Government of Tamil Nadu: Department of Employment and Training (Training Wing)
Government of Tamil Nadu: Department of Employment and Training (Training Wing)
TENDER DOCUMENT
For
Joint Director
(State Apprenticeship Monitoring Cell)
Tender Inviting Authority
4.The two parts of tender viz., Part A and Part B shall be placed in
independent sealed envelope. Each part shall be super scribed as follows;
5.The envelope containing Part-A and the envelope containing Part-B shall be placed
inside an outer envelope (separate envelope for each schedule) and the cover (envelope)
should be sealed and super scribed as follows: TENDER FOR THE SUPPLY OF
MACHINERIES, EQUIPMENTS FOR GOVERNMENT INDUSTRIAL TRAINING
INSTITUTE AT SEMBODAI FOR IMPARTING PRACTICAL TRAINING AS PER “AU”,
“CHEMICAL PLANT MAINT.”, “E”, “SPINNING” AND “M” , SCHEDULE.
6. Each bidder should submit an Earnest Money Deposit mentioned in the Annexure
A for the items quoted and EMD shall be submitted in the form of D.D / Bankers cheque
in favour of, “The Assistant Accounts Officer, O/o The Director of Employment and
Training, Guindy,Chennai-32” payable at Chennai with the covering letter in a
separate envelope super scribed as “Earnest Money Deposit” along with the sealed
Technical Bid in Cover (Part–A).
The EMD can also be paid by means of an irrevocable Bank Guarantee obtained from a
nationalized bank valid for a minimum period of 180 days from the scheduled date of
opening of tender.
7. At first, the technical tender cover (PART A) will be opened and Evaluated as below
a) Pre-qualification criteria will be evaluated as given in table in Sl. No.8 and qualified
tenderer will be taken to further process, disqualified tenderer will be held at this stage
itself.
b) All the items given in the “AU”, “CHEMICAL PLANT MAINT.”, “E”, “SPINNING”
AND “M” ” SCHEDULE are subjected to physical demonstration before the opening of
price bid.
c) Only for the tenderer who comes out successfully in the physical demonstration
after prequalification, the price bid will be opened.
8. Pre qualifications for the Tenderers (Eligibility Criteria)
Sl
. Mandatory
N Eligibility Criteria Documents to be
o submitted.
1. Earnest Money Deposit 1% of Total In the form of D.D / Bankers
quoted amount in respect of Each cheque in favour of, “The
schedule Assistant Accounts Officer, O/o
The Director of Employment and
Training, Guindy, Chennai-32”
payable at Chennai. (or) Bank
guarantee valid for 180 days
2. Duly filled in bids, both Technical and Each page of Technical tender and
Financial sealed and marked in Price Tender (as given in Price
separate envelopes. Schedule format Annexure 5)
should be duly signed by the
authorized person and seal
should be affixed.
3. The tenderer should be a certified Manufacturing License or Valid
Indian manufacturer or authorized dealership Certificate obtained
dealer of the manufactured items from the manufacturer for three
(Machinery/Equipment) years including current year should
be submitted.
Self-certificate by the Bidder or
Print out of Bidder’s profile will not be
accepted.
4. The details of after sales service Relevant document for the proof
network available in Tamilnadu should be submitted.
should be provided
5. Bidder should not be currently block Necessary Undertaking Letter should be
listed by any of the State or Central furnished.
Government or organizations of the
State or Central Government as on
date of submission of tender.
6. Annual turnover of the Company for Annual turnover of the Company for
the last 3 years average (2017-18, the last 3 years average (2017-18,
2018-2019 & 2019-2020) 2018-2019 & 2019-2020) certified
should not be less than by Charted Accountant and tax
i) Rs. 1.0 Crore (Rupees One crore) audit report for the above 3 years
- “AU” schedule
should be submitted.
ii) Rs. 50 Lakhs (Rupees fifty lakhs)
- “E” schedule
iii) Rs. 2.0 Crore (Rupees Two crore)
– “Chemical Plant Maint.”
schedule
iv) Rs. 2.0 Crore (Rupees Two crore)-
“ Spinning” schedule
v) Rs. 50 Lakhs (Rupees fifty lakhs)-
“M” schedule
16. For any query, please contact the following address during office hours on any
working day: -
Joint Director
(State Apprenticeship Monitoring Cell)/
Tender inviting Authority,
Department of Employment and Training,
Guindy, Chennai –600032.
(Ph.044–22501006)
INSTRUCTIONS TO TENDERERS
A. INTRODUCTION
1.1 Vocational training is imparted in the state of Tamil Nadu by the Department of
Employment and Training through the vast network of Government Industrial Training
Institutes (G.I.T. I’s) functioning across the state of Tamil Nadu. The State Government
has issued orders to procure and supply new machineries to these Institutes for imparting
practical Training.
Sealed Tenders are invited under Two Cover System from reputed firms for purchase of
State-of-the-Art machineries and equipment’s. Tenders should be addressed to the Tender
Inviting Authority/Joint Director (State Apprenticeship Monitoring Cell), Office of the Director
of Employment and Training, Guindy, Chennai-600032.
1.2.1 Either tenderer should be a certified Indian manufacturer (or) authorized dealer of
the items.
1.2.2 Tenderer should have adequate technical experience, infrastructure facilities,
manpower and after sales & service in Tamilnadu.
1.2.3 Tenderer should submit the tender for Indian make machinery/equipment’s and
should have adequate financial standing and proven track record.
1.3 Technical Experience:
1.3.1 In support of evidence of the experience, the tenderer shall furnish the following
information along with this tender as per Appendix-I.
1.3.2 Certified Photostat copies of the relevant pages from the contract with the owners
for whom he has supplied the machinery in the past.
1.3.3 A person holding a valid power of attorney in the Company and of a rank not less
than the Director of the Company shall do the certification. A certified copy of the
power of attorney (certified by the Company Secretary or the Legal Manager) shall
also been enclosed
B. TENDER DOCUMENTS
PART A - Technical Tender Envelope (Please see 11.7 and 11.8 for details)
PART B - Price Tender envelope (Please see 11.9 for details)
2.1 The Tenderer is particularly requested to check all specifications shown in the tender
documents and obtain his own information on all matters which may in any way affect
this tender, as no claim for extras for any alleged ignorance in respect thereof shall been
pertained.
2.2 Notwithstanding the specification and drawing of tender document the tenderer is
responsible for successful completion and satisfactory performance. Any omission in
specification and drawing and sketches shall not permit the tenderer for additional
payments. The tendered price should be inclusive of such additional items required for
successful completion and satisfactory performance.
3. Clarification of bidding documents:
3.1 A prospective Bidder requiring any clarification of the Bidding Documents may notify
the Purchase Committee in writing or by Fax/E-mail at the Purchase Committee’s
mailing address indicated in the Invitation of Bids. The Purchase Committee will
respond in writing to any request for clarification of the Bidding Documents, which it
received not later than 10days prior to the dead line for submission of bid prescribed
by the Purchase Committee.
4. Amendment of bidding documents:
4.1 At any time prior to the deadline for submission of bids, the Purchase Committee
may, for any reason, whether at its own initiative or in response to a clarification
requested by a prospective bidder, modify the Bidding Documents by an amendment.
4.2 The amendment will be notified in writing or by Fax / E-mail to all Prospective Bidders,
who have received the Bidding Documents from DET and will be binding on them. The
same will be available in the website.
4.3 The Purchase Committee may, at its discretion, extend the deadline for the
submission of bids. Bidders shall ensure any corrigendum released before the
submission of bid.
C. PREPARATION OF TENDER
5.1 Tenderers are required to quote the price for the items and fill in all the blanks in the
technical schedules legibly and properly, crossing out, rewriting, signing and dating shall
make out of correction if any.
5.5 Prices should be quoted as detailed in clause 5.2, 5.3 and 5.4. If any of the above is
mentioned as ‘Extra’ the tender will be summarily rejected.
5.6 The tenderer shall fill up and sign the letter of tender (appendix 3) and all schedules etc.
which are included in the tender documents.
5.7 The rates quoted in the tender are valid for the period of 06 months.
5.8 The rates should be F.O.R. Destination.
5.9 The rates should not be altered (or) overwritten. The rates quoted shall always be both
in figures and in words.
6.1 Tenderer shall submit their tenders in accordance with the specification of the tender
documents. Whenever the machinery and equipment offered do not confirm to the
specifications detailed in the schedule, full particulars of the deviation must be
specifically furnished.
6.2 Tenderer should clearly mention the brand, type, model & name and the address of the
manufacturer of the Machinery and equipment quoted.
6.3 The I.S.I. No. available should be specifically quoted against each item.
6.4 The tenders shall be accompanied by all particulars asked for in the schedule including
original catalogue, outline dimension, drawings and all the essential technical literature
for the items offered.
6.5 The tenderer should enclose relevant individual catalogue containing the
technical specification for the item quoted in Particular. If common
catalogue/technical specification are given, highlight or underline or tick only
the particular item by indicating the Serial number of Item in the tender.
Balance or irrelevant details may be stroked out.
7. Tender Validity:
7.1 Tenders shall remain valid for a period of 180 days from the due date of submission
of the Tender.
7.2 In exceptional circumstances prior to expiry of the original time limit the Director of
Employment and Training (DET) may request the Tenderer to extend the period of
validity for a specified additional period. The request and the Tenderers responses
shall be made in writing or by fax. A Tenderer may refuse the request without
forfeiting his Earnest Money Deposit. A Tenderer agreeing to the request will not be
permitted to modify his Tender. However, he shall extend the validity of the Earnest
Money Deposit for the period of the extension.
8.6.1 If the tenderer is a Co-operative Society, a certificate to that effect obtained from
Registrar of Co-operative Societies /Tamilnadu Khadi and Village Industries Board /
Director of Industries and Commerce as the case may be with the product range
mentioned in the certificate should be enclosed for waiving from submission of EMD.
8.6.2 If the tenderer fails to produce the Certificate for the product range mentioned
under above clause 8.6 and 8.6.1, and also if found incorrect or false, the tenderer
treated as not respondent and their tender will be disqualified.
8.7.2 The prices quoted by the tenderers will be checked by the Purchase Committee /
the Director of Employment and Training (DET) for any arithmetic errors.
(Discrepancy between the figures and words, a discrepancy in the total shall be
corrected) If the tenderer does not accept the correction of tender price the tender
will be rejected and the EMD will be forfeited.
8.7.3 In case of a successful tenderer, the tenderer fails within the stipulated time limit
to furnish the required performance security deposit (or) signed contract
agreement.
9.1 The tender shall be signed by a person or persons duly authorized to sign on behalf
of the Tenderer. The person (or) persons signing the tenders shall sign all pages of
the tender where entries (or) amendments have been made. The tenderer shall
enclose a certificate copy of the power of attorney authorizing the signatory (or)
signatories to sign the tender document. This certification shall be from the
Managing Director (or) the Legal Manager of the firm.
9.2 The tender shall contain no alterations or additions, except those to comply with
instructions issued by the Purchase Committee / the Director of Employment and
Training (DET), or as necessary to correct errors made by the tenderer, in which
case such corrections shall be signed by the person or persons signing the tender.
10.1 Tenders in sealed envelope/packing as detailed in clause 11.4,11.5 and 11.6 below
will be received at this office up to 3.00 pm on 19.07.2021. If the said date
happens to be a holiday for this office, the tenders will be received up to 3.00 pm
on the next working day.
10.2 The Tender Inviting Authority/ The Director of Employment and Training (DET) may
extend the due date for submission of tender by issuing an amendment in which
case all the rights and obligations of the Director of Employment and Training (DET)
and the tenderers previously subject to the original due date for submission will
then be subject to the new date for submission, as extended.
11.9 The envelope super scribed “price tender envelope” shall contain the following
i) Covering letter
ii) Tender price as in Schedule of prices of the tender document with each page duly
signed, dated, stamped with the seal of the firm. In the Tender price schedule
Terms and conditions F.O.R. destination, Delivery period, Validity, Payment terms
& Warranty etc., to be mentioned clearly.
iii) Apart from the schedule of prices duly filled in, Tenderer shall not enclose any other
documents (or) statements that will influence the price.
iv) If the tenderer offers any discount in terms of percentage of rupee, it should be
calculated and quoted in “Cost per unit” column of Appendix.5 (Schedule of price).
12 Late Tenders:
12.1 Any Tenders received after the due date and time as per clause 10 of the instructions
to tenderers will not be considered and will be returned unopened to the tenderer.
13.1 The Purchase Committee / The Director of Employment and Training (DET) or
authorized officer by him will open the tenders (Technical tender covers for all
schedules) in the presence of the tenderers or their authorized representatives at the
conference hall, O/o the Director of Employment and Training (DET), Guindy, Chennai
- 32 on 19-07-2021 @3.30p.m.
In the event of the specified date of tender opening being declared a holiday, the
tenders will be opened at the same time on the next working day.
13.2 On opening the tender, the Purchase Committee /the Director of Employment and
Training (DET) or authorized officer will read out the details as per the check list of
each tenderer. No other details will be read out or disclosed.
14 Process to be Confidential:
15.2. Detailed evaluation shall be carried out only after the ‘pre-qualification’ as per rule
32 and ‘initial examination’ as per rule 28 of the Tamil Nadu Transparency in Tenders
Rules– 2000 [G.O. Ms No. 446 dated 26.09.2000 of Finance (salaries)Department].
15.3. After opening the tenders, Purchase Committee/ authorized Tender scrutiny
committee will evaluate whether the tenderer has fulfilled all the conditions as
stipulated under clause 11.7 of the instructions to tenderers viz. the EMD, the various
appendices required to be submitted with the Tender, and other documents as called
for tenderers who have not submitted the documents as per sub-clause 11.7 will be
disqualified.
15.4. Purchase committee/ the authorized Tender scrutiny committee will now proceed
with the evaluation of those tenders which have not been rejected as per clause 15.3
above.
15.5. Purchase committee/ Tender scrutiny Committee after detailed evaluation, will
determine whether the Tender is substantially responsive or not. A responsive tender
is one which confirms to all the terms, conditions, and specifications of the tender
documents without material deviation or reservation. A material deviation or
reservation is one which affects in any substantial way of the scope, quality, or
performance of the products.
a) Which in a substantial way is inconsistent with the Tender Documents,
the tender accepting authority’s rights or the Tenderer’s obligations under the
contract,
or
b) Whose rectification would affect unfairly the competitive position of other
Tenderers presenting substantially responsive Tenders.
The Technical evaluation team will evaluate the item wise for all schedule.
Detailed evaluation includes evaluation of material evidence such as manufacturer’s
original catalogue, technical details, dimensioned drawings, test certificate,
authorization letter from the manufacturer and all the essential technical literature.
The tenders shall be disqualified in the detailed evaluation for the reasons mentioned
below;
i) The tenders which do not have the required material evidence (manufacturer’s
original catalogue, drawings etc.,) shall be disqualified.
ii) The tenders which do not fulfil the specifications laid down in the tender schedule
and not submitting the Schedule of technical information as per (Appendix 6) shall
be disqualified.
iii) The tenderer should quote only one model without option for each item of equipment
/ machine. The tender which have more than one model for each item shall be
disqualified.
iv) The tenderer who fails to demonstrate the quoted items successfully for its
performance while evaluating by the technical team that item shall be disqualified.
15.7 To assist the examination, evaluation and comparison of Tenders, the Director of
Employment and Training (DET) or the accepting authority, may at his discretion,
ask any tenderer for clarification on his Tender. The request for clarification and the
response shall be in writing or by E-mail but no change in the substance of the
Tender shall be sought, offered, or permitted.
15.8 When a Tender fails to be responsive, it will be rejected by the tender accepting
authority and may not subsequently be made responsive by correction or withdrawal
of the non-confirming deviation or reservation.
15.9 The authorized Tender scrutiny committee will then proceed with opening of Part-B,
i.e. “Price Tender Envelope” of those tenderers whose technical tender under Part-A
has been accepted. The opening of the “Price Tender Envelope” will be done in the
presence of those tenderers or their representatives who choose to be present. The
authorized Tender scrutiny committee will inform such tenderers in advance about
the acceptance of their technical tender and the date and time of opening of the
“Price Tender Envelope”.
15.10 On the date of the Price Tender opening, the authorized Tender scrutiny committee
will read out the price of the tender as quoted by them.
16 Correction of Error
16.1 The prices quoted by the tenderers will be checked by the Purchase Committee /
the Director of Employment and Training (DET) or the authorized committee for any
arithmetic errors. Errors will be corrected as follows:
a. Where there is discrepancy between figures and words in the schedule of
price, the price given in words shall govern.
b. The discrepancy in the total shall be corrected by considering the prices quoted
by the tenderer for the individual items in words which shall govern.
16.2 The amount stated in the tender price will be corrected by the Directorate in
accordance with the above procedure for the correction of errors and with a
concurrence of the tenderer, shall be considered has binding upon the tenderer. If
the tenderer does not accept the corrected amount the tender will be rejected and
the EMD will be forfeited in accordance with the clause 8.7 of the instruction to the
tenderers.
17.4 If the bidders are both from the state of Tamil Nadu and outside the state of Tamil
Nadu Goods & Service Tax (GST) paid or payable on components and raw materials
incorporated or to be incorporated on the machinery & equipment’s shall be
excluded for the evaluation of price. In those cases, the comparison shall be based
on the ex- factory/ex-warehouse price of machinery/equipment’s.
17.5 If the bidders either from the state of Tamil Nadu and outside the state of Tamil
Nadu fails to furnish the breakup details of taxes and duties paid or payable on
components and raw materials incorporated or to be incorporated on the machinery
&equipment’s, such bidder will not be considered.
F. AWARD OF TENDER
18.1 The Purchase Committee / The Director of Employment and Training (DET) has the
right to accept any tender and to reject any or all tenders or Schedules without
assigning any reason.
18.2 Not with standing anything that is said herein, the tender accepting authority
reserves the right to accept or reject any tender/Schedules and to cancel the tendering
process and reject all tenders/schedules, at any time prior to the award of tender,
without there by incurring any liability to the affected tenderer or tenderers or any
obligation to inform the affected tenderer or tenderers on the grounds for the authorized
Tender scrutiny committee’s action.
19.1 The tenderer whose tender has been accepted will be notified of the award by the
Director of Employment and Training (DET), in writing by letter.
19.2. Upon furnishing by the successful tenderer, the performance Security Deposit and
upon signing the agreement the Director of Employment and Training will promptly
notify the other tenderers that their tenders have been unsuccessful and will arrange
to return their EMD.
20.1 The Successful tenderer will be required to furnish performance security of five
percent (5%) of the total value of all orders likely to be placed with him within
15days from the date of receipt of the communication intimating the acceptance of
tender. This deposit should be in the form of
a) Demand Draft or
b) Banker’s Cheque or
c) Irrevocable Bank Guarantee.
20.2 If the accepted tenderer fails to remit the security deposit within the above said
period, the Earnest Money paid by him will be forfeited to the Department of Employment
and Training, Government of Tamilnadu and his tender will become null and void.
20.3 No Interest will be paid by this Department on the Performance Security Deposit
mentioned Clause 20.1 above.
20.4 The successful tenderer will be required to produce all original certificates after the
acceptance of the tender for reference or return. Failure to produce original certificates
entails cancelling of offer.
20.5 The validity of the Performance Security Deposits should be 45 days beyond the
warranty period. The Performance Security Deposits will be returned not later than 60
days after the warranty period.
21.2 If the agreement mentioned in clause (i) above is not executed in the prescribed
period, the Earnest Money Deposit and Performance Security Deposit of the tenderer
are liable to be forfeited to Government.
21.3 In case of successful tenderer being the SSI, if the agreement mentioned in clause
(i) above is not executed in the prescribed period, the approval granted accepting the
tender will become null and void.
21.4 The successful tenderer if fails to execute the agreement within the stipulated period
of 15 days from the date of receipt of communication of this office, accepting the
rates approved, he will also be liable for all damages arising there for such default
including the cost of conducting fresh tender and increase in rates if any, in
subsequent agreement and shall compensate for all losses sustained to Government
in this regard.
21.5 The successful tender rates should be valid for a period of 6 months from the date of
execution of agreement.
i) Adducing reasons like break down of machinery in factories, power cut if any enforced
by the Electricity Board, strikes, non-availability of containers of required for
formulation, non- availability of containers of required size and quantity for not
accepting orders when placed for delays if any in actual supplies, will not be
entertained. Non-fulfilment of the contract on the above grounds will result in
forfeiture of a part or whole of Performance Security Deposit amount as may be
decided by the Director of Employment and Training (DET) besides debarring the
supplying firm to enter any subsequent period.
ii) Failure on the part of the tenderer to execute the orders in time and entailing the
department / agencies to resort to the purchase of any particular material from other
sources at higher prices than the contract will also be subject to recovery of the
difference in cost of the tenderer.
iii) The final specification of all the products shall be as per the decision of the purchase
committee.
iv) The rates should be quoted with reference to the specifications as mentioned in the
tender schedule.
v) If a firm fails to supply the item approved, the firm will be debarred from participating
in the subsequent contract at the discretion of the Director of Employment and
Training (DET).
vi) If any time during the warranty period item supplied are found to be not in
accordance with the specifications, the condition imposed in the agreement will been
forced.
vii) In the event of non-compliance of the tender condition by the tenderers, the Director
of Employment and Training (DET)reserves the right to reallocate or revise the item
already approved at the time during the tender period and cannot be questioned by
anybody.
23. Delivery:
1. Earliest possible time of delivery shall be indicated in the tender and should be adhered
to, in the event of order.
2. The tenderer should deliver the machinery, Equipment to the destination in Tamil
Nadu as per the dispatch instructions of the purchaser and complete erection,
installation and commissioning of the machinery within 90 days, irrespective of power
cut if any enforced by the Electricity Board, Strikes, non-availability of grade materials
for preparations, non- availability of packing materials etc.
3. The supplier should arrange to unpack the delivered items if dispatched through
courier/ parcel service, for correctness of consignment received at stores at the user
end within 3 days for necessary installation and commissioning. Any delay in the above
process claimed by the supplier will not be entertained.
4. The supplier should attach a copy of purchase order along with the supply for each
and every consignee.
iv) Mobilization advance will be paid for the value exceeding one Crore equal to 10% of
the value of the contract, shall be secured against irrecoverable bank guarantee and
will be recovered in the subsequent bills payable along with interest @ 5% p.a
25. Warranty
25.1 The Supplier warrants that the Machinery/equipment’s supplied under this Contract
are new, unused, of the most recent or current models and incorporate all recent
improvements in design and materials unless provided otherwise in the Contract.
The Supplier further warrants that the Machinery/equipment’s supplied under the
Contract shall have no defect rising from design, materials, or workmanship
(except insofar as the design or material is required by the DET specifications) or
from any act or omission of the Supplier that may develop under normal use of the
supplied Machinery / equipment’s in the conditions prevailing in the country off in
all destination.
25.2 This warranty shall remain valid for 12 months for equipment’s and 24months for
machinery after the machinery/equipment’s or any portion there of as the case
maybe, have been commissioned at the final destination indicated in the
Contract.
25.3 The DET shall promptly notify the Supplier in writing of any claims arising under
this warranty.
25.4 Upon receipt of such notice, the Supplier shall with all reasonable speed, repair or
replace the defective Machines or parts thereof, free of cost at the ultimate
destination. The supplier shall take over the replaced parts/ machines at the time
of their replacement. No claim what so ever shall lie on the DET is for the replaced
parts/machines thereafter.
25.5 If the Supplier having been notified fails to rectify the defect(s) within a reasonable
period, the DET may proceed to take such remedial action as may be necessary
at the Supplier’s risk and expense and without prejudice to any other rights which
the DET may have against the Supplier under the Contract.
26.General:
26.1 The tenderer should be reputed manufacturer / authorized dealer having 3 years
valid dealership certificate, as the case may be, as per the requirements and
have adequate experience in manufacturing/marketing of the specified item(s).
26.2 The tender accepting authority, Chennai has the right to consider the reputation
of the tenderer.
26.3 The tenders without adequate technical and material specifications are liable for
rejection.
26.4 The tenderer should ensure that whether the price tendered by him to the best
of this knowledge and belief not more than the price which is permissible for
tenderer to charge a private purchaser for the same class and description of
goods under provision of any law for the time being in force. If not State, the
reasons and the margin of profit included reputation of the tenderer.
26.5 Preference will be given to the Indian Standard Institutions certified goods
wherever possible.
26.6 The tenderer should submit the tender for the machinery and equipment
manufactured in India only.
26.7 Necessary inspection / test / safety certificate should be provided along with
supply of stores for heavy Machines and Hoisting equipment.
26.8 All the equipment/machines listed in the enclosed schedules are new items.
Tenderers should not quote for old or used items.
26.9 All the equipment / machines listed in the enclosed schedule(s) are meant for
training purpose. Hence, all the quoted items should be durable and suitable to
withstand wear and tear due to rough handling by the learners.
26.10 All the quoted machines / equipment should include the standard accessories.
Other additional accessories and optional accessories should be listed separately
in the tender along with the relevant machines/equipment.
27.3 If at any time during the performance of the Contract, the Supplier or its sub-
Contractor(s) should encounter conditions impeding timely delivery of the
Machinery/equipment and performance or Services the Supplier shall promptly
notify the Purchase Committee/DET in writing of the fact of the delay, its likely
duration, and its cause(s). As soon as practicable after receipt of the Supplier’s
notice, the Purchase Committee shall evaluate the situation and may at its
discretion extend the Supplier’s time for performance in which case the extension
shall be ratified by the parties by amendment of the Contract.
during actual testing as detailed in Technical specification and they have to refund
the amount received so far to Purchase Committee.
29.1 The Purchase Committee /DET may without prejudice to any other remedy for
breach of Contract by written notice of default sent to the Supplier, terminate the
Contract in whole or in part:
i) If the supplier fails to deliver any or all of the Machinery/equipment’s within
the time period(s) specified in the Contract or any extension thereof granted
by the Purchase Committee pursuant to Clause (27); or
ii) If the Supplier fail stopper form any other obligation(s) under the Contract.
29.2 In the event the Purchase Committee/DET terminates the Contract in whole or in
part, pursuant to clause 29.1 the Purchase Committee may procure, upon such
terms and in such manner, as it deems appropriate Machinery/equipment’s
similar to those undelivered and the Supplier shall be liable to the purchase
Committee/DET for any excess costs for such similar Machinery/equipment’s.
However, the Supplier shall continue performance of the Contract to the extent
not terminated.
30.1 Not withstanding the provisions of Clauses 27, 28 & 29 the Supplier shall not be
liable for forfeiture of its performance security, liquidated damages or
termination for default if and to the extent that, it’s delay in performance or
other failure to perform its obligations under the Contract is the result of an event
of Force- Majeure.
30.2 For purposes of this Clause, “Force Majeure” means an event beyond the control
of the Supplier and not involving the Supplier’s fault or negligence and not
foreseeable. Such events may include but are not restricted to acts of the
purchase Committee/DET either in its sovereign or contractual capacity, wars
or revolutions, fires, floods, epidemics, quarantine restrictions and freight
embargo
30.3 If a force-Majeure situation arises, the supplier shall promptly notify the Purchase
Committee in writing of such conditions and the cause there of within seven days
from the date of happenings of such events. Unless otherwise directed by the
Purchase Committee/ DET in writing, the Supplier shall continue to perform its
obligations under the Contract as far as is reasonably practical and shall seek all
reasonable alternative means for performance not prevented by the Force
Majeure event.
31. Termination for insolvency
31.1 The Purchase Committee/DET may at any time terminate the Contract by giving
written notice to the Supplier, without compensation to the Supplier if the Supplier
becomes bankrupt or otherwise insolvent provided that such termination will not
prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to the Purchase Committee/DET.
32.1 The Purchase Committee/ DET may by written notice sent to the Supplier,
terminate the Contract, in whole or in part at any time for its convenience. The
32.2 The Machinery/equipment’s that are complete and ready for shipment within
60/30 days after the Supplier’s receipt of notice of termination shall be purchased
by the DET at the Contract terms and prices. For the remaining
Machinery/equipment’s, the DET may elect;
a) To have any portion completed and delivered at the Contract terms and
prices; and /or
b) To cancel the remainder and pay to the Supplier an agreed amount for
partially completed machinery/equipment’s and for materials and parts
previously procured by the Supplier against delivery of such partially
completed parts and material parts previously procured.
All correspondence and other documents pertaining to the contract, which are
exchanged by the parties, shall be written in that same language.
35.1 The Contract shall be interpreted in accordance with the Laws of India.
Enclosures:
1. Reference list of similar contracts executed by the applicant as Appendix-1.
2. Financial capacity as Appendix-2
3. Letter of Tenderer as Appendix-3
4. Form of letter confirming agreement with technical and commercial terms and
Conditions of the Tender as Appendix-4
5. Schedule of price as Appendix-5
6. Schedule of technical information as Appendix-6
7. CHECK LIST to be filled by the Tenderer as Appendix-7
APPENDIX-1
b) Model
c) Capacity
4. Scope of work:
APPENDIX-2
Financial capacity-(1-4)
Attachments:
Audited annual reports for the 3 years Preceding financial years-ie. 2017-18,
2018-19, 2019-20 Bankers letter (Original) confirming bid capacity.
NOTE: The appendix shall be completed by the single applicant (or) by both
the partners individually in the case of joint venture.
APPENDIX-3
LETTER OF TENDERER
To
The Director of Employment and Training (DET),
Guindy,
Chennai-600032
Subject: Tender for Supply, Installation and commissioning of machinery /
Equipment’s for Govt. ITI, Sembodai as per ” ”Schedule.
------
I/We, the undersigned do hereby tender and undertake to
perform, provide, execute all the works, materials, matters and things
described or intimated in the various schedules here to annexed and the
specifications thereto (which have been produced to and carefully examined
by us) in strict accordance with and under and subject to the terms,
provisions and conditions set forth or mentioned in the said schedules,
specification at the rates given and as stated in the price schedule.
I/We undertake and agree that we will not withdraw this Tender
during the period that will be required for intimation of acceptance as
stipulated in clause 7 of the instructions of Tenderers such period to date
from the last date by which Tenders are due to be submitted to the Purchase
Committee/Director of Employment and Training(DET) we do so withdraw, we
shall forfeit the Earnest Money deposit to the Director of Employment
and Training(DET)
Signature
Name and address:
APPENDIX-4
To
Sir,
APPENDIX-5
Name of work:
a b c d e f g h
1
3
(Note: This format may be used in landscape orientation and adjust
column width suitably)
Terms and conditions :
Destination :……………………………………….
APPENDIX-6
Schedule of Technical Information
Name of work:
Total Consignee
address Full Technical
Sl. Description of quantity to Make/
be Govt. specification
No item Model and Remarks
supplied I.T.Is.
1
2
3
APPENDIX-7
CHECKLIST to be filled by the Tenderer.
Sl. Page
Description Yes No
No. No
01 A Demand Draft No: Dt:
for Rupees _ only drawn in
favour of Assistant Accounts Officer, O/o Director of
Employment of Training drawn on------------bank
payable at Chennai towards the Earnest Money
Deposit
02 Tender Conditions in original duly signed in each
page affixing seal of the company agreeing to abide
by the various terms and conditions of the Tamil
Nadu Tender Transparency Rules
03 Reference List of Machinery supply executed by
the applicant as per Appendix-1
04 Annual Turnover statement for the last three
Accounting years Viz,2017-2018, 2018- 2019 &
2019-20 as per Appendix-2
05 Tax audit report (for the proof of annual turnover
for the last three Accounting years Viz,2017-2018,
2018- 2019 & 2019-20)
06 Letter of the Tenderer as per Appendix-3
07 Form of Letter confirming agreement with
Technical and Commercial Terms and Conditions
of the Tender as per Appendix-4
08 Schedule of Price as per Appendix–5
09 Schedule of Technical information as per
Appendix –6
10 Xerox copies of the registration certificates
under the GST or the Central Tax Act duly
renewed up to date
11 Copies of the Latest Assessment orders under the
Goods and Service Tax
12 Authorization letter nominating a responsible Officer
of the Organizations to Participate in the Tender
13 Filled Bank Mandate form , advance stamp receipt
and Bidder’s Data (Annexure 1,2 & 3)
Annexure 1
To
The Director,
Department of Employment and Training,
Guindy,
Chennai 32
Respected Sir,
Note:
i) The above advance stamp receipt to be produced in the company letter head.
ii) The above receipt to be produced only by those who have submitted their EMD
in the form of Demand Draft
Annexure – 2
Electronic Clearing Service (Credit Clearing) Mandate Form
Payment through RBI Electronic NEFT/RTGS Systems
We hereby give our mandate to credit in our Bank Account through the NEFT/RTGS the
payment due to us. The details of the Bank Account are given below:
2. DET reserves the right to make the payment to this account towards all the dues for
PAN India locations / Specific circle locations………………
Place :_______________
Date: ________________
Date:
Place:
Seal of the bank with Signature
of the branch manager
Annexure – 3
BIDDER’S DATA
Tender Ref. No. 30539/pur3/2019
1 Name of the Firm :
2 Registered Office Address
15. Centrifugal pump Back pull out type with motor and 1 No
base plate
AU - SCHEDULE
Consignee Address
Sl.
Description of Items Principal, Govt. I.T.I.
No.
& Total Qty to be procured
1. Auto Electrical test bench Mechanic Diesel Trade
Able to Test Alternator & Starter motors …
To be operated at Two speeds. 1 Sembodai 1 No
Able to include vacuum test
Tabletop model Total Qty to be procured 1 No
Digital Ammeter/ voltmeter for easy
reading
12/24V starter motor up to 100-150A free
running current to be Tested.
Able to test Short circuit of armature/Stator
/ Rotor
Power source need of AC only
Growler to be mounted along with other
provisions
The test bench should be provided with
Suitable(4”-5” Dia) caster wheels with
locking arrangements for easy transit
2. Connecting rod alignment fixture Mechanic Diesel Trade
To check the big and small end of …
the Connecting rod 1 Sembodai 1 No
To test the bending and twisting of
the Connecting rod Total Qty to be procured 1 No
The Expanding arbor is to
accommodate 50-90 mm diameter
E - SCHEDULE
Consignee Address
Sl.
Description of Items Principal, Govt. I.T.I.
No.
& Total Qty to be procured
1. Oscilloscope 20 MHZ to 50MHZ: Electrician Trade
CRT Type: 6-inch rectangular . Display Area: 8 x …
10 div (1 div = 1 cm). Accelerating Voltage: 2 kV. 1 Sembodai 1 No
Trace Rotation: Electrical, front panel Mechanic Diesel Trade
adjustable.
DUAL CHANNALVERTICAL AMPLIFIERS (CH 1 2 Sembodai 2 Nos
and CH 2) Sensitivity: 5 mV/div to 5 V/div, 1 Total Qty to be procured 3 Nos
mv/div to 1 V/div at X5 MAG. . Input Resistance:
1 M 2 % . Input Capacitance: 25 pF ±10 pF.
Frequency Response: 5 mV/div to 5 V/div
Operating Modes: CH 1,CH 2- Single and dual
trace
HORIZONTAL AMPLIFIER (Input through
channel 1 input) X Y mode: CH 1 = X axis. CH2 =
Y axis.
Sensitivity- Same as vertical channel 2. Input
Impedance- Same as vertical channel 2. X-Y
Phase Difference: 3° or less at 50 kHz.
SWEEP SYSTEM Time Base: 0.1 µS/div to 0.5
S/div in 1-2-5 sequence, 21 steps. Vernier control
provides fully adjustable sweep time between
steps.
TRIGGERING Trigger Modes: AUTO (free run),
NORM, TV-V, TV-H. Trigger Source: CH 1, CH 2,
Alternate, EXT, LINE. Slope: (+) or (–).
Trigger Sensitivity:
AC-30MHZ-20MHZ,TV-V-20HZ-20KHZ,TV-H-
3KHZ-100KHZ
ACCESSORIES :
-Instruction Manual. AC Line Cord. Test probe bnc-
bnc,bnc-crocodile cable
2. Discrete Component Trainer Electrician Trade
Discrete Component (for diode and …
transistor circuit) with regulated power supply 1 Sembodai 2 Nos
+5,0- 5 V,+12 ,0-12 V" Mechanic Diesel Trade
power supply: various DC regulated power
supplies are built in (0-15VOLT DUAL,+/- 2 Sembodai 1 No
12VOLT fixed and dual and+5v)
test provision: all components used in Total Qty to be procured 3 Nos
electronic circuits linear, digital, and hybrid
circuits
housing: built in metal box
accessories: instruction manual, test probes
(general purpose electronic components each -
4nos for testing )
3. Solar panel with Battery 18 Watt Electrician Trade
Solar panel 18W with controller, inverter, battery, …
load (off grid) 1 Sembodai 1 Set
Laboratory model
Solar panel: solar panel 18W,poly crystalline Total Qty to be procured 1 Set
Earthing system
Foundation of machines and necessary test to
done while installation of machine
Provision for placing maintenance chart
arrangement.
(Hylem sheet thickness -12mm)
Stand for panel erection
15. Thyristor/IGBT controlled D.C. motor drive Electrician Trade
with tacho-generator feedback …
arrangement with 1Hp Motor 1 Sembodai 1 No
Trainer Model DC drive 1 Hp motor with
Cubical control panel consists of:- Total Qty to be procured 1 No
DC shunt motor 1HP,220v –1No
Dc drive 1hp,220v -1No
Tacho generator feedback with techo meter
Arrangement -1No
RCCB 30ma,30amp,440v -1No
MCB2pole16AMP,230v –1No
DC regulated power supply arrangement
16amps,220v
With overload protection and short circuit
Protection fitted with Ammeter and volt
Meter And On/Off switch –1set
Speed control arrangement with
Digital display –1No
Forward and Reverse direction
Selectors witch –1No
Field failure Protection relay –1set
Channel for housing motor –1set
Indicator AC and DC -1No
Earthing system, Connecting cable & cable,
mcb, metal box for input supply and motor
connections.
One way switch16amp,230V with socket-1set
Instruction and operating chart should be
provided.
Foundation of machines and necessary test to
done while installation of machine.
Provision for placing maintenance chart
arrangement
(Hylem sheet thickness-12mm)
Stand for panel erection
16. Thyristor/IGBT controlled A.C. motor Electrician Trade
drive with VVVF control 3 Phase with 2 Hp …
motor ; 440V 1 Sembodai 1 No
Trainer Model AC drive with 2Hp motor with VVVF
And cubical panel consist of:- Total Qty to be procured 1 No
A.C squirrel cage induction motor2HP,3phase,
415v, 50HZ –1No
Techno generator with tacho meter feedback
arrangement –1No
Trainer model IGBT control AC motor Drive 2 HP,
3phase,415V,50HZ –1No
Cubical Panel consist of:
RCCB 30ma,16amp,440v -1no
MCB16A,4pole,16amp,440v –1No
AC Power supply arrangement 16A 440V with
over load protection and short circuit protection
fitted with Ammeter and volt meter and On/Off
indicator –1set
Speed control arrangement with
digital display –1No
Forward and Reverse direction
selector switch –1 No
Dc regulated power supply, ammeter, voltmeter
and control arrangement for drive -1No
Channel for housing motor–1set
Indicator –1No
Earthing system should be provided Connecting
cable for input and motor connections -1No
One way switch16 amp,240v with socket -1No
Instruction and operating chart should be provided
Foundation of machines and necessary test to done
while installation of machine.
Provision for placing maintenance chart
arrangement (Hylem sheet thickness-12mm).
Stand for erection of panel
17. Electrical Machine Trainer Electrician Trade
Suitable for demonstrating …
The construction and functioning of different types 1 Sembodai 1 No
of DC Machines and AC machines (single phase
and three phase). Total Qty to be procured 1 No
Should be fitted with friction brake
arrangement, dynamo meter, instrument panel
& power supply unit Machine trainer consists of:
DC compound motor 5HP,
1500 RPM,220v -1No
AC squirrel cage induction motor 5HP, 440v,
1440RPM, 50HZ -1No
AC capacitor start induction run motor
1HP,250v,1440RPM,50HZ -1No
AC split Phase induction motors 1HP, 250
V,1440RPM, 50HZ -1No
Universal Motor 1HP,1440RPM,50HZ -1No
Each are Directly coupled and fixed,
Friction brake arrangement with spring
Balance(0-50kg) with belt –1set
Safety guard -3set
Channel bed for housing motors –1No
Cubical panel board consists of:
RCCB 30ma,20amp,440v-1no
MCB4pole,20A,440v -1No
Fully automatic star delta starter 5HP,440v-1No
3 phase indicator –1set
AC Digital ammeter 0-30A with
Selector switch –1No
AC Digital voltmeter 0-600vwith
Selector switch -1No
MCB2pole,16A,250v -2Nos
Chemical Plant
Maint. -
SCHEDULE
Consignee Address
Sl.
Description of Items Principal, Govt. I.T.I.
No.
& Total Qty to be procured
1. Gate Valve 2" Cut section Maintenance Mechanic Chemical
Made up S.S. of 2” Size, Body Design - Globe Plant Trade …
body, Pneumatic Actuator, Direct Acting, 1 Sembodai 1 No
Normally Open, With flange connection
Total Qty to be procured 1 No
2. Globe valve 2" Cut section Maintenance Mechanic Chemical
Made up S.S. of 2” Size, Body Design - Globe Plant Trade …
body, Pneumatic Actuator, Direct Acting, 1 Sembodai 1 No
Normally Open, With flange connection
Total Qty to be procured 1 No
3. Safety Valve (Spring Type) 2" Cut section Maintenance Mechanic Chemical
Made up S.S. of 2” Size, Body Design - Globe Plant Trade …
body, Pneumatic Actuator, Direct Acting, 1 Sembodai 1 No
Normally Open, With flange connection
Total Qty to be procured 1 No
4. Needle valve 25 mm Cut section Maintenance Mechanic Chemical
Made up S.S. of 2” Size, Body Design - Plant Trade …
Globe body, Pneumatic Actuator, Direct 1 Sembodai 1 No
Acting, Normally Open, With flange
connection Total Qty to be procured 1 No
5. Butter fly valve 2" Cut section Maintenance Mechanic Chemical
Made up S.S. of 2” Size, Body Design - Globe Plant Trade …
body, Pneumatic Actuator, Direct Acting, 1 Sembodai 1 No
Normally Open, With flange connection
Total Qty to be procured 1 No
6. Non-return valve(swing check type & Lift Maintenance Mechanic Chemical
Ball type) 2" Cut section Made up S.S. of Plant Trade …
2” Size, Body Design - Globe body, Pneumatic 1 Sembodai 1 No
Actuator, Direct Acting, Normally Open, With
flange connection Total Qty to be procured 1 No
7. Pneumatically operated diaphragm valve Maintenance Mechanic Chemical
Cut section Made up S.S. of 2” Size, Body Plant Trade …
Design - Globe body, Pneumatic Actuator, 1 Sembodai 1 No
Direct Acting, Normally Open, With flange
connection Total Qty to be procured 1 No
8. Ball valve 2" Cut section Maintenance Mechanic Chemical
Made up S.S. of 2” Size, Body Design - Plant Trade …
Globe body, Pneumatic Actuator, Direct 1 Sembodai 1 No
Acting, Normally Open, With flange
connection Total Qty to be procured 1 No
9. Solenoid valve Made up S.S. of 2” Size, Maintenance Mechanic Chemical
Body Design - Globe body, Pneumatic Plant Trade …
Actuator, Direct Acting, Normally Open, With 1 Sembodai 1 No
flange connection
Total Qty to be procured 1 No
10. Diaphragm valve 2" Cut section Made up Maintenance Mechanic Chemical
S.S. of 2” Size, Body Design - Globe body, Plant Trade …
Pneumatic Actuator, Direct Acting, Normally 1 Sembodai 1 No
Open, With flange connection
11. Control valve. 1"Cut section Made up S.S. Maintenance Mechanic Chemical
of 2” Size, Body Design - Globe body, Plant Trade …
Pneumatic Actuator, Direct Acting, Normally 1 Sembodai 1 No
Open, With flange connection
Total Qty to be procured 1 No
12. Cut section of Internal gear pump Maintenance Mechanic Chemical
Cut section of Internal gear pump Cut section Plant Trade …
Body Made up of cast iron, Internals (Rotor & 1 Sembodai 1 No
idler)-S.Steel, Port size-1.5-2inch.seals mp
Total Qty to be procured 1 No
13. Cut section of External gear pump Maintenance Mechanic Chemical
Cut section of External gear pump Cut section Plant Trade …
Body Made up of cast iron, Internals(Rotor& 1 Sembodai 1 No
ideler)-S.Steel, Port size-1.5-2inch.with
suitable seals Total Qty to be procured 1 No
14. Pilot plan for flow measurement through, Maintenance Mechanic Chemical
Orifice meter, rotameter, venturi meter Plant Trade …
Made up of S.S sump tank, S.S. measuring 1 Sembodai 1 No
tank, ½ “ centrifugal pump, rotameter, orifice,
venturi, U tube manometer with suitable Total Qty to be procured 1 No
piping.
Venturi meter
Size-suitable for 1inch pipe line
MOC-Brass with suitable pressure tapping
arrangements
Rota meter Range-suitable
MOC-glass
Float-s.s
Valve-Integral Type
Orifice Meter
Size-Suitable for 1inch pipe line
MOC- ST.STEEL with suitable pressure tapings
arrangement
Sump Tank
Capacity-60 liter
MOC-st.steel with ½ inch drain valve
Measuring tank
Capacity-50 liter
MOC-SS-304 with level indicator & 1 inch
drain valve
Pump Type-Centrifugal
Power-0.5 HP,SINGLE PHASE
Manometer
MOC-Glass
Size-750mm
Fluid-Mercury
Necessary piping and valves should be
provided to supply water to all 3 meter. The
total assembly should be mounted on MS
SQUARE FRAME WORK PAINTED GOOD
QUALITY PAINT
15. Centrifugal pump Back pull out type Maintenance Mechanic Chemical
with motor and base plate Plant Trade …
1 Sembodai 1 No
22. Lazer alignment kit for pump & motor Maintenance Mechanic Chemical
shaft Plant Trade …
(wireless 3 axis system) With Wireless 1 Sembodai 1 No
Integrated
Bluetooth standard on all systems, Simple Total Qty to be procured 1 No
Step-by-Step
Laser Alignment Procedure, Industry's
Highest Laser
Measurement Accuracy, "Live- Track"
Dynamic Graphics, either 3-Axis, Fastest
Auto-Sweep Laser Measurement, Full Colour
8" or 10" Touch Tablet, Long Life LiPO
Batteries for up to 15H+ operation Rugged
Design, water
resistant and dustproof to IP67,
Distance/Range: 3m/6m,
Extensive Software Features and Options.
23. Hydraulic Trainer with Equipment trays - Maintenance Mechanic Chemical
2nos., Plant Trade …
Pressure gauge – 2 nos., Hydraulic Motor -1 1 Sembodai 1 No
no., 4/2-way hand lever valve - 3no.s, 4/3-
way hand lever valve with relieving mid- Total Qty to be procured 1 No
position - 3nos., 4/3-way hand lever valve
with closed mid-position - 3nos., 4/3- way
hand lever valve with recirculating mid-
position - 3nos., Pressure sequence valve,
pressure relief valve – 3nos., 3- way pressure
reducing valve – 2nos., 2-way flow control
valve – 2nos., One-way flow control
valve - 4nos., Non-return valves – 4nos.,
Shut-off valve- 4nos., Diaphragm accumulator
with shut-off block – 1no., Weight upto 10 kg-
1no., 2/2 way plunger / stem actuated –
2nos., Standard hoses with quick
connectors, Flow dividing valve – 1no., 5-
way distributor with pressure gauge - 1no.s,
mounted on suitable frame Structure
24. Pressure Vessel with Control Maintenance Mechanic Chemical
and Maintenance of Plant like Transmitters, Plant Trade …
Valves, Pumps and 1 Sembodai 1 No
All Parameters Simulation Software and all
accessories Made up of M.S. with pressure Total Qty to be procured 1 No
transmitter, PLC module, HMI module, control
valve, I/P converter, Pressure vessel, air
regulator, pressure gauge, air compressor,
current meter, safety valve, pressure relief
valve, mounted on suitable
frame structure.
Pressure vessel;
Housing; ss/ms
Service; air
Max.pressure; up to 3kg/cm2
With safety valve, pressure gauge mounted.
Plc module
Analog output; universal input,2 nos
35. Plate and frame filter Press Made up of Maintenance Mechanic Chemical
Cast iron structure Plant Trade
with plate and frame made up of P.P. of 300 …
mm x 300 mm size, S.S. slurry tank, S.S. 1 Sembodai 1 No
pump, S.S. water tank, 2 cake trays, stirrer
with suitable piping, mounted on suitable Total Qty to be procured 1 No
frame structure.
36. Bottom-driven centrifuge Made up of S.S. Maintenance Mechanic Chemical
450 mm Diameter x 225 mm H, basket Plant Trade
shell: 450 mm (D), Height of basket shell: …
225 mm, Basket capacity, Filter area of 1 Sembodai 1 No
basket: 0.32 SQ.MTRS. Basket speed: 1350
RPM, Drive motor: 1 H.P. 1440 RPM, 50 Hz Total Qty to be procured 1 No
with dual starter, Filter cloth, bottom
discharge 1” valve. Ready to use.
37. Tray drier Made up of S.S. from inside, with Maintenance Mechanic Chemical
heaters, variable speed DC motor, Multi Plant Trade
zone temperature …
indicator, weighing scale, PID. Ready to use 1 Sembodai 1 No
instrument.
. Loading capacity-12 Trays, Total Qty to be procured 1 No
External Dimension in mm- W D H1370 X
530X 940
Internal Dimension In mm-840 X 430 X 840
No of Doors- One
No of Blowers- One
No of motors / H.P.3 Phase 415 Volts.-
Electrical Heating Load for100°C / 200°C /
300°C 3kw / 6kw / 9kw Steam Heater No. of
coils.-2 nos Steam Pressure- 3.3 kg / cm2.
Steam consumption- 25 LBS / h Insulation in
mm100°C / 200°C / 300°Cr- 50 / 75 /
75,No of Trolleys-Rack System Tray Size-
812 X 406 X 31 Trolley Dimension- Fixed
Racks
38. Hammer mill Made up of M.S. of 200 mm Maintenance Mechanic Chemical
(D) Plant Trade
grinding chamber, 6 nos. hammers, filter …
cloth, starter, 1 Sembodai 1 No
energy meter.
Total Qty to be procured 1 No
39. Ball mill Made up of S.S. of 450 mm (L) Maintenance Mechanic Chemical
300 mm (D), 50 S.S. balls, Dual starter, Plant Trade
energy meter, RPM indicator, proximate …
Spinning - SCHEDULE
Consignee Address
Sl.
Description of Items Principal, Govt. I.T.I.
No.
& Total Qty to be procured
1. Blow room (Miniature ) Spinning Technician Trade
…
Blow room [miniature] complete line of 4/5
1 Sembodai 1 No
Beating points with scorcher with 18” width for
completer process Line Consisting off the
Total Qty to be procured 1 No
Following.
Bale Opener: Bale opener to open pieces stock
fibres taken from bale and place on feed lattice
into tutis It should Consist offed Lastice.
Ovenes roller milling chamber spiked lattice
grid bar, nose beaker stripper roller etc.
Step cleaner: with beating cylinders in steps
at a switable angle for tutis upwards,
Removing heavier Impurities by certifugal
force with grid segments micro dust exhaust
attachment.
Mono cylinder: mono cylinder with beater,
grids feed Roller feed tutice drive motor fan
chamber etc.
Pneumatic Hopper Feeder: To Transport
material pneumatically at High Speed with
beats, Small feed Rolls. Big feed Rolls, drive
motor fan chamber etc.
Single Beater Scutcher: To Regulate lap
weight and to from lap in compact from
pneumatic doffing and pulling device
consisting of laptray lap roller, delivery Roller,
dust gauge, fan kilsner beater feed Rollers
pressure rollrs drive motor etc.
5) Diamond Dresser = 1 NO
6) Square Nut (Inserted in Swivels table
Tee Solt) = 3NOS
7) Dead Center Female 19 Dia*13 Dia- 2Nos
8) Dead Center Female 23 Dia*20 Dia- 2Nos
9) Dead Center Removing Rod = 1No
10) Rod For Box Spanner = 1No
11) Tee Spanner = 8Nos
12) Nylon Brush = 1No
13) Fix spanner = 8NOS
(8mm*9mm, 10mm*11mm, 12mm*13mm,
14mm*15mm, 16mm*17mm, 18mm*19mm,
20mm*22mm, 24mm*26mm)
M - SCHEDULE
Consignee Address
Sl.
Description of Items Principal, Govt. I.T.I.
No.
& Total Qty to be procured
1. Chain Pulley Block 3 ton capacity with Mechanic Diesel Trade
tripod stand. …
Chain Pulley Block 3 ton capacity Heavy duty 1 Sembodai 1 No
Lifting chain length 4-5m
Lifting Capacity : 3Ton Total Qty to be procured 1 No
Tripoid stand :GI Pipe 2½” to 3” C class pipe
Lifting Height : 12 feet to 15 feet
Safe working Load(SWL) Certificate for Both
pulley block and chain to be produced
The item should confirm to Latest BIS standard
2. Taps and Dies complete sets (5 types) Mechanic Diesel Trade
…
a)Metric 1 Sembodai 1 No
Tap of sizes:
M5,M6,M8,M10,M12,M14,M16,M18, Total Qty to be procured 1 No
M20
Die of sizes:
M5,M6,M8,M10,M12,M14,M16,M18,
M20
b)BSW
Tap of sizes:
3/16”,¼”,5/16”,3/8”,7/16”,1/2”,5/8”,
11/16”,3/4”
Die of sizes:
3/16”,¼”,5/16”,3/8”,7/16”,1/2”,5/8”,
11/16”,3/4”
c)BSP
Tap of sizes:
¼”, 3/8”, ½”, 5/8”,3/4”
Die of sizes:
¼”, 3/8”, ½”, 5/8”,3/4”
d)BA
Tap of sizes:
0,1,2,3,4,5
Die of sizes:
0,1,2,3,4,5
e)BSF
Tap of sizes:
3/16”,¼”,5/16”,3/8”,7/16”,1/2”,5/8”,
11/16”,3/4”,7/8”,1”
Die of sizes:
3/16”,¼”,5/16”,3/8”,7/16”,1/2”,5/8”,
11/16”,3/4”,7/8”,1”
10. Granite surface plate with stand and cover Mechanic Diesel Trade
1600 x 1000mm …
M.S. Fabricated rigid constructed stand Height 1 Sembodai 1 No
900mm with levelling pads.
Necessary test and calibration certificates as Total Qty to be procured 1 No
per Latest B.I.S. standard to be produced.
13. All Geared Head Stock SS and SC Center Maintenance Mechanic Chemical
Lathe Plant Trade
…
Specification 1 Sembodai 1 No
Center Height 150 mm or higher
Distance Between 1200mm Total Qty to be procured 1 No
centers
Swing over Bed Ø 300 mm or higher
Swing over cross Ø 180 mm or higher
slide
Type of Bed Inverted V and Flat,
suitable Hardened (45
to 50 HRC) & Ground
Ribs and legs should
have wall thickness of
minimum 25 mm
Head Stock
Spindle Bore Taper MT4/MT5
Spindle speed 45 -1800 RPM
Range (RPM) speed controls should
be a mechanical type
only
Spindle Nose Thread Type
Spindle Bore Ø 45 mm
Standard Accessories
a. 3 jaw chuck Ø200 mm with 1 set
1 set of hard & soft jaws -
forward
1 set of hard & soft jaws -
reverse
b. 4 jaw chuck Ø250 mm 1 No
f. Steady Rest 1 No
g. Follower Rest 1 No
h. Live center with adopter 1 No
i. Centers (MT3) - Revolving 1 set
center, Dead Center each 1 No
j. Drill sleeves MT 1-2,2-3,3-4 1 set
k. ½” Cap. Drill chuck with MT3 1 set
arbor & key
o. Quick change tool post with 3 sets
hardened square & V type
toolholders to hold
30mm sq. and Ø 25mm
respectively
p. Taper turning attachments 1 No
(Telescopic type)
The machine should be equipped with
the following items,
i) Coolant system
ii) Rear splash guard
iii) Machine safety guard
iv) Compact control panel with electrical
safety
controls
v) Mounted Machine lamp
Joint Director
(State Apprenticeship Monitoring Cell)/
Tender inviting Authority,
Department of Employment and Training, Guindy,
Chennai –600032.
(Ph.044–22501006)