SAINIK SCHOOL KODAGU () (MINISTRY OF DEFENCE: ESTD: 2007)

PHONE: (08276) 278714 Sainik School Kodagu FAX : (08276) 278965 (Under Ministry of Defence) PO: Kudige Dist. Kodagu Email : [email protected] Karnataka- 571232

SSKG/QM/Woollen Blankets/2019 05 Sep 19

M/s ______

______

REQUEST FOR PROPOSAL / INVITATION OF QUOTATION FOR

SUPPLY OF WOOLLEN BLANKETS TO SAINIK SCHOOL KODAGU

TWO BID SYSTEM

Sir / Madam

1. On behalf of the Principal, Sainik School Kodagu the undersigned invites tender / quotations for “SUPPLY OF WOOLLEN BLANKETS” at Sainik School Kodagu.

2. The tender form addressed to your firm is attached to this letter. You may quote your minimal rates on the tender form and put your firms’ seal with signature on the same. Last date of receipt of duly filled in tender / quotation at this school is 15 Nov 19 (Fri) by 1500 hrs in person or by post in a sealed envelope on the mailing address as mentioned in the tender form duly marked on the top “SUPPLY OF WOOLLEN BLANKETS“ and underlined.

Thanking you.

Yours faithfully,

Encl. As above

SAINIK SCHOOL KODAGU (KARNATAKA) (MINISTRY OF DEFENCE: ESTD: 2007)

PHONE: (08276) 278714 Sainik School Kodagu FAX : (08276) 278965 (Under Ministry of Defence) PO: Kudige Dist. Kodagu Email : [email protected] Karnataka- 571232

REQUEST FOR PROPSAL (RFP)

Invitation of Bids for “SUPPLY OF WOOLLEN BLANKETS – TWO BID SYSTEM” Request for Proposal (RFP) No. SSKG/QM/Woollen Blankets dated 05 Sep 19.

1. Bids in sealed cover are invited for supply of items and execution of work as listed in part II RFP. Please super scribe the above mentioned Title, RFP number and date of opening of the bids on the sealed cover to avoid the bid being declared invalid.

2. The address and contact numbers for sending bids or seeking clarifications regarding this RFP are given below:-

(a) Bids / queries to be addressed to : The Principal, Sainik School Kodagu (b) Postal address for sending the Bids : Kudige Post, SomwarpetTaluk Kodagu Dist, Karnataka – 571 232. (c) Name / Designation of the contact personnel : Sqn Ldr RK Dey, Admin Officer

(d) Telephone numbers of the contact Personnel : 08276-278905

(e) E-mail id of contact personnel : [email protected] and [email protected]

3. This RFP is divided into five parts as follows:- (a) Part I – Contains general information and instruction for the Bidders about the RFP such as the time, place of submission and opening of tenders, validity period, mode of tenders etc.

(b) Part II – Contains essential details of the items / services required, such as the Schedule of Requirements (SOR), technical specifications, delivery and consignee details.

(c) Part III – Contains Standard Conditions of RFP, which will form part of the Contract with the successful Bidder.

(d) Part IV – Contains special conditions applicable to this RFP and which will also form part of the contract with the successful Bidder. (f) Part V – Other details. 4. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage. Page 01 of 17 PART I – GENERAL INFORMATION

5. Last date and time for depositing the bids: 15 Nov 19 (Fri) at 1500 hrs The sealed Bids (both technical and commercial, in case two bids are called for) should be deposited / reach by the due date and time. The responsibility to ensure this lies with the Bidder. 6. Manner of depositing the bids: Technical and Commercial bids should be put in separate envelopes and then sealed in a big envelope and dropped in the Tender Box placed near the main gate of Sainik School Kodagu, or sent by registered post at the address given above so as to reach by the due date and time. Late tenders will not be considered. No responsibility will be taken for postal delay / non delivery / non-receipt of bid documents. Bids sent by FAX or e-mail will not be considered (unless they have been specifically called for by these modes due to urgency) 7. Time and date for opening of bids: at 15 Nov 2019 (Fri) at 1530 hrs (If due to any exigency, the due date for opening of the bids is declared a closed holiday, the Bids will be opened on the next working day at the same time or on any other day / time, as intimated by the Buyer) 8. Location of the Tender Box:Near Main Entrance Gate of Sainik School Kodagu Tender Box is near main entrance gate of, Sainik School Kodagu, PO Kudige, Dist-Kodagu, Karnataka. Only those bids that are found in the tender box will be opened. Bids dropped in the wrong Tender Box will be rendered invalid. 9. Place of opening of the Bids: At the Office of Admin Officer The bidders may depute their representative, duly authorized in writing, to attend the opening of bids on the due date and time. Rates and important commercial / technical clauses quoted by all Bidders will be read out in the presence of the representatives of all the Bidders. This event will not be postponed due to non-presence of your representative. 10. Two Bid System: Only the Technical Bid would be opened on the time and date mentioned above. Date of opening of the Commercial Bid will be intimated after acceptance of the Technical Bids. Commercial Bids of only those firms will be opened, whose Technical Bids are found compliant suitable after technical evaluation is done by the Buyer. 11. Forwarding / Submission of bids: Bids should be forwarded by bidders under their original memo/letter pad inter alia furnishings details like TIN number, VAT/CST/GST number, Bank address with NEFT Account if applicable, etc and complete postal & e-mail address of their office.

12. The following documents should be submitted by post or by hand at the address given prior to the last date of submission of bids.

(a) EMD as applicable or a valid certificate of exemption of EMD (b) DD or Tender Fee as applicable. The crossed demand draft of Rs. 100/- (Rupees one hundred only) should be payable to the Principal, Sainik School Kodagu, should be valid for a minimum six months. Any firm claiming exemption should enclose a valid proof of the same at the time of submission of the bids. (c) Tender Conditions Acceptance Certificate, Format for the same is attached as Appendix “B” (to this RFP) 13. Cover – I.Cover - I will contain the Technical Bids which consist of the following documents:- (a) Valid proof of Company/firm Registration, including certificate of renewal of registration wherever applicable. Registered bidders (DGS&D, DGQA, NSIC, OFB or any other central registration authority) must enclose a duly authenticated copy of proof of registration. (b) Details regarding PAN No, CST/VAT/TIN/GSTRegn.

Page 02 of 17 (c) Certificate of acceptance of terms and conditions of RFP on firms letter head.

(d) Earnest Money Deposit (EMD) documents if applicable or the exemption certificate.

(e) Tender fee document.

(f)Trade License/manufacturing license/Authorised vendor certificate from OEM.

(g) Goods and Service Tax (GST) regn Number if applicable

(h) Proof of execution of at-least one Institutional supply order of equivalent or higher quantity or 2 supply orders of 50% of quantity within last 2 years.

(j) Tender Conditions Acceptance Certificate. The bidder shall certify for acceptance of all the tender conditions of the RFP and furnish a certificate as per Appendix “B” to the RFP.

(k) Technical Data Sheet of Equipment. Tech specs form will be filled, signed, stamped. The format and specs are given in Appendix “A” to this bid documents.

(l) Any other details, as considered necessary by the vendor/firm and relevant to the supply may also be enclosed.

14. Cover – II. Cover - II will contain the Commercial bids and will consist of the following documents:-

Commercial bids will be submitted in the form of “BOQ” (Bill of Quantities) attached as Appx “H”of the RFP.

15. Clarification regarding contents of the RFP: A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the buyer in writing or via email about the clarifications sought not later than 07 (seven) days prior to the date of opening of the bids. Copies of the query and clarification by the purchaser will be sent to all prospective bidders who have received the bidding documents.

16. Clarification regarding contents of the bids: During evaluation and comparison of bids, the buyer may, at his discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained.

17. Rejection of Bids: Canvassing by the bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected.

18. Unwillingness to quote: Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting bidder may be de-listed for the given range of items as mentioned in this RFP.

19. Validity of bids: The bids should remain valid for 04 months (120 days) from the last date of submission of the Bids.

20. Other standard condition of RFP given in DPM 2009 is applicable. These conditions can be viewed at http:www.mod.nic.in Page 03 of 17 Part II – Essential Details of Items / Services required

21. Schedule of Requirements List of approximate number of items required are as follows:-

Ser Items A/U Appx Remarks No Qty

As per Appendix – „H‟

22. Technical Details.

(a) Proposed Technical Specifications of items are as under:-

Description/ Ser Remarks(Material Items No Minimum size required Specification) for all items

Wool: 60%

Other Fabrics: 40% Length: 2.29 mtrs Made from: Spun Woollen Width: 1.37 mtrs (a) Blankets Brand: Raymonds / Weight: 1.700 Kg Sleepwell / or any other brand which meets above criteria

23. Note:-Tender will be rejected if samples are not sent along with the tender.

24. Technical Details with Technical Parameters. Mentioned in Bid.

25. Requirement of Training/On-Job Training. Not Required.

26. Requirement of Installation/Commissioning. To be done by dealer.

27. Requirement of Factory Acceptance Trials (FAT), Harbor Acceptance Trails(HAT) and Sea Acceptance Trials (SAT). Not required.

28. Requirement of Technical Documentation. To be done by dealer.

29. Nature of Assistance Required after Completion of Warranty. Not required.

30. Requirement of Pre-site/Equipment Inspection. Inspection on site.

Page 04 of 17 31. Delivery Period – Delivery/installation period for supply of items would be within 60 days from the date of placing of order. Please note that Contract can be cancelled unilaterally by the buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the buyer with applicability of LD clause.

32. Consignee Details: The Principal, Sainik School Kodagu, PO Kudige, DistKodagu Karnataka – 571232

33. Mode of Dispatch - The store shall be dispatched to the consignee by the supplier under his own arrangement and cost. Container Pack – (As per requirement)

Page 05 of 17 Part III – Standard Conditions of RFP

34. Jurisdiction of courts: The District Court, from where the acceptance of tender has been issued shall alone have jurisdiction to decide any dispute arising out of or in respect of the contract.

35. Liquidated damages: In the event of the Seller’s failure to submit the Bonds, Guarantees and Documents, supply the stores / goods etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of the delayed / undelivered stores/services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores.

36. Earnest Money Deposit / Secuirty Deposit:.Bidders are required to submit EMD for an amount of Rs.15000/-(Rupees fifteen thousand only) in favour of Principal Sainik school Kodagu along with their bids.The EMD will be submitted in the form of an Account Payee Demand Draft payable at Kushalnagar, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sector banks or a private sector bank authorised to conduct government business as per Form DPM-13 of DPM 2009.The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Guarantee from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization like DGS & D, National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. The EMD will be forfeited if the Bidder withdraws or amends/impairs or derogates from the tender in any respect within the validity period of their Bid. EMDis to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract.

37. Termination of the Contract: The Buyer shall have the right to terminate this Contract in part or in full in any of the following cases:- (a) The delivery of the material is delayed for causes not attributable to Force Majeure for more than (01 month) after the scheduled date of delivery. (b) The Seller is declared bankrupt or becomes insolvent. (c) The delivery of the material is delayed due to causes of Force Majeure by more than one month provided Force Majeure clause is included in contract. (d) The Buyer has noticed that the Seller has utilized the services of any Indian/Foreign / agent in getting this contract and paid any commission to such individual / company etc. (e) As per decision of the Arbitration Tribunal.

38. Notices: Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent.

39. Shelf Life: The shelf life of the item should be one year from the date of supply order or more as per OEM guideline.

Page 06 of 17 40. Taxes and Duties:

(a) GST/ OTHER TAXES

(I) If it is desired by the Bidder to ask for Sales tax / VAT/GST to be paid as extra, the same must be specifically stated. In the absence of any such stipulation the bid, it will be presumed that the prices quoted by the Bidder are inclusive of all taxes and no liability of any tax will be developed upon the Buyer.

(II) Remaining clauses as given in DPM refer http:www.mod.nic.in

41. Inspection of Items & Work: The items being supplied and works being carried out will be inspected by a board of members of SSKG as nominated, on behalf of the Principal. A joint inspection will be carried out on completion of the work and works completion certificate needs to be issued by the Board for processing of payment.

42. Release of Payment: The payment will be made through NEFT within one month of submission of bills and acceptance of the work.

43. Performance Guarantee. The Bidder will be required to furnish a Performance Guarantee in the form of a demand draft in the name of Principal, Sainik School Kodagu or by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd. etc) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given in Form DPM-15.

44. Advance Payments. No advance payment(s) will be made.

Page 07 of 17

Part IV – Special Conditions of RFP

45. Option Clause: The contract will have an Option Clause, wherein the Buyer can exercise an option to procure an additional 50% of the original contracted quantity in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract. It will be entirely the discretion of the Buyer to exercise this option or not.

46. Repeat Order Clause: The contract will have a Repeat Order Clause, wherein the Buyer can order upto 50% quantity of the items under the present contract within six months from the date of supply / successful completion of this contract, the cost, terms & conditions remaining the same. The Bidder is to confirm acceptance of this clause. It will be entirely the discretion of the Buyer to place the Repeat order or not.

47. Payment Terms for Indegenous Sellers: 100% payment on completion of supply and acceptance by the user.

48. Paying Authority: Principal, Sainik School Kodagu.

49. Specification: As per Schedule of Requirement.

50. Packing and Marking:The Seller shall provide packing and preservation of the equipment and spares / goods Supply Ordered so as to ensure their safety against damage in the conditions of land, sea and air transportation, transshipment, storage and weather hazards during transportation.

51. Quality:- The item should be new and as per specification at para 22 & Part II.

52. Warranty: Except as otherwise provided in the invitation tender, the Seller hereby declares that the goods, stores articles sold/supplied to the Buyer under this Supply Order shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specification and particulars contained / mentioned in Supply Order. The Seller hereby guarantees that the said gods / stores / articles would continue to conform to the description and quality aforesaid for a period of 12 months from the date of delivery of the said goods stores / articles to the Buyer. If during the aforesaid period of 12 months the said goods / stores / articles be discovered not to conform to the description and quality aforesaid not giving satisfactory performance or have deteriorated, and the decision of the Buyer in that behalf shall be final and binding on the Seller and the Buyer shall be entitled to call upon the Seller to rectify the goods / stores / articles would conform to continue to the description and quality aforesaid for a period of 12 months from the date of delivery of the said goods / stores / articles be discovered not to conform to the description and quality aforesaid not giving satisfactory performance or have deteriorated, and the decision of the Buyer in that behalf shall be final and binding on the Seller and the Buyer shall be entitled to call upon the Buyer within a reasonable period, so such specified period as may be allowed by the Buyer in his discretion in application made thereof by the Seller, and in such an event, the above period shall apply to the gods / stores / articles rectified from the date of rectification mentioned in warranty thereof, otherwise the Seller shall pay to the Buyer such compensation as may arise by reason of the breach of the warranty therein contained.

Page 08 of 17

PART V - EVALUATION CRITERIA & PRICE BID ISSUES

53. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:

(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically and commercially.

(b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders along with the three samples asked for will be evaluated by the Buyer with reference to the technical characteristics of the equipment as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP and evaluation of the samples presented. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

Part VI- OTHER DETAILS

54. Legal addresses of Buyer and Seller.

BUYER

Sainik School Kodagu Kudige Village & Post Taluk Karnataka – 571 232

SELLER

Signature:……………….

Name of Firm :………………….

Mob No. …………………………………

Address: …………………………………

……………………………………………..

……………………………………………..

Encl: Earnest Money Deposit DD No. ………………….. Date…………………….. Page 09 of 17 Appendix „A‟ (to be submitted with Technical bid)

(Refers to SS Kodagu RFP No. SSKG/QM/Woollen Blankets/2019)

TECHNICAL COMPLIANCE CERTIFICATE

Ser Items Remarks(Material Specification) No

Components:

Wool: 60%

Other Fabrics: 40%

Made from: Spun

Brand: Raymonds / Sleepwell / or any Woollen Blankets (a) other brand which meets above criteria

Length: 2.29 mtrs

Width: 1.37 mtrs

Weight: 1.700 Kg

Company Seal (Signature of Authorized Signatory

of Company with Date)

Place: ______

Date: ______

Page 10 of 17

Appendix „B‟ (To be submitted with Technical Bid)

(Refers to SS Kodagu RFP No. SSKG/QM/Woollen Blankets/2019)

CERTIFICATE FOR ACCEPTANCE OF TERMS AND CONDITIONS OF TENDER

ENQUIRY FOR SUPPLY OF WOOLLEN BLANKETS

1. It is certified that all the terms and conditions as given in this tender and its appendices are accepted by the company / firm and we will abide by them. It is further certified that any cost incurred on items/work required to complete the integrated project would be borne by us.

2. Validity. The prices quoted in our Commercial Offer are valid upto______(minimum 120 days from the date of closing of tender).

Company / Firm Seal (Signature of Authorized Signatory

of Company / Firm with Date)

Place: ______

Date: ______

Page 11 of 17

Appendix„C‟ (To be submitted with Technical Bid)

(Refers to SS Kodagu RFP No. SSKG/QM/Woollen Blankets/2019)

CONFIDENTIALITY CERTIFICATE: NON-DISCLOSURE OF CONTRACT DOCUMENTS

(TO BE SUBMITTED ALONG WITH TECHNICAL OFFER)

It is certified that the Company or any representative of the Company or Agents authorized by the Company will not disclose any information gained by them or their representative or Agents, while interacting with the persons of the Sainik School Kodagu, any documents prepared in connection with the project or any documents received by them or any study carried out by them, directly or indirectly to any person or Company or institution or Press or any other from the electronic media. Any violation therein may be considered as a violation of Indian Official Secret Act 1923.

Company Seal (Authorized Signatory of Company/Firm)

Date :

Place :

Page 12 of 17 Appendix „D‟ (To be submitted with Technical Bid)

(Refers to SS Kodagu RFP No. SSKG/QM/Woollen Blankets/2019)

DETAILS OF EMD/BANK GUARANTEE/BANKERS OF VENDOR

(TO BE SUBMITTED ALONGWITH TECHNICAL BID)

Particulars Details Complied Deviation(if any) (Yes/No)

EMD DD for Rs 15000/- In favour of “ The (Rupees fifteen thousand Principal, Sainik School only) Kodagu”, Karnataka

Name of Bank

EMD DD No and Date

Vendors Bank Name and Postal address

Bank A/C No.

NEFT facility Code

VAT TIN Registration No

CST TIN Registration No

PAN Cards details

Sales tax registration No. and address of sales tax office

I, hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as participant under the scheme.

Company Seal Place : Date : (Authorized signatory of the Firm/Company) Page 13 of 17 Appendix „E‟ (To be submitted with Technical Bid)

(Refers to SS Kodagu RFP No. SSKG/QM/Woollen Blankets/2019)

NON-DISCLOSURE OF CONTRACT DOCUMENTS

Except with the written consent of the BUYER/SELLER, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party.

Company Seal (Authorized signatory of Company)

Date :

------

Page 14 of 17

Appendix „F‟ (To be submitted with Technical Bid)

(Refers to SS Kodagu RFP No. SSKG/QM/Woollen Blankets)

EMD BANK GUARANTEE FORMAT

Whereas …………………………………… (hereinafter called the “Bidder”) has submitted their offer dated………………………………….for the supply of ……………………………………… (here in after called the “Bid”) against the Buyer‟s Request for proposal No... …………………… know all men by these presents that we ………………………of …………………………………………….. having our registered office at ……………………………………………………………. are bound unto …………………... (here in after called the “Buyer) in the sum of ………………………………………………………………for which payment will and truly to be made to the said Buyer, the Bank binds itself, its successors and assigns by these presents.

Sealed with the Common Seal of the said Bank this…………… day of …………….20……

The conditions of obligations are: –

(1) If the Bidder withdraws or amends, impairs or derogates from the Bid in any respect within the period of validity of this tender.

(2) If the Bidder having been notified of the acceptance of his tender by the Buyer during the period of its validity :

(a) Fails to furnish the Performance Security for the due performance of the contract.

(b) Fails or refuses to accept/execute the contract. We undertake to pay the Buyer up to the above amount upon receipt of its first written demand, without the Buyer having to substantiate its demand, provided that in its demand the Buyer will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force upto and including 45 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date.

…………………………….

(Signature of the authorised officer of the Bank)

Name and designation of the officer Seal,

Name & address of the Bank and address of the

Branch

Page 15 of 17 Appendix„G‟ (To be submitted with Technical Bid)

(Refers to SS Kodagu RFP No. SSKG/QM/Woollen Blankets)

MODEL ECS MANDATE FORMAT

Customer’s option to receive through e-payment (ECS/EFT/DIRECT/CREDIT RTGS / NEFT / Other payment mechanism as approved by RBI.)

Credit clearing Mechanism

1. Customer’s name :

2. Particulars of Bank Account :

(a) Bank Name :

(b) Branch :

(c) Address :

(d) Telephone Number :

(e) IFS Code :

(f) 9 Digit code number of Bank and Branch appearing on MICR cheque issued by Bank.

(g) Account Type (S.B Account/Current Account or Cash.

(h) Ledger Number :

(j) Ledger Folio Number :

(k) Account number as appearing on cheque Book.

3. Please attach a blank cancelled cheque, or photocopy of a cheque or front page of your saving bank serving bank passbook issued by your bank for verification of the above particulars.

4. Date of Effect.

I, hereby, declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of in complete or correct information. I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under scheme.

Date (……………………..)

Signature of customer

Certified that the particulars furnished above are correct as per our record.

Bank Stamp and Sign of Bank Manager

Page 16 of 17 Appendix‟ H‟ (To be submitted in commercial bid)

(Refers to SS Kodagu RFP No. SSKG/QM/Woollen Blankets/2019)

Ser Items A/U Appx Qty Rate per Tax per Total Price per No Required unit unit unit

(a) Woollen Balnket Nos 140

Company / Firm’s Seal Signature of authorised signatory Place: of Company / Firm with date

Date:

Page 17 of 17