1 | P a g e

KOLKATA POLICE

WBKP/CP/NIT: 37/Clothing/ Uniform/G-Item)/ICD/TEN/2017-18 Dated:- 07/06/2017

E - Tender for the procurement of Clothing & Uniform items (G-Item) under Annual Tender for the Police Personnel of Kolkata Police for the year 2017-18

(PRICE Rs:-500= 00) (RUPEES FIVE HUNDRED ONLY)

KOLKATA POLICE DIRECTORATE, 18, LALBAZAR STREET, KOLKATA 700001.

Designed & Computerized By : Tender Section KPD

2 | P a g e

E - tenders are invited by Commissioner of Police, Kolkata from from Industrial Undertaking/ Organisation owned and managed by the State Govt. Based medium/Large scale units/Reg. SSI Units etc. as per G.O for the procurement of Clothing &Uniform items (G-Items) under Annual Tender for the Police Personnel of Kolkata Police.

Rs 500/-(Rupees Five hundred) Only (Non Refundable) per copy only (non refundable)should be addresses in favour of the Commissioner of Police, Kolkata and may deposited either in Demand draft/Pay Order or at Cash Section KPD and photo copy of the same should be uploaded as well.

The last date of the submission of tender is on 28.06.2017 up to 15.00 hours.

Samples of the quoted item(s) should be submitted to the Clothing Department, Lalbazar on 28.06.2017 by 15.00 hours .

The Detailed Tender Document may be downloaded (after Newspaper Publication ) from wbtenders.gov.in and the price of the detail Tender Document is Rs 500/-(Rupees Five hundred) only per copy. Respective Office :- Tender Section, Ground floor Main Building Kolkata Police, Hqrs. Lalbazar, 18, Lalbazar street, Kolkata - 700 001 (Ph:-033-2250-5048) (Fax:-033-2214-5512), (E-Mail:- [email protected]) on any working day during office hours (10:00 hrs. to 17:00 hrs.)

Bidders are requested to read the instruction contained in Tender DOCUMENT very carefully as defective tender are liable to be cancelled.

Sd/- for Commissioner of Police, Kolkata.

3 | P a g e

Credentials & Pre-qualifications of the Bidder

1. The responding Bidder should be registered under statutes of India. The organization should be of repute and be incorporated /registered in India. Annual reports of the bidder should be available for review on request.

2. The bidder should not have been blacklisted by any Central/State Government/Public Sector Undertaking for the tendered item and/or any other item. An undertaking in this regard should be submitted by the bidder otherwise the bid shall be summarily rejected.

If the selected firm is found/detected Blacklisted by any Central/State Government/Public Sector Undertaking (for the tendered item or any other item) at any stage of procurement process, the acceptance of the selected firm and/or the supply order etc., if issued would be treated as cancelled and the contract in whole will be terminated with immediate effect without any intimation to the concerned firm.

The EMD will be forfeited and Commissioner of Police, Kolkata reserves the right to initiate the proceedings against the selected vendor. In this regard, Commissioner of Police, Kolkata reserves the right to select the second lowest (L2) vendor for supply of the tendered item. The decision taken by Kolkata Police authority in the matter will be treated as full & final in this regard.

3. Bidder should not be insolvent, in receivership, bankrupt or being wound up, their affairs are not being administered by the Court or a judicial officer, their business activities have not been suspended and should not be the subject of legal proceedings of any of the foregoing.

4. Bidder should not have been convicted of any criminal offence related to professional conduct or the making of false statement or misrepresentation as to their qualifications.

5. The bidder desirable to have had an Annual turnover of Rs. 50.00 Lakh (Rupees Thirty lakh) for the last 3 (three) consecutive years. The turnover amount per year desired to be Rs. 30.00 lakh (Rupees twenty Lakh) in case of Public Sector Undertakings / Units.

6. Copy of authorization certificate from manufacturer is to be submitted for all products to be supplied otherwise the bid may be rejected.

7. The bidder should have in its name PAN (Permanent Account Number) with Income Tax authority in India.

8. The bidder should have in its name Service Tax Registration number in India.

9. All items in the Tender should be quoted. The items may be from different manufacturers, but the Bidders should provide one certificate owning the responsibility of integration along with manufacturer’s authorization for such items.

10. The Bidder desirable to be operational in the relevant field for at least 3 (three) consecutive years. The Bidder desirable to have experience of at least 3 (three) supplies of the tendered item in any SPO/CPO in India. The Payment Certificate for the same must accompany the tender. The Bidder should submit a list of important customers served with documentary evidence along with the Bid.

11. The Bidder should be recognized and having technical competence, financial resources, equipment and other physical facilities, managerial capability, reliability, experience, reputation and the personnel, to perform the works contract. 12. Authorized dealer of a manufacturing firm should have to submit the certificate of dealership duly certified by the manufacturing firm 13. Conditional tender with time limit will not be considered. 4 | P a g e

INSTRUCTIONS FOR GUIDANCE OF BIDDERS:-

1. E - Tenders must be addressed to the Governor of West Bengal (through Commissioner of Police, Kolkata), 18, Lalbazar Street, Kolkata-1.It should be superscripted “E - Tender for the Procurement of Clothing & Uniform items (G-Items)) under Annual tender for the Police Personnel of Kolkata Police. For the year 2017-18”

2. Tender Fee and any other papers if desired, should be dropped in the sealed Tender Box kept in Tender Section, Lalbazar (Ground floor) after signing in the register kept for this purpose.

3. Samples if any must be labeled with the name of bidder, name of article, item no. mentioning in a tag entangled with the sample by a cord. Label should not be pasted with the sample. If more than 1(One) sample is submitted, please mark A,B,C etc

4. Unaccepted samples if any, will be returned to the bidder after obtaining a letter addressed to the Commissioner of Police, Kolkata for such purpose.

5. Eligible Bidders of this tender are exempted from the payment of Earnest Money as per G.O.

6. Exemption and preferences will be extended to the Govt. Undertakings,Govt. Co-operatives, SSI Units as per provision laid down in the F.R.Rule 47B(Since amended) read with 9600-F dated 04.10.1991, 10500-F dated 19.11.2004 and 5400-F(Y) dated 25/06/2012 and other Govt. Notifications issued time to time.

7. Firms registered as a Small Scale Industry with the C & S.S.I. Department and Firms on rate contract with D.G.S. & D may, however, be exempted from depositing earnest money on production of satisfactory documents in support of their claim.

8. In respect of EMD, if applicable Original Bank Draft is to be submitted. No alternative will be accepted.

9. Any claim of VAT/ST or any other prevalent taxes & duties, if applicable, should be clearly mentioned against the rate of item .The amount of such taxes & duties, if required should be shown separately. All bidders are requested to submit VAT Registration Certificate in support of their claim for VAT.

10. In case the Customs Duty Exemption Certificate (CDEC) is to be obtained from Ministry of Home Affairs Govt. of India for imported item, the payment of VAT etc, whether to be required or not, should be expressly mentioned. The value of the item should be calculated including and/or excluding Customs Duty and it should be mentioned in the bid document, separately. The final rate of the item may be accepted without Customs Duty subject to submission of CDEC by Kolkata Police at the time of supply of the item.

11. If any bidder disregards these instructions, their tender will be rejected. The department accepts no responsibility for the same.

12. The Commissioner of Police, Kolkata does not bind himself to accept the lowest or any tender, not to assign any reason for non-acceptance. He also reserves the right to divide the contract amongst any number of bidders, and to let contracts for less than the quantities mentioned in the form of tender. The Commissioner of Police, Kolkata reserves the right to revise the quantity of the tendered article/item as per requirement and/or availability of fund. 13. The stores must be supplied in every respect in accordance with the standard pattern, terms and conditions of the contract.

14. Any attempt of canvassing on the part of a bidder will render his tender liable to rejection summarily .

15. Bidders whose contracts are accepted will be required to execute at their own cost a duly stamped Agreement in the prescribed Form within a Stipulated period after they are notified about the acceptance of the tenders and Security Deposit at prescribed rates in the form of Bank Deposit receipt, National Savings Certificate issued by Post Office (P.O.) duly pledged in favour of the Commissioner of Police, Kolkata, should be deposited. 5 | P a g e

16. All bidders shall submit along with their tender, copy of the valid Trade License, Sales Tax Clearance Certificate and valid document of Professional Tax & VAT Registration No. Tenders received without such certificates will not be considered. Credentials as to previous contracts held by the bidders with any other department of Government should also be enclosed.

17. Manufacturing Units should have to submit authentic documents to be a manufacturer or a Proprietary Article Certificate for the same.

18. The products of (1) Regd. SSI Unit of the State (2) State Govt. Undertakings/ Organizations owned/ managed by the State Govt. and (3) State based Medium Scale/ Large Scale Units may be given preference, if quality is found satisfactory, in terms of the relevant rules of WBFR Vol-I(Since amended) & Finance Deptt. Notification,Govt. of W.B. issued from time to time.

19. The validity period of this tender is 1(one) year from the date of issue of letter of acceptance 20. Inconsistencies, if any should be brought to the authority 21. Intending tenderers can see the standard samples of items in the Central Clothing Stores, Lalbazar on all working days (except Holidays) between 11=00 am to 4 Pm) 22. Rate should be inclusive of charges such as freight, packing,Coolie hire,, delivery charges but should be inclusive of Duties/Sales Tax/Taxes as admissible 23. In terms of items relating to the fabrication of uniforms, tenderers must specify the address in the city of Kolkata whether their place of Business is situated. 24. Rate quoted for IS- Marked product where desired will be given preference. In such cases, supporting document to adduce the genuity of such product must be uploaded with the tender

CONDITIONS

1. In the event of the Bidder failing to make a security deposit in manner hereinafter mentioned, the Commissioner of Police, Kolkata may, at his discretion, forfeit the earnest money lodged with this tender and cancel the acceptance of the tender.

2. On completion of e-Tender formalities, Letter of Acceptance (LoA) will be issued in favour of the selected bidder. The e-tender will remain valid for 01 (one) year from the date of issuance of LoA and the selected bidder will be bound to supply of the tendered item as per accepted rate of the respective tender against the Supply/Firm Order placed within the validity of the e-Tender. The bidders are therefore advised to quote their rate keeping in mind with the above stipulation. No deviation of the above shall be entertained.

3. The Bidder shall have to deposit equivalent to a sum equal to 5% (five percent) of the total value of the Supply/Firm Order (excluding admissible Taxes/VAT) as Security Deposit (covering the entire Warranty period) in a Savings Bank Pass Book pledged to the Commissioner of Police, Kolkata or in Government Securities endorsed to the Commissioner of Police, Kolkata or produce bank guarantee and FDR (of Nationalized Bank) and execute an Agreement within 10 days from the date of issue of the Supply/Firm Order failing which the Letter of Acceptance (LoA) may liable to be cancelled.

4. Commissioner of Police, Kolkata may accept the tender in respect of all the goods tendered for, or any of them, or any part of all or any of them, by notifying the Bidder accordingly in the acceptance and the tender shall thereupon be considered as a tender for the quantity so accepted.

5. The Bidder shall be liable to supply the tendered item as per agreement mutually agreed upon against placement of order of supply from time to time by the Commissioner of Police, Kolkata within the time specified in the respective order. Commissioner of Police, Kolkata reserves the right for placement of supply/firm order at any time during the validity period of the tender and the bidder is bound to supply of the tendered item as per accepted rate of the respective tender. The Bidder shall have to deposit equivalent to a sum equal to 5% (five percent) of the total value of the Supply/Firm Order (excluding admissible Taxes/VAT) as Security Deposit (covering the entire Warranty period) against each Supply/Firm Order. Security Deposit Orders marked “URGENT” shall have to be complied with by the Bidder even within 36 hours after receipt thereof.

6 | P a g e

6. If the Bidder by any cause, other than his own neglect or default, be prevented or delayed from supplying goods as aforesaid, the periods provided in clause may be extended by the Commissioner of Police, Kolkata on being satisfied that reasonable grounds exist for such extension.

7. The Bidder shall provide, at his own expense, all tools, plant, implements, packing, coolie hire charges and the like as will be necessary for the due performance of the contract. No claim on these account shall be entertained.

8. This contract shall not be sublet either wholly or partly without the written permission of the Commissioner of Police and on breach of this provision the Commissioner of Police may determine the contract and forfeit the Security Deposit and the Bidder shall have no claim for loss thereby resulting to him on any account whatsoever.

9. Any breach by the Bidder of any of the terms of the contract the Commissioner of Police may, in addition to recovering any loss sustain, terminate the contract on seven days notice to the bidder. The decision of the Commissioner of Police shall be the final on all questions as to the extent, meaning or construction of the said schedule or any descriptions, prices or other matters therein mentioned.

10. Where this contract is made with a firm, the act of any partner in the firm whether in breach or performance of the contract, shall be binding on the firm.

11. In the event of failure to supply the articles according to approved samples as agreed upon by the bidder, such articles will be purchased elsewhere without notice to the bidder on the account and at the risk of the bidder. Bidder shall be liable for any loss which the Government may sustain on that account but the bidder shall not be entitled to any gain on purchase made against default.

12. Rate for reputed brands of the items are to be quoted.

13. Authentic documents regarding genuineness of the articles to be produced in respect of supplies of “Branded” articles in each supply.

14. The demonstration of the item/equipment etc., if required, will have to be arranged by the bidder before the Tender committee prior to selection of item/equipment. If any or all the items/equipment are not found suitable and/or up to the mark by the members of the Tender Committee, the same shall be liable to be rejected even after having lowest rate. The decision of Tender Committee and/or any other Committee constituted for the purpose will be taken as final. The bidder is liable for the cost of equipment / product of demonstration and the Commissioner of Police, Kolkata will never accept the demonstrated items for his own purpose at the time of delivery. Random Testing of the delivered items will also be done at the time of Acceptance at the expense borne by the bidder. If the bidder is failed to supply the items/articles according to the specification and/or approved samples of the respective tender, the E.M.D / S.D may be forfeited and the selected firm may be blacklisted. The number of sample to be tested will be limited up to 1% of the total number of products.

15. The tender shall comprise of two bid systems – (i) Technical Bid & (ii) Financial Bid. The Technical Bid will be opened first and if it is found technically suitable and/or feasible, only then the Financial Bid will be considered. Otherwise the entire Bids (Technical, Financial and Earnest Money) will be treated as cancelled.

Technical Bids shall be evaluated by Technical/Tender Committee and the Financial Bids shall be evaluated by the Tender Committee constituted for that purpose which will be informed to the bidders who found eligible to participate in the tender.

16. The Commissioner of Police does not bind himself to accept the lowest or any tender, not to assign any reason for non-acceptance. He also reserves the right to divide the contract amongst any number of bidders. The Commissioner of Police, Kolkata reserves the right to accept and/or reject any tender, all tenders or any part thereof, without assigning any reason thereto.

17. After completion of the process of selection, the selected firm expected to be asked to furnish Proforma Invoice for the respective item(s) for initiating procedural formalities for obtaining sanction of Govt. The Supply/Firm order may, however be placed only on receipt of sanction of fund from Govt.

7 | P a g e

18. The Commissioner of Police, Kolkata reserves the right to invoke and/or cancel the Supply/Firm Order, if situation so warrants or the terms and conditions are not complied with, without assigning any reason thereto.

19. Those tendering for the fabrication of Officers Uniform should preferably be Civil or military tailors of at least 3 years standing.

20. Tenderers should submit the samples of all the items of fabrication/Bulk/made to measure.

21. If the tenderer should cause any goods to be supplied directly from the factory or Mill, such goods shall be consigned to the Commissioner of Police, Kolkata or as he may direct and shall be delivered free of cost to the Police Hqrs.

22. As far as the tender procedure is concerned, there are several stages for sanctions and grounds for Blacklisting which are usually accepted –

1. At the stage of competitive bidding- on the ground of –

i) Submitting false documents as far as the eligibility criteria are concerned, ii) Submission of bid which involves concealment /suppression of facts in the bids in order to influence the outcome of eligibility screening or any other stage of open bidding. iii) Unauthorized use of one’s name or the name of any other firm for the purpose of bidding, iv) Withdrawal of a bid, or refusal to accept an award, or enter the contract with the Govt. without justifiable cause, after he had been adjudged as having submitted the lowest responsive bid, v) Refusal or failure to post the required performance security within the prescribed time, as indicated in the detailed tender notice. vi) Refusal to clarify in writing its bid during post qualification within the prescribed period as contained in the detailed tender notice from receipt of the request for clarification. vii) Any documented unsolicited attempt to unduly influence the outcome of bidding in his favour, viii) All other acts that tend to defeat the purpose of competitive bidding which is contrary to financial rules of the Government e.g. habitual withdrawing from bidding except a valid reasons, not complying with the requirements during bid evaluation.

2. At the stage of contract implementation – on the ground of –

i) Failure on the part of the firm to supply items as per Supply Order due solely to his fault or negligence within the prescribed period as mentioned in the detailed tender notice. ii) Failure on the part of the firm/company to fully and faithfully comply with the contractual obligations without valid cause or failure to comply with any written lawful instruction of the procuring entity or its representative(s) pursuant to the implementation of the contract. iii) Assignment and sub-contracting of the contract or any part thereof iv) Unsatisfactory progress in the delivery of goods/items in case of procurement, v) Supply of inferior quality of goods, as may be provided in the contract or as per accepted sample/specimen of item(s). vi) Any other reason, which the procuring entity deems it logical to include in the contract, duly agreed by the selected bidder/firm. vii) Failure of supply within the stipulated period of time to be mentioned in the supply order.

23. Disputes and Arbitration – In case of any dispute or differences, breach and violation relating to the terms of this agreement, the said dispute or difference shall be referred to the sole arbitration of Commissioner of Police, Kolkata or any other person appointed by him. The award of the arbitrator shall be final and binding on both the parties. In the event of such arbitrator to whom the matter is originally referred to vacates his office on resignation or otherwise or refuses to do works or neglecting his work or being unable to act as arbitrator for any reason whatsoever, the Commissioner of Police, Kolkata shall appoint another person to act as arbitrator in the place of outgoing arbitrator and the person so appointed shall be entitled to 8 | P a g e

proceed further with the reference from the stage at which it was left by the predecessor. The Bidder will have no objection in any such appointment that arbitrator so appointed is employee of Kolkata Police. The adjudication of such arbitrator shall be governed by the provision of the Arbitration and Conciliation Act, 1996, or any statutory modification or re-enactment thereof or any rules made thereof. The arbitration shall be held within the jurisdiction of Hon’ble High Court of Calcutta.

24. It should be noted that the firm/firms will be selected purely as “PROVISIONAL BASIS” and the forecast requirement may increase or decrease by any quantity.

25. Valid VAT Registration Certificate under the Govt. of W.B. and Clearance Certificate.

26. ISI product is preferable where desired.

27. The Bidder is desirable to have an office in West Bengal and service delivery centre at Kolkata. The Bidder should mention in detail their support infrastructure including address, contact phone no., fax no., e-mail ID etc. and modalities by which fast response to maintenance calls and minimum downtime will be ensured.

28.Important Time Schedule – (date & time schedule)

Sl Particulars Date & time No. 1 Date of uploading of N.I.T Documents 07.06.2017 online(publishing date) 2 Documents download/sell start date(Online) 07.06.2017 at 15.00 hours 3 Documents Download/Sell End date(online) 28.06.2017 at 15.00 ours 4 Bid submission start date(online) 07.06.2017 at 15.00 hours 5 Bid submission closing date(online) 28.06.2017 at 15.00 hours 6 Last date of submission of tender fee (Offline) 28.06.2017 at 15.00 hours 7 Bid opening date 30.06.2017 at 15.00 hours

29. Bid opening Location – Office of the Commissioner of Police, Kolkata, 18 Lalbazar Street, Kolkata – 700 001. Schedule for the contract of the “G-Items

Item Description of the items REQUIRE- RATE TO BE No (ISI product is preferable where desired) MENT QUOTED 1 Towels, coloured, superior quality.( IS-854:1991) 300-Doz Doz 2 Towels white superior quality IS-854:1991) 300-Doz Doz 3 Swab Towels,54cms X 52cms (IS-854:1991) 3000- Nos Each 4 Thin Jharan for Superior Officers(white)( IS-854:1991) 5,000- Nos Each 5 Curtain Cloth, Ordinary 18000-Mtr Mtr 6 Duster, Red, Big size (IS-859:1978) 5000- Nos Each 7 Khaki Tape 25mm.(IS-6117:1997) 125,000-Mtr Mtr 8 White Tape 13 mm. X 16mtr.Bundile(IS-6117:1997) 100- Nos Each 9 Curtain Cloth, Special Type (for superior Officers). Width-56” 15,000-mtr Mtr ( IS-1246:1978(Amd-1)(branded company) 10 , Navy Blue, Woolen( IS-2187:1982 (Amd-1) 3000- Pairs Pairs 11 Woolen Socks Khaki.(IS-2187:1982 (Amd-1) 3000- Pairs Pairs * 12 Woolen Socks, Black (IS-2187:1982) (Amd-1) branded company N.R Pairs * 13 Socks, White Cotton(IS-3329:1973 (Amd-3)(rate for product of 3000-Pairs Pairs branded company tobe quoted) * 14 Khaki full ,woolen 3000-Pairs Pairs * 15 Cotton socks, Black Colour(IS-3329:19730(Amd-3)branded 2000-Pairs Pairs company * 16 Cotton Socks, Khaki, thick quality.( IS-3329:1973 (branded 15,000-Pair Pairs company) 9 | P a g e

17 Khaki Hosetops (Size-51cms. X 8cms. Should not sheink in 2000-Pairs Pairs ordinary soap wash, fast colour and should not ruffle. 18 Coolie Blankets for Lock-up Prisoners.(superior quality). 1500- Nos Each (IS-746:1987 19 White Popline Cloth for Inspector’s shirt(superior 2000-Mtr Mtr quality)branded company) 20 Khaki Popline Cloth for Inspector’s shirt(superior quality) 500-Mtr Mtr branded company) 21 Cardigan jackets, Navy Blue, Ladies Pattern for all ranks ( IS- 1500-Nos Each No:679:1993 (for Cloth)( branded company) 22 White Saree with royal blue border for women police (5 1,500- Nos Each ½metres) Good Quality( IS-748:1990) ( Branded company) 23 Blue Cotton Cloth. N.R Mtr 24 Khaki Cellular Cotton Cloth.(preferably: IS-1144:1980) N.R Mtr 25 Khaki Cotton Cloth.( Preferably IS-177:1989) 2500-Mtr Mtr 26 Khaki Cotton Cord Cloth.(Vimal Brand) 2,500-Mtr Mtr 27 White Long Cloth. 1500-Mtr Mtr 28 Khaki Long Cloth. 60000-Mtr Mtr 29 White Gabardine Cloth(Cotton) 5000-Mtr Mtr 30 Towels 77cms. X 138cms.(Brand name to be quoted). (Standard) 100-Doz Doz (preferably:IS-854:1991) *31 Cotton Socks (Navy Blue), thick quality( preferably IS-3329:73) 20000-Pairs Pairs

32 Great coat (Jacket, woolen, blue with full lining for all ranks). Each With Kolkata Police embroided (Broderick) at the back embroided. 10000-Nos (preferably IS-679:1993 (for Cloth)(Branded woolen, good quality, branded company with Plastic button and steel chain rust proof) 33 Great coat (jacket, woolen, khaki with full lining for A .P) with Kolkata 10000-Nos Each Police embroided Broderick at the back embroided.( preferably IS- 679:1993 (for Cloth)(Branded woolen, good quality, branded company with Plastic button and steel chain rust proof) 34 Woolen , Khaki, superior quality for all ranks, wool should 10000- Nos Each not ruffle after wash, fast colour should not shrink( preferably IS-2360:1977 & IS-3604)(Branded Company) 35 Woolen Jarsey, Navy Blue, superior quality for all ranks, (wool 12,000- No Each should not ruffle after wash, fast colour should not shrink).(IS- 2360:1977 & IS-3604)(Branded Company) 36 Woolen Jersey (Olive Green) (preferably IS-2360:1977& IS- 2000-Nos Each 3604) 37 Mosquito Netting Cloth, Khaki/White. 150,000-Mtr Mtr LEATHER - 38 Gum (Duck back or branded) Size:(5 to 12 No)preferably 15,000- Pairs IS-5557:2004) Pairs 39 Gaiter Leather for Mounted Police & Traffic Sergeant(As per 1500-pairs Pairs Sample) 40 Black Ankle plain chrome leather without toe-caps for 12,000- Pairs inspector, sergeant and ASIS,s personnel with nylon Size: Pairs (5 to 12 No ) ISI Specification: IS No: 5677:1986 ,Table-1, Clause : 5.2.1, Sole 13469/92, Type- A, PVC, Table-2, Clause: 5.3.1 (as per sample) 41 Boots Black Derby without toe-caps for Inspectors, Sergeant of KMP, special leather sole Size: (5 to 12 No ) (As per sample) N.R Pairs Manufacturers name, year of supply & the word Kolkata Police should be imprinted in the sole.( IS-5689:1981) 10 | P a g e

42 Black or Derby with toe caps, plain chrome 12,000- Pairs leather with 5 Nos rust proof Eyelets with nylon laces,Size: (5 to Pairs 12 No) Specification: IS No: 5677:1986 ,Table-1, Clause : 5.2.1, Sole 13469/92, Type- A, PVC, Table-2, Clause: 5.3.1 (as per sample) 43 Ankle Boots, Corrected grain chrome leather( Ammunition)with N.R Pairs nylon laces. Size: (5 to 12 No )(as per sample) Specification: IS No: 5677:1986 , Clause : 3.5, Amendment No: 2/1998,Sole 11226/93, Table-3, Clause: 5.3. & 5.4.2

44 Special Type Ankle Boots, Black with plain chrome leather with Pair nylon laces (RAF/ Combat) Size: (5 to 12 No)(as per sample) 18000-Pairs IS No: 5677:1986 , Sole 13496/92, Type PVC. 45 Sowars Leather Belt for KMP. (As per Sample) 100-Nos Each 46 Ankle Boot Rubber sole moulded with amendment No:3 Pairs (O.G colours) No:2003 (Size: 5 to 12 No) 15000-Pairs Specification: 3736: 1995 ( ISI Marked) 47 Canvas Ankle Boot Rubber sole moulded with amendment No:3 Pairs (Khaki,O.G , Blue colours) No:2003,Size: (5 to 12 No) 3000-Pairs Specification: 3736: 1995 ( ISI Marked) (for Comdo /RAF/SFTC) 48 Boots, Black for Sowars of KMP with suur rest with two pairs of Pairs leather, nylon laces without toe-caps, pointed type leather sole. 250-Nos (As per sample) 49 Leather Belt, Black Sam-browne pattern for Officers (white Each metal fittings) 122cms.To 162 cms. Length X 6cms. Breadth – 8000-Nos sling – 135cms. To 162cms (As per Sample) (IS-575:1956) 50 Pouch Ammunition Black for Sergeants with white metal fittings 5,000- Nos Each 7.62 and 9 mm. Pouch. (As per Sample) 51 Leather Folio Bag. 150- Nos Each 52 Leather Belt,Black for Constables-130cms. To 145cms. Length X Each 6cms. Breadth with state Emblem and clasp.(IS-575:1956) 10000-Nos 53 White Leather Glovers for KMP, Inspectr, Sergeants and Buglers Pairs Ceremonial Parade (As per Sample) (IS-2573:1986) N.R 54 Braces, Leather,Black for Constables, 82 to 97cms. Length X N.R Each 6cms. Breadth – 9 mm. and 7.62 pouch. 55 Leather Holster for Revolver, black, 0.38 (Smith & Wesson).(IS- 5,000- Nos Each 577:1986) 56 Pouch & Holster for 9 mm. Pistol/ Magazine Canvas/Nylon 3,000- Nos Each webbed (As per Sample)(IS-577:1986) 57 Black Leather Belt with Holster and pouch for plain clothed N.R Each staff (127cms X 4cms) 58 Frogs, Black Leather, 0.07 Bayonet. 500-Nos Each 59 Spur Straps, Black., Leather (As per Sample) leather. N.R Pairs 60 Shoes, Black Derby plain chrome with 5 Nos of rust proof eyelets Pairs with nylon laces for Motor Transport Drivers. (As per Sample)( Size: 5 to 12 No) 3000-Pairs Specification: IS No: 5677/1986, Clause: 5.2.1 sole: 13469/92, type: -A, Table-2, Clause: 5.3.1 61 Belt black for state Police driver Emblem clamp 1500-Nos Each (122 X 140 X 4cm) 62 Scabbard Bayonet No.1, Mark-III 2000-Nos Each 63 Scabbard Bayonet with Frog, Patt.-0.03 2000-Nos Each 64 Scabbard Bayonet (Sword Type) 500- Nos Each 11 | P a g e

65 Leather Pouch Ammunition, Black for Thana Constables(As per N.R Each ammunition) 66 High Wellington boot for Sergeant & Inspector of KMP (as per N.R pair sample) 67 Boot Polish, Black, 40 gram each (Brand name to be quoted.) 8000-Doz Doz (IS-1746:1992)IS-5487:1992) 68 Boot Polish, Brown, 40 gram each (Brand name to be quoted.) 150-Doz Doz (IS-1746:1992)(IS-5487:1992) 69 Metal Polish, 70 ml (IS-5487:1992) 600-Doz Doz

70 Belle , Leather for Lady Police. (As per Sample) 1500- Pairs Pairs

71 Royal Blue Blouse Cotton with shoulder straps 3000- Each Each 72 White T.C. Cloth 80:20 for Salwar- Kameez (branded) 10000-Mtrs Mtr 73 Khaki Terry Cotton Cloth (branded with KP/2016-17 marked on Mtr the edge)(IS-11248:95 )(Vimal-Reliance/S Kumar/ 150000- Mafatlal fabrics/)(Raymonds fabrics) ) Mtrs 74 White Terry Cotton Cloth (branded with KP/2016-17 marked on Mtr the edge)(IS-11248:95 ) (Vimal-Reliance/S Kumar/ 150000- Mafatlal fabrics/)(Raymonds fabrics) Mtrs 75 Snowball (Terry Cotton) (Branded) Vimal/ Equivalent 7500-Mtr Mtr 76 Navy Blue Terry Cotton Cloth (Branded) (Vimal / Raymonds) 3000-Mtr Mtr 77 Blue & White T.C. Camouflage Cloth for RAF 7500-Mtr Mtr (Branded)(Airmarshall brand) 78 Olive Green T.C Camouflage Cloth for Commando (Branded) 7500-Mtr Mtr 79 Black T.C Cloth (Vimal ) (S Kumar) (Mafatlal fabrics) 5,000-Mtr Mtr (Raymonds fabrics) 80 Woolen Neck Guard( Navy Blue) 12000-Nos Each 81 Woolen Neck Guard( Khaki) 12000-Nos Each 82 Woolen Neck Guard( Black) 2500-Nos Each 83 Combat Camouflage Cloth (Reputed Brand) 2500-Nos Each 84 Boot Polish(Black) Cherry Liquid(Superior quality(branded 3000-Nos Each 85 Boot Polish(Dark Tan) Cherry Liquid(Superior quality(branded) 3000-Nos Each

Note: 1) Item marked star (*) to be supplied by SSI Units 2) for related information regarding any items, Inspector Clothing Department, Lalbazar may be contacted

INSTRUCTION TO BIDDERS

I. General guidance for e-Tendering – a) Instructions/ Guidelines for electronic submission of the tenders have been annexed for assisting the bidders to participate in e-Tendering. b) The process of deposit of earnest money through offline instruments like Bank Draft, Pay Order etc. will be stopped for e–tender procurement of this office wef. 01.12.2016. Necessary Earnest Money will be deposited by the bidder electronically: online – through his banking enabled bank account, maintained at any bank or: offline – through any bank by generating NEFT/ RTGS challan from the e–tendering portal . Intending Bidder will get the Beneficiary details from e– tender portal with the help of Digital Signature Certificate and may transfer the EMD from their respective Bank as per the Beneficiary Name & Account No., Amount, Beneficiary Bank name (ICICI Bank) & IFSC Code and e–Proc Ref No.

Intending bidder who wants to transfer EMD through NEFT/ RTGS must read the instruction of the Challan generated from E–Procurement site. Bidders are

12 | P a g e

also advised to submit EMD of their bid, at least 3 working days before the bid submission closing date as it requires time for processing of Payment of EMD.

Bidders eligible for exemption of EMD as per Govt. rule may avail the same and necessary documents regarding the exemption of EMD must be uploaded in the EMD folder of Statuary bid documents.

c) Registration of Bidder – Any bidders 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 https://wbtenders.gov.in (the web portal of Public Works Department) the bidder is to click on the link for e- Tendering site as given on the web portal.

d) Digital Signature certificate (DSC) – Each Bidder is required to obtain a Class-II OR Class-III Digital Signature Certificate (DSC) for submission of tenders for the approval service of the National Informatics Centre (NIC) on payment of requisite amount. Details are available at the website stated in Clause-I above DSC is given as a USB e-Token.

e) The bidder can search & download N.I.T. & Tender Document(s) electronically from computer once he/she logs on to the website mentioned in clause-I using the Digital Signature Certificate. This is the only mode of collection of Tender Documents.

II. Submission of Tenders –

Tenders are to be submitted through online to the website stated in Clause-I in two folders at a time for each work, one in Technical Proposal & the other is Financial Proposal before the prescribed date & time using the Digital Signature Certificate (DSC). The documents are to be uploaded virus scanned copy duly Digital Signed. The documents will get encrypted (transformed into non readable formats).

A) Technical Proposal – The Technical proposal should contain scanned copies of the following in two covers (folders).

a) Statutory Cover Containing the following documents –

i) NIT ii) EMD EXEMPTION CERTIFICATE TO BE UPLOADED iii) AGREEMENT PAPER iv) CHECK LIST

b) Non-statutory Cover Containing the following documents (OID)-

SL Sub-Category Category Name Detail(s) NO Description Vat Registration Certificate & Acknowledgement . A PAN Card. P Tax Enrolment/Reg. Certificate with current Certificate(s) Certificate(s) validity & P. Tax Challan (2016-17). Latest IT Receipt/I.T. Return/IT-Saral for the Assessment year 2014-15, 2015-16, 2016-17. Proprietorship Firm (Trade License) Partnership Firm :(Partnership Deed, Trade License) B Company Company Detail Ltd. Company:(Incorporation Certificate,Trade License) Detail (s) Society :(Society Registration Copy, Trade License) Power of Attorney. Similar nature of work done/Payment certificate, C Credential Credential – 1 which is applicable for eligibility in this tender. Undertaking regarding blacklisting to be uploaded Audited Balance Audited balance Sheet & Profit & Loss A/C for the last 3 D Sheet & Profit Last 3 Years years (Summary of audited balance Sheet duly signed by the appropriate authority clearly stating the annual gross and Loss A/C turn over Sales.

13 | P a g e

NOTE: BLACK & WHITE SCAN MULTIPAGE SCAN DPI MAX 200-300

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

Click the check boxes beside the necessary documents in the My Document 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.

B) Financial Proposal –

i) BOQ – The bidder is to quote the rate online through computer in the space marked for quoting rate in the BOQ. If any bidder is exempted from payment of EMD, copy of relevant Government Order needs to be furnished.

Opening & Evaluation of tender –

Opening of Technical Proposal –

1. A Tender Committee comprising senior officers will open the Technical bid of the Tender.

2. Intending renderers’ may remain present if they so desire.

3. Cover (folder) for Statutory Documents will be opened first and if found in order, cover (folder) for Non-Statutory Documents will be opened. If there is any deficiency in the Statutory Documents the tender will summarily be rejected.

4. Decrypted (transformed into readable formats) documents of the non-statutory cover will be downloaded & handed over to the “Tender Evaluation Committee”.

5. Summary list of technically qualified bidders will be uploaded online.

6. Pursuant to scrutiny & decision of the “Tender Evaluation Committee”. The summary list of eligible bidders & the serial number of work for which their proposal will be considered will be uploaded in the web portals.

7. During evaluation the committee may summon of the bidders & 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.

Opening of Financial Proposal –

1. The financial proposal should contain the following documents in one cover (folder) i.e. Bill of Quantities (BOQ). The bidder is to quote the rate online through computer in the space marked for quoting rate in the BOQ.

2. Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the bidder.

If any bidder fails to produce the original hard copies of the documents like Completion Certificates and any other documents on demand of the “Tender Evaluation Committee” within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies, it may be treated as submission of false documents by the bidder and action may be referred to the appropriate authority for prosecution as per relevant Act.

14 | P a g e

Rejection of Bid –

The Commissioner of Police, Kolkata reserves the right to reject any/or all the tendered rates without assigning any reason and not to place any orders even after selection and is not liable to pay any cost that might have incurred by nay bidder at the stage of bidding and also reserves the right to, divide the contract amongst any number of bidders’, if required so and to place order for more or less than the quantity mentioned in the forecast requirement. The Commissioner of Police, Kolkata does not bind himself to accept the lowest rate.

Award of Contract –

The Bidder whose Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through acceptance letter / Letter of Acceptance. The notification of award will constitute the formation of the Contract.

The Agreement in prescribed format will incorporate all agreements between the Tender Accepting Authority and the successful bidder. All the tender documents including N.I.T. & B.O.Q. will be the part of the contract documents. After receipt of Letter of Acceptance, the successful bidder shall have to submit requisite copies of contract documents downloading from the website stated in Sl. No. 1 of N.I.T. along with requisite cost through Demand Draft issued from any nationalized bank in favour of Commissioner of Police, Kolkata for the concerned work within time limit to be set in the Letter of Acceptance.

Sd/- for Commissioner of Police, Kolkata .

15 | P a g e

CHECK LIST TO BE UPLOADED ONLINE

Ref :NIT: WBKP/CP/NIT- /Clothing/ Uniform/G-items /ICD/TEN/2017-18, NAME OF THE TENDER: ...... NAME OF THE FIRM:……………………………………………………………………………...... FULL ADDRESS OF THE FIRM & BIDDER ( FOR COMMUNICATION)...... ………………………………………………….……………….…...... E-MAIL ADDRESS………………………………………………………………...... CONTACT PERSON RELATING TO THIS TENDER WITH MOBILE NO……………………...... …………………………………………………………………………………………………………...... TENDERING AS: (STATUS OF THE FIRM SHOULD BE GIVEN): ……………………………...... ……………………………...... DETAILS TO BE GIVEN SL ITEMS PLEASE FOR USE OF THE BIDDERS REMARKS (PROVIDE REGISTRATION (FOR OFFICE USE NO MARK NUMBERS WHERE ONLY) APPLICABLE ) 1 EMD IN FAVOUR OF THE COMMISSIONER YES NO OF POLICE, KOLKATA (Online) (In case of exemption, supporting document in support of exemption should be uploaded) 2 COPY OF TENDER FEE IN DEMAND DRAFT YES NO IN FAVOUR OF THE COMMISSIONER OF POLICE, KOLKATA AS PER NIT 3 COPY OF THE LATEST TRADE LICENCE YES NO 4 COPY OF THE PARTNERSHIP DEED/ YES NO INCORPORATION CERTIFICATE/ SOCIETY REGISTRATION COPY 5 COPY OF LATEST PROFESSIONAL TAX YES NO CHALLAN/ ENROLMENT CERTIFICATE 6 COPY OF PAN CARD YES NO (PAN NO TO BE MENTIONED 7 COPY OF INCOME TAX RETURN YES NO 8 COPY OF VAT/CST REGISTRATION & YES NO ACKNOWLEDGEMENT 9 CREDENTIALS YES NO 10 Audited BALANCE SHEET / Profit and loss A/C YES NO 11 Other papers desired if any YES NO Note: 1)The participating bidders are requested to indicate NIT No and the name of Company/ firm or affix their seal at the back of the Demand draft deposited as cost of tender. 2) The bidders are requested to mark all of the above column. 3) If any of the information furnished above are found to be false, action as per tender rule will be initiated

16 | P a g e

SPECIFICATIONS (Measurements) OF DIFFERENT SIZES OF UNIFORMS

Samples of Uniform will have to be produced for all items of fabrication including made to measure uniforms.

17 | P a g e

• Specifications(Measurements) of different sizes of Great Coat Woolen, Blue & Khaki Constables’ Pattern in Meter (for Bulk Fabrication)-

Size Length Chest Muhuri Put Sleeves with Round the Neck (From button half put button hole to ring hole) 1 132 138 39 26 92 158 46

Point :- 1) Collar band will be 5 cms. at the back and 4 ½ cms. at the front. 2) There should be shoulder strap and half belt at the back.

N.B. : For an out-size individual separate measurement slips will be issued. No extra cloth will be supplied and no extra charge will be paid for the same.

SPECIFICATION OF AMMUNITION BOOT & OTHERS

The following items are required as per sizes mentioned below against each:-

SL. ITEM ARTICLES SIZE NO. NO. To be checked 1 40, Boots, Black Ankle plain Chrome, 5,6,7,8,9,10,11 & 12 (standard size & of Bata Shoe Co.) Boots, Black Derby without Toe Caps 2 44 Boots, Black Derby for Officers

3 41 Boots, Black, C.M.P Pattern 5,6,7,8,9,10,11 & 12 ( do)

6 34,35,36 Jersey, Woolen, Navy Blue & Khaki 34,36,38,40,42,44 & 46

11 60 Shoes Black Derby with laces for Motor 5,6,7,8,9,10,11 & 12 (standard size Transport Drivers of Bata Shoe Co.) 12 10 Navy Blue Socks, Woollen 9,10,11 & 12.

13 70 Lady Shoe/ Belle Shoe 2,3,4,5,6 & 7.

14 60 Shoes Black Derby with laces for 5,6,7,8,9,10,11,12 (standard size of Officers without toe cap Bata Shoe Co.) 15 46,47 8,9,10,11,12 ( do )

18 | P a g e

SPECIFICATIONS

ANNEXURE – A

A-I

List of items to be supplied by West Bengal Small Industries Corporation Limited -

1. Aluminium Utensils 2. Cans (made up of G.P. Sheets for milk and measuring) 3. Invalid Wheel chairs 4. Steel Furniture 5. Electric Fan & Electric Goods 6. Buckets (G.I. & Plastic) 7. Plastic Cans / Containers / Thalis etc. and plastic goods 8. Manhole Covers 9. Furniture 10. Shoe Polish & Metal Polish 11. PVC Pipe & Tube 12. Air Conditioner 13. Paint 14. Polythene Sheet (tarpaulin) 15. Websi brand detergent & cake, bulb & battery 16. Bitumen 17. Exercise Book 18. Door & Window Frame.

A-II

List of items to be supplied by the & Village Industries Board, West Bengal -

1. Hand Made paper 2. File Covers & Boards with flap.

A-III

List of items to be supplied by - (i) West Bengal State Handloom Weavers’ Co-operative Society Ltd. (TANTUJA).

1. Cotton 2. Curtain Cloth 3. Duster 4. Garments made of Cotton, Cotton (Terry Cotton), -Vescous (all types including uniforms for children and uniforms for Police, Jails, Forest, Fire Services & other Deptts.) 5. Liveries for Drivers and Group-D employees 6. Patients’ Coats and Pyjamas 7. Surgical Dressing (Gauge & Bandage cloth) 8. Cotton Tape 9. Hospital – Dosuti, Patra, Stretcher-cloth, Tikin Towel etc. 10. Mosquito Netting 11. Towels 12. Bed Sheet & Bed Cover 13. Sarees 14. Dhoties 15. Powerloom Long Cloth ( for Tantusree) 16. Powerloom Markin (for Tantusree). 19 | P a g e

A-IV

List of items to be supplied by West Bengal Handicrafts Development Corporation Ltd.(MANJUSHA), – 1. Knitted Woollen products 2. Dhokra () Mats 3. Door Mats 4. Waste Paper Basket 5. Ready made Garment including School Uniform but excluding uniform for Police, Jails etc. 6. Gift items / Handicraft items 7. Woollen Carpets 8. Woolen Blankets 9. Hospital items excluding gauge and bandage. 10. Attache Cases / Bags 11. Boots & Shoes including ammunition boots and Officers’ boots, gumboots 12. Chappals and 13. Hand Gloves 14. Leather Suitcases 15. Leather Belts 16. Bus and Tram Conductors’ Bags 17. Football and Volly Ball, Jungle Boots, Safety Miner’s Boots of all types 18. Jungle Boot, Safety Miners’ Boots of all types.

A-V

List of items to be supplied by the West Bengal State Handicrafts Co-operative Society Ltd.(Bangasree) -

1. Readymade Uniforms for Primary School children under District Primary School Councils. 2. Summer & Winter liveries for Group-D staff/ Drivers 3. Gift items / handicraft items 4. Handloom Sarees and Dhoties 5. Hospital linen items excluding gauge and bandage.

A-VI List of items to be supplied by the West Bengal Comprehensive Area Development Corporation --

1. Curtain Cloth 2. Duster 3. Liveries for Drivers and Group-D employees 4. Bed Sheet and Bed Cover 5. Knitted Woollen products 6. Coir Door Mat 7. Bags & pouches made of nylon, cloth and jute.

A-VII List of items to be supplied by the Central Engineering Organisation, Dasnagar, Howrah --

1. Machining and Fabrication job 2. Ferrous and non-ferrous casting 3. Industrial Fastener etc. 4. Repair and maintenance of hospital equipments and furniture.

[ NOTE :: Charmaja has been deleted vide G.O.No. 1385-F dt. 20.02.06. ]

A-VIII List of items to be Supplied by the West Bengal Pharmaceutical & Phytochemical Development Corpn LTD. 1. Phenyle (Strong Germicide) 2. Phyto-fresh ( Room Cleaner).

20 | P a g e

ANNEXURE – B

List of items to be procured directly by Govt. Deptts./ Corporations and Statutory Bodies from the registered Small Scale Units –

1. Register and Exercise Book 2. Rubber Hose Pipe 3. Wax Candle 4. Writing Inks and Fountain Pen Inks 5. Office Gum Paste 6. Flooring Tiles 7. Conduit Pipes 8. Stone Chips 9. Dustbin 10. Steel Windows and Ventilators – Metallic 11. Rolling Shutters 12. Buildings Hardware 13. Surgical Gloves 14. Expanded Metal 15. Voltage Stabilizers 16. PVC Cables and Wires 17. Electrical Light Fitting Chokes 18. Metal Clad Switches 19. Sports Goods 20. Brushes (paint) 21. Domestic Electrical Appliances 22. Scientific Laboratory Glassware 23. Tyres & Tubes (cycles) 24. Steel Trunks 25. Tarpauline 26. Readymade Garments 27. Cotton / Woollen Socks 28. RCC Pipes 29. Liquid / Laundry Soap 30. Wood Screw 31. Wire Nails and Horse Shoe Nails 32. Drawing & Mathematical Instruments 33. Lamp Holder 34. Drums & Barrels 35. ACSR & AAC Conductors 36. Glass Ampules (Distilled Water) 37. Wooden Packing Cases 38. Wire Netting 39. Electric Call Bell 40. Wall Clock 41. Office Stationery (like James Clip, Pin, Pin cushion, Table top glass, Paper weight) 42. Agricultural Tools and implements like/ including (Kodali, Prunning Knives, Duster/Sprayer etc.) 43. Personal Weight machines / bathroom scale (for weighing)(used by Doctor/Hospital/Nursing Home) 44. Circular hanging spring bal* 45. Lance upto 200 Kgs. 46. Fire Extinguisher