0% found this document useful (0 votes)
9 views32 pages

Charminar1 2 Jrcahyderabad

The Archaeological Survey of India is inviting bids for the supply of unskilled manpower at Charminar, Hyderabad, with an estimated cost of Rs. 13,82,419.44 and an Earnest Money Deposit (EMD) of Rs. 34,560.48. Bidders must submit their bids through the Government E-Market Portal by July 5, 2023, with the technical bids opening scheduled for July 6, 2023. The contract duration is 8.5 months, and bidders are encouraged to refer to the detailed tender document for submission requirements and procedures.

Uploaded by

megavathdevadasu
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
9 views32 pages

Charminar1 2 Jrcahyderabad

The Archaeological Survey of India is inviting bids for the supply of unskilled manpower at Charminar, Hyderabad, with an estimated cost of Rs. 13,82,419.44 and an Earnest Money Deposit (EMD) of Rs. 34,560.48. Bidders must submit their bids through the Government E-Market Portal by July 5, 2023, with the technical bids opening scheduled for July 6, 2023. The contract duration is 8.5 months, and bidders are encouraged to refer to the detailed tender document for submission requirements and procedures.

Uploaded by

megavathdevadasu
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 32

a

z-;:-
MT
:i:: i

RIQ

SUPPLY OF MANPOWER (UNSKILLED) AT CHARMINAR,


HYDERABAD

REFERENCE NO: F.No. Sout/Hyde/Char/CHAR/l 5800042/ 6lL

mcfi qad

seTfrtftfqqquJ

GOVERNMENT OF INDIA
MINISTRY OF CULTURtr
ARCHAEOLOGICAL SURVEY OF INDIA
HYDERABAD CIRCLE
HYDERABAD

ll
I
it ra-
THT
l-\'
t,

SUBJECT: E-TENDER DOCUME,NT FOR PROVIDING AT CHARMINAR,


HYDERABAD _SUPPLY OF MANPOWER"

Archaeological Survey of India, Hyderabad Circle (under Ministry


of Culture, Govt. of
India) invites Bids from experienced / approved Contractors / Firms for
the mentioned work /
supplv under OPEN E-TENDER SINGLE -STAGE COMPOSITE - BID
SYSTEM through
Govt' E Market (GeM) Portal https:r'lgcm.sor,.in. One complete set of Bid Document
is
uploaded in E-Procurement Portal. Interested Bidders are invited to
submit their most
competitive bids on or before the scheduled bicl closing date and time through
Govt. of India
(GeM) Portal.

For ready retbrence, f'ew salient points of the Tender (Covered in detail
in the Bid
Document) are highlighted below:

Important lnf'ormation & Dates:

Estimated Cost of the work / Tender Amount Rs. 13,82,419.44


EMD Amount Rs.34,560.48
Datc of issue of Tendcr Dt.15t06t2023
Bid Do cument Download / Sale Start Date Dt.15t06t2023
Start date for submission of filled-in tender
Dt.15t06t2023
document
Bid subnrission End Date Dt. 0510712023 At 15.00 hrs.
Date of opening of Technical Bid Dt.0610712023 At 15.30 hrs.
Date of meeting with Bidders post Technical Bid
opening for Document Verification

Validity of Bid 90 days

?l
ffiE
REGISTRATION
1. Tenderers/bidders are required to enroll on the e-Procurementi of E
Market Portal (URL: https://gem.gov.in) by clicking on the !to on
the GeM Portal. Enrolment is free of Charge.

2. As part of the enrolment process, the tenderers/bidders will be a unrclue


usemame and assign a password for their accounts.

3. Tenderers/bidders are advised to register their valid email address and mobile numbers as
part of the registration process. These wouldbe used for any communication from the GeM
Portal.

4. Upon enrolment, the tenclerers/bidders will be required to register their valid Digital
Signature Certificate (Class II or Class III Certitlcates with signing key usage) issued by any
Cenifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.) with
their profile.

5. Only one valid DSC should be registered by tenderers/bidders. Please note that the
tenderers/bidders are responsible to ensure that they do not lend their DSC's to others which
may lead to misuse.

6. Bidder then logs in to the site through the secured log-in by entering their user ID &
password and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

(a) There are various search options built in the GeM Portal, to facilitate tenderers/bidders to
search active tenders by several parameters. These parameters could include organization
name, location, date, value, etc. There is also an option of 'Advanced Search' for tenders,
wherein the tenderers/bidders may combine a number of search parameters such as
organization name, form of contract, location, date, other keywords etc. to search for a
tender published on the GeM Portal.

(b) Once the tenderers/bidders have selected the tenders they are interested in, they may
download the required documents / tender schedules. These tenders can be moved to the
respective "My Tenders" folder. This would enable the GeM Portal to intimate the
tenderers/bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.

(c) The bidder should make a note of the unique Tender ID assigned to each tender in case they
want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

(a) Tenderer/bidder should take into account any corrigendum published on the tender document

3l
.,
1':1i d: ,',r,

ffi
'' bcfbre submitting their bids. Please go through the tender advertisement and the tender
document carefully to understand the documents required to be submitted as part of the bid.
\1 Please note the number of covers in which the bid documents have to be submitted, the
'of documeuts -
11u including the llames ancl c:ontents of each of the document that need
subrnitted

(b) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally they can be in PDF / XLS / RAR / DWF formats as
mentioned. Bid documents may be scanned with 100 dpi with black and white option.

(c) To avoid the time and efforts required in uploading the same set of standard documents
which are required to be submitted as a part of every bid, a provision of uploading such
standard documents (e.g., PAN card copy, annual reports, auditor certificates etc.) has been
provided to the tenderers/bidders. Tenderers/bidders can use "My Space" area available to
them to upload sttch docurnents. Tlrese documents may be directly submitted from the "My
Space" area while submitting the bid just by tagging and need not be uploaded again and
again. This w'ill lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS

l) Tendercr/bidder should log into the site well in advance for bid submission so that the
tendereribidder up loads the bid in time i.e. on or before the bid submission time as per the
system. Bidder will be responsible for any sort of delay due to other issues.

2) Tenderer/bidder has to digitally sign and upload the required bid documents one by one as
indicated in the e-tender document.

3) Tenderer/bidder has to select the payment option as "offline" to pay the EMD and enter
details of DD/any other accepted instrument.

4) Tenderer/bidder should preparc thc EMD instrument as per the instructions specified in the
tender document. Scanned copy of DDlany other acceptable instrument as mentioned towards
EMD &
Tender Fee should be uploaded while online submission of the tender and the
original should be posted/couricrcd/given in person to the Tender Processing Section latest by
the last date and time of bid submission or as specitied in the tender documents. The details
of the DD/any other accepted instrument, physically sent, should tally with the details
available in the Scanned copy and the data entered during bid submission time otherwise the
Tender will be surnmarily re.iected.

5) Thc Tender Inviting Authority (TIA) will not be held responsible fbr any sort of delay or the
difficulties faced during the submission of bids online by the tenderers/bidders. The bidder
should see that the bid documents submitted should be free from virus and if the documents
could not be opened, due to virus. during tender opening, the bid is liable to be rejected.

6) Tcndcrcrs/biddcrs are requested to note that they should necessarily submit their financial
bids in the format provided and no other fomat is acceptable. The price bid has been given as

4l
z-A--
IRI
qtn{ifiNt{Yl

a standard Rate Quote Sheet in .xls Format with the e-tender ch'i$ to
downloaded and to be filled by all the tenderers/bidders. T
download the Rate Quote Sheet f-rle, open it and cornplete with VC

quotes and other details (such as name of the Tenderer/bidder). Once thi
completed, the tenderer/bidder should save it and submit it online, wi
filename. If the Rate Quote Sheet file is found to be modifred by the tenderer/bidder, the bid
will be rejected. In e-Tendering, intending tenderer/bidder can quote their rate in figures only.
The total amount is generated automatically. Therefore, the rate quoted by the tenderer/bidder
in figures shall be taken as correct. The Comparative Statement is also generated
automatically by the system. The Comparative Statement and rate quoted by each
tenderer/bidder shall be downloaded. The manual calculation check of tenders/bids and
Comparative Statement, shall be final. In case, any discrepancy is noticed, the decision
of appropriate authority of Archaeological Survey of [ndia shall lre linal and binding.

7) The server time (which is displayed on the tender'sibidder's dashboard) will be considered as
the standard time for referring the deadlines for submission of the bids by the
tenderers/bidders, opening of bids etc. The tenderers/bidders should follow this timc during
bid submission. The tenderers/bidders are requested to submit the tenders/bids through online
e-tendering system to the Tender Inviting Authority (TlA) well befbre thc bid submission
end date & time (as per Server System Clock).

8) All the documents being submitted by the tenderers/bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128-bit encryption technology. Data storage
encryption of sensitive fields is done.

9) The uploaded e-tender documents become readable only after the tender opening by the
authorized tender/bid openers.

10) Upon the successful and timely submission of tenders/bids, the portal will give a successful
tender/bid submission message & a tender/bid summary will be displayed with the
NlT/tender/bid no. or Name of Work and the date & time of submission of the tender/bid
with all other relevant details.

1 1) The tender/bid summary has to be printed and kept as an acknowledgement of the submission
of the bid. This acknowledgement may be used as an entry pass for any tender/bid opening
meetings.

sl
;in

:1.,
mt
..i::

Rs. 13,82,419/- (Rupees Thirteen Lakhs


. ..,.: '
Eighty Two Thousand Four Hundred and Nineteen only)
{-
9,.

Address for communication are as given below:

Contact Details:

Contact Person The Superintending Archaeologist

Address for communication O/o The Superintending Archaeologist,

Archaeological Survey of India,

Hyderabad Circle,

Kendriya Sadan, IInd Block, IIIrd Floor,

Sultan Bazaar,Koti,

Hyderabad - 500001 (T.S)


Phone No. 040-246 58 124, 040-2465 l0 12

e-mail : circlchyd.asi(@gmail.com &

circ lehyderab ad. asi (0 gov. in

6l
ri:- i:iri
ffiI i.,rtli ii)

\: - t. !

., 1 'l:

-; f:)

TFT
qi.Tdlltl.rqr{oJ
-d-
.,.*-r,,r,.,. ril

Government of India
Ministry of Culture
Archaeological Survey of India
Hyderabarl Circle, Hyderabad

Dare:
I I_ Jl[Y 2023
TENDER NO'I'ICE

Online tenders on behalf of the President of lndia are invited from experienced and
financially sound Firms for the work of "SUPPLY OF MANPOWER (UNSKILLED) AT
CHARMINAR, HYDERABAD" for a period of 8.5 months from date of award of contract and as
per approval of competent authority.

1. Complete Tender Document can be downloaded from thc website https:/1gerlr.gov.in.

2. Interested Firms may submit/deposit Earnest Money Deposit (EMD) Rs. 34,560/- (2.5%
of the estimated cost of work/tender) on or befbre 05.07.2023 at 15.00 hrs. to The
Superintending Archaeologist, Archaeological Survey of India, Hyderabad Circle, IInd
Block, lllrd Floor, Kendriya Sadan, Sultan Bazaar, Koti, Hyderabad - 500001.

3. Earnest Money Deposit must be clelivered in sealcd covcr with the name of rvork
superscribed on the cover to the Superintending Archaeologist, Archacological Survey of
India, Hyderabad Circle, Hyderabad on or befbre Bid opening Date /time as rnentioned in
critical date sheet. The technical bids of the bidders whose EMD in the tbrm of DD /
Banker's Cheque from any nationalised bank are received will only be opened and
considered.

4. EMD is to be submitted by all the bidders except those who are registered with Central
Purchase Organization, National Small Industlics Corporation (NSIC), MSME OR
Ministry of Culture or otherwise exempted by Government of India. (Those claiming
exemption need to submit proof of the appropriate relevant document)

5. Tender Period: 8.5 months

6. No Tender shall be entertained after this deaclline under any circurnstances what so ever.
The Teclinical Bid or tenders will be opened on 06.07.2023 at 15.30 hours in the
presence of the bidder personally or his authorized representative,
7. Further the Execution of work / Supply of material or manpower may be increased or
decreased as per the site condition of work as per the decision of the competent authority.

71,;.,,i
'i
,!r
WsrkiSuBBlrL of Unskilled ManDower

, Sl.' Description of Work / Item


No. of persons No. of Units Total Units (From 1sth July
nta. (Pioviding of Unskilled
Per day Per month 2023 to 3l't March 2024)
".1: Ma4power )

Name of the Monument / Site Location: CharMinar, Hyderabad, Telangana

I Casual Labour (un-skilled) 6 Units 156 units 1326 units

156 Units 1326 Units


a Itis inlbrmed that the successlul bidder shall give pre{'erence to the Applicants who
havc approached thc IIon'ble CAT, Hyderabad Bench, as per the orders issued by the
Hon'ble CAT wltile disposing OA 90/2018 along with connected OA Nos.589/2018,
590/2018 and 103612017 vide order dated 04.07.2019, filed by the existing Casual
Labourers of Hyderabad Circle.
a The total no. of units may likely to increase or decrease as per site condition and the
decision of ASI Oflicials is final.
a Minimum units in each category to be deployed per day will vary as per site condition,
the successful bidder will be inlormed a day prior / or as directed.
a The Manpower should work lbr 8 hours with the usual resting hours.
a The Contractors / Agencies / Firms shall at all stages of work deploy Special technical
manpower who have experience in execution of conservation of Archaeological sites /
ancient monuments. Deployment of manpower without such experience will be rejected
and the contract will be cancellcd without any notice.
a Labour sal'ety is the complete responsibility of the participating firm / company / bidder
i corttractor / agcncy.
a During the execution of the work at most precaution should be taken by the manpower
deployed by the firm so that no damage is done to the monument in any ways.
a The supply of above labours is to be done on requirement basis as per the instructions
and directions of the site In-charge / ASI Department Officials over a period of 365
days.
a The contracting company/Firm/Agency shall pay the wages, ESI and EPF to each
employee belbre lOth of every month and submit the same for further necessary
payments.
ASI reserves the right to amend or withdraw any of the terms and conditions contained in the
Tender Document or to reject any or all tenders without giving any notice or assigning any reason. The
decision of the Competent Authority / Superintending Archaeologist, ASI, Hyderabad Circle in this
regard shall be final and binding on all parlies in all circumstances.
SMITHA Disitallysisned by
SMITHA SUMATHY KUMAR
SUMATHY Date2o23 06 14 l6:s6:43
KUMAR
Superintending Archaeologist
Archaeological Survey of India, Hyderabad Circle
For and on behalf of the President of India
Copy to: Superintending Archarclogi$l
l. Notice Board Archaeological $urverl rf trnrjid
2. Website of ASI Department HYDERABAS CIffi0fi-E
Kendriyasadan, ll Block -rl.s i:lcar,
$ultan Bazar. HYDERABAU - ileqlj.,.,,
Z-q-:
rnl '.. 1 '-
TERMS AND CONDITIONS OF'I'I{E BID

1. The authorized signatory of tender docutnent will be deemed to ,read an


understood the tender documents along-with the terms and he ha-s

filed the tender document for bid process. ,'.,,i;


',

2. The right of acceptance of tender will rest with the competent authority of gical
Survey of India.

3. Archaeological Survey of India reseryes the right to accept the whole or any part of the bid
and successful bidder shall be bound to perform the same at the rates quoted.

4. All the bids in which any of the prescribed conditions are not fulfilled or are incomplete in
any respect shall be liable to be rejected.

5. Alt the pages of this bid document, technical bid, attached documents to the technical
bid and the Tender acceptance letter (printed on the letter head) should be signed either
physicatly or digitally before uploading. Unsigned documents rvill not be considered and
the bid will be rejected.

6. All correspondences regarding pre and post bid clarifications will be entertained only through
the rnail id circlehyd.asi gmail.c,om & circ leh [email protected]

7. Corrigendum in the tenns and conditions of the bid will be uploaded only in
https://gem.govrin. Please follow it carefully.

8. The bidder is compliant to Public Procurement (Preference to Make in India) Order


dated 15th June 2017 and subsequent amendments dated 16th September 2020 as
relevant and applicable which is available at DIPP's Website http:ilclipo.sov.in/public-
procuremenfs

9, The bidder is compliant to the provision of Rule 144 (xi) of GFR,2017.

10. Itis inlbrmed that the successlul bidder shall give prel'erence to the Applicants who
have approached the Hon'ble CAT, Hyderabad Bench, as per the orders issued by the
Hon'ble CAT while disposing OA 90/2018 along with connected OA Nos.589/2018,
590/2018 and 1036/2017 vide order dated 04.07.2019, tiled by the existing Casual
Labourers of Hyderabad Circle.

1l.The contractor shall not be permitted to tender lbr works in any Circle, Branch or
Division in the Archaeological Survey of India or lbr award and execution of contracts
in which his near relative is posted in any clerical or technical capacity. The contractor
shall also intimate the names of persons who are working with hirn in any capacity or are
subsequently employed by him and who are near relatives to any of ficer in the
Archaeological Survey of India or in the Ministry of Culttrre (As pcr Part-I of 13.3 of the
manual of Archaeological Survey of India)

el
IRI
..i;:
The Contractor will Iurnish a list or'non-*uretted Archaeological Survey of India
employees related to him. (If there tre no such case a nil statement shall be required to
be lurnished) (As per Part-I of 13.4 of the manual of Archaeological Survey of India)

joint venfure or
, 13.' Eacl1 bidder shall upload only one tender either by himself or as a partner in
' ab':a'memberof consottium. If abidderorif anyof thepartnersinajointvenhreoranyone
of the members of the consortium participate in more than one bid, the bids shall be liable for
rejection.

14. The bidder shall bear all costs associated with the preparation and submission of the bid and
the ASI Hyderabad Circle, shall in no case be responsible or liable for any costs, regardless of
the conduct or outcome of the tender process.

l5.lnformation and Instructions for tenderers/bidders posted on website shall form apart of the
bid document.

16. The bid document consisting of guidelines for the said Tender to be fulfilled and the set of
Terms and Conditions of the contract is to be complied with and other necessary documents
can be seen and downloaded tiom https://gcm.gov.in free of cost.

17. The intending tenderers/bidders must read the terms and conditions of tender carefully. They
should submit their bid only if they consider themselves eligible as per the criteria laid down
and if they are in possession of all the documents / registrations required.

18. The Bidder should sign and stamp each page of the tender documents as a token of having
read and understood the terms & conditions contained therein and upload the same along with
the bid. No photocopies of this tender document would be accepted.

19. Out of the online bid documents sr,rbmitted by intending tenderers/bidders, the technical bids
of only those tenderers/bidders shall be opened, who have deposited Earnest Money Deposit
as specified above duly scanncd, uploaded and found in order. Conditional bid shall not be
considered and will be out rightly rcjectcd at the very first instance. The financial bids of only
those tenderers / bidders whose Technical Bids are tbund to be in order and accepted and
shall be opened by the Tender Evaluation Committee (TEC) authorised for the purpose.

20. Those agencies not registered on the website mentioned above, are required to get themselves
registered beforehand.

21. The intending tenderer/bidder must have valid Class II or Class III Certificates with signing
key usage (DSC) to submit the bid.

22.The EMD shall stand forfeited if a bidder withdraws or amends the bid/tender, or impairs or
derogates from the tender in any respect during the period of bid, or in case successful bidder
fails to sign or accept Contract within the stipulated periods. No interest will be payable on
this amount. The EMD shall also stand forfeited in the event of pre-mature withdrawal of
tcnder by any of the Bidder(s).

t0
-_E_

rnl I
!
ERAL TENDERERS

The Superintending Archaeologist, Archaeological Survey of lndia, H


Sadan, IInd Block, lllrd Floor, Sultan Bazaar, Koti, Hyderabad - 500001 (T.S.),
Tenders from reputed, well established and financially sound Company / Contractor / F rrlrl
for the work of "Annual repairs and Maintenance to CharMinar, Hyderabad - 2023-24".

1. The contract period will be for 8.5 months tiom the date of award of contract.
2. The Company / Contractor / Firm / Agency should have registration certif-rcate from CPWD /
PWD / Railways / MES / Board recognised by State Govt. / Registered under Companies
Act,2013 etc.
3. The Company / Contractor / Firm / Agency should have certificate for Income Tax clearance.
4. The Company / Contractor / Firm / Agency have GST Registration Number.
5. The Company / Contractor / Firm / Agency have an average annual financial turn over
during the last three years, ending 31" March of the previous financial year should be at least
30 % of the estimated cost. (i.e. 2022-23,2021-ZZ &2020-21, in case Turn over for the F.Y
2022-23 is not available then 2019-20 may be produced)
6. The Company i Contractor / Firm / Agency should have good experience certificate of having
successflilly completed similar work in this case is Supply of unskilled munpower at the
monuments/ heritage buildings during the last 7 f,rnancial years.
7. The Company / Contractor /Firm/Agency shonld have financial standing through latest ITCC,
Annual report (balance sheet and profit & loss account) ofthe last three financial ycars.
8. The Company / Contractor / Firm / Agency should be registered with the Labour Depaftment.
9. The Company / Contractor / Firm / Agency should be registered with EPF / ESIC.
10. The Contractor/Company/Firm/Agency against whom if any judiciary/allegation/litigation is
pending at arry court, then the said firm is not eligible to participate in the Tender process.
To this affect accordingly the contractor/company/Jirm/agency has to give the declaration.
11. The Superintending Archaeologist, Archaeological Survey of India, Hyderabad Circle may
terminate the Contract if it is found that the Contractor is black listed on previous occasions
by any of the Government Departments / institutions / Local Bodies / Municipalities / Public
Sector Undertaking etc,
12.In this BoQ / Rate quote sheet the GST is calculatetl
QAl2% as per the Notification No.
2Ol2Ol7 Integrated Tax (Rate) New Delhi, the 22nd August, 2017 Heading Nunrber 9954 for
the work of Centrally Protected Monurnents in Archaeological Survey of India.
13. The present GST rate will be applicable till the work contract including maintenance period
or any new notification / amendment is issued by the Government of India in this regard.
14. The submitted bills will be processed at the O/o The Supcrintending Archaeologist, ASI,
Hyderabad Circle and payment will be made to the contracting company / firm I agency I
within reasonable time. A11 stafutory TDS deductions like lT, GST will be deducted on the
bill amount as per applicable rates
15. The Scope of Work will be as mentioned in Description of work like "Supply of unskilled
manpower at the monuments / heritage butldings"

il|
..,,
5 r--
al)
rrl
send
Four Thousancl Five Hundred and Sixty'only) (2.5% of the estimated cost of work/tender)
in the forrn of Demand Draft / Banker's Cheque tiom any nationalised bank drawn in the
favottr of "The Superintendirrg Archaeologist, Archaeological Survey of India, Hyderabad
Circle, Hyderabad" (Telangana) payable at Hyderabad by post or by hand.
17. The Earnest Money Deposit (EMD) of Rs. 34,5601- Refundable (without interest) should
necessarily be kept in the sealed cover with the name of work super scribed on the cover to
the Superintending Archaeologist, Archaeological Survey of India, Hyderabad Circle,
Hyderabad on or before Bid opening Date / time as mentioned in critical date sheet. The
technical bids of the bidders whose EMD in the form of DD / Banker's Cheque are
received will only be opened and considered.
18. The EMD in the form of DD / Banker's Cheque may be handed over by hand/Speed
Post/Couriers/any other means convenient to the bidder. However, the timely delivery of
the sante should be ensured by the bidder. The officers assigned the task of opening the
bids shall not open the technical bids of those bids whose EMD in the form of DD / Banker's
Cheque was not received by the stipulated time. No representation in this regard will be
entertained.
19. EMD is to be submitted by all the bidders except those who are registered with Central
Purchase Organization, Nationa[ Srnall Industries Corporation (NSIC), MSME OR Ministry
of Culture or otherwise exenrpted by Government of hrdia. (Those claiming exemption need
to submit proof of the appropriate relevant document)
20. The EMD of all the unsuccessful and L-2 onward bidders will be returned on approval of
lowest one bidder (L- I ) by the competent authority.
2l.ln the event of cancellation of bidding process by the competent authority, the EMD of all the
bidders will be returned by Speed Post.
22,The successful tenderer will have to deposit Performance Security / Performance Bank
Guarantee (PBG) of 3o/o of order value in the form of Demand Draft in favour of "The
Superintending Archaeologist, Archaeological Survey of India, Hyderabad Circle,
Hyderabad" payable at Hyderabad within 07114 days from the date of issue of Letter of lntent
/ Acceptance to them.
23. The work orclcr rvill be cancellecl in the event of delay in submission of Perfoffnance Security
i PBG or non-subrnission of the sanre and the EMD will not be returned.
24. The EMD (DD / Banker's Cheque) and Pertbrmance Security Deposit / Perlbrmance
Bank Guarantee (DD) should be obtained from Nationalised Banks only. Under no
circumstances it should be obtained liom Co-operative Banks or private banks.
25. The e-Tenders are invited tmder two envelopes system. The tender / quotation should be
given in a Two bid system, the Tcchnical and Financial bid. The first electronic envelope will
be named as Technical Bid Envelope & will contain documents of tenderer's / bidder's
satisfying the eligibility conditions, scanned copies of EMD, E-NIT, etc. and the second
electronic envelope will be named "Financial Bid Envelope" containing Rate Quote Sheet.
ThC biddcr ShAII SUbMit TECHNICAL BID ENVELOPE ANd FINANCIAL BID
ENVELOPE simultaneously. The technical bids will be evaluated first and thereafter
financial bids of only the eligible tenderers/bidders shall be opened. These envelopes shall

121 .
Z1-a:
rml
contain one set of the following documents i :)
*
;.1

li;.: l
l. TECHNICAL BID ENVELOPE shall contain thc tbllowing
a) Registration certificate. lt may be registered with CP
Railways / MES / Board recognised by State Govt' / Registered
Act,20t3 etc.)
b) Copy of PAN card
c) Copy of IT return filled for the last three assessment years {i.e. f/y 2020-21 (A.Y .
2021-22), fly 2021-22 (A.Y . 2022-23), flv 2022-73 (A'Y ' 2023-24)\
d) Copy of Labour Registration Certificate
e) Copies of the EPF and ESIC Registration certificates and ECR's for the month of
March 2023, APril2023 andMaY 2023.
0 Copies of the GST registration cerlifrcate and ECR's for the March 2023, April
2023 andMaY 2023.
g) Annual Turnover Certificate of the last 3 financial years (i.e.2022-23,2021-22 &
ZOZO-1L,incase Turn over for the fly.2022-23 is not available then 2019-20 may
be produced) signed by Statutory Audit Firm with Membership No. and UDI No.
h) Copies of Work Orders and matching Completion Certificates from ASI /
Government DePartments / PSUs
i) Declaration regarding black listing as per format attached, Signed RFP and
Tender AccePtance Letter

Z. FINANCIAL BID ENYELOPE shall contain:

a) Rate Quote Sheet in .XLS format.

26. Conditional bids shall not be considered and will be out rightly rejected in the very first
instance.

27.In case any of the above provisions are violated, the company shall be liable to be blacklisted
from the concerned Department / Ministry / Government of lndia.

2g. Earnest Money is liable to be forfeited if the successful e-tenderer / bidder selected for the

subject services fails to take up the work and sign the formal agreement within 07114 days
from the date of issue of Letter of Intent / Acceptance to them.

29. E+enders which do not fulfill any of the above conditions or are incomplete in any respect
are liable for summary rejection'

30. Canvassing in connection with e-tenders/bids is strictly prohibited and the e-tenders,&ids
submitted by the tenderers/bidders who resort to canvassing will be liable for rejection on that
ground alone.

31. It shall of the bidder to fully inform/acquaint/familiarize himself with


be the responsibility
local conditions and factors, which may have effect on the execution of services to be
rendered under the contract. All bidder(s) intending to bid shall visit and make themselves
thoroughly acquainted with the local site conditions. The ASI, Hyderabad Circle shall
presume that the bidder has understood and agreed that all the relevant factors have been kept

13 |,' , "
inteird,
!E
\ ffi
the bid. No financial adjustment arising thereof shall be permitted by
any non-clarity of information about local conditions being pleaded

tenderer/bidder will have to sign the Agreement Book published by CpwD


i.e. "General Conditions of Contract 2020 - Maintenance Works / Construction Works"
before the issue of the Work / Supply Order. The bidder is bound to follow and accept the
terms and conditions of tl,e contract and the tender.

33. If the successful Bidder fails to fumish the perfonnance security or execute the agreement
within the time specified or withdraws his tender, his Contract will be cancelled and such
bidder shall be suspended / blacklisted for a period of one (1) year and not allowed to
participate in any Tender process of ASI, Hyderabad Circle in future. EMD DEPOSITED
BY THE SUCCESSFUL BIDDER SHALL ALSO BE FORFEITED. Further, the tender
may be awarded to the next lowest Bidder (L-2) and also it would be the discretion of the
Tender Inviting Authority.

34. The validity period of the e-Tender shall be 03 (THREE) months from the date of opening of
e-Tenders. This period may be extended suitably if the decision regarding issue of Letter of
Intent / Acceptance is delayed for any reason.

35. The Bid of tenders submitted online shall be opened at office of The Superintending
Archaeologist, Archaeological Survey of India, Hyderabad Circle, Kendriya Sadan, IInd
Block, IIIrd Floor, Sultan Bazaar, Koti, Hyderabad - 500001 (T.S), in the presence of the
authorized representatives of the Companies/ Firms/ Agencies, if any, who are present on the
spot at that tirne.

36. The Superintending Archaeologist, Archaeological Survey of India, Hyderabad Circle,


Kendriya Sadan, IInd Block, IIIrd Floor, Sultan Bazaar, Koti, Hyderabad - 500001 (T.S)
reserves the right to cancel any or all the bids without assigning any reason.

t4 1:
-,;--
IRI r i'1ii I :;: : ',',-

TERMS AND CONDI'I ION O}- CONTRACI'


:+ i;i;::
GENERAL '.u:

L The contracting Company/ Firms/ Agency shall not be allowed to


sub-contract its rights and liabilities under this contract.

2. The tenderer will be bound by the details furnished by him/ her to this Department, while
submitting the tender or at subsequent stage. ln case, any document tirrnished by him/her is
found to be false at any stage, it would be deemed to be a breach of terms of Contract making
him/ her liable for legal action besides termination of contract.

3. ASI reserves right to terminate the contract during initial period also after giving ten days'
notice to the contracting agency in case of breach of terms of contract.

4. All the workers cleployed in this Departrnent will be paid their wages on monthly basis by the
Company/ Firm/ Agency through individual bank accounts and Documentary evidence will
be submitted to ASI. ASI shall verify the actual payment of statutory payments periodically
and if not satisfied shall withhold the payments due to the contractor, besides other legal
actions.

5. Similar works shall mean Supply of Unskilled manpower for works of conservation /
repairing work of ancient strucfures / monuments /old structures of central / state / protected /
heritage building /endowment,

6. ASV Central Government department Black listed/ Debarred contractors bid will not be
considered for evaluation.

7 . While all etforts have been made to avoid errors in the drafting of thc tcnder documents, the
Bidder is advised to check the same carefully. No claim on account of any errors detected in
the tender documents shall be entertained.

LIABILITIES, CONTROL ETC. OF THE PERSONS DEPLOYED

l. This Department shall not be responsible lbr any damages, losses, claims, f'rnancial or
lnjury/accident to any person deployed by service providing agency in the coLlrse of their
Performing the functions / duties, or for payment towards any compensation.

2. The tendering agency shall maintain all statutory registers under the applicable law. The
Agency shall produce the same, on demand, to the concerned authority of this Department or
any other authority under law. A Cornpliance certificate in this regard will be submitted along
with the bills every month.

3. The tendering agency willbe responsible tbr compliance of all statlltory provisions relating to
minimum wages, Service tax, Provident Fund and Employees State Insttrance etc.

ls I
li: lei:i:r

'.':
INI
"-=l:
4 r;shall commence the work within 15 days of the date of acceptance of the work
I 5 days fiom the date of issue of work order whichever is earlier.

5. The by the details tumished to the ASI while submitting the


tender or at any of such documents fumished is found to be false at
any stage, it be deemed to be a breach of terms of contract, making it liable for legal
action besides termination of contract and fbrf'eiture of Performance Security

6, The agency shall depute a coordinator who would be responsible for immediate interaction
with the competent authority so that optimal services of the person deployed by the agency
are availed without any disruption.

7 . The contractor shall be solely responsible for the redresses of grievances/ resolution of
disputes relating to person deployed. The ASI shall, in no way be responsible for settlement
of such issued whatever.

TERMINATION

l. [n case of breach of any of tcrms and conditions of the Contract by the Contractor, the
Competent Authority of the Client shall have the right to cancel the Contract without
assigning any reason thereof, and nothing will be payable by the Client and in that event and
the security deposit in the form of performance Bank Guarantee shall be forfeited. The
agreement shall be come to an end either on completion of the contract or shall be
tcnninated cluc to breach of contractual obligations.

16li'
z-*:
rnt
ILITY
ANY NT / ACEN

The tendering Company / Contractor I Firm / Agency shall have


technical specifications for Technical Bid:

sl. Copies of Relevant Document


Eligibility Condition Required
No.
The Company Firm / Agency should be
I
registered with the appropriate registration
authority with proper validity. (It may be
1 registered with CPWD / PWD of State Govt. / Copy of valid Registration Certificate
Railways / MES / Board recognised by State
Govt. / Registered under Companies Act,
2013 etc.)
Copy of GST Registration Certificate
2
The Company I Firm / Agency should be
with GST returns for the month of
registered with GST Department. March 2023, April 2023 andMay 2023
Copy of PAN CARD in the name of
Finrr / self-proprietorship etc., else duly
PAN Card in the name of the Company / Firm notarized affi davit confi rming
3
/ Agency. ownership 7 5slf--proprietorship to be
provided fbr
Income Tax Return for the last three
Assessment years. {i.e. F.Y. 2020-21 (A.Y.
4 Copies of ITRs
2021-22), F.Y . 2021-22 (A.Y . 2022-23), F.Y .
2022-23 (A.Y . 2023 -24))
The Company I Firm / Agency should be Copy of valid Registration Certificate /
5 registered with labour department with proper Number
validity.
Copy of Registration Certificates and
6 The Company I Firm / Agency should be
ECRs for the month of March 2023,
registered with EPF and ESIC,
April 2023 and May 2023
Turnover Criteria
(The Average AnnualTurnover during the last
three years eniling 3l't Marcli of the previous
Signed Certificate ti'om Statutory
financial years should be at least 30% of the Auditor
7
estimated cost) (Membership ID & UDI number should
(fly 2022-23, 2021-22 & 2020-21, incase
be mentioned)
Turnover is not filed for the year 2022-23 then
201,9-20 may be considered)
DD / Banker's Cheque from a
nationalized Bank only.
If the bidder is exempted fbr EMD
8 EMD
submission, they should furnish relevant
appropriate certificate to this effect such
as MSME / NSIC exemption certificate.

t7 I
i

ffi
9 ce Critetia:

'i\ nyI Firm / Agency / Contractor


experiehce of having successfully Copy of Work orders and matching
c letdd :(simi.lar works)* during last 7 years Completion certifi cates
(Fronr the years April 20 t 6 to March 2023) (from ASI / Government Departments /
ending last day of month previous to the one PSU's)
in which bids are invited and should fulfill
either of the following:-

9.a Three (similar completed works)+ costing not


less than the amount equal to 40 o/o of the
estimated cost.
Or
9.b Two (similar cornpleted worl<s)* costing not
less than the amount equal to 50 % of the
estimated cost.
Or
9.c One (similar completed work)* costing not
less than the amount equal to 80 % of the
estimated cost.
(Note: The Company / Firm /Agency /
Contractor has to ensure that both Work
Order and matching Completion
Certificate is attached consecutively.
Only Work Order or only Completion
Certilicate will not be considered)

(Similar completed works)* is mentioned in


the Note Below vide S. No. 4
10 a) Tender Acceptance Letter
b) Declaration Signed Copies of Tender Acceptance
Letter, Declaration and RFP
c) Request for proposal
ll The Branch Office of the maupower Company The agency should have an office /
/ Firm / Agency shall be located. branch office in Hyderabad

Note:
r) The Average Annual Turnover during the last three years ending 3l't March of the
previous financial years should be at least 30oh of the estimated cost.
2) The requirement of producing copies of both work orders and completion certificates is
mandatory. Only work orders or onlv completion certificates will not be considered.
3) Also Ongoing Work Orders will not be considered. The work orders related to
completed work along with completion certificates from the concerned authorities will
only be considered.
4) Similar Work: Similar work in this cuse includes Supply of unskilled manpower Jbr
maintenance of monuntents/ heritage buildings fiom ASI / Government Departntents /
PSUs.
The mentioned similar work will be fbllowed for S. No. (9) - Experience Criteria of the
"Technical Eligibility Requirement"

181
lGi
IFI r'r. :.

A. Method of Bidding
*
ri
1. The bid is invited under Two bid system i.e. of Technical Bicl and F
2. The technical bids of those bidders who have submitted the EMD instr
(Demand Draft or Pay order) before the stipulated time shall only be opened.
bids of the bidders who have not submitted the EMD instrument in original shall not be
opened and considered for evaluation. No representation or other proof of postingicourier
receipts/scanned copies will be accepted in this regard. Bidder shor"rld ensure that the EMD
instrument reaches the O/o The Superintending Archaeologist, Archaeological Survey of
India, Hyderabad Circle, Kendriya Sadan,IInd Block, IIIrd Floor, Sultan Bazaar, Koti,
Hyderabado Telangana - 500001 well before the time given in the critical date section.
3. The technical bid and flnancial bid documents are uploaded in the lllJps://gent.sov.in.
Detailed instructions are provided at the end of this document in this regard. The bidder
should fill in all details and upload the supporting documents as requested in the technical bid
section.

B. Process of opening and evaluation of bids

4. The technical bids of those bidders who have submitted the EMD instrnment in original will
only be opened by the officers assigned to open the bids.
5. The opened technical bids will be evaluated by a duly constituted Technical Evaluation
Committee. The committee will evaluate the documents provided in support of eligibility
criteria. Therefore, the bidders are advised to provide all supportive documents as given
above. The bidder may also upload more documents in support of their eligibility. The
decision of the Technical Committee is final,
6. After evaluation of the technical bids, the report of the Technical Committee willbe uploaded
in the portal.
7. The financial bids of eligible bidders will be opened thereafter after three official working
days for opening of the financial bid. This is tentative. The exact date and tirne will be
informed in the uploaded Technical Committee Report.
8. In case of tie in lowest rate, the contractor/ Firm/ Agency who has completed more work
order in last 7 years for same line of work in Government offices/ Government organization
shall be declared Ll. Copies of Order and conrpletion certificate from employer shall be
provided along with Technical Bid.
9. The work shall be awarded to the Ll bidder. The Ll of the financial bid will be
recommended by the Superintending Archaeologist, ASI, Hyderabad Circle to the DC, ASI,
New Delhi for approval.
10. The bidder or their authorised representative may choose to be present during the opening of
the technical bid and financial bid.

C. Issue of Work Order and deployment of manpower

11. After the approval of Ll by the Competent Authority / DG, ASI, New Delhi the Ll will be
issued the Work Order for the deployment of manpower.

lel
(j'

12. The su b panyiFirm/Agency) shall be given fourteen


calendar eposit in the form of DD/FDR
endorsed , Hyderabad Circle along with
acceptanc ele of time will be giver-r in this
regard.
13. If the contractingcornpany/Firnr/Agency did not submit the Performance Security/Security
Deposit FDR/DD within the stipulated date or failed to provide the acceptance letter, the
work order issued will be cancelled and the EMD DD will be forfeited.
14. The contracting company/FirmiAgency shall complete the deployment of manpower within
one month of acceptance of work order or as and when instructed by ASI Officials.
15. A11 such deployed persons will obey the instructions of designated officials of the Hyderabad
Circle and execute the work given to them with obedience and goodwill. The contracting
company/Firm/Agency shall ensure good work culture among the deployed manpower. Any
wilful insubordination by the deployed manpower will be heated as breach of contract and
liable for appropriate action including financial penalty, removal of such manpower or even
termination of contract.
16. Strictly no manpower is allowed to stay within the Centrally protected monument of ASI
after the working hours.

D. Proccdure fbr payment of deployed persons

17. The attendance of deployed persons will be maintained by Aadhar-Enabled Biometric


Attendancc System (AEBAS), wherever possible. However, an attendance sheet also will be
nTaintained by the designated officer/stafflauthorised person at the site.
18. The fllled attendance sheet will be countersigned by the bidder or his representative. On this
basis a bill will be prepared by the successftil bidder indicating the wages calculated on the
basis of days present on duty, ESI, EPF of the manpower deployed.
19. On the basis of bill, contracting cornpany/Firm/Agency shall pay the wages, ESI and EPF to
each employee before 1Otl'of every month.
20. After transferring the rnonthly wages or as applicable, EPF and ESI to the deployed
manpower ancl appropriate authorities, contracting company/ Firmi Agency shall submit the
bill including the service charges and GST to the paid amount to the Superintending
Archaeologist, ASI, Hyderabad Circle with pay bill, EPF and ESI Details, proof of online
remittance of wages into the account of the individuals and credit of ESI and EPF.
21. The submitted bills will be processed at the O/o The Superintending Archaeologist, ASI,
Hyderabad Circle and payment will be made to the contracting company/Firm/Agency within
reasonable tinic. All statutory TDS deductions like IT, GST will be deducted on the bill
amount as per applicable rates.
22.The vendor has to pay the wages to the manpower by 10th of every month / or as applicable
positively irrespective of the fund released by Hyderabad circle during the period of contract
from his own resources in case of delay in payment due to otherwise unavoidable
circumstances. Besides the Vendor wili also be responsible for timely payment to the
statutory authorities and compliance of all statutory provisions relating to minimum
wages/specified contract amount etc. in respect of the person deployed by it under Hyderabad

20lP*ur:
,s,frlin
i0i
ta:
rnl
{.rcinr!r'rI
..:.. ...

Circle. The Agency has to submit copy of l) bank statement showing of salary :

in the account of the Manpower, 2) receipt of EPF and ESI deposite


authorities. The same has to be submitted to the ollice every month by I
payment for making this office initiate process for releasing the payment.
, ',i.:r l .

23.In case of revision in minimum wages by the Central Government i State of


Telangana during the validity of work order, the contracting company/Firm/Agency will pay
the increased minimum wages immediately after informing the Superintending
Archaeologist, ASI, Hyderabad Circle. In case of delay, separate arrear bills shall be paid by
the contracting company/Finn/Agency and the bidder will be paid the amount by the
Superintending Archaeologist, ASI, Hyderabad Circle subsequently. All statutory TDS
deductions like IT, GST will be deducted on the bill arnount as per applicable rates.
24. Lll payments by the contracting company/Firm/Agency to the deployed manpower and
to the contracting company/Firm/Agency by the Superintending Archaeologist, ASI,
Hyderabad Circle will be done through online transactions modes like NEFT/RTGS.
The contracting company/Firm/Agency shall submit necessary bank details fbr bill payment
at the time of entering into conffact.
25. The claims in bills regarding Employees State Insurance, Provident Fund, bank statement
showing the disbursement of salary, etc. shall be necessarily accompanied with the
documentary proof pertaining to the concerned month bill. A requisite porlion of the
bill/whole of the bill amount will be held up till such proof is fumished, at the discretion of
the oflice.

E. Period of bid / termination of work order

26.The contract shall be valid initially fbr a pcriod of-as mentioned in the Work Order or as
applicable fiom thc date of acceptance of rvork orcler.

27.The entire work order may be curtailed/terminated at any time befbre the normal tenure
owing to deficiency in service or substandard quality of manpower deployed by the selected
Company/Firm/Agency or due to other administrative or tinancial reasons or tbr any other
reasons which need not be disclosed to the successful bidder fiom the side of Hyderabad
Circle, Archaeological Survey of India. In such event, either party can terminate the
contract at any time by giving two months prior notice in writing.

F. General terms and conditions

28. The deployed manpower may be the employee / contractnal


employee of the contracting
company/Firm/Agency firm but they cannot be considered as employee of Archaeological
Survey oflndia.
29.The contracting company/Finn/Agency shall be liable fbr any issues arising in rclation to
EPF, ESI and shall dealwith it taking responsibility of the relatecl prooeclures.
30. No deposits or other monetary considerations or placement charges from the deployed
manpower shall be collected by the contracting company/Firm/Agency. lf any
complaints are received by the Superintending Archaeologist, ASI, Hyderabad Circle or

2tl
'1.
IFI
-:i

other higher of{icials, will be duly investigated by an officer nominated by the


c.i
?:i

Archaeologist, ASI, Hyderabad Circle. The decision of the


Archaeologist, ASI, Hyderabad Circle is final in this regard and the
successful bidder should abide by it.

31. The contracting Company/firm/Agency shall not be allowed to transfer, assign, pledge or sub
contract its right and liabilities under this contract.
32.The tender will be bound by the details furnished by him/her to this Department, while
subrnitting the tender or at any subsequent stage, in case, any document furnished by him /her
is found to be false at any stage, it would be deemed to be a breach of terms of Contract
making him/her liable for legal action besides termination of contract immediately as below.
33. The contracting agency shall ensure that the individual manpower deployed is physically fit
to discharge duties as mentioned above in Tender Notice / scope of works.
34. The contracting Company/ Firm/ Agency shall furnish the following documents.
a) List of persons deployed,
b) Bio-data of the persons in a prescribed format which may include details of their
educational details, Aadhar card or any other valid id proof, bank account
passbook liont page (to which wages will be credited), email id, mobile number
etc.
c) Character certificate from two Group "A"/Class-1 officers of the Central/State
Government.
d)Certification of verification of antecedents of persons by local police authority.
e)An identity card with photograph
35. In case the persons employed by the contracting company/ Firm/ Agency commits any act
Omission/ commission which anrounts to misconduct/ indiscipline/ incompetence, the
successful Company/ Firm/ Agency will be liable to take appropriate disciplinary/ legal
action against such persons, including their removal from site of work, if required by the
Department.
36. The contracting company/Firm/Agency shall replace immediately any of its personnel who
are found unacceptable to Hyderabad Circle, Archaeological Survey of India because of
security risks, incompetence, conflict of interest, improper conduct etc, on instructions of this
Departmcnt
37. The contracting company/Firm/Agency shall immediately provide a substitute in the event of
any person absenting tiom duty on any day or leaving thejob due to personal reasons.
38. it will be the responsibility of the contracting company/Firm/Agency to meet
accommodation, transportation, food, medical and any other requirements in respect of the
persons deployed by it (agency).
39. The contracting company/Firm/Agency shall be solely responsible for the redressal of
grievances/resolution of disputes relating to person deployed. Hyderabad Circle,
Archaeological Survey of India shall not be responsible for any damages, losses, claims,
financial or injury to any other person deployed by service providing agency in the course of
their perforrning the functions/duties, or for payment towards any compensation.

))t
r-;-.-
rnl
40. For all intents and purpose the servic. O-r"t* agency shall be the '
meaning of different Manpower Legislations in respect of the
deployed in this office. The persons deployed by the contractor in the
claims of Master and Servant relationship nor have any principal and
or against the Competent Authority.
41.In case of termination of this contract on its expiry or otherwise, the persons c

service providing agency will not be entitled to and will have no claitn for any absorption nor
for any relaxation for absorption in the regular/any other capacity in Archaeological Survey
of India.
42.The contracting company/Firm/Agency shall not indulge in malpractices like charging of
registration or consultation fee from the manpower deployed in ASI under the contract. Any
such malpractices shall render the contracting Company / Firm / Agency liable fbr
termination of contract.
43. The contracting company /Firm/Agency shall not be allowed to transfcr/ Assign pledge or
subcontract its rights and liabilities under the contract to any other agency without prior
written consent of ASL The circumstances for change will be subniitted in writing to ASI for
approval in first.

G. Legal

a) The contracting company /Firrn/Agency shall pay the minimum rate of wages specified in the
BOQ or any subsequent revisions.
b) The contracting company /Firm/Agency shall be responsible for timely payment to the
supplied manpower as per the agreement and statutory authorities and compliance of all
statutory provisions relating to Minimum Wages, Provident Fund and Employees State
Insurance etc. in respect of the persons deployed by them in this office.
c) The contracting company /Firm/Agency shall also be liable for depositing all taxes, levies,
Cess etc. on account of service rendered by him to the office to the concerned tax collection
authorities from time to time as per extant mles and regulations on the matter.
d) The contracting company /Firm/Agency shall maintain all statutory registers under the
applicable law. The agency shall produce the same, on demand, to the concerned authority of
this office or any other authority under law. A compliance certificate in this regard will be
submitted along with the bills evety month
e) The Tax Deduction at Source (TDS) shall be deducted as per the provisions of the lncome
Tax Department, and GST applicable as amended liom time to time and a certiticate to this
effect shall be provided to the agency by this Departrnent,
0 In case, the contracting company /Firm/Agency fails to comply with any statutory/taxation
liability under appropriate law, and as a result thereof the office is put to any loss/obligation,
monitory or otherwise, the office will be entitled to get itself reimbursed out of the
outstanding bills or the Security deposit cum Performance guarantee of the agency, to the
extent of the loss or obligation in monetary terms.
g) The contracting company/Firm/Agency shall keep Archaeological Survey of India, all its
offices and officials/staff indemnified against claims, if any, of the workmen and all costs and
expenses as may be incurred by the Archaeological Survey of lndia, all its offices and
officials/staffin connection with any claim that may be made by any workmen.

231
,tli\
rffi
The Contractor shall keep the employer. its servants or agents indemnified
against claims,
acttons or proceedings brought or instituted against the employer,
its servants or agents by
any of contractors' employees or any other third party in connection with,
relating to or
arising out of the performance of the services under the agreement.
Vendor willi'be iesponsible for ti rnely payment to the supplied manpower
and statutory
authoriti6i and compliance of all statutory provisions relating to minimum
wages/ specified
contract amount etc. in respect of the person deployed by it in the ASI. The
agency has to
submit copy of deposit of EpF/ESI with concerned authority every month
as an evidence of
payment in accounts of person deployed.
j) EPF/ESI contributions paid to the contractor labonrs worked for the awarded
work will be
reimbursed as per the rrorms of CPWD GCC contract labour regulations
on actual basis, and
on submission of requisite documents along with bill (paid remittance and
annexure I to xx of
CPWD contract labour regulations)
k) The tendcring agency shall also be liable fbr depositing all taxes, levies,
cess etc. on amount
of service rendered by it to the ASI to the concerned tax collection authorities from
time to
time as per extent rules and regulations on the matter.
l) The provision of The lnformation Technology Act (lT Act) as amended
from time to time
will be applicable to the vendor and the assigned employees to ASL

H. Termination and penalties


a) This agreement may be terminated by either partly or fully by giving three
months, notice in
writing of the intention to terminate without speciffing any reason(s) for termination.
On
tetmination of the contract, the contractor shall take steps to withdraw all
employees in a
smooth and orderly manner.
b) In case the contracting Company/Firm/Agency is asked to provide a substitute and it fails to
do so within 3(three) days, then a penalty equal to lOo/o or the daily remuneration
of the
worker will be irnposed on the agency, besides deduction of daily rernuneration.
c) The contracting cornpany/Firm/Agency shall not inclulge in malpractices like charging of
registratiorr or consttltation fee from the manpower deployed in ASI
under the contract. Any
such malpractices shall render the contracting Company/FirmiAgency liable
for termination
of contract after due process of enquiry as mentioned above.
d) The tender will be bound by the details fumished to the ASI while submitting the tender or at
subsequent stage. In case any of such documents furnished is found to
be false at any stage, it
would be deerned to be a breach of terms of Contract, making it liable for legal
action besides
termination of contract and forfeiture of Performance security. The decision
of ASI is final in
the matter.

I. FORCE ]\,IAJEURE

Force majeure clause will mean and be limited to the following in the execution
of the
contract/purchase order placed by ASI:

"if'at any time, during the continuance oJ'this contract, the perjbrmance in whole or
in part by eilher party of any obligation under this contract shall be prevented or delayed by

24 l i) rr r:'.:
a-.-:
rnl
$:raliwm

reason of any war, hostility, acts of public enemy, civil commoti,


explos io ns, epidemics, quarantine res trictio ns, s trikes, lockouts Gocl (here in
referred to events) provided, notice oJ-happening oJ'aryt 3uslt 'by either PlrtY
sholl be reeson of such event be entitled to terminate this either pqiq)
have any claim damages against the order in respect of such
for
in performance, and deliveries under the contract shall be resumed as e

after such events hqs come to an end or ceased to exist, and the decision ctl the DG ASI as to
whether the deliveries have been so resumed or nctt, shall beJinal and conclusive, provided
further that if the perJbrmance in whole or part or en), obligation under this contract is
prevented or delayed by reason of any such event for a period exceeding 30 days, either
party may at its option terminate the contract ".

J. Arbitration

ASI and the selected vendor shall make every effbrt to resolve amicably by direct
negotiation, any disagreement or dispute arising between them under or in connection with
the work order, if any dispute arises between parties on aspects not covered by this
agreement, or the construction or operation thereof, or the right, duties or liabilities under
these expect as to any matters the decision of which is specially provided for by the general
or the special conditions, such dispute shall be referred to the arbitrator as appointed by the
DG ASI and the award of the arbitration, as the case may be, shall be final and binding on
both the parties. The arbitrator with the consent o1'parties may rnodify the time frame for
making and publishing the awards. Such arbitration shall be governed in all respects by the
provision of the Indian Arbitration Act, 1996 or later and the rules there under and any
statutory modification or re-enaetment, thereof. The arbitration proceeding shall be held in
New Delhi, India and the language of arbitration shall be English.

K. Applicable law
The work order be governed by the laws and procedures established by the Govt.
will
of India, within the framework of applicable legislation and enactment made from time to
time concerning such commercial dealings / processing,

?5
'"
I
I
i,.,
ffi
APPLICAI-ION I, OR 1-ENDER

Contractor / Firm / Agency


1
of registration)
i!.
Proprietor/ Director of Company/ Firm/Agency:

3. Full Address of Rcgd. Offlce:

Telephone No:
Fax No. :

E-mail Address

4. Full Adclress ol'Operating Branch:

Telephone No:
Fax No. :

E-mail Address:

5. (a) Banker Of Contractor / Firm/ Agency


(Full Address)
(Attach certified Copy of statement of
A/C for the last three Years)
(b)Telephone Number of Banker

6. PAN/ GIR No.


(Attach attested copy)

7. Service Tax Registration No. / GST Registration,


if any (Attach attested copy)

8. E.P.F. Registration Number,


if any (Attach attested copy)

9. E.S.I.C. Registration Number,


if any (Attach attested copy)

l0 Financial tttrnover of the tendering Contractor/ Finn/ Agency for the last three Financial
Years with documentary proof thereof. (Attach separate sheet if space provided is
insuflicient):

261
.-;-
IEI
., ' :,.,1,'-
i r: -

Financial Annual Turn Over Remarks,

il)i ,
Year Amount (Rs. Lakhs) * ij
;r:,'r
., '
,

r L.r,i,r,:.!l,
J

2020-21

2021-22

2022-23

1 l. Give details of the major similar contracts handled by the tendering Company/ Firm/
Agency During the Last three/four financial years in the fbllowing format:

Sl. Details of clientalong Amount value of Duration of-Contract

No address, telephone and Contract FROM TO

FAX numbers (Rs. in Lakhs)

3.

(If the space provided is insufficient, a Separate sheet may be attached)

12. Additional information, if any


(Attach separate sheet, if required)

Signature of authorized pcrson

Date: Name:

Place: Seal:

2tl
la_

rnl
DECLARATION

I, Son / Daughter of Sri _signatory of the


agency/ mentioned above, is competent to sign this declaration and execute this
tcnder docuntent.

2. I have carefully read and understood all the terms and conditions of the tender and
undertakc to abide by them.

3 My agerrcy has not been blacklisted/ debarred from participating irr tender of any
Ministry/ Department of Government of India and Government of India undertaking in
the last Three (3) Years as on date of opening of this Tender.

4 The Information/documents furnished along with the above application are true and
authentic to the best of my knowledge and belief.

5 I/we are well awarc of the fact that furnishing of any false informationl fabricated
document would lead to rejection of my tender at any stage besides liabilities towards
prosecution under appropriate law.

6. I/We are cornpliant to Public Procurement (Preference to Make in India) Order dated 15th
June 2017 and subsequent amendments dated l6tl' September 2020 as relevant.

7 I/IVe are compliant to the provision of Rule 144 (xi) of GFR,20l7.

Signature of the authorized person(s)

Datc: Full Name:

Place: Seal:

28 1'
z-;--
rnl
APPLICATION TECHNICAL BID

"Annual repairs and Maintenance to CharMinar, Hyderabad - 2023 t<itteo


Manpower"

Name of the Contractor/ Company i Firm/ Agency:

sl. Eligibility Condition Copies of Relevant I)ocument Enclose Page No.


No. Required d of Bid
Yes / Docume
No nt
The Company / Firm / Agency
should be registered with the
appropriate registration authority.
I
(It may be registered with Copy of valid Registration
CPWD/PWD of State Govt. I Certificate
Railways / MES / Board recognised
/
by State Govt. Registered under
Companies Act, 2013 etc.)
The Company i Firm / Agency Copy of GST Registration
should be registered with GST Certificate with GST returns tbr
2
Department. tlre montlr of March 2023, April
2023 andMay 2023
PAN Card in the name of the Copy of PAN CARD in the name
Company/Firm/Agency. of Firm / self-proprietorship etc.,
3 else duly notarized affidavit
confirming ownership / self-
proprietorship to be provided for
Income Tax Retum for the Iast three
Assessment yoars. {i.e. F.Y. 2020-
4 2t (A.Y. 2021-22), F.Y. 2o2l-22 Copies of ITRs
(A.Y. 2022-23), F.Y. 2022-23 (A.Y.
2023-24)l
The Company / Firm / Agency Copy of valid Registration
5 should be registered with labour
Ccrtiflcate / Number
department with proper validity.
Copy of' Registration Certiflcates
The Company / Firm / Agency
6 and ECRs for the month of March
should be registered with EPF I
2023, Apnl2023 andMay 2023
ESIC.
Turnover Criteria
(The Average Annual Turnover
during the last three years ending
31st March of the previous financial Signed Certificate from Statutory
years should be at least 30% of the Auditor
7
estimated cost) (Membership ID & UDI number
(fly 2022-23, 2021-22 & 2020-2r, should be mentioned)
incase Turnover is not filed for the
year 2022-23 then 2019-20 may be
considered)

2el
.-:,1i,-.
ffi
I
',i
ni",, DD / Banker's Cheque from a
nationalized Bank only or
I 'il.: '
EMD
appropriate Exemption
Certificates if any.
.Experi enceC rite ria :
:rne'.cqmpany Firrn / Agcncy / Copy of Work orders and
'Confitctor
should havc cxpcricnce matching
of having successfully completed Conrpletion certificates
(similar works)x during last 7 years (from ASI / Governments
(From the years April 2016 to Departments / PSU's)
March 2023) ending last day of
9 month previous to the one in which
bids are invited and should fulfil
either of the following:

Three (similar completed works)*


costing not less than the amolrnt
equal to 40 %o of the estimated cost.
Or
Two (similar completed works)*
9.a costing not less than the amount
eqtral to 50 o/, of the estimated cost.
Or
One (similar completed work)*
9.b costing not less than the amount
equal to 80 % of the estimated cost.

(Note:'I'he Company/Firnr/Agency
9.c has to ensure that both Work
Order and matching Completion
Certilicate is attached
consecutively.
Only Work Order or only
Completion Certificate will not be
considered)
l0 a) Tender Acceptance Letter Signed Copies of Tender
b) Declaration Acceptance Letter, Declaration
c) Request lbr proposal and RFP
lt The Branch Office of the manpower
The agency should have an office
Company / Firm i Agency sliall be
i branch office in Hyderabad
located.

Date: Signature of the authorized person


Place: Full Name:

30 I
r-:--
rffir,1,,i,,1,,.,
",

EVALUATION CRITERIA '.1 11'

L The bids of the bidder who full fills above required qualification / ex under
Eligibility Requirement / Condition of the tender will be opened on 06/07
2.The bidder who quotes lowest rate for tlnancial bid will be declared Ll '
.{
I
T,15,30 hrs. I

3. In case of tie in lowest rate, the Company / contractor / Firm / Agency who
work order in last 7 f-rnancial years fbr samc line <lf work in Government
organization / PSU's shall be declared Ll. Copies of Order and completion tiom
employer shall be provided along with Technical Bid.
4. The work shall be awarded to the Ll bidder.

Notes:

1. ln cases where the bidder has submitted "NIL EXPERIENCE IN THE LINE" the bid shall be
treated as uffesponsive and will not be considered in terms of the provisions of Ministry of
Finance, Department of Expendirure OM NO. 29(1y2014-PPD ctated 28'h January,2014.
2. The payment shall be made on satisfactory certificate given by the site engineer and check
measured by the Officer of Archaeological Survey of lndia, Hyderabad Circle.

Amount in Rs.
sl. Unskilled labour
Component of Rate
No (Area- A)
Supply of unskilled labor to attend the casual nature o1'
works like cleaning and maintenance of the Monument, in
and around the monument, Sweeping the arca, watoh and
ward, Maintaining the monument in neat and tidy condition
etc and attending any other work as per the direction of site
in charge
i. Daily Wage Rate including existing Dearness Allowance
(in accordance with minimum Wage Act, 1948) tbr
Manpower (Unskilled) for one person firr one day
u. Employees Provident Fund@I3% of (i)
above (if
applicable)
ll1 Employees State [email protected] % of (i) above (if
applicable)
IV Total i+ii+i ii ofabove
GST @18 % of iv above or as applicable
vl. Total of (iv) & (v) above (per day)
vll Total rate per person per day same as vi
vlll Total Rate for 6 U lled (A, Area) person for one month
i.e. 26 days

3l I
i ;',r
.f; ^

IEI
-.Ei

c)
,i,,,: rBxoBn accBpraNcn LnrrBn
(To be given on Company letter Head)
-,L

Date:

Sub: Acceptance of terms & conditions of Tender


Tender Reference no.

Name of the Tender/ Work:-

Dear Sir,

1' I/IVe have download / obtained the tender document(s) for the above mentioned .Tender/work,
from the web site(s) namely:

as per your adverti senrellt, given in the above mentioned websitelsj.

I /We hereby cortify that I / we have read the entire terms and conditions
?
from p^age No.--
of the tender documents
to (including all documents like annexure(s), schedule(s), etc.,), which form
part of the contract agreement and I/we shall abide hereby the terms
/ conditions / clauses contained
therein.
-
3' The corrigendum (s) issue<l from tirne to time by your department
I organization to have also been
taken into considcration, while submitting this acceptar.. l.tt...

4' I/We do hereby declare that our firm has not been blacklisted/ debarred by
any Gort.
DepartmenVPublic sector undertaking.

IAVe certify that all infotmation fumished by our Firm is true & correct
:inftrrmation is
and in the event that the
found to be incorrect/untrue or founi violated, then your department/
Organization shall
without giving any notice or reason therefore or summarily rejeci the bi;
or terminate the contract,
without prejudice to any other rights or remedy including the forfeiture of the
full said earnest money
deposit absolutely.

Yours Faithfully

(Signature of the Bidder, with Official Seal)

321 "

You might also like