upe"\le~ - ASI, Kolkata Circle

21
OPEN TENDER NOTICE (Second Call) FOR M.W.(CONSERV ATION) TO CONSERVATION OF INSTITUTE-DE- CHANDANNAGOR, DUPLEX PALACE, HOOGHLY, WEST BENGAL FOR 2018-19 REFERENCE NO. F.NO: M31K.C-JJ1?03/2017-18(Vol.-II) ._ ..-42> D7. dr. - 6 MAR 2019 GOVERNMENT OF INDIA MINISTRY OF CULTURE ARCHAEOLOGICAL SURVEY OF INDIA KOLKATA CIRCLE upe"\le~ Arch eological SUNey oi India Kolkata Circle. Kolkata

Transcript of upe"\le~ - ASI, Kolkata Circle

OPEN TENDER NOTICE (Second Call)

•FOR M.W.(CONSERV ATION) TO CONSERVATION OF INSTITUTE-DE­

CHANDANNAGOR, DUPLEX PALACE, HOOGHLY, WEST BENGAL FOR 2018-19

REFERENCE NO. F.NO: M31K.C-JJ1?03/2017-18(Vol.-II) ._ ..-42> D7 .

dr. - 6 MAR 2019

GOVERNMENT OF INDIAMINISTRY OF CULTURE

ARCHAEOLOGICAL SURVEY OF INDIAKOLKATA CIRCLE

upe"\le~Arch eological SUNey oi India

Kolkata Circle. Kolkata

Section-l

Table - A: Time and Work Frame

FOR EXECUTION OF WORK - M.W.(Conservation) to Conservation of Institute-de­Chandannagor, Duplex Palace, Hooghly,West Bengal for 2018-19.

Manual bids shall not be accepted

CRITICAL DATE SHEET

I. Date of issue of Tender 06.03.2019 at 18.00 Hrs.

2. Bid Document Download/Sale Start [late 06.03.2019 from 18.15 Hrs.

3. Date of Pre Bid Conference For clarifying N.A.issues and doubts, if any, aboutspecification of material and servicesprojected in Bid document.

4. Start date for submission of filled-in tender 06.03.2019 from 18.20 Hrs.document.

5. Bid Submission End Date 27.03.2019 up to 11.00 Hrs.

6. Date of opening of TechnicallFinancial bid 28.03.2019 at 11.30.Hrs.

7. Date of meeting with Bidders post N.ATechnical Bid opening for presentation andDocument Verification

8. Validity of Bid 360 Days.

Super \e~1 dW",. I <.:: ,.\loy oi n laArcli 0109\\:3, -.JU. V J

Koll<.ataCircle. Kolkatar:

Dear Sir,

I. The Archaeological Survey of India invites online Bids in the prescribed form under the Two Bidsystem i.e. Technical Bid and Financial Bid for the Execution of work:- M.W.(Conservation) toConservation of Institute-de-Chandlannagor, Duplex Palace, Hooghly, West Bengal for2018-19

2. The system of e-tendering shall be adopted, comprising of Technical Bid and the Financial Bid.Document Download: Tender documents may be downloaded from CPPP sitehttps://eprocure.gov.in/eprocure/app and www.asikolkata.in as per the schedule as given inCRITICAL DATE SHEET.Technical Bid should, inter alia, contain all technical details of services and solutions to be providedalong with such documentary proofs. Financial Bid should, inter alia, indicate item-wise price andother commercial/financial terms against the items mentioned in the Technical Bid.

3. Bid Submission:

Applicants/intending or interested Bidders are invited to submit their proposal after carefully readingthe 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 proposalsare to be submitted within the stipulated date and time as mentioned in the Bid document as given inCRITICAL DATE SHEET.Bids shall be submitted online only at CPPP website: https://eprocure.gov.in/eprocure/app Biddocuments may be scanned with 100 dpi with black and white option which helps in reducing size ofthe scanned document.

4. Earnest Money Deposit:

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

5. The EMD be submitted separately as under:

I. Tender inviting authority in the Superintending Archaeologist, Archaeological Survey of India,Kolkata Circle, Kolkata.

2. Time period for the work/supply shall be 360 days from the issue of the work order.

.- 6. Estimated Cost of Tender: Rs. 2,34,31,2001- (Rupees Two crore thirty four lakhs thirty onethousand & two hundred only)

Address for communication, are as given below­Contact Details'Contact Person 1. Dr. G. Maheshwari,SUQerintendingArchaeologist.

2. ShriBirnal Sinha Dv.SunerintendinzArchaeologist.Address for communication Office of the Superintending Archaeologist, Archaeological Survey of

India, Kolkata Circle, CG.O. Complex, 4th Floor, Block - DF, Sector- I,Salt Lake City, Kolkata - 700064.

F. No.M3/K.C.-01l03/2017-18 (Vol.- II)Government of India

Office of the Superintending ArchaeologistArchaeological Survey of India

Kolkata circle, C.G.O. complex (4th floor)B1ock-DF, Sector-I, Salt Lake City, Kolkata -700 064.

Web Site: www.asi.nic.in / www.asikolkata.in

TENDER DOCUMENT (Second Call) (Financial Bid)

For the Work : M.W.{Conservation) to Conservation of Institute-de-Chandannagor, DuplexPalace, Hooghly, West Bengal for 2018-19 as per detailed below.

Estimated Cost: Rs.2,34,31,200/-

(Rupee!; Two crore thirty four lakhs thirty one thousand & two hundred only)

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

SI. No.Description and specification of items of work to be executed Specification I Units

Quantities to beexecuted

Covering the working area of the building by good quality tarpaulin sheet / hessianI sheet on bamboo framework including supplying and erecting same to prevent 822.52 sqm

sqm

ingress of rain water in building complete.

2 Shoring up with bamboo / sal bullah props, the overhead members of roof as aprecautionary measure against falling during repairs as and where required including 9129.95 cum

hiring charges. cum

.., Carefully taking out old and damaged dead lime concrete from roof very carefully_,layer by layer including removing of rubbish up to a lead of 75 mts. 150.10 cum cum

4 Supplying-(i) ISMB- 200 x 100 of weight 25.4 kg /mt 1.63 MT,

MT

(ii) ISMB- 150 x 80 of weight 14.9 kg /mt 0.27 MTMT

(iii)5 Replacing wooden beam by R.S. joist along with positioning, leveling and fixing

complete, including hire and labour charges for necessary sal bullah props, necessary Numberpacking between beams and burgahs but excluding the cost of joist or wooden beam 16 numbersand concrete/ Brick works etc needed for mending damages.

6 Supplying, fitting and fixing sal wood work in burgahs position complete. 14.13 cumcum

7 Renewing ceiling tile in double layer including pointing in cement / lime & sand sqm

mortar (1:3) 95.38 sqm

8 125mm thick lime terracing on roof with lime concrete (2:2:7) (2 lime putty / paste:2 surki : 7 brick khoa ) laid to proper slope, thoroughly beaten and cured including 1501.00top finishing, providing ghoondies at junction with parapet etc., shaping and sqm

sqm

finishing at mouths of rain water pipes, complete as per direction.

9 Renewing rounding only (100 mm. radius) at the junction of roof and parapet etc.with beaten lime concrete (2:2:7) with slaked lime (2 lime putty / paste: 2 surki : 7 695.86 Rmt Rmt

brick khoa )10 Very carefully taking out existing damaged plaster (avg.31.5 mm thk) layer 6886.64

by layer with all safety measures to ensure safety of internal brick masonry sqm

including raking joints of wall and ceiling.sqm

II 31.5 mm thick new lime and sand plaster to walls (I :2) 1 stone lime: (1 sand 5823.88

+ I surki plaster) to walls. sqm sqm

12 12.5 mm thick plastering to ceilings in mortar (I :2) 1 lime putty: (1 sand + 1 surki) 1222.30plaster. sqm

sqm

13 Stitching crack in brick wall by carefully cutting outface brick 125 mm. deep into thewall, cleaning the gap and filling up the same with precast plain cement concrete

Number452

block (250x125x75)mm carefully set in lime mortar (1:1:1) including mending good numbersdamages and finishing the surface to match with adjacent areas complete as perdirection.

14 Wood work with 1st class teak wood in door and window frame fitted and fixed inposition complete including a protective coat of painting at the contact surface of the 0.72 cum cum

frame.15 Taking out shutter of door and window, dismantling by parts (for repair or

replacement of damaged parts), reassembling and refitting and re-hanging same with 150.21 sqmold fittings but with new screws as necessary. sqm

16 Dismantling all types of plain cement concrete (floor), stacking serviceable materialsat site and removing rubbish as directed within a lead of75 m. 4.95 cum cum

17 Artificial stone in floor, dado, staircase etc with 25 mm cement concrete (I :2:4) withstone chips, laid in panels as directed with 3 mrn topping made with ordinary orwhite cement (as necessary) and marble dust in proportion (1:2) including smoothfinishing and rounding off corners including raking out joints or roughening of 198.30 sqm sqmconcrete surface and application of cement slurry before flooring works usingcement @ 1.75 kg/sqm all complete including all materials and labour.

18 Supplying fitting and fixing 15 to 18mm thick marble tile in skirting height over15mm (avg) thick base oflime : sand mortar (I :2) including grinding, polishing & 134.20 sqmfinishing complete. sqm

19 Repairing / renewing to 50 mm thick louvered wooden weather board complete allover the building. 39.25 sqm sqm

20 Removing thick layers of paint from heavily cracked and blistered painted surface oftimber by careful burning with blow lamp including smoothening exposed surface of 2830.25 sqmtimber with pumice stone or glass and preparing the same for fresh treatment. sqm

21 Priming one coat on timber surface with synthetic oil bound primer of approved 2244.25quality including smoothening surfaces by sand papering etc. sqm

sqm

22 Painting two coats with best quality synthetic hi-gloss enamel paint other than whiteshade of approved make and brand including smoothening surface by sand papering 2244.25 sqmetc. including using of approved putty etc. on the wooden surface, if necessary. sqm

23 Removing of old paint from blistered painted surface of steel or other metal bychipping including scraping and cleaning and exposing the original surface. 943.94 sqm sqm

24 Priming one coat on steel or other metal surface with synthetic oil bound primer of 1781.27approved quality including smoothening surfaces by sand papering etc. sqm

sqm

25 Painting two coats with best quality synthetic hi-gloss enamel paint other than whiteshade of approved make and brand including smoothening steel or other metal 1781.27surface by sand papering etc. including using of approved putty etc. on the metal sqm sqm

surface, if necessary.26 French polishing to wooden surface including complete removal of the old polish. 1176.23 sqm

sqm

27 Supplying best 4mm Indian sheet glass panes set in putty (as per I.S specification)and fitted and fixed with teak wood beads and nails complete. 9.45 sqm sqm

super; t~n~ '<...Archae logical Survey of India ~ ...

KOi"d;.-:A G,icia, Kolkata

28 Supplying, fitting and fixing brass fittings, hinges for doors and windows complete Whole

as per requirement. One Item Job

29 Taking out and re-fixing C. 1. Grating of down pipe where necessary & aftercleaning the mouth including mending good damages in cement mortar (I :3) 21 numbers Number

30 Supply fitting, fixing new cast iron down pipes conforming to IS:3989-1970 andIS:1729-1964 in position with necessary clamps, nails including making hole in wall,floor etc. and cutting trenches in any soil through masonry concrete structures etc. if 35.00 Rmt

Rmtnecessary and mending good damages including joining with jointing materialscomplete.

31 Painting two coats with ready mixed red lead paint of approved make and brand over 7.18 sqmsqm

CI pipes complete.32 Fixing Gl / Aluminium net on roof over the mouth of cast iron down pipes. One Item Whole

Job

33 Scraping of moss, blisters etc. thoroughly from exterior surface of walls necessitating 3488.68the use of scraper, wire brush etc. sqm

sqm

34 Lime punning about 3 mm. thick with stone lime and shel1lime (I :2) 3380.14sqm sqm

35 Applying two coats of interior grade solvent based acrylic primer of approvedquality and brand on plastered surface old or new surface to receive acrylic 4644.30emulsion paint including scraping and preparing the surface thoroughly complete as sqm sqmper direction of the Competent Authority.

36 Applying two coats of luxury quality Acrylic Emulsion Paint of approved make andbrand on interior walls and ceiling including sand papering in intermediate coats 4644.30including putty as per direction of the Competent Authority. sqm sqm

37 Applying two coats exterior grade Acrylic primer of approved quality and brand onplastered surface old or new surface to receive decorative textured, matt finishacrylic exterior emulsion paint including scraping and preparing the surface 6065.87thoroughly, complete as per manufacturer's specification and as per direction of the sqm sqm

Competent Authority.

38 Applying two coats decorative cement based paint of approved quality afterpreparing the surface including scraping the same thoroughly (plastered or concrete 6065.87surface) as per manufacturer's specification. sqm sqm

---

39 Anti-termite treatment to the outside of foundation with chemical emulsion byadmixing chloropyrofos emulsifiable concentrate (1% concentration) with water byweight, drilling 12mm. dia holes in concrete or masonry apron at an interval of300mm. to a depth, of 300mm or more as close to the plinth wall as possible and the 251.00 Rmt Rrntchemical emulsion pumped into those holes to soak the soil below at a rate of 2.25litres per linear metre complete as per specification.

40 Replacing wood work with teak wood in roof canopy fitted and fixed in positioncomplete including a protective coat of painting at the contact surface of the frame 4.85 cum

cum

excluding iron Butt Hinges and M.S clamps.

41 Strengthening the roof canopy frame by welding additional flats / angles fittingfixing complete. One Item Whole

Job

42 Supplying 1.25 mts height ornamental MS grill for boundary walls withspecifications as per drawing and design weighing 70 kg / Rmt complete. 171.50 Qts

Qts

43 Fitting & fixing the grills over the boundary wall including making holes and settingof grills with nuts / welding and filling holes with concrete &mending all damages. 245.00 Rmt Rmt

44 Supplying 0.79 mts height ornamental MS grill for pathways with specifications asper drawing and design weighing 26 kg / Rmt complete. 175.90 Qts Qts

45 Fitting & fixing the grills beside pathways including making holes and setting ofgrills with nuts / welding and filling holes with concrete complete. 676.90 Rmt Rmt

46 Up-gradation of two toilet block including resetting new tiles, marble & providingnew water connection line from main sources along with necessary toilet fittings and One Item Wholefixtures as per direction of the Competent Authority. Job

47 Cleaning of sewerage / drainage system and relaying of damaged surface drains asper existing.Internal drainage, septic tank, inspection pits to be provided new or repaired with One Item Wholenecessary 1st class brick work (1:4),25 mm thick plaster (1:6) and the surface finish Jobwith 3-5 mm neat cement finish complete as per direction of the CompetentAuthority.

48 External ancient sewerage lines to be restored with help and guidance fromChandannagor Municipality with necessary permission. One Item Whole

Job49 Providing new pathway all around the monument-

Brick edging 75 mm wide with pickedjhama bricks 250 rnm depth, laid true to lineand level including cutting necessary trench in soil or in hard metalled surface, 1043.72laying the bricks and repacking the trench (on both side of the edging) with spoils Rmt Rmtand ramming the same thoroughly complete as per direction.

50 Laying 1:3:6 proportion cement concrete with graded jhama khoa (30 mm size)excluding shuttering, providing necessary slope & curing complete. 84.99 cum cum

51 Supplying and laying 25 mm thick chequered ti les of any shade & of approvedquality with (1:II/d) cement concrete laid in panels or patterns as directed inpavement including necessary underlay 25 mm thick [avg] cement mortar (1:3) 1132.96complete in all respect with all labour and materials. [Using cement slurry @ 4.4 sqm sqmkg/Sq.m at back side @2.4 kg/Sq.m for joint filling]

52 Protective and Decorative Acrylic exterior emulsion paint of approved quality, as permanufacturer's specification and as per direction of EIC to be applied over acrylic 1132.96primer as required. The rate includes cost of material, labour, scaffolding and all sqm sqmincidental charges but excluding the cost ofprirner.

53 Providing water membrane treatment (15-20 mm ) over roof terrace with lime: finesand mortar 1:3 mixed with styrene butadiene rubber (SBR) polymer latex in 1500.09proportionate @ 7.5 kg per 50 kg lime including curing and finishing complete as sqm sqmper direction of the Competent Authority.

54 Installation of three number lightening arrestor with three separate earthing pitconnected with (6 x 40) mm GI flat in the building along with proper checking of One Item Wholeearth resistance value and continuity of line with reports complete. Job

55 Cleaning vegetation, debris and mud deposit and exposing the old foundation in the Wholesouthern side of the palace including removal of rubbish upto a lead of 200 mt. One Item Job

56 Repairing of existing two number fountains along with three water tanks byproviding necessary water pipe line, pump etc. One Item

WholeJob

supeinie~.Archa ological Survey of India

Koll<ata Circ\a, Kolkata

57 Electrical wiring where required to be done using approved lSI quality new copperwire/cable (4 mm / 2 mm / 1.5 mm) including necessary switches, MCB, DB boxes.PVC casing, with proper earthing to be done over surface in galleries and verandas One Item

Wholeincluding removing of existing concealed electrical lines as per actual requirement Job

and as directed by the Competent Authority.

58 Shifting of different materials and furniture's within museum time to time as perrequirement during work. One Item Whole

Job

59 Providing three brick masonry tanks (1 x 2 x 3) mt with plaster (1 :6) and 3 mm neatcement finish for slaking oflime, making lime putty, mixing & & grinding mortar, One Item

Wholewashing of sand etc. Job

60 Erecting and dismantling bamboo's scaffolding as and when required during works 8568.14including carrying of scaffolding materials in different places. sqm sqm

61 Parapet wall and cement concrete balustrade to be repaired as per original. One ItemWholeJob

62 Removal of deposited debris / rubbish outside campus by hired vehicle as and when One ItemWhole

required. Job

63 Hiring including carriage and labour charges for motor, pump, generator set, safety One Item Wholeequipments, temporary lights as per requirement. Job

~;pecification

1. First class Brickwork:-

(a) Materials: Bricks shall be first class of standard specification, regular in shape and size with sharpedges and corners. They shall emit a clear ringing sound on being struck. They shall be of uniformdeep red or copper colour, free from cracks, chips, efflorescence, flaws and lumps of any kind. Drybricks shall not absorb more than 20% of their weight when immersed in water for 24 hours.Brick shall have an average compressi ve strength of not less than 100 kg per sq ern and not morethan 125 kg per sq cm.For cement mortar, cement shall be normal fresh portland cement of standard quality. Sand shall bemedium coarse sand, clean, sharp and free from clay, mica or organic matter. Water used shall beclean and reasonably free from oils, acids, alkalies, salts and vegetable growth.Generally potable water shall be used.

(b) Cement Mortar: The brickwork shall be done with the specified cement mortar mixing by volumethe ingredients in the specified proportion.

(c) Soaking of Bricks: All bricks shall be thoroughly soaked in water by submerging them in cleanwater for at least four hours just before use.

(d)Curing: Brickwork shall be protected from rain by suitable covering when the mortar is green.Masonry work in cement mortar or lime mortar shall be kept constantly moist on all faces for a

minimum period of seven days.

2. Artificial stone flooring:-

Usual thickness is 25 mm. The ingredients are cement, sand and stone chips in the proportion 1:2:4or as specified.

(a) Materials: Coarse aggregate shall be stone chips well graded from 12mm down, free from dust,dirt etc. hard and rough. Sand shall be medium coarse in size, clean, free from dirt etc. Cementshall be normal fresh Portland cement .All the materials as stated above and water shall complywith their respective standard specifications.

(b) Proportioning and mixing: Usual proportion of cement, sand and coarse aggregate shall be 1 :2 :4 or as specially mentioned. Mixing of concrete shall be done by hand or by mechanical mixer. Incase of hand the cement and sand shall be at first mixed dry and this dry mixture shall be furthermixed with dry aggregate till the coarse aggregate is well coated with dry mix of cement and sand.Required amount of water cement ratio to be maintained. The mixture shall have a slump of notmore than 4 cm. Concrete panel only shall be mixed at one lot.

(c) Laying: Flooring of specified thickness shall be laid in the pattern as directed by the CompetentAuthority. The panel shall be of uniform size similar as per existing. The whole operation of layingin one panel completed within 30 minutes.

(d) Finishing: The surface shall be left for some time, till moisture disappears from it. Excessivetoweling shall be avoided. Use of dry cement or cement and sand mixtures sprinkled on the surfaceto stiffen the concrete or absorb excessive moisture, shall not be permitted. Fresh quantity ofcement 2.0 kg of cement shall be mixed with water to form a thick slurry and spread over an areaof one sq m of flooring while the concrete is still green.

(e) Curing: The curing shall done for a minimum period often days. Curing shall not be commenceduntil the top layer has hardened. Covering with empty cement gunnies shall be avoided as thecolour is likely to be bleached with the remnants of cement matter from the bags.

3. Lime Terracing:-

(a) Materials: Coarse aggregate shall be of well burnt first class brick ballast of uniform deep cherryred or copper colour. It shall be homogeneous in texture and roughly cubical in shape. Itmust notbe porous or with any sign of saltpetre. It shall be free from dust, dirt or other vegetable mattersand shall pass through 25mm dia. ring but retain on 6mm squares mesh screen. It shall be wellgraded.Necessary bio- ingredient to be mixed and used as per direction by Competent Authority.

upe"t~Archa OI()~;'C?: 5urv~y ~ fildi'a

\~.()tc;O,rC:2,Kolkata

(b) Proportioning: The proportioning of ingredients shall be by volume. While measuring aggregateshaking, ramming or heaping shall not be done. The proportion may be 2 parts lime putty or paste2 parts surki and 7 parts coarse aggregate (brick khoa) or as specified.

(c) Mixing: The mixing shall be done on a clean solid platform. Brick aggregate shall be well soakedwithfor not less than 3 hours before mixing and it shall be stacked evenly on the platform. Lime andthe specified quantities shall at first be mixed dry till of uniform colour and it shall be spread overtheballast. The materials shall then be turned over once without adding water and then at least furtherthree times gradually adding water to give a uniform concrete mix. The mix to be kept forminimum 10 days.

(d) Laying - The surface shall be cleaned and shall be moistened by sprinkling clear water beforelaying concrete. Concrete shall then be laid (not thrown) on the roof slab in a single layer about20% thicker than specified for consolidation with slope (minimum 1 in 50) towards gutter.

(e) Consolidation- Levelled concrete surface shall be preliminarily rammed with 6 kg woodenrammers. During this preliminary ramming, the surface shall be tested and kept perfectly true andeven by means of trowel. The concrete shall then be consolidated by beating with wooden malletsweighing about I to 2 kg slowly and gradually to the specified thickness within a period of7 to 10

days.(f) Finishing- The surface shall be softened by sprinkling pure water and mortar which is brought to

the surface by beating shall then be rendered smooth and finished with lime rubbed with the face ofa trowel.

(g) Curing- The roof shall be kept wet for at least 10 days, intermittently spraying water on straw orold gunny bags or fine sand laid on the roof.

4. Lime punning to walls-

(a) Materials- 1 part of stone Iime with 2 parts of shell lime shall be thoroughly mixed, stirredwith water and then strained through a cloth to remove gritty and foreign matters, if any. Both thelimes shall be slaked and tempered by keeping under water at least 10 days before use. Aftermixing the lime with water it shall be allowed to settle down for about 24 hours, after which theclean water rising to the surface shall be allowed to run off from the container and soft lime puttywhich has settled down at the bottom shall be taken out and used for punning.Necessary bio- ingredient to be mixed and used as per direction by Competent Authority.(b) Preparation of base- The sand plaster shall be thoroughly cleaned from any loose particles andwashed with water before application of the punning.(c) Application of the punning- Lime punning should be applied uniformly for 3 mm thick andrubbed h with steel trowel. The coat shall be finished by rubbing with a steel trowel jo a shiningwhite surface finished complete.

5. Wood work for door and window frames/ shutters-

(a) Materials- Timber shall be of teak , sal etc., well seasoned, dry, free from sap, knots, crack or anyother defects or diseases. It shall be sawn in the direction of the grains. Sawing shall be trulystraight and square. The scantling, shall be planned smooth and accurate to the full dimensions,rebates, rounding and mouldings, before assembling, patching or plugging of any kind shall not bepermitted except as provided.

(b) Joints- These shall be mortise and tenon type, simple, neat and strong. Mortise and tenon jointsshall fit in fully and accurately without wedging or filling. The joints shall be glued framed, puttogether and pinned with hardwood or bamboo pins not less than 10 mm dia. After frames are puttogether pressed in position by means of a press.

(c) Surface treatment- Wood work shall not be painted, oiled or otherwise treated before it has beenapproved by Competent Authority ..

(d) Gluing of joints- The contract surface of tenon and mortise joints shall be treated before puttingtogether with bulk type synthetic resin adhesive of a make approved by the Competent Authority.

I.O~- , . '. of India;';'.'.113

(e) Fixing in position- The frame shall be placed in position truly vertical before the masonry reacheshalf the highest oOfthe opening with iron clamps or as directed by the Competent Authority .. Incase of door frames without sills, the vertical members shall be embedded in thr flooring to adepth of 40 mm or as directed by the Competent Authority.

(f) Gluing of joints for panelled or Glazed shutters: - The contact surfaces of tenon and mortisejoints shall be treated before putting together with bulk type synthetic resin adhesive of a makeapproved by the Competent Authority .. Shutters shall not be painted, oiled or otherwise treated,before these are fixed in positions as passed by the Competent Authority.

(g) Fittings- Details of fittings to be provided as per actual requirement and as per direction by theCompetent Authority.

6. French Polishing-

(a) Materials: Pure shellac varying from pale orange to lemon yellow colour, free from resin ordirt shall be dissolved in methylated spirit at the rate of 1.5 kg of shellac to 1 litre of spirit.Suitable pigment shall be added to get the required shade.

(b) Preparation of surface: Unevenness shall be rubbed down smooth with sand paper and welldusted surface shall be cleaned, free from all paints/polish so to bring out the original woodensurface. Visible knots, if any, shall be covered with a preparation of red lead, glue size. Holesand indentations on the surface shall be stopped with glaziers putty. The surface shall be thengiven a coat of wood filler made by mixing whiting (ground chalk) in methylated spirit at therate of 1.5 kg whiting per litre of spirit and rubbed down again with glass paper and wipedclean.

(c) Application: The polish shall then be applied by a pad of woollen cloth covered by a finecotton cloth. The pad shall be moistened with the polish and rubbed hard on the wood in seriesof overlapping circle the mixture sparingly but uniformly over the entire area to give an evenlevel surface.

Finishing: The surface shall be allowed to dry and the remaining coats applied in the same way.To finish off the pad shall be covered with a fresh piece of clean fine cotton cloth, damped withmethylated spirit an rubbed lightly and quickly with circular motion.

supei~te~Arch eologica! Survey of Indlq' ,

Kolkata Circle, Kolkatq

TENDER NOTICE (SecondCall)

I. Online E-Tender on behalf of the President of India, are invited under Two Bid System i.e. TechnicalBid and Financial Bid from reputed, experienced and financially sound Govt.contractors/supplierslFirmsl Agencies who have past experience in conservation works of AncientArchaeological Monuments I sites and specific to the items entered above within last 3 (Three) yearsfor the work of M.W.(Conservation) to Conservation of Institute-de-Chandannagor,Duplex Palace, Hooghly, West Bengal for 2018-19.

2. The time period for execution of the work is 360 days from the date of issue of work order.

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

4. Interested contractors/suppliers/Firms/Agencies may submit their online proposal complete in allrespects within the stipulated date and time as mentioned in the Tender documents as given inCRITICAL DATE SHEET. Bids shall be submitted online only at CPPP websitehttps:lleprocure.gov.in/eprocure/app.

5. Two Nos of separate D.D. (Nationalized Bank) (issued after publication of NIT) as the (i) EarnestMoney Deposit (EMD) Rs.5,86,000/-(Hupees Five lakhs & eighty six thousand only.) & (ii)Tender cost (Non-refundable) Rs.2,000/-- (Rupees Two thousand only) in favour of"Superintending Archaeologist, Archaeological Survey of India, Kolkata Circle, Kolkata" to besubmitted to the Office of Superintending Archaeologist, Archaeological Survey of India, KolkataCircle, Kolkata, C.G.O. Complex, 4thFloor, Block-DF, Sector-l , Salt Lake City, Kolkata-700064 priorto the opening date of the tender. The bid without EMD & Tender cost will be rejected summarily.

6. No tender shall be entertained after the deadline under any circumstances what so ever. The TechnicalBid of tender will be opened at this ofllice on 28.03.2019 at 11.30hrs. at Archaeological Survey ofIndia Kolkata Circle, C.G.O. Complex, 4th Floor, Block DF, Section- I, Salt Lake City, Kolkata -700064 in the presence of authorized representative of Bidders as may wish to be personally present.

This ASI reserves the right to amend or withdraw any of the terms and conditions contained in theTender Document or to reject any or all tenders without giving any notice or assigning any reason. Thedecision of the Superintending Archaeologist, ASI, Kolkata Circle in this regard shall be final andbinding on all parties in all circumstances.

Copy to:1. OFFICE NOTICE BOARD, A.S.!" Kolkata Circle, Kolkata.2. Office Notice Board, A.S.!" Kolkata Sub Circle (1)3. Office Notice Board Institut-de-Chandernagor, Strand Road, Chandernagore, Hooghly-712136.4. The Web Manager, A.S.!" 24 Tilak Marg, New Delhi.5. Office Copy.

~!---~

S erintending Arc~Archaeological Survey ofIndia, Kolkata Circle

For and on behalf of the er~y~ki9t.aSUpenntenat"1 ' Bl .Archaeological Surv'3y of Indl3

KolKata Clr&le, Kolkat3

SCOPE OF WORK AND GENERAL INSTRUCTIONS FOR TENDERERS

I. Online E-Tender on behalf of the President of India, are invited under Two Bid System i.e. TechnicalBid and Financial Bid from reputed, experienced and financially sound Govt.contractors/suppliers/Firms/ Agencies who have past experience in conservation works of AncientArchaeological Monuments / sites and specific to the items entered above within last 3 (Three) yearsfor the work of M.W.(Conservation) to Conservation to Institute-de-Chandannagor,Duplex Palace, Hooghly, West Bengal for 2018-19. The tenderingContractors/Suppliers/Firms/ Agencies are required to enclose photocopies of the following documentsalong with the Technical Bid, failing which their bids shall be summarily/ out-rightly rejected and willnot be considered any further:-

(a) Copies of the valid Registration Certificate of the firm/agency/company/contractor.(b) Copy of PAN card of the firm/agency/company/contractor.(c) Copy ofIT return filed for the last three financial years along with certificates of annual

turnover for the last three financial years ending on 31103/2018 from Statutory AuditorlAuthority.

(d) Copies of the GST registration certificate along with latest clearance certificate.(e) Declaration regarding black listing as per format attached.(f) Experience certificate of having successfully completed conservation works of Ancient

Archaeological Monuments / sites and specific to the items entered above within last 3 (Three)years prior to the current financial year i.e.20 18-19.

(g) Tender Acceptance Letter as per format attached(h) Copy of Labour Registration Certificate including EPF & ESI of the firm lagencyl

company 1 contractor.

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

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

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

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

6. Contractor should visit the working site prior to rate tendering as well as have to furnishcertificates thereof in written along with the tender.

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

8. Water arrangementiScaffolding/T&P articles will be managed by the contractor.

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

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

11. The materials pertaining to this work should be checked by the competent officer.12. Security Deposit - 10% of 1st 1,00,0001-

7.5% of 2nd 1,00,000/·5% of remaining balance amount of tender cost.

13. The ASI reserves the right to amend or withdraw any of the terms and conditions contained in theTender Documents or to reject any or all tenders without giving any notice or assigning any reason.The decision of the Superintending Archaeologist, Archaeological Survey of India, Kolkata Circle,

Kolkata in this regard shall be final and binding on all parties in all circumstances.

14. Conditional bids shall not be considered and will be out rightly rejected in the very first instance.15. Contractor will be responsible for timely payment to the supplier/labour and statutory authorities and

compliance of all statutory provisions relating to minimum wages/specified contract amount etc. in

respect of the person deployed by him in the work.16. The Contractor shall also be liable for depositing all tax, levies, cess etc on amount of work donel

supply of materials/ service rendered by him to the ASI to the concerned tax collection authorities from

time to time as per extant rules and regulations on the matter.17. Whenever the rates quoted by the contractor in figures and in words tally but the amount is not worked

out correctly, the rate quoted by the contractor will be taken as correct and not the amount.18. The total cost quoted by the bidders shall be worked out for deciding the lowest bidder for acceptance

of tender.19. The rate quoted should include all taxes etc. ASI will not entertain any claim whatsoever in this regard.20. In case contractor's signature on tender is fixed in an Indian Language, the rate/ amount! percentage

above or below should also be written in the same language. In the case of illiterate contractors the

rates/percentage should be attested by a witness.21. The discretion of acceptance of tender, will rest with the Circle/Branch OfficerlRegional

Director/Director General, A.S.! who does not bind himself to accept the lowest tender and reserve tohimself the authority to reject any or all of the tenders received, without the assigning any reason. Anytender, in which any of the prescribed conditions are not fulfilled or are incomplete in any respect is

liable to be rejected.22. The contractor shall not be permitted to tender for works in the Archaeological Survey of India,

Circle/Branch Office (Responsible for award and execution of contracts) in which his near relative is

posted as an officer in any capacity.23. No. Engineer of Gazatted rank or other Gazatted Officer employed in Engineering or Administrative

duties in an Engineering Department of the Government of India is allowed to work as a contractor fora period of two years of his retirement from Government service, without the prior permission of theGovernment of India as aforesaid before submission of the tender or engagement in the contractor's

service.24. The tender of the work shall not be witnessed by a contractor or contractors who

himself/themselves/has/have tendered or who may tender for the same work.

EVALUTION CRITERIA:I. 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.2. The bidder who quotes lowest rates for the work in financial bid will be declared Ll.3. In case of tie in lowest rate, the Contractors/Suppliers/Firms/Agencies who have completed

more work orders in last 3 years shall be declared Ll. Copies of Work Order andcompletion certificate from employer shall be provided along with Technical Bid.

4. The work shall be awarded to L 1 bidder.I ::-:- J \__________ I_V- -----Superintending Afehasg)ogi sL

Archaeologi al Survey ofIndia, Kolkata C1rc1eFor and on behalf of the Preside&tof Irdia

superintef'\di~9 :rcn:~~~~aArch3eOIO}C:o\ ...,UN JV

l<o\l\ata CIrcle, Kol\\ata

TECHNICAL ELIGIBILITY REQUIREMENT FOR THE TENDERING CONTRACTORSISUPPLIERS I FIRMS I AGENCIES (Technical Bid)

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

.-

SI REQUIREMENT COpy OF ENCLOSED PAGE NO.

No RELAVANT YES/NO. OF BID

DOCUMENTDOCUMENT

1 Contractors/Suppliers/Firms/ Agencies shouId Copy of Registrationbe registered with the appropriate registration Certificate.authority.

2 PAN card of Contractors / Suppliers / Firms / Copy of PAN card.Agencies

3 IT returns for the last three financial years Copy of IT returnsalong with Proof of annual turnover of the along with certificatesfirm for the last 3 years ending on 31/03/2018. of annual turnover from

Statutory Auditor/Authority.

4 Contractors/Suppliers/Firms/ Agencies should Copy of registrationbe registered with GST. certificate/ No. along

with latest clearancecertificate.

S Declaration regarding black listing as per Declaration in enclosedformat attached. format.

6 Contractors/Suppliers/Firms/ Agencies shouId Copy of the Workhave past experience in conservation works of Order/completionAncient Archaeological Monuments / sites certificate.and specific to the items entered in NITwithin last 03 l:ears Qrior to the currencl:financial year i.e.2018-19

7 Tender Acceptance Letter as per format Tender Acceptanceattached. Letter as per format

attached to be given inContractor/Agency/Firm's Letter Head.

8 Labour Registration Certificate including EPF Copy of the Labour& ESI of the firm /agency/ company / Registration Certificatecontractor. including EPF & ESI of

the firm /agency/company / contractor.

(Signature of the Bidder, with official Seal)

sun~.'Ar aeologic?: Su.rv~y of India

Kol1<.ataCircle, Kolkata

DECLARATION

• 1. I, , SonlDaughter of Shri signatoryof the agency/firm mentioned above, is competent to sign this declaration and execute thistender document.

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

3. My agency/firm has not been blacklisted/debarred from participating in tender of anyMinistry/ Department of Government of India and Government ofIndia undertaking in the lastThree (3) years as on date of opening of this Tender.

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

5. I/We am/are well aware of the fact that furnishing of any false information/fabricateddocument would lead to rejection of my tender at any stage besides liabilities towardsprosecution under appropriate law.

Signature of Authorized person(s)

Date: Full Name:

Place: Seal:

.-

..

DECLARATION

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

provisional of the said conditions annexed hereto so far as applicable and or in default to forfeit and pay to

the President of India or his successor in office the sum of money mentioned in the said conditions. A

sum ofRs (Rupees only) is herewith forwarded in

Bank Demand Draft as Earnest Money. If I1wefail to commence the work as specified in the above

memorandum or I/we fail to deposit the amount of Security Deposit specified in the Contract of the

Memorandum in accordance with the clause applicable of the said conditions of contract I/we agree that

the said President or his successors in office shall without prejudice to any other right or remedy be at

liberty to forfeit the Earnest Money absolutely otherwise the said Earnest Money shall be retained by him

towards such security deposit. I1we further agree that the said President or his successor in office shall

also be at liberty to cancel the acceptance of the tender if I/We fail to deposit security amount as aforesaid.

• Give particulars & number:

• Signature of Tenderer:

• Address with TIN & GST No:

• Signature of Witness:

• Address:

• Date:

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

Signature of the officer by whomtender is accepted.

Instructions for online Bid Submission

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

More information useful for submitting online Bids on the CPP Portal may be obtained at:https://eprocure.gov.in/eprocure/app.

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central PublicProcurement Portal (URL:http//eprocLlre.gov.in/eprocure/app) by clicking on the link "OnlineBidder Enrolment" on the CPP PortaIwhich is free of charge.

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

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

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

5) Only one valid DSC should be registered by a Bidder. Please note that the Bidders areresponsible to ensure that they do not lend their DSC's to others which may lead to misuse.

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

SEARCHING FOR TENDER DOCUMENTS

.-

1) There are various search options built in the CPP Portal, to facilitate Bidders to search activetenders by several parameters. These parameters could include Tender ID, Organization Name,Location, Date, Value, etc. There is also an option of advanced search for tenders, where in theBidders may combine a number of search parameters such as organization Name, Form ofContract, Location, Date, other keywords etc. to search for a tender published on the CPP Portal.

.- 2) Once the Bidders have selected the tenders they are interested in they may download therequired documents / tender schedules. These tenders can be moved to the respective ' MyTender' folder. This would enable the CPP Portal to intimate the Bidders through SMS / e-mailin case there is any corrigendum issued to the tender document.

3) The Bidder should make a note of the unique Tender ID assigned to each tender, in case theywant to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

I) Bidder should take into account any corrigendum published on the tender document before

submitting their Bids.

,2) Please go through the tender advertisement and the tender document carefully to understand

the documents required to be submitted as part of the Bid. Please note the number of covers inwhich the bid document - including the names and content of each of the document that need tobe submitted. Any deviations from these may lead to rejection of the Bid.

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

4) To avoid the time and effort required in uploading the same set of standard documents whichare required to be submitted as a part of every Bid, a provision of uploading such standarddocuments (e.g. PAN card copy, etc.) has been provided to the Bidders. Bidders can use "MySpace" of "Other Important Documents" are available to them to upload such documents. Thesedocuments may be directly submitted from the "My Space" area while submitting a Bid, and neednot be uploaded again and again. This will lead to a reduction in the time required for Bidsubmission process.

SUBMISSION OF BIDS

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

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

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

..

4) Bidder should prepare the EMD as per the instruction specified in the tenderdocuments. 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 ofthe DDI any other accepted instrument, physically sent, should tally with the details availablein the scanned copy and the data entered during Bid submission time. Otherwise the uploadedbid will be rejected.

5) Bidders are requested to note that they should necessarily submit their financial Bid inthe format provided and no other format is acceptable. If the price Bid has been given as astandard BOQ format with the tender document, then the same is to be download the BOQfile, open it and complete the white coloured (unprotected) cells with their respective financialquotes and other details (such as name ofthe Bidder). No other cells should save itand submit it online, without changing the filename. If the BOQ file is found to be modifiedby the Bidder, the Bid will be rejected.

6) The server time (which is displayed on the Bidders' dashboard) will be considered asthe standard time for referencing the deadlines for submission of the Bids by the Bidders,opening of Bids etc. The Bidders should follow this time during Bid submission.

, 7) All the documents being submitted by the Bidders would be encrypted using PKIencryption techniques to ensure the secrecy of the data. The data entered cannot be viewed byunauthorized persons until the time of Bid opening. The confidentiality of the Bids ismaintained using the secured Socket Layer 128 bit encryption technology. Data storageencryption of sensitive fields is done. Any Bid document that is uploaded to the server issubjected to symmetric encryption using a system generated symmetric key. Further this keyis subjected to a symmetric encryption using buyerslBid opener's public keys. Overall, theuploaded tender documents become readable only after the tender opening by the authorized

Bid openers.

8) The uploaded tender documents become readable only after the tender opening by the

authorized Bid openers.

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

10) The Bid summary has to be printed and kept as an acknowledgement of the submissionof the Bid. This acknowledgement may be used as an entry pass for any Bid opening

meetings.

ASSIST ANCE TO BIDDERS

I) Any queries relating to the tender document and the terms and conditions containedtherein should be addressed to the Tender Inviting Authority for a tender or the relevantcontact person indicated in the tender.

2) Any queries relating to the process of online Bid submission or queries relating to CPPPortal in general may be directed to the 24x7 CPP Portal Helpdesk Number:0120- 4200462,

0120- 4001002 .

..

.,.

•TENDER ACCEPTANCE LETTER

(To be given on Contractor Letter Head)Date:

ToThe Superintending ArchaeologistArchaeological Survey of IndiaKolkata Circle, Kolkata

Subject: Acceptance of Terms & Conditions of Tender

Name or Work: M.W.(Conservation) to Conservation of Institute-de-Chandannagor,Duplex Palace, Hooghly, West Bengal for 2018-19

Dear Sir,1. I1We have downloaded/ obtained the tender document(s) for the above mentioned

'Tender/Work' from the web site(s) namely:

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

..•

2. I/We hereby certify that I / We have read the entire terms and conditions of the tenderdocuments from Page No.__ to __ (including all documents like annexure(s),schedule(s) etc.), which form part of the contract agreement and I / we shall abide hereby bythe terms/ conditions/ clauses contained therein.

3. The corrigendum(s) issued from time to time by your department! organization to have alsobeen taken into consideration, while submitting this acceptance letter.

4. I1We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt.DepartmentlPublic sector undertaking.

5. IIWe certify that all information furnished by the our Firm is true & correct and in the eventthat the information is found to be incorrect/ untrue or found violated, then your department/organization shall without giving any notice or reason therefore or summarily reject the bid orterminate the contract, without prejudice to any other rights or remedy including the forfeitureof the full said earnest money deposit absolutely.

-..

Yours Faithfully,

(Signature of the Bidder, with official Seal)