<<

Government of West Bengal DEPARTMENT OF TECHNICAL EDUCATION, TRAINING AND SKILL DEVELOPMENT OFFICE OF THE SUPERINTENDENT & EX-OFFICIO MEMBER SECRETARY OF IMC, CHINSURAH INDUSTRIAL TRAINING INSTITUTE, CHINSURAH VIVEKANANDA ROAD P.O. & DIST. – HOOGHLY, 712103, W.B. Phone No: (033)2680-2064, E-mail Id- [email protected]

Memo No. ITI-CHN/PUR/71/e-Tender/19/262 Date – 26/08/2019

Notice Inviting e-TENDER NO: ITI-CHN/NIT-01/(e -Tender)/ 2019-20

Name of the Work: Supply, Testing, Installation & Commissioning of Machineries/Equipments / Instruments / Hand Tools etc to cover up short fall list as per NSQF syllabus for different Trade Courses and for opening of new trade (Sanctioned) at Govt. Industrial Training Institute Chinsurah as per Tender Schedule Nos. A,B ,C & D (containing list of items with detailed specification).

LIST OF WORKS

Earnest Cost of Tender Tender Inviting Money Tender Delivery Source of Sl no Name of Work Sched Authority Deposit Docume Period fund ule No (Rs) nt (`Rs) 1 2 3 4 5 6 7 8 Supply, Testing, Installation & Commissioning and Superintendent Demonstration of Hand Tools, Instruments, and Member Fund from 01 A 20000.00 Nil 60 days Equipment and Machinery etc. for the Trade of Secretary IMC Fitter. I.T.I., Chinsurah Supply, Testing, Installation & Commissioning and Superintendent Demonstration of Hand Tools, Instruments, and Member Fund from 02 B 20000.00 Nil 60 days Equipment and Machinery etc. for the Trade of Secretary IMC Electrician. I.T.I., Chinsurah Supply, Testing, Installation & Commissioning and Superintendent Demonstration of Hand Tools, Instruments, and Member Fund from 03 C 20000.00 Nil 60 days Equipment and Machinery etc. for the Trade of Secretary IMC Welder. I.T.I., Chinsurah Supply, Testing, Installation & Commissioning and Superintendent Demonstration of Hand Tools, Instruments, and Member Fund from 04 Equipment and Machinery etc. for the Trade of D 30000.00 Nil 60 days IMC Mechanic Refrigeration and Air Conditioner. Secretary (MRAC). I.T.I., Chinsurah

1. INVITATION: Sealed e-Tenders (Electronic Tenders) are invited under Two-Bid System by the Superintendent and Member Secretary Industrial Training Institute, Chinsurah , Vivekananda Road, P.O. & Dist – Hooghly, PIN - 712103 for Supply, Testing, Installation & Commissioning of Machinery / Equipment / Instrument / Hand Tools etc as indicated in the enclosed Tender Schedules (A, B, C) attached with this NIT for affiliation/re-affiliation of Various Trade Courses at Industrial Training Institute, Chinsurah from the manufacturers / their authorized distributors / authorized dealer/ traders etc holding valid licence for supply of equipments, instruments, machineries, tools etc in the field under the categories of workshop machinery / mechanical / electrical hand tools & instruments / equipments etc. Hand Tools, Instruments etc are to be Supplied and Tested as necessary. Machinery / Equipment etc are to be installed & commissioned and demonstrated also after supply is made. The Bids are invited in two parts as under:- a) The Techno Commercial Bid consisting of all Statutory Documents / Files and Non- Statutory Documents / My Documents and all technical details along with special commercial terms and conditions, if any. 1 b) The Price or Financial Bid (consisting of Bill of Quantities / BOQ) indicating / offering item-wise price for the items mentioned in the Tender Schedules A, B, C & D (containing list of items with detailed specification). Both Techno Commercial Bid and Financial/Price Bid are to be submitted concurrently duly digitally signed in the website https://wbtenders.gov.in.

THE TIME SCHEDULE FOR OBTAINING THE BID DOCUMENTS, PRE BID MEETINGS, REGISTRATION WITH THE TENDERING AUTHORITIES, SUBMISSION OF BIDS AND OTHER DOCUMENTS ETC. WILL BE AS PER THE DATE AND TIME SCHEDULE PROVIDED IN SERIAL NO. 12 BELOW.

2. INSTRUCTION RELATED TO TENDER DOCUMENTS:- For participating in the tender the bidders shall not have to pay the cost of tender documents for the purpose of participating in e-tendering. Any bidder willing to take part in the process of e-Tendering will have to be enrolled & registered with the Government e-Procurement system through logging on to website https://wbtenders.gov.in using the option ―Click here to Enroll. Possession of Valid Class II/ Class-III Digital Signature Certificate (DSC) in the form of smart card/e -token in the Company's name is a prerequisite for registration and participating in the bid submission activities through this web site. Digital Signature Certificates can be obtained from the authorized certifying agencies, details of which are available in the website https://wbtenders.gov.in under the link―Information about DSC.

3. REQUEST FOR TENDER DOCUMENT:-

Intending Bidders can search and download NIT and other tender documents electronically by logging on to the website https://wbtenders.gov.in, using his Digital Signature Certificate (DSC). This is the only mode of collection of tender documents.

4. FOR SPECIAL ATTENTION:-

All Tenderers are to note that tenders containing any deviation from the terms and conditions and other requirement are liable to be rejected. The tender inviting authority reserves all rights to reject any or all the tenders without assigning any reason and split up the supply, if necessary and to accept the tender whole or part. Invitation of the tender shall under no circumstances create any legal right or otherwise in favor of the tenderer in case the tender is closed, withdrawn or cancelled before issuance of purchase order nor shall the inviting authority be liable to explain the reason of such closure, withdrawal or cancellation of the tender. The inviting authority reserves the right at the time of Contract award to increase or decrease the quantity of goods and services originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions. The Bidder may substitute alternative standards with Make/Brand names /models and / or catalogue numbers in its bid, provided that it demonstrates to the Purchaser’s satisfaction that the substitutions ensure substantial equivalence to those designated in the technical specifications. In those cases the Bidder must indicate the deviations in respect of major aspects of specifications in the “Make/Brand/Mode/……..” columns of tender schedules. Acceptance of Alternative Standards / Specifications of the quoted items would be at the discretion of the Tender Inviting authority. Purchase will, however, be made following the existing purchase policy of the Govt of West Bengal and its amendment(s) or addendum made from time to time. The tendering authority reserves the right to procure any item, of the tender directly from any agency having valid D G S & D rate contract even if a tender for the same has been offered/ accepted.

5. EARNEST MONEY / BID SECURITY DEPOSIT:- i. Earnest money as prescribed in the NIT against each schedule is to be remitted through Net Banking (any listed bank) through ICICI Bank Payment Gateway or RTGS/NEFT in case of offline payment through bank account in any bank as directed in F.D.'s Memo No: 3975-F(Y) dated 28.7.2016 (annexed with the NIT for kind perusal). The system of “Online receipt and refund of EMD of e-procurement through the State Govt. e-procurement portal” is to be followed mandatorily for deposit of EMD/ BID SECURITY related to e-procurement of the State Govt.

2 Also, refund of EMDs will be made as per procedures mentioned in F.D.'s Memo No: 3975- F(Y) dated 28.7.2016 (annexed with the NIT for kind perusal).

If any supplier is exempted from payment of EMD, copy of relevant Government Order needs to be furnished / uploaded.

ii) Earnest Money deposits of the successful Bidders will be released only after execution of purchase orders successfully and completely by the Bidders / satisfactory acceptance of the consignments by the consignee.

iii) Registered S.S.I. Units of the State of WB / SSI units registered in MSME, WB/ units having registered in NSIC shall be exempted from payment of earnest money for tenders. Exemption from depositing Earnest Money in terms of existing Govt. order may be considered if the request is uploaded with the copy of necessary valid/current document of original one. If required, Original copy is to be produced to the Tender Inviting Authority. Also, Validity of Registration certificate of SSI units is to be checked /verified with the concerned Govt. Portal. If it is not available through online necessary current certificate regarding validity of SSI Units issued by the concerned Department/ Authority is to be produced to the Tender Inviting Authority / Tender Selection Committee.

In terms of order no. 10500-F, dtd. 19th Nov’2004 of the Finance Department, Govt. of West Bengal exemption from payment of earnest money for tenders against articles indented to them will only be allowed.

iv) No interest on E.M.D. is admissible.

6. PREFERENCE & REGULATIONS FOR S.S.I., W.B. & OTHERS AS NOTED HEREUNDER:

i) Preference will be given to the Registered S.S.I. Units of the State, P.S.U. registered in State or registered at NSIC as per West Bengal Financial Rule incorporated under notification No. 10500-F dated 19.11.04 on receipt of claim for price preference. In either case they should have been registered as manufacturer of those items for which he is quoting rates to claim price preference. ii) Registration as a Small Scale Industries unit after the submission of the tender will not entitle the Tenderer to get exemption from payment of Earnest Money. iii) In case of holder of permanent Small Scale Industries Registration Certificate of the Govt. of West Bengal proof(s) to the effect that the unit has furnished the required valid returns etc. to the appropriate authority to retain the Small Scale Industries Registration Certificate. The documents so produced shall be to the satisfaction of the Tender Selection Committee/ Tender Inviting Authority. iv) If the validity of the Small Scale Industries Registration is going to expire within Tender/ Contract period, the Tenderer should produce a revalidation certificate to the satisfaction of the Tender Selection Committee/ Tender Inviting Authority, in due time.

7. STANDARDISATION OF ITEMS/ BIS CERTIFICATION/I.S.I. CERTIFICATE:

i) Items, for which BIS or other specifications have been mentioned in the Tender Schedules (A,B,C & D) should be certified to be of the specified standard by the Bureau of Indian Standards (BIS), engraved in the body of the instruments and have the necessary valid licenses at the time of supply. In cases of non- availability of BIS certification and valid license, a certificate from a Government recognized test house should be attached specifically certifying that the supplied item conforms to the IS standard as specified. If the specified IS/BIS standard has been superseded by a more recent standard, then the more recent standard will be considered by the Tender Selection Committee / Tender Inviting Authority. ii) In items requiring mandatory certification under the relevant law, the manufacturer should have the necessary up-to-date licenses/ certifications from BIS and/or other statutory authorities as applicable. Non-compliance, if detected on a later date, will lead to summarily cancellation of the offer and penal provisions for fraudulent submission of tender will be invoked. iii) Calibration of equipment, wherever is necessary, must be done from a reputed test house at the expenses of the bidder and to be produced in original at the time of installation. 3

iv) “IMPORT LICENCE” where it is applicable, duly attested photocopy of the Import Licence with up to date renewal from licensing authority must be submitted in case of Imported Items.

v) The bidder should provide quality and safety certifications for the machines / equipment/ Instrument, as are applicable, at the time of delivery.

8. LANGUAGE OF TENDER:-

The tender shall be submitted in the prescribed form in English. All papers and correspondences in connection with the tender shall be in English only.

9. VALIDITY:-

The validity of the offer shall be up to 365 days from the last date of tender submission.

10. SCOPE OF WORK:- Supply, Testing, Installation & Commissioning and demonstration of Machinery /Equipment / Instrument / Hand Tools etc as per enclosed Tender Schedules (Bill of quantities / Schedule of requirements). Supply, Testing, Installation and commissioning are to be made at the Consignee’s place as per Purchase Order. Hand Tools, Small Instruments etc are to be Supplied and Tested as necessary. Machinery / Equipment etc are also to be installed & Commissioned and demonstrated after supply is made.

11. SUBMISSION OF TENDER:-

All tenders must be submitted online as provided in Tender Schedule. Tenders will be opened in presence of intending tenderers or their authorized representatives, if any.

General process of submission-Tenders are to be submitted through online to the website stated in Clause- 2 in two folders at a time for each schedule, one is Technical Commercial Proposal / Bid & the other is Financial Proposal / Bid before the prescribed date & time using the Digital Signature Certificate (DSC). Virus scanned copy with duly Digitally Signed of the required documents are to be uploaded. The documents will get encrypted (transformed into non readable formats).

A prospective bidder may offer rate as per his or her choice for any number of items / all items subject to fulfillment of conditions laid down hereinabove and conforming to his production / supply capacity to be laid down in the tender paper.

Both Techno- commercial bid and Financial Bid are to be submitted concurrently duly digitally signed in the website http://wbtenders.gov.in.

I) Techno commercial Proposal-

The Techno Commercial Proposal should contain scanned copies of the following documents in further two covers (folders). In order to keep the uploaded file sizes minimum, scanning of the photocopy of the documents is desirable.

a. Statutory Documents / Files containing.

i) Proof of payment through online towards Earnest Money Deposit (EMD) as prescribed in the NIT against each schedule (as the case may be). The proof of payment of EMD through online i.e. ‘WB E-procurement system generated acknowledgement’ is to be uploaded. Exemption from depositing Earnest Money in terms of existing Govt. order may be considered if the request be uploaded with the copy of necessary valid/current document of original as mentioned in Clause 5 above along with copy of relevant Government Order in this regard without fail.

4 ii) Duly Filled in Application form as per Format given in Annexure-I to be Uploaded.

iii) Notice Inviting Tender (NIT) should be Digitally Signed and Uploaded.

iv) Appropriate blank space of the Tender Schedules is to be filled up and uploaded indicating “Make/Brand/Model with specification & description of the item for which quotation / offer is submitted by the Bidder” consisting of all technical details (Information brochure, Product leaflet / catalogue, etc of the quoted items, as the case may be) along with other commercial terms and conditions , if any, should also be uploaded. Deviations in respect of major aspects of specifications of quoted items w.r.t. specifications of the schedule, if any also to be mentioned here.

Tenders will be summarily rejected, if any item in the statutory documents / files is missing.

b. Non-Statutory Documents / My Documents Containing: Submission of Non –Statutory Documents are Mandatory for every Tender. The requirements of the NSD/OID (Non Statutory Document/Other Important Documents) are given below in a table Format:

The Bidders are hereby requested to submit the NSD/ OID Documents while submitting the Tender. The system will prompt to submit the other important documents, for that always click the yes button and proceed further.

THE ABOVE STATED NON-STATUTORY SHOULD BE ARRANGED IN THE FOLLOWING MANNER

Click the check boxes beside the necessary documents in the OID/My Documents list and then click the tab ―Submit Non Statutory Documents to send the selected documents to Non-Statutory folder. Next, click the tab ―Click to Encrypt and upload and then click the ―Technical Folder to upload the Technical Documents. Sl. Category Sub-Category Sub-Category Description Format No. Name Name A1. Copies of PAN Card, GST Registration Certificate, CERTIFICATES Professional Tax Registration Certificate (if not A CERTIFICATES PDF available/applicable, reasons with supporting documents are to be uploaded positively). B1. Copy of valid current TRADE Licence / Current registration as COMPANY SSI unit/NSIC / Registration with the registrar of companies / COMPANY DETAILS 1 Valid Authorization of Distributorship / Dealership from the B PDF DETAILS Manufacturer (as the case may be). (if not available/applicable, reasons with supporting documents are to be uploaded positively). C1. Copy of Self Declaration -“Not Black listed by any Govt. CREDENTIAL 1 (State & Central) organisations or not debarring from PDF participation into Govt. tender’’ C2. Copies of Past Working experience [Order Copies] in the C CREDENTIAL CREDENTIAL 2 respective fields as specified in Schedules on Supply, Installation & Commissioning, Demonstrating of PDF Machineries and Equipments etc. for the last five Financial years (i.e. 2013-14, 2014-15, 2015-16, 2016-17, 2017-18 & 2018-19) to be uploaded. D1. Copy of a certificate in respect of Average Annual TURNOVER Turnover for financial years 2017-18 & 2018-19 should CRITARIA be more than Rs.10,00,000/- (Rupees Ten Lakhs PDF FINANCIAL D Only) per Year, issued by Chartered Accountant with INFORMATION valid membership registration No. D2. Copies of P L A/C and BALANCE SHEET for the financial year PDF PL A/C AND 2017-18 & 2018-19 with duly audited/ certified by

5 BALANCE SHEET Chartered Accountant with valid membership registration No. E1. Copies of acknowledgement of Income Tax Return for COPY OF the last two Assessment years (A.Y.) i.e. 2017-18 & PDF RETURNS 1 2018-19. E2. Copies of acknowledgement of GST Return from E DECLARATION COPY OF 01/04/2018 to 31/03/2019. PDF RETURNS 2 E3. Copies of acknowledgement of Professional Tax return for COPY OF the F.Y.- 2017-18, 2018-19 (If not applicable, reasons with PDF RETURNS 3 supporting documents are to be uploaded positively).

NOTE: I) All copy/copies (as the case may be) should be uploaded by the authorized person / competent authority/ proprietor of the Bidding organization.

II) If, after opening of the financial bid, it comes to the knowledge of Tender Inviting Authority that the supplier has been Black listed / debarred from participation into Govt. tender by any Govt. (State & Central) organisations, the bid will be rejected forthwith.

III) A certificate from a registered Chartered Accountant having membership registration number must be uploaded stating average annual turnover of the company/firm for the said two financial years.

IV) Failure of Submission of Any One of the Above Mentioned Documents Tenders will be summarily rejected.

V) Any bidder may attempt bidding of all items of all Bill of Quantities (BOQ), if intended.

II) Financial Proposal/ Financial Bid:-

The financial proposal should contain the following documents in one cover (folder), i.e. Bill of Quantities (BOQ). The Tenderer is to quote the rate online through computer in the space marked for quoting rate in the BOQ only and the same is to be signed digitally by the contractor. Penalty for suppression / distortion of facts: If any tenderer fails to produce the original hard copies of the documents uploaded or any other documents on demand by the Tender Inviting Authority within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies or if there is any suppression, the bidder will be suspended from participating in the tenders on e-Tender platform for a period of 03 (Three) years. In addition, his user ID will be deactivated and Earnest Money Deposit will stand forfeited. Besides, the Technical Education, Training and Skill Development Department may take appropriate legal action against such defaulting bidder.

During the tender evaluation process, the Techno Commercial Bid will be opened first. Whether bidders are technically qualified, will be assessed by the Procurement Committee/IMC Committee, Industrial Training Institute, Chinsurah on the basis of mandatory documents (Statutory Documents & Non-Statutory Documents ) submitted by Tenderer. Those Tenderer who will be qualified in this way and then only their Financial Bid will be opened. The Financial Bid of those Tenderer failing to meet the essential requirements of participating in the tender will not be opened and be rejected.

12. Date &Time Schedule:- Sl. Items Date(s) No. 1. Date of uploading of N.I.T. Documents (online) 28/08/2019 at 3.00 P.M. 2. Documents download start date (Online) 28/08/2019 at 6.00 PM. 3. Date of Pre Bid Meeting with the intending bidders in the 02/09/2019 at 12.00 Noon. Superintendent and IMC Member Secretary Chamber at Govt.

6 Industrial Training Institute, Chinsurah, Vivekananda Road, P.O. & Dist. Hooghly, Pin-712103 (W.B) 4. Bid Submission start date (On line) 03/09/2019 at 11.00 A.M. 5. Bid Submission closing (On line) 20/09/2019 up to 06.00 P.M. 6. Bid opening date for Technical Proposals (Online)(Techno 23.09.2019 at 12.00 Noon. Commercial Bid) 7. Date of uploading list for Technically Qualified Bidder (online) To be notified later. ( Financial Bid ) 8. Bid opening date for Financial Proposals (Online)(Financial Bid). To be notified later. 9. Acceptance & award of contract To be notified later.

13. OPENING OF TENDER:-

a) Opening and evaluation of Technical Commercial proposal / Bid- i) Technical Commercial proposals / Bids will be opened by the Procurement Committee/IMC Committee, Industrial Training Institute, Chinsurah and/or his authorized representatives, electronically from the website stated in Clause 2, using their Digital Signature Certificate on the date already mentioned under Clause 12 at the office of the Superintendent Industrial Training Institute, Chinsurah, whose address has been mentioned in Clause 1. ii) Intending Bidders may remain present at the venue stated above if they desire so. iii) Cover (Folder) for Statutory Documents (vide Clause 11.a) will be opened first and if found in order, cover (Folder) for Non-statutory Documents (vide Paragraph – 11.b) will be opened. If there is any deficiency in the Statutory & Non-Statutory Documents, the tender will summarily be rejected. iv) Decrypted (transformed into readable formats) documents of the Non statutory Cover will be downloaded, and evaluated for eligibility. v) Pursuant to scrutiny & decision after evaluation the summary list of eligible tenders & the serial number of item (Tender Schedule wise) for which their proposal / quotation are considered will be uploaded in the web portals. vi) While evaluating the tender inviting authority may summon the Bidders and seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable for rejection. vii) Tender Selection Committee will scrutinise the specifications of the quoted items. Specifications being equal or higher than that required in NIT will only be accepted and then only their “Financial Bid” will be opened.

b) Opening and evaluation of Financial Proposal/ Bid- i) Financial proposals/ Bids of the Bidders found technically eligible, will be opened electronically from the web portal stated in Clause 2 on the prescribed date, by the Superintendent and IMC Member Secretary , Procurement Committee/IMC Committee, Industrial Training Institute, Chinsurah and/or his authorized representatives at the Office of the Superintendent and IMC Member Secretary, Industrial Training Institute, Chinsurah whose address has been mentioned in Clause 1 on the date already mentioned under Clause 12. ii) The encrypted copies will be decrypted and the rates will be read out before to the contractors remaining present at that time. iii) After evaluation of the Financial Proposal / Bid, by the Procurement Committee/IMC Committee, Industrial Training Institute, Chinsurah and/or his authorized representatives may upload the final summary result containing inter-alia, name of the Tenderers and the rates quoted by them against each item provided the Procurement Committee/IMC Committee, Industrial Training Institute, Chinsurah is satisfied that the rates obtained are fair and reasonable and there is no scope of further lowering down of rate.

14. EVALUATION OF TENDER:- i) The purchaser will evaluate and compare the quotations determined to be satisfactorily responsive i.e. the quotations which conform to the laid down terms and conditions and specifications. ii) The Bidder shall quote for each item of a tender schedule separately, not the total price of Schedule only. iii) The quotations would be evaluated separately for each item out of at least three quoted rates.

7 15. DELIVERY:-

Delivery of the consignment is to be made at Superintendent and IMC Member Secretary Industrial Training Institute, Chinsurah , Vivekananda Road, P.O. & Dist – Hooghly, PIN - 712103 within the stipulated date as will be mentioned in the purchase order and the same has to be tested, Installed & commissioned and demonstrated there as the case may be. Schedule of Delivery / Completion of Commissioning & Installation and Demonstration shall be 60 (Sixty) days from the Date of issue of Purchase Order and further extension of delivery Date, if needed, would be at the discretion of the Institute authority / Tender Inviting Authority. Tenderers from other state shall therefore be responsible in obtaining relevant permission like Way-Bill etc. from the concerned authority of the Govt. for inter-state movement of their goods and quoted price should include all the cost involved for the purpose. Necessary administrative help will be given, if required. Transit Insurance, if required, will be borne by the supplier till the supply reaches the destination.

16. ELIGIBILITY CRITERIA:-

Offers for Machinery / Equipment / Instrument / Hand Tools etc will be accepted only from the reputed manufacturers or their authorized distributors / authorized dealers/ traders in the field under the category of workshop machinery/mechanical / electrical hand tools and Instruments / equipments etc owning valid license for manufacturing / supplying the same copy of which must be attached with the quotation and intending tenderer must have to produce the clientele list he served during last 06(Six) financial years with documentary evidence i.e. Order Copies .

The tenderers should have the necessary technical, production and financial capability to successfully execute the contract and documentary evidence in support of the same as mentioned in Clause 11.a & 11.b, must be enclosed to the Tender.

17. PRICE:- All tender prices shall be quoted for delivery up to the consignee's point inclusive of the all charges including installation, commissioning, demonstration and freight etc. excluding GST. The rate should be quoted inclusive of packing, installation & commissioning, demonstration charges also in addition to the above in case of Machinery, Equipments, Instruments & Tools. The evaluation of prices will be made based on the total value quoted inclusive of all charges ( freight, duties, packing, installation, commissioning, demonstration, entry tax, any other kind of tax etc. excluding GST).

The prices quoted shall be written both in figures and words.

The rates quoted by the Bidder shall be fixed for the duration of the contract and shall not be subject to adjustment on any account. The Bidder shall submit one quotation/rate for single piece/ item/set (unit price) only. Conditional Discounts in the Price offered by the Bidder will not be entertained. The prices shall be quoted in Indian Rupees only.

Rates shall be valid throughout the period to be covered by the contract to be executed by the successful tenderers along with any extensions as may be made by the competent authority from time to time.

18. ACCEPTANCE OF MATERIAL / INSPECTION / QUALITY ASSURANCE:- After issuance of purchase order in favour of successful tenderers, the latters have to make necessary arrangement for inspection and testing of the consignment by the tender inviting authority i.e. Superintendent Industrial Training Institute, Chinsurah or his representative, if required, at Govt. selected/ empanelled laboratory, Govt approved Test Houses, BIS Labs, etc. The Inspected cleared consignment along with the test certificate in original issued by the authority of above mentioned Test House/ Labs or original test certificate from the manufacturer, as the case may be, will be accepted by the consignee at the consignee's place. 8

19. SECURITY DEPOSIT / PERFORMANCE SECURITY:-

Security Deposit @ 5% of the purchase order value to be submitted by all categories of successful Bidder in the form of Demand Draft in favour of “Institute Management Committee, ITI Chinsurah” payable at Kolkata and the same will be retained as Security Deposit till the end of the Guarantee / Warranty period for smooth performance failing which the Security Deposit will be forfeited. The Security Deposit shall be valid till 90 days after the date of expiry of defect liability period or Guarantee / Warranty period as the case may be. The Security Deposit shall be refunded after the expiry of Guarantee / Warranty period or the defect liability period on request made by the successful tender in case no defect is reported otherwise forfeited, if defects are not liquidated. No interest on security deposit is admissible.

20. PAYMENT:-

Payment will be made after execution of due supply as ordered subject to: i) Submission of Security Deposit subject to penalty as mentioned in relevant clauses. ii) Supply of the materials as per specification as provided in the tender document or accepted by the Tender Inviting Authority. iii) Installation & Commissioning, demonstration and Testing, if needed, up to the satisfaction of the competent authority. iv) Supply of the materials / items within the period as specified in the purchase orders.N v) No additional charges will be paid other than the quoted price. vi) According to West Bengal Govt. Rules actual payment will be made after successful completion of delivery.

21. GURANTEE:-

The guarantee shall be for a period of 12 (Twelve) months from the date of acceptance. The tenderer shall remain responsible without cost to buyer for all defects in materials/spares and workmanship which may develop in normal use and which have been called to the attention of the successful Tenderers. Prior to expiry of guarantee period, it will be the responsibility of the tenderers to take up the matter with their respective manufacturers for fulfillment of the guarantee provisions. In case of failure on the part of the tenderers to remedy the defects/replace the materials within reasonable period (30 days) in spite of due intimation by the Superintendent and IMC Member Secretary Industrial Training Institute, Chinsurah, Institute Authority reserves the right to remedy the defects / replace the materials at the cost and responsibility of the tenderers without further notice and the same shall be deducted from his security deposit.

In addition, normal warranty as provided by the original equipment manufacturer has to be extended.

22. LIQUIDATED DAMAGES:-

Liquidated Damages shall be levied in case of delay in the delivery of goods or completion of Works and shall be levied at the rate of 2% per week of delay or part thereof. Liquidated Damages will be subject to a ceiling of 10% of the contract price and shall be levied by way of Pre-estimated damages and not by way of penalty.

The Tender Inviting authority may consider the issue of Liquidated Damages in case of extension of delivery date.

23. INSURANCE:- The Goods / Works under supply must be fully insured against any loss or damages during transit or storage or during construction at supplier’s cost. 9

24. FORCE MAJEURE:-

There could be circumstances/events where the supplier / contractor may not be in a position in spite of his best efforts, to meet the delivery / completion schedule due to events beyond their control and not foreseeable such as wars or revolutions, fires, floods, epidemics, natural calamities, quarantine restrictions and freight embargo etc. In such cases suitable delivery extensions based on merit of the case may be granted for arranging the delivery of goods or completion of works. Also the supplier shall not be made liable for forfeiture of performance security, liquidated damages or termination of contract as per provisions made in the contract elsewhere.

25. PATENT RIGHTS:-

The supplier / contractor should have proper and valid license / right to the use of and / or supply the product / services for their design, material or manufacturing and it’s patent, trademark or industrial design rights in the purchaser’s country. The supplier / contractor should safeguard the interest of the purchaser from any third party claim towards the infringement of same and indemnify the purchaser.

26 . LAWS GOVERNING THE CONTRACT:-

i) The contract shall be governed by the laws of the Union of India in force. ii) The courts of the place, 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. iii) Irrespective of the place of delivery, the place of performance or place of payment under the contract or the place of issue of advance intimation of acceptance of tender, the contract shall be deemed to have been made at the place from where the acceptance of the tender has been issued.

27. ARBITRATION:- In the event of any question, dispute or difference arising under the contract conditions of Contract, or any special conditions of contract, or in connection with the contract (except as to any matters the decision of which is specially provided for by these or the special conditions) the same shall be referred to the sole arbitration of an officer, from the Government Department other than the department which decided the contract as per prevailing norms of Govt. of West Bengal , having sufficient knowledge of law, appointed to be the arbitrator of the purchaser. The decision of the arbitrator shall be final and binding on both the parties to this contract.

In the event of the arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reason, it shall be lawful for the purchaser to appoint another arbitrator in place of the outgoing arbitrator in the manner aforesaid.

It is further a term of the contract that no person other than the person appointed by the purchaser as aforesaid should act as arbitrator and if for any reason that is not possible, the matter is not to be referred to arbitration at all. Arbitrator may, from time to time, with the consent of all parties to the contract enlarge the time for making the award. In pursuance of a reference, the assessment of the costs incidental to the reference and award respectively shall be at the discretion of the arbitrator.

Subject to the aforesaid, the Arbitration and Reconciliation Act, amended up to date and the rules there under and any statutory modification thereof for the time being in force shall be deemed to apply to the Arbitration proceedings under the clause. The arbitrator shall be requested to give reasoned award. The venue of arbitration shall be the place from which formal Acceptance of Tender is issued or such other place as the purchaser at his/her discretion may determine.

28. FRAUD AND CORRUPTION:- The Bidders, Suppliers, Contractors and Consultants in the contracts are required to observe the highest standard of ethics during the procurement and execution of this contract by not being engaged in corrupt, fraudulent, collusive, coercive or obstructive practice as generally defined. Non-compliance of 10 the above will lead to rejection of proposal for award / declaring a firm or individual ineligible etc. even for future bidding.

29. AWARD OF CONTRACT:-

The purchaser shall award the contract, within the validity period of tenders, to the bidder who meets the tender conditions in all aspects, has the necessary technical and production capabilities and financial resources and whose bid is substantially responsive to the tender conditions and has offered the lowest evaluated cost. The purchaser can, if so desired, depute a team of 3-4 technical experts to the premises of manufacturer to whom the contract is proposed to be awarded to satisfy itself that the manufacturer has the capability to produce the required quality. The terms of the accepted offer shall be incorporated in the purchase order

30 . TERMINATION FOR DEFAULT:- Tender Inviting Authority may without prejudice to any other remedy or right of claim for breach of contract, by giving not less than 30 days’ written notice of default sent to the Successful Tenderer, terminate the Contract in whole or in part if i) the Successful Tenderer materially fails to render any or all the services within the time period (s) specified in the Contract or any extension thereof granted by Tender Inviting Authority in writing and fails to remedy its failure within a period of thirty (30) days after receipt of the default notice from Tender Inviting Authority, ii) the Successful Tenderer in the judgment of Tender Inviting Authority has engaged in corrupt or fraudulent practices in competing or in executing the contract and iii) the project (maintenance support) is not carried out according to specification due to deficiency in service as per terms of the contract. In such case Tender Inviting Authority shall forfeit the Security Deposit of the Tenderer and may black-list the Successful Tenderer.

31. PENALTY FOR FORMATION OF CARTEL OR FURNISHING OF FRADULENT / MISLEADING DOCUMENTS: If, during the tender process or at any stage during the validity of the tender period, it is found that a Tenderer(s) has formed a cartel in whatsoever form or name to fix up the rates or suppliers to the detriment of the fairness of the tender process, penal measures shall be initiated. Similar penal measures shall also be initiated against those tenderers who have submitted false/ misleading/ fraudulent documents or made incorrect declarations. The penal measure will be Forfeiture of Earnest Money / Forfeiture of Security Deposit / Cancellation from the approved list of suppliers and debarment from further supply orders / Black listing from all Departmental tenders (called by the TET &Skill Dev. or others) of the Tenderer, the Principals of the firm(s) and the concerned distributor(s) for a period of five years.

32. APPEAL: Appeal against the decision to impose such a penalty will lie with the Purchase Committee, of Superintendent and IMC Member Secretary Industrial Training Institute, Chinsurah. Review against the decision of the Purchase Committee, of Superintendent Industrial Training Institute, Chinsurah will lie with the Directorate of Industrial Training under Tech. Edn., Trg. & Skill Dev. Deptt. of the Govt of WB. The Director of Industrial Training will be the appellate authority within the Directorate of Industrial Training of the Govt. of West Bengal. Before imposing any penalty as per clauses mentioned above, the concerned supplier may appeal to the Tender Inviting Authority citing the proper reasons for non- imposing the penalty as stated.

33. PENALTY CLAUSE- (A) In case of supply of the sub- standard items, any such items determined by the appropriate authority will not be accepted and the payment for such items will not be made to the supplier. (B) Debarment from participation in next tender processes of the Technical Education, Training and Skill Development Department. The tender selection committee reserves the right to declare a firm/ Company blacklisted for five years due to the following reasons:

If the supplier i) Withdraws from agreement after being the “Lowest Quoted Tenderer” 11 ii) Failure in supply within stipulated period. iii) For supply of substandard items within tender period as determined by the Competent Authority. iv) Submits false or fabricated documents for participating in the tender, if proved later on. v) Tenderer who have quoted absurdly high or low rate in the opinion of Tender selection Committee, with the intention to vitiate the tender process. vi) Submission of tender for the product(s) for which the concerned company has been blacklisted either by the state Government other State / Central Government Organization. vii) Submission of tender during the period of blacklisting of Concern / Company either by Tender Inviting Authority or by any State Government or by other State/Central Government.

(C) The following Financial Penalties for deficiencies in services/supplies during the period of tender validity and its subsequent extensions may be imposed: Forfeiture of Earnest Money Deposit / Forfeiture of Security Deposit.

34. BANKRUPTCY :- If the Successful Tenderer becomes bankrupt or has a receiving order made against him or compound with his creditors or being a corporation commences to be wound up, not being a voluntary winding up for the purpose only or amalgamation or reconstruction, or carries on their business under a receiver for the benefit of their creditors or any of them, Tender Inviting Authority shall be at liberty to terminate the engagement forthwith without any notice in writing to the Successful Tenderer or to the liquidator or receiver or to any person in whom the Successful Tenderer may become vested and without any compensation to give such liquidator or receiver or other person the option of carrying out the engagement subject to their providing a guarantee for the due and faithful performance of the engagement up to an amount to be determined by Tender Inviting Authority.

35. AMENDMENT OF BID DOCUMENT : At any time before the deadline for submission of bids, Tender Inviting Authority for any reason, whether at its own initiative or in response to the clarifications requested by bidders may modify the bid document by amendment thereto. All bidders who have participated in the bid document should follow the notification of the amendment, and such modification will be binding on them.

36. INCIDENTAL SERVICES:- The supplier shall be required to provide any or all of the following services, including additional services, if any, free of cost: (a) Performance or supervision of the on-site assembly and / or start-up of the supplied goods; (b) Furnishing of tools required for assembly and / or maintenance of the supplied Goods; (c) Furnishing of detailed ‘Operations and Maintenance Manual’, ‘Spare Parts Manual’, ‘Instruction Manual’, ‘Electrical Circuit Diagram’, ‘Hydraulic Circuit Diagram’ etc. (Two Set Each) for each appropriate unit of supplied goods (especially for Machineries). (d) Performance or supervision or maintenance and / or repair of the supplied Goods, for a period of time agreed by the parties, provided that this service shall not relieve the supplier of any warranty obligations under this Contract; and (e) Training of the Purchaser's personnel, at the Supplier's plant and / or on-site, in assembly, start-up, operation, maintenance and / or repair of the supplied Goods.

37. SPECIAL TERMS AND CONDITIONS:- While tenders are under consideration, tenderers and their representatives or other interested parties shall refrain from contacting by any means any persons or representatives of the buyer on matters relating to the tender under study. The buyer if necessary may request for clarification of tender in writing. After the public opening of the tenders, information relating to examination, clarification and evaluation of tenders and recommendations concerning awards shall not be disclosed to bidders or other persons not officially concerned with this process until the successful bidder is notified of the award of the contract.

38. SIGNING of CONTRACT/ AGREEMENT:

12 i) At the same time as the Tender Inviting Authority / Purchaser notifies the successful bidder that their bid has been accepted, the Purchaser will send the bidder the Prescribed Contract Form provided in the bidding documents, incorporating all agreements between the parties.

ii) Within 07 days of receipt of the Contract Form, the successful bidder shall execute an agreement with the Purchaser / Tender Inviting Authority or his representative.

Sd/- Superintendent & Ex-Officio Member Secretary of IMC Industrial Training Institute, Chinsurah West Bengal Encl: 1. General Terms & Conditions. 2. Contract Form. 3. ANNEXURE-I. 4. Tender Schedule Nos. A, B, C & D.

13 GENERAL TERMS & CONDITIONS:

1.0 INTENT OF SPECIFICATION

These specifications are intended to cover manufacturing, testing, supply, transport to consignee in West Bengal , testing/ commissioning /installation/Demonstration of the Machinery, Equipment, Hand Tools & Instrument etc. as indicated in clause 2.0 below and other incidental services.

2.0 SCOPE OF WORK:

2.1 Supply The scope of supply shall include Testing/ Commissioning / Installation / Demonstration of each of the Machinery, Equipment, Hand Tools & Instrument etc items as the case may be mentioned under the Tender Schedules at the consignee’s site. The scope also includes demonstration and customer training at the consignee’s sites.

2.2 Work The scope of work shall be deemed to include all activities which may not have been explicitly mentioned but are reasonably implied for the successful completion of the work for which these specifications are intended.

3.0 GENERAL REQUIREMENTS

All the Mechanical, Electrical and other Measuring/Testing equipment operating in non-air conditioning environment should be suitable for working in 50° C ambient temperature and 90% relative humidity.

3.1 Bidder shall indicate site preparation details such as room dimensions, operating temperature relative humidity type and number of power sockets and any other requirements for the equipment offered (Electronic, Electrical, Mechanical equipment).

3.2 All the equipments shall be suitably protected, coated, covered or boxed and crated to prevent damage or deterioration during transit, handling and storage at site till the time of commissioning. The contractor shall be responsible for any loss or damage during transportation, handling and storage due to improper packing.

4.0 Equivalency of Standards and Codes

Where reference is made in the Technical Specifications to specific standards and codes to be met by the goods and materials to be furnished or tested, the provisions of the latest current edition or revision of the relevant standards or codes in effect shall apply, unless otherwise expressly stated in the Contract. Where such standards and codes are national or relate to a particular country or region, other authoritative standards that ensure substantial equivalence to the standards and codes specified will be acceptable.

5.0 Exclusions Following are excluded from bidder’s scope: General Civil Works, Air conditioning (if required) and Electric power supply.

Sd/- Superintendent & Ex-Officio Member Secretary of IMC Industrial Training Institute, Chinsurah West Bengal

14

CONTRACT FORM

THIS AGREEMENT made on the ...... day of...... , 20...... Between The SUPERINTENDENT AND EX-OFFICIO MEMBER SECRETARY OF IMC, INDUSTRIAL TRAINING INSTITUTE CHINSURAH, VIVEKANANDA ROAD, P.O. & DIST. – HOOGHLY, 712103,WEST BENGAL, Department of Technical Education, Training & Skill Development, Government of West Bengal, for and on behalf of the Governor of West Bengal (hereinafter called "the Purchaser") of the one part and...... (Name of Supplier) having its registered office at (Address of the supplier)………………………………………………………

(Hereinafter called "the Supplier") of the other part:

WHEREAS the Purchaser is desirous of procuring certain Machineries, Equipments, Hand Tools & Instruments etc. and ancillary services viz., ...... (Brief Description of Machinery, Equipment, Hand Tools & Instrument etc and Services) and has accepted a bid by the Supplier for the supply of those goods and services in the sum of ...... (Contract Price in Words and Figures) (Hereinafter called the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) the Tender Schedule submitted by the Bidder.

(b) the General Technical Specifications.

(c) the Notice Inviting e-TENDER NO:______indicating General & Special Conditions of Contract.

(d) The Purchaser's Notification of Award.

(e) The Performance Statement of the Supplier.

(f) The Earnest Money Deposit / Bid Security.

(g) The Security Deposit.

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

A brief particular of the goods and services which shall be supplied/ provided by the Supplier is as under: SL NO BRIEF QUANTITY UNIT TOTAL DELIVERY DESCRIPTION TO PRICE PRICE TERMS OF GOODS & BE SERVICES SUPPLIED

TOTAL VALUE:

DELIVERY SCHEDULE:

15

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the said The SUPERINTENDENT AND EX-OFFICIO MEMBER SECRETARY OF IMC, INDUSTRIAL TRAINING INSTITUTE CHINSURAH, VIVEKANANDA ROAD, P.O. & DIST. – HOOGHLY, 712103, WEST BENGAL, Department of Technical Education, Training & Skill Development, Government of West Bengal, for and on behalf of the Governor of West Bengal (For the Purchaser).

In the presence of:......

Signed, Sealed and Delivered by the said...... (For the Supplier)

In the presence of:......

16 ANNEXURE – I

APPLICATION

REF: E-TENDER FOR PROCUREMENT OF MACHINERIES, EQUIPMENTS, INSTRUMENTS, HAND TOOLS ETC. RELATED TO FITTER, ELECTRICIAN, WELDER AND MECHANIC REFRIGERATION AND AIR CONDITIONER (MRAC) TRADE COURSES OF SUPERINTENDENT AND EX-OFFICIO MEMBER SECRETARY OF IMC, INDUSTRIAL TRAINING INSTITUTE CHINSURAH OF THE STATE OF WEST BENGAL.

NIT No. ITI-CHN/NIT-01 (e -Tender)/ 2019-20, Dated: 28/08/2019

1. Name and address of Bidder / Firm /Agency / ______Company and Telephone / Cell phone ______Number and e-mail ID

2. Registration No. with Register of Companies/ Trade Licence No./Distributorship No/Dealership No/ SSI Registration No. with Date: ______

3. Category (Manufacturer / Dealer / Distributor / Trader/ SSI unit): ______

4. Name, Designation, Address ______and Telephone No. Of ______Authorized Signatory ______

5. Please specify as to whether Tenderer / Bidder is sole proprietor/ ______Partnership firm/Private or Limited company

6. Name, Address and Telephone No ______of Directors / Partners

7. Name & Address of the Banker ______

8. Details of Earnest Money Deposit: Name of the Tender Schedule Details of Earnest Money Amount Date of Name of issuing applied for participation in the Deposit through online (in Rs.) Issue Bank & Branch Tender transfer

(a) Amount with Details ______(b) Online transaction reference no: ______(c) Transaction date: ______(d) Name of issuing Bank & Branch: ______9. Any other information: 10. Declaration by the Bidder:

This is to certify that I/We before signing this tender have read and fully understood all the terms and condition contained herein and undertake myself/ourselves to abide by them.

(Signature of the Bidder) Name and Address, (with Seal)

17

Tender Schedule –A

List of Hand Tools, Instruments, Equipment and Machinery etc. for the Trade of Fitter. Delivery points: Superintendent Industrial Training Institute, Chinsurah , Vivekananda Road, P.O. & Dist – Hooghly, PIN - 712103. W.B Sl. Name of Items with Specification Make/Brand/Model with specification & No. description of the item with IS Code/ Mark or ISO Certification, if any, to be mentioned by the Bidder 1 Steel Rule with metric & British graduation, 150 mm, Stainless steel. 2 Try Square, 150 mm blade. 3 Caliper inside spring type, 150 mm. 4 Caliper hermaphrodite spring type, 150 mm. 5 Caliper outside spring type, 150 mm. 6 Divider spring type, 150 mm. 7 Scriber, 150 mm. 8 Centre Punch, 10 mm and Length - 120 mm. 9 Screw driver, 150mm insulated flat type. 10 Chisel cold flat, 20 mm X 150 mm High carboon steel. 11 Hammer ball peen With handle, 450 grams (1 lb). 12 Hammer ball peen With handle, 220 grams (1/2 lb). 13 File flat - second cut, 250 mm. 14 File flat smooth, 250 mm. 15 File half round second cut, 150 mm. 16 Hacksaw frame fixed type, 300 mm. 17 Safety goggles, Good quality with standard size. 18 Dot punch, 100 mm. 19 Stud Extractor EZY - out, Set of 8. 20 Micrometer outside, 0 - 25 mm. 21 Micrometer outside, 25 - 50 mm. 22 Micrometer outside, 50 - 75 mm. 23 Micrometer inside with extension rods, Accuracy 0.01 mm with extension rods upto 150 mm. 24 Vernier caliper, 150 mm. 25 Vernier height gauges, 0 - 300 mm with least count =0.02 mm. 26 Surface plate C.I/Granite with Stand and Cover, 600 x 600 mm. 27 Universal scribing block, 220 mm. 28 V-Block pair with clamps, 150 x 100 x 100 mm. 29 Angle plate, 150 X 150 X 250 mm. 30 Punch letter set, 3 mm. 31 Punch number set, 3 mm. 32 Drill twist straight shank, 3 mm to 12 mm by 0.5 mm H.S.S. 33 Drill twist Taper shank, 8 mm to 20 mm by 0.5 mm H.S.S. 34 Taps and dies complete set in box, Wit-worth. 35 File triangular smooth, 200 mm. 36 File round second cut, 200 mm. 37 File square second cut, 250 mm. 38 File flat second cut safe edge, 300 mm. 39 File half round bastard, 250 mm. 40 File round bastard, 250 mm. 41 File hand second cut, 150 mm. 42 File card, 3"x5" size, brass or steel wire. 43 Wooden handle forged Soldering Iron copper bit, 230V, 250 W, 350 gm. 44 Hand Reamer set (Tapar pin straight flute), Nominal Dia 6, 8, 10, 12, 16mm.

18 45 Machine Reamer parallel (Helical flute), 12 - 16mm set of 5. 46 Chisel cold round noze, 9 mm X 100 mm. 47 Adjustable pipe die set BSP, cover pipe size 1" or 3/4". 48 Machine vice - Swivel Base, 100 mm. 49 Machine vice - Swivel Base, 125 mm. 50 Sleeve drill Morse, No. 0 - 1, 1 - 2, 2 - 3, 3 - 4, 4 - 5. 51 Vice bench, 150 mm. 52 Wing compass, 254 mm or 300 mm. 53 Hand hammer with handle, 1000 gm. 54 Torque wrench (Standard/Ratchet type), 14 to 68 Nm. 55 Power tools for fastening, Capacity 10-18mm. 56 Different Profile gauges (Plate type) - For demonstration, Metric standard. 57 Knurling tool (Diamond, straight & Diagonal) (1 No. each in a set.). 58 Indexable boring bar with inserts, 1" shank. 59 Temperature gauge, Range 0 - 150°C. 60 Lapping plate, Dia. -6".[each set] 61 Medium carbon Heat treated alloy steel Metric Studs and bolts along with nuts (for display) of standard length (May be manufactured in- house), M6, M8, M10, M12, M14, M16 (Standard). 62 Caps screws, M6, M8, M10, M12. [Each Set] 63 Drill gauges, Letter drill gauge (A to Z) , Number drill gauge (1 to 60) , Metric drill gauge (1.5mm to 12.5mm, 30 holes). [Each Set] 64 Cast Iron Globe Valve (Flanged type), 150NB, Class# 150 Flange: ANSI125-B16.1. 65 C.I. Sluice / Gate valve (flanged type), 150NB, Class# 150 Flange: ANSI125-B16.1. 66 Stop cock, 25NB (2-way, Threaded end). 67 Slip-on Forged steel Flange, 150NB, ANSI-B16.5, Class#150. 68 Washer, clutch, keys, jib, cotter & circlip, minimum 25mm size, carbon steel material. [each set] 69 Bearing different types, each type of diameter 25mm (min.). 70 Lifting sling, 8mm Nominal Dia. Single leg sling. 71 Trammel, 300 mm. 72 Pocker. 73 Prick punch, 100 mm. 74 Mallet, Dia 100 mm X 150 mm. 75 Aviation Snips straight Cut, 300 mm. 76 Flat headed hammers with handle. 77 Planishing hammer. 78 Snip bent Left Cut, 250 mm. 79 Stake hatchet with Leg, 300 X 200 X 20 mm. 80 Stake grooving, 100 X 100 X 300 mm. 81 Slip Gauge as Johnson metric set. 87 Pieces Set. 82 Gauge snap Go and Not Go. 25 to 50 mm by 5 mm, Set of 6 pieces. 83 Gauge plug. Single ended 5 to 55 by 5 mm. Set of 11 pcs. 84 Gauge telescopic set. 8 - 150 mm. 85 Dial vernier caliper. (Universal type). 0 - 300 mm, LC 0.05 mm. 86 Screw thread micrometer with interchangeable. Pitch anvils for checking metric threads 60. 0 - 25 mm LC 0.01 mm. 87 Depth micrometer. 0-25 mm. Accuracy 0.01 mm with standard set of extension rods upto 200 mm. 88 Vernier caliper. 0 - 150 mm with least count 0.02mm. 89 Digital Micrometer outside. 0 - 25 mm L.C. 0.001 mm. 90 Comparators Gauge - Dial Indication with Stand and Bracket. LC 0.01mm. 91 Engineer's try square (knife-edge). 150mm blade. 19 92 Surface roughness comparison plates. N1 - N12 Grade. 93 Digital Vernier caliper. 0 - 200 mm L.C. 0.01 mm (Optional). 94 Carbide Wear Block, 1 mm - 2 mm. (2 each.) 95 Lathe tools H.S.S. tipped set. 96 Lathe tools bit, 6 mm x 75 mm HSS/Carbide. 97 Lathe tools bit, 8 mm x 75 mm HSS/Carbide. 98 Lathe tools bit, 10 mm x 75 mm HSS/Carbide. 99 Arm strong type tool bit holder, Right hand. 100 Arm strong type tool bit holder, Left hand. 101 Arm strong type tool bit holder, Straight. 102 Pipe bender machine spool type with stand manually operated, up to 25 mm cold bending. 103 Adjustable spanner, 380 mm long. 104 SS and SC centre lathe (all geared) Specification: Centre height 150 mm and centre distance 1000 mm along with 3 & 4 jaw chucks, auto feed system, safety guard, taper turning attachment, motorized coolant system, lighting arrangement & standard accessories. 105 Pillar Type Drilling machine. Specification: Sensitive 0-20 mm cap. with swivel table motorised with chuck & key. 106 Compressor unit; Specification: Suitable for Pressure: 8 bar, Delivery: 50 lpm (or more), Reservoir capacity: 24 Litres (or more), 230V, 50 Hz, with pressure regulator and water separator 107 Pneumatic Trainer Kit, each consisting of the following matching components and accessories: I. Single acting cylinder- Max. stroke length 50 mm, Bore dia 20- 1 No. II. Double acting cylinder- Max. stroke length 100 mm, Bore dia 20 mm, magnetic type- 1 No. III. 3/2-way valve- manually-actuated, Normally Closed- 2 Nos. IV. 3/2-way valve- pneumatically-actuated, spring return- 1 No. V. One-way flow control valve- 2 Nos. VI. 5/2-way valve- with manually-operated - 1No. VII. 5/2-way valve- pneumatically-actuated, spring return- 1 No. VIII. 5/2-way pneumatic actuated valve- double pilot- 1 No. IX. 3/2-way roller lever valve- direct actuation Normally Closed- 2 Nos. X. Shuttle valve (OR)- 1 No. XI. Two-pressure valve (AND)- 1 No. XII. Pressure gauge- 0-16 bar- 1 Nos. XIII. Manifold with self-closing- NRV, 6-way- 1 No. XIV. Pushbutton station for electrical signal input- with 3 illuminated momentary- contact (1 NO + 1 NC) and 1 illuminated maintained-contact switch (1 NO + 1 NC), Contact load 2A- 1 No. XV. station- with 3 ralays each with 4 contact sets (3NO+1NC or Change-over type), 5 A- 1 No. XVI. 3/2-way single solenoid valve- with LED- 1 No. XVII. 5/2-way single solenoid valve- with manual override and LED- 1 No. XVIII. 5/2-way single solenoid valve- with manual override and LED- 1 No. XIX. Power supply unit, Input voltage 85 – 265 V AC, Output voltage: 24 V DC, Output current: max. 4.5 A, short-circuit-proof.- 1 No. XX. Profile plate, Anodised Aluminium, 1100x700 mm, with carriers, mounting frames and mounting accessories (To be fitted onto the pneumatic workstation)- 1 Set. 108 Pneumatic Workstation with 40 square mm aluminium profile legs, wooden work surface, and one pedestal drawer unit having 5 drawers, each with handles and individual locks, on metallic full panel drawer slide: (1) Work Table – Size(Approx.) L1200mmXW900mmXH900mm, with four castor wheels including two lockable wheels at the front side, (2) Drawer – Size (Approx.) – L460mmxW495mm xH158mm each, and overall size of Drawer unit (Approx.) - L470mmxW495mmxH825mm and (3) Drawer slide height (Approx.) 85mm. 109 Carrier for mounting components, such as PB & relay boxes. 110 Cut section model for pneumatic components 20 111 Hydraulic Trainer Kit, each consisting of the following matching components and accessories: I. Hydraulic Power pack- with (1) external gear pump having a delivery rate of 2.5 lpm, (approx.) @ 1400 rpm operating pressure 60 bar, coupled to a single-phase AC motor (230 V AC) having start capacitor and ON/OFF switch and overload protection, (2) pressure relief valve adjustable from 0 – 60 bar, (3) oil reservoir, ≥5 litres capacity having sight glass, drain screw, air filter, and P and T ports.- 1 No. II. Pressure relief valve- pilot-operated- 1 No. III. Drip tray, steel- size 1160 mm x 760 mm.- 1 No. IV. Pressure Gauge- Glycerin-damped, Indication range of: 0 – 100 bar- 1 No. V. Four-Way distributor- with five ports, equipped with a pressure gauge- 1 Set. VI. Double acting hydraulic cylinder- with a control cam, Piston diameter16 mm, Piston rod diameter10 mm, Stroke length 200 mm.- 1 No. VII. Suitable Weight- for vertical loading of hydraulic cylinder- 1 No. VIII. Mounting kit for weight- for realizing pulling and pushing load.- 1 No. IX. 3/2-way directional control valve- with hand lever actuation.- 1 No. X. 4/2-way directional control valve- with hand lever actuation.- 1 No. XI. 4/3-way directional control valve- closed-centre position, with hand lever actuation.- 1 No. XII. Non-return valve.- 1 No. XIII. Pilot-operated check valve- pilot to open.- 1 No. XIV. One-way flow control valve- with integrated check valve.- 1 No. XV. T-Connector with self sealing coupling nipples (2 Nos.) and quick coupling socket (1 No.).- 2 Set. XVI. Profile plate, Anodised Aluminium, 1100x700 mm, with carriers, mounting frames and mounting accessories (To be fitted onto the Hydraulic workstation).- 1 Set. 112 Hydraulic Workstation with 40 square mm aluminium profile legs, wooden work surface, and one pedestal drawer unit having 5 drawers, each with handles and individual locks, on metallic full panel drawer slide: (1) Work Table – Size(Approx.) L1200mmXW900mmXH900mm, with four castor wheels including two lockable wheels at the front side, (2) Drawer – Size (Approx.) – L460mmxW495mm xH158mm each, and overall size of Drawer unit (Approx.) - L470mmxW495mmxH825mm and (3) Drawer slide height (Approx.) 85mm. 113 Cut-section models for hydraulic components

Information Brochure / Product leaflet / Product catalogue, etc of the quoted items, as the case may be, is to be uploaded by the Bidder for better evaluation / analysis of the Technical Bid. IS Code/ Mark will be given first priority.

Sd/- Superintendent & Ex-Officio Member Secretary of IMC Industrial Training Institute, Chinsurah West Bengal

21 Tender Schedule – B

List of Hand Tools, Instruments, Equipment and Machinery etc. for the Trade of Electrician. Delivery points: Superintendent Industrial Training Institute, Chinsurah , Vivekananda Road, P.O. & Dist – Hooghly, PIN - 712103. W.B Sl. Name of Items with Specification Make/Brand/Model with specification & No. description of the item with IS Code/ Mark or ISO Certification, if any, to be mentioned by the Bidder 1. Measuring Steel Tape, 5 meter. 2. Combination Plier Insulated, 200 mm. 3. Screw Driver Insulated, 4mm X 150 mm, Diamond Head. 4. Screw Driver Insulated, 6mm X 150 mm 5. Electrician screw driver thin stem insulated handle, 4mm X 100 mm. 6. Heavy Duty Screw Driver insulated, 5mm X 200 mm. 7. Electrician Screw Driver thin stem insulated handle, 4mm X 250 mm. 8. Punch Centre, 9mm X 150 mm. 9. Knife Double Bladed Electrician, 100 mm. 10. Neon Tester, 500 V. 11. Steel Rule Graduated both in Metric and English Unit, 300 mm with precision of 1/4th mm. 12. Hammer, cross peen with handle, 250 grams. 13. Spanner Adjustable drop forged, SS, 300 mm 14. Grease Gun, 0.5 ltr. Capacity. 15. Pully Puller with 3 legs, 150 mm. 16. Bearing Puller (inside and outside), 200 mm (1 No. each in a set.). 17. Pipe vice Cast Iron with hardened jaw open type, 100 mm. 18. Scissors blade, SS, 200mm. 19. Scissors blade, SS, 150 mm. 20. Crimping Tool, 1.5 sq mm to 16 sq mm & 16 sq mm to 95 sq mm. (1 each in a set.). 21. Wire Cutter and Stripper, 150 mm. 22. Mallet hard wood, 0.50 kg. 23. Hammer Extractor type, 250 grams. 24. Hacksaw frame, Adjustable 300 mm & Fixed 150 mm. (1 each in a set.). 25. Try Square, 150 mm blade. 26. Outside Calliper, 150 mm spring type. 27. Inside Calliper, 150 mm spring type. 28. Divider, 150 mm spring type. 29. Pliers long nose insulated, 150 mm. 30. Pliers flat nose insulated, 200 mm. 31. Pliers round nose insulated, 100 mm. 32. Tweezers, 150 mm. 33. Snip Straight and Bent heavy duty, 250 mm. 34. D.E. metric Spanner Double Ended, 6 - 32 mm. 35. Drill hand brace, 0-100 mm. 36. Drill S.S. Twist block, 2 mm, 5 mm and 6 mm set of 3. 37. Plane cutters, 50 mm X 200mm. 38. Smoothing cutters, 50 mm X 200mm. 39. Gauge, wire imperial stainlees steel marked in SWG & mm, Wire Gauge - Metric. 40. File flat bastard, 250 mm with handle. 41. File flat smooth, 250 mm with handle. 42. File Rasp, half round, 200 mm bastard with handle. 43. Copper bit soldering iron, 0.25 kg.

22 44. De soldering Gun, Heat proof nozzle, PVC type, 250mm. 45. Hand Vice, 50 mm jaw. 46. Table Vice, 100 mm jaw. 47. - 3 phase, 415 Volt, 25 Amp with 2 NO and 2 NC with extra auxiliary contacts (1 No. each in a set.). 48. Contactor- 3 phase, 415 Volt, 32 Amp with 2 NO and 2 NC with extra auxiliary contacts (1 No. each in a set.). 49. , 16 A/440v. 50. Relay- a. Cut out Relays- 16A, 440V, b. Reverse current- 16A, 440V, c. Over current- 16A, 440V, d. Under voltage- 360V-440V. (1 No. each in a set.). 51. Pin Type, shackle type, egg type & suspension type insulators including hardware fitting (1 No. each in a set.). 52. Portable Electric Drill Machine, 0-12 mm capacity 750w, 240v with chuck and key. 53. Load Bank ( Lamp / heater Type), 6 KW, 3Ph. 54. Brake Test arrangement with two spring balance rating, 0 to 25 kg. 55. Laboratory Type Induction Coil, 1000 W. 56. Out Side Micrometer, 0 - 25 mm least count 0.01mm. 57. Thermometer Digital, 0° C - 150° C. 58. Knife Switch DPDT fitted with fuse terminals, 16 Amps. 59. Knife Switch TPDT fitted with fuse terminals, 16 Amp/ 440 V. 60. Miniature Breaker, 16 amp. 61. Earth Plate, 60cm X 60cm X 3.15mm Copper Plate & 60cm X 60cm X 6mm GI Plate (1 each in a set). 62. Earth Electrode, Primary Electrode 2100x28x3.25mm Secondary Cu Strip 20x5mm. 63. MCCB, 100Amps, Triple pole. 64. ELCB and RCCB, 25Amps, double pole and 25Amps, double pole, IΔn 30 mA (1 No. each in a set.). 65. Fuses, HRC & Glass Rewire Type. (1 each in a set.). 66. Rheostat (Sliding type)- 0 - 25 Ohm, 2 Amp; 0 - 300 Ohm, 2 Amp; 0 -1 Ohm, 10Amp,(1 each in a set.). 67. Capacitors- Electrolytic, Ceramic, Polyester film, Variable, Dual run (I No. each in a set.). 68. Various Electronic components- Resistors, Diode, Transistor, UJT, FET, SCR, DIAC, TRAIC, IGBT, Small transformer etc. 69. Various Lamps- Halogen, Incandescent Lamp, Fluorescent tube, HP mercury vapor Lamp, High-pressure sodium Lamp, Low-pressure sodium Lamp, LED (1 No. each in a set.). 70. Cables : Twisted Pair Non-Metallic Sheathed Cable, Underground Feeder Cable, Ribbon Cable, Metallic Sheathed Cable, Multi-Conductor Cable, Coaxial Cable, Direct-Buried Cable (Each of 1 Mtr. Length.). 71. Bus bar with brackets- 1 mtr each 72. Rubber mat- 2’ x 4’ x 1” 73. Electrician Helmet- Yellow Colour. 74. RCC Pole with accessories (MS angle iron, ‘C’ clamp, stay etc.) and materials- 6 Mtr. 75. Safety Belt- Standard quality. 76. Ohm Meter; Series Type & Shunt Type, portable box type- 50/2000-ohm analog (1 No. each in a set.). 77. Digital Multi Meter- DC 200mv -1000v,0 – 10A & AC 200mv- 750v , 0-10A, resistance 0-20 MΩ and 3 1/2 digit. 78. A.C. Voltmeter M.I. analog, portable box type housed in Bakelite case- Multi range 75 V - 150V - 300V - 600V. 79. Milli Voltmeter centre zero analog, portable box type housed in 23 Bakelite case- 100 – 0 – 100 mV. 80. Ammeter MC analog, portable box type housed in Bakelite case- 0 - 500 mA, 0-5 A, 0-25 A (1 No. each in a set.). 81. AC Ammeter MI, analog, portable box type housed in Bakelite case- 0 - 1 A, 0-5 A, 0-25 A (1 No. each in a set.). 82. Kilo Wattmeter Analog- 0-1.5-3KW, pressure coil rating- 240v/440v, current rating-5A/10A Analoge, portable type Housed in bakelite case. 83. Digital Wattmeter-230 V, 1 KW, 50 Hz. 84. A.C. Energy Meter- Single Phase, 10 A, 240 V induction type. 85. A.C. Energy Meter- Three Phase, 15 A , 440 V induction type. 86. Power Factor Meter Digital- 440 V, 20 A, Three Phase portable box type. 87. Frequency Meter- 45 to 55 Hz. 88. Magnetic Flux Meter- 0-500 tesla. 89. Lux meter- lux meter LCD read out 0.05 to 7000 lumens with battery. 90. Tachometer- Digital Photo Sensor Type - 10000 RPM. 91. Tong Tester / Clamp Meter- 0 - 100 A (Digital Type). 92. Megger- Analog - 500 V. 93. Wheat Stone Bridge with galvanometer and battery 94. Single Phase Variable Auto Transformer- 0 - 270 V, 10Amp (Air cooled). 95. Phase Sequence Indicator- 3 Phase, 415 V. 96. Growler- 230 V, 50 Hz, Single Phase, Adjustable jaws, Testing armature with ampere meter and testing probes. 97. AC Starters: - a. Resistance type starter, b. Star Delta Starter – Semi automatic, c. Star Delta Starter - Soft starter, [1 No. each in a set.). 98. Soldering Iron- 25 Watt, 65 Watt and 120 Watt, 230 Volt (1 No. each in a set.). 99. Temperature controlled Soldering Iron- 50 Watt, 230 Volt. 100. Discrete Component Trainer- Discrete Component (for diode and transistor circuit) with regulated power supply +5,0- 5 V,+12 ,0- 12 V. 101. Linear I.C. Trainer- Linear I.C. Trainer with regulated power supply 1.2V to 15V PIC socket 16pin and 20 pin with bread board. 102. Digital I.C. Trainer- Digital I.C. Trainer 7 segment display and bread board. 103. Domestic Appliances – a. Electric Induction plate- 1500 Watt, 240V; b. A.C. Ceiling Fan and AC Table Fan- 68 Watt, 230 V; c. Geyser (Storage type)- 10 litre; d. Washing Machine Semi Automatic- 5 Kg; e. Motor Pump set- 1 HP, 1 Phase, 240 V [1 No. each in a set.]. 104. Inverter with Battery- 1 KVA with 12 V Battery Input- 12 volt DC, Output- 220 volt AC. 105. Voltage Stabilizer- AC Input - 150 - 250 V, 600 VA, AC Output - 240 V, 10 A. 106. Battery Charger- 0 - 6 - 9 - 12 - 24 - 48 V, 30 Amp. 107. Current Transformer- 415 V, 50Hz, CT Ratio 25 / 5 A, 5VA. 108. Potential Transformer- 415 V, 50Hz, PT Ratio, 440V/110V, 10VA. 109. Solar panel with Battery- 18 Watt. 110. DC Series Motor coupled with spring balance load- 2.5 KW, 220 Volts. 111. Thyristor /IGBT controlled D.C. motor drive with tacho-generator 24 feedback arrangement- 1 HP. 112. Single phase Transformer, core type, air cooled- 1 KVA , 240/415 V, 50 Hz. 113. Three phase transformer, shell type oil cooled with Delta/ Star- 3 KVA , 415/240 V, 50 Hz. 114. Used DC Generators-series, shunt and compound type for overhauling practice (1 No. each in a set.). 115. Ceiling fan coil Winding Machine, 250V, 50 Hz, 1-Ф, with speed control. 116. Primary current injection set, 220V, 50 Hz, 1-Ф, output current - 200 A (min) with timer. 117. Stepper Motor with Digital Controller 118. Shaded Pole Motor, Fractional HP, 240 V, 50 Hz. Information Brochure / Product leaflet / Product catalogue, etc of the quoted items, as the case may be, is to be uploaded by the Bidder for better evaluation / analysis of the Technical Bid. IS Code/ Mark will be given first priority.

Sd/- Superintendent & Ex-Officio Member Secretary of IMC Industrial Training Institute, Chinsurah West Bengal

25

Tender Schedule – C

List of Hand Tools, Instruments, Equipment and Machinery etc. for the Trade of Welder. Delivery points: Superintendent Industrial Training Institute, Chinsurah , Vivekananda Road, P.O. & Dist – Hooghly, PIN - 712103. W.B Sl. Name of Items with Specification Make/Brand/Model with specification & No. description of the item with IS Code/ Mark or ISO Certification, if any, to be mentioned by the Bidder 1. Welding helmet fiber. 2. Welding hand shield fiber. 3. Chipping hammer, with metal handle 250 Grams. 4. Chisel cold, flat 19 mm x 150 mm. 5. Centre punch, 9 mm x 127 mm. 6. Dividers, 200 mm. 7. Stainless steel rule, 300 mm. 8. Scriber, 150 mm double point. 9. Flat Tongs, 350 mm long. 10. Hack saw frame, fixed 300 mm. 11. File half round, bastard 300 mm. 12. File flat, 350 mm bastard. 13. Hammer ball pane, 1 kg with handle. 14. Tip Cleaner 15. Try square, 6”. 16. Spindle key 17. Screw Driver, 300mm blade and 250 mm blade. (1 No. each in a set.). 18. Number punch, 6 mm. 19. Letter punch, 6 mm. 20. Magnifying glass, 100 mm .dia. 21. Universal Weld measuring gauge. TECHNICAL SPECIFICATION:- Made:- S.S. Model- fillet measuring gauge 0-50mm and degree upto 90 degree. Fillet and butt both digital bassed( high Accuracy for inspections). 22. Earth clamp, 600A. 23. Spanner D.E., 6 mm to 32mm. 24. C-Clamps, 10 cm and 15 cm. (1 No. each in a set.). 25. Hammer sledge, double faced 4 kg. 26. S.S tape, 5 meters flexible in case. 27. Electrode holder, 600 amps. 28. H.P. Welding torch with 5 nozzles. 29. Oxygen Gas Pressure, regulator double stage. 30. Acetylene Gas Pressure, regulator double stage. 31. CO2 Gas pressure regulator with flow meter. 32. Argon Gas pressure regulator with flow meter. 33. Flash back arrester (torch mounted) 34. Flash back arrester (cylinder mounted) 35. Welding Transformer, ( 400A, OCV 60–100 V, 60% duty cycle).TECHNICAL SPECIFICATION:-Input Supply-440V 2Ph.50Hz. +/- 10%,Input KVA-16,No Load Consumption-2Amps,Welding Current range-40-400A,Duty Cycle -60%,O.C.V-90V A/C,Protection Class- IP21,Electrode Size-2-4mm., Type Of Control-Magnetic Mooving core type,Type of Cooling- Fan,Class of insulation-Double Fibre Glass With Varnish Covered Flat Conductor,Type Of Core-C.R.N.G.O,M-42Grade,No.Of Output

26 Terminal-3,MCB rating-63Amps ,Weight Approxx-130Kgs.,Chasis Type-tyre wheel mounted.Should Have welding amps & volt analog meter. ACCESSORIES LIST:- 70sqmm. HOFR Welding cable -7.5mtr. 70sqmm. HOFR Earth Cable-5mtr. Welding 400Amps insulated Holder-01 nos. Crocodile type Earth Clamp-01 nos. Welding Hand Screen With Glass-01 set. Welding Cheeping Hammer-01 nos. Wire Brush-01 nos. Lather Hand Gloves-01 pair. Power Connection Cable 4sqmm.3 core -5mtr.

36. Inverter based welding machine, (300A , OCV 60 – 100 V, 60% duty cycle), TECHNICAL SPECIFICATION:- Input Supply-440V 3Ph.50Hz. +/- 10%,Input KVA-10,No Load Consumption-0.5 Amps, Duty Cycle - 60%,Welding Current range-10-300A,Arc Force Current-5% of welding current O.C.V-70V D/C,Electrode Size-2-4mm., Type Of Control-Microprocessor Based Soft switch digital control & PWM,Type of Cooling-Fan,Class of insulation-“H”,MCB rating-40Amps , Protection Class-IP23,Weight Approxx-22Kgs.,Should Have welding amps digital meter, Arc Force Adjustment.Machine Also have over voltage,phase missing ,over current and over heat protection. ACCESSORIES LIST:- 70sqmm. HOFR Welding cable -7.5mtr. 70sqmm. HOFR Earth Cable-5mtr. Welding 400Amps insulated Holder-01 nos. Crocodile type Earth Clamp-01 nos. Welding Hand Screen With Glass-01 set. Welding Cheeping Hammer-01 nos. Wire Brush-01 nos. Lather Hand Gloves-01 pair. Power Connection Cable 4sqmm. core -5mtr.

37. D.C Arc welding rectifiers set ,(400 A. OCV 60 – 100 V, 60% duty cycle ). TECHNICAL SPECIFICATION:- Input Supply-440V 3Ph.50Hz. +/- 10%,Input KVA-14,No Load Consumption-1.5 Amps, Duty Cycle - 60%,Welding Current range-10-400A,O.C.V-80V D/C,Hot Start Current-10-120Amps,Electrode Size-2-5mm., Type Of Control- IGBT Inverter Microprocessor Based Soft switch digital control and user parameter saving system upto 25 user’s ,Type of Cooling-Fan,Class of insulation-“F”,MCB rating-63Amps, Protection Class-IP21,Weight Approxx-30Kgs.,Chasis Type-4”Casting Revolbing Wheel mounted.Should Have welding Amps digital meter,Remote control functioned,Hot Start Adjustment. Machine Also have over voltage,phase missing ,over current and over heat protection. And anti stick protection. ACCESSORIES LIST:- 90sqmm. HOFR Welding cable -7.5mtr. 90sqmm. HOFR Earth Cable-5mtr. Welding 400Amps insulated Holder-01 nos. Crocodile type Earth Clamp-01 nos. Welding Hand Screen With Glass-01 set. Welding Cheeping Hammer-01 nos. Wire Brush-01 nos. Lather Hand Gloves-01 pair. Power Connection Cable 4sqmm.4 core -5mtr. Remote control unit with 10mtr. Cable assembly.

38. AC/DC GTAW welding machine, with water cooled torch 300 A, Argon regulator, Gas hose, water circulating system. TECHNICAL SPECIFICATION:- Input Supply-440V 3Ph.50Hz. +/- 10%,Input KVA- 10,No Load Consumption-0.5 Amps, Duty Cycle -60%,Welding Current range-20-300A,O.C.V-65V D/C & A/C ,MMA Electrode Size-2- 27 4mm.,Tunsten Electrode Size-2mm-3.15mm. Type Of Control-Microprocessor Based Digital Soft Switch Control & PWM ,Up slove /Down Slove Time-1-10Sec,Gas Pre Flow Time-1- 10Sec,Type of Cooling-Fan,Class of insulation-“F”,MCB rating-40Amps , Protection Class-IP23,Weight Approxx-32Kgs.,Should Have welding amps digital meter,Remote control functioned,Hot Start / Arc Force /Background Current Adjustment,4T & 2T Switching Function,TIG & MMA Dual Functioned,Water Cooling Unit Inbuilt in Main power source ,Machine Also have over voltage,phase missing ,over current and over heat protection. ACCESSORIES LIST:- Copper 35sqmm. HOFR Welding cable -7.5mtr. Copper 35sqmm. HOFR Earth Cable-5mtr. Water Cooled GTAW Torch-01 nos. cooling tour machine. Crocodile type Earth clamp -01 nos. Remote Control Cable-10mtr. Welding Full Helmet With Glass-01 set. Wire Brush-01 nos. Lather Hand Gloves-01 pair. Power Connection Cable 4sqmm 4 core -5mtr. Tungten Electrode-2mm,2.5mm & 3mm -1nos. Each, Argon Cylender- 7CuM-01 Pcs.,Argon SSDG Regulator-01 nos.Argon Flowmeter-01 nos.,Argon Transparent Nylon Hose Pipe-10mtr.Argon Cylender Holding Stand, Torch Collet,Front Cap-05 nos. each.

39. Air Plasma cutting equipment, capacity to cut 12 mm clear cut. TECHNICAL SPECIFICATION:- Input Supply-220V 3Ph.50Hz. +/- 10%,Input KVA-6,No Load Consumption-50watt, Duty Cycle - 60%,Cutting Current range-20-45 A,Cutting Capacity-15mm Geniune Fine Cut & 20mm Severance Cut , Pierce rating-10mm , O.C.V-280V D/C, Type Of Control-IGBT Microprocessor Based Digital Soft Switch Control with PWM ,Type of Arc Starting-Pilot Arc,Pilot Arc Current-10A,Type of Cooling-Fan,Class of insulation-“H”, , Protection Class-IP23,Weight Approxx- 7Kgs.,Should HaveIn built air regulator & preset air pressure , euro torch connection ,Air Pressure gauge, Machine Also have phase missing and over heat protection, fault indication. ACCESSORIES LIST:- Copper 25sqmm. HOFR Earth Cable -5mtr. Crocodile type earth clamp-01 nos. Hand Cutting plasma Torch model-TRF-45-6-CC1 with 4mtr. air cooled cable assembley-01 nos. Air filter cum regulator-01 nos. Power Connection Cable 6sqmm. 4core-5mtr. Compressor Hose Pipe-5mtr. Cutting Electrode & Nozzles (consumables)-10set. Pliers-01nos. Cutting Green Gogles-01 nos. Lather Hand Gloves-01 pair, Lather Apron-01 Pcs. 40. Air compressor suitable for above air plasma cutting system. TECHNICAL SPECIFICATION:- Input Supply-440V 3Ph.50Hz.+/-10% Input Load-8.5Amps,Motor Rating-5H.P 1440RPM,Tank Capacity-250L,Compressor Type-Double Piston Oil Immersed,Air Flow Rate-90PSI Continous,Max.Air Flow Rate-125PSI.Overload Trip-85PSI(Adjustable). ACCESSORIES LIST:- 10mm. Transparent Hose Pipe-05mtr.Starter Switch-01 Nos. Over Load Protector Switch-01 Nos. Pressure Gauge-01 Nos. Power Connection Cable 2.5sqmm 4 core-5mtr.

28 Mobil Suitable for piston-as required

41. Auto Darkening Welding Helmet. TECHNICAL SPECIFICATION:- UV/IR protection: Up to Shade DIN 16 at all times, Light state: Shade DIN 4, Variable shade: From DIN 9 to DIN 13, Power supply: Solar cell & lithium batteries(2pcs CR2032), Power on/off: Fully automatic, Sensitivity: Adjustable, Grinding/Welding: Support, Switching time: 1/25000s, Delay time: 0.2-0.8s adjustable, Operating temperature: -5 to 55 degree celsius (23 to 131 degree fahrenheit), Storage temperature: - 20 to 70 degree celsius (-4 to 158 degree fahrenheit) Helmet material: PP 42. Spot welding machine, 15 KVA. TECHNICAL SPECIFICATION:- Input supply-440V A/c 2Ph.1N,50Hz.+/- 10%,Input Load- 15KVA,Welding Current Range-1000-5000A,OCV-3.2V A/c,Type of Control-Thyristorised Digital Soft Switch ,Welding time range(auto mode)-1-10sec.Throat clearance-200mm,Stroke Length-150mm.Transformer Type-Low linkage,Max Thickness Of MS Sheet for welding as lap joint-1.5+1.5mm,Protection Class-IP26,Type of electrode cooling-Water,Type of stroke- pneumetic ,Type of transformer cooling-Fan,Weight-250Kgs. Approxx.Machine should have motorized water cooling unit external fitted,input volts and amps display,electronics soft switch timer. ACCESSORIES LIST:- Pistol type hand welding gun with 3mtr. X 95sqmm. HOFR cable assembley-02 nos. Power connection cable-6sqmm. 3 core-5mtr. Copper welding arm electrode-02 set. Air Compressor-80PSI-01 nos.

43. Portable gas cutting machine, capable of cutting Straight & Circular. TECHNICAL SPECIFICATION:- Speed range:- 125- 400mm/min Cutting capacity:- Square ede 200mm thick steel. 45degree Bevel cutting 150mm thick steel circles from 150mm to 2000mm dia. By usijng circle cutting attachments.Fuel gas acetylene / LPG by selecting the appropriate nozzle p0wer supply 220 volts A/C 50Hz. Gas connection:- ¼ G. ACCESSORIES LIST:- Oxygen SSDG regulator-01 No., Acetylene SSDG regulator-01 No. Flash back arrestor cylinder side-02 Nos. Oxygen and acetylene hose pipe 10 mtr. Each power connection cable -10 mtr.X2.5 Sq. mtr. 3 core with 15 Amph. Plug top. 44. Bench grinder fitted with fine grain size silicon carbide green grinding wheel dia. 150 mm. TECHNICAL SPECIFICATION:- 1/2H.P. 415 Volt.3 Phase 50Hz 2850 rpm motor fitted with 2 nos. 150 silicon grinding wheel one rough & one fine , with tools rest. 45. AG 4 Grinder. TECHNICAL SPECIFICATION:- 670W, Volt: 220- 230V, Amp: 3A, Frequency, 50/60Hz, 11000rpm Wheel Diameter: 4”, Applications: cutting, grinding, polishing pads. 46. Positioner for use of Suitable Arc welding table. 47. Hand shearing machine capacity cut 6 mm sheets and flats. 48. Power saw machine- 14’’. Complete hydrolic system. Good quality. 49. Portable drilling machine, Piller type, (Cap. 6 mm). 50. Oven, electrode drying 0 to 350°C, (Digital type)10 kg capacity. 51. Work bench- 340x120x75 cm with 4 bench vices of 150 mm jaw opening. 52. Oxy Acetylene Gas cutting blow pipe. TECHNICAL SPECIFICATION:- Cutting capacity -300mm thickness MS plate., type-blow pipe mixing,head angle 90degree, torch connection -3/8 BSP RH for oxygen, 3/8 BSP LH fule gas. 53. Swage block 29 54. Die penetrant testing kit. TECHNICAL SPECIFICATION:- Size of testing table 1000mm L x 900mm H X 750mm W,Table top fabricated by Stainless Steel Sheet of 2.5mm.UV lamp Testing Booth Size-1200mm L x 1500mm H x 900mm W,Booth Should be 3 sided Full ACP Wall Covered,Equipment must have-LED Spot Light arrangement,Soultion Dryer and UV Lamp and use friendly control panel. ACCESSORIES LIST:- DP Testing Solution-02 sets. 55. Magnetic particle testing Kit. TECHNICAL SPECIFICATION:- Power source in put – 440 V. 3 ph. 50Hz, input load – 15 Amps. , output type A/C & HWDC, type of control – thyristorised, output 750 amps. Out put Volt.-3 to 15 V. prod cable – 3mtr. Length., locate defects in any direction using prods, central conductor, coil( wrap part with 3-5 turns of cable). ACCESSORIES LIST:- Testing table:- 600X600X900mm with rack system 01 No. dry visible powder-02 Kg. dryer – 01 No. puffer bulb- 01 No. 56. Portable abrasive cut-off machine. TECHNICAL SPECIFICATION:- Cutting capacity – at rectangle 100X196mm, squar-119X119mm & L profile- 130X130mm.No load speed 3800 rpm, Saw blade dia. 355mm, blade bore 25.4mm, wat.2000. 57. Suitable Gas cutting table 58. Welding Simulators for SMAW/GTAW/GMAW (1 No. each in a set). TECHNICAL SPECIFICATION:- Input supply-220 V 50Hz.welding current- 6Amps.Arc Voltage-30-35VDC,welding speed-1-12mm/s,Arc gap length-0.5- 6mm,OCV-55VDC,Angle of inclination of welding tool imitator electrode , deg,within range-45 +/- 5% , Weight-88.35 Kg.Simulator will be virtual type with real arc filling,Support 3 different process of welding (GMAW/GTAW/MMAW) , Negligable fumes,Arc length ,welding speed and angles of electrode inclination adjustment,report will be generated-Arc length time graph,welding speed time graph,Time indicator,Error indicator on longitudinal angle of welding tool. ACCESSORIES LIST:- Inter connection cable-3mtr. Tig torch-01 nos. Mig torch-01 nos. Mma welding torch-01 nos. Standard base plate suitable for 1g-5g & 1f-4f Printer to report pint -01 nos. UPS-01 nos. 59. Leather Hand Gloves, 14”. 60. Cotton hand Gloves, 8”. 61. Leather Apron leather 62. S.S Wire brush, 5 rows and 3 rows. 63. Leather hand sleeves, 16”. 64. Safety boots for welders (only leathers) 7 and 8 65. Leg guards leather 66. Rubber hose clips, ½". 67. Rubber hose oxygen, 8 mm dia X 10 Mtr. long as per BIS. 68. Rubber hose acetylene, 8 mm dia X 10 Mtr. long as per BIS. 69. Arc welding cables multi cored copper, 400/ 600 amp as per BIS. (45 Mtr. Each in a set.). 70. Arc welding single coloured glasses, 108 mm x 82 mm x 3 mm. IN 11A &12 A. 71. Arc welding plain glass, 108 mm x 82 mm x 3 mm. 72. Gas welding Goggles, with Colour glass 3 or 4A DIN. 73. Safety goggles plain 74. Spark lighter 75. AG 4 Grinding wheels 76 Pedestal grinder fitted with coarse and medium, grain size grinding wheel dia. 300mm. TECHNICAL SPECIFICATION:- Pedestal body – made of heavy duty angle frame of 65X65X6 mm with 3mm m/s sheet fabricating. Spindle- is of lagre diameter, mounted on heavy duty ball bearings.input supply -440 Volt. 3 ph. Unput load 1.5 KW. Motor rating – 2 H.P. 1500 rpm. Complete with starter and ELCB 25 Amps. & 60 30 Amps. Information Brochure / Product leaflet / Product catalogue, etc of the quoted items, as the case may be, is to be uploaded by the Bidder for better evaluation / analysis of the Technical Bid. IS Code/ Mark will be given first priority.

Sd/- Superintendent & Ex-Officio Member Secretary of IMC Industrial Training Institute, Chinsurah West Bengal

31 Tender Schedule – D

List of Hand Tools, Instruments, Equipment and Machinery etc. for the Trade of Mechanic Refrigeration and Air Conditioner. (MRAC). Delivery points: Superintendent Industrial Training Institute, Chinsurah , Vivekananda Road, P.O. & Dist – Hooghly, PIN - 712103. W.B Sl. Name of Items with Specification Make/Brand/Model with specification & No. description of the item with IS Code/ Mark or ISO Certification, if any, to be mentioned by the Bidder 1. File flat rough double cut, 200mm. 2. File, half round, fine double cut, length 150mm. 3. File, round, fine double cut, length 150mm. 4. File flat, fine double cut, length 150mm. 5. File square, fine double cut, length 150mm. 6. File triangular fine double cut, length 150mm. 7. Scriber, length 150mm. 8. Centre punch, length 100mm. 9. Try square, 150mm. 10. Divider spring joint, length 150mm. 11. Caliper spring joint in side, length 150mm. 12. Caliper, odd leg, spring joint, length 150mm. 13. Hammer ball pane, 220 gms. 14. Cold Chisel flat and cross cut, length 150mm. 15. Engineers rule, 300 mm long. 16. Tape measuring, 10 m graduation in mm. 17. Pliers combination insulated, length 200mm. 18. Pliers long nose, 200 mm. 19. Pliers flat nose, 150mm. 20. Line tester, 500 v heavy duty. 21. Tweezers, 10 cm. 22. Surface plate, 45 x45 cms. 23. Oil can, 500 ml. 24. Surface Gauge universal, 150 mm. 25. Bench vice, 150 to 300mm jaw. 26. Hack saw tubular metal frame adjustable, 300mm. 27. Snip sheet metal straight nose, 200 mm. 28. Snip sheet metal curved nose, 200 mm. 29. Anvil, 100X200 mm. 30. Stakes [ different Types], 100mm. 31. Tin smith, 400mm. 32. Wooden mallet /Nylon mallet, 500 gm good finish. 33. Round Punch, 3mm, 4mm, 6mm (1 No. each in a set.). 34. Electrical drill portable drill with chuck and key, capacity 6.4mm. 35. Screw driver, plastic handle, 6mm TIP length 100mm to 150mm. 36. Screw driver, plastic handle, Flat tip, 10mm TIP length 200 mm & 250 mm (1 No. each in a set.). 37. Philips screw driver - complete set in leather case. 38. Screw driver, plastic handle, Flat tip, handle 3mm TIP length 100 mm to 150 mm insulated. 39. Soldering iron exchangeable copper tip, 65 watts. 40. Knife folded stainless steel - 150mm. 41. Tong tester (clamp on multi meter)- 0-10-30 amps 0-500 V. 42. Tenon saw, 250 mm. 43. Firmer chisel, 6,12, 25mm.(1 No. each in a set.). 44. Rawal plug tool, 6 mm. 45. Fire extinguisher, ABC dry powder type 2 kg capacity. 46. Fire buckets, 10 Litre. 47. D.E spanner, 6-32 mm. 48. Ring spanner, 6-32 mm. 32 49. Quick couples, process tube adopter, ¼” & 3/8”. (1 No. each in a set.). 50. Tong Close mouth and pick 52. Flaring tool set, single type for tube, 4.7mm to 16mm O.D. 53. Swaging tool, punch type, set of size for tube, 4.7mm to 16mm O.D. 54. Bending spring external type, for copper tube, 3mm to 16mm DIA. 55. Pipe cutter miniature for copper tube, 3mm to 16mm DIA. 56. Pinch of tool, for copper tube, 6mm to 18mm DIA. 57. Ratchet spanner, 6.4 sq.mm reversible. 58. Capillary plug gauge 59. Piercing pliers & reversing valve with access fitting, 6-18mm. 60. Spanner double ended, 4.7mm to 16mm. 61. Ring spanner off set, 4.7mm to 16mm. 62. Wrench adjustable, length 150mm. 63. Wrench adjustable, length 200mm. 64. Wrench adjustable, length 250mm. 65. Valve key handle [Treated as consumable]- 4.7mm & 6.4mm sq. 66. (Hollo) Punch hole for cutting gasket, 4.7-16mm die. 67. Scissor, gasket cutting stainless steel, length 25mm. 68. L-Allen key, set size 1.5mm to 6.4mm. 69. T-Allen key set, size 5/32" to 1/8". 70. Pipe cutter with built in reamer and space cutter, for copper tube, 3mm to 32mm. 71. Pipe /Tube bender lever type, 3-16 mm. (1 No. each in a set.). 72. Spanner double ended, 19mm to 31.8 mm. 73. Pipe wrench, size 50mm to 150mm. 74. Lapping plate, 250mm x 200mm. 75. Hammer ball peen, 450 gms. 76. Puller 3 legged with flexible arm, 300mm. 77. Hand blower portable complete, 1/10 HP. 78. Spirit level precision metallic, 200mm. 79. Tap set with matching drills, 3 mm to 16mm. 80. Tap set with matching drills, 1/4" to 5/8". 81. Refrigerant cylinder, 2.5 Kg. 82. Heating kit with infrared bulb, (200 W capacity). 83. Plumbing hammer weight, 200 gm. 84. Cylinder 134 a, 5 kg. 85. Torque Wrench, 300mm-12.7mm. 86. Piercing Valve, ¼ Inch. 87. Feeler gauge, 0.05mm to 1mm. 88. Four way reversible valve 89. Vernier hight gauge, 300mm ,LC 0.02. 90. Tape measuring graduation in mm, 2 m. 91. Voltmeter, AC/DC portable with precision grade Digital Panel board type, 0 to 500 volt. 92. Ammeter, AC/DC portable precision grade Digital Panel board type, 0 to 30 amp. 93. Megger, 1000 V. 94. Wattmeter multi-range up, 1 KW. 95. Multi meter digital type 96. K.W. meter, 0 -1 K w. 97. Service Oscillator 98. C.R.O Single beam, 5 MHZ. 99. C.R.O Dual trace/ Double beam, 60 MHZ. 100. A.F.O Oscillators

33 101. Pressure gauge Digital type, diameter 63mm with recalibration set. 102. Compound gauge, Digital type diameter 63mm, with recalibration set screw, scale vacuum 760mm. Pressure 15 Kg/sq.cm. 103. Service man thermometer in metal case- (-) 300C to +1100 C 104. Gas leak detector for halogen gas 105. Electronic leak detector 106. Sling psychro meter mounted on aluminum back, scale (-)100 C to +1100 C. 107. Stop watch 108. Vernier caliper, length 250mm. 109. Micrometer outside measurement, 0 to 25mm. 110. Multi meter analogue type 111. Tachometer digital, multi range 0 r m p to 3000 r m p. Portable small size in leather case. 112. Micron vacuum gauge, capable of reading up to 20 microns. 113. Sensor thermometer (digital), -50 degree Celsius to150 degree Celsius. 114. Fin straightened/fin comb., With strong steel wire based combing on wood. 115. Filler gauge, 0.05 mm - 1 mm. 116. Wire gauge metric & British, Steel plate embossing converse of British & Metric. 117. Dial thermometer remote control, armored capillary dial, 75mm - 50C to +50 C. 118. Anemometer, Digital type. 119. Compressors testers for small hermetic compressors, Fixed with electrical input/ output indicating facilities. 120. Digital thermometer, Graduated disc analogy type. 121. Temperature &Humidity recorder, Capacity to record 24 hrs record. 122. Instrumentation screw driver set, 100mm. 123. Digital weighing machine, 100 kg. 124. Split phase induction motor, 1hp, 230 V. 125. BLDC motor with controller, 15 – 30 watts,315 Volt DC. 126. IDU Pulse Generation type motor, 15watt,230volt A.C. 127. Capacitor start induction motor, 1 Hp, 230 V. 128. AC 3 Phase motor, 400/50 Hz, 2 Hp. 129. Star delta starter, 2 Hp. 130. Auto Transformer starter, 3 Hp. 131. D.O.L Starter, 2 Hp. 132. Portable air - LPG brazing kit, 2 kg. LPG cylinder, torches, houses, stand make. 133. Oxy-acetylene welding set complete with cylinders, regulators welding torches with difference nozzles. 134. Single door direct cool refrigerator, carrying with HFC and HC, 185 L. 135. Frost free refrigerator, 200L carrying with HC blend. 136. Three/four door refrigerator (Inverter type), 300L carrying with HC R-600a. 137. Core drill machine. 138. Bench Drilling machine, 20 mm capacity,200-2500rpm. 139. Grinding Machine, 200mm,3000rpm,Double ended1/2 hp. 140. Evacuating and refrigerant charging station, consist of a) Rotary two stage vacuum pump and motor (with gas ballast and anti such back); b) manifold with gauges and valves and 34 capable of pulling vacuum up to 50 microns of Hg and with provision of connecting to a microns level vacuum gauge; b)Graduated charging cylinder with provision for temperature correction and all necessary isolating valves. (CAP. 2 kg. In lieu of (b) above and with accuracy of + / - g for charging hydrocarbons) 141. Evacuating and charging station as above but fitted with weighing scale. 142. Two stage rotary vacuum pump,3or 4 CFM, capacity approx. 60 - 10rmp capable of evacuating to 50 microns of Hg and fitted with gas ballast, anti such back valve and single phase motor. 143. Dry N2 cylinder, 2 stage regulator or commercial N2 in cylinder with drier unit and 2 stage regulator & meter cube. 144. Window A.C., 1 Ton with R-22 Blend reciprocating compressor. 145. Split A.C., 1.5 Ton with R134a or R-22 reciprocating compressor. 146. Duct able split A.C 1.5 ton, 1.5 Ton with R134a or R-22 reciprocating compressor. (1 No. each in a set.). 147. Recovery unit with cylinders, CFC, HFC & HCFC. (1 No. each in a set.). 148. Decibel meter, 30-100 db. 149. Cassette Air conditioner, 4500 kcal/hr. 150. De scaling pump set, with stainless steel impeller and housing complete with motor 1/2 hp and accessories. 151. Fan coil unit, with water valves (2 & 3 way). 152. Shell and tube, DX chillers (small), 5 Ton with Cu tubing only. 153. Circulating water pump (small), 0.5 H.P with stainless steel tank capacity 20 liters within let/ outlet provision. 154. Refrigerant Cylinder, 10 kg capacity. 155. Gauge manifold with gauges, Different size of hoses for R 134a,R22 and R 410. (1 No. each in a set.). 156. Shell and tube type condenser, 5 Ton. 157. Rotary hermetic compressor, 2 Ton. 158. Bottle cooler visible, 200 L carrying with HFC-134a & reciprocating compressor. 159. Deep freezer, 200 L carrying with HFC-134a & reciprocating compressor. 160. Display Cabinet, 2 ton capacity. 161. Water cooler storage type, 200 L carrying with HFC-134a & reciprocating compressor. 162. Water dispenser bubble type (Hot and Cold), 2.5 to 3ltr. Delivery capacity per hour. 163. Ice candy plant, 2 ton with capacity to make 32 ice candy at a time with Forma tray, stainless steel tank on trolley. 164. Air-conditioning, direct system, Complete with all controls including humidity control. 165. Air-conditioning, indirect system. (water cooled ), Complete with all controls including humidity control. 166. Package A/C, 5 ton capacity, Air cooled type with open type compressor reciprocating type. 167. Car A.C components(full kit): a) Wobble plate compressor with mounting brackets.; b) Serpentine Evaporator.; c) Parallel Flow Condenser.; d) Hoses, tubes, Receiver, Ex. valve.; e) Electrical components & wiring Harness. 168. CAR AC tutorial model 169. Bus AC tutorial model 170. Automatic ice cube m/c, 50 kg/hour. 171. Storage type water cooler( hot and cold) 35 172. Visi cooler, 185 L. 173. VRF/VRV unit with two indoor units 2.5TR each and 5TR capacity out door unit complete with air cooled condenser, accessories and controls. 174. Split A/C ( inverter technology), 1.5 TR. 175. Walk in cooler PUF insulated for cold room 6X4.5X8 cft., temperature 00-50˚C. Complete set. 176. Absorption system, Small size.

Information Brochure / Product leaflet / Product catalogue, etc of the quoted items, as the case may be, is to be uploaded by the Bidder for better evaluation / analysis of the Technical Bid. IS Code/ Mark will be given first priority.

Sd/- Superintendent & Ex-Officio Member Secretary of IMC Industrial Training Institute, Chinsurah West Bengal

36