You are on page 1of 82

No. 62-D/11/12/14/2/HKS-Genl. Date: 01.08.

2023

HIRING OF HOUSEKEEPING SERVICES THROUGH GeM PORTAL IN


ESIC REGIONAL OFFICE, VIJAYAWADA

e-Tenders are invited from professional Housekeeping agencies, for providing Housekeeping
services for Regional Office and Branch Offices, Dispensary Cum Branch Offices (DCBOs) under the
Jurisdiction of Regional Office, ESI Corporation, Vijayawada and Gardening Services for Regional Office,
Vijayawada having experience of at least three years in Central/State Govt. Departments/Autonomous
bodies/Public Sector Undertakings, on contract basis from 01.09.2023 to 31.08.2024 and extendable by
another one year on mutual agreement on evaluation of the services rendered.
Approximate/Estimated Earnest Last Date of Date of
Security
value of work Money receiving of opening of
Nature of Work Deposit
₹ Deposit sealed Technical

(Per Annum) ₹ tender bids Bids *
Housekeeping Services - 21
Persons & 67,00,000 As per Bid specifications uploaded in GeM portal
Gardening Services - 3

Requirement of manpower location wise:


S.No Branch Offices under Regional Office, ESI Type of Area (B/C)
No. of Persons required
Corporation, Andhra Pradesh.
1 Regional Office, Vijayawada. B 12 (House Keeping) +
(For House Keeping & Gardening Services) 3 ( Gardening Services)
2 Autonagar (Vijayawada) B 1
3 Gandhi nagar(Vijayawada) B 1
4 DCBO, Guntur B 1
5 Nellore B 1
6 DCBO, Ongole C 1
7 Eluru C 1
8 Tanuku C 1
9 Rajahmundry C 1
10 Kakinada C 1
Total 24

**Note: Any increase or decrease in the No. of persons deployed by the agency will be as per the
requirement of Regional Office, ESI Corporation, Vijayawada. The contractor should provide and
withdraw them as and when required and intimated.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


ELIGIBILITY CRITERIA

1. The tenderer must have an average annual turnover of Rs. 03 Crore (Rupees Three Crore) in
Housekeeping segment during the last three financial years(2019 -20 to 2021-22) and should also
be profit making in those years.
2. The bidder must not have incurred any loss in the last 3 financial years.
3. The Bidder/Agency should have done contract at least 25000 SFT or above SFT as a single
contract in any one year of last 3 calendar years.
4. The bid shall be valid for 180 days (one hundred and eighty days) from the date of opening.
5. The copies of the following documents should be submitted along with the Technical Bid.

a. Audited P&L and Balance Sheet of last three financial years, i.e. ,2019-20, 2020-21 and 2021-22.
b. Proof of Annual turnover as above at S. No.1 duly certified by the Chartered Accountant for
above 3 financial years.
c. Company / Firm / Proprietorship/ Partnership Registration Certificate.
d. Contract Labour (R&A) Act, 1970 Registration Certificate with the renewal for Minimum 20
members.
e. Copy of PAN No. / TAN No.
f. Photocopy of Aadhar card of Proprietor/partners/ Managing Directors.
g. Unit must be a profit making during the last 03 financial years.
h. Copy of GST Registration, ESI Registration & EPF Registration and copies of last six months paid
challans of the same with an undertaking that ESI and EPF compliance has been made for all
coverable staff.
i. The declaration in the prescribed proforma (Annexure A) enclosed should be submitted along
with the Technical Bid.

6. The bidder should have carried out following housekeeping work/experience in successfully
executing works of similar nature during last 03 years:

a. One work of value of 80% of the estimated Bid value or more in any Govt. / Semi-Govt. / PSUs
etc.

(or)

b. Two works of individual value of 50% of the estimated Bid value or more & one of them should
be in any Govt./ Semi-Govt./ PSUs etc.

(or)

c. Three works of individual value of 40% of the estimated Bid value or more & one of them
should be in any Govt./ Semi-Govt./ PSUs etc.

8. The bidder has to submit satisfactory performance certificates in housekeeping work from at
least two PSUs/ Govt. Departments where he has worked during last three calendar years i.e
2020, 2021 & 2022 years.
9. The bidder should have Registered Office/ Branch Office in Vijayawada having separate GST for
A.P.
10. Contractor should submit satisfactory completion certificate from the Clients in support of
successful completion of contracts or continuation of the contract during the calendar years
2020, 2021 & 2022 failing which the bid is liable to be rejected.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


11. Contractor should be a registered contractor having valid license under the contractor Labour Act
and furnish proof of his experience of providing Manpower for the maintenance.
12. For finalization of contract, the successful bidder in Technical Bid, whose bid rates are the lowest
comparison to other tenders will be considered as the lowest tender.
13. The bidder should preferably possess valid ISO- certification for Housekeeping Services. A copy of
the said certificate to be attached to the Technical Bid.
14. Latest Bankers Solvency Certificate for not less than six months before the schedule date of
tender opening amounting to Rs. 10,00,000 (Rs. Ten Lakh only) to be obtained from
nationalized / scheduled Bank and the same to be enclosed along with technical bid.
15. The contractor should submit an undertaking that no case is pending with the police/ legal
proceedings in court of law against the Proprietor / firm /partner or the company / Agency
on contract labour engaged by the contractor.

TENDER PROCESS:
Tender is invited in two parts i.e. (1) Technical bid and (2) Financial bid. The copy of tender form for
Technical bid in pro-forma is prescribed in Annexure-I and the tender form for the Financial bid in pro-
forma is prescribed in Annexure-II completed in all respects to be submitted online through GeM portal.

Earnest Money Deposit (EMD) of Rs. 1,34,000/- (Rupees One Lakh Thirty Four Thousand only)per
application in the form of D.D.I Banker's Cheque of any Nationalized Bank drawn in favour of “ESIC Fund
A/c No.1” payable at Gunadala, Vijayawada shall accompany the technical bid. Technical bids without
EMD shall be rejected. EMD shall be forfeited in case the eligible bidder withdraws or the details
furnished in Annexure-I & II are found to be incorrect or false during the tender selection process.
However, the EMD is exempted for firms registered with MSME, Central Purchase Organization/National
Small Industries Corporation (NSIC), and it is mandatory that, the relevant copy of exemption certificate
issued by the competent authority should be enclosed with tender document.

The successful bidder of the contract has to submit an amount of Rs. 2,01,000/- (Rupees Two
Lakhs One Thousand only) towards Security Deposit by way of D.D./ Pay Order/ Bank Guarantee drawn
on any Nationalized Bank within 15 days from the date of awarding of contract.

The bidders are requested to inspect the areas under consideration for housekeeping & gardening
Services at the premises between 10:00 am and 5:00 pm (Monday to Friday) and submit their quotes
thereafter. Any clarification in this regard may be sought from the General Branch, Regional Office, ESI
Corporation, Regional Office, Vijayawada (Ph. No. 0866 - 2453492/98).

It is mandatory that, the bidder/bidders shall sign and certify with seal on each page of the tender
documents including all supporting documents arranged as per the check list are available in the tender
document (as with Index page sequentially numbered as a token of having read and understood the
terms & conditions contained therein and submit the same along with the technical bid

The bidders should fill up the information in the Annexure-I & II enclosed at the end of this
document in clear and legible terms. Wherever, the prices are to be quoted shall be written in figures and
in words as well. Annexures shall also have to be signed and certified with seal by the firm through its
authorized signatory. No additions/ modifications/ deletions in the tender documents and other related
supporting documents shall be entertained during the tender process.

The tender forms and supporting documents should be complete in all respects, otherwise it will
be rejected.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


Payment Procedure:

1. The monthly salary will be reimbursed as per Area comes under ‘B’ and ‘C’ and as per the
Minimum wages (Basic + VDA) notified by Ministry of Labour & Employment, Govt of India for 26
days in a month. Successful Bidder has to pay the ESI Contribution and EPF contribution as per
the Act and Bidder can claim the Employer’s Share of ESIC, EPF from this office in their monthly
Bill. Bonus as per the Bonus Act will be paid on monthly basis. GST, TDS on GST and TDS on
Income Tax are applicable as per Act. Service Charges will be paid only on the Minimum Wages
notified by Ministry of Labour & Employment, Govt of India.
2. The salary of all the contractual employees engaged by the agency is to be disbursed through
bank transactions only i.e. ECS/NEFT/RTGS. The contractor shall pay the salary to the
contractual employees on or before 5th of every month and submit the bill of the previous
month by first week of every month with all statutory paid challans/proofs. ESIC shall endeavor
to make reimbursement/ payments of bill on or before last date of the same month provided the
Bill is complete in all respects.

a. The contractor shall enclose copy of the Bank Statement of Salary deposited through
ECS/NEFT/RTGS duly signed and authenticated by the bank along with the bill for the
succeeding month. The agency shall highlight transaction in respect of each worker deployed and
will also assign them serial numbers in accordance with the serial numbers mentioned in the
bank statement. ESIC shall verify the same with the amounts credited into the bank account of
worker on random basis.
b. The contractor shall submit copies of ESI/EPF Challans along with employee wise details of
ESI/EPF contribution paid. It should also contain Insurance numbers and PF subscriber numbers
of all the Housekeeping/ gardening Staff deployed.
c. The Contractor shall submit the copy of paid GST Challan along with the bill. The bill should
accompany a certificate to the effect that all applicable statutory laws including Minimum
Wages as per relevant Acts and Rules have been complied with.

Marking of Attendance:
All the contractual employees engaged through the agency must mark their attendance in “Aadhar
Enabled Biometric Attendance System” AEBAS. The Contractor should ensure that all the contractual
employees engaged by them mark their attendance in AEBAS mandatorily and the attendance sheets
counter signed by the ESIC should be attached along with their monthly bills. The General Branch of
Regional Office, Vijayawada, Andhra Pradesh will verify the monthly attendance sheet with marked
AEBAS attendance with the claimed Monthly Bill, before reimbursing the payment of monthly bill.

TERMS & CONDITIONS:


The Contractor shall be considered for award of contract only if they agree to abide by the
following terms & conditions:

1. This contract under consideration is towards Housekeeping, Cleaning using mechanical devices
of the entire office spaces, toilets, common area and all the area within the premises both inside
and outside of Regional Office, ESI Corporation, Vijayawada & Branch Offices under the
jurisdiction of Regional Office, Vijayawada.
2. The contractor has also to ensure cleaning of all glass panes internal and external for entire
building without causing any damage to the Corporation.
3. The contract under consideration is also towards gardening works of ESIC, RO, Vijayawada.
(Where he should ensure complete cleanliness of entire outside premises of RO, Vijayawada
including staff quarters using mechanical devices, as required. All the plants and trees to be
watered timely every day and weeds to be removed. The trees to be trimmed once in every

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


fortnight, to attend to jungle cleaning etc., in every alternate week and upkeep of premises to
look beautiful and nice.
4. The Contractor has to undertake scrupulous cleaning and mopping of office floor area, cleaning
of office tables, chairs, furniture and other equipment viz., computers, telephones, fax machines,
fans, light fittings, etc. in all the officers' rooms and staff rooms, cleaning of toilets and clearing of
waste on a daily basis by using mechanical devices in every aspect.
5. The persons deployed by the contractor should have requisite educational Qualification,
experience and skills for carrying out the assigned task by using mechanical devices and must be
adult and skilled labour only. The contractor shall be fully responsible for the conduct of the
persons engaged.
6. The rates quoted by the bidder shall remain unchanged during the initial period of one year
contract. Under any circumstances whatsoever, the man power deployed shall be paid wages not
below the Minimum wages set by the Central/State Government whichever is higher.
7. The successful agency shall not sublet the contract to any other agency. The contractor should
not assign or sub contract or sublet any part of the work order to the third party under any
circumstances.

Liquidated damages:-

The Contractor should ensure to maintain adequate number of manpower as per Financial Bid
and also arrange a pool of standby housekeeping & Gardening Persons/supervisor. In case any
housekeeping staff/supervisor does not attend the duty, the reliever of equal status shall be provided by
the Contractor from their existing pool. If the numbers of workers/supervisor reported are less than
the minimum required as per Financial Bid a penalty@Rs.500/- (Rupees Five Hundred Only) per
worker per day will be deducted from the bill. Any Manpower should not be deputed in double or triple
shift.

Requirements of Work
Cleaning Services
The aim and objective is to provide a high level of a cleaned, hygienic and presentable look to the entire
area. One of the Pre-designated Housekeeping staff shall supervise the work without prejudice to his
regular work as Housekeeping staff. The Contractor has to ensure that the persons deployed is dressed in
neat and clean uniform approved by the Regional Director, Regional office, Vijayawada. Officials of ESIC
Regional office will monitor the entire work done by persons deployed.

(A) DAILY SERVICES:

1. In the areas under consideration above which are to be cleaned daily, the first cleaning operation
in all aspects shall be completed and made fit to use before 9:15 am (office opening time for
regular staff) positively. The office closes at 05:45 pm and hence all subsequent cleaning
operations as per the contract shall be executed continuously till the closing hours. The
contractor to ensure allotment of working hours to the deployed workmen in such a way that
their working hours should not exceed their daily work hours limit without hampering the overall
purpose for which they are deployed.
2. The entire office floor area including officers' chambers, staff halls, visitor rooms, conference
halls, cellar and record rooms etc., have to be cleaned and mopped twice a day.
3. Furniture like tables, chairs, visitor chairs, sofas, computer tables, almirahs etc., and the
electronic gadgets like computers, telephones, fax machines, photocopier machines, etc.,
installed have to be kept dust-free and dust removal shall be done daily. The computers, doors,
windows, partitions, venetian blinds and curtains shall also be kept clean by wiping them daily.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


4. The lobby at the Main Building shall be spick and span and the mopping shall be done constantly
to ensure that the entire area is spotlessly clean, free from any dirt, stain or foot marks. Further
all items installed at the lobby have to be wiped off daily at regular intervals to ensure dust free.
5. All the name boards must be kept clean.
6. The electrical fittings like tube lights, fans, Electrical switch boards, air condition vents etc., shall
be cleaned once in a week without fail.
7. Artificial plants, door mats and carpets are to be cleaned daily.
8. Care shall be taken that the gadgets are neither tampered nor any damage is caused during the
cleaning operation.
9. Spraying Room fresheners and disinfectant in all rooms and ensure pest/animal and rodent free
environment in the premises of ESIC, RO, Vijayawada.
10. The toilets, urinals, commodes, wash basins, mirrors, tap fittings etc., shall be cleaned/ scrubbed
thrice a day.
11. Care shall be taken that the cleaning operation does not obstruct the use of toilets for a very long
time and should attend on call basis during day time.
12. Toilet fresheners, naphthalene balls and urinal cubes to be used reasonably in all toilets.
13. An hourly chart of the cleaning work undertaken at the common toilets shall be exhibited at the
rear side of the toilet door and shall have the initials of the housekeeper and the supervisor in it
as a mark of having completed of the hourly cleaning operation.
14. All waste items that get accumulated at the toilets have to be removed twice a day to the
dumping point set up by the Municipal Corporation and there shall be no leftovers at the end of
the day.
15. All cleaning items put to use like brooms, mops, cleaning liquid bottles, cleaning machines,
vacuum cleaners, scrubber sets. Shall not be left at the place of use and these items shall be
placed at earmarked site.
16. The doors, windows, glass partitions, walls, skirting, artificial plants, doormats, carpets, paintings,
name boards, fire extinguishers, etc., in the corridors and staircases have also to be wiped clean
daily.
17. Apart from periodic cleaning, if stains, spills or footmarks or by any act of human or nature,
anything is found or reported in these areas, the same to be cleaned immediately.
18. The open area and car parking area shall be cleaned twice daily.
19. All waste items that get accumulated at the corridors and staircases have to be removed
periodically to the dumping point set up by the Corporation of Vijayawada and there shall be no
leftovers at the end of the day.
20. The cleaning staff should properly handover/takeover the keys of rooms of the building to/from
security post. The Agency shall also ensure that all the electrical equipment/instruments/lights
and fans must be switched off after cleaning the office or part of the office to minimize the
wastage of resources.
21. Working hours should be scheduled in such a manner that cleaning work does not in any way
interfere with regular functioning of office.
22. Placing garbage bags in all garbage bins to avoid stains and sinks and should be cleaned on daily
basis.
23. Check and remove hairs, dust or any such object from anywhere in area covered under the
contract.
24. Housekeeping services should be provided on 24 X 7 X 365 basis and cleaning service should be
done at regular/ required intervals, areas covered under the contract remain clean & disinfectant
at all times.
25. Cleaning of all open areas between building and surrounding including sweeping of roads, gates
and grills on compound wall, lawns and paths etc.
26. The personnel deployed shall work on all days except Sundays and National Holidays. The
Personnel shall be deployed from 8.00 am to 6.00 pm with breaks for breakfast/ lunch. However,
they need to attend the office even on holidays, Sundays as per exigency.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


27. The personnel deployed at TOR / Camp Accommodation should maintain the TOR / Camp
Accommodation clean and tidy and they should attend the cleaning work regularly.
28. The personnel deployed at canteen are required to maintain perfect hygiene. They should ensure
that the canteen remains always clean by way of cleaning and mopping of floors, platforms,
tables and chairs. Extreme care shall be taken while cleaning the canteen to avoid damage to the
utensils and kitchen equipment and should maintain utmost cleanliness.
29. Maintenance of all gardens, plantations, landscapes & open areas, planting of seasonal flowers
and timely cutting of grass for giving a pleasant look to the premises. Charging of soil with
manure from time to time as required.
30. The Contractor shall maintain, secure and develop outdoor and indoor plants including watering,
periodical tilling, weeding, trimming.

Waste Disposal Management:-


The Contractors will ensure collection, mechanized screening/segregation of dry and wet garbage
in the earmarked area. The contractor will also ensure segregation of bio degradable and non bio
degradable Dust. Finally, the contractor will arrange suitable transport and dispose garbage from the
earmarked area to the nearest garbage disposal site outside the premises.

The Contractor shall keep suitable size and specification bins at the collection area. The
contractor will employ his staff for the collection/disposal work. The garbage will have to be disposed of
at least twice a day. The contractor will also arrange for the garbage bags, prepare a flowchart indicating
the method of collection/disposal etc.

(B) WEEKLY SERVICES:

1. The sofas are to be vacuum cleaned once in a week.


2. All records are kept in the compactors/ almirahs /racks and dust gets accumulated over it. Such
dust shall be vacuum cleaned once in a fortnight. This work shall be done only on a working day
in the presence of the officer who is in possession of such records or his designated official.
3. All brass boards have to be polished with brass polish once in 15 days without fail.
4. Conference Room and Auditorium shall be cleaned before and after every meeting besides
weekly cleaning.
5. The pipeline shafts in all the buildings have to be cleaned once in a week.
6. The corridor area, staircases and its railings, lifts have to be cleaned and mopped twice a day. The
corridors and staircases shall also be cleaned using a Scrubber machine once in a week, without
fail.
7. Natural potted plants have to be placed in the corridors with a gap of 25 feet. It shall be ensured
that these potted plants remain bright and lively by replacing them periodically.
8. The schedule of weekly and fortnightly cleaning operation to be undertaken shall be submitted to
the designated officer on the last working day of the previous month and shall strictly adhere to
the schedule. All weekly and fortnightly cleaning operations (other than dust removal on records
through vacuum cleaning) shall be undertaken on Saturdays and holidays or at the convenience
of the Office.
9. The Contractor shall ensure to clean the terrace periodically as per the instructions of ESIC
Caretaker.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


Risk Clause

The Contractor shall at all times have standby arrangements for carrying out the work under the
Contract in case of failure of the existing arrangement. ESIC reserves the right for termination of the
contract at anytime by giving one month written notice, if the services are found unsatisfactory and also
has the right to award the contract to any other selected bidders at the cost, risk and responsibilities of
Contractor and excess expenditure incurred on account of this will be recovered by ESIC from the
Contractor Security Deposit or pending bill or by raising a separate claim.
a. All necessary reports and other information will be supplied on a mutually agreed basis and regular
meetings will be held with the ESIC.
b. Contractor and its staff shall take proper and reasonable precautions to preserve from loss,
destructions, waste or misuse the areas of responsibility given to them by the ESIC and shall not
knowingly lend to any person or company any of the effects or assets of the ESIC under its control.
c. In the event of loss/damage of equipment etc. at the precincts of the ESIC due to
negligence/carelessness of Contractor staff, if established after a joint enquiry, then the Contractor
shall compensate the loss to ESIC.
d. The Contractor or its representative/s shall meet ESIC representative/s regularly to take feedback
regarding the House keeping services. The Contractor will also maintain a suggestion book for
comments on the services rendered by it.
e. The Contractor shall, in performing its part of this Agreement, ensure the safety of the building and
the persons working in or visiting the ESIC’s premises and shall indemnify ESIC for any loss or
damage caused by any act of the Contractor or its employees or staff etc.
f. The Contractor shall not assign or sublet this Agreement or any part thereof to any third part
without the approval of the ESIC.
g. Measure of success will be based on the feedback from External Customers, Clinicians and staff
which will be recorded and action report needs to be submitted every month by the Contractor.
h. Training on behavior aspects and ethics must be done regularly. ESIC’s ways of working should be
communicated to all contract staff. Training report of the same must be submitted once in a
month.
i. Licenses if any required for Housekeeping & Gardening services at the site will be procured by
the Contractor.
j. Any loss caused to the life of the property due to negligence or dereliction of duty of the engaged
agency is to be indemnified by the Agency up to the entire satisfaction of the concerned office.
Dispute Settlement:-

It is mutually agreed that all the differences and disputes arising out of or in connection with this
Agreement shall be settled by mutual discussions and negotiations If such disputes and differences
cannot be settled and resolved by discussions and negotiations then the same shall be referred to the
Sole Arbitrator appointed by the Regional Director ESIC Panchdeep Bhawan, Gunadala, Vijayawada
whose decision shall be final and binding on both the parties.

STAMP DUTY

The contractor shall bear the stamp duty on the original of the agreement incorporating the
General conditions of the contract, Scope of the work, Additional scope of the work and terms and
conditions, which shall be executed in duplicate, and the Corporation shall retain the original and the
Contractor shall retain the duplicate.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


MISCELLANEOUS
1. The Contractor shall ensure that their personnel shall have Identity Cards, provided by the
contractor which shall be worn in such a way that it is prominently displayed and visible so that
any person can identify the individual representing the Contractor. The necessary Identity Cards
shall be provided by the contractor and shall be duty bound to display Identity Cards at the time
of duty.
2. The contract personnel shall attend to work punctually at the prefixed/determined timings and
shall be well-behaved and mannered.
3. The contractor shall provide Uniform to their personnel engaged for Housekeeping services The
personnel shall have uniform attire and wear it daily without fail. Any discrepancies found, a
penalty of Rs. 100/- per person per day will be levied and deducted from bills submitted by
contractor, without any notice. The Contractor to ensure that housekeeping staff present
themselves clean and tidy and in proper attire whenever they carry out the work.
4. The personnel shall perform all the duties assigned to the contractor and as specified by this
Office from time to time and ensure that persons shall maintain utmost discipline and decorum
for the office.
5. The personnel shall report to the officer-in-charge assigned by the Competent Authority.
6. All Mechanized equipment will be provided by the contractor.
7. The contractor shall designate one person as in-charge equipped with mobile phone. He/she shall
be in-charge for the overall act of House Keeping, cleaning and Gardening in respect of building
&canteen.
8. In terms of the Contract Labour (R&A) Act, 1970 the contractor shall pay to their personnel a
minimum wage at the prevailing rate as fixed under the Minimum Wage Act, 1940 (Central Govt.
rates) and any breach of this condition shall be liable for termination of the contract and the
same would be dealt with accordingly.
9. The ESI and PF per head at the current rate shall be paid by the contractor every month; as per
the existing rules. The contractor would be liable for ensuring compliance with statutory rules
and regulations as notified by the Government in this regard from time to time.
10. The Contractor shall produce documentary evidence for the statutory payments such as ESI, PF,
etc., in r/o each person deployed at Regional Office along with proof of ECS bank statement paid
to the concerned authorities along with the bills in triplicate for the succeeding English Calendar
month, without fail, if any Outsourcing personnel crosses the ceiling of ESI/PF may be enrolled
with Wage Compensation Act.
11. The wages of the workers should be credited into their bank account and the necessary
supporting documents should be enclosed while submitting the next month bill. No cash
payment i s permissible & such payments a r e to be treated at par with non-payment of wages.
There must be no deviation whatsoever in this regard.
12. The GST which shall be reimbursed on actual on production of documentary evidence.
13. The Agency, which d o e s not provide details of the payment of all statutory dues with the bill,
will be given one month's notice for termination of the contract right away.
14. The Contractor shall submit the bills correctly with all supporting documents for the current
month by the first week of the next month so as to enable this office to process the same and pay
the Contractor.
15. TDS shall be deducted at source as per the Income Tax Rules from the monthly bills.
16. The Contractor shall ensure that the work undertaken by their personnel is carried out efficiently
and to the satisfaction of this Office.
17. The Contractor and the employees engaged by the Contractor shall be subject to the entry and
exit procedures of the Office as may be determined by the Competent Authority from time to
time.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


18. If in the opinion of this Office the Contractor engages inadequate number of employees or does
not execute the work in a satisfactory manner or not in accordance with the terms and conditions
of the contract, the Competent Authority may resort to immediate termination of the contract
and get the work done through a third party Contractor, without any written notice to the
Contractor, the cost of which shall be recovered from the Contractor from the monthly payment.
A penalty of Rs. 3000/- would be levied by this Office on each occasion if the contractor found to
have failed in his contractual obligations.
19. In the event of this office deciding to renew this contract on the same terms as embodied or such
other modified terms as it may think fit and proper, it shall communicate the decision of the
Competent Authority to the Contractor prior to the expiry of the Agreement, in which event the
parties to the agreement shall be governed by such documents for future or further transactions.
20. Close liaison shall be maintained with our officers-in-charge concerned for smooth and efficient
performance of duties of the house keeping personnel.
21. In the event of any exigencies that may arise from time to time, it shall be open to this Office in
the exercise of its discretion to call upon the Contractor to provide such additional personnel as
may be necessary in its opinion for the purpose of effectively carrying out the services
contemplated in this Agreement.
22. The Contractor shall indemnify and shall keep this Office indemnified against acts or omission or
negligence, dishonesty or misconduct of their personnel engaged for the work and the
Department shall not be liable to pay for any damages or compensation to such person or to third
party.
23. The Contractor shall, at all times, indemnify the Department against any claim which could arise
under the Workmen's Compensation Act, 1953, and/ or under any statutory notification thereof
or otherwise in respect of any damages or compensation in consequence of any accident, injury
sustained to any of the workmen engaged by the Contractor or other persons whose entry into
the Office premises has been authorized by the Contractor. ESIC shall not be responsible for any
injury/ loss of life of persons deployed by the agency which may take place in the course of the
deployment.
24. In the event of increase in GST in future applicable under this contract, this Office shall reimburse
the same.
25. The Contractor shall arrange for the maintenance of all such registers and forms that are
statutorily required and / or considered necessary for the efficient performance of this Contract.
26. That it is clearly agreed and understood that all persons provided/engaged by the Contractor
shall be the employees of the Contractor and all disputes between the Contractor and its
personnel shall have no bearing on this Office. This Office shall not be responsible for any claims
made by such persons and shall not be liable to pay any amount to any employee /ex-employee
of the Contractor. The Contractor is fully responsible for disciplined behavior of its workmen.
27. Any loss/damages caused by the Contractor or by their employees or by any other personnel
arising out of its employees instructions shall be charged against the Contractor and the same
shall be recovered from their dues / bills.
28. Failure by the contractor to comply with any mandatory requirements and /or the terms of the
agreement during the period of contract shall result in termination of the contract and
subsequent disqualification from participation in any future tender of the department.
29. In case the contractor withdraws or the department terminates the contract for violation of
terms and conditions and / or deficiency in services during the period of contract, the additional
expenses in hiring a new contractor on temporary arrangement till the time of appointing a
regular contractor through a similar tender process, shall be adjusted against from the amount of
Security Deposit of the successful bidder.
30. No negotiation shall be entertained with any of the bidders.
31. It is mandatory that the contractor should carry out the cleaning process with necessary
equipment once in a fort night. For this purpose, a separate register is to be maintained by the
service provider and duly signed by the officer-in-charge.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


32. A pre-bid meeting shall be held on 08.08.2023 in the Conference hall of the Regional Office, ESIC,
Vijayawada to clarify the doubts/queries, if any, related to the tender.
33. The Regional Director, ESI Corporation, Regional Office, Vijayawada reserves the right to accept
or reject any or all the tenders, either in whole or in part, without assigning any reasons for doing
so.
34. The competent Authority reserves the right to withdraw/relax any of the terms and conditions
mentioned above.
35. The House Keeping and Gardening workers engaged by the contractor shall not take part in any
of Union or association activities.
36. The workers and the agencies are prohibited from going on strikes due to whatsoever reason and
stopping of work and going on strike will attract penalty as decided by the Regional Director, ESIC,
Vijayawada.
37. At no point of time, the housekeeping & Gardening works should be stopped. If so, contractor is
liable for legal action i.e. prosecution besides forfeiting of the Security Deposit.
38. To attend any additional work assigned by the designated staff of the area where the
housekeeping staff has been placed on duty like submission of important documents to other
organization/banks/offices if needed, Purchasing of miscellaneous items for office use from local
market, any other office work entrusted by the branch manager at Branch Offices etc...
39. Any loss caused to the life and property due to negligence or dereliction of duty of the engaged
agency is to be indemnified by the agency up to the entire satisfaction of the concerned office.
40. House Keeping & Gardening persons should be conversant with the layout of the building, fire
safety system along with telephone No’s of nearest Police Station, Fire Station and Hospital
41. The contractor shall ensure all precautionary measures for safety of personnel engaged by them.
Instructions on safety code shall be strictly followed.
42. Contractors will be solely responsible for any accidents to the personnel engaged by them.
43. The bidders to include the rental value of mechanized equipment for the purpose of gardening as
well as for cleaning in the premises of Regional Office, Vijayawada, as envisaged above, in the bid
amount. A separate statement showing the equipment to be utilized for the purpose, number of
items required, name of the unit as well as rent per item, purpose where it is required may be
mentioned categorically as per the Annexure below. Corporation reserves the right in the
matter whether to get the equipment on the rental basis from the bidder on the quoted rates
or to provide the same by ESIC subject to cost effectiveness.
44. The Contractor shall, at all times, indemnify the Department against any claim which could
arise under the Workmen's Compensation Act, 1953, and/ or under any statutory notification
thereof or otherwise in respect of any damages or compensation in consequence of any
accident, injury sustained to any of the workmen engaged by the Contractor or other persons
whose entry into the Office premises has been authorized by the Contractor.
45. The bidder should not have been blacklisted/ recovery outstanding dues from any Govt. / Semi-
Govt./ PSU in the last three calendar years.
46. The bidder should have sufficient employees on its rolls or rolls of its Associates/ Contractor
specifically trained for housekeeping work using mechanical devices and should not have any
kind of criminal or adverse record on them and they should be well behaved and follow the
ethical and general rules of the Office.
47. Housekeeping Agency must ensure rotation of manpower deployed at ESIC offices within the
other contracts of their agency for every six (6) months and if not feasible due to any reason
like absence of other contracts in the same city, atleast between Regional Office & Branch
Offices of ESIC, Vijayawada. This must be done without any compromise in quality & efficiency
in the delivery of services. Rotation of Housekeeping staff is without any prejudice to right of
ESIC to demand replacement/rotation of Housekeeping staff found indulging in any act of
misconduct or inefficiency/slackness in their work.
48. The bidders should ensure that the following documents are part of the

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


Technical Bid:
a. EMD for Rs. 1,34,000/-.
b. Annexure-I, IA, IB and IC (duly filled, signed and certified with seal).
c. Tender Document and all supporting documents duly signed and certified with seal.

The Financial Bid: Annexure-II (duly filled, signed and certified with seal).

Important : Every care has been taken to cover all important scopes, aspects, areas requiring
Housekeeping services, these are, however, not exhaustive and if deemed fit, Regional Director, ESIC, RO,
Vijayawada may add additional scope of work.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


ANNEXURE – I

TECHINICAL BID DOCUMENT


1. Name of the Registered Firm/ Company :

*2 Whether firm is registered & license holder Under


Contract Labour (Regulation & Abolition) Act. :

3 Name of the Partners/ Director along with address


of the Firm/ Company :
(with Mobile No., Tel No., Fax & E-mail)
*4 No. of years of experience in providing :
Housekeeping services

5 No. of Persons proposed to be engaged :


6 Full particular of the banking particulars of the firm :
with A/c No. & IFSC No.
*7 List of clientele along with certificate of
Appreciation from at least two important clients :

8 Name(s) of Public Sector/Govt. Organization to


whom similar services have been provided by the
firm during last three years. :
(* Please attach the job order/service certificate
from Govt. Office/ Public Sector Undertaking)

9 Details of Annual Turnover for last 03 years. :


(Enclose the requisite details)

*10 Details of PAN No. &G.S.T. Registration No. :


*11 Details of Registration with EPFO and ESIC :
(attach proof)

12 Total Staff/ workers of the firm :


13 Details of EMD (If exempted, provide details of :
registration)
14. Whether Agency is Black listed by any Central/ State
Govt., if not attach self-certificate.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


ANNEXURE-IA

Details of Staff

Experience in
S.No Name ESI EPF Qualification Employee Designation Housekeeping & Training Health
No. No. code Gardening check
Works
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31

The above format may be used to provide employee details.

Signature of owner / The Managing Partner


/Director
Date:
Place:
Name:

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


ANNEXURE-IB

DECLARATION

1. I, Son/Daughter Sri_____
Proprietor/Partner/Director/Authorized Signatory of an competent to sign this declaration and
execute this tender document.

2. I have carefully read and understood all the terms and conditions of the tender and
hereby convey my acceptance of the same.

3. The information/documents furnished along with the above application are true and
authentic to the best of my knowledge and belief. I/we, am/are well aware of the fact that
furnishing of any false information/ fabricated documents would lead to rejection of my tender
at any stage besides liabilities towards prosecution under appropriate law.

Signature of authorized person

Date: Full Name:

Place: Company’s Seal:

N.B.: The above declaration, duly signed and sealed by the authorized signatory of the Company,
should be enclosed with Technical tender.

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


ANNEXURE-IC

Details of the existing contracts

Name and Address of the Details regarding Value of Duration of Contract


organization, Name, the contract Contract From To
Designation and Telephone including ₹
/Fax No. of the officer manpower DD/MM/YY DD/MM/YY
concerned deployed

Additional information, if
any
any

The above format may be used to provide requisite details.

Signature of owner / The Managing Partner /Director

Date:
Name:
Place:
Seal:

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


ANNEXURE – II

FINANCIAL BID
HOUSE KEEPING & GARDENING SERVICES IN REGIONAL OFFICE, ESIC, VIJAYAWADA&BRANCH OFFICES
UNDER THE JURISDICTION OF REGIONAL OFFICE, ESIC, VIJAYAWADA.

Name of the bidder along with address, e-mail &Telephone No:

A. Manpower charges House Keeping& Gardening Works(Un-skilled) per Month (26 days) Area (B):
Total Amount per Month₹
Amount per
(Total amount at S.No. 5 of
Description Description of wages & Allowances person per
Col.No.3 X 19 Nos.)
Month
(W)
1 2 3 4
Housekeeping& 1 Minimum wage (Basic Wages + VDA)*
Gardening Services - 19 2 Bonus @ 8.33% (on S.No.1)
members 3 PF @ 13.00% (on S.No.1)
( Area B ) 4 ESI @ 3.25% (on S. No. 1 & 2)
Total Amount(1+2+3+4)
5
B . Manpower charges House Keeping (Un-skilled) per Month (26 days) Area (C):
Total Amount per Month ₹
Amount per
(Total amount at S.No. 5 of
Description Description of wages & Allowances person per
Col.No. 3 X 5 Nos.)
Month
(X)
1 2 3 4
Housekeeping Services- 1 Minimum wage (Basic Wages + VDA) *
5 members 2 Bonus @ 8.33% (on S.No.1)
( Area C ) 3 PF @ 13.00% (on S.No.1)
4 ESI @ 3.25% (on S. No. 1 & 2)
5 Total Amount(1+2+3+4)
C. Service charge:
Equivalent amount In Rs.
Description Percentage (%)
(Y)
Service Charge**
On Grand Total of (Column No. 4 of Table A +
Column No. 4 of Table B)

Note: G.S.T. applicable will be reimbursed on actual basis on production of documentary evidence.
* The minimum wages shall be as per the structure issued by the office of the Chief Labour Commissioner
(Central), Ministry of Labour & Employment, Govt. of India from time to time. ( Latest Rates )
#
Bonus to be paid as per latest Bonus Act 2015..
**Minimum service charges quoted shall not be less than 3.85%.
D. MACHINES/EQUIPMENT RENTAL CHARGES:- Rental charges for machines and equipment
that are required to be used at Regional Office, Vijayawada.

S.No Description Rate Per Quantity (Q) Total Amount


Month (₹) (P) per month (₹) (P x Q)
((Z)Z)
1. Scrubbing Machine (Taski 1
or equivalent)

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


2 Wet/Dry Vacuum Cleaner 1
(Taski or equivalent)
3 High Pressure Jet 1
4 Gala Floor Cleaner 4
5 Signage Stands 4
Total (₹)

TOTAL AMOUNT (W + X + Y + Z) per Month (Excluding GST)


TOTAL AMOUNT x 12 Months (i.e Quoted amount * 12 Months) (Excluding GST)

GRAND TOTAL
(Including GST)
Amount to be quoted in GeM portal for 12 Months

Note: G.S.T. applicable will be reimbursed on actual basis on production of documentary


evidence.
* The minimum wages shall be as per the structure issued by the office of the Chief Labour
Commissioner (Central), Ministry of Labour & Employment, Govt. of India from time to time.
(Latest Rates)
The Service Charges rates quoted by the bidder shall remain unchanged during the
period of contract and same is extendable for a further period of up to one year subject to
satisfactory performance, on mutual consent as per the same terms and conditions.
The Financial Bid will be evaluated on the basis of quoted Service Charges at the above
and subject to fulfillment of others conditions of Tender to the satisfaction of Competent
Authority.
Quotation with NIL service charges will not be considered for evaluation of Financial
Bid. Service Charges can be quoted in percentage up to a decimal and also in words.
Bonus to be paid as per latest Bonus Act 2015.
** Minimum service charges quoted shall not be less than 3.85%.

Signature of Authorized Person/Bidder:

Date: ___________________ Full Name:

Place: ___________________ Company’s Seal:

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


ANNEXURE-III

CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER

Confirm the enclosure of all the below listed documents without which bidder may not be
eligible to participate in the tender.

Confirm
S.No. Items
(Yes/ No)
1 EMD
2 Proof of Exemption certificate if exempted from EMD.
Audited Balance sheet of last three financial years with details of annual
3
turnover, profit & loss Account etc.

4 Copy of G.S.T. Registration certificate with challans as specified.

Documents in support of Housekeeping contracts fulfilled in last three years


5
along with their values.
6 Company/Partnership/ Proprietorship Registration certificate.
7 Attested copy of PAN/ TAN No.
8 Copy of valid license under contract labour (R & A) Act.
9 Copy of ESI Registration certificate with payment challans as specified

10 Copy of EPF Registration certificate with payment challans as specified.

11 Address proof of Registered Office/ Branch Office in Vijayawada.


Satisfactory performance certificate from previous two PSU/ Govt.
12
Departments.
13 Undertaking pertaining to Non Black listing

Undertaking that no case is pending with the police / legal proceedings in


14 court of law against the Proprietor / firm /partner or the company / Agency
and contract labour engaged by the contractor
15 ISO Certification
16 Bankers Solvency Certificate amounting to Rs.10,00,000/- (Rupees Ten lakh)
17 Technical Bid
18 Financial Bid

Signature of Authorised Person


Date: Full Name:
Place: Company’s Seal:

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


PRE-RECEIPT

Received Rs. 1,34,000/- (Rupees. One Lakh Thirty Four thousand Only) towards refund of
Earnest Money Deposit vide D.D/ Pay Order No.__________, Dated: ___________in respect of House
Keeping tender.

(Signature of the Bidder) with seal


Revenue
Stamp

SIGNATURE OF THE AUTHORISED OFFICER SIGNATURE OF THE CONTRACTOR


11/16/22, 2:09 PM UDIN

The Institute of Chartered Accountants of


India
(Set up by an Act of Parliament)

Unique Document Identification Number(UDIN) for Practicing Chartered Accountants


 Home About Us  Members Registration  Forgot Password  Verify UDIN  Helpdesk  FAQs  PD Portal

 Video/Webcast  Contact Us

DOCUMENT DETAILS

Verification Date/Time: 16-11-2022 02:07:52

UDIN Generation Date/Time: 02-11-2022 | 19:53:11

Unique Document Identification Number 22013905BBVVWJ5475


(UDIN):

Member Details: PRASANTA KUMAR ROYBARMAN (013905)

Firm Details: 330634E

Document Type: Audit & Assurance Functions

Type of Certificate: Statutory Audit - Corporate

Date of signing of Document: 04-09-2022

Figures/Particulars: 1. Financial Year: 01-04-2021-31-03-2022


2. Gross Turnover/Gross Receipt: 54249373
3. Shareholder Fund/Owners Fund: 4961114
4. Net Block of Property, Plant & Equipment:
1469685

Document Description: PROFIT & LOSS A/C AND BALANCE SHEET


2022

Status: Active

VERIFY ANOTHER UDIN/ EXIT

DISCLAIMER

https://udin.icai.org/search-document-details 1/2
11/16/22, 2:09 PM UDIN

This UDIN System has been developed by ICAI to facilitate its members for verification and certification of the documents and for securing documents and authenticity
thereof by Regulators.
However, ICAI assumes no responsibility of verification and certification of document(s) carried out by the Members and the concerned member(s) shall alone be
responsible therefore.

Copyright 2022 All rights reserved to the ICAI

https://udin.icai.org/search-document-details 2/2
TO WHOMSOEVER IT MAY CONCERN

This is to certify that M/s Awadh Security Services Pvt. Ltd., having its registered office
at Mitra Building, 8 Lyons Range, Behind Writers Building, 5th Floor, Kolkata-700 001
are in the business of providing Security & Manpower Supply Service. Their Turnover
in providing the Security & Manpower supply service in each Financial Year during the
preceding 06 (six) years are as given below:

Turnover excl. other


Financial Year
Taxes (in Rs.)
2016-17 2,60,78,867.36/-
2017-18 3,62,97,530.57/-
2018-19 3,14,92,433.95/-
2019-20 2,87,76,945.74/-
2020-21 3,06,77,896.48/-
2021-22 5,51,46,832.58/-

For AM Maskara & Co


Chartered Accountants
FRN 329129E

CA. Ashish Maskara


Partner
Membership No. 301108
Date: 12th April, 2022
Place: Kolkata
INDIAN INCOME TAX RETURN ACKNOWLEDGEMENT Assessment Year
[Where the data of the Return of Income in Form ITR-1 (SAHAJ), ITR-2, ITR-3, 2019-20
ITR-4 , ITR-5, ITR-6,ITR-7 filed and verified electronically]

Name PAN
AWADH SECURITY SERVICES PRIVATE LIMITED AAGCA6573K
PERSONAL INFORMATION AND THE

Flat/Door/Block No Name Of Premises/Building/Village


5th FLOOR
ACKNOWLEDGEMENT

Form Number. ITR-6


Road/Street/Post Office Area/Locality
8, LYONS RANGE
NUMBER

Status Pvt Company

Town/City/District State Pin/ZipCode Filed u/s


KOLKATA WEST BENGAL
700001 139(4)-Belated

Assessing Officer Details (Ward/Circle) WARD 4(3), KOLKATA

e-filing Acknowledgement Number 287314171040120


1 Gross total income 1 0
2 Total Deductions under Chapter-VI-A 2 0
3 Total Income 3 0

3a Deemed Total Income under AMT/MAT 3a 0


COMPUTATION OF INCOME

3b Current Year loss, if any 3b 91250


AND TAX THEREON

4 Net tax payable 4 0

5 Interest and Fee Payable 5 1000


6 Total tax, interest and Fee payable 6 1000
a Advance Tax 7a
7 Taxes Paid
b TDS 7b 619959
c TCS 7c 0
d Self Assessment Tax 7d
e Total Taxes Paid (7a+7b+7c +7d) 7e 619959
8 Tax Payable (6-7e) 8 0
9 Refund (7e-6) 9 618960
Agriculture
10 Exempt Income 10 0
Others 0

Income Tax Return submitted electronically on 04-01-2020 15:21:20 from IP address 116.72.128.141 and verified by

TARKESHWAR DUBEY having PAN AEGPD7153P on 04-01-2020 15:21:20 from IP address


116.72.128.141 using Digital Signature Certificate (DSC)
1585366CN=Capricorn CA 2014,2.5.4.51=#131647352c56494b41532044454550204255494c44494e47,STREET=18\,LAXMI NAGAR
DSC details: DISTRICT CENTER,ST=DELHI,2.5.4.17=#1306313130303932,OU=Certifying Authority,O=Capricorn Identity Services Pvt Ltd.,C=IN

DO NOT SEND THIS ACKNOWLEDGEMENT TO CPC, BENGALURU


INDIAN INCOME TAX RETURN ACKNOWLEDGEMENT Assessment Year
[Where the data of the Return of Income in Form ITR-1 (SAHAJ), ITR-2, ITR-3,
ITR-4(SUGAM), ITR-5, ITR-6, ITR-7 filed and verified]
2020-21
(Please see Rule 12 of the Income-tax Rules, 1962)

PAN AAGCA6573K

Name AWADH SECURITY SERVICES PRIVATE LIMITED

5th FLOOR, , , 8, LYONS RANGE, KOLKATA, WEST BENGAL, 700001


Address

Status Pvt Company Form Number ITR-6

Filed u/s 139(1)-On or before due date e-Filing Acknowledgement Number 138320671080121
Current Year business loss, if any 1 0
Taxable Income and Tax details

Total Income 0
Book Profit under MAT, where applicable 2 394679
Adjusted Total Income under AMT, where applicable 3 0
Net tax payable 4 61570
Interest and Fee Payable 5 0
Total tax, interest and Fee payable 6 61570
Taxes Paid 7 596374
(+)Tax Payable /(-)Refundable (6-7) 8 -53480
Dividend Tax Payable 9 0
Distribution Tax

Interest Payable 10 0
Dividend

details

Total Dividend tax and interest payable 11 0


Taxes Paid 12 0
(+)Tax Payable /(-)Refundable (11-12) 13 0
Accreted Income & Tax

Accreted Income as per section 115TD 14 0


Additional Tax payable u/s 115TD 15 0
16 0
Detail

Interest payable u/s 115TE


Additional Tax and interest payable 17 0
Tax and interest paid 18 0
(+)Tax Payable /(-)Refundable (17-18) 19 0
Income Tax Return submitted electronically on 08-01-2021 17:07:46 from IP address 117.99.87.248 and verified by

TARKESHWAR DUBEY

having PAN AEGPD7153P on 08-01-2021 17:07:46 from IP address 117.99.87.248 using

Digital Signature Certificate (DSC).


18986934CN=e-Mudhra Sub CA for Class 3 Organisation 2014,OU=Certifying Authority,O=eMudhra Consumer Services Limited,C=IN
DSC details:

DO NOT SEND THIS ACKNOWLEDGEMENT TO CPC, BENGALURU


INDIAN INCOME TAX RETURN ACKNOWLEDGEMENT Assessment Year
[Where the data of the Return of Income in Form ITR-1 (SAHAJ), ITR-2, ITR-3,
ITR-4(SUGAM), ITR-5, ITR-6, ITR-7 filed and verified]
2020-21
(Please see Rule 12 of the Income-tax Rules, 1962)

PAN AAGCA6573K

Name AWADH SECURITY SERVICES PRIVATE LIMITED

5th FLOOR, , , 8, LYONS RANGE, KOLKATA, WEST BENGAL, 700001


Address

Status Pvt Company Form Number ITR-6

Filed u/s 139(1)-On or before due date e-Filing Acknowledgement Number 138320671080121
Current Year business loss, if any 1 0
Taxable Income and Tax details

Total Income 0
Book Profit under MAT, where applicable 2 394679
Adjusted Total Income under AMT, where applicable 3 0
Net tax payable 4 61570
Interest and Fee Payable 5 0
Total tax, interest and Fee payable 6 61570
Taxes Paid 7 596374
(+)Tax Payable /(-)Refundable (6-7) 8 -53480
Dividend Tax Payable 9 0
Distribution Tax

Interest Payable 10 0
Dividend

details

Total Dividend tax and interest payable 11 0


Taxes Paid 12 0
(+)Tax Payable /(-)Refundable (11-12) 13 0
Accreted Income & Tax

Accreted Income as per section 115TD 14 0


Additional Tax payable u/s 115TD 15 0
16 0
Detail

Interest payable u/s 115TE


Additional Tax and interest payable 17 0
Tax and interest paid 18 0
(+)Tax Payable /(-)Refundable (17-18) 19 0
Income Tax Return submitted electronically on 08-01-2021 17:07:46 from IP address 117.99.87.248 and verified by

TARKESHWAR DUBEY

having PAN AEGPD7153P on 08-01-2021 17:07:46 from IP address 117.99.87.248 using

Digital Signature Certificate (DSC).


18986934CN=e-Mudhra Sub CA for Class 3 Organisation 2014,OU=Certifying Authority,O=eMudhra Consumer Services Limited,C=IN
DSC details:

DO NOT SEND THIS ACKNOWLEDGEMENT TO CPC, BENGALURU


INDIAN INCOME TAX RETURN ACKNOWLEDGEMENT
[Where the data of the Return of Income in Form ITR-1 (SAHAJ), ITR-2, ITR-3, ITR-4(SUGAM), ITR-5, ITR-6, ITR-7
Assessment Year
filed and verified] 2021-22
(Please see Rule 12 of the Income-tax Rules, 1962)

PAN AAGCA6573K

Name AWADH SECURITY SERVICES PRIVATE LIMITED

Address 5th FLOOR , 8, LYONS RANGE , KOLKATA , 32-West Bengal , 91-India , 700001

Status Private Company Form Number ITR-6

Filed u/s 139(1) Return filed on or before due date e-Filing Acknowledgement Number 955957090210122

Current Year business loss, if any 1 0

Total Income 1,18,860

Book Profit under MAT, where applicable 2 0

Adjusted Total Income under AMT, where applicable 3 0

Net tax payable 4 29,916

Interest and Fee Payable 5 0

Total tax, interest and Fee payable 6 29,916

Taxes Paid 7 6,00,027

(+)Tax Payable /(-)Refundable (6-7) 8 (-) 5,70,110

Dividend Tax Payable 9 0

Interest Payable 10 0

Total Dividend tax and interest payable 11 0

Taxes Paid 12 0

(+)Tax Payable /(-)Refundable (11-12) 13 0

Accreted Income as per section 115TD 14 0

Additional Tax payable u/s 115TD 15 0

Interest payable u/s 115TE 16 0

Additional Tax and interest payable 17 0

Tax and interest paid 18 0

(+)Tax Payable /(-)Refundable (17-18) 19 0

This return has been digitally signed by RAMAWATI DUBEY in the capacity of Director having PAN ASQPD2725H from IP address
10.1.122.226 on 21-01-2022 13:02:07
DSC Sl. No. & Issuer 4632335 & 20422177CN=e-Mudhra Sub CA for Class 2 Individual 2014,OU=Certifying Authority,O=eMudhra Consumer
Services Limited,C=IN

System Generated

Barcode/QR Code
AAGCA6573K069559570902101220B9F4CD44EF161DFF16362E950FD58944BEEC84E

DO NOT SEND THIS ACKNOWLEDGEMENT TO CPC, BENGALURU


Acknowledgement Number:583802281300922 Date of filing:30-Sep-2022

INDIAN INCOME TAX RETURN ACKNOWLEDGEMENT


[Where the data of the Return of Income in Form ITR-1 (SAHAJ), ITR-2, ITR-3, ITR-4(SUGAM), ITR-5, ITR-6, ITR-7
Assessment Year
filed and verified] 2022-23
(Please see Rule 12 of the Income-tax Rules, 1962)

PAN AAGCA6573K

Name AWADH SECURITY SERVICES PRIVATE LIMITED

Address 5th FLOOR , 8, LYONS RANGE , KOLKATA , 32-West Bengal , 91-India , 700001

Status Private Company Form Number ITR-6

Filed u/s 139(1) Return filed on or before due date e-Filing Acknowledgement Number 583802281300922

Current Year business loss, if any 1 0

Total Income 8,98,610

Book Profit under MAT, where applicable 2 0

Adjusted Total Income under AMT, where applicable 3 0

Net tax payable 4 2,26,169

Interest and Fee Payable 5 0

Total tax, interest and Fee payable 6 2,26,169

Taxes Paid 7 10,63,687

(+)Tax Payable /(-)Refundable (6-7) 8 (-) 8,37,520

Accreted Income as per section 115TD 9 0

Additional Tax payable u/s 115TD 10 0

Interest payable u/s 115TE 11 0

Additional Tax and interest payable 12 0

Tax and interest paid 13 0

(+)Tax Payable /(-)Refundable (12-13) 14 0

This return has been digitally signed by RAMAWATI DUBEY in the capacity of Director having PAN ASQPD2725H from IP address
223.226.78.4 on 30-Sep-2022
DSC Sl. No. & Issuer 4632335 & 20422177CN=e-Mudhra Sub CA for Class 2 Individual 2014,OU=Certifying Authority,O=eMudhra Consumer
Services Limited,C=IN

System Generated

Barcode/QR Code
AAGCA6573K0658380228130092222BC1290D90E10ABA6C4F7B209AA72D249D7C30F

DO NOT SEND THIS ACKNOWLEDGEMENT TO CPC, BENGALURU


ESCALATION MATRIX

Department Name Contact Details


Salary Department 7044343572
Billing Department 9831703573
EPF/ESI Department 9875351059
Recruitment Department 7595949774
Operational Department 8420302959
Tender Department 8337046992
Due Department 9163907739
Help-Desk 033- 40699097
Serviceawadh007@gmail.com
EMAIL ID
serviceawadh@yahoo.co.in
WEB SITE awadhsecurity.in
Form VI
(Under Rule 25(1) of the Contract Labour (Regulation and Abolition) Central
Rules, 1971)

Government of India
Office of the Licensing Officer
LICENCE
Licence No: CLRA/ALCASANSOL/2023/L-98 Date: 22-May-2023

1. Licence is hereby granted to AWADH SECURITY SERVICES PVT LTD, MITRA BUILDING, 8, LYONS

RANGE, 5TH FLOOR, DALHOUSI, Kolkata - 700001, through TARKESHWAR DUBEY (MD) under

sub-section (1) of section 12 of the Contract Labour (Regulation and Abolition) Act, 1970 (37 of

1970) subject to the conditions specified in the Annexure.

2. Name and Location of work DEPLOYMENT OF MANPOWER TO LOOK AFTER SUPERVISORY

JOBS AT VARIOUS DEPARTMENTS OF SAIL GROWTH WORKS, KULTI ( 36 - MANPOWER).,

for SAIL GROWTH WORKS KULTI, KULTI, Paschim Bardhaman, West Bengal - 713343

3. Name of the principal employer DEBASIS GHOSH (GM-FOUNDRY), SAIL Growth Works Kulti,

P.O. KULTI, Paschim Bardhaman, West Bengal - 713343

4. Registration Certificate no. 46/3 4/2011/E-2 and date of 24-Jun-2015 of the principal employer.

5. The licence shall remain in force till 21-May-2025 (date to be indicated).

6. Maximum number of contract labour to be employed on a single day under the licence: 36

7. Fee Paid Rs INR 37.5 ( Transaction Id : 1405210003593 )

8. Security Deposit INR 3240 ( Transaction Id : 1405210003608 )

9. Remarks by Licencing Officer: The licence shall NOT BE VALID for any prohibited

category/nature of work.

ANNEXURE

1. The licence shall be non-transferable.


2. The numbers of workmen employed as contract labour in the establishment shall not, on any day,

exceed the maximum number specified in the licence.

3. Except as provided in the rules, the fees paid for the grant or, as the case may be, for renewal of

the licence shall be non-refundable.

4. The rates of wages payable to the workmen by the contractor shall not be less than the rates

prescribed for the Scheduled Employment under the Minimum Wages Act, 1948 (11 of 1948), where

applicable, and where the rates have been fixed by agreement, settlement, award, or by the

appropriate Government, not less than the rates so fixed.

5. (a). In case where the workmen employed by the contractor perform the same or similar kind of

work as the workmen directly employed by the principal employer of the establishment, the wage

rates, holidays, hours of work and other conditions of service of the workmen of the contractor

shall be the same as applicable to the workmen directly employed by the principal employer of the

establishment on the same or similar kind of work; provided that in the case of any disagreement

with regard to the type of work the same shall be decided by the Deputy Chief Labour Commissioner

(Central) whose decision shall be final.

(b). In other cases the wage rates, holidays, hours of work and conditions of service of the

workmen of the contractor shall be such as may be specified in this behalf by the Deputy Chief

Labour Commissioner (Central).

6. Every contract labour shall be entitled to allowances, benefits, facilities etc, as prescribed in the

Contract Labour (Regulation and Abolition) Act, 1970 (37 of 1970) and rules made there under.

7. In every establishment where 20 or more women are ordinarily employed as there shall be provided

2 rooms of reasonable dimension for the use of their children under the age of six years. One of

such rooms would be used as a play room for the children and the other as bed room for the

children. For this purpose the contractor shall supply adequate number of toys and games in the

play room and sufficient number of cots and beddings in the sleeping room. The standard of

construction and maintenance of the crèches may be such as may be specified in this behalf by the

Deputy Chief Labour Commissioner (Central).

8. No women shall be employed by any contractor before 6 a.m. or after 7 p.m.: Provided that this

clause shall not apply to the employment of women in pit head baths, crèches and canteens and

as mid-wives and nurses in hospitals and dispensaries.

9. The licensee shall notify any change in the number of workmen or the conditions of work to the

Licensing Officer.

10. A copy of the licence shall be displayed prominently at the premises where the contract work is
being carried on.

11. The contractor shall comply with all the provisions of the Act and these Rules.

12. The licensee shall, within fifteen days of the commencement and completion of each contract

work, submit a return to the Inspector appointed under section 28 of the Contract Labour

(Regulation and Abolition) Act, 1970 (37 of 1970) intimating the actual date of the commencement

or, as the case may be, completion of such contract work in Form - VII.

eSign/DSC of Licensing Officer

Soma Sekhar (ALC(C))


ALC Asansol ( ALCASANSOL )
alc.asansol-wb@gov.in

Note: This is an online application summary applied on Shram Suvidha Portal.

Signature Not Verified

Digitally signed by User


Date: 2023.05.22 10:27:12 IST
This is to certify that Mr. Tarkeshwar Dubey is a resident of 7, Ram Lochan
Mullick Street, West Bengal, Kolkata 700 007 as per the address proof submitted
by him. As per the record verified from 01 - 10 - 2010 to 30 - 06 - 2021, the
applicant is not found adversely in any criminal activities or otherwise in the
Kolkata police jurisdiction.

Kolkata
06 – 07 - 2021

Certificate No. :
5/11/2021 Print : Udyam Registration Certificate

TYPE OF ENTERPRISE Micro SERVICES

UDYAM REGISTRATION NUMBER UDYAM-WB-10-0006880

NAME OF ENTERPRISE M/S AWADH SECURITY SERVICES PRIVATE LIMITED

SOCIAL CATEGORY OF
General
ENTREPRENEUR

SNo. Udyog Aadhaar Memorandum Units Name


NAME OF UNITS
1 WB10E0011461 AWADH SECURITY SERVICES PVT. LTD.

Flat/Door/Block No. 8, LYONS RANGE Name of Premises/ Building MITRA BUILDING, 5TH FLOOR
Village/Town DALHOUSIE Block ,
OFFICAL ADDRESS OF Road/Street/Lane OPP. WRITERS' BLDG., GATE City KOLKATA
ENTERPRISE
State WEST BENGAL District KOLKOTA , Pin 700001
Mobile 9339769770 Email: serviceawadh007@gmail.com

DATE OF INCORPORATION /
30/04/2007
REGISTRATION OF ENTERPRISE

DATE OF COMMENCEMENT OF
30/04/2007
PRODUCTION/BUSINESS

SNo. NIC 2 Digit NIC 4 Digit NIC 5 Digit Activity


NATIONAL INDUSTRY
CLASSIFICATION CODE(S) 1 56 - Food and 5610 - Restaurants and mobile food service activities 56104 - Restaurant and bar Services
beverage service activities connected to
activities transportation, when carried
out by separate units
2 56 - Food and 5629 - Other food service activities 56291 - Activities of food service Services
beverage service contractors (e.g. for
activities transportation companies)
3 68 - Real estate 6810 - Real estate activities with own or leased property 68100 - Real estate activities Services
activities with own or leased property
4 68 - Real estate 6810 - Real estate activities with own or leased property 68100 - Real estate activities Services
activities with own or leased property
5 70 - Activities of head 7020 - Management consultancy activities 70200 - Management Services
offices; management consultancy activities
consultancy activities
6 78 - Employment 7820 - Temporary employment agency activities 78200 - Temporary employment Services
activities agency activities
7 78 - Employment 7830 - Human resources provision and management of 78300 - Human resources Services
activities human resources functions provision and management of
human resources functions
8 78 - Employment 7830 - Human resources provision and management of 78300 - Human resources Services
activities human resources functions provision and management of
human resources functions
9 78 - Employment 7830 - Human resources provision and management of 78300 - Human resources Services
activities human resources functions provision and management of
human resources functions
10 80 - Security and 8010 - Private security activities 80100 - Private security Services

https://udyamregistration.gov.in/PrintApplication.aspx?fudrn=oQU2R+eimP4sMf9mwow6jQ== 1/2
5/11/2021 Print : Udyam Registration Certificate
investigation activities activities
11 80 - Security and 8010 - Private security activities 80100 - Private security Services
investigation activities activities
12 81 - Services to 8129 - Other building and industrial cleaning activities 81299 - Other building and Services
buildings and industrial cleaning activities
landscape activities
13 82 - Office 8211 - Combined office administrative service activities 82110 - Combined office Services
administrative, office administrative service activities
support and other
business support
activities
14 82 - Office 8299 - Other business support service activities n.e.c. 82990 - Other business support Services
administrative, office service activities n.e.c.
support and other
business support
activities
15 82 - Office 8299 - Other business support service activities n.e.c. 82990 - Other business support Services
administrative, office service activities n.e.c.
support and other
business support
activities
16 85 - Education 8522 - Technical and vocational secondary education 85221 - Technical and Services
vocational education below the
level of higher education except
for handicapped
17 85 - Education 8522 - Technical and vocational secondary education 85221 - Technical and Services
vocational education below the
level of higher education except
for handicapped
18 86 - Human health 8610 - Hospital activities 86100 - Hospital activities Services
activities
19 86 - Human health 8610 - Hospital activities 86100 - Hospital activities Services
activities
20 86 - Human health 8690 - Other human health activities 86904 - Activities of nurses, Services
activities masseures, physiotherapists or
other para-medical
practitioners
21 87 - Residential care 8710 - Nursing care facilities 87100 - Nursing care facilities Services
activities
22 95 - Repair of 9511 - Repair of computers and peripheral equipment 95111 - Repair and maintenance Services
computers and of computer and peripheral
personal and equipment
household goods
23 95 - Repair of 9511 - Repair of computers and peripheral equipment 95111 - Repair and maintenance Services
computers and of computer and peripheral
personal and equipment
household goods
24 96 - Other personal 9601 - Washing and (dry-) cleaning of textile and fur 96010 - Washing and (dry-) Services
service activities products (This class includes laundry collection and cleaning of textile and fur
delivery; repair and minor alteration of garments when products
done in connection in cleaning
25 96 - Other personal 9601 - Washing and (dry-) cleaning of textile and fur 96010 - Washing and (dry-) Services
service activities products (This class includes laundry collection and cleaning of textile and fur
delivery; repair and minor alteration of garments when products
done in connection in cleaning
26 96 - Other personal 9609 - Other personal service activities n.e.c. 96098 - General household Services
service activities maintenance activities like
grooming of the floor, dusting,
cleaning of utensils etc.

DATE OF UDYAM REGISTRATION 09/11/2020

Disclaimer: This is computer generated statement, no signature required.


Printed from https://udyamregistration.gov.in
For any assistance, you may contact:

1. DIC KOLKOTA
2. MSME-DI KOLKATA

https://udyamregistration.gov.in/PrintApplication.aspx?fudrn=oQU2R+eimP4sMf9mwow6jQ== 2/2
Digitally signed by
TARKESHWAR DUBEY

TARKE DN: cn=TARKESHWAR


DUBEY, c=IN, st=West Bengal,
o=AWADH SECURITY

SHWAR SERVICES PRIVATE


LIMITED, ou=MANAGEMENT,
CID - 5789567,
serialNumber=08bccc846f4865

DUBEY 13948d0c5f82a1a5f3cdcff7f889
fdbd3faa4bc6c9bb1e57b1
Date: 2018.08.24 18:24:21
+05'30'
Digitally signed by

TARKE TARKESHWAR DUBEY


DN: cn=TARKESHWAR DUBEY,
c=IN, st=West Bengal,
o=AWADH SECURITY

SHWAR SERVICES PRIVATE LIMITED,


ou=MANAGEMENT,CID -
5789567,
serialNumber=08bccc846f48651

DUBEY 3948d0c5f82a1a5f3cdcff7f889fd
bd3faa4bc6c9bb1e57b1
Date: 2018.08.24 18:24:56
+05'30'
Providing Security, all categories Of Manpower,
Housekeeping, Sanitization & Pest Control Services
FORM No 5A Date : 09-Dec-2022

EMPLOYEES' PROVIDENT FUND SCHEME 1952 (Please refer Para 36A)

EMPLOYEES' PENSION SCHEME 1995 (Please refer Para )

EMPLOYEES' DEPOSIT LINKED INSURANCE SCHEME1976 (Please refer Para

(Ist RETURN OF OWNERSHIP AFTER ONLINE APPLICATION FOR CODE NUMBER)

[THIS FORM 5A HAS BEEN GENERATED BY ONLINE FILLING/ UPDATION OF FORM 5A THROUGH ECR LOGIN
OF EMPLOYER. APPLICATION NUMBER IS 2716453091.]
Code Number : WBCAL0042045000

1. Name of Establishment : AWADH SECURITY SERVICES PRIVATE LIMITED

2. Code Number of the Establishment under EPF Scheme : WBCAL0042045000

se
3. Postal address of the Establishment and : 8, LYONS RANGE(BACKSIDE EAST GALI,, 5TH FLOOR, KOLKATA,
its branches [Please see Annexure KOLKATA, WEST BENGAL - 700001

rU
4. Industry or business in which engaged : EXPERT SERVICES

5. Date of commencement of business : 30/04/2007

Fo
6. Date of closure by previous : N/A

7. Whether run by owner or lessee : Run by Owner

8. Particulars of owners :
ot
S. Name Date of Status Father's Name Residential Position
N
No. Birth Address Date
1 Mr. TARKESHWAR 05/05/1970 DIRECTOR PAWAN SUT DUBEY 7 RAM LOCHAN 30/04/2007
DUBEY MULLICK STREET,
Is

KOLKATA 7
2 Ms. RAMAWATI 03/05/1973 DIRECTOR RAM PRATAP 7 RAM LOCHAN 30/04/2007
py

DUBEY MISHRA MULLICK STREET,


KOLKATA 7
9. In case on lease, particulars of lessee : N/A
Co

S.No. Name Date of Birth Father's Name Residential Address Position


Date
is

10. If registered under Factories Act, particulars of Manager or : N/A


Th

11. Particulars of persons mentioned above who are incharge and responsible for conduct of business of the

S. Name Date of Status Father's Name Residential Position


No. Birth Address Date
1 Mr. TARKESHWAR 05/05/1970 DIRECTOR PAWAN SUT DUBEY 7 RAM LOCHAN 30/04/2007
DUBEY MULLICK STREET,
KOLKATA 7

Date:

Application Number : 2716453091 Page 1 of 4

Code Number : WBCAL0042045000


ANNEXURE - I

Details of Branches of the Establishment

ANNEXURE - II

List of Branches having Separate/ Sub Code Number

se
ANNEXURE - III

rU
Details of Bank Account Number
S
No. IFSC CODE BANK NAME BRANCH NAME ACCOUNT NO ACCOUNT TYPE PRIMARY
ACCOUNT

Fo
1 ICIC0007474 ICICI BANK LIMITED INDIA EXCHANGE 000605015517 CURRENT YES
PLACE
ot
Copy of cheque of the primary account number : 000605015517
N
Is
py
Co
is
Th

Application Number : 2716453091 Page 2 of 4

Code Number : WBCAL0042045000


se
rU
Fo
ot
N
Is
py
Co
is
Th

Application Number : 2716453091 Page 3 of 4

Code Number : WBCAL0042045000


SPECIMEN SIGNATURE CARD

To be submitted with all documents after the Code number is allotted through the online application.

FULL NAME OF THE AUTHORISED SIGNATORY __________________________________________________

Name of Establishment : AWADH SECURITY SERVICES PRIVATE LIMITED

Address of the Establishment : 8, LYONS RANGE(BACKSIDE EAST GALI,, 5TH FLOOR, KOLKATA, KOLKATA, WEST
BENGAL - 700001
Code Number of the : WBCAL0042045000

STATUS OF THE SIGNATORY : # EMPLOYER / AUTHORISED SIGNATORY

# Strike whichever is not applicable

SPECIMEN SIGNATURE 1. _____________________________

se
2. _____________________________

rU
3. _____________________________

SPECIAL INSTRUCTION, IF ANY _______________________________________________________

Fo
SPECIMEN SIGNATURE OF Mr/Ms _______________________________________________________ ATTESTED

Signature of employer _____________________________


ot
Name of Employer _____________________________

Designation of Employer _____________________________


N

Seal of Establishment Mobile number _____________________________


Is

[ ] Please tick if "Not Applicable" due to upload of digital signature

To be submitted separately for each Authorised Officer, if more than one.


py

Not to be submitted in this format if the employer after allotment of code number has uploaded digital signatures of the
Authorised signatories.
Co

In such case the letter generated from the portal after uploading the digital signature(s) to be sent.

In case of upload of digital signature, when page (6) specimen signature card is not applicable, strike this, but keep as
enclosure to the form 5A.
is
Th

Application Number : 2716453091 Page 4 of 4

Code Number : WBCAL0042045000


National Insurance
TafT 3 / Policy Schedule Employees Compensation Insurance
Policy Number
Trusted Since 1906
q7aT TTRTT Business Source: 154400
154400412110000025
af der affuSales Channel Code
9000169083
TrTT TATTT/lssuing Office
FT Name: Mr Partha Chattopadhyay
TUTTtS /Office Code: 154400 Contact Number: 9432110389
TATCRT /Office Address: KOLKATA T ZATT t/Co Broker Code:
DIVISION XXII National Insurance Building
(Gr. Floor), 8 India Exchange Place, -

700001 RHA r zia aTCustomer


State Code 19, West Bengal
GSTIN: 19AAACN9967E 1Z0 Care Toll Free Number:
Contact Number: 33 22257129 1800 345 0330
Mobile Number:

email:customer.support@nic.co.in

TRTE TA ICustomer Name: AWADH SECURITY SERVICES RTE HTST /Customer ID: t /PAN:
(P)LTD 9702122073
T/ Address: 8, LYONS RANGE, BEHIND WRITERS BUILDING, Phone:
GATE NO.3. 5TH FLOOR, KOLKATA, City:KOLKATA, District:
KOLKATA, State: WEST BENGAL, PIN: 700001. /EMail: serviceawadh@yahoo.co.in
Cell: 9999999999

00:00 hours, 11/03/2022 to


TT 11/03/2022 00:00 10/03/2023 F r Tarf aa TTHTeT /Policy Effective from on

midnight of 10/03/2023
h HtE FYUT R AAT7 Cover
arTA Premium 9,758.00 TNA
Note Number and Date
CGST 878 00
sGSTIUTGST 878 00
GST 0.00
E T 3R aa77Proposal 8800220309509750 Dt 09/03/2022
t T aTE 3uh/Kerala 0.00 Number and Date
Flood Cess

70.00
Less:GST_TDS
TTE FETT HR TTU/ Receipt 154400812110010684 Dt. 10/03/2022
0.00
Number and Date
Recoverable Stamp Duty

T o t a l Amount 711,514.00
Previous Policy Number and
Expiry Date
(Rupees Eleven Thousand Five Hundred Fourteen Only.)

Joint Policyholder Name: NA


Joint Policyholder Address: NA

Laws: The Policy covers Liability of the Insured under the folowing Laws) shownascovered.subjecttodlaim beingotherwise admissible
as per terms, conditions and exclusions of the Policy and subject to Limit of Indemnity as stipulated against each Law.

Law Limit of Indemnity Coverage


L.No
Employee Compensation Act, 1923 and
terms, conditions &Exclusions of the
Subsequent amendments thereof prior
amendments thereor prior to
OPolicy, nerwISe,
uectthe of the
amount to liability incurred by the insured. Yes
the date of issue of this Policy

Description of Work Declared


Number of Place of Contractors Name,
SLNo Industry Type Done Wages/ Contract
Employees Employment Contractors Address
Employees Value
OFFICE OF
THE CHIEF
Industry WORKSHOP
Type:Caretakers, MANAGER,
Durwans, Chowkidars Declared
MANPOWER CARRIAGE Contractors Name:NA
and Gatekeepers 9
Sub Industry
OUTSOURCING Wages:2751/58 AND WAGON
Contract Value:0 WORKs,
Contractors Address:NA
Type:Caretakers/ AYANAVARA
Darwans, Gatekeepers
M, CHENNAI-
23

Printed on 10/03/2022 by ID: 12168 Page no: 1

Totpa ya eTT pufaa: 3 fefsae7 FNE TAI 700 071


National Insurance Company Limited Registered & Head Office: 3 Middleton Street, Kolkata-700 071
CIN: U10200WB1906GOI001713 Ph. No. 033-2283 1705-06 Fax: 033-2283 1712
IRDA Regn. No. - 58 NC email: website.administrator@nic.co.in

For any Information please contact the Polley issuing ofmce or v s i t our webaite at www.nationalins uranceindia. com
National Insurance
r f T 3gHV Policy Schedule Employees Compensation Insurance
Trusted Since 1906
Policy Number:
q a qTRtA /Business Source: 154400
154400412110000025

af daa aftU/Sales Channel Code:


9000169083
TtAT TTA//ssuing Office
FT Name: Mr Partha Chattopadhyay
AT ZTT 3/Office Code: 154400 Contact Number: 9432110389
A T T/Office Address: KOLKATA HF ZT / C o Broker Code:
DIVISION XXII National Insurance Building
(Gr. Floor).8 India Exchange Place
700001.
State Code 19, West Bengal
GSTIN 19AAACN9967E1Z0 Care Toll Free Number:
Contact Number 33 22257129 1800 345 0330
Mobile Number

email:customer.support@nic.co.in

Clauses, Endorsements and Warranties Applicable:


Average Clause

euvfai/ Remarks: TOTAL NOS. OF WORKER - 09

WAGES PER EMPLOYEE 839.50


TOTAL WAGER FOR1 YEAR 2757757/
CANTEEN COOK 3, CANTEEN ASSISTANT/ SALESMAN - 6.

g ad å, z« zETd 7 f a f t1AN WITNESS WHEREOF, the undersigned beingduly authonized


hereunto set his/ her hand at the office address mentioned above, this 10/March/2022. This schedule, the attached policy, the clauses, the
endorsements and policy wordings as available in the website https://nationalinsurance.nic.co.in shall be read together as one contract
and any word or expression to which the specific meaning has been attached in any part of this policy or of the schedule shall bear the same
meaning wherever it may appear. It is warranted that IN CASE OF DISHONOUR OF THE PREMIUM CHEQUE, THIS DOCUMENT STANDS

AUTOMATICALLY CANCELLED 'AB-INITIO"

AETT RI For andn behalfof Nationalsurance


Frataassaraffs Stamp o Company Dimited
Duty:
( 5.00) Ht 3TAE7T Authorized
Signatory
(osu

Printed on 10/03/2022 by 1D: 12168 Page no: 2

oitpa gd reT Dataa: 3 fITeT Fte BITOTT 700 071


Registered & Head Office: 3 Middleton Street, Kolkata-700 071
National Insurance Company LiImited 1712
CIN: U10200WB1906GO1001713 Ph. No. 033-2283 1705-06 Fax: 033-2283
email: website.administrator@nic.co.in
IRDA Regn. No. 583
www.nationalinsuranceindia. comn
o u r website at
o r visit
or any inform nlease nnntast the Pollcy Issuing Office
TARKESHW Digitally signed by
TARKESHWAR DUBEY
AR DUBEY Date: 2022.09.03
13:05:26 IST
TARKESHW Digitally signed by
TARKESHWAR DUBEY
AR DUBEY Date: 2022.09.03
13:05:26 IST
TARKESHW Digitally signed by
TARKESHWAR DUBEY
AR DUBEY Date: 2022.09.03
13:05:26 IST
UNDERTAKING
Respected Authority,
We M/s Awadh Security Services Pvt Ltd are hereby undertake following
points :-
1. Accepting all terms & conditions of the Tender.
2. Accepting the scope of work of the tenders.
3. Accepting payment of Minimum wages as per labour law applicable
as per tender terms & conditions.
4. Accepting to follow all statutory compliances & clauses as per tender
scope of work & terms & condition.

Thanking you

For Awadh Security Services Pvt Ltd


Op. Head
UNDERTAKING

We hereby undertake to have local content of 95% for execution of the said services
laid down in the tender.
Your cooperation in this matter is highly appreciated.

Thanking You
For Awadh Security Services Pvt. Ltd
H.O.8, Lyons Range Behind Writers Building,
Kolkata-700001 OP. Head
ANNEXURE-I
FORMAT FOR CERTIFICATE TO BE SUBMITTED / UPLOADED BY TENDERER ALONGWITHTHE
TENDERDOCUMENTS

I TARKESHWAR DUBEY ** Appointed as the attorney/authorized signatory of the


tenderer (including its constituents),
M/s AWADH SECURITY SERVICES (hereinafter called the tenderer) for the purpose of the Tender
documents for the work of MANPOWER PROVIDING SERVICES do hereby solemnly affirm and
stateon the behalf of the tenderer including its constituents asunder:
1. We M/s AWADH SECURITY SERVICES the tenderer (s) am/are signing this document after carefully reading the
contents.
2. We M/s AWADH SECURITY SERVICES the tenderer(s) also accept all the conditions of the tender and have
signed all the pages in confirmation thereof.
3. We M/s AWADH SECURITY SERVICES hereby declare that We M/s AWADH SECURITY
SERVICES have downloaded the tender documents from GeM Portal. We M/s AWADH SECURITY
SERVICES have verified the content of the document from the website and there is no addition, no deletion
or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage i.e.
evaluation of tenders, execution of work or final payment of the contract, the master copy available with the
railway Administration shall be final and binding upon me/us.
4. We M/s AWADH SECURITY SERVICES declare and certify that We M/s AWADH SECURITY
SERVICES have not made any misleading or false representation in the forms, statements and attachments
in proof of the qualification requirements.
5. We M/s AWADH SECURITY SERVICES also understand that my/our offer will be evaluated based
on the documents/credentials submitted along with the offer and same shall be binding upon me/us.
6. We M/s AWADH SECURITY SERVICES declare that the information and documents submitted
along with the tender by me/us are correct and We M/s AWADH SECURITY SERVICES are fully
responsible for the correctness of the information and documents, submitted by us.
7. We M/s AWADH SECURITY SERVICES understand that if the certificates regarding eligibility criteria
submitted by us are found to be forged/false or incorrect at any time during process for evaluation of
tenders, it shall lead to forfeiture of thetender EMD besides banning of business for a period of up to five
year. Further, We M/s AWADH SECURITY SERVICES (insert name of the tenderer) ** and all
my/our constituents understand that my/our offer shall be summarilyrejected.
8. We M/s AWADH SECURITY SERVICES also understand that if the certificates submitted by us are
found to be false/forged or incorrect at any time after the award of the contract, it will lead to termination of
the contract, along with forfeiture of EMD/SD and Performance guarantee besides any other action
provided in the contract including banning ofbusiness for a period of up to five year.

SEAL AND SIGNATURE OF THE TENDERE


Annexure-II

FORM-‘E’

To,
The Registrar,
Indian Institute of Technology Kharagpur,
Kharagpur-721302,
West Bengal

Solvency Certificate

This is to certify that to the best of our knowledge and information, M/s Awadh Security Services (P) Ltd.,
8,Lyons Range, Mitra Building, 5th Floor, Kolkata-700001, WB, a customer of our bank is respectable and be
treated as good for an engagement up to a sum of Rs. 1.45 Crores (Rupees One Crore Forty Five Lakhs only) as
on 19-12-2022.

This Certificate has been issued without any risk and responsibility on the part of the Bank or any of its
officers. This certificate is issued at the specific request of the customer.

Yours faithfully

For ICICI Bank Ltd.

Bank Officer with designation


Date: 19-12-2022
Eastern Railway

Construction Department
Malda Town-732 102

No.DCE/Con/MLDT/No/25/745 feo./Dt.01.02.2017
From
O/o:Dy.Cheif Engineer/Con,
Eastern Railway,Malda Town.
Rly Officer colony,
P.O.-Jhalijhalia,
Dist. Malda
Pin-732102,

To,
M/s Awadh Security Services Pvt Ltd
8,Lyons Range, Behind Writters Building.
Gate No.3, Kolkata-700001

Dear Sir,

Sub: Work order for the work of


Facility Management and Maintenance of Running
Guest/Rest House-Residential: Housekeeping: Regular work of Guest House including
leaning with sanitation and Ilaundry services: Guest attendants; Cook; Gardener;
Cleaner and Other as described in the scope of work.

Ref: GeM Contract Number: GEMC-511687725630965, Generated Date: 01-Feb-2017

We are pleased to bring to your kind attention that the rate quoted by your organization is
found to be the lowest under financial bid opening and your organization had been declared the
lowest bidder and this letter is the intimation of the same. Hence your organization is appointed for
executing the contract from 08-Febuary-2017 till 07-Febuary-2020 (36 Months or 3 Years).

Since your organization had been selected as L1 by the member of the tender committee,
so your organization is advice to execute the contract as per the scope of work and terms and
conditions with best of ability.

Hence, representative of your organization is requested to come to this office for witness &
signing the contract/Agreement.

Thanking You,

C U R I T Y
Your faithfully,

(S.K. Sardar)
3 HX1T/.A/Dy.Cheit Engineer/Con
Town
ted HTTCI ZI3a/ Eastern
Railway/Malda
d
Eastern Railway

Construction Department
Malda Town-732102

No.DCE/Con/MLDT/Tn/75/414
ois:/Dt 25.08.2020
From
O/o:Dy.Cheif Engineer/Con,
Eastern Railway,Malda Town.
Rly Officer colony,
P.O.-Jhalijhalia,
Dist. Malda
Pin-732102,

To,
M/s Awadh Security Services Pvt Ltd
8,Lyons Range, Behind Writters
Gate No.3, Kolkata-700001
Building,

Dear Sir,

Sub: Work Competion Certificate for the work of Facility Management and Maintenance of
Running Guest/Rest House-Residential: Housekeeping: Regular work of Guest
House
including cleaning with sanitation and laundry services: Guest attendants; Cook;
Gardener; Cleaner and Other as described in the scope of work.

Ref: GeM Contract Number: GEMC-511687725630965, Generated Date: 01-Feb-2017

Certified that M/s Awadh Security Services Pvt Ltd, Registered Office at 8,Lyons
Range,Kolkata-700001,provided above mentioned services at various Guest/Res Houses and other
services for 36 Months from 08-Feb-2017 to 07-Feb-2020, vide GeM Contract Number: GEMC
511687725630965, Generated Date: 01-Feb-2017 and the value of the contract was 50,059,131.00INR

The performance of M/s Awadh Security Services Pvt Ltd during this tenure of contract has

been found to be satisfactory.

Thanking You,
You're faithfully,

TYS
(Aman Bhandari)
34 HH/.A/Dy.Cheif Engineer/Con
Tøwn
KO Tat r d HTGQI ZT3-A/
Eastern Railway/Malda
LIC
NDIA
iFE IN5UR ANCE CORPORATIOK OF

1OWIION II MAY CONCTRS


Cerulied that M/S Awadh Security Services(P) Ltd. 8 Lyons Raingc,
Kolhült-700001. provided Security and llouse Keeping SerVes at liie
two clusteIs of properties of 1Life Insurance Corporation of lndra in
Kollata, during the period 01-10-2013 to 30-09-2014. v ide Work COrder
No: E/O1states Worlk (rder'A-2 dated 27-09-2013 and Work Ordet
No: EZ0lstates Work Order/A-3 dated 27-09-2013. The contract w.is
for providing services of 127 Security Guards, 27 Lilunmen and
Seeping of area - 1.33,829 sq fi.

Ihis cerniieate is heing issued at the request of MS nadh Sccurity


Sernices (Pvt) Ltd.

Dated. Kolkata
May 06. 2015 Regional Alanuger (:stales)

Regional Manager (Estates)


LICI, Eastern Zonal Office
Kolkatu 700 072

CURI YS
4 dHa, ieszur1 ti1,344 , 14KUA g4 l 7000/2
giY 212-7500 (8 , 2 (033) 2212-1971. 2212-4799

Eostern 2onal Ofice, Hundusthan Builcings, 4, C.R Avenue, Kolkatu


Toi 2212-1500 (6 Liri05). Fax {033) 2212-4971. 2212.799
700 072 K
Post Bux No. 6604 Tula jIMA PRADESH

Scanned by TapScanner
Contract
GeM Contract No: GEMC-511687788369924

G e n e r a t e d Date: 21-Mar-2022

Bid/RA/PR No:GEM/2022/B/1847346

Organisation Details
I ype
Buyer Details
Mnistry
Central PSU Additional Officer P and A Area ll
Minustry ot Railways Designation
Department 1MIS ontact No 985038851
in
OJanisation Name ONTAINER Email ID buycon230 ccil di@gembuyer
11Ce Zone CORPORAIION OF INDIA LIMITED GSTIN
Orporate Office Container Corporation of India Limited (GSTIN
07MACC1205A1ZP) N%IC MDBP Building ard Floor

OFhla Metro
Address Okhla Industrial Lstate Opposite to NSIC
Station Vew Dell
SOUTHI AS DELHI DEHl1 10020 India

Financial Approval Detail


Paying Authority Details
IFD Conculene
No Pay1ment Mode Offline
Designation of Admnstrative APproval
Sr Manager finance and ACCOunts
ED/AREA Designation
Designation ot Tinancial Approval pay2 cCil mh@gembuyer in
ED AREA-I Email ID
GSTIN 27AAACC 1205A1ZN
Container Corpor ation of India Ltd MMLP Mihan Plot

AddressS No 4A 5A 5B
5C, Near Khapr1 Railway Station, Mihan
Nagpur MAHARASHTRA-441108, Incia

Consignee Details
5. NO Service Description
Consignee Name & Address
-

Contaul-9793125550
Lniail iD buyconl ccil nii@gembuyer in
Cleaning Sanitation and Disinfection Service Oulcome Based-
GSIIN 27ANACC120SA1ZN Oftice/commercial/lnstitutiOns/Residential General Clea ing (Sweeping Moppn9 dusting9)
Address Container Coiporat:on of India Ltd MMLP Mihan Plot
Qutdoor
No A SA SB 5C Nea Khapu Ralway Station, Mihan
NAGPUR 1MAHARASIiTRA- 11108 India

Service Provider Details


GeM Sllor 1D F80019000989215
AWADII SECURITY SLRVICES PRIVATE LIMITED

Contact No 09339769770

serviceawadh007@gmail com
5th FLOOR 8. LYONS RANGE,
Address Kolkata, WEST BENGAL-700001

MSME verified Yes

MSME Registration number WB10E0011461

MSE S0ciäl Category General


MSE Cener Male
19AAGCAG6573K126 19MGCA65731Z6b
0STIN

GST/ Tax invoice to be raised in the name of Consignee

Service Details

Contract End Date : 31-Ma1-2023


Contract Start Date :01-pt-2022
Outcome Based
Category Name: Cleaning, Sanitation
and Disinfection Service
Billing Cycle: monthly

(Unit Price)
Area in Sq. ft.
Description Standard unit rate per Frequency per Cycle

Not Applicable
Floor TYpe
Type of Cycle : Daily
| N a t u r e of Service General Cleaning (Sweeping Mopping dusting)
1 748.617 O 010
ail rackS
Area Inclusions .

SECURI
Ottice/C0mmercial/lnstitutions/Residential
Type of Space

Type of Area: Outdoor


Total Amount (Formula) :

Number of cycles cluring Contract Period*Area in Sq It.*Frequency in each cyce Standad unit iate per Frequency per Cycle

5455685 04
Total Value without Addons:
e Consuniable, to be prOvidcu ty
Servie Provider
Add On Description
-

PCr Unit Pircu)


01

Addon Value ( ((Addon Prce"Number of


tycles during Contract
Frequency per Cycle'Area in
Sq. ft.)/100)) Period*Frequency in each
cycle'standara u* per

HIgh End Machinery tquipiment to be


piovideci by Service PiOVIder
(Per Unit Price) 01

Addon Value t
ddonPrice'Number of cycles duriny
Frequency per Cycle'Area Sq. It.)/100))
in
Contract Period Frequency in each cycle'standaru per 545 5
20
27 Total Addon Value
1091 14

Total Value Including Addons 156776 18

Tax Bifurcation
ITC on GST
Particulaar (ITC)
per| Input Tax Credit
on
GST (18%) T
Cess2 (.01 ITC on GST Cess l
Cess 1 (o.01%) Cess 2
accounting unit) GST
Cleaning Sanitation
nd DisIniection

Seryice Outcoime S2905 1 89 60.992 17486 17


ised

Amount of Contract
5456776.18
Total Contract Value Including AIl Duties and Taxes in INR

SLA D e t a i l s Cleaning, Sanitation and Disinfection Service Outcome Based -

office/Commercial/lnstitutions/Residential; General Cleaning (Sweeping, Mopping, dusting); Outdoor

1 Agreement Overview
r e i e n t epresens a s e r v i e Level Agreement ("SLA or Agreement") between the buyer and Service Provider for Cleaning. Sanitation dna DisinecO

or any Oner preises


the buyer s premises
is to facilitate implementation of Cleaning. Sanitation and Disinfection Serviceat
ervice 1he purpose ot this agreement service delivery and payihent
or services

terms and conditions related


to
iniS Agreenent outlines the scope of work, buyer's obligations, special is eanlier)
egied by Duyer
of services or end of contractual duration (whichever
Torm u t t u a l understanding of the stakeholcders.
The Agreement remains val1d t1ll completion of scope
unless either superseded by arevised agreement mutually endorsed by the stakeholders or terminated by either of thie parties thercot.

set ot Terms and conditions


The serVI es
cont racts placed thrOugh GeM shall be governed by tollo wing

C n e r a l terms arid conditions 'or Services

1or the service.


Shall include the Service
leevel agreement (SLA)
Service Speciic STC ot the Services conti acts

Auction specitic ATC


BID/ Reveise GIC whenever there are any conticting
STC which supersede
of precedenceie AC Supersedes service specitic
are in r e v e r s e order dlocument shall be construed to be part
and conditions
The above terms as enumeraled in the
work arnd service level agreement
The above Set ot terms and
conditions along with SCope o
provisions
of the Coriract between Buyer and 'service Provider

Goals
2 Objectives and e n s u r e consistent delivery of 5ervices to buyer by Service
commitments and obligations are
in place to
the
agreement is to e n s u r e that ail
The obective of this
are to
Provider The goals of this agreement
of both parties
roles and responsibilities
clear relerence to s e r V i c e ownership. accountahiiitY.
PIOV1de

measurable description or services ottered


to the buyer
and
IPresent a clear (oncise
t a i l u r e to comply with conditions specified
Case
taken
in
o
conditions Ior all the invQived s t a k e n o i d e l s ,
it
ais includes the actions to de
terms and
siablisn stated reasons
termination of services due to any of the
C o n s e q u e n c e s in
case or
u n d e r s t a n d the
lo ensure that both the parties and have agreed to comply by
the
Iv doove-mentioned termms and c o n d i t i o n s
underStooa the

dOCument tndt ooth the parties n a v e


reterence
will act as a
The agieement mutual c o n s e n t of the stakeholders
m o d i l i e d on
revised/
can also be
Same 1he agreement

the Agreement
3 Parties to
are below-
assOCiated with this a g r e e m e n t
stäkeholders
The man services availed
p a y m e n t s tor the
approvals and timely
ctear instructions.
Buyer
isesponsiDle
to
prOVIde S e r v i c e PrOvider inay also include
seller, any authonzed
Buyer services in Cimely
manner
the required
to prov de all
P r o v i d e r responsibie
Service
Provider
Service

successoiS ancd
nominees
described i
as
the a g r e e m e n t

encompasses service le
CURITraies O t e ol non-
agents
3s5IGees
dOCument Ihe d o c u m e n t also
been Qutined
in t h i s
nave before signing t
the same
stakenoiders
the understood
o b l i g a ' i n s or have read and
and stakeholders
I he respons1blhties conditions Tt IS assuned that àll
ternis and
adherence to the delined

Services
Scope of
aln
not restricted to swee
4 comprise of a seies of
activities, including. but
and Disintection
services
witnin à delined set of prenuses
sanitation
cleaniness
acceptabie standards or
of wo1k of Cieaning
The scone maintain
De n e c e s s a r y to
other
activities ds may the Buyer for the purposes of Cleanng.
clenng and such
the premises
as s p e c i t c d Dy
r e s o u r c e s tor
provde manpower and
to following
tihe service Provider
ol the
s e r v i c e rCquires
to provide
services according to the
The scope of the Vendor
I:ould be the obligation
Sanitation
and DiSnection

You might also like