*29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

103
Contractors signature with seal 1 GOVERNMENT OF INDIA MINISTRY OF CULTURE ARCHAEOLOGICAL SURVEY OF INDIA AMARAVATI CIRCLE, VIJAYAWADA, ANDHRA PRADESH REQUEST FOR TENDER PROPOSAL E-governess file number: Sout/Amar/KURN/58 G/7871812 Tender reference number: 03/NIT/2021-22/Amaravati /Kurnool Sub circle Name of work: SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh. ACP/Technical/ Financial Approval no: Sout/Amar/KURN/58 G/7871812 CONTRACTOR/BIDDER TO NOTE Bidders are hereby informed to upload all NIT documents in the respective covers as per the list given below. (Technical Bid) Cover No 1: Proof of EMD/ MSME/ NSIC Registration/ Bid Security Declaration (Annexure-X) Clause 4.8/ Clause 7.13 and Application for Tender as per Clause no 10 (Annexure-V); Cover No 2:Technical Eligibility Documents Clause 7.01 to 7.10 & Annexure-VIII except 7.02& 7.03; Cover No 3: Signed copy of NIT Clause 7.14; Cover No 4: Work Experience Details Clause 7.02; Cover No 5: Tender acceptance and declaration, Power of Attorney Clause 7.11 , 7.12 and 7.17(Annexure-II,V &VI); Cover No 6: Annexure- II (Technical Data Sheet) Clause 7.16; Cover No 7: Annexure-III (Drawings and Concept plan) Clause 7.15 Proposals shall be treated as non-responsive and will liable to be summarily rejected, if the interested Bidder does not submit all supporting and requisite documents or does not furnish relevant details as per the prescribed format/requirements. ASI/ Central Government department Black listed/ Debarred contractors bid will not be considered for evaluation FOR OFFICE USE The tender of M/s Shri...............................................................Tender Id number ..................................................... Was decrypted, downloaded and saved in folder no: ; D drive of conservation section at………..hours on dated..................as Procurement Officer/Admin/Creator in presence of (1) Shri ……………………..............Dy.SAE, (2)Shri..............................................................................AO, (3) Shri......................................................................Sr. CA, & (4) Shri......................................................, CA, as Evaluator/Bid Opener. EMD A. PAID/NOT PAID/UNDER VALUE AMOUNT through DD for Rs………….......with DD Ref.No……....…………….dated………......…….in the favour of SA, ASI, Amaravati Circle. B. EMD Exempted – Proof of MSME............................... and NSIC registration No............................ dated........................ C. EMD Exempted – Proof of Bid Security Declaration form (Attached/ Not Attached) All other documents uploaded by the bidder were downloaded, saved and extracted in the same folder as per the details: Also copied all documents and saved in CD format also Sl. no Details of file down loaded Bytes/KB Number of pages Remarks/Accepted for technical evaluation/ Rejected for not uploading document 1 Proof of EMD/ MSME/ NSIC Registration/ Bid Security Declaration (Annexure-X) Clause 4.8/ Clause 7.13 and Application for Tender as per Clause no 10 (Annexure-V) 2 Technical Eligibility Documents Clause 7.01 to 7.10 & Annexure- VIII except 7.02& 7.03 3 Signed copy of NIT Clause 7.14 4 Work Experience Details Clause 7.02 5 Tender acceptance and declaration, Power of Attorney Clause 7.11, 7.12 and 7.17(Annexure-II,V &VI) 6 Annexure- II (Technical Data Sheet) Clause 7.16 7 Annexure-III (Drawings and Concept plan) Clause 7.15 (C.A.) (A.O.) (Dy.SAE) SA(I/C)

Transcript of *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Page 1: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

1

GOVERNMENT OF INDIA MINISTRY OF CULTURE

ARCHAEOLOGICAL SURVEY OF INDIA AMARAVATI CIRCLE, VIJAYAWADA, ANDHRA PRADESH

REQUEST FOR TENDER PROPOSAL

E-governess file number: Sout/Amar/KURN/58 G/7871812 Tender reference number: 03/NIT/2021-22/Amaravati /Kurnool Sub circle Name of work: SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda

Reddy Burz) Kurnool, Andhra Pradesh. ACP/Technical/ Financial Approval no: Sout/Amar/KURN/58 G/7871812

CONTRACTOR/BIDDER TO NOTE Bidders are hereby informed to upload all NIT documents in the respective covers as per the list given below. (Technical Bid) Cover No 1: Proof of EMD/ MSME/ NSIC Registration/ Bid Security Declaration (Annexure-X) Clause 4.8/ Clause 7.13 and Application for Tender as per Clause no 10 (Annexure-V); Cover No 2:Technical Eligibility Documents Clause 7.01 to 7.10 & Annexure-VIII except 7.02& 7.03; Cover No 3: Signed copy of NIT Clause 7.14; Cover No 4: Work Experience Details Clause 7.02; Cover No 5: Tender acceptance and declaration, Power of Attorney Clause 7.11 , 7.12 and 7.17(Annexure-II,V &VI); Cover No 6: Annexure- II (Technical Data Sheet) Clause 7.16; Cover No 7: Annexure-III (Drawings and Concept plan) Clause 7.15 Proposals shall be treated as non-responsive and will liable to be summarily rejected, if the interested Bidder does not submit all supporting and requisite documents or does not furnish relevant details as per the prescribed format/requirements. ASI/ Central Government department Black listed/ Debarred contractors bid will not be considered for evaluation

FOR OFFICE USE

The tender of M/s Shri...............................................................Tender Id number ..................................................... Was decrypted, downloaded and saved in folder no: ; D drive of conservation section at………..hours on dated..................as Procurement Officer/Admin/Creator in presence of (1) Shri ……………………..............Dy.SAE, (2)Shri..............................................................................AO, (3) Shri......................................................................Sr. CA, & (4) Shri......................................................, CA, as Evaluator/Bid Opener. EMD A. PAID/NOT PAID/UNDER VALUE AMOUNT through DD for Rs………….......… with DD Ref.No……....…………….dated………......…….in the favour of SA, ASI, Amaravati Circle. B. EMD Exempted – Proof of MSME............................... and NSIC registration No............................ dated........................ C. EMD Exempted – Proof of Bid Security Declaration form (Attached/ Not Attached) All other documents uploaded by the bidder were downloaded, saved and extracted in the same folder as per the details: Also copied all documents and saved in CD format also Sl. no Details of file down loaded Bytes/KB Number

of pages Remarks/Accepted for technical evaluation/ Rejected for not uploading document

1 Proof of EMD/ MSME/ NSIC Registration/ Bid Security Declaration (Annexure-X) Clause 4.8/ Clause 7.13 and Application for Tender as per Clause no 10 (Annexure-V)

2 Technical Eligibility Documents Clause 7.01 to 7.10 & Annexure-VIII except 7.02& 7.03

3 Signed copy of NIT Clause 7.14 4 Work Experience Details Clause 7.02 5 Tender acceptance and declaration, Power of Attorney Clause

7.11, 7.12 and 7.17(Annexure-II,V &VI)

6 Annexure- II (Technical Data Sheet) Clause 7.16 7 Annexure-III (Drawings and Concept plan) Clause 7.15 (C.A.) (A.O.) (Dy.SAE)

SA(I/C)

Page 2: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

2

1. NOTICE INVITING e- TENDER The Superintending Archaeologist, Archaeological Survey of India, Amaravati

Circle, on behalf of the President of India, invite open e-tender for execution of work for SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh from the Licensed Contractor/ Registered Contractors Firms of CPWD/PWD/RAILWAY/MES/ASI. Estimated amount: Rs.94,40,180.00 and EMD: - Rs.1,88,800.00; [EMD payment option- A or B or C; please see the clause 4.8] Period of completion: 60 days; last date for submission of e- tender: 06.10.2021. For more information, visit: https://eprocure.gov.in/eprocure/app

and www.asi.nic.in In case of any corrigendum/addendum issued on the above advertisement, it will

be published only on https://eprocure.gov.in/eprocure/app

Superintending Archaeologist (i/c)

Page 3: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

3

2. LIST OF ENCLOSURES TO UPLOAD IN CPP PORTAL

(on company/contractors letter head)

Bidder should upload NIT and all necessary supportive documents in the respective COVER only as per the column wise description given below. The technical evaluation will be conducted with the respective cover wise and its contents sought as per the details given below. Tender Inviting Authority will not be responsible for missing documents in the respective cover, as sought and requested to upload documents cover wise as per the details given below.(Example: In cover number- 1 it is requested to upload EMD and other details etc; and during evaluation if it is not found in cover number 1, the bid is likely to reject for want of EMD) All the bidders are here by once again explicitly directed that all tender supportive documents should upload in the RESPECTIVE COVER ONLY as per the details given below.

Sl. no Contents/ Enclosures Pages Cover

2.1

Technical Bid Cover No 1: Proof of EMD/ MSME/ NSIC Registration/ Bid Security Declaration (Annexure-X) Clause 4.8/ Clause 7.13 and Application for Tender as per Clause no 10 (Annexure-V); Copy of Contractors registration/licence and its financial limit, class etc.

COVER-1

2.2

Technical Bid Cover No 2: Technical Eligibility Documents as per Clause 7.01 to 7.10 & Annexure-VIII (except 7.02& 7.03) 7.01-Copy of Valid Registration certificate of establishment registered office address, proofing nature of business, validity etc.; 7.04- Copy of GST registration; 7.05- Copy of PAN Card; As per clause no 11 and 7.06- Copy of Statutory Auditor/Chartered Accountant certificate for FY 2017-18, FY 2018-19& FY 2019-20(assessment year 2018-19; 2019-20; &2020-21 respectively); 7.07- PAN Card copy, Copy of IT filed in assessment year 2018-19 for the financial year 2017-18, Copy of IT filed in assessment year 2019-20 for the financial year 2018-19& Copy of IT filed in assessment year 2020-21 for the financial year 2019-20; 7.08- Copy of Valid Labour registration Certificate; 7.09- Copy of Valid ESI registration Certificate; 7.10- Copy of Valid EPF registration Certificate

COVER-2

2.3

Technical Bid Cover No 3: Signed copy of NIT Clause as per 7.14- Scanned copy of full NIT Tender documents, signed with seal (all pages)- REQUEST FOR TENDER PROPOSAL

COVER-3

2.4

Technical Bid Cover No 4: Work Experience Details as per Clause 7.02- Work experience:-Copy of the work order and corresponding satisfactory completion certificate/ clients certificate of having successfully completed similar nature of work during last seven years (September 2014 to August 2021) regarding performance of contractor/firm issued by the authority showing the work value & duration of contract as per the Clause 7.02

COVER-4

2.5 Technical Bid Cover No 5: Self declaration Certificate as per COVER-5

Page 4: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

4

Clause number-12 &7.11; Tender acceptance as per clause number 13 & 7.12; Clause No 7.17 Written power of Attorney of the signatory of the Bid to commit the Bidder (Annexure-IV)

2.6 Technical Bid Cover No 6: as per Clause No 16, Clause No 7.16 and Annexure- II Technical Data Sheet – 7 pages

COVER-6

2.7 Technical Bid Cover No 7: as per Clause No 7.15 and Annexure- III Drawings and Concept plan

COVER-7

2.8 Financial Bid-Cover-1 BoQ Financial Bid

cover-1

Page 5: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

5

3. CONTENTS

SLNO DETAILS PAGE NUMBER 3.1 Request for tender proposal 1

3.2 Newspaper advertisement 2

3.3 List of covers 3-4

3.4 Contents 5

3.5 Critical date &Time and work frame- Clause- 4 6

3.6 Notice Inviting Tender- Clause- 5 7

3.7 Address for communication- Clause- 6 8

3.8 Technical eligibility requirement for Tendering- Clause- 7 9-11

3.9 Document to be uploaded for technical bid- Clause- 8 12-13

3.10 Scope of work &General instructions- Clause- 9 14-21

3.11 Application for Tender- Clause- 10 22-26

3.12 Chartered Accountant/Statutory Auditor Certificate- Clause- 11 27

3.13 Declaration- Clause- 12 28

3.14 Tender Acceptance Letter- Clause- 13 29

3.15 NIT Clauses- Clause- 14 30-31

3.16 Tender schedule- PWD-9 Tender- Clause- 15 32-43

3.17 Technical Data sheet-Clause- 16 44

3.18 Evaluation criteria - Clause- 17 45

3.19 Terms and conditions of Contract- Clause- 18 46-48

3.20 Instructions for online bid submission- Clause- 19 49-51

3.21 Annexure-I 52-54

3.22 Annexure-II 55-68

3.23 Annexure-III 69-87

3.24 Annexure-IV 88

3.25 Annexure-V 89-93

3.26 Annexure-VI 94

3.27 Annexure-VII 95

3.28 Annexure-VIII 96

3.29 Annexure-IX 97-102

3.30 Annexure-X 103

Page 6: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

6

(MANUAL BID SHALL NOT BE ACCEPTED) Table – A: Time and Work Frame

Name of work: SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh.

4. CRITICAL DATE SHEET

4.1 Date of issue of Tender 15.09.2021 4.2 Bid Document Download/ Sale Start Date 15.09.2021 at 11.00 hrs 4.3 Bid submission start date. 15.09.2021 at 11.30 hrs

4.3.1 Pre Bid Meeting Date- for clarifying any issues and doubts, if any, about specification/works and services proposed in the Bid Document

30.09.2021

4.3.2 Pre Bid Meeting Place/ Address Please refer clause 6.1 4.4 Bid submission End Date 06.10.2021 at 11.00 hrs 4.5 Date of opening of Technical bid 07.10.2021 at 11.30 hrs 4.6 Date of opening of Financial bid After evaluation of technical bid 4.7 Validity of Bid/Date of Tender acceptance 90 days from the date of opening

4.8 Earnest Money Deposit(EMD): Three option- A or B or C

Option A: Rs. 1,88,800.00/-

4.8.1 Option A:Rs. 1,88,800.00/- Demand draft in favour of Superintending Archaeologist, ASI, Amaravati Circle(refundable) payable at Hyderabad and the sealed cover should reach the office of the Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada, Andhra Pradesh, 520007 before technical bid opening date and time as prescribed in the tender. EMD DD must be delivered in sealed cover and should either drop in the tender box or reach on or before 11.00 hrs of 07.10.2021. Tender is liable for rejection for non-submission/non receipt of Original DD for EMD. The offer without EMD will be similarly rejected. Authority is not responsible for the postal/ courier delay in receiving the DD within the due date & time. DD for the EMD is valid only if it is drawn during the NIT notice period.

4.8.2 Option B: The firm/unit/company those who are registered in MSME with Central Purchase Organisation, National Small Industries Corporation (NSIC) or Ministry of Culture are exempted from paying EMD cost. But they should attach all copies of the MSME certificate, SIC Registration certificate & Government Purchase Enlistment Registration details as described in 2.22

4.8.3 Option C: The firm/unit/company those who are willing to avail the EMD exemption, should submit Bid Security Declaration (Annexure- X) in their company’s letter head.

4.9 Contract agreement to be executed Within 15 days from the date of tender acceptance letter is issued

4.10 Site will be handed over Within 15 days from the date of tender acceptance letter is issued

4.11 Date of submission of Performance Guarantee Certificate

Within 15 days from the date of tender acceptance letter/AOC is issued; 3% of Order value. (Penalty will be attracted as per CPWD contract clause for late submission)

4.12 Work completion period Within 60 days from the date of site

handed over

Page 7: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

7

GOVERNMENT OF INDIA ARCHAEOLOGICAL SURVEY OF INDIA

AMARAVATI CIRCLE, VIJAYAWADA

5. NOTICE INVITING TENDER

Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada, Andhra Pradesh on behalf of the President of India invites tender for Execution of work from the Contractors/Companies Registered in CPWD/ PWD/MES/Public works/ASI and having experience in illumination of temple/ iconic/ government/ heritage building as per the eligible criteria given in the NIT up to 06.10.2021, 11.00 hours and will be opened on 07.10.2021at 11.30 hours. The eligible Contractors as per the clauses given in NIT may upload their tender documents online only at CPPP web site: https://eprocure.gov.in/eprocure/app .

Name of work: SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh. Estimated Cost: Rs.94,40,180.00

EMD: Rs. 1,88,800.00/-Three options; please refer 4.8.

Work completion period: 60 days

The tender document is also available on www.asi.nic.inweb site& CPPP web site: https://eprocure.gov.in; and which may be downloaded and uploaded after duly filled in and signed documents in e-procurement portal along with the copy of the DD for EMD. The tender bids not accompanied with EMD of requisite amount will be rejected at the initial stage itself.

Any enquiries regarding the tender can be had from the office of the Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada, Andhra Pradesh, during the office hours of all working days till 06.10.2021.

If the date of opening of the tender happens to be holiday, the tenders will be opened on the next working day. The right to accept or reject any or all tenders including lowest one without assigning any reason thereof is reserved. Canvassing in any form would be considered as demerit and the tender is liable to be cancelled.

Superintending Archaeologist (i/c) Archaeological Survey of India

Amaravati Circle, Vijayawada, AP For and on behalf of the President of India

Copy to: 1. Office Notice Board 2. www.asi.nic.in 3. The Pay and Account Officer, ASI, Hyderabad 4. The Regional Director(South), ASI, Bangalore 5. CA, ASI, Kurnool Sub circle

Page 8: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

8

6. ADDRESS FOR COMMUNICATION, IS AS GIVEN BELOW: - Contact Details: Contact Person Address for Communication

6.1 Superintending Archaeologist O/o Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Aurobindo Plaza,6-134/1, Kanuru Main Road, Kanuru, Vijayawada -520007 (A.P) Phone No.0866-2970644 e-mail:[email protected] [email protected]

6.2 Conservation Assistant

(for site/ work location)

O/o The Conservation Assistant Archaeological Survey of India, Kurnool Sub Circle Abdul Wahab Khan Tomb Complex, Osmania College Road, 1 Town, Kurnool – 518001

Page 9: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

9

7. TECHNICAL ELIGIBILITY REQUIREMENT FOR THE TENDERING COMPANY/FIRM/AGENCY/CONTRACTOR

The tendering agency/contractor/company should fulfil the following ELIGIBILTY requirement and to upload self-attested copies of documents with technical bid.

SL Requirement Copy of relevant document to upload

Enclosed Yes/No

Page numbers of the bid document

7.01 Proof of the Contractors/firms registration with appropriate registration authority CPWD/ PWD/MES/Public works/ASI/ Railway etc.

Copy of Valid Registration certificate/enlistment certificate

Contractors who are enlisted in various departments

7.02

Work experience: -Copy of the work order and satisfactory completion certificate/ clients certificate of having successfully completed similar nature of work during last seven years (September 2014 to August 2021) regarding performance of contractor/firm issued by the authority showing the work value & duration of contract with: a). Three similar completed works costing each not less than the amount equal to 40 % of the estimated cost; OR b). Two similar completed works costing each not less than the amount equal to 50 % of the estimated cost; OR c). One similar completed work costing not less than the amount equal to 80% of the estimated cost. Similar Work means: - Supply, Installation, Testing, Commissioning, of Architectural/ Façade lighting of Heritage monument/ Temple/ government buildings/ Iconic Buildings Rastrapathi Bhavan/ Statue of Unity using LED luminaires in Heritage buildings, Temples,

Copy of work completion certificate issued by the authority stating amount of value of work executed and duration of contract, supported with work order

Clause 10.13 Uploading of ongoing works will not be considered; Work completion certificate along with corresponding Work order related to completed work, from the concerned authorities will only be considered. Ongoing work order/ partial work experience will not be considered.

Page 10: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

10

archaeological sites etc. 7.03 Application for Tender (all

executed works to be recorded) as per attached format in NIT

Please see the clause number 10 ; fill & sign it and upload in the concerned cover

Clause 10

7.04

Proof of GST Registration

Copy of the Valid Registration certificate (also attach Copy of the GST returns/ challan for the last quarter of the FY 2020-21)

Clause 9.4

7.05 Pan card in the name of company/firm/agency/bidder

Copy of pan card If it is a company, and pan card is by name, documents proofing the authenticity of the pan card should be attached

7.06 Copy of certificate from Statutory Auditor for FY 2017-18; FY 2018-19; & FY 2019-20. The average Annual turnover should be at least30 % of the estimated amount as per the attached format.

Certificate from statutory Auditor with documentary proof for 2017-18; 2018-19; &2019-20

Clause 11

7.07 Copies of Income Tax Returns for the last three financial years to be attached assessment year 2018-19 for the financial year 2017-18; assessment year 2019-20 for the financial year 2018-19; assessment year 2020-21 for the financial year 2019-20

Copy of the Income Tax Return filed to IT department

7.08 The company/firm/Agency should be registered with Labour department

Copy of valid labour registration Certificate

7.09 The company/firm/Agency should be registered with Employees state insurance corporation

Copy of Valid ESI registration Certificate(also attach Copy of the challan for the last quarter of the FY

Page 11: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

11

2020-21)

7.10 The company/firm/Agency should be registered with Employees provident fund organisation.

Copy of Valid EPF registration Certificate(also attach Copy of the challan for the last quarter of the FY 2020-21)

7.11 Self-declaration certificate Annexure- VI As per clause 12

7.12 Acceptance letter Annexure- VII As per clause 13

7.13 Proof of EMD Copy of DD OR MSEs with NSIC certificate/ Bid Security Declaration (Annexure-X)

Clause 4.8

7.14 Scanned copy of full Tender documents, signed with seal( all pages)

Signed full NIT

document

7.15 Drawings and Concept plan duly signed

Drawing details Annexure-III

7.16 Technical Data sheet duly signed (Annexure-II)

Technical Data

sheet

Annexure -II

7.17 Written power of Attorney of the signatory of the Bid to commit the Bidder

power of Attorney Annexure -IV

Page 12: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

12

8. LIST OF DOCUMENTS TO BE SCANNED &UPLOADED WITHIN THE PERIOD OF TENDER SUBMISSION

Name of Work: SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh Sl.

No

Details of Documents Enclosed/not,

Page numbers

8.01 Copy of the Company/Contractor’s Valid Registration certificate and classification of Licence

Uploaded in Cover No 02

8.02 Work experience:-Copies of the Work completion certificate along with corresponding Work order related to successfully completed similar nature of work during last seven years (September 2014 to August 2021) regarding performance of contractor issued by the authority showing the work value & duration of contract with: a). Three similar completed works costing each not less than the amount equal to 40 % of the estimated cost; OR b). Two similar completed works costing each not less than the amount equal to 50 % of the estimated cost; OR c). One similar completed work costing not less than the amount equal to 80% of the estimated cost. Similar Work means: - Supply, Installation, Testing, Commissioning, of Architectural/ Façade lighting of Heritage monument/ Temple/ government buildings/ Iconic Buildings Rastrapathi Bhavan/ Statue of Unity using LED luminaires in Heritage buildings, Temples, archaeological sites etc.

Uploaded in Cover No 04

8.03 Application for Tender (all executed works to be recorded) as per attached format in NIT

Uploaded in Cover No 01

8.04 Copy of the Valid GST Registration certificate with challan of the last quarter

Uploaded in Cover No 02

8.05 Copy of PAN Card (If it is a company, and pan card is by name, documents proofing the authenticity of the pan card should be attached)

Uploaded in Cover No 02

8.06 Copy of certificate from Statutory Auditor for FY 2017-18; FY 2018-19; & FY 2019-20 Financial years. The Average Annual turnover should be at least 30 % of the estimated amount as per the attached format. Annexure- VIII

Uploaded in Cover No 02

8.07 Copies of Income Tax Returns filed for the last three financial years to be attached (FY 2017-18; FY 2018-19; & FY 2019-20) assessment year 2018-19 for the financial year 2017-18; assessment year 2019-20 for the financial year 2018-19; assessment year 2020-21 for the financial year 2019-20

Uploaded in Cover No 02

8.08 Copy of valid Labour registration Certificate Uploaded in Cover No 02

8.09 Copy of Valid ESI registration Certificate with challan of the last quarter Uploaded in Cover No 02

8.10 Copy of Valid EPF registration Certificate with challan of the last quarter Uploaded in Cover No 02

8.11 Self-declaration certificate Uploaded in Cover No 05

Page 13: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

13

8.12 Acceptance letter Uploaded in Cover No 05

8.13 Written power of Attorney of the signatory of the Bid to commit the Bidder

Uploaded in Cover No 05

8.14 Copy of DD for EMD OR EMD exemption certificates as given in 4.8 Uploaded in Cover No 01

8.15 Scanned copy of Tender schedules duly signed Uploaded in Cover No 03

8.16 Copy of Annexure- II (Technical Data Sheet) Uploaded in Cover No 06

8.17 Copy of Annexure-III (Drawings and Concept plan) Uploaded in Cover No 07

Page 14: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

14

9. SCOPE OF WORK AND GENERAL INSTRUCTION FOR BIDDERS

9.1 SCOPE 9.1.1 The Archaeological Survey of India, Amaravati Circle invites Online Bids in the

prescribed form under the Two Bid system; i.e. Technical and Financial Bid for execution of work, for the work of SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh.

9.1.2 Kurnool town was seized by Deva Raya II (1423 – 42CE). Achyuta Raya who succeeded Krishna Deva Raya had constructed a fort at that place. But the present Bastion is all that remains is locally known as Konda Reddy Buruzu built of huge blocks of dressed stone. It is datable to Vijayanagara times (1530 – 42 CE).Bastion no.1 Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh is a centrally protected monument and under the Administrative control of Amaravati Circle. This monument is located in the heart of the Kurnool City. The proposal for dynamic illumination to the Bastion no.1 Beach Ghantikiburuzu is initiated as a part of the beautification and face lifting of the centrally protected monument.

9.1.3 The scope of work shall include: Providing CCT illumination to Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh, for effective dynamic illumination as a part of the developmental and beautification work to Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh state on the basis of scientific field studies and prioritizing the work plan based on the guidelines in consultation with ASI HQ and Amaravathi circle office, risk mapping exercise arising out if any and challenging threat at site due to lighting effect if any etc, complete .The work shall consists of: to execute illumination system with approved high quality material product of Indian made with a provision of five year defect liability maintenance AMC period; as per full technical specifications etc.

9.1.4 The Bidding Company should only be a Limited / Private Limited Company registered Under the Companies Act, 1956/Proprietorship Company registered with the appropriate Authority. JV Consortium is not permitted

9.2 DOCUMENT TO DOWNLOAD 9.2.1 The system of e-tendering shall be adopted comprising of Technical and financial bid.

Tender documents may be downloaded from CPPP site https://eprocure.gov.in/eprocure/app as per the schedule given in CRITICAL DATE SHEET.

9.2.2 Technical bid should inter alia; contain all technical details to be provided with documentary proofs. Financial Bid should, inter alia indicate term-wise price mentioned in the Tender document.

9.3 BID SUBMISSION 9.3.1 Applicant/intending or interested Bidder/contractors are invited to submit their online

proposal after site inspection and carefully reading the Request for Proposal (RFP) by providing (a) Technical Bid, and (b) Financial Bid separately, clearly mentioning (i) Technical proposal and (ii) Financial proposal respectively. Such proposals are to be submitted online within the stipulated date and time as mentioned in the CRITICAL

Page 15: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

15

DATE SHEET. Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app.

9.3.2 Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

9.4 GST 9.4.1 In this BoQ the GST is calculated @12% as per theNotification No. 20/2017-

Integrated Tax (Rate) New Delhi, the 22nd August, 2017 Heading Number 9954 for the work of Centrally Protected Monuments in Archaeological Survey of India.

9.4.2 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.

9.5 EMD 9.5.1 Mode of EMD submission for the Technical bid has three options: A or B or C. 9.5.2 Option A: Rs. 1,88,800.00/- Demand draft in favour of Superintending

Archaeologist, ASI, Amaravati Circle(refundable) payable at Hyderabad and the sealed cover should reach the office of the Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada, Andhra Pradesh, 520007 before technical bid opening date and time as prescribed in the tender. EMD DD must be delivered in sealed cover and should either drop in the tender box or reach on or before 11.00 hrs of 07.10.2021. Tender is liable for rejection for non-submission/non receipt of Original DD for EMD. The offer without EMD will be similarly rejected. Authority is not responsible for the postal / courier delay in receiving the DD within the due date & time. DD for the EMD is valid only if it is drawn during the NIT notice period. OR

9.5.3 Option B: copy of the certificates of The units registered under Single Point Registration Scheme of NSIC are only (All MSEs having registration as per provision of the Policy i.e. registration with District Industries Centre (DIC) or Khadi and Village Industries Commission(KVIC) or Khadi and Industries Board (KVIB) or Coir Board or National Small Industries Commission (NSIC) or directorate of Handicrafts and Handlooms or Udyog Aadhaar Memorandum or any other body specified by Ministry of MSME) eligible for exemption from payment of Earnest Money Deposit under “Public Procurement Policy for Micro & Small Enterprises Order 2012” As notified by the Government of India Ministry of Micro Small & Medium Enterprises, New Delhi vide Gazette Notification dated 26.03.2012. The firm/unit/company those who is registered in MSME with Central Purchase Organisation, National Small Industries Corporation (NSIC) or Ministry of Culture are exempted from paying EMD cost. But they should attach all copies of the MSME certificate, NSIC Registration certificate & Government Purchase Enlistment Registration details as described in 4.8.2OR

9.5.4 Option C: The firm/unit/company those who are willing to avail the EMD exemption, should submit Bid Security Declaration (Annexure- X) in their company’s letter head.

9.5.5 DD for EMD of all unsuccessful bidders will be returned within a period of twenty days after opening the technical bid. The approved bidder’s DD for EMD will be returned on receipt of security deposit.

Page 16: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

16

9.5.6 The bid security may be forfeited: (i) If the bidder withdraws his bid during the period of bid validity specified by the bidder in the Bid form; or (ii) ln case of successful bidder, if the bidder

(a) Fails to sign the contract in accordance with the terms of the tender document; (b) Fails to furnish required performance security in accordance with the terms of tender document within the time frame specified by the Client; (c) Fails or refuses to honor his own quoted prices for the services or part thereof.

9.6 PERFORMANCE SECURITY DEPOSIT 9.6.1 The Performance Security Deposit shall be at the rate of 3 % of the contract/awarded

value in the form Bank Guarantee/DD/Fixed deposit pledged in favour of Superintending Archaeologist, ASI Amaravati Circle.The successful bidder within fifteen days of the acceptance of the LoA shall execute a Performance Bank Guarantee in the form of a Bank Guarantee of any Nationalized bank, a sum equivalent to 3% of the accepted contract value. Format of the performance guarantee certificate is attached as Annexure-I.

9.6.2 The performance security deposit shall be retained with office till the work completion period including defect liability maintenance contract period for five years from the date of commissioning of the project. The performance guarantee in the form of Bank Guarantee/ DD/ FDR shall be discharged/ returned after expiry and successful completion of contract including maintenance period, with in a period of 6 months. In case of non execution of contract in part or in full, the performance security shall be forfeited after giving due notice to the bidder in respect of the defective/ improper performance/ execution/ breach of any of the terms of the contract etc.

9.6.3 The Bank Guarantee will be forfeited by order of the competent authority of the Superintending Archaeologist, Archaeological Survey of India, Vijayawada in the event of any breach or negligence or non-observance of any terms/condition of contract or for unsatisfactory performance or for non-acceptance of the work order. On expiry of the contract, such portion of the said Bank Guarantee as may be considered by the Superintending Archaeologist, Archaeological Survey of India, Andhra Pradesh sufficient to cover any incorrect or excess payments made on the bills to the firm, shall be retained until the final audit report on the account of firm's bill has been received and examined.

9.6.4 lf the contractor is called upon by the competent authority of the Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle to deposit Security and the contractor fails to provide the security deposit within the period specified such failure shall constitute a breach of the contract and the Superintending Archaeologist of Archaeological Survey of India, Amaravati Circle shall be entitled to make other arrangements at the risk, cost and expense of the contractor.

9.6.5 On due performance and completion of the contract in all respects, the Security Deposit will be returned to the contractor without any interest on presentation of an absolute No Demand Certificate/ No defect liability certificate in the prescribed form and upon return in good condition of any specifications, samples or other property belonging to the purchaser, which may have been issued to the contractor.

9.7 VALIDITY OF CONTRACT

Page 17: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

17

9.7.1 The contract shall be completed within a period of sixty (60) days from the date of Award of Contract subject to continuous satisfactory performance. In case of breach of contract or in the event of not fulfilling the minimum requirements / statutory requirements, as per the mile stone the Client shall have the right to terminate the contract forthwith in addition to forfeiting the performance security amount deposited by the contractor and initiating administrative actions for black listing etc. solely at the discretion of the competent authority of the office of the Client. The Initial cost quoted by bidder for their defect maintenance liability charges of the Contract shall be valid for the entire contract period. No price escalation other than the statutory levies by Government shall be entertained by the client during the entire contract period.

9.8 RIGHT OF ACCEPTANCE 9.8.1 The Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle

reserves all rights to Reject any bid including of those bidders who fail to comply with the instructions without assigning any reason whatsoever and does not bind it to accept the lowest or any specific bids. The decision of the competent Authority of the o/o Superintending Archaeologist Archaeological Survey of India, Amaravati Circle in this regard shall be final and binding.

9.8.2 Any failure on the part of the bidder to observe the prescribed procedure and any attempt to canvass for the work shall render the bidder's bids liable for rejection.

9.8.3 The competent authority of the office of the Superintending Archaeologist Archaeological survey of India, Amaravati Circle reserves the right to award any or part or full contract to any successful agency/agencies at its discretion and this will be binding on the bidders.

9.8.4 ln case of failure to comply with the provisions of the terms and conditions mentioned, by the agency that has been awarded the contract, the competent authority of the O/o the Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle reserves the right to award the contract to the next higher bidder or any other outside agency and the difference of price shall be recovered from the defaulter agency who has been awarded the initial contract and this will be binding on the bidders.

9.8.5 The Superintending Archaeologist, Archaeological Survey of India, Amaravati 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.

9.9 NOTIFICATION OF AWARD BY ISSUANCE OF LETTER OF ACCEPTANCE 9.9.1 After determining the successful evaluated bidder, Client shall issue a Letter of

Acceptance (LoA) in duplicate, who will return one copy to client duly acknowledged, accepted and signed by the authorized signatory, within seven (7) days of receipt of the same by him.

9.9.2 The issuance of the Letter of Acceptance to the bidder shall constitute an integral part and it will be a binding to the contract.

9.9.3 The time taken between the date of issue of LoA and Notice to Proceed shall not prevent the contract or to mobilize the work.

9.10TERMINATION 9.10.1 In case of breach of any of terms and conditions of the Contract by the Contractor,

the Competent Authority of the Client shall have the right to cancel the Contract

Page 18: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

18

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 terminated due to breach of contractual obligations.

9.11SIGNING OF CONTRACT AGREEMENT 9.11.1 The successful bidder shall present himself for signing of the contract within 15

days after receipt of the Award of the Contract and execution of the agreement. The successful Bidder shall enter into contract and shall execute and sign the Contract Agreement (Sample format attached as Annexure- IX) in accordance with the Articles of Agreement before commencement of the services. Client shall prepare the draft Articles of Agreement in the Performa included in this Document, duly incorporating all the terms of agreement between the two parties and send the same induplicate to the successful Bidder for their concurrence.

9.11.2 The successful Bidder shall return the duly concurred copies of the draft Articles of Agreement within Seven (07) days of receipt of the draft Articles of Agreement from Client, duly printed on the correct amount of stamp paper, duly adjudicated by the registrar of stamps where the contract is proposed to be executed.

9.11.3 The competent authority of the Client shall sign the Contract agreement and return a copy of the same to the successful bidder.

9.11.4 Contract Agreement including five-year liability free and maintenance period has to be executed with Client within 15 days from the date of issue of tender acceptance letter.

9.11.5 Company should attach or upload copy of the written power of Attorney of the signatory of the Bid to commit the Bidder for signing NIT, agreement and all other documents related to the tender as per the Annexure- IV.

9.12COMMENCEMENT OFSERVICES 9.12.1 The Contract shall become legally binding and in force only upon: Submission of

Performance Bank Guarantee in accordance with Clause 9.6. The Contractor shall commence illumination work at Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh within 15 days from the date of issue of Award of Contract as set out in Clause 9.9.

9.13MAINTENANCE CONTRACT 9.13.1 Five Year defect and LIABILITY MAINTENANCE OF THE ILLUMINATION

FOR FIVE YEARS including, Operation & Maintenance and defect liability Charges, replacement of defective fixtures, cables, labour charges etc. from the date of testing and commissioning of the project for five years will be executed after successful commissioning of the Project.

9.13.2 Payment for yearly liability and maintenance of the illumination contract shall be made after successful contract of the preceding year.

9.13.3 Vendor should provide sufficient workers for the maintenance, security of the fixtures and replacing any damages if noticed within a period of five days till the completion of the contract period and should hand over the project after completion of the maintenance contract period as per the BoQ.

9.14FRAUD AND CORRUPTION

Page 19: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

19

9.14.1 The Employer requires Bidders, suppliers, contractors, and Firms to observe the highest standard of ethics, during the procurement and execution of contracts. In pursuance of this policy, the Employer: a) Defines, for the purposes of this provision, the terms set forth below as follows: b) “corrupt practice” means the offering, giving, receiving, or soliciting of anything of

value to influence the action of a public official in the procurement process or in contract execution;

c) “fraudulent practice” means a misrepresentation of facts in order to influence a selection process or the execution of a contract to the detriment of the Government, and includes collusive practices among bidders and consultants (prior to or after submission of bids and proposals) designed to establish prices at artificial, noncompetitive levels and to deprive the Government of the benefits of free and open competition;

d) “collusive practices” means a scheme or arrangement between two or more bidders, designed to establish bid prices at artificial, non-competitive levels or to influence the action of any party in the procurement process or the execution of contract;

e) “coercive practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in the procurement process or affect the execution of a contract.;

9.14.2 will reject a bid and/or proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

9.14.3 will respectively declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract funded by the Employer if it, at any time, determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, any contract.

9.14.4 Physical works to be completed from the date of commencement:

S No.

Description of Milestone (Physical) Time allowed in

Days (From Date of Start)

Payment Schedule

except item no 17*

Penalty for the delay of the

work

1 Scheduling of the entire project should be submitted including the material flow chart, work progress bar chart after issue of Letter of Intent & Preparation. Date of the issue of work order .

10 Days Nil

As per CPWD Clause No 1 A and Clause 02

2 Complete supply of material as per attached BOQ (Items 1 to 8)

35 Days 50%

3 Installation, Testing and Commissioning of Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool.

15 days from the material supplied on site

20%

4 Submission of completion certificate 30%

Total Cumulative Time 60 Days 100%

* Running Account Payment will be effected on successful completion of the work/ supply as per

Page 20: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

20

the above column supported with all necessary documents such as challan, specification schedule etc, as per the NIT.

9.14.5 Approved bidder should submit the complete work schedule/plan item wise, milestone and environmental management plan for approval by employer before initiation of work.

9.15GENERAL 9.15.1 Tendered work shall be completed within 60 days. The time allowed for carrying out

the work as entered in the tender for 60 days shall be reckoned from the 15 days after the date of issue of acceptance letter/the date of site handing over whichever is earlier.

9.15.2 The Income tax (TDS), GST and Labour Cess or any other taxes levied by the government shall be deducted from the respective bills as per the provisions of the Government of India Notification/Income Tax Department & Labour Department, as amended from time to time and a certificate to this effect shall be provided to the agency by this Department.

9.15.3 The Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada, Andhra Pradesh reserves the right to cancel any or all the bids without assigning any reason.

9.15.4 Labourers aged between eighteen to sixty years will only be engaged for work. 9.15.5 The contractor/agency shall not sub-contract the work. ASI shall have the full right to

ask for removal/replacement of any person of the agency, who is not found to be fit/suitable and orderly discharge his/her duty.

9.15.6 Since it is a part of the conservation work to the centrally protected monument and not a modern work like CPWD, it is understood that the bidder has inspected the site and assessed the volume and nature of work before bidding for the project; no claim whatsoever will be entertained at any stage, in this regard.

9.15.7 The site is a National Monument and its ambience must be maintained without any damage to monument. As the sites are non-smoking area/non plastic area and hence the agency must be strictly comply with such requirement.

9.15.8 The agency has to bear with abrupt repeal of funds by the Government and has to wait till allotments are made. No interest for the delay in payment will be made by the ASI. The quantum of work can be modified as per availability of the funds and need of the work.

9.15.9 ASI reserves its right to regulate (scale down) the work as per the situation considering the nature and consequences in work progress and the payment will be as per actual executed work and the contractor will not have any claim beyond the actual.

9.15.10Each page of the tender documents including NIT must be stamped and signed. All the bidders are hereby explicitly informed that the conditional bids or bids with deviations from the conditions of the contract, not meeting the minimum criteria, technical bids not accompanied with EMD of requisite amount or any other requirements, stipulated in the tender documents are liable to be rejected.DD for the EMD is valid only if it is drawn during the NIT notice period.

9.15.11All the registration certificates should be valid on the date of opening of the tender. 9.15.12Bidder shall abide by the Compliance of Public Procurement (Preference to

Make in India), order 2017 and subsequent amendment time to time that: a) The bidder is compliant to Public Procurement (Preference to Make In India) order

Page 21: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

21

2017 and subsequent amendments dated 16th September 2020 as relevant and applicable; b) The bidder is compliant to the Provision of Rule 144 (xi) of GFR 2017. (Both orders available in internet)

Page 22: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

22

Annexure - V (Must be filled in Firms/Contractors letter head and upload)

10. APPLICATION FOR TENDER

*All information should be filled and UPLOAD WITH ALL SUPPORTIVE DOCUMENTS as a proof of information sought in Tender Application for Technical Evaluation. Non-compliance of the instruction will lead to disqualify the NIT application as an ‘incomplete NIT application’ and reject the bid at the initial stage of Technical Evaluation.

Sl. No Tender criteria/ Description of Documents

(To attach/upload in CPP Portal for Technical Evaluation)

10.1 For Contractor Name of Licensee as per Valid registration certificate.

Please write the details (eg: Shri. Ramakrishna Agrawal) Attached

10.1.a Enlisted by which department/Licence issuing Authority and their full address

10.1.b Company/Contractor’s Valid Registration certificate/Licence number

10.1.c Written power of Attorney of the signatory of the Bid to commit the Bidder and minutes of the Board of directors appointing a person to sign on behalf of company.

10.1.d Class, Category& Financial limit as per licence

10.1.e Licence/Enlisted is valid up to

10.1.f Communication Address

Phone number

Mobile number

Email id for tender clarification etc., through CPPP

10.2 For MSMEs registered with NSIC Firms Name of the Enterprise/firm (if it is registered in MSEs registered with NSIC) Attached as

Attached

10.2.a Under which National Industry Classification Code the Company is registered and its classification activity

10.2.b MSME UAN Number

10.2.c Enterprise social class

Page 23: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

23

10.2.d Address of the Enterprise

Phone number

Mobile number

Email id

10.2.e Enterprise Type (micro/small/medium)

10.2.f Registered under which activity (manufacturing/services)

10.2.g Date of commencement

10.2.h Date of Filing

10.2.i Date of printing

10.2.j NSIC Registration certificate attached as Attached

10.2.k NSIC Registration number

10.2.l Government Purchase Enlistment Registration number Attached as

Attached

10.2.m Valid from ….. up to………..

10.2.n Monetary Limit

10.2.o As a MSMEs registered company please specify Name of services/Activities

10.2.p Definition of activities/services

10.2.q Quantitative /capacity services

10.3 Valid Registration certificate of Establishment- For Labour Licence

Attached

Page 24: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

24

10.3.a Registration number

10.3.b Name of the establishment

10.3.c Nature of the Business (services/commercial)

10.3.d Validity period: from……... to ……….

10.3.e Valid Labour Registration Certificate Number

10.3.f Valid Labour Registration Certificate- Central/State

10.4 Copy of the Valid GST Registration certificate(also attach Copy of the GST returns/ challan for the last quarter of the FY 2020-21)

Attached

10.4.a GST Registration Number

10.5 Copy of PAN Card

Attached

10.5.a PAN card in favour of

10.5.b Pan card Number

10.6 IT filed for last three financial year attached Attached

10.6.a Assessment year 2018-19 for the financial year 2017-18 Attached

10.6.b Assessment year 2019-20 for the financial year 2018-19 Attached

10.6.c Assessment year 2020-21 for the financial year 2019-20 Attached

10.7 Signed Copy of Statutory Auditor audit report for the financial year of FY 2017-18; FY 2018-19; &FY 2019-20

Attached

10.7.a Address of Statutory Auditor/ Chartered Accountant

10.7.b Membership No. of ICAI

10.7.c Financial Turn over 2017-18 Attached

10.7.d Financial Turn over 2018-19

10.7.e Financial Turn over 2019-20

10.8 Valid ESI registration Certificate(also attach Copy of the challan for the last quarter of the FY 2020-21)

Attached

10.8.a ESI registration Certificate Number

10.9 Valid EPF registration Certificate (also attach Copy of the challan for the last quarter of the FY 2020-21)

Attached

10.9.a EPF registration Certificate Number 10.10 Self- declaration certificate Attached 10.11 Acceptance letter Attached

10.12 Signed NIT document uploaded uploaded

Page 25: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

25

10.13 Technical Data Sheet as per Annexure - II uploaded

10.14 Signed drawings uploaded as per Annexure - III uploaded

10.15 Copy of the DD for EMD (if Applicable) Attached

10.15.a Name of the Bank

10.15.b DD Amount

10.15.c DD Number

10.15.d DD date

10.15.e Bid Security Declaration (Annexure-X)

Attached / Not Applicable

10.16 Experience certificates for the work executed as per Clause 7.02. Bidders are advised to upload/ attach copy of the experience certificates fulfilling the qualification criteria only.

10.16.a Copy of the work order supporting to the work completion certificate for qualifying experience criteria.

Attached

10.16.b Copy of the work completion certificate proofing the amount of work executed.

Attached

10.16.c Please see the eligible criteria requirement 7.02 and furnish any one of the eligibility criteria for qualifying the work experience of similar nature of work like Supply, Installation, Testing, Commissioning, of Architectural/ Façade lighting of Heritage monument/ Temple/ government buildings/ Iconic Buildings Rastrapathi Bhavan/ Statue of Unity using LED luminaires in Heritage buildings, Temples, archaeological sites etc.; work executed/ handled by the tendering Company/ Firms /Agency during the last seven years (September 2014 to August 2021) in the following format: Work experience of Firms/contractors will be taken into account for Technical evaluation from the following table. Given statement should be supported with work completion certificate along with corresponding work order of the completed work issued by the department where the firm/contractor was awarded with work. Mere Work order copy will not be considered as a work contract. So don’t upload any document of the work order value which is less than the eligibility criteria as specified.

Sl.no

Name& address/ telephone number of the Department for the work was done &agreement number

Date of commencement

Date of completion Reason for delay &compensation levied if any

Tendered amount

Gross amount of the completed work/ Net amount received

stipulated Actual

2014-15 1 2

OR 2015-16 1 2

OR 2016-17 1

Page 26: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

26

This is to certify that no adverse action on any of the above mentioned works has been

taken by the concerned department against me/us. I/we understand that if any information is found incorrect our contract is liable to be cancelled. The information/documents furnished along with the above application are true and authentic to the best of my/our knowledge and belief. I /we 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.

Signature of authorized person

Date: Name: Place: Seal:

2 OR 2017-18

1 2

OR 2018-19 1 2

OR 2019-20 1 2

OR 2020-21 1 2 TOTAL

Page 27: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

27

Annexure - VIII

(Auditor/ Chartered Accountant’s Letter head)

11. CERTIFICATE OF CHARTERED ACCOUNTANT/STATUTORY AUDITOR

Certified that following is the turnover works of Shri/M/s……………………………………… as per returns filed with Income Tax Department for the past three Financial years.

Name and Registered address of individual/firm/company:

SL NO

Description

Financial year 2017-18 2018-19 2019-20

11.1 Annual Turnover

11.2 Net Worth

11.3 Current Assets

11.4 Current Liabilities

11.5 Total Revenues

11.6 Profit Before Taxes

11.7 Profit After Taxes

(Signature)

Name

For the Chartered Accountant

Membership NO of ICAI/

UDIN Number

Date and Seal

Page 28: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

28

Annexure - VI

(To be given on company/contractors letter head)

12. DECLARATION

12.1 I -------------------------------Son/ Daughter of Shri --------------------signatory of the

Agency/firm mentioned above is competent to sign this declaration and execute this tender document.

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

12.3 My agency has not been black listed/ debarred from participating in tender of any Ministry/Department of Government of India undertaking in the last three (3) Years as on date of opening of this tender.

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

12.5 I/ We 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.

12.6 The agency/contractor will ensure that it is complying with all statutory liabilities relating to taxes, payment of minimum wages and other statutory liabilities.

12.7 The rates quoted by me are valid and binding upon me for the entire period of contract and it is certified that the rates quoted are the lowest rates as quoted in any other institution in India.

12.8 I /We give the rights to the competent authority of the Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada to forfeit the Earnest Money/Security money deposit by me/us in case of breach any of conditions of Contract.

12.9 1/we have actually seen the work site and are fully aware of the quality and quantity of work to be executed.

12.10 I/we hereby further declare that my/our bid is unconditional in any manner whatsoever in nature.

12.11 I/we shall abide by the Compliance of Public Procurement (Preference to Make in India), order 2017 and subsequent amendment time to time that: a) The bidder is compliant to Public Procurement (Preference to Make In India) order 2017 and subsequent amendments dated 16th September 2020 as relevant and applicable; b) The bidder is compliant to the Provision of Rule 144 (xi) of GFR 2017.

Signature of authorized person(s)

Authorized Signatory (Authorized person should attach a copy of Authorization for signing on behalf of bidding company)

Date: Full Name: Place: Seal:

Page 29: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

29

Annexure - VII

(To be given on Company Letter Head)

13. TENDER ACCEPTANCE LETTER

Date:

To, The Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada.

Sub: Acceptance of Terms & Conditions of Tenders. Tender Reference No: 03/NIT/2021-22/Amaravati /Kurnool Sub circle

Name of Tender /Work: SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh. Dear Sir,

13.1 I / We have downloaded /obtained the tender document (s) for the above mentioned ‘Tender / Work ‘from the web site (s) as per your advertisement, given in the above mentioned web site(s).

13.2 I / We hereby certify that I / We have read the entire terms and conditions of the tender documents (including all documents like annexure (s), Schedule(s), etc. which form part of the contract agreement and I /We shall abide hereby with the terms /conditions /clauses contained therein.

13.3 The corrigendum (s) issued from time to time by your department /organization to have also been taken into consideration, while submitting this acceptance letter.

13.4 I / We do hereby declare that our Firm has not been blacklisted /debarred by any Govt. Department / Public sector undertaking.

13.5 I / We certify that all information furnished by our Firm is true & correct, 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 can summarily reject the bid or terminate the contract, without prejudice to any other rights or remedy including the forfeiture of the said earnest money deposit in full absolutely.

Yours faithfully,

(Signature of the Bidder, with Official Seal)

Page 30: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

30

14. NOTICE INVITING TENDER

14.1 Sealed Tenders on behalf of the President of India are invited under Two Bid System i.e. Technical Bid and Financial Bid from eligible, qualified, experienced and financially sound registered contractors for execution work for the work of SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh. with the estimated costofRs.94,40,180.00 (Rupees Ninety-Four lakh Forty thousand one hundred and eightyonly).

14.2 Tender document consisting of detailed plans /specifications/the schedule of quantities of the various classes of work to be done and the set of conditions of the contract to be complied with by the person whose tender would be accepted. The tender forms can be

downloaded from our website- www.asi.nic.in; & e-portal https://eprocure.gov.in from

15.09.2021to 06.10.2021 14.3 The interested Companies/ Firms/ Agencies may deposit / submit the Earnest Money

Deposit (EMD) for Rs.1,88,800.00/- in the form of Demand Draft drawn in the favour of “Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada” payable at Hyderabad.

14.4 The Earnest Money Deposit (EMD) (Refundable without interest) should be submitted in original instruments to the O/o Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada, on or before opening of the tender. In case of submission by post/courier, the responsibility of delivering it before opening time and date rests with the bidder.

14.5 Without the EMD in original instrument, the technical bid will not be opened. 14.6 The site of the work is available or the site for the work shall be made/ available in parts. 14.7 The time allowed for supply of materials/execution of work will be 60days which will be

reckoned with in fifteen days from the date of issue of work order/ site handing over to commence the work whichever comes earlier.

14.8 The Technical Bid of tenders will be opened on 07.10.2021 at 11.30 hrs at O/o the Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada in the presence of authorised representative of Bidders as may wish to be personally present.

14.9 ASI reserved 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, Amaravati Circle in this regard shall be final and binding on all parties in all circumstances.

14.10 The successful bidder will have to deposit Performance Guarantee/Security Deposit of 3% of order value in the form of Demand Draft/Bank Guarantee or Fixed Deposit Receipt (FDR) made in the name of the Company/Contractor but hypothecated to the Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada covering the contract period including maintenance period plus one hundred eighty (180) days. The FDR/PG will have to be accordingly renewed by the successful bidder.

14.11 The contractor should take utmost care and to see that no damage is caused to any part of the monument while execution of work.

Page 31: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

31

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

14.13 All entries in the tender form should be legible and filled in clearly. If the space for furnishing information is insufficient, a separate sheet duly signed by the authorized signatory may be attached. No overwriting or cutting is permitted in the Financial Bid Form. The Technical Bid Application must be signed by the person authorized to sign the tender bids.

14.14 Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable for rejection.

14.15 All the rates including all taxes shall be quoted on the proper form of the tender alone. 14.16 On acceptance of the tender, the name of the accredited representative(s) of the contractor

who would be responsible for taking instructions from the Engineer in charge shall be communicated to the Superintending Archaeologist, Amaravati circle. Successful bidder attention is drawn to Clause 19(&19 A to 19L) of the CPWD General conditions of contract, wherein the approved bidder have to submit the statements time to time as per the clause to the work in- charge and to Circle office.

14.17 GST/ any other local taxes in respect of this contracts shall be payable by the contractor and Government will not entertain any claim whatsoever in this respect.

14.18 The tender of works shall remain open for acceptance for a period of 90 days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or make any modifications in the terms and conditions of the tender, which are not acceptable to the department, then the Government shall forfeit 100% of the EMD.

14.19 The work shall be awarded to the L 1 bidder.

Should this tender be accepted, I/We hereby agree to abide by and fulfil all the terms and provisions of the said conditions and contract clauses annexed hereto so far as applicable and or in detail thereof to forfeit and pay to the President of India or his successor in office the sum of money mentioned in the said conditions.

The Scanned Copy of Demand Draft for a sum of Rs. 1,88,800.00 (Rupees One lakh eighty-eight thousand eight hundred only) is herewith attached as Earnest Money. If I/We fail to commence the work as specified in the above memorandum or am I /We fail to deposit the amount of security deposit/Performance Guarantee Certificate specified in the above memorandum in accordance with conditions of the contract. I/We agree that the President of India or his successor in office shall/without prejudice to any other right or remedy, be at liberty to forfeit the said EMD shall be retained by him towards such security /PG deposit. I/We further agree that the said President of India or his successor in office shall also have the liberty to cancel the acceptance of the tender if I/We fail to deposit security/PG amount as aforesaid.

Place: DATED SIGNATURE OF THE CONTRACTOR

Page 32: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

32

GOVERNMENT OF INDIA ARCHAEOLOGICAL SURVEY OF INDIA

AMARAVATI CIRCLE, VIJAYAWADA P.W.D. -9 (Tender)

15. SCHEDULE OF QUANTITY AND WORK

Name of work: SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh.

Tender no: 03/NIT/2021-22/Amaravati /Kurnool Sub circle Place where the work to be executed:Kurnool, Kurnool Dist. Date of Tender opening: 07.10.2021

TENDER FOR EXECUTION OF WORK I/We here by tender for the supply of materials/execution of work/labour contract for the President of India the under mentioned memorandum according to the specification within the time specified therein subject to the conditions of the contract: (i). EMD 2%Rs.1,88,800.00/- and Estimated cost of Rs.94,40,180.00/- (ii). Performance Security -3% of the work order amount as payable immediately on the acceptance

of the Tender. (iii). Percentage to be deducted from the bill: Income Tax, Labour cess, SD, GST and any other tax as notified by the government time to time.

Description of work

Place of work

Period of Completion

Total QTY

Rate per unit

Unit Total cost

Remarks

1 2 3 4 5 6 7 8 AS THE SCHEDULEOF QUANTITY GIVEN BELOW

FOR REFERENCE ONLY -NOT FOR FILLING- ONLINE FINANCIAL BID ONLY

Rates are valid for a period till work completion; Site may be inspected before quoting the rates; all the materials to be used for works should be got verified /approved before taking up the works; I agree to abide by the above conditions and quote the rate at the rates entered in the schedule attached. If the tender be accepted, I hereby agree to abide by fulfil all the conditions and specifications contained in the CPWD, named “General instructions and Conditions of Contract” which have been read by me are in default thereof to forfeit and pay to the President of India or his successors, the penalty of sum of money mentioned in the said conditions. The contractor should take particular care to see that no damage is caused to any part of the monument/Architectural members while executing the work.

Dated Signature of Contractor along with Seal

Page 33: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

33

15.1 Schedule of Quantity and Work

Schedule to accompany the tender for the work of SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh. (Sample of BOQ and contractors are requested NOT to quote any rate here under)

Sl. no

Description of work QTY Rate per unit Inclusive of all

Taxes as applicable

Units Total Amount

(In

fig)

(in words)

1 2 3 4 5 6 7 1 Item No.1: "Supply, installation, testing &

commissioning of Approved BIS standard Indian make LED luminaire with system power [40W ± 5%], available in colour temperature of 2200K , made of Extruded Aluminium housing for better Thermal Dissipation and assymmetrical beam angle 15 X 45 for optimum light output. The fixture should be powder coated by Corrosion resistant Nano coating technology. The colour of fixture should be in Terracotta colour. with 5 years of Comprehensive Operation, Maintenance including defect liability period. Integral encapsulated high efficiency electronic driver having a Aluminium extrusion construction with rated voltage of 140-270V, power factor > 0.95, THD < 5%, IP66 protection, Inbuilt surge protection of 5 KV and upgraded with integrated IP67 protected SPD of 10KV/5KA surge protection with all necessary safety protecion like mis wiring, Over voltage, Short circuit, Reverse Polarity protection. Luminaire should have an Ingress protection of IP66 and Impact Resistance of IK08. The luminaire lumen output >90LPW & system efficacy of >3600 Lm , CRI of 70 . The LEDs used have a life of 50000 burning hrs Lumen maintenance as per L70. Luminaire performance & Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 IES, LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. Certification: Design Patented/Registered, ROHS compliant, BIS Certification for

50.00 Nos

Not to

Quote

any rate

here.

Please

quote in

BOQ

Financia

l bid.

Nos

Page 34: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

34

Luminaires & DriversDriver Efficiency :>85%, Operating Temperature: 0°C to +50°C, Operating Humidity: 10%-90%. The luminaire should be provided with Electrical safety class I. Power Factor > 0.9.Housing to have adjustable base bracket for angle adjustment so that the light direction can be adjusted to illuminate desired structural elements. The work also includes all the accessories , connections in main LT panel box and of all wires, cable, earthing and MCCB/MCBs with "OEM Certification for this tender" as per Engineer-in-Charge with proper metal cages for lights protections"

2 Item No.2: "Supply, installation, testing & commissioning of Approved BIS standard Indian make LED Floodlight luminaire with system power [100W ± 5%], Available in colour temperature 3000K, made of a single piece Pressure die cast aluminium (PDC) housing with separate driver and optical compartment for Thermal isolation & Powder coated by Corrosion resistant Nano coating technology. The fixture provided has to be with an injection moulded UV stabilized Polycarbonate cover & Lens optics with beam angle of 60° beam angle for optimum light spread. The colour of the fixture should be terracotta. with 5 years of Comprehensive Operation, Maintenance including defect liability period. Integral encapsulated high efficiency electronic driver having a Aluminium extrusion construction with rated voltage of 140-305V AC, power factor > 0.95, THD < 10%, IP67 protection, Inbuilt surge protection of 10 KV and upgraded with integrated IP67 protected SPD of 10KV/5KA surge protection with all necessary safety protecion like mis wiring, Over voltage, Short circuit, Reverse Polarity protection. Luminaire has a Ingress protection of IP66 and Impact Resistance of IK07. The luminaire lumen output > 130 LPW & system efficacy of >11200 Lm , CRI of 70 . The LEDs used have

13.00 Nos

Nos

Page 35: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

35

a life of 50000 burning hrs Lumen maintenance as per L70. Suitable for Cradle mount application. Luminaire performance & Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 IES, LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. Certification: CE Certified, ROHS compliant, BIS Certification for Luminaires & Drivers Driver Efficiency :>85%, Operating Temperature: 0°C to +50°C, Operating Humidity: 10%-90%. The luminaire should be provided with Electrical safety class I. Housing to have adjustable base bracket for angle adjustment so that the light direction can be adjusted to illuminate desired structural elements. The work also includes all the accessories , connections in main LT panel box and of all wires, cable, earthing and MCCB/MCBs with "OEM Certification for this tender" as per Engineer-in-Charge with proper metal cages for lights protections."

3 Item No.3: "Supply, installation, testing & commissioning of Approved BIS standard Indian make LED Floodlight luminaire with system power [170W ± 5%], Available in colour temperature 3000K, made of a single piece Pressure die cast aluminium (PDC) housing with separate driver and optical compartment for Thermal isolation & Powder coated by Corrosion resistant Nano coating technology. The fixture provided has to be with an injection moulded UV stabilized Polycarbonate cover & Lens optics with beam angle of 10° for optimum light spread. The colour of the fixture should be terracotta.with 5 years of Comprehensive Operation, Maintenance including defect liability period. Integral encapsulated high efficiency electronic driver having a Aluminium extrusion construction with rated voltage of 140-305V AC, power factor > 0.95, THD < 10%, IP67 protection, Inbuilt surge protection of 10 KV and upgraded with integrated IP67 protected

19.00 Nos

Nos

Page 36: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

36

SPD of 10KV/5KA surge protection with all necessary safety protecion like mis wiring, Over voltage, Short circuit, Reverse Polarity protection. Luminaire has a Ingress protection of IP66 and Impact Resistance of IK07. The luminaire lumen output > 130 LPW & system efficacy of >19100 Lm , CRI of 70 . The LEDs used have a life of 50000 burning hrs Lumen maintenance as per L70. Suitable for Cradle mount application. Luminaire performance & Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 IES, LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. Certification: CE Certified, ROHS compliant, BIS Certification for Luminaires & Drivers Driver Efficiency :>85%, Operating Temperature: 0°C to +50°C, Operating Humidity: 10%-90%. The luminaire should be provided with Electrical safety class I. Power Factor > 0.9.Housing to have adjustable base bracket for angle adjustment so that the light direction can be adjusted to illuminate desired structural elements. The work also includes all the accessories , connections in main LT panel box and of all wires, cable, earthing and MCCB/MCBs with "OEM Certification for this tender" as per Engineer-in-Charge with proper metal cages for lights protections"

4 Item No.4: Supply, installation, testing & commissioning of Approved BIS standard Indian make LED Floodlight luminaire with system power [50W ± 5%], available in colour temperature 2200K, made of a single piece Pressure die cast aluminium (PDC) housing with separate driver and optical compartment for Thermal isolation & Powder coated by Corrosion resistant Nano coating technology. The fixture provided has to be with an injection moulded UV stabilized Polycarbonate cover & Lens optics with beam angle of 60° for optimum light spread. The colour of the fixture should be terracotta. with 5 years of

12.00 Nos

Nos

Page 37: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

37

Comprehensive Operation, Maintenance including defect liability period. Integral encapsulated high efficiency electronic driver having a Aluminium extrusion construction with rated voltage of 140-305V AC, power factor > 0.95, THD < 10%, IP67 protection, Inbuilt surge protection of 10 KV and upgraded with integrated IP67 protected SPD of 10KV/5KA surge protection with all necessary safetyprotection like mis wiring, Over voltage, Short circuit, Reverse Polarity protection. Luminaire should have an Ingress protection of IP66 and Impact Resistance of IK07. The luminaire lumen output > 130 LPW & system efficacy of >5600 Lm , CRI of 70 . The LEDs used have a life of 50000 burning hrs Lumen maintenance as per L70. Suitable for Cradle mount application. Luminaire performance & Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 IES, LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. Certification: CE Certified, ROHS compliant, BIS Certification for Luminaires & Drivers Driver Efficiency :>85%, Operating Temperature: 0°C to +50°C, Operating Humidity: 10%-90%. The luminaire should be provided with Electrical safety class I. Power Factor > 0.9.Housing to have adjustable base bracket for angle adjustment so that the light direction can be adjusted to illuminate desired structural elements. The work also includes all the accessories , connections in main LT panel box and of all wires, cable, earthing and MCCB/MCBs with "OEM Certification for this tender" as per Engineer-in-Charge with proper metal cages for lights protections.

5 Item No.5: "Supply, installation, testing & commissioning of Approved BIS standard Indian make LED Floodlight luminaire with system power [50W ± 5%], available in colour temperature 3000K, made of a single piece Pressure die cast aluminium (PDC) housing

24.00 Nos

Nos

Page 38: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

38

with separate driver and optical compartment for Thermal isolation & Powder coated by Corrosion resistant Nano coating technology. The fixture provided has to be with an injection moulded UV stabilized Polycarbonate cover & Lens optics with beam angle of 60° for optimum light spread. The colour of the fixture should be terracotta. Integral encapsulated high efficiency electronic driver having a Aluminium extrusion construction with rated voltage of 140-305V AC, power factor > 0.95, THD < 10%, IP67 protection, Inbuilt surge protection of 10 KV and upgraded with integrated IP67 protected SPD of 10KV/5KA surge protection with all necessary safetyprotection like mis wiring, Over voltage, Short circuit, Reverse Polarity protection. Luminaire should have an Ingress protection of IP66 and Impact Resistance of IK07. The luminaire lumen output > 130 LPW & system efficacy of >5600 Lm , CRI of 70 . The LEDs used have a life of 50000 burning hrs Lumen maintenance as per L70. Suitable for Cradle mount application. Luminaire performance & Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 IES, LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. Certification: CE Certified, ROHS compliant, BIS Certification for Luminaires & Drivers Driver Efficiency :>85%, Operating Temperature: 0°C to +50°C, Operating Humidity: 10%-90%. The luminaire should be provided with Electrical safety class I. Power Factor > 0.9.Housing to have adjustable base bracket for angle adjustment so that the light direction can be adjusted to illuminate desired structural elements. The work also includes all the accessories , connections in main LT panel box and of all wires, cable, earthing and MCCB/MCBs with "OEM Certification for this tender" as per Engineer-in-Charge with proper metal cages for lights protections."

Page 39: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

39

6 Item No.6: "Supply, installation, testing &commissioning of Approved BIS standard Indian make LED Floodlight luminaire with system power [15W ± 5%], available in color temperature of 3000K and beam angle 30 degree, made of Pressure die cast Aluminium [PDC] Housing for better Thermal Dissipation.Powder coated by Corrosion resistant Nano coating technology. The colour of fixture should be terracotta. Tilt angle 180' deg. Integral encapsulated high efficiency electronic driver having a Aluminium extrusion construction with rated voltage of 140-270V, power factor > 0.95, THD < 5%, IP66 protection, Inbuilt surge protection of 5 KV and upgraded with integrated IP67 protected SPD of 10KV/5KA surge protection with all necessary safetyprotection like mis wiring, Over voltage, Short circuit, Reverse Polarity protection. Luminaire should have an Ingress protection of IP66 and Impact Resistance of IK08. Ø The luminaire lumen output ~90 LPW & system efficacy of >1300 Lm , CRI of 70 . The LEDs used have a life of 50000 burning hrs Lumen maintenance as per L70. Luminaire performance & Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 IES, LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. Certification: CE Certified, Design Patented/Registered, ROHS compliant, BIS Certification for Luminaires & DriversDriver Efficiency :>85%, Operating Temperature: 0°C to +50°C, Operating Humidity: 10%-90%. The luminaire should be provided with Electrical safety class I. Power Factor > 0.9.Housing to have adjustable base bracket for angle adjustment so that the light direction can be adjusted to illuminate desired structural elements. The work also includes all the accessories , connections in main LT panel box and of all wires, cable, earthing and MCCB/MCBs with "OEM Certification for this tender" as per Engineer-in-Charge with

40.00 Nos

Nos

Page 40: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

40

proper metal cages for lights protections."

7 Item No.7: "Supply, installation, testing &commissioning of Approved BIS standard Indian make LED luminaire with system power [20W ± 5%], Available in color temperature 3000K and beam angle of 30 degree, made of Pressure die cast Aluminium [PDC] housing for better Thermal Dissipation. Powder coated by Corrosion resistant Nano coating technology. The colour of fixture should be Teracotta. with 5 years of Comprehensive Operation, Maintenance including defect liability period. Integral encapsulated high efficiency electronic driver having a Aluminium extrusion construction with rated voltage of 140-270V, power factor > 0.95, THD < 5%, IP66 protection, Inbuilt surge protection of 5 KV and upgraded with integrated IP67 protected SPD of 10KV/5KA surge protection with all necessary safet protecion like mis wiring, Over voltage, Short circuit, Reverse Polarity protection. Luminaire has a Ingress protection of IP66 and Impact Resistance of IK08. Ø The luminaire lumen output >75LPW & system efficacy of >1500 Lm , CRI of 70 . The LEDs used have a life of 50000 burning hrs Lumen maintenance as per L70. Luminaire performance & Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 IES, LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. Certification: CE Certified, Design Patented/Registered, ROHS compliant, BIS Certification for Luminaires & Drivers with "OEM Certification for this tender "

20.00 Nos

Nos

8 Item No.8: Supply, installation, testing & commissioning of standard Indian make customised Outdoor rated Bollard Pathway Light 10W with housing of Pre cast Concrete Cement Body or Terracota Sandblast / Grey Finish Coating and Light fixture body : Aluminium / PC Luminaire Wattage 10W, Well designed thermal management system

58.00 Nos

Nos

Page 41: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

41

with aluminium heat sink Operating Voltage of AC 165-270V 50HZ with universal elcectronic driver, Light colour should be iny range of 2700-3000K, , Mean rated service life L70(tq 25 °C) = 50,000 h.Ingress protection rating (DIN EN 60529): IP65, with "OEM Certification for this tender" The luminaire should be provided with Electrical safety class I. Operating Temperature 0 deg to +50 deg with 5 years of Comprehensive Operation, Maintenance including defect liability period..

9 Item No.09 Suuply, installation, testing & commissioning of the required earthing system (3 nos.) as per standard engineering practice and the drawings attached. The sectional drawing for the recommended earthing system is attached for reference. To be verified by Engineer-in-charge.

03.00 Nos

Nos

10 Item No.10 Supply & Installation of Stone fitments, in sandstone to match with the existing material of the monument, with special adhesive for Luminarie installations. Size would range from 15cm to 50cm, as per site requirement & to be verified by Engineer-in-charge.

110.00 Nos

Nos

11 Item No.11 Supply & Installation of customised wooden channel/conduit & stone channel/conduit (for pathways) , made up of exterior-grade water-resistant/ weatherproof/ termite proof, salt resistant and sturdy MDF board to accommodate the running cables throughout the monument. Thickness of the MDF board should be minimum 10mm. The section drawing is attached for reference.

820.00 RMT

RMT

12 Item No.12 Supply and Laying of one number 4 core x25 sq mm ISI Marked Aluminium UnArmoured PVC insulated and PVC sheathed / XLPE power cable of 1.1 KV grade of following size direct in ground or pipe or trench as required including excavation, sand cushioning, protective covering and refilling the trench etc as required.

50.00 RMT

RMT

Page 42: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

42

13 Item No.13 Supply and laying of 4.0 sq. mm x 3 core ISI marked, FRLS PVC insulated, single core copper conductor cable in the wooden channel with proper connections, glands, etc

1100.00 RMT

RMT

14 Item No.14 Supply and fixing Power Supply 24V, 6.3A, 150W

100.00 Nos

Nos

15 Item No.15 Supply and fixing IP67 weatherproof box for Power Supply with cable glands at input and output of the box, size of the box should be sufficient to accommodate the power supply of the fixtures.

235.00 Nos

Nos

16 Item No.16 Excavation of soft soil with minimum depth of 300 mm and maximum upto 900 mm and width of 300 mm required for laying of main cable/branch luminarie cables etc. and refill with 15cm thick River sand covered with precast slab/ brick and remaining with earth and to bring back the earth in original condition and providing inspection chambers wherever required.

200.00 RMT

RMT

17 Item No.17 DEFECT LIABILITY PERIOD 5 YEARS - FREE MAINTENANCE OF THE ILLUMINATION FOR FIVE YEARS. 17(a) Operation & Maintenance and defect liability Charges including replacement of defective fixtures, cables, labour charges etc. from the date of testing and commissioning of the project for the first year

1.00

Each

18 Item No.17(b). Operation & Maintenance and defect liability Charges including replacement of defective fixtures, cables, labour charges etc. for 2nd year from the date of expiring the first year warranty period, after testing and commissioning of the project for the Second year

1.00

Each

19 Item No.17(c). Operation & Maintenance and defect liability Charges including replacement of defective fixtures, cables, labour charges etc for 3rd year from the date expiring the second year warranty period For the third year

1.00

Each

Page 43: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

43

20 Item No.17(d). Operation & Maintenance and defect liability Charges including replacement of defective fixtures, cables, labour charges etc for 4th year from the date expiring the third year warranty period For the fourth year

1.00

Each

21 Item No.17 (e). Operation & Maintenance and defect liability Charges including replacement of defective fixtures, cables, labour charges etc for 5th year from the date expiring the fourth year warranty period For the fifth Year

1.00

Each

Total ---------

Dated Signature of Contractor along with seal

Page 44: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

44

16. TECHINICAL DATA SHEET

16.1Every bidder has to upload the technical data sheet of the items proposed in the BoQ as per the details given in Annexure-II. Bidders are also encouraged to attach detailed catalog etc., of the product stating item code in the cover number 02 for the technical evaluation.

16.2The sample of the materials or articles proposed to supply for installation should be submitted before the competent authority for approval of the product.

16.3Bidder should download the technical data sheet and fill the column in their letter head as per their Make, Model & Specification etc, and upload inCover number 02 for the technical evaluation.

Page 45: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

45

17. EVALUATION CRITERIA

17.1 Selection of Bidder will be conducted as per Competitive Bidding 17.2 The bidder who fulfils Technical Eligibility Requirement mentioned under Technical

Eligibility Requirement shall be declared technically qualified and financial bid in respect of only technically qualified bidder shall be opened.

17.3 The bidder who quotes lowest rate in financial bid will be declared as L1. 17.4 In case of tie in lowest rate, the Company/ Firm/ Agency/contractor who has

completed/executed more value of illumination works during the last 3 years in centrally protected monuments in Archaeological Survey of India / any other Government organization/ temple/ iconic/ heritage building shall be declared as L1. In case of any further tie, the Company/ Firm/ Agency who has more turnover in last 3 financial years as per the statutory auditor report, shall be declared as L1.

17.5 Award Criteria: Inviting Authority shall award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the Bidding Document and has offered the lowest evaluated Bid, provided that the Bidder has likewise been determined to be qualified to perform the Contract satisfactorily.

17.6 The work shall be awarded to the L1 bidder.

Page 46: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

46

18. TERMS AND CONDITION OF CONTRACT 18.1 GENERAL

18.1.1 The contracting Company/ Firms/ Agency shall not be allowed to transfer, assign,

pledge or sub-contract its rights and liabilities under this contract. 18.1.2 The tenderer will be bound by the details furnished by him/ her to this Department,

while submitting the tender or at 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.

18.1.3 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.

18.1.4 All the workers deployed in this Department 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.

18.1.5 Similar works shall mean works of conservation/repairing work of ancient structures/monuments/old structures of central/state/protected/heritage building/endowment/trustee.

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

18.1.7 While all efforts have been made to avoid errors in the drafting of the tender 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

18.2 LIABILITIES, CONTROL ETC. OF THE PERSONS DEPLOYED

18.2.1 This Department shall not be responsible for any damages, losses, claims, financial or Injury/accident to any person deployed by service providing agency in the course of their Performing the functions / duties, or for payment towards any compensation.

18.2.2 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 Compliance certificate in this regard will be submitted along with the bills every month.

18.2.3 The tendering agency will be responsible for compliance of all statutory provisions relating to minimum wages, Service tax, Provident Fund and Employees State Insurance etc.

18.2.4 The contractor shall commence the work within 15 days of the date of acceptance of the work order or within 15 days from the date of issue of work order whichever is earlier.

18.2.5 The contractor/tenderer will be bound by the details furnished to the ASI while submitting the tender or at subsequent stage. In case, any of such documents furnished is found to be falls at any stage, it would be deemed to be a breach of

Page 47: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

47

terms of contract, making it liable for legal action besides termination of contract and forfeiture of Performance Security.

18.2.6 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.

18.2.7 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.

18.3 LEGAL

18.3.1 Vendor will be responsible for timely payment to the supplied manpower and statutory authorities 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.

18.3.2 EPF/ESI contributions paid to the contractor labours worked for the awarded work will be reimbursed as per the norms of CPWD GCC contract labour regulations on actual basis, and on submission of requisite documents along with bill (paid remittance and annexure I to IX of CPWD contract labour regulations)

18.3.3 The tendering agency shall also be liable for 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.

18.3.4 The provision of The Information Technology Act (IT Act) as amended from time

to time will be applicable to the vendor and the assigned employees to ASI. 18.4 FORCE MAJEURE

18.4.1 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 of contract, the performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, act of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (here in after referred to ‘events’) provided notice of the happening of such events is given by either party shall be reason of such event be entitle to terminate this contract nor hall either party have any claim for damage against the order in respect of such non – performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, and the decision of the DG ASI as to whether the deliveries have been so resumed or not, shall be final or conclusive, provided further that if the performance in whole or part or any 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 to terminate the contract.”

Page 48: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

48

18.5 ARBITRATION

18.5.1 Amaravati circle and the selected vendor shall make every effort 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 except 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 DG ASI and the award of arbitration, as the case may be, shall be final and binding on both the parties. The arbitrator with the consent of parties may modify 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 thereunder and any statutory modification or re-enactment, thereof. The arbitration proceeding shall be held in Andhra Pradesh, India.

18.6 APPLICABLE LAW

18.6.1 The work order will be governed by the laws and procedures established by the

Govt. Of India, within the frame work of applicable legislation and enactment made from time to time concerning such commercial dealings/ processing.

Page 49: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

49

19. INSTRUCTION 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 CCP Portal, prepare their bid in accordance with the requirements and submitting their Bids online on the CCP Portal. More information useful for submitting online Bids on the CPP Portal may obtained at: http://eprocure.gov.in/eprocure/app. 19.1 REGISTRATION

19.1.1 Bidders are required to enrol on the e Procurement module of the Central Public Procurement Portal (URL: http://eprocure.gov.in/eprocure/app ) by clicking on the link “Online Bidder Enrolment” on the CPP Portal which is free of charge.

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

19.1.3 Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CCP Portal.

19.1.4 Upon enrolment, the Bidders will be required to register their valid Digitals Signature Certificate (Class II or Class III Certificate with signing key usage) issued by any Certifying Authority recognised by CCA India (e.g.Sify / NCode / E-Mudhra etc.), with their profile.

19.1.5 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.

19.1.6 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.

19.2 SERCHING FOR TENDER DOCUMENTS

19.2.1 There are various search options built in the CCP Portal, to facilitate Bidders to search active tenders by several parameters. These parameters could include Tender ID, Organisation Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the Bidders may combine a number of search parameter’s such as Organisation Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal.

19.2.2 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 Tenders’ 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

19.2.3 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

19.3 PREPARATION OF BIDS

Page 50: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

50

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

19.3.2 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 documents have to be submitted, the number of documents – 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.

19.3.3 Bidder, in advance should get ready the Bid documents to be submitted as indicated in the tender document / schedule and generally, they can bein 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 documents.

19.3.4 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 ,annual reports ,auditor certificates etc.) has been provided to the Bidders. Bidders can use “My Space” or “Other Important Documents” area 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.

19.4 SUBMISSION OF BIDS 19.4.1 Bidder should log into the site well in advance for bid submission so that they can

upload the time i.e. on or before the Bid submission time. Bidder will be responsible for any delay to other issues.

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

19.4.3 Bidder has to select the payment option as “office” to pay the tender fee /EMD as applicable and enter details of the instrument.

19.4.4 Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted / couriered /given in person to the concerned 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 upload bid will be rejected.

19.4.5 Bidders are requested to note that they should necessarily submit their financial Bids 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 downloaded and to be filled by all the Bidders. Bidders are required to 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 be changed. Once the details have been completed, the Bidder should save it and submit it online, without changing the file name. If the BOQ file is found to be modified by the bidder, the Bid will be rejected

19.4.6 The server time (which is displayed on the Bidder’s dashboard) will be considered as the standard time for referencing the deadlines for submission of

Page 51: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

51

the Bids by the Bidders, opening of Bids etc. The Bidders should follow this time during Bid submission.

19.4.7 All the documents being submitted by the Bidders would be encrypted using PKLencryption 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 asymmetric encryption using buyers / Bid opener’s public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorised Bid openers.

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

19.4.9 Upon the successful and timely submission of Bid (i.e after Clicking “Freeze Bid submission” in the portal), the portal will give a successful Bid submission message & a Bid summary will be displayed with the Bid No. and the date & time of submission of the Bid with all other relevant details.

19.4.10 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.

19.5 ASSISTANCE TO BIDDERS

19.5.1 Any queries relating to the tender document and 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

19.5.2 Any queries relating to the process of online Bid submission or queries relating to CPP Portal in general may be directed to the 24 X 7 CPP Portal Helpdesk Mobile Number - + 91 8826246593 Tel: 24 X 7 Help Desk Number 0120-4200462, 0120-4001002

Page 52: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

52

ANNEXURE- I

PERFORMANCE BANK GURANTEE (Clause Number 9.6)

(To be executed on non-Judicial stamped paper of an appropriate value)

Bank Guarantee number:

Amount of Guarantee:

Guarantee Period from ………………….to………………

Guarantee Expiry date:

Last date of Lodgement:

Date:

WHEREAS Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle having its office at…………………………………(hereinafter referred to as “The Owner” which expression shall unless repugnant to the context includes their legal representatives, successors and assigns) has invited a Tender/executed a binding to the contract on (Please insert date of publication of Tender/ acceptance of the letter of acceptance) with (name of the bidder…………) (hereinafter referred to as the “Contractor”which expression shall unless repugnant to the context include its legal representatives, successors, and permitted assigns)for the work of ………………………………………………………………….. based on the terms & conditions set out in the Tender Documents number (Tender reference number of the tender documents………………..dated……..and various other documents forming part thereof.

AND WHEREAS one of the conditions of the Award of Contract issued to

…………………………………………………………. (Contractor Name) vide letter number …………………………………………. dated…………. is that the Contractor shall furnish to the Owner a Bank Guarantee from a scheduled bank in India having a branch at ………..for an amount of ……………../equal to 3% ( Three percent) of the total contract Sum( the amount guaranteed under this bank guarantee shall hereinafter be referred to as the “Guaranteed Amount” ) against due and faithful performance of the Contract including the performance bank guarantee obligation and other obligations of the contractor for the supplies made and the services being provided and executed by under the Contract. This bank guarantee shall be valid from the date of hereof up to the expiry of the Contract Period including five years liability free maintenance period and any extension thereof.

AND WHEREAS the contractor has approached (Name of the scheduled bank) (herein

after referred to as the “Bank”) having its registered office at (insert the address) ……………… and at the request of the contractor and in consideration of the promises made by the contractor, the bank has agreed to give such guarantee as hereunder: -

Page 53: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

53

(i) The Bank hereby undertakes to pay under this guarantee, the Guaranteed Amount claimed by the Owner without any further proof or conditions and without demur, reservation, contest, recourse or protest and without any enquiry or notification to the contractor merely on a demand raised by the Owner stating that the amount claimed is due to the Owner under the Contract. Any such demand made on the Bank by the Owner shall be conclusive as regards the amount due and payable by the bank under this bank guarantee and the bank shall pay without any deductions or set offs or counterclaims whatsoever, the total sum claimed by the Owner in such Demand. The owner shall have the right to make an unlimited number of Demands under this bank guarantee provided that the aggregate of all sums paid to the Owner by the Bank under this bank guarantee shall not exceed the Guaranteed Amount. In each case of demand, resulting to change of PBG values, the Owner shall surrender the current PGB to the Bank for amendment in price.

(ii) However, the bank’s liability under this bank guarantee shall be restricted to an amount not exceeding (figure of Guaranteed Amount to be inserted here) ………………..only.

(iii) The owner will have the full liberty without reference to the Bank and without affecting the bank guarantee to postpone for any time or from time to time the exercise of any powers and rights conferred on the Owner under the Contract and to enforce or to forbear endorsing any powers or rights or by reasons of time being to the contractor which under law relating the Surety would but for the provisions have the effect of releasing the surety.

(iv) The rights of the Owner to recover the Guaranteed Amount from the Bank in the manner aforesaid will not be affected or suspended by reasons of the fact that any dispute or disputes have been raised by the Contractor and/or that any dispute(s) are pending before any office, tribunal or court in respect of such Guaranteed Amount and/or the Contract.

(v) The guarantee herein contained shall not be affected by the liquidation or winding up dissolution, change of constitution or insolvency of the contractor but shall in all respects and for all purposes be binding and operative until payment of all money due to the Owner in respect of such liability or liabilities is affected.

(vi) This Bank guarantee shall be governed by and construed in accordance with the laws of the Republic of India and the parties to this bank guarantee herby submit to the jurisdiction of the Courts of Andhra Pradesh for the Purpose of settling any disputes or differences which may arise out of or in connection with this bank guarantee and for the purposes of enforcement under this bank guarantee.

(vii) All capitalized words used but not defined herein shall have the meanings assigned to them under the contract

(viii) NOTWITHSTANDING anything stated above, the liability of the Bank under this Bank Guarantee is restricted to the Guaranteed amount and the bank guarantee shall expire on the expiry of the Warranty Period under the Contract.

(ix) Unless a Demand under this Bank Guarantee is filed against the bank within six months from the date of expiry of this Bank Guarantee all the rights of the

Page 54: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

54

Owner under this Bank Guarantee shall be forfeited and the bank shall be relieved and discharged from all liabilities, hereunder

(x) However, in the opinion of the Owner, if the Contractor’s obligations against which this Bank Guarantee is given are not completed or fully performed by the Contractor within the period prescribed under the Contract on request of the Contractor, the bank herby agrees to further extend the Bank Guarantee, till the Contractor fulfils its obligations under the Contract.

(xi) We have the power to issue this Bank Guarantee in your favour under Memorandum and Article of Association and the Undersigned has full power to do so under the Power of Attorney dated (date of power of attorney to be inserted………….) granted to him by the bank.

Date: Bank Corporate Seal of the Bank By its constituted Attorney Signature of a person duly authorized to sign on behalf of the Bank

Page 55: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

55

ANNEXURE- II

TECHNICAL DATA SHEET (Clause Number 16)

16.4. TECHINICAL DATA SHEET for item no 01 of the BoQ

Particulars of Item Proposed Specifications as per BoQ Make, Model &

Specification offered by bidder

Make Bidder to Specify

Model Bidder to Specify

Body of fittings

Heavy duty extruded aluminum construction, Terracotta Colour

powder coated by Corrosion resistant Nano coating technology

Driver Integral encapsulated high efficiency electronic driver having aAluminum

extrusion construction

System Wattage at maximum output

40W (Steady state)

Lumens Output >3600 Lm (LPW>90)

CRI 70

LED CCT Warm White 2200K

Control (Operating Platform)

Not required

Beam Angle Asymmetrical/ Elliptical Beam

(15degX45deg)

Operating voltage AC 240V, 50/60 Hz

Lumen maintenance 50000 Hours @L70 25 Degree C

Operating Temperature Range

0 to 50 deg C

IP /IK Protection IP66, IK07

Inbuilt surge protection 5kV and upgraded with integrate IP67

protected SPD of 10KV/5KA

Page 56: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

56

Mandatory Certification BIS

Mandatory test report LM79, LM80

Power Factor 0.95 or more

THD <5%

Luminaire connectors Waterproof Connectors, IP67

Driver Efficiency 85% or more

Bidder to upload in File no ….. in Technical

package.

Copy of Catalogues, Luminaire performance &Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. BIS Certificate, RoHS compliance, Polar curve diagram, Illuminance diagram, is mandatory during bid submission. Original IES files, OEM Certificate to be submitted by mail on demand, Photometric parameters such as System wattage, Lumen Output, Peak Intensity will be verified from the LM-79 Test Report.

Page 57: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

57

16.5. TECHINICAL DATA SHEET for item no 02 of the BoQ

Particulars of Item Proposed Specifications as per BoQ Make, Model &

Specification offered by bidder

Make Bidder to Specify

Model Bidder to Specify

Body of fittings

Pressure Die-Cast Aluminum, Terracotta Colour powder coated by

Corrosion resistant Nano coating technology

Driver Integral encapsulated high efficiency electronic driver having a Aluminum

extrusion construction

System Wattage at maximum output

100W (Steady state)

Lumens Output >11200 Lm

CRI 70

LED CCT Warm White 3000K

Control (Operating Platform)

Not required

Beam Angle 60 Deg

Operating voltage AC 240V, 50/60 Hz

Lumen maintenance 50000 Hours @L70 25 Degree C

Operating Temperature Range

0 to 50 deg C

IP /IK Protection IP66, IK07

Inbuilt surge protection 10kV and upgraded with integrate IP67 protected SPD of 10KV/5KA

Mandatory Certification BIS

Mandatory test report LM79, LM80

Page 58: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

58

Power Factor 0.95 or more

THD < 10%

Luminaire connectors Waterproof Connectors, IP67

Driver Efficiency 85% or more

Bidder to upload in File no ….. in Technical

package.

Copy of Catalogues, Luminaire performance &Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. BIS Certificate, RoHS compliance, Polar curve diagram, Illuminance diagram, is mandatory during bid submission. Original IES files, OEM Certificate to be submitted by mail on demand, Photometric parameters such as System wattage, Lumen Output, Peak Intensity will be verified from the LM-79 Test Report.

Page 59: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

59

16.6. TECHINICAL DATA SHEET for item no 03 of the BoQ

Particulars of Item Proposed Specifications as per BoQ Make, Model &

Specification offered by bidder

Make Bidder to Specify

Model Bidder to Specify

Body of fittings

Pressure Die-Cast Aluminum, Terracotta Colour powder coated by

Corrosion resistant Nano coating technology

Driver Integral encapsulated high efficiency electronic driver having a Aluminum

extrusion construction

System Wattage at maximum output

170W (Steady state)

Lumens Output >19100 Lm

CRI 70

LED CCT Warm White 3000K

Control (Operating Platform)

Not required

Beam Angle 10 Deg

Operating voltage AC 240V, 50/60 Hz

Lumen maintenance 50000 Hours @L70 25 Degree C

Operating Temperature Range

0 to 50 deg C

IP /IK Protection IP66, IK07

Inbuilt surge protection 10kV and upgraded with integrate IP67 protected SPD of 10KV/5KA

Mandatory Certification BIS

Mandatory test report LM79, LM80

Page 60: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

60

Power Factor 0.95 or more

THD <10%

Luminaire connectors Waterproof Connectors, IP67

Driver Efficiency 85% or more

Bidder to upload in File no ….. in Technical

package.

Copy of Catalogues, Luminaire performance &Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. BIS Certificate, RoHS compliance, Polar curve diagram, Illuminance diagram, is mandatory during bid submission. Original IES files, OEM Certificate to be submitted by mail on demand, Photometric parameters such as System wattage, Lumen Output, Peak Intensity will be verified from the LM-79 Test Report.

Page 61: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

61

16.7. TECHINICAL DATA SHEET for item no 04 of the BoQ

Particulars of Item Proposed Specifications as per BoQ Make, Model &

Specification offered by bidder

Make Bidder to Specify

Model Bidder to Specify

Body of fittings

Pressure Die-Cast Aluminum, Terracotta Colour powder coated by

Corrosion resistant Nano coating technology

Driver Integral encapsulated high efficiency electronic driver having a Aluminum

extrusion construction

System Wattage at maximum output

50W (Steady state)

Lumens Output >5600 Lm

CRI 70

LED CCT Warm White 2200K

Control (Operating Platform)

Not required

Beam Angle 60 Deg

Operating voltage AC 240V, 50/60 Hz

Lumen maintenance 50000 Hours @L70 25 Degree C

Operating Temperature Range

0 to 50 deg C

IP /IK Protection IP66, IK07

Inbuilt surge protection 10kV and upgraded with integrate IP67 protected SPD of 10KV/5KA

Mandatory Certification BIS

Mandatory test report LM79, LM80

Page 62: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

62

Power Factor 0.95 or more

THD <10%

Luminaire connectors Waterproof Connectors, IP67

Driver Efficiency 85% or more

Bidder to upload in File no ….. in Technical

package.

Copy of Catalogues, Luminaire performance &Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. BIS Certificate, RoHS compliance, Polar curve diagram, Illuminance diagram, is mandatory during bid submission. Original IES files, OEM Certificate to be submitted by mail on demand, Photometric parameters such as System wattage, Lumen Output, Peak Intensity will be verified from the LM-79 Test Report.

Page 63: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

63

16.8. TECHINICAL DATA SHEET for item no 05 of the BoQ

Particulars of Item Proposed Specifications as per BoQ Make, Model &

Specification offered by bidder

Make Bidder to Specify

Model Bidder to Specify

Body of fittings

Pressure Die-Cast Aluminum, Terracotta Colour powder coated by

Corrosion resistant Nano coating technology

Driver Integral encapsulated high efficiency electronic driver having a Aluminum

extrusion construction

System Wattage at maximum output

50W (Steady state)

Lumens Output >5600 Lm

CRI 70

LED CCT Warm White 3000K

Control (Operating Platform)

Not required

Beam Angle 60 Deg

Operating voltage AC 240V, 50/60 Hz

Lumen maintenance 50000 Hours @L70 25 Degree C

Operating Temperature Range

0 to 50 deg C

IP /IK Protection IP66, IK07

Inbuilt surge protection 10kV and upgraded with integrate IP67 protected SPD of 10KV/5KA

Mandatory Certification BIS

Mandatory test report LM79, LM80

Page 64: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

64

Power Factor 0.95 or more

THD <10%

Luminaire connectors Waterproof Connectors, IP67

Driver Efficiency 85% or more

Bidder to upload in File no ….. in Technical

package.

Copy of Catalogues, Luminaire performance &Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. BIS Certificate, RoHS compliance, Polar curve diagram, Illuminance diagram, is mandatory during bid submission. Original IES files, OEM Certificate to be submitted by mail on demand, Photometric parameters such as System wattage, Lumen Output, Peak Intensity will be verified from the LM-79 Test Report.

Page 65: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

65

16.9. TECHINICAL DATA SHEET for item no 06 of the BoQ

Particulars of Item Proposed Specifications as per BoQ Make, Model &

Specification offered by bidder

Make Bidder to Specify

Model Bidder to Specify

Body of fittings

Pressure Die-Cast Aluminum, Terracotta Colour powder coated by

Corrosion resistant Nano coating technology

Driver Integral encapsulated high efficiency electronic driver having a Aluminum

extrusion construction

System Wattage at maximum output

15W (Steady state)

Lumens Output >1300 Lm

CRI 70

LED CCT Warm White 3000K

Control (Operating Platform)

Not required

Beam Angle 30 Deg

Operating voltage AC 240V, 50/60 Hz

Lumen maintenance 50000 Hours @L70 25 Degree C

Operating Temperature Range

0 to 50 deg C

IP /IK Protection IP66, IK08

Inbuilt surge protection 10kV and upgraded with integrate IP67 protected SPD of 10KV/5KA

Mandatory Certification BIS

Mandatory test report LM79, LM80

Page 66: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

66

Power Factor 0.95 or more

THD <5%

Luminaire connectors Waterproof Connectors, IP67

Driver Efficiency 85% or more

Bidder to upload in File no ….. in Technical

package.

Copy of Catalogues, Luminaire performance &Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. BIS Certificate, RoHS compliance, Polar curve diagram, Illuminance diagram, is mandatory during bid submission. Original IES files, OEM Certificate to be submitted by mail on demand, Photometric parameters such as System wattage, Lumen Output, Peak Intensity will be verified from the LM-79 Test Report.

Page 67: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

67

16.10. TECHINICAL DATA SHEET for item no 07 of the BoQ

Particulars of Item Proposed Specifications as per BoQ Make, Model &

Specification offered by bidder

Make Bidder to Specify

Model Bidder to Specify

Body of fittings

Pressure Die-Cast Aluminum, Terracotta Colour powder coated by

Corrosion resistant Nano coating technology

Driver Integral encapsulated high efficiency electronic driver having a Aluminum

extrusion construction

System Wattage at maximum output

20W (Steady state)

Lumens Output >1500 Lm

CRI 70

LED CCT Warm White 3000K

Control (Operating Platform)

Not required

Beam Angle 30 Deg

Operating voltage AC 240V, 50/60 Hz

Lumen maintenance 50000 Hours @L70 25 Degree C

Operating Temperature Range

0 to 50 deg C

IP /IK Protection IP66, IK08

Inbuilt surge protection 10kV and upgraded with integrate IP67 protected SPD of 10KV/5KA

Mandatory Certification BIS

Mandatory test report LM79, LM80

Page 68: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

68

Power Factor 0.95 or more

THD <5%

Luminaire connectors Waterproof Connectors, IP67

Driver Efficiency 85% or more

Bidder to upload in File no ….. in Technical

package.

Copy of Catalogues, Luminaire performance &Safety :IEC 60598, IS 10322-5, IS 161-03/05/06/07, Surge : IEC 61000-4-5, EMC : EN 55015 LM 79, LM 80, & TTC certificates will be provided from NABL accredited lab. BIS Certificate, RoHS compliance, Polar curve diagram, Illuminance diagram, is mandatory during bid submission. Original IES files, OEM Certificate to be submitted by mail on demand, Photometric parameters such as System wattage, Lumen Output, Peak Intensity will be verified from the LM-79 Test Report.

Page 69: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

69

Annexure – III

Drawings and Concept plan as per estimate

Page 70: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

70

Page 71: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

71

Page 72: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

72

Page 73: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

73

Page 74: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

74

Page 75: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

75

Page 76: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

76

Page 77: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

77

Page 78: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

78

Page 79: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

79

Page 80: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

80

Page 81: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

81

Page 82: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

82

Page 83: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

83

Page 84: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

84

Page 85: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

85

Page 86: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

86

Earthing Drawing

Page 87: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

87

Page 88: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

88

Annexure - IV

(To be executed on non-Judicial stamped paper of an appropriate value)

NON- JUDICIAL STAMP PAPER

AFFIDAVIT (Clause Number 9.11.5)

I/We ……………. Proprietor/Managing Director/Proprietors of M/s………… and signatory/signatories of the agency and pursuant to the Resolution passed by the Board of Directors of M/s………………………………...on ………………………. (Date), which is current as on date, is/are here by authorized Mr.……………… General Manager to sign and execute on several basis for and on behalf of the company all letters, forms, applications, agreement and any other document in connection with signing of general conditions work contract agreement for the work of ……………………………………….vide work order number……………. by me/company and to do all other deeds and things related thereto and incidental thereof as deemed fit by him for and on behalf of the company. Also resolved further that Shri…………..is authorized to use/ affix the common seal of the company (as given below) to the agreement, contract, tender document and all other document. Specimen signature of Shri ……………………… General Manager: Proprietor/Proprietors signature For ………………………………. (company) (Company seal) (Certificate of Notary and seal)

Page 89: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

89

Annexure - V (Must be filled in Firms/Contractors letter head and upload)

10. APPLICATION FOR TENDER

(Clause Number 10)

*All information should be filled and UPLOAD WITH ALL SUPPORTIVE DOCUMENTS as a proof of information sought in Tender Application for Technical Evaluation. Non-compliance of the instruction will lead to disqualify the NIT application as an ‘incomplete NIT application’ and reject the bid at the initial stage of Technical Evaluation.

Sl. No Tender criteria/ Description of Documents

(To attach/upload in CPP Portal for Technical Evaluation)

10.1 For Contractor Name of Licensee as per Valid registration certificate.

Please write the details (eg: Shri. Ramakrishna Agrawal) Attached

10.1.a Enlisted by which department/Licence issuing Authority and their full address

10.1.b Company/Contractor’s Valid Registration certificate/Licence number

10.1.c Written power of Attorney of the signatory of the Bid to commit the Bidder and minutes of the Board of directors appointing a person to sign on behalf of company.

10.1.d Class, Category& Financial limit as per licence

10.1.e Licence/Enlisted is valid up to

10.1.f Communication Address

Phone number

Mobile number

Email id for tender clarification etc., through CPPP

10.2 For MSMEs registered with NSIC Firms Name of the Enterprise/firm (if it is registered in MSEs registered with NSIC) Attached as

Attached

10.2.a Under which National Industry Classification Code the Company is registered and its classification activity

10.2.b MSME UAN Number

Page 90: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

90

10.2.c Enterprise social class

10.2.d Address of the Enterprise

Phone number

Mobile number

Email id

10.2.e Enterprise Type (micro/small/medium)

10.2.f Registered under which activity (manufacturing/services)

10.2.g Date of commencement

10.2.h Date of Filing

10.2.i Date of printing

10.2.j NSIC Registration certificate attached as Attached

10.2.k NSIC Registration number

10.2.l Government Purchase Enlistment Registration number Attached as

Attached

10.2.m Valid from ….. up to………..

10.2.n Monetary Limit

10.2.o As a MSMEs registered company please specify Name of services/Activities

10.2.p Definition of activities/services

10.2.q Quantitative /capacity services

Page 91: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

91

10.3 Valid Registration certificate of Establishment- For Labour Licence

Attached

10.3.a Registration number

10.3.b Name of the establishment

10.3.c Nature of the Business (services/commercial)

10.3.d Validity period: from……... to ……….

10.3.e Valid Labour Registration Certificate Number

10.3.f Valid Labour Registration Certificate- Central/State

10.4 Copy of the Valid GST Registration certificate(also attach Copy of the GST returns/ challan for the last quarter of the FY 2020-21)

Attached

10.4.a GST Registration Number

10.5 Copy of PAN Card

Attached

10.5.a PAN card in favour of

10.5.b Pan card Number

10.6 IT filed for last three financial year attached Attached

10.6.a Assessment year 2018-19 for the financial year 2017-18 Attached

10.6.b Assessment year 2019-20 for the financial year 2018-19 Attached

10.6.c Assessment year 2020-21 for the financial year 2019-20 Attached

10.7 Signed Copy of Statutory Auditor audit report for the financial year of FY 2017-18; FY 2018-19; &FY 2019-20

Attached

10.7.a Address of Statutory Auditor/ Chartered Accountant

10.7.b Membership No. of ICAI

10.7.c Financial Turn over 2017-18 Attached

10.7.d Financial Turn over 2018-19

10.7.e Financial Turn over 2019-20

10.8 Valid ESI registration Certificate(also attach Copy of the challan for the last quarter of the FY 2020-21)

Attached

10.8.a ESI registration Certificate Number

10.9 Valid EPF registration Certificate (also attach Copy of the challan for the last quarter of the FY 2020-21)

Attached

10.9.a EPF registration Certificate Number

Page 92: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

92

10.10 Self- declaration certificate Attached 10.11 Acceptance letter Attached

10.12 Signed NIT document uploaded uploaded

10.13 Technical Data Sheet as per Annexure - II uploaded

10.14 Signed drawings uploaded as per Annexure - III uploaded

10.15 Copy of the DD for EMD (if Applicable) Attached

10.15.a Name of the Bank

10.15.b DD Amount

10.15.c DD Number

10.15.d DD date

10.15.e Bid Security Declaration (Annexure-X)

Attached / Not Applicable

10.16 Experience certificates for the work executed as per Clause 7.02. Bidders are advised to upload/ attach copy of the experience certificates fulfilling the qualification criteria only.

10.16.a Copy of the work order supporting to the work completion certificate for qualifying experience criteria.

Attached

10.16.b Copy of the work completion certificate proofing the amount of work executed.

Attached

10.16.c Please see the eligible criteria requirement 7.02 and furnish any one of the eligibility criteria for qualifying the work experience of similar nature of work like Supply, Installation, Testing, Commissioning, of Architectural/ Façade lighting of Heritage monument/ Temple/ government buildings/ Iconic Buildings Rastrapathi Bhavan/ Statue of Unity using LED luminaires in Heritage buildings, Temples, archaeological sites etc.; work executed/ handled by the tendering Company/ Firms /Agency during the last seven years (September 2014 to August 2021) in the following format: Work experience of Firms/contractors will be taken into account for Technical evaluation from the following table. Given statement should be supported with work completion certificate along with corresponding work order of the completed work issued by the department where the firm/contractor was awarded with work. Mere Work order copy will not be considered as a work contract. So don’t upload any document of the work order value which is less than the eligibility criteria as specified.

Sl.no

Name& address/ telephone number of the Department for the work was done &agreement number

Date of commencement

Date of completion Reason for delay &compensation levied if any

Tendered amount

Gross amount of the completed work/ Net amount received

stipulated Actual

2014-15 1 2

OR 2015-16

Page 93: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

93

This is to certify that no adverse action on any of the above mentioned works has been taken by the concerned department against me/us. I/we understand that if any information is found incorrect our contract is liable to be cancelled. The information/documents furnished along with the above application are true and authentic to the best of my/our knowledge and belief. I /we 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.

Signature of authorized person

Date: Name: Place: Seal:

1 2

OR 2016-17 1 2

OR 2017-18 1 2

OR 2018-19 1 2

OR 2019-20 1 2

OR 2020-21 1 2 TOTAL

Page 94: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

94

Annexure - VI

(To be given on company/contractors letter head)

12. DECLARATION

12.1 I -------------------------------Son/ Daughter of Shri --------------------signatory of the Agency/firm mentioned above is competent to sign this declaration and execute this tender document.

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

12.3 My agency has not been black listed/ debarred from participating in tender of any Ministry/Department of Government of India undertaking in the last three (3) Years as on date of opening of this tender.

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

12.5 I/ We 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.

12.6 The agency/contractor will ensure that it is complying with all statutory liabilities relating to taxes, payment of minimum wages and other statutory liabilities.

12.7 The rates quoted by me are valid and binding upon me for the entire period of contract and it is certified that the rates quoted are the lowest rates as quoted in any other institution in India.

12.8 I/We give the rights to the competent authority of the Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada to forfeit the Earnest Money/Security money deposit by me/us in case of breach any of conditions of Contract.

12.9 I/we have actually seen the work site and are fully aware of the quality and quantity of work to be executed.

12.10 I/we hereby further declare that my/our bid is unconditional in any manner whatsoever in nature.

12.11 I/we shall abide by the Compliance of Public Procurement (Preference to Make in India), order 2017 and subsequent amendment time to time that: a) The bidder is compliant to Public Procurement (Preference to Make In India) order 2017 and subsequent amendments dated 16th September 2020 as relevant and applicable; b) The bidder is compliant to the Provision of Rule 144 (xi) of GFR 2017.

Signature of authorized person(s)

Authorized Signatory (Authorized person should attach a copy of Authorization for signing on behalf of bidding company)

Date: Full Name: Place: Seal:

Page 95: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

95

Annexure - VII

(To be given on Company Letter Head)

13. TENDER ACCEPTANCE LETTER (Clause Number 13)

Date:

To, The Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle, Vijayawada.

Sub: Acceptance of Terms & Conditions of Tenders. Tender Reference No: 03/NIT/2021-22/Amaravati /Kurnool Sub circle

Name of Tender /Work: SRP Illumination to the Beach Ghantikiburuzu (Locally Known as Konda Reddy Burz) Kurnool, Andhra Pradesh. Dear Sir,

a. I / We have downloaded /obtained the tender document (s) for the above mentioned ‘Tender / Work ‘from the web site (s) as per your advertisement, given in the above mentioned web site(s).

b. I / We hereby certify that I / We have read the entire terms and conditions of the tender documents (including all documents like annexure (s), Schedule(s), etc. which form part of the contract agreement and I /We shall abide hereby with the terms /conditions /clauses contained therein.

c. The corrigendum (s) issued from time to time by your department /organization to have also been taken into consideration, while submitting this acceptance letter.

d. I / We do hereby declare that our Firm has not been blacklisted /debarred by any Govt. Department / Public sector undertaking.

e. I / We certify that all information furnished by our Firm is true & correct, 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 can summarily reject the bid or terminate the contract, without prejudice to any other rights or remedy including the forfeiture of the said earnest money deposit in full absolutely.

Yours faithfully,

(Signature of the Bidder, with Official Seal)

Page 96: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

96

Annexure - VIII

(Auditor/ Chartered Accountant’s Letter head)

11. CERTIFICATE OF CHARTERED ACCOUNTANT/STATUTORY AUDITOR (Clause Number 11)

Certified that following is the turnover works of Shri/M/s……………………………………… as per returns filed with Income Tax Department for the past three Financial years.

Name and Registered address of individual/firm/company:

SL NO

Description

Financial year

2017-18 2018-19 2019-20

11.1 Annual Turnover

11.2 Net Worth

11.3 Current Assets

11.4 Current Liabilities

11.5 Total Revenues

11.6 Profit Before Taxes

11.7 Profit After Taxes

(Signature)

Name

For the Chartered Accountant

Membership NO of ICAI/ UDIN Number

Date and Seal

Page 97: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

97

Annexure - IX

Sample Agreement Form (for reference only) (Clause Number 9.11.1)

(To be executed on non-Judicial stamped paper of an appropriate value) Deed of Agreementfor defect liability free maintenance Illumination work for the work ………………………………….,at …………..state……… ARCHAEOLOGICAL SURVEY OF INDIA, AMARAVATI CIRCLE

Name of Work:- ..................................................... Tender No. Name of work Tendered Amount Period

First year

Page 98: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

98

2

3

4

5

1 The agreement is made on this ……….thday of ……………, 2021 between the President of India, acting through the Superintending Archaeologist, Archeological Survey of India, Amaravati Circle, Vijayawada, under Ministry of Culture, Government of India, (herein after called ASI or the ‘First Party’ or the competent authority, which expression shall, unless repugnant to the context or its meaning thereof, includes its successors in office and assignees) of one part;

And

M/S ………………………………………..full address(hereinafter called the ‘Second Party’firm/agency/contractor/service provider, which expression shall, unless repugnant to the context or its meaning thereof, include his/her successors, substitutes & permitted assignees) of other part;

WHEREAS the First Party is desirous of utilizing the services of Second Party (being the successful bidder against ASI tender no:...................................., forProviding ................................................. Circle, and other supporting services on contract basis etc. complete as per the terms and conditions of tenders stated above and as per work order issued. Whereas, vide Tender Notice No: …………… published in CPPP portal and other ASI web sites etc. the Superintending Archaeologist Archeological Survey of India, Amaravati Circle, Vijayawada, invited Bids from eligible Contractors/ Service providers/Firms/Company for illumination work to……..ASI monument (hereinafter referred to as the said “Tender Notice”.

And whereas, in respond to the said Tender Notice, the Contractor/Service Provider vide its Offer for Rs. ………………..00 (Rupees ………………………………….. only) submitted online Bid to the Government (hereinafter referred to as the “said Bid”).

Page 99: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

99

And whereas, the Superintending Archaeologist vide Order No: …………………, dated …………………. has conveyed its acceptance of the said Bid to the Contractor / Service Provider M/S ……………………………………………….(herein after referred to as the “said work”) And whereas, the Contractor / Service Provider M/S ………………………………has vide its letter number …………………….dated ……………..Has furnished the performance security deposit of Rs…………………….00 (Rupees……….. in the form of DD/ PG/ FDR number…………Dated ……….. issued by ………….., ,………..,……………….and fully hypothecated to the Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle , in terms of the said work order issued by the Superintending Archaeologist.(herein after referred to as the “said Performance security deposit”)

2

NOW, THEREFORE, IT IS HEREBY AGREED BETWEEN THE PARTIES AS FOLLOWS:-

1. This is an agreement for supply, installation, commissioning and illumination and

total maintenance freework with five year Defect Liability Period for……… ASI, Amaravati Circle.

2. The agreement is executed between the Superintending Archaeologist, Archaeological Survey of India, Amaravati Circle and ……………………………for illumination and maintenance work in ASI, Amaravati Circle for the period from ............ to .................

3. The contracting Company/ Firms/ Agency shall not be allowed to transfer, assign, pledge, sub-let or sub-contract its rights and liabilities under this contract, failing which the competent authority shall serve a notice, rescinding the contract, where upon the Earnest Money and Security Money shall be forfeited. That Contractor shall be debarred for participation in the re-tendering process of ASI in future, or the company shall be liable to be blacklisted from the Government of India. 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. No claim whatsoever on this account will be entertained by the ASI.

4. 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 Compliance certificate in this regard will be submitted along

Page 100: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

100

with the bills every month. The company shall be required to maintain daily attendance/leave report in the format as prescribed by ASI.

5. It shall be the responsibility of the contractor/firm to ensure that no damage is caused to monument / Government property at the site by his/their vehicle or labour party. Cost of such damages, if any, will be assessed at the discretion of the Superintending Archaeologist and the same will have to be made good by the contractor/firm.

6. The persons engaged will be expected to observe discipline and decorum at the

work place and adhere to all instructions/rules in force in the office.

7. The service provider shall be contactable at all times by landline/mobile/email/Fax/Special Messengers from ASI Sub-Circle in charge. The Service Provider shall strictly observe the instructions issued time to time from the site in charge.

8. Though the Normal working hours for illumination is 19.30 hours to 05.00hrs it will be depending upon the requirement of site, and in this regard they should adhere the instructions of the Site In-Charge. No accommodation/transportation facilities will be provided by ASI. In case of any mishaps/accidents occurred during discharging of duties by the labourers, the compensation liabilities will solely rest with contractor and no compensation/aid will be paid by the ASI and redressal of grievances shall be by contractor agency only.

9. The work order will be governed by the laws and procedures established by the Government of India, within the frame work of applicable legislation and enactment made from time to time concerning such commercial dealings/ processing.The award of the contract will be subject to the fulfillment of the conditions laid down in relevant Rules under GFR 2017 and Manual for procurement of goods 2017 Chapter 7 as amended from time to time.

10. That in consideration and acceptance of Performance security deposit made by ………………………………………to the Superintending Archaeologist in accordance with the financial bid submitted by the approved bidder and as accepted by the Government, and as per the terms and conditions of the Tender Document, the Contractor/ Service provider shall carry out the said work strictly as per the provisions of the TenderPart

And

11. The parties here to shall be bound by the provisions of the following documents,

Page 101: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

101

which shall, in the following order of precedence, form part of this agreement, namely:-

(i) This Agreement (on non-judicial stamp paper) (ii) Work Acceptance& work order No. …………….. dated ………….. issued by

the Superintending Archaeologist,………..circle to the approved bidder. (iii) Acceptance/acknowledge letter number…………..dated……of the approved

bidder for the Award of contract and submission of Performance Security Deposit vide bank guarantee/ DD/ FDR ……………… ….of……bank…………dated ……….

(iv) Site handed over/ taken over report (v) Award of Contract issued to ………….vide letter number …………dated…. (vi) Technical and financial bid submitted on line by the Contractor/ Service Provider

strictly in terms of provision of the tender documents. (vii) Special and General Conditions of Contract 2020 (construction work)of CPWD. (viii) Technical Data sheet, specifications and drawings as laid down by this office

tender document. (ix) NIT Tender Notice number……………..&NIT id ……………... (x) GFR

SETTLEMENT THROUGH COURT

It is a term of this contract that the Second Party shall not approach any Court of Law for the settlement of such disputes or differences unless an attempt has first been made by the parties to settle such disputes or differences in the manner as provided herein above.

AWARD TO BE BINDING ON ALL PARTIES

The Arbitration Award shall be binding on all parties.

The Agreement shall be governed by the Law of India for the time being in force.

IN WITNESS WHEREOF, the representatives of the Parties to this Agreement being duly authorized have hereinto set their hands and have executed these present on Monday of ………….thday of ………………2021.

For and On Behalf of President of India

Signature of First Party Signature of Second Party

Page 102: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

102

By its constituted Attorney Signature of a person duly authorized to sign on behalf of the Company

Witness of First Party Witness of Second Party (Name & address) (Name & address) (1) ............................................... (1) ...............................................

(2) …………………………………. (2) ...............................................

Page 103: *29(510(17 2) ,1',$ 0,1,675< 2) &8/785( $5&+$(2/2 ...

Contractors signature with seal

103

Annexure - X

(To be given on Company Letter Head)

PERFORMA FOR BID SECURITY (Clause Number 4.8.3)

Whereas I/We ………… (Name of the agency) ……………. have submitted bids for ………… (Name of the work) ……………. vide tender reference No……………………….

I/We hereby submit following declaration in lieu of submitting Earnest Money Deposit.

1. That I/We have availed the benefit of wavier of EMD while submitting our offer against the subject tender and no EMD being deposited for the said tender.

2. If after opening of tender, I/We withdraw or modify my/our bid during the period of validity of tender (including extended validity of tender) specified in the tender documents,

3. If, after the award of the work, I/We fail to sign the contract, or to submit performance guarantee before the deadline defined in the tender documents, or I/We commit any breach of tender conditions/contract which attracts penal actions of forfeiture of EMD. I/We shall be suspended for one year and shall not be eligible to bid for Archaeological Survey of India tenders from date of issue of suspension order.

Signature and Seal of the Authorised Signatory of the Bidder

Name of the Authorised Signatory: Company Name: