<<

OPEN TENDER NOTICE

FOR EXECUTION OF WORK*MW (CONSERVATION) TO REPAIRTNG AND STRENGTHENING OF STAIRCASE AT EAST WING OF CURRENCY BUILDING, KOLKAT A, 2020-21"

Tender No.0512021-22

REFERENCE NO. F.NO: T-15/8/Apr12116642742/CON - 3 63. d",10 MAY2021

qiq*E aft

GOVERNMENT OF MINISTRY OF CULTURE ARCHAEOLOGICAL SURVEY OF INDIA CIRCLE /l \, ffir\'u'1 gWchleologist t %) Su perintendin ol lndia ll"n..orogical SurveY Kolkata Circle Kolkata Section-1 Table - A: Time and Work Frame

FOR EXECUTION OF WORK - 6'MW (Conservation) to Repairing and Strengthening of Staircase at East Wing of Currency Building, Kolkata,2020-21-"

Manual bids shall not be accepted

CRITICAL DATE SHEET

1 Date of issue of Tender 10.05.2021 at I 8.00 Hrs.

1 Bid Document Download/Sale Start Date 10.05.2021 from 1 8.15 Hrs.

J. Date of Pre Bid Conference For clarifying N.A. issues and doubts, if any, about specification of material and services projected in Bid document. 4. Start date for submission of filled-in tender 10.05.2021 from 18.20 Hrs. document. 5. Bid Submission End Date 31.05. 2021 up to 1 1.00 Hrs.

6. Date of opening of Technical/Financial bid 01.06.2021 at 1 l.30.Hrs.

7. Date of meeting with Bidders post N.A Technical Bid opening for presentation and Document Verification 8. Validity of Bid 180 Days. &{*' 5u perintendi[Rrc'naeotogist $l lrchaeological Survey of lndia Kolkata Circle Kolkata Dear Sir, l. The Archaeological Survey of India invites online Bids in the prescribed form under the Two Bid system i.e. Technical Bid and Financial Bid for the Execution of work:- MW (Conservation) to Repairing and Strengthening of Staircase at East Wing of Currency Building, Kolkata, 2020-21. 2. The system of e-tendering shall be adopted, comprising of Technical Bid and the Financial Bid. Document Download: Tender documents may be downloaded from CPPP site https://eprocure.gov.in/eprocure/app and www.asikolkata.in as per the schedule as given in CRITICAL DATE SHEET. Technical Bid should, inter alia, contain all technical details of services and solutions to be provided along with such documentary proofs. Financial Bid should, inter alia, indicate item-wise price and other commercial/financial terms against the items mentioned in the Technical Bid.

Bid Submission: Applicants/intending or interested Bidders are invited to submit their proposal after carefully reading the Request for Proposal (RFP) by providing (a) Technical Bid, and (b) Financial Bid, separately. Such proposals are to be submitted within the stipulated date and time as mentioned in the Bid document as given in CRITICAL DATE SHEET. Bids shall be submitted online only at CPPP website: https://eprocure.sov.in/eprocure/app Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

4. Earnest Money Deposit:

The Hard Copy of original instruments in respect of cost of earnest money must be delivered to the Superintending Archaeologist, Archaeological Survey of India, Kolkata Circle before the date of Bid opening as mentioned in critical date sheet. Tenderer shall likely to be liable for legal action for non- submission of original payment instrument like DD etc. against the submitted Bid. The offer without EMD will be rejected summarily. EMD is to be supplied by all the bidders except those who are registered with Central Purchase Organization, National Small Industries Corporation (NSIC) or Ministry of Culture.

5. The EMD be submitted separately as under:

1. Tender inviting authority in the Superintendins Archaeolosist (Vc) . Archaeolosical Survey of India. Kolkata Circle. Kolkata. 2. Time period for the worldsupply shall be 180 davs from the issue of the work order.

6. Estimated Cost of Tender: Rs.46.42297l- (Rupees Forty six lakhs fortv two thousand two hundred & ninetv seven onM

Address for communication, are as given below:- Contact Details: Contact Person 1. Dr. Shubha Majumder. Superintending Archaeologist (l/c). 2. Shri Arnab Das. Assistant Superintendi Address for communication Office of the Superintending Archaeologist, Archaeological Survey of India, Kolkata Circle, C.G.O. Complex, 4th Floor, Block - DF, Sector- I, Salt Lake City, Kolkata-700064.

'\"\

su peri nte n din g Nhaeo lo gist Uc) Archaeological SurveY of lndia (clknta r11i1s (slkaia SCOPE OF WORI( AND GENERAL INSTRUCTIONS FOR TENDERERS

Online Open E-Tender on behalf of the President of India, are invited under Two Bid Svster.n i.e. Technical Bid and Financial Bid from reputed, experienced and financially sound Golt. contractors/suppliers/Firms/Agencies who have past experience in conservation works of Ancient Archaeologicil Monuments/ sites as per criteria mentioned below for execution of the work for "Ilvf\ry (Conservation) to Repairing and Strengthening of Staircase at East Wing of Currency Building, Kolkata' 2020-21'.

l. The tendering Contractors/ Firms/Agencies are required to enclose photocopies of the following documents along with the Technical Bid, failing which their bids shall be summarily/ out-rightly rejected and will not be considered any further:-

(a) Copies of the valid Registration Certificate of the Contractors/Firms/Agencies. (b) Copy of PAN card of the Contractors/Firms/Agencies. (c) Copy of [T return along with Proof of Annual Financial tumover during the last three Financial years ending 31't March of the previous financial year (As per Annexure-f). (d) Copies of the GST registration certificate along with GST clearance certificate of last month. (e) Declaration regarding black listing as per format attached in the letter head of C ontractors/F irms/Agenc i es. (f1 Copies of Experience certificates of having successfully completed conservation works in Ancient Archaeological Monuments/ sites as per Annexure-I (g) Tender Acceptance Letter as per format attached in the letter head of Contractors/Firms/Agencies. (h) Copies of Labour Registration certificate along with EPF an ESI registration certificate of the C ontractors/F irms/Agenc ies.

2. The rate for complete work should be quoted in figures and words including GST and all taxes/other charges as applicable.

3. The Contractors/Suppliersffirms/Agencies will be permitted to attend at the time of tender opening.

4. If the date of opening of the tender happens to be a holiday, the tender will be opened on the next working day.

5. The right of acceptance of a tender will with the Superintending Archaeologist, Archaeological Survey of India, Kolkata Circle who does not bind himself/herself to accept the lower tender and reserves to himself/herself the authority to reject any or all the tenders without assigning any reason. All tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected.

6. Contractor may visit the working site prior to rate tendering .

7. The work to be executed and deduction of voids will be as per CPWD specifications, IS code and as per Archaeological Survey of India specification.

8. Water arrangement/ScaffoldinglT&P articles will be managed by the contractor.

9. The quantity/item of work can be increased/ decreased as per site requirements.

10. Before execution of work contractor must sign the agreement in this office.

1 l. The materials pertaining to this work should be checked by the competent officer. 12. Security Deposit - l0% of 1't 1,00,000/- 7.5%o of 2"d 1,00,000/- 5Yo of remaining balance amount of tender cost.

13. The ASI reserves the right to amend or withdraw any of the terms and conditions containea ln tfl. ),,^ Tender Documents or to reject any or all tenders without giving any notice or assigning anV reaso$fp\S C/6'l Superintending Archaeorogist \ lndia Archaeologicat SurveY of r^l!11, Circle KOlkata The decision of the Superintending Archaeologist, Archaeological Survey of India, Kolkata Circle, Kolkata in this regard shall be final and binding on all parties in all circumstances.

14. Conditional bids shall not be considered and will be out rightly rejected in the very first instance. 15. Contractor will be responsible for timely payment to the supplier/labour and statutory authorities and compliance of all statutory provisions relating to minimum wages/specified contract amount etc. in respect of the person deployed by him in the work. 16. The Contractor shall also be liable for depositing all tax, levies, cess etc on amount of work done/ supply of materials/ service rendered by him to the ASI to the concerned tax collection authorities from time to time as per extant rules and regulations on the matter.. 17. Whenever the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rate quoted by the contractor will be taken as correct and not the amount. 18. The total cost quoted by the bidders shall be worked out for deciding the lowest bidder for acceptance oftender. 19. The rate quoted should include all taxes etc. ASI will not entertain any claim whatsoever in this regard. 20. In case contractor's signature on tender is fixed in an Indian Language, the ratel amount/ percentage above or below should also be written in the same language. In the case of illiterate contractors the rates/percentage should be attested by a witness. 21. The discretion of acceptance of tender, will rest with the Circle/Branch Officer/Regional Director/Director General, A.S.I who does not bind himself to accept the lowest tender and reserve to himself the authority to reject any or all of the tenders received, without the assigning any reason. Any tender, in which any of the prescribed conditions are not fulfilled or are incomplete in any respect is liable to be rejected. 22. The contractor shall not be permitted to tender for works in the Archaeological Survey of India, Circle/Branch Office (Responsible for award and execution of contracts) in which his near relative is posted as an officer in any capacity. 23. No. Engineer of Gazatted rank or other Gazatted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of two years of his retirement from Government service, without the prior permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor's service. 24. The tender of the work shall not be witnessed by a contractor or contractors who himself/themselves/has/have tendered or who may tender for the same work. 25. The successful contracting Company/Firm/Agency shall not be allowed to transfer, assign, pledge or sub contract its right and liabilities under this contract.

EVALUTION CRITERIA: l. The bidder who fulfils Technical Eligibility Requirement mentioned under Technical Eligibility Requirement shall be declared technically qualified and financialbid in respect of only technically qualified bidder shall be opened. 2. The bidder who quotes lowest rates for the work in financial bid will be declared Ll. 3. In case of tie in lowest rate, the Contractors/SupplierslFirms/Agencies who have completed more work orders in last 3 years shall be declared Ll. Copies of Work Order and completion certificate from employer shall be provided along with Technical 4. The work shall be awarded to Ll bidder.

Superintending t (tlc) Archaeological Survey of India, Kolkata Circle For and on behalf of the President of India logisl I y0) Su perintending Archaeo Archac'ological SurveY of India Kalkata Circle Kcikata Annexure I.

A. Technical Eligibility Requirement (Turnover and Experience) for the TenderinE Company/Firm/Agencv

Turnover: The Average Annual Financial tumover during the last three years ending 3ltt March of the previous financial year should be at least 30% of the estimated b. Exnerience: Experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which bids are invited and should fulfill either of the following:- i. Three similar completed works costing not less than the amount equal to 40o/, of the estimated cost. Or ii. Two similar completed works costing not less than the amount equal to 50% of the estimated cost Or iii. One similar completed work costing not less than the amount equal to 80% of the estimated cost.

The bidding Company/Firm/Agency must submit both work orders and completion certificates as experience certificates. Only work orders or only completion certificates will not be considered. It is also mentioned that uploading of ongoing work orders will not be considered and the work orders related to completed work along with completion certificates from the concemed authorities will only be considered.

B. :Turnover and Experience Criteria for Tendering of Manpower:

il. Experience: The following must be ensured by the bidding Company/Firm/Agency while tendering for supply of Manpower:

The Company/Firm/Agency should have at least three years experience in providing manpower to reputed Public Sector Companies/Banks and Government Department on the last date of submission of bid (Copy of work order along with Completion Certificate required to to produced by the bidder while submitting bid documents.) 11. Out of the above three years' experience, at least one year experience is essential in Central Ministries/Govemment Offices /Government Organizations on the last date of submission of bid (Copy or work order along with Completion Certificate required to be produced by the bidder while submitting bid documents.)

b. Turnover for Manpower Tenders : The Average Annual Financial turnover during the last three years ending 3ltt March of the previous financial year, should be at least 30% of the estimated cost. .p/

tVc) lndia lrcnaeotogical S-urueY o{ Kolkata Circle Kelkata TECHNICAL ELIGIBILITY REOUIREMENT FOR THE TENDERING CONTRACTORS/ SUPPLIERS / FIRMS / AGENCIES (Technical Bid)

The tendering Contractors/Suppliers/Firms/Agencies should fulfil the following ELIGIBILITY requirement and furnish the same with self attested copies of documents with technical bid.

SI REQUIREMENT COPY OF ENCLOSED PAGE NO. No RELAVANT YES/NO. OF BID DOCUMENT DOCUMENT I Contractors/Firms/Agencies should be Copy of valid registered with the appropriate registration Registration Certifi cate. authoriW. 2 PAN card number of the Contractors/ firms/ Copy of PAN card. agencies. J Copy of IT return along with Proof of Annual Copy of IT returns along Financial tumover during the last three with certificates of financial years ending 3l't March of the annual turnover from previous financial year (As per Annexure-I). Statutory Auditor/ Authority.

4 Contractors/Firms/Agencies should be Copies of the GST registered with GST and latest GST clearance registration certificate certificates. along with GST clearance certificate of last month.

5 Declaration regarding black listing as per Declaration in enclosed format attached. format to be given in Contractor/A gencyl Firm's Letter Head. 6 Contractors/Firms/Agencies should have past Copy of the Work Order experience in conservation works of Ancient and completion Archaeological Monuments /sites as per certificate as per Annexure-I Annexure-I. 7 Tender Acceptance Letter as per fonnat Tender Acceptance attached. Letter as per format attached to be given in Contractor/A gencyl Firm's Letter Head.

8 Contractors/Firms/Agenc ies should have Copies of Labour Labour registration certificate along with EPF Registration certifi cate and ESI registration. along with EPF an ESI registration certifi cate

(Signature of the Bidder. ri,ith official Seal) .l ,,l"),p 1{,\ Superintend leolo()logist t/)( Archaeologic of lndialnd

Kolkata C kataa DECLARATION

1. I, ...... , Son/Daughter of Shd.. signatory of the agencylfrmmentioned above, is competent to sign this declaration and execute this tender document.

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

My agencylfirm has not been blacklistedidebarred from participating in tender of any Ministry/ Department of Govemment of India and Government of India undertaking in the last Three (3) years as on date of opening of this Tender. If found blacklisted within last 3 years, the bids shall be summarily/ ourrightly rejected at any stage of the Tender and will not be considered any further.

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

5. IlWe am/are well aware of the fact that furnishing of any false information/fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law.

Sisnature of Authorized person(s)

Date: Full Name:

Seal:

\*'

Superintendl$ Archaeologist ( t/c ) Archaeological SurveY of lndia t

Should this tender be accepted I/We hereby do agree to abide to by and fulfil all the terms and

provisional of the said conditions annexed hereto so far as applicable and or in default to forfeit and pay to the President of India or his successor in office the sum of money mentioned in the said conditions. A sum of Rs...... (Rupees ...... only) is herewith forwarded in Bank Demand Draft as Earnest Money. If I/we fail to coflrmence the work as specified in the above memorandum or I/we fail to deposit the amount of Security Deposit specified in the Contract of the Memorandum in accordance with the clause applicable of the said conditions of contract I/we agree that the said President or his successors in office shall without prejudice to any other right or remedy be at liberty to forfeit the Earnest Money absolutely otherwise the said Earnest Money shall be retained by him towards such security deposit . I/we further agree that the said President or his successor in office shall also be at liberty to cancel the acceptance of the tender if I/We fail to deposit security amount as aforesaid. o Give particulars & number: o Signature of Tenderer: o Address with TIN & GST No: o Signature of Witness:

o Address:

o Date:

The above tender is hereby accepted by me on behalf of the President of India.

Signature of the officer by whom tender is accepted. M(** i n c h a e o lo Sist tt/'2 S u p e ri nt e n d [\r " ^ T:;',:' :11.t; I'J :1."'' Instructions for online Bid Submission

The Bidders are required to submit soft copies of their Bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the Bidders in registering on the Cpp portal, prepare their bids in accordance with the requirements and submitting their Bids online on the CPP Portal.

More information useful for submitting online Bids on the CPP Portal may be obtained at: https ://eproc ure. gov. i n/eproc ure/app.

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL:http//eprocure.gov.inleprocure/app) by clicking on the link "Online Bidder Enrolment" on the CPP Portal which is free of charge.

2) As part of the enrolment process, the Bidders will be required to choose a unique username and assign a password for their accounts.

3) Bidders are advised to registration process. These would be used for any communication from the CPP Portal.

4) Upon enrolment, the Bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify/ NCode/ EMudhra etc.), with their Profile.

s) Only one valid DSC should be registered by a Bidder. Please note that the 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

1) There are various search options built in the CPP Portal, to facilitate Bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, where in the 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 CPP Portal.

2) Once the 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 Tender' folder. This would enable the CPP Portal to intimate the Bidders through SMS / e-mail in case there is any corrigendum issued to the tender document. 3) The Bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification lhelp from the Helpdesk.

$i61-,'" Superintendi CY') Archaeological Survey of India Kotkata Circle Kotkata PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before submitting their Bids.

2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the Bid. Please note the number of covers in which the bid document - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the Bid.

3) Bidder, in advance, should get ready the Id documents to be submitted as indicated in the tender document/ schedule and generally, they can be in PDF / XLS / RAR / DWF / JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

4) To avoid the time and effort 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, etc.) has been provided to the Bidders. Bidders can use "My Space" of "Other Important Documents" are available to them to upload such documents. These documents may be directly submitted from the "My Space" area while submitting a Bid, and need not be uploaded again and again. This will lead to a reduction in the time required for Bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that they can upload the Bid in time i.e. on or before the Bid submission time Bidder will be responsible for any delay due to other issues.

2) The Bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

3) Bidder has to select the payment option as "offline" to pay the tender fee / EMD as applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instruction specified in the tender documents. The original should be posted/couriered/given in person to the concemed official, latest by the last date of Bid submission or as specified 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 uploaded bid will be rejected.

s) Bidders are requested to note that they should necessarily submit their financial Bid in the format provided and no other format is acceptable. If the price Bid has been given as a standard BOQ format with the tender document, then the same is to be download the BOQ file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the Bidder). No other cells should save it and submit it online, without changing the filename. If the BOQ file is found to be by the Bidder, the Bid will be rejected. irld Superi lrchaeoloEical w Kolkata Circle Kolkata 6) The server time (which is displayed on the Bidders' dashboard) will be considered as the standard time for referencing the deadlines for submission of the Bids by the Bidders, opening of Bids etc. The Bidders should follow this time during Bid submission.

7) A11 the documents being submitted by the 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. Any Bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to a symmetric encryption using buyers/Bid opener's public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized Bid openers.

8) The uploaded tender documents become readable only after the tender opening by the authorized Bid openers.

e) Upon the successful and timely submission of Bids (i.e after Clicking "Freeze Bid Submission" in the portal), the portal will give a successful Bid submission message & a Bid sunmary will be displayed with the Bid no. and the date & time of submission of the Bid with all other relevant details.

10) The 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 Bid opening meetings.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. 2) Any queries relating to the process of online Bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk Number:0120- 4200462, 0120- 4001002.

Archaeological Survey of India Kolkata Circle Kolkata

-1 .l

't: TENDER ACCEPTANCE LETTER

(To be given on Contractor Letter Head) Date: To The Superintending Archaeologist Archaeological Survey of India Kolkata Circle, Kolkata

Subject: Acceptance of Terms & Conditions of Tender

Name or Work: Execution of work for "MW (Conservation) to Repairing and Strengthening of Staircase at East Wing of Currency Building, Kolkata,2020-21"

Dear Sir, 1. I/We have downloaded/ obtained the tender document(s) for the above mentioned 'Tender/Work' from the web site(s) namely:

As per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I / We have read the entire terms and conditions of the tender documents from Page No._ to _ (including all documents like annexure(s), schedule(s) etc.), which form part of the contract agreement and I I we shall abide hereby by the terms/ conditions/ clauses contained therein. a The corrigendum(s) issued from time to time by your department/ organization to have also been taken into consideration, while submitting this acceptance letter. 6. I/We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt. Ministry/Department/Public sector undertaking of Government of India within the last Three (3) years as on date of opening of this Tender. If found blacklisted within last 3 years, the bids shall be summarily/ out-rightly rejected at any stage of the Tender and will not be considered any further.

4. I/We certify that all information furnished by the our Firm is true & correct and in the event that the information is found to be incorrect/ untrue or found violated, then your department/ organization shall without giving any notice or reason therefore or summarily reject the bid 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 offrcial Seal) ,n ffi't* ntto togist(/) S u peri nte n din$" $urveY of lndta .t Arq.naeo!ogicar ( i)rx:,r.1 Circre KPlk.ata F. No. T-15 l8l Aprl2ll 66427 A2(CON Government of India Office of the Superintending Archaeologist Archaeological SurveY of India Kolkata circle, -.G.O. complex (4th floor) BIock-DF, Sector-I, Salt Lake City, Kolkata -700 064- Web Site : www.asi.nic.in / www.asikolkata.in

TENDER DOCUMENT (Financial Bid) Execution of the Work for "MW (Conservation) to Repairing and Strengthening of Staircase at East Wing of Currency Building, Kolkata, 2020-21'as per detailed below. Estimated Cost: Rs.46.42.297l- (Rupees Fortv six lakhs forty two thousand two hundred & ninety seven onlv)

READ TERilIS AND CONDITION BEFORE FILLING UP THE SCHEDULE. SIGN ON ALL PAGES. Open Tender for execution of complete work.

/ Itcm Description and specilication of items of work to be executed Spccification Units \o. Quantities to be e\ccuted

1 material at Site & Removing old Damaged Tread & Riser carefully, stacking serviceable 78 Number removins rubbish With in a lead of 50 meter. Beams and Stacking serviceable 1 2. Removing Camouflage of Staircase Carefully without damaging 90.43 m- material at site & removing rubbish within a lead of 50 meter. J Dismantling old plaster or skirting raking out joints and cleaning the surface for plaster including ) 379.51 m- disposal of rubbish to the dumping ground within 50 metres lead. 4 Dismantling steel work in single sections including dismembering and stacking within 50 metres lead in: 4.a R.S. Joists 560.14 Kg 4.b Channels, ansles, tees and flats 536.73 K.q 5 Brick work with lst class bricks in lime and surki mortar (l:2) ( 1 lime putry/paste:2surki) lime to be slaked at site and the mortar to be prepared with such lime putty and first class surki made its fineness modulus between 2 and2.5 and which passes through from kiln burnt bricks having 0.25 B.S. sieve No 8 with correspondences to I.S sieve No 200 with considerable grinding and pugging m' it complete. for door panel tread, riser, platform of staircase of required 6. Supplying first class Teak Wood & 4.94 m size & shape. Upto 65mm thick (Details Measurement copy enclose.) class Sal wood for Door flame & beam of Staircase as per required shape and 7. Suppll,ing of first 3.79 m' size upto 200 mm thick and 5.5 m length( Details Measurement copy enclose,)- (one coats) with black Japan paint of approved brand and manufacture to give an 8 Painting or more 37.5 m- even shade. 9 Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) :Treatment at points of contact of wood work by Lindane (in or kerosene based solution) 0.5 litres per chemical emulsion Chlorpyriphos/ oil @ 74.02 hole by drilling 6 mm dia holes at downward angle of 45 degree at 150 mm centre to centre and Rmt sealin.q the same. wooden beam with new wooden beam including preparing the beam with 10. Replacing old damaged 46 Number cutting. fittine & fixine cost but excluding the cost of Wood. 11 including all necessary material and preparing wood with Fixing Tread and Riser carefully 78 Number necessary cuttins. chiseline & plannins the frame. replacing damaged wood,panel & bit 12. Re-fixing the Camouflage after repairing 90.43 m- includine all other cost but excluding the cost of wood. Hand rail as per existing with repairing all damage in rail and 13. Dismantling & re-firing the 35.37 Rmt chansins damased baluster includine all but ercludins the cost of wood . repair and refitting as per existing design including 14. Taking out old side cover of flight carefully, 70.7 Rmt preparation ofpanel but excluding the cost ofwood. fixed with without connecting plate.including cutting, 15 Structural steel rvork in single section. or 600.49 Kg hoistine. fixine in oosition and applying a primins coat of approved steel primer all cornplete. ready mixed red oxide zinc chromate primer of approved brand and ) 16 Applying priming coat: With 41.99 m- manufacture on steel galvanised iron/ steel works . paint brand and manufacture to give an even shade : a t7 Painting with synthetic enamel of approved 4t.99 m- Two or more coats on new work 18. Necessary Labour for Fitting ,Fixing Door in First floor including preparation of log /Panel in require size, shape & texture. n

SuPerinte #n$f'*"ts ol lndia Archaeologic lsrrr.Y 18. a For Door frame (upto any heisht) 1.21 m'

18. b For Panel of door (upto 65 mm thick ) 20.03 m- 19 Supplyin-q, Fitting & fixing of glass (4mm) in door pannel with putty,Nail all complete. 9.51 m- 20 Sand and lime plaster (1:2) including rounding off or chamfering corners as directed and raking 379.52 m- out ioints where necessary. 21 Lime Punning 3 mm thick with stone lime & Shell Lime (l:2) upto any height including preparing 379.52 m- of Surface. 22 French spirit polishins :Two or more coats on new works including a coat of wood filler 126.42 m- 23 Wiring for circuit/ submain wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor, single core cable in surface/ recessed medium class PVC conduit as required. 23.a 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire 400 Rmt 23.b 2X2.5 sq. mm + I X2.5 sq. mm earth wire 150 Rmt 24 Supplying and fixing following modular switch/ socket on the existing modular plate & switch bor includine connections but excluding modular plate etc. as required. 24.a 5/6 amps switch 16 Number 24.b 2 way 516 A switch 8 Number 24.c 15116 A switch 8 Number 24.d 6 pin 15/16 A socket outlet 8 Number 25 Supplying and fixing following sizel modules, GI box alongwith modular base & cover plate for modular switches in recess etc. as required 25.a 4 Module (l25mmX75mm) l0 Number 25.b 6 Module (200mmX75mm) 4 Number 25.c 8 Module (l25mmXl25mm) 4 Number 25.d l2 Module (200mmXl 50mm) 2 Number 26 Supplying and fixing following way, horizontal type three pole and neutral, sheet steel, MCB distribution board,415 V, on surface/ recess, complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. (Butwithout MCB/RCCB/lsolator). 2 Number 4 way (4 + 12), Double door 27 Supplying and fixing of following ways surface/ recess mounting, vertical type, 415 V, TPN MCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 200 A tinned copper bus bar, common neutral link, earth bar, din bar for mounting MCBs (but without Number MCBs and incomer ) as required . (Note : Vertical type MCB TPDB is normally used where 3 1 phase outlets are required.) 8 way (4 + 24), Double door 28 Supplying and fixing 5 A to 32 A rating, 2401415 V, l0 kA, "C" curve, miniature circuit breaker suitable for inductive load of following poles in the existing MCB DB complete with connections, Number and commissioning etc. as required. testing 26 Sinele pole 29 Supplying and fixing following rating, four pole, 415 volts, MCB in the existing MCB DB Number complete with connections, testing and commissionin-q etc. as required. 40 amps 2 30 Providing and fixing following rating and breaking capacity and pole MCCB in existing cubicle panel board including drilling holes in cubicle panel, making connections, etc. as required. Number 1 100 Amp,36 KA, TPMCCB 3l Providine and fixins 6 SWG dia G.l. wire on surface or in recess for loop earthing as required. 300 Rmt Providing and fixing 4.00 mm dia copper wire on surface or in recess for loop earthing as 32 230 Rmt required. JJ Laying and fixing of one number PVC insulated and PVC sheathed IXLPE power cable of 1.1 KV erade of following size on wall surface as required. 3 3.a Upto 35 sq. mm (clamped with 1mm thick saddle) 70 Rmt 3 3.b Above 95 sq. mm and upto 185 sq. mm (clamped with 25l40x3mm MS flat clamp) 150 Rmt 34 Supplying and making end termination with brass compression gland and aluminium lugs for following size of PVC insulated and PVC sheathed I XLPE aluminium conductor cable of 1.1 KV srade as reouired. 34.a 4X 16 sq. mm (28mm) 2 Number 34.b 3%X35 sq. mm (32mm) 2 Number 34.c 31/2X120 sq. mm (45mm) 2 Number 35 Supplying and fixing 8 Way surface/ recess mounting, vertical type,4l5 volts, TPN MCCB distribution board of sheet steel, dust protected, duly powder painted, inclusive of 250 amps tinned copper bus bar, common neuffal link, earth bar, din bar for mounting following MCCB's, L.S. nl interconnection between incomer MCCB and bus bars with cable allay on both side, metering Whole ltem( panel including following rating MCCBs, testin.q, commissioning, complete etc as reqd. [)[( rlX,I, Ar t/.1 SuPerintending Jrrnuo"rogic':::'ff}: 250 A 3 pole MCCB-Ino 100 A 3 pole MCCB-6no armoured cable on surface for connection between various 36 Srpply",g of 4 core l6 sqmm Copper 2.5 Rmt Power DBs/Panel ilc connection testing commissioning etc as reqd. cable on surface for connection between 3l Srppl),*_s of 3.5 core 35 sqmm Copper armoured 45 Rmt various Power DBs i/c connection testing commissioning etc as Ieqd. surface for connection between 38 Srpptying of : S core 120 sqmm Copper armoured cable on 150 Rmt various Power DBs iic connection testin.q commissioning etc as reqd. 39 @andcommissioningofthefollowingfittingscompletewithall accessories etc. including connection with 1.5 sq. mm FRLS PVC insulated. copper conductor, single core cable and earthing etc. as required. on the ceiling i/c all accessories etc 39.a U to tS Wutt, surface mounted,LED downlight fittings 8 Number completed as reqd(For Passage) accessories etc completed as reqd (For 39.b Watl mounted , LED decorative fittings on wall i/c all 12 Number Stair) making working platform with the help 40 Erecting & dismantling scaffolding in two rows including 406.8 m- of wooden Planks etc. Complete. 4l nisposat of building rubbish lmalba / similar unserviceable, dismantled or waste materials by mechanical means, including loading, transporting, unloading to approved municipal dumping m' beyond 50 m initial lead, for all leads including all ground or as approved by Engineer-in-charge, 19.09 lifts involved. 42 Lime processing/mortar preparation chamber& platforms (8'X8') with cement & bricks. Plaster and a net Cement punning inside of Chamber including dismantling & removing of rubbish with Whole Item L.S. in a lead of 50 meter. potteries etc. and reception counter at entry gate as per 45 Making display units for display models, Whole Item L.S. aooroved desien and instruction of site-in-charge. various AC unit at different location of currency'buitding with servicing (if 46 Reinstallation of Split 8 Number required) of 2TR Capacity includine cleaning testing commissioning etc as required. &'t*u ( Sr: perintendin g$cnaeologist /c Archaeological SurveY of lndia Kolkata Circle Kolkata OPEN TENDER NOTICE

Online E-Tenderon behalf of the Presidentof India, are invited underTwo Bid System i.e. Technical Bid and Financial Bid from reputed, experienced and financially sound Govt. contractors/suppliers/Firms/Agencies who have past experience in conservation works of Ancient Archaeological Monuments / sites as per criteria mentioned in Annexure-I, for execution of the work "M'W (Conservation) to Repairing and Strengthening of Staircase at East Wing of Currency Building, Kolkata, 2020-21'

l. The time period for execution of the work is 180 davs from the date of issue of work order.

2. Complete Tender Document can be downloaded from the website of CPPP & of this Department (https ://eprocure. gov.in/eprocure/app and www.asikolkata.in).

J. Interested contractors/suppliers/Firms/Agencies may submit their online proposal complete in all respects within the stipulated date and time as mentioned in the Tender documents as given in CRITICAL DATE SHEET. Bids shall be submitted online only at CPPP website https ://eprocu re.gov.in/eprocure/app.

4. Two Nos of separate D.D. (Nationalized Bank) (issued after publication of NIT) as the (i) Earnest Money Deposit (EMD) Rs. 1.17.000/- (Rupees One lakh & seventeen thousand onlv.) & (ii) Tender cost (Non-refundable) Rs.1.000/- (Rupees One thousand onlv) in favour of "Superintending Archaeologist, Archaeological Survey of India, Kolkata Circle, Kolkata" to be submitted to the Office of Superintending Archaeologist, Archaeological Survey of India, Kolkata Circle, Kolkata, C.G.O. Complex, 4tr' Floor, Block-DF, Sector-1, Salt Lake City, Kolkata-700064 prior to the opening date of the tender. The bid without EMD & Tender cost will be rejected summarily.

5. No tender shall be entertained after the deadline under any circumstances what so ever. The Technical Bid of tender will be opened at this office on 01.06.2021 at 11.30 hrs. at Archaeological Survey of India Kolkata Circle, C.G.O. Complex, 4tr' Floor, Block DF, Section- I, Salt Lake City, Kolkata - 700064 in the presence of authorized representative of Bidders as may wish to be personally present.

This 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 Superintending Archaeologist, ASI, Kolkata Circle in this regard shall be final and binding on all parties in all circumstances. 1P$ €r"(

Superintending Archaeologist (l/c) Archaeological Survey of India, Kolkata Circle For and on bel-ralf of the President of India Su perintendin g Archaeo logist 1/) / Copy to: Archaeological Survey of lndia 1. OFFICE NOTICE BOARD, A.S.l., Kolkata Circle, Kolkata. ttotkata Circle Kolkata 2. Office Notice Board, A.S.I., Kolkata Sub Circle. 3. The Web Manager, A.S.I., 24Tilak Marg, . 4. Web Site, ASI, Kolkata Circle. 5. Office Copy.