Netaji Nagar Redevelopment Tender Notice
Netaji Nagar Redevelopment Tender Notice
Hall, and allied works on Design, Engineering, Procurement and Construction (EPC) basis including Operation &
Maintenance for five years (PKG- I)
Section-1
Replacement of Section -1 (Page No. 1 to 10) of GCC– 2022 for Contractors
1.0 NBCC (India) Ltd. invites online open e-tenders on behalf of Ministry of Housing & Urban
Affairs (MoHUA) in two bid system from experienced and eligible Contractors as per qualifying
criteria mentioned in the Notice Inviting Tender for “Redevelopment of GPRA Colony at Netaji
Nagar, New Delhi – SH: Construction of Type III quarters (1532 Nos), Community Hall, and
allied works on Design, Engineering, Procurement and Construction (EPC) basis including
Operation & Maintenance for five years (PKG- I) ” as per schedule as under:
1.8 Non-refundable cost of e- Rs. 5,310 through e-payment gateway to M/s Railtel
Tender processing fee Corporation of India Ltd.
a. Three similar works each costing not less than 40% of the estimated cost put to
tender
Signature of Contractor Page 3 of 29 Signature of NBCC
Digitally signed by ANUJ
NAVNEET CHACHA
Date: 2024.02.22 [Link] IST
Redevelopment of GPRA Colony at Netaji Nagar, New Delhi – SH: Construction of Type III quarters (1532 Nos), Community
Hall, and allied works on Design, Engineering, Procurement and Construction (EPC) basis including Operation &
Maintenance for five years (PKG- I)
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
a. Height criteria: "Bidder should have successfully completed at least one building
with minimum 8 stories
Note:
i. Stilt/ Basement (s) if any, in the building shall be considered as a storey/floor.
ii. Mumty/ Machine room slab shall not be considered as a floor.
[Link] floor will be taken equivalent to 3 mtr. Height of the building for
qualification purpose
c. Construction Technology
1. The bidder should have satisfactorily completed one work costing not less
than 20% of the construction cost put to tender executed with the structural
system technology as proposed by the bidder in the form of an affidavit
(Annexure-IV). This can be part of eligible work at 2.0 A (i) of NIT above or as
a separate work
2. The bidder is required to propose any one type of the structural system
technology from the list mentioned in Annexure-VII to be used for execution
of work
3. Any alteration in the proposed technology will not be allowed subsequently
after opening of technical bid. However, for quoting rates and for financial
evaluation all the technologies will be treated at par.
d. Experience in EPC Mode: The bidder must have completed at least one work on
EPC mode of 40% value of the proposed project during last 7 seven years.
iii) 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.
iv) (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
(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.
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.
b. For the purpose of evaluation of bidders, the conversion rate of such a currency
into INR shall be 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.
C. Financial Strength
i) Average Annual Financial Turnover for last 3 years shall be at least 100% of the
estimated cost put to tender. The requisite turnover shall be duly certified by a
Chartered Accountant with his seal/ signature and registration number.
In case of Companies/ Firms less than 3 years old the average annual financial
turnover shall be worked out for available period only.
ii) Average Monthly Turnover: Bidder should have achieved average monthly financial
turnover/progress of at least Rs. 25 crore per month in any single construction work
costing not less than 33% of the estimated cost put to Tender (not necessarily
similar work), during the last 7 (seven) years ending initial stipulated last date of
submission of tenders as per NIT. The value of average monthly financial progress
shall be worked out on the basis of completion cost of work divided by actual duration of
completion of work. The value of average monthly financial progress shall be brought to
current costing level by enhancing the actual value of monthly turnover of single work at
simple rate of 7% per annum; calculated from the date of completion of the work to the
previous day of last day of submission of PQ bids. Extra time granted due to Force
Majeure period due to COVID in the year 2020, where applicable to that extent shall be
adjusted accordingly while calculating average monthly financial turnover.
iii) Audited Net Worth of the company /firm as on last day of preceding (or last
audited) financial year, should be atleast 10% of the estimated cost put to tender.
It should be duly certified by Chartered Accountant.
iv) 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.
v) The Bidder should not have incurred any loss (profit after tax should be positive)
in more than two years during the last five consecutive financial years ending on
31st March 2023 duly certified and audited by the Chartered Accountant or
certified by CA. Profit and loss after taxes shall be seen for both consolidated as
well as standalone financial statement.
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 five years.
vi) Bidding Capacity: The bidding capacity of the bidder should be equal to or more
than the estimated cost of the work put to tender. The bidding capacity shall be
worked out by the following formula
Bidding capacity = [A x N x 1.5]- B
Where,
A = Maximum turnover in construction works executed in any one year during the last
five years ending on 31.03.2023, taking into account the completed as well as works
in progress. The value of turnover in particular year previous to last year shall be
brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which pre- qualification bid
has been invited.
B = Value of existing commitments and ongoing works to be completed during the
period of completion of work for which tenders have been invited.
Note: The bidder shall submit the calculation sheet of tendering capacity as per above
formula along with Bid documents and also submit an undertaking that all works in
progress or awarded to him have been included in the list submitted by him in the
Form C & C1 and no ongoing work has been left out. In case it is found that bidder
has concealed any information, suitable legal as well as criminal action shall be
taken against bidder for concealing such information
3.0 Evaluation of Performance: The details submitted by the bidders will be evaluated in the
following manner.
3.1 The initial criteria prescribed in para 2.0 above in respect of experience of
eligible category of similar works completed, financial turn over, Net Worth, Profit
and Loss, bidding capacity etc. will first be scrutinized and the bidder’s eligibility
for the work will be determined.
3.2 Evaluation of the performance of contractors for eligibility shall be done by NIT
approving authority or a Committee constituted by him. One or more eligible
similar works executed & completed and one or more ongoing works in progress
costing more than the 33% of the estimated cost put to tender, submitted by the
bidders shall be got inspected by committee of officers nominated by NIT
approving authority. The marks for the quality shall be given based on this
inspection, if Inspection carried.
3.3 The bidders qualifying the initial criteria, as set out in para 2.0 above will be
evaluated for following criteria by scoring method on the basis of details
furnished by them:
Attributes Evaluation
ii) Extension of time on account of justified hindrances other than extra work
& COVID, shall not be considered for TOR calculation.
(d) Performance of works (Quality) to be assigned after inspection by committee
of officers/experts nominated by NIT approving authority as per Form D-1
and D-2 (40 marks)
Completed work : Maximum Marks- 25
Ongoing Work : Maximum Marks-15
Total Marks Assessed : Maximum Marks-40
Note:
• To become eligible for short listing, the bidder must secure at least 50% marks in
each (section a, b, c and d) and 75 % marks in aggregate.
Note: The average value of performance of works for time overrun and quality
shall be taken on the basis of performance report of the eligible category of
works.
4.0 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.
6.0 The Tender Document as uploaded can be viewed and downloaded free of cost by
anyone including intending tenderer. But the tender can only be submitted on the e-
tender website after having digital signature by the bidder and after uploading all the
requisite scanned documents.
9.0 The 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.
10.0 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.
11.0 On opening date, the tenderer can login and see the tender opening process.
13.0 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.
14.0 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.
15.0 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.
16.0 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 5 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 05 years shall be uploaded and
submitted in hard copy also.
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 7 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.
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.
(i) In respect of this project, the Independent External Monitors (IEMs) would be
monitoring the bidding process and execution of contract to oversee implementation
and effectiveness of the Integrity Pact Program.
(ii) The Independent External Monitor(s) (IEMs) have been appointed by NBCC in terms
of Integrity Pact (IP)-Section 6, which forms part of the tenders/ Contracts. The
contact details of the Independent External Monitor (s) are posted on the NBCC’s
website i.e. [Link]
(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 on e-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 on e-tendering websites.
h) Details of Similar Works executed as part of JV/Consortium, and claimed in bid (if
any)- Form-B, Form D, Form-D1 and Form D2
m) Power of Attorney/ Board Resolution of the person authorised for signing/ submitting
the tender.
p) All pages of the entire Corrigendum (if any) duly signed by the authorized person.
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 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.
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.
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.
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.
22.0 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.
23.0 In case of assistance/ problem/ enquiry in uploading documents, Helpdesk Tel. Nos. are
available on the website [Link]
24.0 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 up to 2 Decimals.
25.0 For site related queries, please contact Shri Niraj Kumar Ph. No. 7738558804
during office hours. In case of any query, please contact Shri Anuj N Chacha,
DGM (Engg), NBCC (India) Ltd, CPG Div., Head Office, Ph. No. 011-24367314
Ext. 1508, Email: [Link]@[Link]
Annexure-I
MEMORANDUM
10) Validity of Tender ITT / 8.0 150 (One Hundred Fifty) days from the
date of opening of tender.
11) Performance Guarantee CC / 2.0 5% (Three Percent Only) of contract
value within 15 days from the issue of
Letter of Award
21) GST applicable on this CC/18.0 Bidders should consider GST rate @18%.
work
Annexure-IV
AFFIDAVIT
(To be submitted by bidder on non-judicial stamp paper of Rs. 100/- (Rupees Hundred only) in
originalduly attached by Notary Public)
R/o .............................................................................................................................................
I/We, the deponent above named do hereby solemnly affirm and declare as under:
2. I/we are participating in the tender of “Redevelopment of GPRA Colony at Netaji Nagar,
New Delhi – SH: Construction of Type III quarters (1532 Nos), Community Hall, and allied
works on Design, Engineering, Procurement and Construction (EPC) basis including
Operation & Maintenance for five years (PKG- I)”.
4. I/We understand that no alteration in proposed technology mentioned at Sl (3) above, will be
allowed after opening of technical bid.
5. I/we hereby attaching copy of type test report conducted in respect of precast concrete
construction system technology proposed to be used in the work (applicable if precast concrete
construction system technology is proposed by bidder).
DEPONENT
Annexure- V
DETAIL OF ONE WORK IN SUPPORT OF HAVING SUCCESSFULLY COMPLETED WITH THE STRUCTURAL
SYSTEM TECHNOLOGY PROPOSED TO BE USED IN THE WORK
Name of Work: - Redevelopment of GPRA Colony at Netaji Nagar, New Delhi – SH:
Construction of Type III quarters (1532 Nos), Community Hall, and allied works on Design,
Engineering, Procurement and Construction (EPC) basis including Operation &
Maintenance for five years (PKG- I)
Owner or Sponsoring
in Crores of Rupees
technology used
Organization
per contract
completion
Remarks
Location
details*
made
Sl
1 2 3 4 5 6 7 8 9 10 11
Annexure- VI
CERTIFICATE OF EXPERIENCE IN SUPPORT OF HAVING SUCCESSFULLY COMPLETED ONE WORK WITH THE
STRUCTURAL SYSTEM TECHNOLOGY PROPOSED TO BE USED FOR THE WORK
10. Whether the work was done on back to back basis (yes/no) :
Certified that M/s........................................................ has completed the above work with the structural
system technology as per details mentioned above.
Annexure-VII
List of Approved Construction Technologies
Form A
Details of work experience pertaining to Additional Qualifying Criteria (as per NIT if any)
4
1. Certified that the Completion Certificates of above works are enclosed with the Tender Documents.
2. Details mentioned in the above Form are as per Completion Certificates and have not been presumed.
3. If any detail is not mentioned in the Work Completion Certificate, documentary proof of the details like
drawings, LOA, BOQ, completion certificate/occupation certificate, copy of final bill, etc. is to be submitted and
uploaded on Tender Website along with the Completion Certificate.
4. If any of the above works are executed in JV, then bidder shall submit such details in FORM-B.
Form B
(X+Y)
Details of work experience pertaining to Additional Qualifying Criteria (as per NIT if any)
4
If any detail is not mentioned in the Work Completion Certificate, documentary proof of detail is to
be submitted and uploaded on Tender Website along with the Completion Certificate.
Form C
FINANCIAL DETAILS
a b c d e
1 Profit / Loss (Standalone)
1. Summarised page of Audited Profit & Loss Account of previous three Financial Years
duly certified by the chartered account, is to be submitted.
2. Summarized page of Audited Balance Sheet of last Financial Year(ending on last day of
the preceding Financial Year)duly certified by the chartered account, is to be
submitted.
Form-C1
This is to certify that as per audited balance sheet and profit & loss account during the
financial year............... the Net Worth of………………… (Name &
registered address of Individual / Firm / Company), as on…………………. (the relevant date)
is Rs………………………………………… …after considering all liabilities. It is further
certified that Net Worth of the company has not eroded by more than 30 % in last three years
ending on 31.03. 2023. In this regard, 2019-20 shall be considered as base year for Net
Worth erosion.
Form-C2
Sl Name Name Project No & Date Cost of the Payments TDS Year wise
of of Cost in of work on received corresponding TDS as per
work Client Crores Completion completion as per to the Form 26AS /
Certificate in Crores TDS in payment Form 16A
Crores relating to the
work
Note: Value of Work done will be considered equivalent to the amount received as per
the TDS Certificates.
In case of multiple contracts undertaken from a client, details of TDS/Form- 26AS for
each work mentioned above need to be segregated and given separately.
This form needs to be supported with Form-26AS taken in HTML format or Form -16A.
UDIN:
Form-C3
Sl Name Client Tendered Date of Stipulated Actual Time Completion Avg Avg Name &
of Name cost of commenc date of date of taken (in cost excl Monthly monthly address
work work (in -ement completion completi mnth) any award/ Turn Turnover (Postal &
Cr) as per on amount over enhanced Email) /
contract through ending @ telephone
litigation / 7% p.a as no of
arbitration per Cl office to
2.C.(ii) of whom
NIT reference
may be
made.
A B C D E F G H I J=I/H K L
Work Costing not less than costing not less than 33% of the estimated cost put to Tender and having
average monthly financial turnover / progress of at least Rs. 25 Crore Construction Work during
the last 7 (seven) years ending initial stipulated last date of submission of tenders as per NIT
Note:
Bidder shall submit self-certified copy of supporting documents which can establish aforementioned
facts and figures, such as:
1. Final Bill
Or
2. Completion certificate from the owner organization
Or
3. Details filled in above format by manager / officer not below the rank of Executive Engineer
from owner / sponsoring organization.
Signature of Bidder(s)
(with stamp)
FORM-C4
Name of Work: “***************************New Delhi” including operation & maintenance for 5 Years.
The Bidding capacity of the bidder should be equal to or more than the estimated cost of the work put
to tender. The bidding capacity shall be worked out by the following formula:
Where,
A= Maximum turnover (as mentioned in “FORM-A” of the bid) in construction works executed in any
one year during the last five years ending March ,2022, taking into account the completed as well
as works in progress. The value of turnover in particular year previous to last year shall be
brought to current costing level by enhancing at a simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bid has been invited.
B= Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bid has been invited. - (Value of B worked out from “Form C1”)
Note: It is certified that all works in progress or awarded to me / us have been included in the list
submitted by me / us in the Form C & C-1 and no ongoing work has been left out. In Case it is
found that I/we have concealed any information, suitable legal as well as criminal action shall be
taken against me/us for concealing such information.
(Bidders shall upload all supporting documents for arriving at Bidding Capacity.)
Form- D
2. Agreement no.:
3. Estimated cost:
5. Date of start:
6. Date of completion:
(i) Original stipulated date of completion as per agreement
(ii) Actual date of completion
7. (a) Whether case of levy of compensation for delay has been decided or not-
Yes/No
Dated:
Executive Engineer or Equivalent
FORM D-1
SL
No. Description Marks
A. Quality of components of work
1 Cement concrete and reinforced cement concrete
2 Stone work
3 Wood work
4 Flooring
5 Roofing
6 Finishing of walls
7 Sanitary installations
8 Aluminum, glazing and steel work
9 Road work
10 Internal electrical work
11 Fire alarm and firefighting systems
12 Lifts and escalators
13 Air conditioning work
14 Outdoor lighting
Bulk services like sewage treatment plant, tube well,
15 sump etc.
Substation equipment like transformers, HT panel, auto
16 power factor correction panel, DG sets and earthing.
B. General
17 Workmanship
18 Lines and levels
19 Structural defects and distress
20 Seepage and leakage
Note: Each attribute shall be assessed on maximum marks of 10. Those attributes
which are not applicable, will not be considered for calculating percentage of
marks.
The percentage of marks so calculated will be applied to work out the marks
obtained out of maximum marks of 25.
FORM D-2
SL
No. Description Marks
A. Quality of components of work
1 Cement concrete and reinforced cement concrete
2 Brick masonry
3 Stone work
4 Wood work
5 Flooring
6 Roofing
7 Finishing of walls
8 Sanitary installations
9 Aluminum, glazing and steel work
10 Road Work
11 Internal electrical work
12 Fire alarm and firefighting systems
13 Air conditioning work
Substation equipment like transformers, HT panel, auto
14 power factor correction panel, DG sets and earthing.
B. General
15 Workmanship
16 Technical proficiency
17 Mechanization in construction
18 Financial soundness
19 General behavior
20 Sanitary and safety measures available at the site
Note: Each attribute shall be assessed on maximum marks of 10. Those attributes
which are not applicable, will not be considered for calculating percentage of
marks.
The percentage of marks so calculated will be applied to work out the marks
obtained out of maximum marks of 15