NIT For Package-I Leisure valley-II (1) - 241119 - 144156
NIT For Package-I Leisure valley-II (1) - 241119 - 144156
GH 02
Sector – Tech Zone-IV, Greater Noida (UP) on Design, Engineering, Procurement and
Construction (EPC) basis with Comprehensive Operation & Maintenance of 02 Years.
Section-1
Replacement of Section-1 (Page No. 1 to 10) of GCC–2022 for Contractors
1|P age
2|P age
1.8 Non-refundable cost of e- Rs. 5310/- (Rupees Five Thousand Three Hundred
Tender processing fee and Ten only) through e-payment gateway to M/s
Railtel Corporation of India Ltd.
1.9 Last date & time of Upto 09.12.2024 by 11:00 AM (IST)
submission of Tender
Documents
1.10 Period during which hard Before and up to 11:00 AM on 09.12.2024 in the
copy in original of Bank Central Procurement Group (CPG Division), 2nd
Guarantee against EMD (if Floor, NBCC (India) Ltd., NBCC Bhawan, Lodhi Road,
submitted in form of BG), New Delhi- 110003.
Letter of unconditional
Acceptance of tender
conditions, Affidavit for
Correctness of
Documents/information and
other document as per NIT (if
any) Shall be submitted.
1.11 Date & Time of Opening of Up to 09.12.2024 by 11:00 AM (IST)
Technical Bid
1.12 Pre-Tender Meeting & Venue The pre-bid meeting will be held on 19.11.2024 at
11:00AM.
3|P age
The interested bidders should meet the following minimum qualifying criteria:
A. Work Experience:
i) Experience of having successfully completed “similar works” during the last 7 years
ending initial stipulated last date of submission of tenders as per NIT:
a. Three similar works each costing not less than Rs. 400 Crore ;
OR
b. Two similar works each costing not less than Rs.500 Crore.
OR
c. One similar work costing not less than Rs. 800 Crore
Note- The developers of own Real Estate projects are also eligible subject to submission
of sanctioned building plan, occupancy / completion certificate of the building
(s) issued by concerned authority (ies) along with project construction cost
valuation report only from the Govt. approved valuer jointly certified by
Chartered Engineer and Chartered Accountant in practice. Land cost, sale
consideration etc. not to be considered in the valuation report.
In addition to above clauses, the bidder should have successfully completed following
works during last 07 years ending initial stipulated last date of submission of tender as
per NIT:
a) Height criteria: "Bidder should have successfully completed at least one building with
minimum 15 stories or 45 meters height”.
4|P age
Note:
b) Basement criteria: The bidder should have successfully completed work of minimum
one basement in Residential/Non-Residential Building of value of at least Rs. 400
crore.
c) Construction Technology:
The bidder should have successfully completed one work costing Rs. 200 Crore
executed with any one structural system technology as per the list mentioned
in Annexure-F. This shall be part of eligible work at A (i) above or as a separate
work. Also, an experience certificate or any other document issued by client’s
organization in support of having successfully completed works with above
mentioned technologies shall be submitted by the bidder (Refer Annexure B &
C).
Note:
The successful bidder is required to propose any one type of the structural
system technology only to be used for the execution of the work from the
following:
Loss, Solvency, Additional Qualifying criteria (if any) etc. will first be scrutinized
and the bidder’s eligibility for the work will be determined.
STEP 2: The bidders qualifying the Step-1 Criteria above, will be evaluated for
the following criteria on the basis of details furnished by them:
Proforma–I
Attributes Evaluation
i. Without levy of 20 15 10 10
Compensation 20
ii. With levy of 20 5 0 -5
Compensation
iii. Levy of compensation 20 10 0 0
not decided
TOR= AT/ST where AT= Actual time; ST= Stipulated Time in the agreement (+)
Justified period of Extension of Time.
Note: Marks for value in between the stages indicated above is to be determined by
straight line variation basis.
d. Performance of works (Quality) as per Assessments in Annexure D. (40 Marks)
6|P age
Evaluation of the performance of contractors for Time over run (i.e. Section (c)) shall
be based on the average score of all the eligible completed similar works submitted by
the bidder.
Evaluation of the performance of contractors for Quality (i.e. Section (d)) shall be done
by an Inspection Committee constituted by NBCC. All the eligible Completed similar work
and one on-going work in progress (costing more than 100 Crore), submitted by the
bidder shall be got inspected by the Inspection committee. The bidder needs to submit
the details of all the ongoing works in progress costing more than 100 Crore and any
one ongoing work shall be got inspected by the inspection committee.
STEP 3: To become eligible for price bid opening, the bidder must secure at least fifty
percent marks in each Section (i.e. section a, b, c & d of Step 2 above) and sixty percent
marks in aggregate.
ii) The past experience in similar nature of work should be supported by certificates
issued by the client’s organization. In case the work experience is of Private sector
the completion certificate shall be supported with copies of Letter of Award and copies
of Corresponding TDS Certificates. Value of work will be considered equivalent to the
amount of TDS Certificates.
NOTE- In case of own Real Estate projects, TDS Certificate is not required,
However valuation report as mentioned in 2.0 A(i) Note of NIT is required to be
submitted.
iii) (a) The value of executed works, for the purpose of this clause shall also include the
value of any materials (such as cement, steel, etc.), services (scaffolding, batching-
plant, other machinery, etc.), which have been supplied by client/employer free of
cost/on-discounted-price to the contractor, and which have not been already included
in the ‘value of works executed’ that is reflected/declared on the relevant ‘experience
certificate’ or ‘Letter of Award’. Such exclusion shall be specifically mentioned on the
Letter of Award, “Experience Certificate’ and the ‘value of free supplies’ shall be
separately certified by the employer, or in cases where the employer is a private
entity, by a practicing cost/chartered accountant (holding valid certificate of practice),
However work executed as labour contract shall not be considered.
(b) The value of executed works shall be brought to the current level by enhancing
the actual value of work done at a simple rate of 7% per annum, calculated from the
date of completion to previous day of initial stipulated last date of submission of
tenders as per NIT.
iv) Joint-venture / consortia of firms/companies and Foreign bidders are not eligible to
quote for the tender.
v) The bidders submitting experience certificate for the works done in joint venture
(JV)/consortium with other firms/ companies, their proportionate experience to the
extent of its share in the JV/consortium or work done by them shall only be allowed
on submitting the valid proof of their share/work done.
7|P age
8|P age
B. Financial Strength:
i) The Average annual Audited financial turnover (after enhancement) for last 3 years
shall be at least 40% of the estimated cost put to tender. The requisite Turnover shall
be duly certified by a Chartered Accountant with his Seal/ signatures and registration
number.
In case the preceding financial year is unaudited, then the same shall be certified by
Chartered Accountant in Form-C and the three Financial Years immediately
preceding the previous Financial Year shall be considered for evaluation.
In case of Companies/Firms less than 3 years old, the Average annual financial
turnover shall be worked out for the available period only.
The value of annual turnover figures less shall be brought to the current value (i.e.
preceding Financial Year) by enhancing the actual turnover figures at simple rate of
7% per annum.
Note:
ii) Audited Net Worth of the company /firm as on last day of preceding (or last audited)
financial year, should be minimum 10% of the Estimated Cost put to Tender, duly
certified by Chartered Accountant in FORM-C.
iii) Self-certified copy of Bank Solvency Certificate issued from Nationalised or any
Schedule Bank should be one in number for at least 40% of Estimated Cost of the
Project put to tender. The certificate should have been issued within 6 months from
original last date of the submission of the tender.
Note: Bank Solvency Certificate is not required if estimated cost put to tender is up to
Rs. 25 Crore.
iv) The Bidder should at least have earned profit in minimum one year in the available
last three consecutive balance sheets.
The bidders are required to upload and submit page of summarised Balance Sheet
(Audited) and also page of summarised Profit & Loss Account (Audited) for last three
years.
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
9|P age
of all the documents required. Information and Instructions for Tenderers posted on
Website(s) shall form part of Tender Document.
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.
7.0 The tenderers are required to quote strictly as per terms and conditions,
specifications, standards and Design Basis Report & scope of works given in the
tender documents and not to stipulate any deviations. The Bank Guarantee for
EMD submitted by the bidders shall be strictly in the format prescribed in GCC. In
case, EMD is not found verbatim in the prescribed format, the bid will be liable for
rejection.
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.
10 | P a g e
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.
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, or 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 Turnover: At the time of submission of tender, the tender
shall upload Affidavit/Certificate from Chartered Accountant mentioning Audited
Financial Turnover of last 3 years. There is no need to upload entire voluminous
balance sheet. However, one page of summarised Balance Sheet (Audited) and
one page of summarised Profit & Loss Account (Audited) for last 03 years shall be
uploaded.
16.0 Contractor must ensure to quote rate as per the quoting sheet. The column meant
for quoting rate in figures appears in pink colour and the moment rate is entered,
it turns sky blue. The Rate shall be Quoted upto 2 Decimals.
17.0 The tenderer(s) if required, may submit queries, if any, through e-mail and in
writing to the tender inviting authority to seek clarifications within 7 days from the
date of uploading of Tender on website but latest by so as to reach NBCC office
not less than 2 days prior to the date of Pre-bid meeting (if to be held as per NIT).
NBCC will reply only those queries which are essentially required for submission
of bids. NBCC will not reply the queries which are not considered fit like replies of
which can be implied /found in the NIT/ Tender Documents or which are not
relevant or in contravention to NIT/Tender Documents, queries received after Pre-
bid meeting, request for extension of time for opening of technical bids, etc.
Technical Bids are to be opened on the scheduled dates. Requests for Extension
of opening of Technical Bids will not be entertained.
The Pre-Bid meeting shall be attended by the intending bidders only and not by
vendors/manufacturers. Further, the intending bidders should depute their
authorized person with authorization letter in original to attend the pre-bid meeting.
11 | P a g e
18.0 Integrity Pact (For all contracts valuing Rs.5.00 Crores and above)
18.1 Integrity Pact duly signed by the tenderer shall be submitted. Any tender without
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
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 and uploaded one-tender website within
the period of tender submission:
e) Integrity pact duly signed by the contractor (Annexure-III) (for all contracts
valuing Rs. 5.00 Crores & above). The bidders are required to download the
Integrity Pact as uploaded in the tender documents, and sign on the same,
put rubber stamp/seal and upload the signed copy one-tendering websites.
12 | P a g e
o) All pages of the entire Corrigendum (if any) duly signed by the authorized
person.
q) General Information-Form-F.
NOTE:
1. The documents at sl. Nos. a, b and c i.e. (Bank Guarantee against EMD
(if submitted in form of Bank Guarantee), Unconditional letter of
acceptance duly signed on letter head, Notarized Affidavit for
correctness of document/ information) are required to be submitted in
original in hardcopy also within the period of tender submission. All
other documents are not required to be submitted in hard copy.
4. The bidders are advised to upload complete details with their bids as Technical
Bid Evaluation will be done on the basis of documents uploaded on the website
by the bidders with the bids. Please note no fresh document other than in the
form of clarification/revision in respect of an existing document shall be
accepted after last date of submission of bids.
5. The information should be submitted in the prescribed proforma. Bids with
Incomplete/Ambiguous information are liable to be rejected.
6. All the uploaded documents should be in readable, printable and legible form
failing which the Bids are liable for rejection.
7. Bank Guarantee for EMD submitted by bidders shall be strictly in the format
prescribed in GCC/NIT. In case, Bank Guarantee for EMD is not found
verbatim in the prescribed format, the bid will be liable for rejection.
14 | P a g e
Annexure-I
MEMORANDUM
15 | P a g e
14) Time allowed for CC/17.1 The date of start of contract shall be
starting the work reckoned from 10 days after the date of
issue of letter of Award.
15) Deviation limit beyond CC/6.0 As per SCC
which clause 6.2 & 6.3
shall apply for all works
except foundation.
16 | P a g e
19) Defect Liability Period CC/38.0 Twenty (24) months from the date of
takingover of the works by the NBCC or
client whichever is later.
20) Bank Guarantee for CC/52.0 An amount of Rs.28.00 Cr against the
waterproofing work and water proofing work and Anti termite
anti-termite treatment treatment (to be submitted before
release of security deposit
21) Utilization of products CC/53.1 As per IS 383:2016
from recycled C&D
waste, as per C & D
Waste Management
Rules, 2016
22) GST Rate applicable CC/18.0 Bidders should consider GST rate @
in this contract 18%.
23) IGBC rating IGBC Gold Star Rating
17 | P a g e
Annexure-A
AFFIDAVIT
(To be submitted by bidder on non-judicial stamp paper of Rs. 100/- (Rupees Hundred only) in
original duly attached by Notary Public)
I/We, the deponent above named do hereby solemnly affirm and declare as under:
2. I/we are participating in the tender of Development of Leisure Valley Phase-II Residential
Apartments, Package-I at Plot No. GH 02 Sector – Tech Zone-IV, Greater Noida (UP)
on Design, Engineering, Procurement and Construction (EPC) basis with
Comprehensive Operation & Maintenance of 02 Years
3. That I/we hereby certify that I/We will use
“Monolithic Concrete Construction system using Aluminium Formwork as per
relevant clause in SCC”
or
“Precast Large Concrete Panel (PLCP) system with structural members (wall,
slab etc.) cast in a factory/ casting yard and brought to the building site for
erection & assembling as per relevant clause in SCC”
or
“Industrialized 3-S system using RCC precast with or without shear walls,
columns, beams, Cellular Light Weight Concrete slabs / semi Precast Solid
Slab as per relevant clause in SCC.”
Accordingly, the quoted rate is deemed to be included in the use of the proposed
Technology.
DEPONENT
18 | P a g e
Annexure-B
DETAIL OF ONE WORK IN SUPPORT OF HAVING SUCCESSFULLY COMPLETED WITH THE
CONSTRUCTION TECHNOLOGIES AS PER ANNEXURE-F
with details*
Remarks
S. No.
used
1 2 3 4 5 6 7 8 9 10 11
19 | P a g e
Annexure-C
CERTIFICATE OF EXPERIENCE (ISSUED BY THE OWNER/CLIENT) IN SUPPORT OF
HAVING SUCCESSFULLY COMPLETED ONE WORK WITH THE CONSTRUCTION
TECHNOLOGIES AS PER ANNEXURE-F
10. Whether the work was done on back to back basis (yes/no) :
20 | P a g e
Annexure-D
Assessment of Quality for completed as well as ongoing work :-
Name of Work: -
Date of Inspection:-
Marks Assessed
3. Quality of Flooring
7. Quality of workmanship
21 | P a g e
8. Quality of Waterproofing
Note:
a) All the above parameters may be considered for assessing the overall quality of work
executed by the contractor. Each attribute shall be assessed on maximum marks of 10
under B above.
b) In case, any attribute is not applicable, the same may not be included in the
assessment and “Not Applicable” (N/A) shall be mentioned.
c) The works as assessed above shall be converted on a scale of 25/15 marks for
completed/ongoing work respectively.
d) In case of eligible ongoing works being more than one the Inspection Committee shall
inspect only one ongoing work.
e) In case of eligible completed works being more than one, the average marks assigned
for eligible completed works shall be considered for marking purpose
22 | P a g e
Annexure E
Max 15 Marks-
S.N Name Type of Na Cost Dat Date of Upto Name Referenc
o. of Work me of e Complet date and e and
work i.e. of work of ion percent addres Page No.
and Residen Clie in Sta age s/ of
its tial / nt cror rt progres teleph Documen
locati Non e of s of one tary
on Residen rupe work numbe Proof*
tial es r of
Buildin officer
g to
whom
referen
ce may
be
made
*Copy of Letter of Award shall be enclosed as documentary proof for each work mentioned
above.
Annexure-F
23 | P a g e
Table -1A
1 Pre-cast concrete system with columns, beams, All Zones – Except Any Number
walls, slabs, hollow core slabs & also 3D Zone-V
Volumetric components-Technology needs
special transport logistics.
2 3D Modular casting using steel mould and high- All Zones – Except Any Number
performance concrete of building modules in Zone-V
factory. These modules are transported to the
construction site & assembled – Technology
needs special transport logistics.
3. Modules with 3D volumetric precast concrete All Zones – Except Any Number
unit, various units make a house – Technology Zone-V
needs special transport logistics.
4. Precast Large Concrete Panel (PLCP) system All Zones – Except Any Number
with structural members (wall, slab etc.) cast in Zone-V
a factory/ casting yard and brought to the
building site for erection & assembling.
5. Industrialized 3-S system using RCC precast All Zones – Except Any
with or without shear walls, columns, beams, Zone-V Number
Cellular Light Weight Concrete slabs / semi
Precast Solid Slab.
6. Pre-cast sandwich panel system & light weight All Zones – Except Any Number
precast concrete slab (wall is sandwich panel Zone-V
comprising of structural concrete inside panel,
insulation layer & finishing external layer) Light
weight concrete slab (comprises of bottom
concrete / mortar layer, Lightweight concrete
blocks & reinforcement & in-situ concrete)
7. Large Hollow wall prefab concrete panel All Zones – Except Any
(Lightweight, interlocking, concrete panel) using Zone-V Number
factory produced large standard hollow
interlocking concrete block
24 | P a g e
11. Factory Produced PVC stay in place All zones Any number
formwork with in-situ concrete &
reinforcement in walling units and cast-in-
situ RCC slab
12. Stay in place pre-assembled PVC wall All zones Any number
forms along with cast-in-situ RCC slab
13. Structural Stay in Place Galvanized Steel All zones Except Zone-V G+3
formwork system for walling with the same
bottom single layer formwork for slabs/ insitu
slab
C. Others
14. Use of confined Masonry All zones G+3
Table -1B
15. Prefabricated Steel Structural systems with All Zones Any Number
appropriate wall system-PEB-Pre-Engineered
Buildings using a combination of built up
sections, hot rolled sections and cold formed
elements with various options for walling and
flooring.
16. Factory made fast track modular building All Zones Any Number
system-Hot rolled steel frame structure with
different walling components.
17. Speed floor System-Hot rolled steel frame with All Zones Any Number
speed floor.
18 Hot rolled steel section/ frame with All Zones Any Number
prefabricated fibre reinforced sandwich panels.
25 | P a g e