT)
NBCC Services Limited (NSL), a wholly owned subsidiary of NBCC India Limited (A Govt. of
India Enterprise) invites online percentage rate open tenders from experienced and eligible
Contractors for “Renovation / Painting work / Modification electrical & IT wiring,
office space of NTA, NSIC-Okhla New Delhi.” for “National Testing Agency” and as
per schedule as under:
 Brief Scope of work                Civil work, Electrical works & IT Wiring etc.
                                    Rs. 21,91,587/- (Twenty-One Lakhs Ninety-One
 Estimated Cost                     Thousand Five Hundred Eighty-Seven Only)
                                    including GST
 Period of Completion               75 Days. As per LOA
                                    Rs. 21,916.00/- (Rupees Twenty-One thousand Nine
                                    Hundred and Sixteen Only) only through online e-payment
                                    gateway or in the form of Bank Guarantee (BG)
 Venue of Submission of hard           Office of the CEO, NBCC Services Limited, Ground Floor, NBCC
 copies                                Centre, Okhla Phase I, New Delhi-110020
A. Work Experience:
                  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
                  totender
iii)   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.
iv)    The value of executed works shall be brought to the current level by enhancing
       the actual value of work done at a simple rate of 7% per annum, calculated
       from the date of completion to previous day of initial stipulated last date of
       the submission of tenders as per NIT.
vi)    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.
        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 for 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.
              Note: Provided further that bidder 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.
       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 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 Estimate cost put to
            tender, duly certified by the chartered Accountant in Form C.
 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 the 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 (FY 2023-24, 2021-22 & 2022-
            23).
3. The applicant should not have been blacklisted/ debarred from any government, semi-
   Government, Semi Government organizations e.g. NHAI, MORTH, BRO, NHIIDCL, NBCC
   and its subsidiaries, NPCC, CPWD, PWD, EPIL, EIL, Railway authority etc. or any other
   PSU and municipal corporations at any time during last 5 years. An undertaking in this
   regard is to be submitted to NSL by the bidder.
4. The intending tenderer must read the terms and conditions of NSL 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.
6. 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.
8. The tenderers are required to quote strictly as per terms and conditions,
   specifications, standards given in the tender documents and not to stipulate any
   deviations.
9. 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.
10. When it is desired by NSL to submit revised financial tender then it shall be
    mandatory to submit revised financial tender. If not submitted then the tender
    submitted earlier shall be come invalid.
11. On opening date, the tenderer can login and see the tender opening process.
12. Contractor can upload documents in the form of JPG format and PDF format.
13. 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.
14. 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.
15. Not with standing anything stated above, NSL reserves the right to assess the
    capabilities and capacity of the tenderer to perform the contract, in the overall
    interest of NSL. In case, tenderer’s capabilities and capacities are not found
    satisfactory, NSL reserves the right to reject the tender.
17. In case of Percentage Rate Tender, Contractor must ensure to quote single
    percentage rate. The column meant for quoting rate in figures appears in pink color
    and the moment rate is entered, it turns sky blue. The Rate shall be quoted up to 2
    Decimals.
    In case of Item Rate Tender, price shall be entered against each item in the in the
    Bill of Quantities/schedule of quantities.
    If the tenderer has not quoted for the 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.
18. 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 3 days from the
    date of uploading of Tender on website. NSL will reply only those queries which are
    essentially required for submission of bids. NSL 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 as far as possible. Requests for
    Extension of opening of Technical Bids will not be entertained.
19. Integrity Pact. (For all Contracts valuing Rs. 5.00 Crores and Above)(Deleted)
    Integrity Pact duly signed by the tenderer shall be submitted. Any tender without
    uploading pre-signed integrity Pact shall be liable for rejection.
       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
20. List of Documents to be scanned and uploaded on the e-tender website within the
    period of tender submission:
    d)   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. (Deleted)
    f)   Details of Similar Works executed as part of JV/Consortium, and claimed in bid (if
         any) - FORM-B of GCC.
o) All pages of the entire Corrigendum (if any) duly signed by the authorized
NOTE:
1. The documents at sl No. a, b, and c (i.e., Bank Guarantee against EMD, if
   submitted in form of BG), Unconditional letter of acceptance duly signed on
   letter head, Notarized Affidavit for correctness of document/information are
   required to be submitted in original in hard copy also within the period of
   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 already submitted
     document shall be accepted after last date of submission of bids.
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
     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.
22. NSL reserves the right to reject any or all tenders or cancel/withdraw the invitation
    for bid without assigning any reasons whatsoever thereof. NSL does not bind itself
    to accept lowest tender. The NSL reserves the right to awardthe 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 NSL after split up at the quoted/ negotiated rates. No
    claim of the contractor whatsoever shall be entertained by NSL on this account.
23. For abnormally low quote, a detailed justification will be required from the bidder with
    all the supporting documents and if he fails to justify the same, the tender will be
    rejected and the bidder will not be allowed to participate in the retender again.
24. For all scheduled BOQ items, the nomenclature/rates/unit of applicable DSR item
    shall be applicable. In case, any ambiguity is observed in scheduled BOQ items,
    nomenclature, unit, and rate of relevant DSR item will hold good.
25. 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.
26. In case of any query, please contact Sh. Arun Kumar Thakur, GM (Engg.) on
    8448091350 or Sh. Amit Singh, AGM (T) on 8527491213 during the Office hours.
27. In case of any query regarding participation in E tendering, please contact helpdesk
    telephone no. of M/s Railtel Corporation of India Ltd.: 011- 49606060 /
    8448288988/8448288980/9355030630.
28. NIT No. and Name of work are required to be mentioned on the bid envelope.
                                                                         Sd/-
                                                                         DGM (T)
                                                                         NSL
                                 Cl. No.
                                    of
                                NIT/ITT/
Sl.                                          Values / Description to be Applicablefor
          Description           Clauses
No.                                                    Relevant Clause(s)
                                    of
                                Contract
                                  (CC)
10)   Validity of Tender        ITT / 8.0   150 (One Hundred fifty) Days
      Performance                           5.00 % (Five Percent Only) of contract value within
11)                             CC / 2.0
      Guarantee                             15 days from the issue of Letter of Award
      Additional Performance    CC / 2.6    Full amount equivalent to the difference between the
      Guarantee                             “85% of estimated Cost put to tender” and “ALB”
      {Valid in case of
12)   Abnormally Low Bid
      (ALB) by the L-1 Bidder
      i.e. Winning Quote/ Bid
      is less than 85% of
      Security Deposit /                   5.0% (Five Point Zero Percent Only) of the gross
13)                             CC / 3.0
      Retention Money                      value of each running / final bill.
      Time allowed for                     The date of start of contract shall be as per letter of
14)                             ITT/15.0
      starting the work                    Award.
                                              Interior/         Annual Repair       Road Work
      Deviation limit
                                              Renovation        & Maintenance
      beyond which clause
                                              works             of Buildings
15)   6.2 & 6.3 shall apply     CC / 6.0
                                            30%                 N.A.                N.A.
      for all works except
                                           Note:-The Deviation Limit of Building Work shall
      foundation.
                                           also apply for combined works (Building and Road)
                                            Building Works Annual Repair            Road Work
                                                                and
      Deviation limit
                                                                Maintenance
      beyond which clause
16)                             CC / 6.0                        of Buildings
      6.2 & 6.3 shall apply
                                            N.A.                N.A.                N.A.
      forfoundation work
                                           Note:-The Deviation Limit of Building Work shall
                                           also apply for combined works (Building and Road)
                                           All rates as per Bill of Quantities (BOQ) quoted by
                                           contractor shall be firm and fixed for entire contract
17)   Escalation                CC / 7.0   period as well as extended period for completion of
                                           the works. No escalation shall be applicable on this
                                           contract
      Recovery rate of
18)   work force supplied       CC /71     As per GCC
      by NSL to Contractor
      Defect Liability
19)                             CC/38.0    12 Months
      Period
      Bank Guarantee for
      waterproofing work
20)                             CC/52.0    As per GCC.
      and anti-termite
      treatment
21)   General Conditions of     GCC        GCC 2022 with amendments
      Contract
      Utilization of products
      from recycled C & D
22)   waste as per C& D         CC/53.1    Not Applicable
      waste management
      Rule 2016
      GST rate applicable in
23)                             CC/18.0    18%
      this contract
  From: (To be submitted in ORIGINAL on the letter head of the company by the
  authorized officer having power of attorney/as per Board Resolution)
NSL/CEO/NTA/NIT/2025/744
Sir,
 i)     This has reference to above referred tender. I/We have read/viewed all theterms
        & conditions and are pleased to submit our tender for the above work and I/We
        hereby unconditionally accept the tender conditions and tender documents in
        its entirety for the above work.
 ii)    I/we are eligible to submit the tender for the subject tender and I/We are in
        possession of all the documents required.
 iii)   Should this tender be accepted, I/We agree to abide by and fulfill all terms and
        conditions referred to above and as contained in tender documents elsewhere
        and in default thereof, to forfeit and pay NSL, or its successors or its authorized
        nominees such sums of money as are stipulated in the notice inviting tenders
        and tender documents.
Yours faithfully,
Dated:
                                                                                       Form - H
      (To be submitted in original by bidder on non-judicial stamp paper of Rs.100/- (Rupees
                          Hundred only) duly attested by Notary Public)
I, the deponent above named do hereby solemnly affirm and declare as under:
3.    I shall have no objection in case NBCC SERVICES LIMITED verifies those from issuing authority
      (ies). I shall also have no objection in providing the original copy of the any of document(s), in
      case NBCC SERVICES LIMITED demands so for verification.
5.    I hereby confirm that in case, any document, information & / or certificate submitted by me
      found to be incorrect / false / fabricated, NBCC SERVICES LIMITED 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.
DEPONENT
                                                                                              DEPONENT
ATTESTED BY (NOTARY PUBLIC)
In consideration of NBCC SERVICES LIMITED, having its Office at Ground Floor, NBCC
Centre, Okhla Phase-I, New Delhi- 110020 (hereinafter called "NSL") which expression
shall include its successors and assigns, having awarded a work order/contract / supply
order No. ………………………………. Dated ………………………. (hereinafter called “the said
contract”) to M/s. ……........................................................................... (hereinafter called
the contractor / supplier) which expression shall unless repugnant to the subject or
context include its successor and assigns at a total price of Rs....................... subject to the
terms and conditions contained in the contract.
WHEREAS, the terms and conditions of the contract require the contractor to furnish a
bank                  guarantee                 for                 Rs..................(Rupees
………………………………………………………………………………………) being ............% of the total
value of the contract for proper execution and due fulfilment of the terms and conditions
contained in the contract.
1.   This Guarantee shall be continuing guarantee and shall remain valid and irrevocable
     for all claims of NSL and liabilities of Supplier/Contractor till the date of expiry of BG
     i.e. …………. The claim period of the Bank Guarantee shall be for a period of 12 Months
     after the date of expiry of BG.
3.   This guarantee shall be in addition to any other guarantee or security whatsoever NSL
     may now or at any time have in relation to the performance of the works/equipment
     and NSL shall have full authority to take re-course or to enforce this security in
     preference to any other guarantee or security which the NSL may have or obtained
     and no forbearance on the part of NSL in enforcing or requiring enforcement of any
     other security shall have the effect of releasing the Bank from its liability here under.
4.   This guarantee shall not be determined or affected by the liquidation or winding up,
     dissolution or change of constitution or insolvency of the supplier/ contractor, but
     shall in all respects and for all purposes be binding and operative until payment of all
     moneys payable to NSL in terms thereof are paid by the Bank or till expiry of the Bank
     Guarantee including claim period of Bank Guarantee, whichever is earlier.
5.   The Bank Guarantee in no event be terminable, for any change in the constitution of
     the Guarantor Bank or for any other reasons whatsoever and the liability of the
     Guarantor Bank here under shall not be impaired or discharged by any extension of
     time or variations or alterations made, given, or agreed with or without knowledge
     or consent of NSL, by or between Supplier/ Contractor and the Bank.
6.   The Bank here by waives all rights at any time in consistent with the terms of this
     Guarantee and the obligations of the bank in terms hereof, shall not be otherwise
     affected or suspended by reasons of any dispute or disputes having been raised by
     the supplier/contractor (whether or not pending before any Arbitrator, Tribunal or
     Court) or any denial of liability by the supplier/contractor stopping or preventing or
     purporting to stop or prevent any payment by the Bank to NSL in terms hereof.
7.   The amount stated in any notice of demand addressed by NSL to the Guarantor as
     liable to be paid to NSL by the supplier/contractor or as suffered or incurred by NSL
     on account of any losses or damages, costs, charges and / or expenses shall as
     between the Bank and NSL be conclusive of the amount so liable to be paid to NSL or
     suffered or incurred by NSL as the case may be and payable by the Guarantor to NSL
     in terms hereof subject to a maximum of Rs...........(Rupees only).
8.   Unless demand or claim under this Guarantee is made on the Guarantor in writing
     within 12 Months after the date of expiry of the Guarantee, the Guarantor shall be
     discharged from all liabilities under this Guarantee there under.
WITNESS.
1. ______________________
2. ______________________
  In consideration of NBCC Services Limited, having its Registered Office at NBCC Services Limited,
Ground floor, NBCC Centre Okhla Phase-I, New Delhi-110020. (hereinafter called "NSL" which
expression shall unless repugnant to the subject or context include its successors and assigns)
having issued Notice Inviting Tender No.......... and M/s............... having its Registered Head
Office at.......... (hereinafter called the "TENDERER") is to participate in the said tender for.............
Whereas NBCC Services Limited, as a special case, has agreed to accept an irrevocable and
unconditional Tender Bond Guarantee for an amount of Rs....... valid upto........from the
tenderer in lieu of Cash Deposit of Rs required to be made by the tenderer, as a condition
precedent for participation in the said tender. We the.........(hereinafter called the "BANK")
having its Registered, Office at......... and branch office at...... do hereby unconditionally and
irrevocably undertake to pay to NBCC Services Limited immediately ondemand in writing and
without demur/protest any amount but not exceeding Rs Any such demand made by NBCC
Services Limited shall be conclusive and binding on us irrespectiveof any dispute or differences
that may be raised by the tenderer. Any change in the constitutionof the tenderer or the Bank
shall not discharge our liability under the guarantee.
We, the... Bank, lastly undertake not to revoke this guarantee during its currency without the
prior consent of NBCC Services Limited in writing and this guarantee shall remain valid
upto.......... upon expiry of which, we shall be relieved of our liability under this guarantee
thereafter.
PLACE:
DATED:
WITNESS.
1.