Equipment Purchase Tender Document
-
Upload
anshuman-gupta -
Category
Documents
-
view
20 -
download
0
description
Transcript of Equipment Purchase Tender Document
1
Tender Document for Purchase of Equipment for
Fabrication & Garment Stitching Workshop
at Livelihood College, District Balrampur, Chhattisgarh
Key Dates
Place, Last Date & Time of Issue of Bid
Documents
10/09/2015 at 5:00 PM
Office of District Project Livelihood College Society,
Balrampur, Chhattisgarh
The tender form may be downloaded from the
website www.surguja.nic.in but bidder shall have to
deposit the tender form cost of Rs. 1000/- (Rupees One
Thousand Only) through Demand Draft drawn on a
scheduled bank in favor of Principal, District Project
Livelihood College Society payable at Balrampur along
with the pre – qualification bid.
Place & Last Date for Submission of Bid:
14/09/2015 at 12:00 Noon
Office of District Project Livelihood College Society,
Balrampur, Chhattisgarh
Place & Date of Opening of Bid:
14/09/2015 at 03:00 PM
Conference Hall, District Collectorate, District
Balrampur, Chhattisgarh
Office of
District Project Livelihood College Society,
Balrampur, Chhattisgarh - 497119 Tel. (07831) – 273333
2
Office of the District Collector & Chairman (DPLCS) District Project Livelihood College Society, District Balrampur – Ramanujganj, Chhattisgarh
Letter No./ 121 /DPLCS/Tender – FAG/2015 Balrampur, dtd. 31 /08/2015
Notice Inviting Tenders
Purchase of Equipment for Fabrication & Garment Stitching Workshop
The District Administration, Balrampur, Chhattisgarh intends to set up workshops for training
youth from the District in Basic Fabrication and Garment Stitching by purchasing necessary tools,
equipments and machines from established, reputed and experienced firms. For this purpose, bids are
invited from competent bidders for the supply of workshop tools, equipments and machines.
The Tender Document can be purchased from the Office of District Project Livelihood College
Society, Balrampur, Chhattisgarh latest by 5:00 PM on 10th
September, 2015 by paying a fees of Rs.
1000/- (Rupees One Thousand Only) in Cash or through Demand Draft drawn on a scheduled bank in
favor of Principal, District Project Livelihood College Society payable at Balrampur. The tender
document can also be downloaded from the website www.surguja.nic.in in which case, the Tender
Document Cost shall be paid through a Demand Draft submitted along with the pre – qualification bid.
Completely filled and sealed tender documents in the prescribed formats can be submitted at the
Office of the District Project Livelihood College Society, District Balrampur – Ramanujganj,
Chhattisgarh latest by 12:00 Noon on 14th
September, 2015. Tender Documents will be opened on the
same day at 3:00 PM at the Conference Hall, District Collectorate, Balrampur, Chhattisgarh.
/
District Collector & Chairman
District Project Livelihood College Society
Balrampur, Chhattisgarh
3
TENDER DETAILS
(for office use only)
Tender No. : DPLCS/FAG/2015/0001
Tender for : Purchase of Equipment for Fabrication & Stitching Workshop
Serial No. of Document : ______________________________________________________
Issued to : ______________________________________________________
Against Request No. : ______________________________________________________
Dated : ______________________________________________________
And payment of cost of bid document for Rs. 1000/- (Rupees One Thousand Only) to be paid in Demand
Draft (DD) or Cash only.
Payment Mode: Cash/ Demand Draft
Name of the Bank and Address: ______________________________________________________
Demand Draft No. and Date: _____________________________________________________
Bid document Issued on: ______________________________________________________
Authorized Signatory
District Project Livelihood College Society,
Balrampur, Chhattisgarh
Downloaded form will be received along with Demand Draft/Cash amounting Rs. 1000/- (Rupees
One Thousand Only) in the favor of Principal, District Project Livelihood College Society payable at
Balrampur.
The Tender form will not be considered without the non - refundable document cost of the form.
4
TABLE OF CONTENTS
SECTION SUBJECT PAGES
I. Invitation for Bids 5
II. Instructions to Bidders 7
III. Terms & Conditions of the Bid 10
IV. A. Pre – qualification Bid Proforma
(i) Pre – qualification Bid Proposal Sheet (Proforma – I) 13
(ii) Pre – qualification Particulars of Bidder (Proforma –II) 15
(iii) Checklist for pre – qualification conditions 16
B. Technical Bid/ Specifications (Proforma –III) 17
C. Price Bid Proforma (Proforma – IV) 21
16
5
Section I
INVITATION FOR BIDS The Principal, District Project Livelihood College Society, Balrampur invites bids from established,
reputed and experienced firms for the supply of Equipment for Fabrication & Garment Stitching
Workshop.
Bid Conditions:
1. Sealed offers should be submitted to the Office of District Project Livelihood College Society,
Balrampur, Chhattisgarh not later than 12:00 noon on date 14/09/2015.
2. The Bidder must furnish Earnest Money Deposit (EMD) of Rs. 50,000/- (Rupees Fifty
Thousand only) in form of demand draft from a scheduled bank in favor of “Principal, District
Project Livelihood College Society” payable at Balrampur, IN THE ENVELOP
CONTAINING THE PRICE BID. Failing which the bid will be rejected.
3. This bid document is not transferable.
4. The tenders of only those bidders, who have purchased the documents in their names, will be
considered.
5. The Purchase Committee reserves the rights to reject any bid or all the bids without assigning
any reasons and revising quantity or fine-tuning specifications as per Broader Technical
Specifications provided in the tender document.
6. The bidder will accept all conditions of the Bid Document unconditionally or depending
upon the decisions of the Purchase Committee.
7. Key Details
Place, Last Date & Time of Issue of Bid
Documents
10/09/2015 at 5:00 PM
Office of District Project Livelihood College Society,
Balrampur, Chhattisgarh
The tender form may be downloaded from the
website www.surguja.nic.in but bidder shall have to
deposit the tender form cost of Rs. 1000/- (Rupees One
Thousand Only) through Demand Draft drawn on a
scheduled bank in favor of Principal, District Project
Livelihood College Society payable at Balrampur along
with the pre – qualification bid.
Place & Last Date for Submission of Bid:
14/09/2015 at 12:00 Noon
Office of District Project Livelihood College Society,
Balrampur, Chhattisgarh
Place & Date of Opening of Bid:
14/09/2015 at 03:00 PM
Conference Hall, District Collectorate, Balrampur,
Chhattisgarh
8. Technical bids of only the Pre-qualified bidders will be opened and scrutinized on the same
day and if need be, on the following day(s) to be announced on the spot/ later.
6
9. Price Bids of only technically qualified bidders will be opened and scrutinized on the same day
and if need be, on the following day(s) to be announced on the spot/ later.
10. The Bid shall remain valid till 31/03/2016.
Note: The Client shall not be responsible for any postal delays about non-receipt/ non-delivery of the
documents. All late bids/ incomplete bids would be rejected out rightly.
7
Section II
INSTRUCTIONS TO BIDDERS
General Instructions:
1. Procedure for Submission of Bids
1.1. It is proposed to have a Three-Cover System for this bid.
a) Pre-qualification documents (1 copy) in one cover.
b) Technical Bid (1 copy) in one separate cover.
c) Price Bid (1 copy) in another separate cover.
1.2. The Bidders must place their pre-qualification, technical and Price Bids in three
separate envelopes, super-scribed with separate Bid titles as follows:
A. PRE QUALIFICATION BID
B. TECHNICAL BID
C. PRICE BID
The three envelopes shall again be put together in one common Envelope „D‟ with cover and
seal. This sealed envelope shall be marked on the left-had top corner, „Tender for Equipment
for Fabrication & Garment Stitching Workshop‟. The Full Name, Address, Phone Number
and Mobile Number of bidder shall be written on the bottom left corner of the sealed cover
(Envelope D). This Envelope (Envelope D) has to be submitted for participating in the bid.
1.3. The Bidder shall have to qualify the pre-qualification Bid.
1.4. Pre-Qualification Bids will be opened on the prescribed date and time.
1.5. Technical Bids of only those Bidders will be opened who qualify the Pre-
Qualification round after the initial processing of pre-qualification bid. The technical
specifications may be fine-tuned before calling for the revised Price Bids.
1.6. A minimum time of 1 days would be allowed for the submission of the revised Price Bids, if
so required, based on the fine tuned specification as in Para 1.5 or otherwise by only those
Bidders who will qualify both the Pre-Qualification Bid and the Technical Bid and would be
opened immediately thereafter or following days to be announced on the spot or later.
1.7. Please note that commercial aspects (prices, cost, charges, EMD, etc.) should not be
indicated in the Pre-qualification Bid or the Technical Bid and should be quoted only in
the Price Bid.
1.8. Price Bid should only indicate prices in the prescribed format.
1.9. The cover thus prepared should also indicate clearly the name and address of the Bidder to
enable the Bid to be returned unopened in case it is received “Late”.
8
1.10. The bids received late and declared late by the Purchase Committee after the last date and
time for receipt of bids prescribed in the bid document or otherwise shall be rejected and/or
returned unopened to the Bidder.
1.11. Each copy of the bid should be a complete document with Index & page numbering and
should be bound as a volume.
2. Cost of Tender Document is Rs. 1000/- (Rupees One Thousand Only)
3. Clarification regarding Bid Document can be made through the following:
Tel.: (07831) – 273333 in Office Hours (10:30 AM to 5:30 PM)
e – Mail: [email protected]
Preparation of Bids:
4. Language of Bids – English Only
5. Documents Comprising the Bids
5.1. Conditional bids shall not be entertained.
5.2. The Bids prepared by the Bidders shall comprise of following components
(Bid documents are to be submitted in the order of pre-qualification clauses along wi th
index page no., otherwise bid will be disqualified):
a) Bid Proposal sheet duly filled in, signed and complete in all respects.
(Proforma –I)
b) Qualifying data duly filled in as per relevant Proforma provided in the bid proposal that
the Bidder is eligible to bid and is qualified to perform the contract, if its bid is accepted
(Proforma –II)
c) The Bidder should have a fully functional office in a city of India and should submit
address proof of functional office.
d) Self declaration letter that the bidder is not black listed by any Centre/ State Govt.
Agency for any reason.
e) Self declaration letter that bidder is having only single participation in the bid.
f) The Bidder must submit copy of valid PAN issued by Income Tax Authorities, India.
g) The Bidder must submit copy of valid VAT Number.
h) Company Financial Status: The Bidder must submit proof of its average annual
turnover and that of the firm as per following prescribed criteria. A bidder can apply for all
or any of the categories of items given in the table below.
9
Group of Items
Bidder’s average annual
turnover in last 3 years
ending 31st March 2015
Previous Supply conditions
during last 2 years for the Group of
Item concerned
Security deposit
for the Group of
Item concerned
1 2 3 4
A. Equipment for
Fabrication
Workshop
Rs. 10 lacs
(Rupees Ten Lacs Only)
Must have supplied fabrication
machines/ equipment of minimum value
Rs. Two Lacs at minimum two locations
Rs. 50,000/-
B. Equipment for
Garment Stitching
Workshop
Rs. 5 lacs
(Rupees Five Lacs Only)
Must have supplied stitching machines/
equipment of minimum value Rs. Two
Lacs at minimum two locations
Rs. 50,000/-
i) For these items, The Bidder must have supplied similar items as mentioned in the column no.
3 of the above table.
j) The list along with satisfactory performance from the Clients of the various Departments/
Institutions to whom products have been supplied for the last 2 years.
k) All supported documents should be signed by authorized signatory/ special power of attorney
authorizing concerned person signing of documents.
Technical Bid shall consist of the following: -
a) Technical Deviations, if any, from the specifications as specified in the Tender Form
(Proforma III). Failing which, it would be assumed that there are no technical deviations and the
full responsibility lies on the Bidder.
b) The Technical specifications may be fine-tuned on the basis of discussions with various
Bidders during Technical Bid evaluation process.
Price Bid consisting of the following:-
a) The Bidder must furnish Earnest Money Deposit (EMD) of Rs. 50,000/- (Rupees Fifty
Thousand only) which shall be in the form of Demand Draft drawn on any scheduled bank in
favor of “Principal, District Project Livelihood College Society” payable at Balrampur, failing
which the bid will be rejected. This earnest money is to be submitted along with the Price Bid
documents.
b) Bid prices for the fine-tuned Technical Specifications duly filled, signed and complete as per
the Price Schedule on the prescribed Quotation Proforma (Proforma -IV).
c) Price Schedule: The bidder is required to submit unit rates/ complete set price but the
complete set price will be considered for comparison of the Price Bids of vendors.
i. The prices will be valid up to 31/03/2016.
ii. Principal, District Project Livelihood College Society, Balrampur may issue
order(s) for any quantity as per its requirements up to 31/03/2016 and the bidder
shall be required to supply and install the requisite units at the specified locations.
iii. The rates will be F.O.R rates inclusive of freight, handling, installation and all
related surcharges for delivery at District Head Quarter Balrampur.
10
Section – III
TERMS AND CONDITIONS OF THE BID 1. General Terms:
1.1. The client reserves the right to carry out the capability assessment of the Bidders and the
client‟s decision shall be final in this regard.
1.2. The individual signing the bid or other document, in connection with the bid must certify as to
whether he or she has signed as:
a) A “Sole proprietor” of the firm or constituted attorney of such sole proprietor.
b) A partner of the firm, if it be a partnership, in which case he must have authority
to refer to arbitration disputes concerning the business partnership either by virtue of the
partnership agreement or a power of attorney. In the alternative, all the partners should
sign the bid.
c) Constituted attorney of the firm, if it is a company.
1.3. The bidder shall not sub – contract any part of the contract.
1.4. The Client reserves the right to make any change in quantity as per requirement on the day.
1.5. The bidder is required to submit unit rates/ complete set price but the complete set
price for each Group of Items will be considered for comparison of the Price Bids of
vendors.
1.6. If the rates quoted by the L-1 bidder in any item are higher than local market rates as
decided by the Purchase Committee, then the Purchase Committee reserves the right to
reject such a bid.
2. Standards:
The Goods supplied under this contract shall conform to the standards mentioned in the Technical
Specifications as given in Proforma III and when no applicable standards are mentioned, to the
authoritative standards. Such Standards shall be the latest issued by the concerned institution governing
that standard.
All Goods shall be manufactured by reputed manufacturers and Standard marked. The Purchase
Committee reserves the right to reject a bid or certain items in the bid if they do not conform to the said
Standards and Quality. Multiple vendors may be selected for the supply of equipment in case
certain items described by the L-1 bidder do not conform to these aforementioned Standards.
3. Supply and Installation Period:
3.1. The successful bidder selected through this tender for supply of items mentioned in the
Proforma III would Supply and Install the items within a period of 10 days in the scheduled
places.
3.2. The delivery period should be adhered to as will be mentioned in the Award of Contract/
purchase order. The supply shall actually be deemed to have been complete on the actual
date of entire installation/delivery of all components/ items.
3.3. As regards delivery, the vendor would submit proper documents/ certificate from the person
responsible of respective office towards receipt of items.
11
4. Delay in the Bidder’s Performance & Penalty:
4.1. An unexcused delay by the vendor in the performance of its installation obligations shall
render him liable to any or all of the following penalties:-
4.1.1. In the event of delay in the supply and installation within a stipulated period of 10 days,
penalty @ 0.5% of total order value per week or part thereof for the delay in that
location subject to a maximum of 5% of the total contract value, after which the office
shall be at liberty to cancel the contract. For the purpose of this clause, part of a week
shall be considered to be a full week.
4.1.2. Forfeiture of earnest money/ Security.
4.2. Hiding of facts, misrepresentation, corrupt practices by the Bidder if revealed at any stage,
would amount to forfeiture of EMD and subsequently the firm may also be blacklisted.
5. Schedule of Payment:
5.1. Payment shall be made by the Purchaser only after completion of delivery, successful
installation, commissioning and acceptance of the tasks allotted to the vendor, to the entire
satisfaction of the client/ purchaser or any other agency nominated by the client.
6. Warranty Period:
6.1. For the products/ items delivered, the vendor will be responsible for comprehensive
maintenance free of charge during the warranty period given by the vendor which shall not
be less than 6 (six) months for all equipment with a value of more than Rs. 5000/-.
6.2. In case of default, purchaser will have the right to arrange such task of maintenance/
loading/ configuring at the risk and cost of the vendor, from any other source and shall raise
bills to the vendor. The vendor shall clear such bills within 7 days.
7. Price Fall:
7.1. The prices charged for the items supplied under the contract by the bidder shall in no event
exceed the lowest price at which vendor sells the items or offers to sell such items of
identical description to the Department of the Central or State Government, before the
supply of such items.
7.2. If at any time during the said period, the bidder reduces the sale price, sells, or offers to sell
such items to any person/ organization including the purchaser or any Department of State
or Central Government or any statutory Undertaking of the Central or State Government as
the case may be, at a price lower than the price chargeable under the contract, the bidder
shall forthwith notify such reduction, or sale or offer to sell to the purchaser and the price
payable under the contract for the supply of items after the date of coming into force of such
reduction or sale or offer to sell shall stand correspondingly reduced.
8. Taxes and Duties:
The vendor shall be entirely responsible for all taxes, levies, CESS, OCTROI, duties, license fees,
etc. incurred until delivery of the contracted items to the purchaser. The client will not issue any
C or D forms.
12
9. Suspension:
The purchaser may, by a written notice of suspension to the vendor, suspend all payments to the
vendor under this tender, if the vendor failed to perform any of its obligations provided that
such notice of suspension:
9.1. Shall specify the nature of the failure.
9.2. Shall provide sufficient opportunity for the vendor to remedy such failure within a specified
period from the date of receipt of such notice of suspension by the bidder.
10. Termination for default:
The client may, without prejudice, to any other remedy for breach of contract, by written notice of
default sent to the vendor, terminate the contract in whole or in part if:
10.1. The vendor fails to deliver any or all of the obligations within the time period(s) specified in the
contract, or any extension thereof granted by the client.
10.2. The vendor fails to perform any other obligation(s) under the contract.
10.3. The vendor shall not be given any opportunities for the extension of time of supply. However
the right remains with the client.
11. Termination for insolvency:
The client may at any time terminate the contract by giving written notice to the vendor without
compensation to the vendor, if the vendor becomes bankrupt or otherwise insolvent, provided
that such termination will not prejudice or effect any right of action or remedy which has accrued
thereafter to the client.
12. Governing Language:
The contract shall be written in English language of the bid. All correspondence and other
documents pertaining to the contract which are exchanged by the parties shall be written in that
same language.
13. Other Conditions:
13.1. Risk purchase at the cost of vendor will be made on the failure of the vendor to make supply as
per Terms and Conditions. The difference of excess in cost thus incurred will be received from
the vendor in a suitable manner and even from his pending bills, earnest money or security
whichever is available.
13.2. All disputes, differences, claims and demands arising under or pursuant to or touching the
contract shall be referred to the arbitrator(s) as per the provisions of the arbitration Act. Such
arbitration shall be held at Balrampur.
13.3. In all matters and disputes arising there under, the appropriate Courts at Balrampur alone shall
have jurisdiction to entertain and try them.
13
Section - IV
PRE – QUALIFICATION BID PROPOSAL SHEET
(Proforma –I)
1. Bidder‟s Proposal Reference No. & Date :
2. Bidder‟s Name & Address :
3. Type of Firm :
(Sole Proprietor/ Partnership/ Company)
4. Group of Items bid for : Equipment for Fabrication Workshop
Equipment for Garment Stitching Workshop
5. Person to be contacted :
6. Designation :
7. Telephone No. with STD Code :
or Mobile No.
8. Fax No. :
9. e – Mail Id :
To,
The Principal
District Project Livelihood College Society
District Balrampur – Ramanujganj, CG
Subject: Bid for Supply of Equipment for Fabrication & Garment Stitching Workshop
Dear Sir,
1. We, the undersigned Bidders, having read and examined in detail the specifications and all bidding
documents in respect above cited subject do hereby offer to supply of Items, as specified in the
bidding document.
2. Price & Validity 2.1. All the prices mentioned in our proposal are in accordance with the terms as specified in
bidding documents. All the prices and other terms and conditions of this proposal are valid up to
31/03/2016.
2.2. We do hereby confirm that our bid prices include all Taxes and CESS including Income
Tax.
2.3. We have studied the Clauses relating to valid Indian Income Tax and hereby declare that
if any Income Tax, Surcharge on Income Tax and any other Corporate Tax is altered under the
law, we shall pay the same.
14
3. Earnest Money
We have enclosed the required earnest money in the form of Bank Draft No. __________________
Dated ______________ drawn on _____________________ Bank in the Price Bid envelope. It is
liable to be forfeited in accordance with the provisions of bid document.
4. Deviations
We declare that all the services shall be performed strictly in accordance with Technical
specifications and other bid document except the deviations as mentioned in Proforma -III. Further
we agree that additional conditions, if any, found in the proposal documents, other than those stated
in deviations Proforma, shall not be given effect to.
5. Bid Pricing
We further declare that the prices stated in our proposal are in accordance with your terms &
conditions in the bidding document.
6. Qualifying Data
We confirm having submitted in qualifying data as required by you in your bid document. In case
you require any further information/ documentary proof in this regard before evaluation of our bid,
we agree to furnish the same in time to your satisfaction.
7. Contract Performance Security
7.1. We hereby declare that our proposal is made in good faith, without collusion or fraud and
the information contained in the proposal is true and correct to the best of our knowledge &
belief.
7.2. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration
and replacement.
7.3. We understand that you are not bound to accept the lowest or any bid you may receive.
Thanking you,
Yours faithfully,
(Signature)
Date: Name:
Place: Designation:
Business Address: Seal
15
PARTICULARS OF BIDDER
(Proforma –II) Bidder‟s Particulars for Bid No. : September 2015
1. Name of the Bidder :
2. Address of the Bidder :
3. Year of Establishment :
4. Annual turnover of the firm for the last 3 successive years:
Sr. No. Financial Year Annual Turnover (Rs.)
1
2
3
(Audited Balance sheet has to be attached)
5. Name of the Dept./Institution where the supply of items has already been done:
Sr.
No.
Financial
Year Firm Supplied to Items Supplied
Total Value
(Rs.)
1
2
3
Documentary proof has to be attached. (Please enclose additional sheets in case space here is
insufficient)
6. Service facilities available for maintenance:
_________________________________________________________________________________
_________________________________________________________________________________
7. Bidder‟s proposal number & date: _____________________________________________________
8. Name & address of the officer to whom all references shall be made regarding this bid:
_________________________________________________________________________________
_________________________________________________________________________________
Telephone: Fax No.:
As of this date the information furnished in all parts of this form is accurate and true to the best of my
knowledge.
Place: Company/ Firm Seal
Date: (With the Designation & Name of the Authorized Signatory)
16
PRE-QUALIFICATION CHECKLIST & ORDER IN WHICH DOCUMENTS ARE SUBMITTED
Name of Bidder: _____________________________________________________________________
S.
No. Condition / Item
Yes/ No/
Not Applicable
Ref. pages of
pre-qualification
bid
1. Tender form cost of Rs 1000/- vide DD No. _________
Dated ____________ drawn on ______________ Bank
1. Duly filled & signed Proforma -I
2. Duly filled & signed Proforma – II
3. Company Financial Status: Requirements as per
clause 5.2 (h) of section II
4. Required documents for complying clause 5.2 (i)
of section II
5.
The list along with satisfactory Performance from the
Clients of the various Departments/ Institutions to
whom products have been supplied for the last 2 years.
6.
The Bidder should have a fully functional office at any
place in India. In case of support through service
partners, details of the service partners to be attached.
7. The Bidder must have valid PAN issued by Income
Tax Authorities, India.
8.
The Bidder must have valid VAT No.
If no, the Bidder will give undertaking that the Sales
Tax Number shall be submitted to the client before any
contract is awarded to the bidder.
9. The Bidder should not have been blacklisted by any
Centre/State Govt.
agency for any reason.
10. Bidder should have only single participation in the bid.
11. All supported documents should be signed by authorized
signatory
Notes to the qualification:
1. One bidder shall submit bid on behalf of only one Principal bidder.
Place: Company/ Firm Seal
Date: (With the Designation & Name of the Authorized Signatory)
17
TECHNICAL BID/ SPECIFICATIONS – FABRICATION WORKSHOP
(Proforma –IIIA)
Subject: Supply of Equipment to District Project Livelihood College Society, Balrampur. Dear Sir,
Except for the deviations as stated in column No. 5 given below all items are as per
specifications given in column No. 2.
Sr.
No. Name of Item with Specifications
Quantity (Nos.)
(Tentative)
Whether there is any
deviation from the
specifications as given
in Col. no. 2 (Yes/No)
If Yes, the details of
such deviation
1 2 3 4 5
1 Welding machine 3 in 1
(Arc, MIG and TIG) 2
2
3 Phase Inverter based DC MMA
Portable Welding Machine with all
Accessories suitable for training
purposes
3
3 Hand Gloves pair leather 22
4 Apron leather 22
5 Safety boots for welder 22
6 Welding helmet type with filter
glasses/ Hand Screen 10
7 Screen Welding Hand 22
8 Goggles pair 22
9 Glasses Colored 108 82 3mm
DIN 11A 13A 10
10 Glasses white 108 82mm 10
11 Chipping Screen Hand 15
12 Screw Driver (10 piece set) 10
13 Centre punch 9mm 127 mm 10
14 Dividers 20cm 4
15 Caliper outside 15cm 4
16 Steel rule 300 mm with metric and
inches scale 10
17 Wire brush (S.S.) 15cm 3.7cm 15
18 Spark lighter 2
19 Scriber (175 mm) 4
20 Tongs holding 300 mm 10
18
Sr.
No. Name of Item with Specifications
Quantity (Nos.)
(Tentative)
Whether there is any
deviation from the
specifications as given
in Col. no. 2 (Yes/No)
If Yes, the details of
such deviation
1 2 3 4 5
21 Chipping hammer (500gm) 10
22 Hammer ball pen (1 Kg with
handle) 4
23 Hacksaw frame with blade 30 cm
(adjustable) 12
24 File flat bastard 30cm 4
25 Spanner set 12 mm & 15 mm
double ended 10
26 Spanner D.E. 6mm to 15 mm
double ended 10
27 Outfit spanner & spindle key for
Gas welding outfit 2
28 Work bench fitted 4 Bench vices 5
29
D E grinder 30 cm wheel
motorized pedestal type fitted with
Aluminum oxide grinding wheels
1
30 Hammering blocks 5 cm thick 60
sq.cm 1
31 Angle Grinder AG4 1
32 Angle Grinder AG7 3
33 Oxygen Cylinder 2
34 Argon Cylinder 6
35 Oxy acetylene Metal Spraying unit 1
36 Electrode Oven 1
37 Hammer Scaling 0.25 Kg with
Handle 15
38 Chisel Cold flat 19 mm 15
39 Square blade 15cm 15
40 Chisel Cold Cross 9 mm 15
19
Sr.
No. Name of Item with Specifications
Quantity (Nos.)
(Tentative)
Whether there is any
deviation from the
specifications as given
in Col. no. 2 (Yes/No)
If Yes, the details of
such deviation
1 2 3 4 5
41 Flat file 30cm (rough) 15
42 Welding torches with nozzles 2 to
45 Low Pressure with nozzles 2
43 Pipe Cutter (cap 50 mm dia) 1
44 Cutting torch oxy - acetylene with
cutting nozzles (1.2mm & 1.6mm) 2
45 Electrode holder (400 Amps.) 5
46 Welding rubber hose, oxygen &
acetylene 100m 50
47 Pressure Regulators Oxygen
Double Stage 4
48 Pressure Regulators Oxygen
Acetylene Regulators 5
49 Portable Drilling Machine (Cap
6mm) 2
50
Industrial Fire Fighting equipment
(dry powder, ABC&E, 6Kg) &
Metallic First Aid Kit (50 people)
1 Unit
Place: Company/ Firm Seal
Date: (With the Designation & Name of the Authorized Signatory)
20
TECHNICAL BID/ SPECIFICATIONS – GARMENT STITCHING WORKSHOP
(Proforma –IIIB)
Subject: Supply of Equipment to District Project Livelihood College Society, Balrampur. Dear Sir,
Except for the deviations as stated in column No. 5 given below all items are as per
specifications given in column No. 2.
Sr.
No. Name of Item with Specifications
Quantity (Nos.)
(Tentative)
Whether there is any
deviation from the
specifications as given
in Col. no. 2 (Yes/No)
If Yes, the details of
such deviation
1 2 3 4 5
1
Foot Operated household
sewing machine with wooden
base and metal stand including
accessories complying IS
1610:2000 norms with Min. 2
years warranty, heavy duty
machine parts and Complete
Tool Kit
20
2
Foot Operated button lock
stitching machine for basic
interlocking and button stitching
2
3 Electric Cloth Cutting machines
(110mm Blade, 120W) 2
Place: Company/ Firm Seal
Date: (With the Designation & Name of the Authorized Signatory)
21
PRICE BID PROFORMA (In Rs.) – FABRICATION WORKSHOP
(Proforma -IVA)
Sr. No. Name of Items Quantity
(Nos.) Brand/ Model
Unit Price
(Rs.)
Total Price
(Rs.)
1 2 3 4 5 6
1 Welding machine 3 in 1 (Arc MIG and TIG) 2
2
3 Phase Inverter based DC MMA Portable
Welding Machine with all Accessories
suitable for training purposes
3
3 Hand Gloves pair leather 22
4 Apron leather 22
5 Safety boots for welder 22
6 Welding helmet type with filter glasses/ Hand
Screen 10
7 Screen Welding Hand 22
8 Goggles pair 22
9 Glasses Colored 108 82 3mm DIN 11A
13A 10
10 Glasses white 108 x 82mm 10
11 Chipping Screen Hand 15
12 Screw Driver (10 piece set) 10
13 Centre punch 9mm 127 mm 10
14 Dividers 20cm 4
15 Caliper outside 15cm 4
16 Steel rule 300 mm with metric and inches
scale 10
17 Wire brush (S.S.) 15cm 3.7cm 15
18 Spark lighter 2
19 Scriber (175 mm) 4
20 Tongs holding 300 mm 10
21 Chipping hammer (500gm) 10
22 Hammer ball pen (1 Kg with handle) 4
23 Hacksaw frame with blade 30 cm (adjustable) 12
24 File flat bastard 30cm 4
25 Spanner set 12 mm & 15 mm double ended 10
26 Spanner D.E. 6mm to 15 mm double ended 10
27 Outfit spanner & spindle key for Gas welding
outfit 2
28 Work bench fitted 4 Bench vices 5
29
D E grinder 30 cm wheel motorized pedestal
type fitted with Aluminum oxide grinding
wheels
1
22
Sr. No. Name of Items Quantity Brand/ Model Unit Price
(Rs.)
Total Price
(Rs.)
1 2 3 4 5 6
30 Hammering blocks 5 cm thick 60 sq.cm 1
31 Angle grinder AG4 1
32 Angle grinder AG7 3
33 Oxygen cylinder 2
34 Argon cylinder 6
35 Oxy acetylene Metal Spraying unit 1
36 Electrode Oven 1
37 Hammer Scaling 0.25 Kg with Handle 15
38 Chisel Cold flat 19 mm 15
39 Square blade 15cm 15
40 Chisel Cold Cross 9 mm 15
41 Flat file 30cm (rough) 15
42 Welding torches with nozzles 2 to 45 Low
Pressure with nozzles 2
43 Pipe Cutter (cap 50 mm dia) 1
44 Cutting torch oxy - acetylene with cutting
nozzles (1.2mm & 1.6mm) 2
45 Electrode holder (400 Amps.) 5
46 Welding rubber hose, oxygen & acetylene
100m 50
47 Pressure Regulators Oxygen Double Stage 4
48 Pressure Regulators Oxygen Acetylene
Regulators 5
49 Portable Drilling Machine (Cap 6mm) 2
50
Industrial Fire Fighting equipment (dry
powder, 6Kg) & Metallic First Aid Kit (50
people)
1 Unit
Total Cost (in Rs.)
Total Cost (in Words) Rupees ________________________________________________________________
Place: Company/ Firm Seal
Date: (With the Designation & Name of the Authorized Signatory)
23
PRICE BID PROFORMA (In Rs.) – GARMENT STITCHING WORKSHOP
(Proforma -IVB)
Sr. No. Name of Items Quantity
(Nos.) Brand/ Model
Unit Price
(Rs.)
Total Price
(Rs.)
1 2 3 4 5 6
1
Foot Operated household sewing machine
with wooden base and metal stand
including accessories complying IS
1610:2000 norms with Min. 2 years
warranty, heavy duty machine parts and
Complete Tool Kit
20
2
Foot Operated button lock stitching
machine for basic interlocking and button
stitching
2
3 Electric Cloth Cutting machines (110mm
Blade, 120W) 2
Total Cost (in Rs.)
Total Cost (in Words) Rupees ________________________________________________________________
Place: Company/ Firm Seal
Date: (With the Designation & Name of the Authorized Signatory)