Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

Nbcc

Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 52

TENDER DOCUMENT

Providing Security services on 24X7


hours basis at Redevelopment of
GPRA Colony at Sarojini Nagar, New
Delhi

NBCC (INDIA) LIMITED


(A Govt. of India Enterprise)
Office of SBG ( Redevelopment – II)
Sewa Sadan, Netaji Nagar, New Delhi -110023
Email Id: sbg.redev2@nbccindia.com
INDEX

S. NO. DESCRIPTION SECTION PAGE NOS.

1. NOTICE INVITING e-TENDER SECTION-1 03 to 11

2. INSTRUCTIONS TO SECURITY SECTION-2 13 to 17


AGENCIES

3. CONDITIONS OF CONTRACT SECTION-3 19 to 30

4. FINANCIAL PROPOSAL SECTION-4 32

5. FORMATS & ANNEXURES SECTION-5 34 to 50

1
Signature ofAgency NBCC
Section-1

NOTICE INVITING e-TENDER

2
Signature ofAgency NBCC
NBCC (INDIA) LIMITED
(A GOVT. OF INDIA ENTERPRISE)
OFFICE OF SBG (REDEVELOPMENT-II)
Sewa Sadan Building, Nagar, New Delhi-110023
Email: sbg.redev2@nbccindia.com
Dated: 27.12.2024

NOTICE INVITING e-TENDER

1. NBCC invites online Item Rate open tenders from experienced and eligible Security
Agencies for Providing Security services on 24X7 hours basis at
Redevelopment of GPRA Colony at Sarojini Nagar, New Delhi as per schedule
as under:

1.1 Tendering Document No. NBCC/SBG/Redev-II/SN/2024/06 dated


27.12.2024
1.2 Name of the work Providing Security services on 24X7 hours basis
at Redevelopment of GPRA Colony at Sarojini
Nagar, New Delhi
1.3 Brief Scope of Work Providing Security services on 24X7 hours basis
at Redevelopment of GPRA Colony at Sarojini
Nagar, New Delhi.
1.4 Estimated Cost Rs. 56,97,587.00 (Rupees Fifty Six Lakh Ninety
Seven Thousand Five Hundred Eighty Seven
only)
1.5 Duration of contract 12 (Twelve) months

1.6 Earnest Money Deposit Rs. 56,976.00 (Rupees Fifty Six Thousand Nine
Hundred Seventy Six only) through an online e-
payment gateway or in the form of Bank
Guarantee (BG)

Bank Details of NBCC(India) Ltd. are provided


herewith for the purpose of preparation of Bank
Guarantee only:

Name of Beneficiary: NBCC (India) Ltd.


Bank: Union Bank of India, Lodhi Colony, New
Delhi Branch: 3524
Current A/C No.: 352401010035007 IFSC
Code: UBIN0535249.

BG validity required minimum up to 180 (One


Hundred Eighty) days from the original last
day of submission of Tender

MSEs (Micro and small enterprises)


registered in the relevant category
are

Signature of Agency 3 NBCC


exempted from payment of EMD. Valid
Registration certificate of MSEs of relevant
category to be submitted.

1.7 Non-refundable cost of Rs. 2,950/- (Rupees Two thousand nine


tender document hundred fifty only) Payable directly to web
portal “https://nbcc.enivida.com through e-
payment gateway to M/s. Railtel Ltd.

MSEs (Micro and small enterprises)


registered in the relevant category are
exempted from payment of cost of tender
document.
Valid Registration certificate of MSEs of
relevant category to be submitted.

1.8 Last date & time of Up to 11.00 AM on or before 04.01.2025


submission of online
tender

1.10 Period during which hard Up to 11.00 AM on or before 04.01.2025


copy in original of DD
towards cost of tender
documents, DD/Bank
Guarantee against EMD (if
submitted in form of BG),
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 04.01.2025 at 11.30 AM
technical bid
1.12 Pre-tender Meeting & Venue Not applicable
1.13 Date & time of opening of To be intimated later.
financial bid
1.14 Validity of offer 150 days from the date of opening of the price
tender.

The tender document can be downloaded from website https://nbcc.enivida.comand


www.eprocure.gov.in “Corrigendum, if any, would appear only on the website and
not to be published in any News Paper”.

2. Minimum Eligibility Criteria: (Stage -1)


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:

Signature of Agency 4 NBCC


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.

“Similar work” shall mean providing Providing Security Services for


Residential/Non-Residential building/Vacant Land Parcel”.

Additional Qualifying Criteria: -


a) The Security agency must have a valid license for operation in Delhi under
Private Security Agencies (Regulation) Act 2005 and Private Security
Agencies (Regulation) Rules -2009. The certified copy of the license and its
area of operation as mentioned above, and it’s validity etc. should be
submitted along with the bid.
3. 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.

4. 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.

5. Joint-venture or Consortia of firms / companies and Foreign Bidders are not eligible to
quote for the tender.

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 preceding financial year is unaudited, then the same shall be certified by the
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 current value (i.e. preceding
Financial Year) by enhancing the actual turnover by figures at simple rate of 7%
per annum.

Signature of Agency 5 NBCC


Note-

Illustration 1: Suppose, Last Date of Bid submission is 21.05.2023 with unaudited


balance sheet of /ast 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 /asf 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. 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. 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

6. 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.

7. Those intending tenderers/contractors not registered on the website i.e.


https://nbcc.enivida.com mentioned above with M/s Railtel Corporation of India Ltd.
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.

8. 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 bidders and after uploading all the
requisite scanned documents.

9. Information and Instructions for Tenderers posted on Website(s) shall form part of
Tender Document.

(a) The tenderers are required to quote strictly as per terms and conditions,
specifications, standards given in the tender documents and not to deviate any
stipulations.

(b) The financial bids of the technically qualified agencies will be opened at
stipulated time online only.

The bidders have to only put values/charges for relieving charges (sl. no.
5) and service/administrative charges (sl. no. 6) in the quoting sheet and

Signature of Agency 6 NBCC


have to quote positive values in sl. no. 5 and 6. In no case the values
put in sl. no. 5 and 6 of the quoting sheet should be ZERO/0. The
bidder whose Grand total is lowest of all the bidders; shall be declared as
the L1 bidder. Noncompliance or any violations of these instructions
shall lead to the rejection of the price bid/tender.

Note: The overall performance of the bidder fulfilling the minimum eligibility
criteria at Stage 1 shall be evaluated as per Stage 2.

10. Evaluation of performance –(Stage-2)

Scoring Method of Evaluation: The marks will be given as per provision made in the
following table (Table-1).

CRITERIA FOR EVALUATION OF THE PERFORMANCE OF THE BIDDER


(100 Marks)
Table-1

Sl. No. Attributes Evaluation


a) Experience of Similar Works 1) 60 % marks for fulfilling the
(Maximum Marks 40) minimum eligibility criteria
2) 100 % marks for twice the
minimum eligibility criteria
or more
3) In between 1 and 2 above-
On pro-rata basis.
b) Turn-over/Financial strength 1) 60 % marks for fulfilling the
(Maximum Marks 40) minimum eligibility criteria
2) 100 % marks for fulfilling
twice the minimum eligibility
criteria or more
3) In between 1 and 2 above-
On pro-rata basis.

c) Performance of the Services 1) 100 % marks for


provided as certified by the Outstanding
client in the work completion 2) 80 % marks for Very Good
certificates. (Maximum 3) 60 % marks for
Marks 10) Good/Satisfactory/fair
4) 0 % marks for Poor
d) Years of existence of the 1) 60 % marks for being in
firm/company in the business existence in the business for
of providing Security Guard up to 3 years.
Service. (Maximum Marks
5) 2) 100 % marks for being in
existence in the business for
Note: Period of existence more than 3 years.
will be calculated either
from date of incorporation
as per certificate issued by
ROC or from any other
relevant document as

Signature of Agency 7 NBCC


deemed fit.
e) ISO Certification Maximum Marks -5
(i) ISO 18788:2015 2.5 Marks
(ii) Any other ISO certification 2.5 Marks

Note: To become eligible for price bid opening, the bidder must score
at least fifty percent (50 %) marks in Stage 2.

a) After opening the price bids of bidders qualified in stage 2; the bidder whose
Grand total as per quoting sheet is lowest of all the bidders; shall be declared as
the L1 bidder.

b) Tied tenders: In case of tie among the L1 bidders, the L1 bidder whose score in
the stage 2 (as per table-1) is higher of all the tied/other L1 bidders; shall be
declared as successful bidder.

In case if the higher scores of two or more L1 bidders are equal then
successful bidders shall be decided on the basis of manual lucky draw
within the bidders having equal high scores (in stage 2) in presence of
their authorized representative(s).

c) The successful bidders shall require providing requisite numbers of relievers to


ensure un-interrupted security services, i.e. 24X7 hours for a full period in a
month up to entire contract period.
11. 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.

12. 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. If the contractor is found ineligible after opening of tenders, or his tender is found invalid,
cost of tender document shall not be refunded.

14. 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. Security Agencies must ensure to quote rate in Item Rate. The rate shall be Quoted up to
2 Decimals.

16. 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 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

Signature of Agency 8 NBCC


are to be opened on the scheduled dates. Requests for Extension of opening of Technical
Bids will not be entertained.

17. Earnest MoneyDeposit:

The bidders are required to submit the EMD as per NIT; through an online e-payment
gateway or in the form of Bank Guarantee (BG) as per format provided in the NIT.

Bidders have to upload the scanned copy of the EMD (online transaction or BG) on e- tender
website and In case of bank guarantee, submit the hard copy in original on or before
the closing date and time of the tender.

In case of non-submission of EMD (Bank Guarantee or online transaction), in hard


copy within time specified; the bid shall be rejected summarily without seeking any
further clarification.

18. The Bid will be rejected by NBCC as non-responsive and shall not be considered in case
if the bidder does not intimate the names of persons who are working with him in any
capacity or are subsequently employed by him who are near relatives to any officers of
NBCC and/or name of bidders near relative who is posted in the project
office/concerned zonal/SBG/RBG office of NBCC.

19. List of Documents to be uploaded on e-tender website and to be submitted in hard copy
within the period of bid submission:

a. Bank Guarantee of Nationalized or any scheduled Commercial Bank against EMD as per
NIT. (if EMD is submitted in form of BG) (To be submitted in original within specified
time)

b. Valid MSEs registration certificate of relevant category

c. Annexure-I to Annexure-XI (Annexure I, II, VIII and IX are to be submitted in


original within specified time)
d. Corrigendum / Addendum / Other documents, if any

e. Power of Attorney/Board Resolution of the person authorized for signing


/submitting the tender.

f. Valid GST registration, EPF registration, PAN No.

g. Valid license (as on original last date of submission of tender) to engage in the
business of Private Security Agency in the state of delhi.

h. Certificate of incorporation of the firm/company from Registrar of Companies (if any)

i. ISO certification (if any)

Note: - All the uploaded documents duly sealed and signed by the Power of Attorney holder
should be in readable, printable and legible form; failing which the Bids shall not be
considered for evaluation. The document submitted in hard copy should be duly

Signature of Agency 9 NBCC


page numbered.

20. Set of Contract/Tender Documents:


The following documents will constitute set of tender documents:

a) Tender documents
b) Quoting Sheet for Tenderer
c) Annexure-I to Annexure-XI & Appendix-A
d) Corrigendum / Addendum / Other documents, if any
e) Drawing, if any

21. The bidders are advised to submit complete details with their bids. The Technical
Bid Evaluation will be done on the basis of documents uploaded on e-tender
website/ submitted by the bidders with the bids. The information should be
submitted in the prescribed proforma. Bids with Incomplete/Ambiguous information
will be rejected.

The envelope containing technical bid should also indicate clearly the name of the
tenderer and his address. In addition, the left-hand top corner of the envelope or
container should indicate the name of the work, name of the document in the
envelope with bid opening date and time and addressed to address mentioned
above and shall reach up to 11:00 Hrs on or before date of Technical Bid. The on-
line bid shall be opened at 11:30 Hrs. on the same day.

Online technical bid documents submitted by intending tenderers shall be opened


only of those tenderers whose EMD, Cost of Bid Document, Unconditional
letter of acceptance and Affidavit for correctness of
documents/information are found in order. In case of non-submission of
any of the above documents the bids are liable for rejection.

The bid submitted shall become invalid, if:


i) The tenderer is found ineligible.

ii) The tenderer does not upload/submit all the documents (including GST
registration) as stipulated in the bid document.

iii) If any discrepancy is noticed between the documents as uploaded at the time
of submission of bid and hard copies as submitted physically in the office of
tender opening authority.

iv) Tenders in which any of the prescribed conditions are not fulfilled or found
incomplete in any respect are liable to be rejected.

22. All the uploaded documents shall be considered as duly signed by bidder/ authorized
representative.

23. 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/

Signature of Agency 10 NBCC


negotiated rates. No claim of the contractor whatsoever shall be entertained by NBCC on
this account.

24. On acceptance of tender, the name of the accredited representative(s) of the


Security Agency who would be responsible for taking instructions from Engineer-in-
Charge or its authorized representative shall be intimated within 03 days of issue
date of Letter of Award (LOA)/ Letter of Intent (LOI) by NBCC.

25. Date of Start of Security Agency services shall be reckoned from the 3 rd day after
issue of the letter of Award (LOA)/ Letter of Intent (LOI) by NBCC.

26. The award of Security Agency services, execution and completion of work shall be
governed by tender documents consisting of (but not limited to) NIT, Instructions to
Security Agencies, Conditions of Contract, Technical Evaluation, Price bid, etc. The
tenderers shall be deemed to have gone through the various conditions while
making/preparing their technical & financial proposals & submitting the Bid(s)
including site conditions, topography of the land and accessibility etc. or any other
condition which in the opinion of tenderer will affect his price/rates before quoting
their rates.

27. ORDER OF PRECEDENCE OF DOCUMENTS

In case of difference, contradiction, discrepancy, with regard to Conditions of contract,


Scope of Work, Corrigendum/Clarification(s), Bill of quantities/Quoting Sheet etc.
forming part of the contract, the following shall prevail in order of precedence.

1. Letter of Award, along with statement of agreed variations and its enclosures,
if any.
2. Corrigendum, Addendum, Clarifications etc.
3. Scope of Work
4. Conditions of Contract.

28. The tender is invited on the basis of Least Cost based selection. The Financial bid
will be opened of those tenderers, who qualify the technical bid evaluation. The
lowest Quoting bidder/tenderer shall be considered for award of Contract/services.
The financial bids shall be opened online on e-tender website only.

29. Canvassing in connection with the tender is strictly prohibited, and such canvassed
tenders submitted by the contractor will be liable to be rejected and he may be put
under holiday list.

30. In case o f a n y query pl e a se contact Shri Gaurav Gaikwad, GM, Phone No:
8527495489 during o f f i c e hours.

-Sd-
CGM (Engg) (REDEVELOPMENT-II)

Signature of Agency 11 NBCC


Section-2

INSTRUCTIONS TO BIDDERS

Signature of Agency 12 NBCC


INSTRUCTIONS TO SECURITY AGENCIES

1.1 Introduction: NBCC is implementing agency on behalf of Ministry of Housing and


Urban affairs (MoHUA), Govt. of India for redevelopment of GPRA Colony at Sarojini
Nagar, New Delhi. The project is spread over 258.14 Acre in area. The project
involves construction of Type II to Type VI GPRA quarters, Saleable commercial area
and allied social infrastructures after demolition of existing structures.

1.2 The Security Agencies are invited to submit a technical bid together with a financial
bid. The tender will be the basis for technical discussions/negotiations (if required)
and ultimately for a signed Contract with the selected Security Agency.

Security Agencies should familiarize themselves with local conditions and take them
into account in preparing their Proposals. To obtain first- hand information on the
assignment and local conditions, Security Agencies are instructed to visit the site
before submitting their proposal. Security Agency or his authorized representative
should contact the following regarding site specific information and site visit enquiry.

Contact: Shri Gaurav Gaikwad, GM(Engg)

Address : NBCC Office, 2nd Cross Road, Vinayak Mandir Marg, New Delhi

Phone No: +91-8527495489

1.3(a) NBCC will provide the inputs to the Security Agencies, if available. However, NBCC
does not assume any Responsibility for any loss or financial damages on
account of use of such information by Security Agency & Security Agencies
are advised to collect their own information for preparation, submission of bids
& execution of services after award of work.

1.3(b) The Security Agency shall be responsible for obtaining licenses and permits to
carry out their services.

1.4 Security Agencies shall bear all costs associated with the preparation and
submission of their proposals and contract negotiation, site visits etc. NBCC / Client is not
bound to accept any proposal, and reserves the right to annul the selection process at
any time prior to Contract award, without thereby incurring any liability to the Security
Agencies.

1.5 Conflict of Interest

1.5.1 NBCCs policy requires that Security Agencies provide professional, objective, and
impartial advice and at all times hold NBCC’s interest’s paramount, strictly avoid
conflicts with other assignments or their own corporate interests and act without any
consideration for future work.

Signature of Agency 13 NBCC


1.5.2 (i) Without limitation on the generality of the foregoing, Security Agencies, and
any of their affiliates, shall be considered to have a conflict of interest and shall not be
recruited, under any of the circumstances set forth below:

Conflicting assignments

(ii) A Security Agencies (including its Personnel) or any of its affiliates shall not
be hired for any assignment that, by its nature, may be in conflict with
another assignment of the Security Agency to be executed for the same or for
another Employer.

Conflicting relationship

(iii) An Security Agency (including its Personnel) that has a business or family
relationship with a member of NBCC‟s staff who is directly or indirectly
involved in any part of (a) the preparation of the Terms of Reference of the
assignment, (b) the selection process for such assignment, or (c) supervision of
the Contract, may not be awarded a Contract, unless the conflict stemming
from this relationship has been resolved in a manner acceptable to NBCC
throughout the selection process and the execution of the Contract.

1.5.3 Security Agencies have an obligation to disclose any situation of actual or


potential conflict that impacts their capacity to serve the best interest of NBCC, or
that may reasonably be perceived as having this effect. Failure to disclose said
situations may lead to the disqualification of the Security Agency or the termination
of its Contract any time, throughout currency of the work.

1.5.4 No agency of current employees of NBCC shall work as Security Agency. Recruiting
former employees of NBCC to work is acceptable provided no conflict of interest
exists.

1.6 Fraud and Corruption

1.6.1 NBCC requires that the Security Agencies participating in selection process adhere
to the highest ethical standards, both during the selection process and throughout the
execution of a contract. In pursuance of this policy, NBCC:

(a) Defines, for the purpose of this paragraph, the terms set forth below:

(i) “Corrupt practice” means the offering, promising, giving, receiving, or


soliciting, directly or indirectly, of anything of value which he is not legally
entitled to, to influence the action of a public official in the selection process or
in contract execution;

Signature of Agency 14 NBCC


(ii) “Fraudulent practice” means a willful misrepresentation or omission of
facts or submission of fake/forged Documents in order to influence a
selection process or the execution of a contract;

(iii) “Collusive practices” means a scheme or arrangement whether formal or


informal, between two or more Security Agencies with or without the
knowledge of NBCC, designed to establish prices at artificial, non-
competitive levels, submission or non-submission of Bids;

(iv) “Coercive practices” means harming or threatening to harm, directly or


indirectly, persons or their property to influence their participation in a
procurement process, or affect the execution of a contract.

(b) will reject a proposal for award if it determines that the Security Agency
recommended for award has, directly or through an agent, engaged in
corrupt, fraudulent, collusive or coercive practices in competing for the
contract in question; and

(c) will sanction a Security Agency, including declaring the Security Agency
ineligible, either indefinitely or for a stated period of time, for award of a
contract if at any time determines that the Security Agency has, directly or
through an agent, engaged in corrupt, fraudulent, collusive or coercive
practices in competing for, or in executing a contract.

1.7 The Security Agencies should be aware of the provisions on fraud and corruption
stated in the specific clauses in the Conditions of Contract.

1.8 Proposal Validity

The tender shall remain valid for 150 days from the date of opening of the price
tender.

2.1 Clarifications and Amendment of Bid Documents

2.2 The bidder may request for a clarification on any clause(s) of the Bid documents
within 3 days from the date of uploading of Tender on website. Any request for
clarification must be sent in writing, or by standard electronic means to NBCC’s
address. NBCC will respond in writing, or by standard electronic means and will send
written copies of the response (including an explanation of the query but without
disclosing the Source of query) to all bidders. Should NBCC deem it necessary to amend
the bid document as a result of a clarification or any other reasons it shall do so
following the procedure given above.

However, NBCC reserves the right to respond the queries after cut-off date as mentioned
above.

Signature of Agency 15 NBCC


2.3 At any time before the submission of tender, NBCC may modify/ amend the bid
document and extend the last date of submission/ opening of the tender by issuing
a corrigendum/ Addendum.

Any Corrigendum/Addendum thus issued shall form part of tender document


and shall be posted only on e-tender website and the bidders are thus advised
to update their information on e-tender website. To give the bidders reasonable time
to take an amendment into account in their bids and on account of any other
reasonable circumstances, NBCC may at its discretion extend the deadline for the
submission/ opening of the tender.

3.1 Preparation of Bid Proposal

In preparing their tender, Security Agencies are expected to examine in detail the
tender document. The tender shall contain technical & financial Bids.

The bid proposals, all related correspondence exchanged by the Security Agencies &
NBCC and the contract to be signed with the winning Security Agency shall be
written in the English language.

3.4 Technical Bid Proposal

a) The Technical bid shall not include any financial information. A Technical bid
containing financial information shall be declared non responsive / invalid.

b) The Technical bid may be declared non responsive / invalid, if the bid is not
accompanied by the requisite documents as stipulated in tender document.

3.5 Financial bid Proposals

The Financial bid shall not include any commercial or technical


condition/information. Financial offer shall be submitted as per Section-4 in Item
Rate online only.

4.0 Submission, Receipt and Opening of bids

4.1 The original bids (Technical bid and financial bid) shall contain no interlineations or
overwriting, except as necessary to correct errors made by the Security Agencies
themselves. The person who signed tender documents must initial such
corrections. Letter for acceptance of tender condition should be submitted in the
prescribed format of Annexure-II, Section-5.

4.2 An authorized representative of the Security Agency shall sign the Technical &
Financial bids. The authorization shall be in the form of a legally enforceable
written power of attorney executed on non-judicial stamp paper of appropriate
value duly notarized and shall be submitted along with bid.

Signature of Agency 16 NBCC


4.3 NBCC shall open the Technical bid after the deadline for the submission of
original in hard form as per NIT. The Financial bid shall remain securely stored.

5.0 Confidentiality

Information relating to evaluation of tenders and recommendations concerning awards


shall not be disclosed to the Security Agencies who submitted the tender or to
other persons not officially concerned with the process, until the publication of the
award of Contract. The undue use by any Security Agency of confidential
information related to the process may result in the rejection of its tender and
may be debarred from participating in futuretenders.

Signature of Agency 17 NBCC


Section-3

CONDITIONS OF CONTRACT

Signature of Agency 18 NBCC


CONDITIONS OF CONTRACT

1. Definitions

For the purpose of the agreement, the following words and expressions shall have
the meaning hereby assigned to them except where the context otherwise requires:

a) Approved means approved by NBCC’s Engineer-in-Charge in writing including


subsequent confirmation of previous approval and “Approval‟ means approval
by NBCC‟s Engineer-in-Charge in writing as above said.

b) Applicable Law means the laws and any other instruments having the force
of law in India.

c) Security Agency mean any private or public entity that will provide the
Services to NBCC under the Contract.

d) Building shall mean the building(s) within the Site of Services.

e) Contract means the documents forming the tender and acceptance thereof
and the formal agreement executed between NBCC and the contractor,
together with the documents referred to therein including these conditions,
the specifications, Scope of work and instructions issued from time to time by
the Engineer-in-Charge and all these documents taken together, shall be
deemed to form one contract and shall be complementary to one another.

f) Contract Price means the price to be paid for the performance of the
Services, in accordance with Section-4.

g) Engineer-in-Charge means the Engineer as may be duly appointed and


authorized in writing by NBCC to act as “Engineer-in-charge” on his behalf for
the purpose of the contract, to perform the duty set forth in this condition of
contracts and other contract documents.

h) Estimated Cost means estimated cost put to tender for inviting financial bid
from the Security Agency for services under the tender/contract.

i) In writing means communicated in written form with proof of receipt.

j) Language means all documents and correspondence in respect of this


contract shall be in English Language.

k) Letter of Award (LOA)/Letter of Intent (LOI) shall mean NBCC‟s letter


or notification conveying his acceptance of the tender subject to such
conditions as may have been stated therein.

l) Month means English Calendar month “Day‟ means a Calendar Day of 24


Hrs. each.

m) NBCC shall means NBCC (India) Limited, a company registered under the
Indian Company Act 1956, with its registered office at NBCC Bhawan, Lodhi
Road, New Delhi or its Administrative officers or its engineer or other

Signature of Agency 19 NBCC


employees authorized to deal with any matter with which these persons are concerned on
its behalf.

n) Owner/Client means the Government, Organization, Ministry, Department,


and Society, Cooperative etc. which has awarded the work / project to NBCC
and on whose behalf NBCC is entering into the contract and getting the work
executed.

o) Site shall mean the site of the contract/ Security Agency services including
any building and erection thereon and any other land adjoining thereto
(inclusive) as aforesaid allotted by NBCC or the Engineer for the contract’s
use.

p) Services means the work to be performed by the Security Agency pursuant


to this Contract, as described in Bid Document.

q) Writing means any manuscript typed written or printed statement under or


over signature and/or seal as the case may be.

r) Words imparting the singular meaning only also include the plurals and vice
versa where the context requires. Words importing persons or parties shall
include firms and corporations and organizations having legal capacities.

s) The headings in the clauses/conditions of contract are for convenience only


and shall not be used for interpretation of the clause/ condition.

2. 1 BRIEF OF THE PROJECT & SCOPE OF WORK

A) BRIEF OF THE PROJECT

NBCC has been assigned the Redevelopment work of GPRA Colony at Sarojini Nagar,
New Delhi by MoHUA. Schools, markets and other infrastructure belonging to
NDMC, Post office and Sarvodaya Vidyalaya (under Directorate of Education, NCT of
Delhi), etc. are functional.

The sarojini Nagar Colony is vast in area of around 258 acres. In order to prevent illegal
trespassing, thefts, to prevent encroachment, to prevent construction of illegal
Juggies, religious structures, damage to various NDMC assets, to guard trees &
it’s branches from being felled & damaged, to ensure that no damage to various
external electrical, water supply installations and other properties etc. occur in the
colony due to the act of miscreants etc.; NBCC needs services of a Security Agency
in the colony.

B) SCOPE OF WORK

The Security Agency shall render the following services which shall be deemed to be
included in their quoted rates: -

1. The Security services shall be provided on 24X7 hour basis at Redevelopment


of GPRA Colony at Sarojini Nagar, New Delhi. The Security Services as
required is to be provided on all working days including holidays & Sundays

Signature of Agency 20 NBCC


etc. The working hours shall be for 24 hours in 3 shifts of 8 hours each inclusive
of lunch break. The services provided shall be to the entire satisfaction of
NBCC.

2. The security agency shall perform the following duties.


2.1 To provide proper and efficient safety and Security to buildings &
structures in the site so as to prevent any damage occurred by act of
miscreants.

2.2 To ensure that no illegal/unauthorized trespassing and occupancy of


whatsoever nature happens in the vacant buildings in the Colony.

2.2 a) To ensure that no squatter/jhuggi/ Religious structures comes up in the area.


2.3 To guard the trees & its branches from being felled and damaged by
miscreants.

2.4 To ensure that no damage to various external electrical, water supply


installations and other properties etc. occur in the Colony, due to the act of
miscreants/trespassers etc.

2.5 Check and verify the identity of all the visitors to the Sarojini Nagar in project
premises.

2.6 Check the vehicles entering into the complex and keep the record of their
movement in a register.

2.7 The Security Agency shall maintain proper liaison and contact with the
local police/traffic police/civil administration etc. for smooth and peaceful
day-to-day working in the project premises. The Agency shall maintain a
close liaison with the Fire and Police Authorities. In case of fire breaking
out, they shall inform fire brigade and police immediately.

2.8 The Security Guards / Security Supervisor, upon noticing of any theft in the
premises of external/internal electrical, water supply and other
installations, theft of M.S. Grills around buildings & in parks, all park items,
damage caused to trees, illegal trespassing in the premises and occupation
of the vacated buildings ( retained if any), immoral trafficking and any other
illegal activity, crime, incidents of Fire etc. shall promptly and immediately
intimate either NBCC or Police control room (100) and police authorities at
nearby local police station and the security agency shall be fully
responsible for lodging First Information Reports (FIR) with local police
station and for taking follow up action/ pursue the FIR so that necessary
action could be taken accordingly against the culprits/offenders.

2.9 The Security Agency shall pay special attention to Security during strikes,
labor unrest and strikes/gheraos etc., if any, occurring inside the premises
and take suitable measures to safeguard against the same.

Signature of Agency 21 NBCC


2.10 The Security Agency shall ensure that there is no misuse of electricity,
water and other resources inside the colony by unauthorized persons /
trespassers and upon noticing occurrence of any such activity/instances;
the relevant officials/police authorities shall be informed immediately.
2.10 a) The agency shall ensure that no malba/debris are dumped at site/project
premises.
2.11 It shall keep in stock sufficient quantity of arms, lathis, cane etc. to meet out
any kind of emergent situation related to security aspects. Nothing extra
on this account shall be paid for this to the security agency.
2.11 a) It shall provide fluorescent jackets to its deployed guards in night duties and
other types of clothes like winter uniform, umbrella so as to be distinguished
properly and carrying out their duties in a smooth manner.
2.12 The Security Agency shall perform security mock drills on regular basis and
report to this effect shall have to be submitted to NBCC.

2.13 The Security Agency shall depute the workforce/security Guards as well as
supervisors (trained as per PSARA act.) to perform the duty as per above
scope of work at various location including those the agency finds it
required to patrol but not limited to the locations intimated/Directed by NBCC.

Note: - The Number of Guards, Security supervisor may increase or decrease for
which payment on pro-rata basis shall be paid to/recovered from the agency.

2.14 The day will be divided into 3 shift of 8 hours each to be attended by every
security guard and every Security Officer/Coordinator.

2.15 The Security Guards and Security Supervisor (Coordinator) shall be on patrol
duty from 6.00 AM to 2.00 PM (1 st shift), from 2.00 PM to 10.00 PM (2nd shift)
and from 10.00 PM to 6.00 AM (3rd shift).

2.16 The duty of the Security Supervisor is for mobile patrolling, checking and
coordinating with security guards deployed at various locations, for
coordinating with NBCC, Police, Fire brigade & other Government
departments.

2.17 The Security Agency shall provide all the security guards and Security
Supervisor (Coordinator) with proper communication facilities viz. mobile
phone and wireless sets for the purpose of internal communications
amongst security personnel and to communicate with the main office of
the security agency, police control room (100), local police station, Fire
brigade, other Government bodies/ departments and NBCC etc. The
charges for communication facility so provided shall be included in the
offer / Bid submitted by the Security Agency and nothing extra shall be
payable on this account.

2.18 The Security Supervisor (Coordinator) in each shift shall be provided with a

Signature of Agency 22 NBCC


motor bike for taking rounds within the site and for effective coordination with
Security guards manned, charges of which is deemed to be included in
the offer/bid submitted by the Security Agency and nothing extra shall be
payable on this account.

2.19 The Security Agency will provide the following material at site at no extra
cost.

 Sticks, search lights, searching mirrors for inspection of vehicles,


gumboots, rain coat, log book, stationeries etc. for security and
maintenance of common areas.

2.20 The Security Agency should keep additional workforce for relieving the
deployed Guards & Supervisor on holidays / leaves and keep provision in
their quoted rates for payment to their staff on account of attending the
site on Sundays (as the case may be) / Gazetted / National Holidays. Nothing
extra over the quoted rates shall be paid on this or on similar accounts.
2.21 The Security Agency shall be responsible to supply the required workforce
for the works as mentioned above. In case the number of manpower
deployed is found to be on lesser side than required, at any point of time,
then in addition to nonpayment of agency’s dues for that particular
category of workforce for the period of absence, an additional penalty @50%
of wages of same category shall be imposed on the Security Agency.

2.22 The Security Agency shall keep all records for the duties performed as per
scope of work indicated and shall maintain bound registers at site which
shall be presented to NBCC for inspection at all times as required and after
completion of the assignment/closure of contract, it shall be the property
of NBCC. The Security Agency shall provide their personnel the required
registers, Pen, pencil and other stationery if any required for this purpose at
their own cost.

2.23 The Security personnel deployed by the Agency shall be well-trained and
Supervisors like Ex-Servicemen. Discharge notes of their Guards shall be
shown by the Agency and attested copies be submitted to NBCC. An
Agency shall engage only such persons, who are medically fit and are below
the age of 58 years.

2.24 The employed Security Personnel must be employee of the Company and
they must be transferable from one point to another point.

2.25 The Security personnel should be well dressed and vigilant in their duties.
The Security personnel shall properly turn out with boots/shoes, belt, cap,
badge, whistle etc. The Security Agency shall provide proper uniform (shoes,
cap, canes / stick etc.) to every personnel deployed by them in the Sarojini
Nagar Colony at their own costs and expenses. The Security personnel shall
carry an identity card duly attested by the Executive of Security Agency. A
photocopy of these cards shall be given to NBCC for record, verification etc.

2.26 The Security Agency shall provide proper dress code to their personnel

Signature of Agency 23 NBCC


engaged and they shall always be in proper uniform while on duty.

2.27 The agency shall provide a foolproof security service on the site. It shall be
responsible to safeguard the GPRA colony, Sarojini Nagar Colony from all
kind of thefts, pilferage of material, illegal activity, crime etc. and
losses/damages suffered on account of inability of the Security personnel
to perform these duties/safeguards shall be recovered from the dues
payable to the agency.
2.27 a) The agency shall submit daily and weekly performance appraisal as per terms
and conditions of contract as per directions of Engineer-in-charge in the
format to be prescribed/given; from time to time.
2.28 The Security Agency will provide the following equipment’s/devices
immediately upon award of work. Nothing extra shall be paid to the
Agency/contractor for the same.

No. Description of Qty


Equipment’s
Mobile Phone and Wireless
1 (04) four Nos. Per Shift
Sets
Additional (03) nos. of wireless sets to
keep at NBCC offices.

The above equipment’s/devices shall be available with the Security guards &
Supervisor in each shift of 8 hours per day. The Security Agency can take back
their above materials after work is completed and no dues certificate is issued by
NBCC.

3.1 Payment of Remuneration:

3.2 Remuneration

The rates quoted /accepted are for entire Scope of work in accordance with the terms &
conditions of this contract unless specifically mentioned otherwise in the tender
documents.

All payments shall be made in Indian currency only.

(a) The Security Agency shall submit all running bills and final bill to NBCC online
through e-billing portal available in the NBCC website. All the required
documents e.g. manpower deployment record and Tax invoice etc. shall also
be uploaded in the portal.

(b) All the payments due to the Security Agency shall be made online and no
cheques/ draft shall be issued.

4.1 Taxes and duties, Other Statutory Deductions

4.2 The Rates Quoted Shall be Exclusive of GST which shall be payable at
applicable rates. Any other tax/levy/cess, if any shall be inclusive in contract
price.

Signature of Agency 24 NBCC


4.3 Notwithstanding anything contained in clause 4.1, the Security Agency shall
ensure payment of appropriate tax under the contract. The Security Agency shall
take registration under the applicable enactment levying tax on supply of goods or
services under the contract and issue invoice having all the particulars prescribed
under the applicable provisions of the law, including description of goods/services,
rate and amount of tax paid or payable on the supplies made under the contract,
so that NBCC can avail credit of such tax, wherever applicable. The Security Agency
shall comply with all applicable provision of Goods and Service Tax (GST) levied by
Union Government and State Governments (CGST, UTGST, SGST and IGST). The
Security Agency shall get himself registered and discharge his obligations for
payment of taxes, filing of returns etc. under the appropriate provisions of law in
respect of all the tax, duties, levies, Cess, etc. NBCC would have right to seek
necessary evidence that the Security Agency is registered under the law and duly
discharging its obligations under the tax law, enabling NBCC to avail input tax
credit.

4.4 In case any law requires NBCC to pay tax on the contract price on reverse
charge basis, the amount of tax deposited by NBCC would be considered as paid to
the Security Agency and, accordingly, the price payable to the Security Agency
would stand reduced to thatextent.

4.5 In case the Security Agency does not deposit the tax payable on execution of
the contract, or has not provided the tax invoice to NBCC showing the amount of
tax, or has not uploaded the document in computerized tax network as per
prevailing law, leading to non-availability of inputs credit of the tax to NBCC, the
amount equivalent to such tax shall be deducted from the contract price.

4.6 Stamp duty and registration charges, if any, payable on the executed contract
document, shall be borne by the Security Agency.

4.7 Tax deduction at source, if any, shall be made by NBCC as per law applicable
from time to time from the amount payable to the Security Agency.

4.8 The Security Agency has to register himself in GST Act as per applicable law and
submit the details as per annexure given in Section-5.

4.9 All Statutory deductions like Income Tax, Labour cess etc. as applicable will be
deducted from the running bills/Final bill of the Agency.

4.10 The Agency shall deposit the EPF and ESIC on every monthly basis and submit
the proof of online deposit of the same.

4.11 Security Agency shall comply with all statutory requirement existing or as
promulgated from time to time viz.; the payment of Wages Act, Provident Fund
Act, Employee State Insurance Scheme, Family Pension Fund Act, Bonus, Gratuity
Act, Shop & Establishment Act, Contract Act etc., whichever is applicable to the
Organization of Security Agency and they shall be held responsible, accountable,
answerable, explainable, as the case may be. Further Security Agency shall not
involve NBCC in any way whatsoever and in case of any violation of any law, the
Security Agency shall be solely responsible whatsoever. In case due to violation of
any law, including labour laws etc., the Security Agency shall indemnify NBCC
completely so that no liability is put on NBCC on this account.

Signature of Agency 25 NBCC


5.0 Minimum Wages

5.1 The Security Agency shall ensure that the personnel employed by them are
paid minimum wages, as in force from time to time, in accordance with the
provisions of the Minimum Wages Act / minimum wages notification as per
Government of NCT of Delhi, O/o commissioner(labour) and comply to all other
statutory requirements in this regard during the tenure of the contract. This
tender is prepared based on notification issued by Government of NCT of
Delhi, O/o commissioner(labour) vide File No. (142)/02/MW/VII/Part
file/3478-3495 dated 26.09.2024, applicable on the date of publication of
this tender. Any violation of the provision of Minimum Wages Act /any other
relevant law shall render the contract liable for termination. In case of any
default, NBCC shall also proceed against the Security Agency as per the provisions
of the relevant laws. The minimum wages have been considered in this tender as
per notification issued by Government of NCT of Delhi O/o commissioner(labour)
vide File No. (142)/02/MW/VII/Part file/3478-3495 dated 26.09.2024 applicable as
on date of uploading of bids.

5.2 In preparing the Estimates for this tender, the EPF has been considered as
13%, ESI as 3.25% and Bonus as 8.33%. The EPF, ESI and Bonus shall also be
paid/reimbursed as per applicable rates at that time and on production of suitable
evidences as per the norms.

5.3 However, any increase or decrease in minimum wages by the Government


during the tenure of the project shall be reimbursed / deducted with / from the
monthly bills of the contractor based on the applicability of revised rates at that
time and on production of suitable evidences as per the norms and payment wages
sheet.

6.0 BIOMETRIC ATTENDANCE

The Security Guards and Supervisor will mark their attendance at the designated place
/office of NBCC in the Sarojini Nagar Colony, in each shift, before they commence
their duties. The Security agency shall install a Biometric Attendance Machine for
their personnel. The record of attendance will be submitted by the Security Agency
with each monthly bill. The Security Agency shall submit the list of Security
personnel being posted along with their experience and credentials.

6.0(A) In case NBCC requires Security Guard(s) and/or Security Supervisor (Coordinator)
over & above the stipulations/requirement as given in this tender, the Security
agency shall be bound to supply the same. The Agency shall be entitled to claim
for this extra requirement on actual basis, based on the applicable minimum
wage rates of Delhi Govt.

7.1 Performance Security/ Guarantee

7.2 For the due performance of the contract in accordance with the terms and
conditions specified, the Security Agency shall on the day or before signing the

Signature of Agency 26 NBCC


contract which shall not be later than 15 (Fifteen) days of the issue of the Letter of Award/
Letter of Intent, furnish performance security / Guarantee on the Performa of NBCC
(India) Ltd or Fixed Deposits Receipts (FDR) pledged in favor of NBCC from a
Nationalized/Scheduled Bank to the extent of 5 % of the value of total Security
Agency fees (contract value). The Bank Guarantee shall remain valid till stipulated
time for completion of work plus 60 days. The EMD (if any) paid by the Security
Agency shall be returned to the Security Agency after receipt of Performance
Guarantee.

7.3 The Bank Guarantee shall be in favour of NBCC (India) Limited, payable at New
Delhi. The Bank Guarantee should be (in the prescribed format of NBCC as per
Section-5) issued from any Nationalized Bank /Scheduled Bank.

7.4 It is expressly understood and agreed that the performance security is intended to
secure the performance of entire contract. It is also expressly understood and
agreed that the performance security is not to be construed to cover any damages
detailed/ stipulated in various clauses in the Contract document.

7.5 The performance security will be discharged by NBCC and returned to the Security
Agency after successful physical completion of the security agency services.

7.6 NBCC reserve the right of forfeiture of the performance guarantee in additions to
other claims and penalties in the event of the Security Agency’ s failure to fulfil
any of the contractual obligations or in the event of termination of contract as per
terms and conditions of contract.

7.7 Should the stipulated time for completion of work, for whatever reason be
extended, the Security Agency, shall at his own cost, get the validity period of
Bank Guarantee in respect of performance security furnished by him extended and
shall furnish the extended / revised Bank Guarantee to NBCC before the expiry date
of the Bank Guarantee originally furnished.

8.0 Retention Money

5% of the fee payable to the Security Agency shall be retained from each running bill as
“Retention Money”, in addition to the performance guarantee.

The retention money will be discharged by NBCC and returned to the Security Agency
after successful physical completion of the security agency services.

NBCC reserve the right of forfeiture of the Retention Money in additions to other claims
and penalties in the event of the Security Agency’ s failure to fulfil any of the
contractual obligations or in the event of termination of contract as per terms and
conditions of contract.
9.0 Duration of the Contract:

The overall duration of the contract from the date of commencement of work shall be as
per NIT.

10.0 Commencement of Work:

The commencement of work will be considered from 3rd day of issuance of LOA.

Signature of Agency 27 NBCC


11.1 Abandonment of Work:

i) That if the Security Agency abandon the work for any reason whatsoever or
become incapacitated from acting as Security Agency as aforesaid, then the
Security Agency shall be liable to refund any excess fees paid to them up to
that date plus such damages as may be assessed by NBCC.

ii) If at any time after start of work, the client decides to abandon or reduce the
scope of work for any reason whatsoever and hence not required the whole
or any part of the works to be carried out, NBCC shall give notice in writing
to this effect to the Security Agency and the Security Agency shall have
no claim for any payment of compensation, or otherwise whatsoever, on
account of any profit or advance which he might have derived from the
execution of works in full but which he did not derive in consequence of the
foreclosure of the whole or part of the work.

12.0 Termination:

NBCC without any prejudice to its right against the Security Agency in respect of any
delay or otherwise or to any claims or damages in respect of any breaches of
the contract and without prejudice to any right or remedies under any of the
provisions of this contract may terminate the contract by giving one month’s
notice in writing to the Security Agency and in the event of such termination, the
Security Agency shall be liable to refund the excess payment, if any, made to them
over and above what is due in terms of this agreement on the date of
termination.

In case due to any circumstances, NBCC decides to curtail the scope of work or
totally abandon the work, the payment to the Security Agency would be made
based on Clause 11.0 above up to the stage of work executed by him immediately
before taking such a decision, provided equivalent payment is made by the client to
NBCC.

13.1 Determination or Rescission of Agreement:

NBCC without any prejudice to its right against the Security Agency in respect of any
delay by notice in writing absolutely may determine the contract in any of the
following cases:
i. If the Security Agency being a company shall pass a resolution or the court
shall make an order that the company shall be wound up or if a receiver or a
manager on behalf of the creditor shall be appointed or if circumstances shall
arise which entitle the court or creditor to appoint a receiver or a manager
which entitles the court to make up a winding order.

ii. If the Security Agency commit breach of any of the terms of agreement.
When the Security Agency has made themselves liable for action under any of
the clauses aforesaid, NBCC shall have powers a) to determine or rescind the
agreement b) to engage another Security Agency(ies) to carry out the
balance work at the risk and cost of the Security Agency and debiting the
Security Agency the excess amount, if any, so spent.

Signature of Agency 28 NBCC


iii. In case contract of Security Agency is determined, the performance
Guarantee and Security Deposit of the Security Agency shall stand forfeited.
The decision of NBCC in this regard shall be final and binding on the Security
Agency.

14.0 (Deleted)

15.0 Withholding and Lien of Payment


Whether any claim or claims for payment of money arises out of or under the contract
against the Security Agency, NBCC shall be entitled to withhold and also to have a
lien to retain in whole or in part, the security deposit, performance guarantee and
or to withhold and have a lien to retain in part or in full the payments due to the
Security Agency, or any claims of the Security Agency, so as to cover the claimed
amount till the claim arising out of or under the contract is determined by the
competent court.
16.0 If NBCC incurs any expenses or any liability is put on them in connection with the
deployment of the employee of Security Agency, the same shall be adjusted from
the bill of Security Agency.

17.0 The Security Agency shall not appoint any sub-agency to carry out any
obligations under the contract/work awarded to them.

18.0 The Security Agency shall ensure that before deputing the Security staff, they will
verify the antecedents of all their staff and provide to NBCC a complete dossier
of particulars of each Security personnel proposed to be deployed if required on
demand.
19.0 NBCC shall have the right to check up, from time to time, the uniforms worn by
the Security Personnel as well as their fitness to perform guard duty up to the
satisfaction of NBCC. NBCC shall also have the right to check and supervise the
Security Agency on duty.

20.0 The personnel deployed by the Security Agency in the Colony shall be removed
immediately if NBCC considers such removal necessary on administrative
grounds. The Security Agency shall also immediately remove any personnel who
is found not to be discharging his duties correctly or is of doubtful character and
shall replace him with suitable personnel either on its own or on the demand of
NBCC. In case of removal of such personnel, no claim shall be maintainable
against NBCC.

21.0 The Guards/Supervisors of the Security agency will neither form a union of their own
nor shall get affiliated to any other union. If they do so the contract of the Security
agency will be terminated forthwith without any notice.

22.0 If the services of the Security Agency is found to be reasonably satisfactory or in


case their services are further required as per requirement of NBCC, then the
services of Security Agency may be extended suitably on absolute discretion of
NBCC.

Signature of Agency 29 NBCC


23.0 NBCC shall not be responsible for any liabilities on account of injury/mishaps of
any kind to the Security Guards while providing Security services.

24.0 Jurisdiction

The agreement shall be governed by the Indian Law for the time being in force and the
Courts in Delhi alone will have jurisdiction to deal with matter arising there from.

25.1 General:

(i) The Security Agency shall be required to sign an Agreement with NBCC within
15 days from the date of issue of LOA based on these terms & conditions.

(ii) Recovery/Penalties can be recovered from the Security Agency fee/EMD/BG of


the other works that the Security Agency is doing or would be doing for NBCC
at that time.

26.0 FORECLOSURE OF CONTRACT BY NBCC/OWNER

If at any time after the commencement of the work NBCC shall for any reason whatsoever
if required to foreclose the work or is not require the whole work thereof as
specified in the tender to be carried out, the Engineer-in-Charge shall give notice in
writing of the fact to the Security Agency, who shall have no claim to any payment
of compensation whatsoever on account of any profit or advantage which he might
have derived from the work in full, but which he did not derive in consequence of
the foreclosure of the whole or part of the works.

27.1 SUSPENSION OF WORKS

(a) The Security Agency shall, on receipt of the order in writing of the Engineer-
in-charge, suspend the progress of the works or any part thereof for such
time and in such manner as the Engineer-in-charge may consider necessary
for any of the following reasons:

i) On account of any default on part of the Security Agency, or

ii) For proper execution of the works or part thereof for reason other than the
default of the Security Agency, or

iii) If the work is partly or fully abandoned/suspended by NBCC/clients for any


reasons

(b) If the suspension is ordered for reasons (ii) and (iii) in sub-para (a) above.

i) In the event of the Security Agency treating the suspension as an abandonment


of the Contract by NBCC, he shall have no claim to payment of any
compensation on account of any profit or advantage which he may have
derived from the work in full or part.

Signature of Agency 30 NBCC


Section-4

FINANCIAL PROPOSAL

Signature of Agency 31 NBCC


NBCC (India) Limited
Quoting Sheet for the Bidder/Tenderer
NBCC/SBG/Redev-
NIT No: -
II/SN/2024/06 dated 27.12.2024
Providing Security
Name of Work: services on 24X7
hours basis at
Redevelopment of GPRA Colony at
Sarojini Nagar, New Delhi
Name of the
Firm
Item Rate
S S S
r. Description of Item upervisor ecurity Guard (Rs.
N ( Per Month)
o. Rs. Per Month)
1 2 3 4
Tender for the work
of Providing Security services on 24X7
hours basis at Redevelopment of GPRA
1
Colony at Sarojini Nagar, New Delhi as
per scope of work and terms & conditions
of contract 2 199
defined in the tender 1918.00 42.00
documents.
2 ESI Contribution 7 648
@3.25% 12.34 .12
3 EPF Contribution 1 195
@13% 950.00 0.00
4 Bonus @ of 8.33% 1 166
825.77 1.17
Sub Total 2 24
6406.10 201.28
Relieving charges
5 including ESI, EPF & Bonus if any (in Rs.
Only)
(fixed in nature)
Service/Administrative
6 charges (in Rs.
Only)
(fixed in nature)
7 Total Charges per
person per month
8 Number of Supervisor 3 12
and Security Guard
9 Months 1 12
2
Total (Sl. No.7X8X9)
GRAND TOTAL

Notes/Instructions :
1) The bidders have to only put values/charges for relieving charges (sl. no. 5) and
service/administrative charges (sl. no. 6)
2) The bidders have to quote positive values in sl. no. 5 and 6 above. In no case the
values put in sl. no. 5 and 6 above should be ZERO/0.
3) The bidder whose Grand total is lowest of all the bidders; shall be declared as the
L1 bidder.
4) Non-compliance or any violations of the instructions as mentioned above shall lead
to the rejection of the price bid/tender.
32
Section-5

FORMATS & ANNEXURES

33
Signature ofAgency NBCC
NBCC (India) LIMITED
(A GOVERNMENT OF INDIA ENTERPRISE)

PROFORMA OF BANK GUARANTEE


IN LIEU OF E M D (TENDER BOND)

(Judicial Stamp paper of appropriate value as per Stamp Act – of


respective state)

NBCC (India) Limited,


(Address as mentioned in Notice Inviting Tender),

In consideration of NBCC (India) Limited, having its Registered Office


at NBCC Bhawan, Lodhi Road, New Delhi -110003 (hereinafter called “NBCC” 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, as
a special case, has agreed to accept an irrevocable and unconditional Bid 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 on
demand in writing and without demur/protest any amount but not exceeding Rs….......

Any such demand made by NBCC shall be conclusive and binding on


us irrespective of any dispute or differences that may be raised by the tenderer. Any
change in the constitution of 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 in writing and upon expiry of which,
we shall be relieved of our liability under this guarantee thereafter.

FOR AND ON
BEHALF OF BANK

PLACE : DATED :

WITNESS.

1.

2.

ATTESTED BY NOTARY PUBLIC

34
Signature ofAgency NBCC
PROFORMA OF BANK GUARANTEE FOR PERFORMANCE
(Judicial Stamp paper of appropriate value as per stamp Act-of respective state)

NBCC (INDIA) LIMITED,


NBCC Bhawan, Lodhi Road, New Delhi – 110003

In consideration of NBCC (INDIA) LIMITED, having its Registered Office at NBCC, Bhawan,
Lodhi Road, New Delhi -110003 (hereinafter called “NBCC”) which expression shall unless
repugnant to the subject or context include its successors and assigns, having awarded
a work order/contract / supply order No. Dated (hereinafter called “the said contract”)
to M/s. .......................................... having its registered Head Office at ....... (hereinafter
called the Security Agency) which expression shall unless repugnant to the subject or
context includes its successors 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.

We, the.......... Bank, (hereinafter called “The Bank”) which expression shall unless
repugnant to the subject or context include its successors and assigns) having our
registered office at ….... and branch office at ....... hereby unconditionally and irrevocably
undertake and guarantee payment to NBCC forthwith on the same day on demand in
writing and without protest or demur of any and all moneys payable by the security
agency to NBCC under, in respect or in connection with the execution/supply of and
performance of the works/equipment, inclusive of any loss, damages, charges, expenses
and costs caused to or suffered by or which would be caused to or suffered by NBCC
by reason of any breach by the security agency of any of the terms and conditions
contained in the contract as specified in the notice of demand made by NBCC to the
bank with reference to this guarantee up to and aggregate limit of Rs.
............. (Rupees...................only) the bank hereby agrees with NBCC that:

(i) This guarantee shall be a continuing guarantee and shall remain valid and
irrevocable for all claims of NBCC and liabilities of security agency 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.

(ii) NBCC shall have the fullest liberty without our consent and without affecting in any
manner our obligations and liabilities hereunder to vary any of the terms and
conditions of the said contract or to extend time for performance of contract by the
security agency from time to time or to postpone for any time or from time to time
any of the powers exercisable by NBCC against the security agency under the
contract and forbear or enforce any of the terms and conditions relating to the said
contract and we shall not be relieved from our liability by reason of any such
variations or extension being granted to the security agency or for any forbearance,
act or omission on the part of NBCC or any indulgence by NBCC to the security
agency or by any such matter or thing whatsoever, which under the law relating to
the sureties would, but for this provision, have effect of so relieving us.

35
Signature ofAgency NBCC
(iii) This guarantee shall be in addition to any other guarantee or security whatsoever
NBCC may now or at any time have in relation to the performance of the
works/equipment and NBCC shall have full authority to take re-course or to enforce
this security in preference to any other guarantee or security which the NBCC may
have or obtained and no forbearance on the part of NBCC in enforcing or requiring
enforcement of any other security shall have the effect of releasing the Bank from its
liability hereunder.

(iv) This guarantee shall not be determined or affected by the liquidation or winding up,
dissolution or change of constitution or insolvency of the security agency, but shall in
all respects and for all purposes be binding and operative until payment of all moneys
payable to NBCC in terms thereof are paid by the Bank or till expiry of the Bank
Guarantee including claim period of Bank Guarantee, whichever is earlier.

(v) 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 hereunder 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 NBCC, by or between Supplier/ Contractor and the Bank.

(vi) The Bank hereby waives all rights at any time inconsistent with the terms of this
Guarantee and the obligations of the bank in terms hereof, shall not be otherwise
effected or suspended by reasons of any dispute or disputes having been raised by
the security agency (whether or not pending before any Arbitrator, Tribunal or Court)
or any denial of liability by the security agency stopping or preventing or purporting
to stop or prevent any payment by the Bank to NBCC in terms hereof.

(vii) The amount stated in any notice of demand addressed by NBCC to the Guarantor as
liable to be paid to NBCC by the security agency or as suffered or incurred by NBCC
on account of any losses or damages, costs, charges and / or expenses shall as
between the Bank and NBCC be conclusive of the amount so liable to be paid to NBCC
or suffered or incurred by NBCC as the case may be and payable by the Guarantor to
NBCC in terms hereof subject to a maximum of Rs........................(Rupees
. only).

(viii) 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.

Notwithstanding anything contained herein before our liability under this guarantee is
restricted to Rs. ................ (Rupees............................only). This guarantee will expire
on...... Any claim under this Guarantee must be received by us within 12 Months
after the date of expiry.

Signed this …................ day of ….................. at………. For and

on behalf of Bank

WITNESS.

1.

2.

36
Signature ofAgency NBCC
AGREEMENT FORM

This agreement made this day of ----------(Month)-------- (Year) ,between the NBCC (India)
Limited (NBCC), a company incorporated under the Companies Act, 1956 having its
Registered Office at NBCC Bhawan, Lodhi Road, New Delhi – 110003 (hereinafter referred
to as the “NBCC” which expression shall include its administrators, successors, executors
and assigns) of the one part and --------------------(hereinafter referred to as the ’Contractor’
which expression shall unless the context requires otherwise include its administrators,
successors, executors and permitted assigns) of the other part.

WHEREAS, NBCC, has desirous of construction of “----------------------------------”(hereinafter


referred to as the “PROJECT”) on behalf of the ---------------------(hereinafter referred to as
“Client”) as Project Management Consultant (PMC), had invited tenders as per Tender
documents vide NIT No. ------------- Date ----------and Corrigendum No. ------ &
Amendment No. dated uploaded
on website for Engaging .

AND WHEREAS ------------------------ had participated in the above referred tender


vide their TECHNICAL & Financial Bid ----------------- dated------------------------and subsequent
clarifications vide letter --------------------- dated ------------------ in response to NBCC’s
letter No.--------------------------------------dated --.

NBCC has accepted their aforesaid tender and awarded the contract for Security Agency
Services for vide Letter of Award
No. -------------------------- dated which have been unequivocally accepted by -----------
------vide their acceptance dated---------------------------- .

NOW THEREFORE THIS DEED WITNESSETH AS UNDER:

ARTICLE 1.0 – AWARD OF CONTRACT

E.e SCOPE OF WORK

NBCC has awarded the contract to -------------------for the work of ------ ---------
----------------------- as per contract document defined in Article below. The award
has taken effect from 3rd day of issue of aforesaid Letter of Award (LOA). The
terms and expressions used in this agreement shall have the same meanings as
are assigned to them in the “Contract Documents” referred to in the succeeding
Article.

ARTICLE 2.0 – CONTRACT DOCUMENTS

The contract shall be performed strictly as per the terms and conditions stipulated
herein and in the following documents attached herewith (hereinafter referred to as
“Contract Documents”).

a) NBCC‟s Notice Inviting Tender vide NIT No. --------------- Dated ------------
------ comprising tender document (Section-------to ).
b) Corrigendum No. -----------& Amendment No. ----------- dated -------
--
c) ----------------- vide Technical & Financial Bid ---------------dated -
……….
d) NBCC letter No. ------------------- dated------------------------.
e) ----------------- clarifications vide letter -------------- dated -------

37
Signature ofAgency NBCC
2.2 NBCC‟s Letter of Award dated

Minutes of the kick off meeting held on----------------------------------------------.

All the aforesaid contract documents referred to in Para 2.1 to 2.3 above shall form an
integral part of this Agreement, in so far as the same or any part thereof column, to
the tender documents and what has been specifically agreed to by NBCC. Any
matter inconsistent therewith, contrary, or repugnant thereto or deviations taken by
the Security Agency in its “TENDER” but not agreed to specifically by NBC in its
Letter of Award, shall be deemed to have been withdrawn by the Security Agency
without any cost implication to NBCC. For the sake of brevity, this Agreement along
with its aforesaid contract documents and Letter of Award shall be referred to as the
“Contract”.

ARTICLE 3.0 – CONDITIONS & CONVENANTS

The scope of Contract, Consideration, terms of payments, advance, security deposits,


taxes wherever applicable, insurance, agreed time schedule, compensation for
delay and all other terms and conditions contained in aforesaid contract documents.
The contract shall be duly performed by the Security Agency strictly and faithfully in
accordance with the terms of this contract.

The scope of work shall also include all such items which are not specifically mentioned in
the Contract Documents but which are reasonably implied for the satisfactory
completion of the entire scope of work envisaged under this contract unless
otherwise specifically excluded from the scope of work in the contract documents.

Security Agency shall adhere to all requirements stipulated in the Contract


documents.

Time is the essence of the Contract and it shall be strictly adhered to. The progress of
work shall conform to agreed works schedule/contract documents.

This agreement constitutes full and complete understanding between the parties
and terms of the presents. It shall supersede all prior correspondence to the extent
of inconsistency or repugnancy to the terms and conditions contained in
Agreement. Any modification of the Agreement shall be effected only by a
written instrument signed by the authorized representative of both the
parties.

The total Security Agency fee for the entire scope of this contract as detailed in Letter of
Award (LOA) is Rs. ----------------- (Rs. ----------------
------- only) is inclusive of GST, which shall be governed by the stipulations of the contract
documents.

ARTICLE 4.0 – NO WAIVER OF RIGHTS

4.1 Neither the inspection by NBCC or the Engineer-in-Charge or Client or any of their
officials, employees or agents nor order by NBCC or the Engineer- in-Charge for
payment of money or any payment for or acceptance of, the whole or any part of

38
Signature ofAgency NBCC
the work by NBCC or the Engineer-in-Charge nor any extension of time nor any
possession taken by the Engineer-in-Charge shall operate as waiver of any
provisions of the contract, or of any power herein reserved to NBCC, or any right
to damage herein provided, nor shall any waiver of any breach in the contract be
held to be a waiver or any other or subsequent breach.

ARTICLE 5.0 – GOVERNING LAW AND JURISDICTION

The Laws applicable to this contract shall be the laws in force in India and jurisdiction
of Delhi Court (s) only.

Notice of Default

Notice of default given by either party to the other party under the Agreement shall
be in writing and shall be deemed to have been duly and properly served upon
the parties hereto, if delivered against acknowledgment due or by FAX or by
registered mail duly addressed to the signatories at the address mentioned herein
above.

IN WITNESS WHEREOF, the parties through their duly authorized representatives have
executed these presents (execution whereof has been approved by the Competent
Authorities of both the parties) on the day, month and year first above mentioned at

For and on behalf of: (Name of


For and on behalf of:
Security Agency)
M/s NBCC (India) Ltd.

WITNESS: WITNESS:
1. 1.

2. 2.

39
Signature ofAgency NBCC
ANNEXURE – I

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 clauses / 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 fulfils all requirements in this regard and is eligible to 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
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)

40
Signature ofAgency NBCC
ANNEXURE-II

ACCEPTANCEOF TENDER CONDITIONS

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)

NBCC (India) Limited,

Sub: Name of the work & NIT No.:

Sir,

1 This has reference to above referred tender. I/We have read/viewed all the terms
and 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.

2 I/we are eligible to submit the bid for the subject tender and I/We are in
possession of all the documents required.

3 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 NBCC, or it’s successors or its authorized nominees
such sums of money as are stipulated in the notice inviting tenders and tender
documents.

Yours faithfully,

(Signature of the tenderer with rubber stamp)


Dated

41
Signature ofAgency NBCC
Annexure-III

GENERAL INFORMATION

1. Name of Applicant/Company
2. Address for correspondence

3. Official e-mail for communication

4. Contact Person:
Telephone Nos.
Fax Nos.
Mobile

5. Type of Organization:

a) An individual
b) A proprietary firm
c) A firm in partnership
(Attach copy of Partnership)
d) A Limited Company
(Attach copy of Article of Association)
e) Any other (mention the type)
6. Place and Year of Incorporation
7. Name of Directors/Partners/ Proprietor/ Owner
in the organization
8. Name(s) and Designation of the persons, who
is authorized to deal with NBCC
(Attach copy of power of Attorney)

9. Bank Details:
Name of Bank,
Address of Bank Branch,
Account Number,
RTGS, IFS Code:

Signature of Bidder with Seal

42
Signature ofAgency NBCC
Annexure-IV

Organization setup of the company

(Details to be furnished in the following format)

SNo Name Designation Qualification Professional Years Remarks


Experience with
and details firm
of work
carried out

Signature of Bidder with Seal

43
Signature ofAgency NBCC
Annexure-V
Tender for: -----------------------------------------------------

MANDATORY INFORMATION DOCUMENTS:


DETAILS OF SIMILAR WORKS EXECUTED DURING LAST 7 YEARS

S. Name Type of Work Name Date and Final/Approved Cost of Cost of Ref. & Page
No. of i.e. of No. of Value of items Work on No. of
Work Residential/Non Clients Completio Contract (excl. supplied completion, Documentary
and its Residential n items supplied by including Proof
location Building Certificate free of cost by employer cost of
the employer) free of supplies
(‘X’) cost (or free of cost
at fixed or at fixed
cost) rate by
(‘Y’) employer
(X+Y)
1

2
3
4
5
6

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.

Signature of Bidder with Seal

44
Signature ofAgency NBCC
Annexure-VI
Name of the Client with Address, email & phone no.

Dispatch No………… Date:………………

WORK EXPERIENCE CERTIFICATE

Name of Contractor:--------------------------------------------

1 Name of work/project location

2 Name and Address of Clients

3 Agreement Amount

4 Cost of work on Completion i.e.,


Actual Fee received
5 Date of Start

6 Stipulated date of completion

7 Actual date of completion

Amount of compensation levied


8 for delayed completion, if any

9 Type of Work: Residential/ Non


Residential Building

10 No. of Basements in any Building


of this work

11 Maximum Height of any Building


of this work

12 Maximum No. of storeys of any


Building of this work

13 Performance Report of the Outstanding Very Good Good Poor


services provided

Date, Name& Designation,


Signature with
Seal
Of the Issuing Authority

45
Signature ofAgency NBCC
Annexure-VII
PROFORMA FOR ON ROLL MANPOWER

Sr. Manpower Name of Designation No. of Total


No. Employee Years Experience
with the in years
Company

Signature of Bidder with Seal

46
Signature ofAgency NBCC
Annexure-VIII

FINANCIAL DETAILS

Tender for:

MANDATORY INFORMATION DOCUMENTS:

S. Particulars 1st FY 2nd FY 3rd (&


No. 21-22 i.e. last) FY
Rs. (In 22-23 i.e. 23-
Lacs) Rs. (In 24
Lacs) Rs. (In
Lacs)
i.) Profit/Loss
ii.) Gross Annual Turnover of Previous 3 financial years
ending as on 31.03.2024

iii.) Enhanced Gross Annual Turnover figures at simple a b c


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 31.03.2024

vi Bank Solvency amount as mentioned in the Bank Solvency Certificate

1. Summarised page of Audited Profit & Loss Account and Audited Balance Sheet of
previous three Financial Years duly certified by the chartered accountant, have been
enclosed.

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)

Seal and Signature


of bidder

Signature of
Chartered Accountant
with Seal Membership
No. : UDIN :

47
Signature ofAgency NBCC
Annexure-IX

TDS DETAILS FOR PRIVATE SECTOR PROJECTS

S. Name Name Project No. And Cost of the Payments TDS Year wise TDS
No. of of Cost in Date of work on Received Corresponding to as per Form-
work Clients Crores as per the payments 26AS/Form 16A
Completion completion
TDS In relating to the
Certificate in Crores Crores work

1.

2.

3.

Note: Value of Work done will be considered commensurate with 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 need to be supported with Form-26AS taken in HTML Format or Form-16A

Signature of Bidder with Seal

Signature of Charted Accountant with Stamp and Membership Number

48
Signature ofAgency NBCC
Annexure –X

GST Registration Details of Contractor/Vender

Name

Address (As per registration with GST


Department)
City

Postal Code

Region/ State (Complete state Name)

Permanent Account Number

GSTIN ID/Provisional ID No.:

(Copy of Acknowledgement required)

Type of Business (As per registration with


GST)

Service Accounting Code/ HSN Code

Contact Person

Phone Number and Mobile Number

E-mail ID

Compliance Rating (If updated by GSTN)

Signature of Applicant with seal

49
Signature ofAgency NBCC
Annexure-XI

PERFORMA FOR DETAILS OF CLIENT ORGANISATION IN RESPECT OF WORK


EXPERIENCE CERTIFICATE(S)

(Details to be provided by the bidder in respect of the work Experience certificates submitted
along with the tender.)

Details of client organization


Sl.No. Name of the Name and Name, Name of Complete E- Phone
Work designation of phone/contact Head of the postal mail no.
the Experience number and organizatio address ID
certificate working e- n
issuing mail ID of the
authority with highest
phone/contact authority
number and heading the
working e-mail project
ID

1.

2.

3.

Seal and Signature of bidder.

50
Signature ofAgency NBCC

You might also like