KOLKATA POLICE

20
1 | Page KOLKATA POLICE WBKP/CP/NIT- 283/Clothing/ Uniform/General/ICD/TEN/2019 Dated:- 12/02/2019 e-Tender for the procurement of Clothing, Uniform & Stitching items (General)Under Annual Tender for the Police Personnel of Kolkata Police for the year 2018-19 & 2019-20 KOLKATA POLICE DIRECTORATE, 18, LALBAZAR STREET, KOLKATA 700001. (Ph:-033-2250-5048) (Fax:-033-2214-5512), (E-Mail:[email protected]) Designed & Computerized By: Tender Section KPD

Transcript of KOLKATA POLICE

1 | P a g e

KOLKATA POLICE

WBKP/CP/NIT- 283/Clothing/ Uniform/General/ICD/TEN/2019 Dated:- 12/02/2019

e-Tender for the procurement of

Clothing, Uniform & Stitching items (General)Under Annual Tender for the Police Personnel of Kolkata Police

for the year 2018-19 & 2019-20

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

(Ph:-033-2250-5048) (Fax:-033-2214-5512), (E-Mail:[email protected])

Designed & Computerized By: Tender Section KPD

2 | P a g e

e-Tenders are invited by Commissioner of Police, Kolkata from the bonafide General Supplier/firms/traders etc. for the procurement of General Clothing, Uniform & Stitching under Annual (part-1)Tender for the Police Personnel of Kolkata Police for the year 2018-19 & 2019-20. The last date of the submission of tender is on 05.03.2019 up to 15.00 hours. . Samples of the same should be submitted to the Office of Inspector, Clothing Department, Lalbazar on 05.03.2019 up to 15.00 hours. The Detailed Tender Document can be downloaded (after Newspaper Publication) from wbtenders.gov.in. Respective Office :- Tender Section, Ground floor Main Building Kolkata Police, Hqrs. Lalbazar, 18, Lalbazar street, Kolkata - 700 001 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(in the prescribed format).

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. 20.00 Lakh (Rupees Twenty lakh) for the last 3 (three) consecutive years. The turnover amount per year desired to be Rs. 10.00 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 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.

14. This supply period of this tender is 1(one) year from the date of issue of LOA/LOI

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 and Stitching (General) under Annual tender (part-1) for the Police Personnel of Kolkata Police for the year 2018-19 & 2019-20.”

2. Brochures of each item must be produced along with the tender.

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. Intending bidder have to deposit the Earnest Money of Rs 100000=00 (Rupees One lakh) only as mentioned against the tendered item along with the sealed tender. Deposit should be made in favour of Commissioner of Police, Kolkata through online only.

6. 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.

7. Any claim of 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. bidders are requested to submit Registration Certificate in support of their claim

8. 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 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.

9. If any bidder disregards these instructions, their tender will be rejected. The department accepts no responsibility for the same. 10. 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 amon 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.

4 | P a g e

11. The stores must be supplied in every respect in accordance with the standard pattern, terms and conditions of the contract.

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

13. 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.

14. All bidders shall submit along with their tender, copy of the valid Trade License, and valid document of Professional Tax & Registration. IT Return, Credentials etc.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 as well.

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

16. 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.

17. Inconsistencies, if any should be brought to the notice of the authority

18. 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)

19. 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

20. 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.

21. 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/submitted with the tender.

22. Intending tenderers can see the “standard” samples in the Central Clothing Stores, Lalbazar on weekdays (except holidays) between 10.00 hours to 16.00 hours.

28. The rates should be F.O.R. destination and include all charges, such as freight, packing, coolie hire, etc. but exclusive of Excise Duties / Sales Taxes as admissible.

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/) 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) is 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/) 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. 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.

5 | P a g e

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 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.

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 amon 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.

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. The words” KOLKATA POLICE” will have to be imprinted on the articles specified in the items in the list.

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

22. 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.

23. Delivery of goods shall not be considered as complete until such goods have been inspected and passed by the Committee appointed for the purpose.

24. All quantities shall be subject to reweighment and count at destination and weighments and count shall be considered final only when certified by the Commissioner of Police.

25. That the Contractor hereby agrees and convenants with the Governor that the clothings, uniform , other items & stores manufactured and supplied by the contractor under these presents shall be manufactured with the best materials available and shall be of best workmanship and the clothings and / or uniforms or other items supplied shall be strictly in accordance with the approved sample and that the said clothing and/or uniform and/or miscellaneous stores would conform to the description and specification mentioned in the schedule of the clothings or if uniforms supplied be not strictly in accordance with the terms of these presents the Governor shall be at liberty and be entitled to reject such goods as may not conform strictly to the sample herein before mentioned in clause (1) or be not in accordance with the description and specification mentioned in the schedule or be not in accordance with guarantee hereby given. The contractor shall if so called upon to do so replace the clothings and uniforms or such of them as may be rejected by the Governor or otherwise the Contractor shall pay to the Governor such damages as may arise by reason of breach of the conditions contained herein : Provided , however, that nothing herein contained shall prejudice any other right of the Governor in that behalf under this presents or otherwise.

26. If the goods supplied do not conform to the accepted sample in all material particulars and description, the Committee mentioned in paragraph 8 may accept the same on condition that a sum not exceeding 10 percent of the accepted rate shall be deducted if the material supplied is required urgently and is considered otherwise acceptable. In case of any dispute over such reduction, the decision of Commissioner of Police, KOLKATA, shall be final and binding on the Contractors.

27. If any rejected goods be not removed as herein before mentioned within 15 days after rejection, the Commissioner of Police, on consignee may sell such goods and deduct from the proceeds any sums recoverable from the contractor as aforesaid and any expense of sale or otherwise and pay the balance to the contractor.

28. No goods shall be deliverable to the clothing department on Sundays or Gazetted holidays without the written permission of the Commissioner of Police, KOLKATA.

6 | P a g e

29. Contractor drawing cloth from the KOLKATA Police for the fabrication of uniforms must have the cloth shrunk prior to making up of the garments.

30. for fabrication of bulk uniforms (item Nos.6,8,9,12,26,27,31,35,36 cloth to be given to the selected contractors as per scale stipulated in the enclosed specification.

31. All woollen articles to be supplied in polythene bags.

32. Two numbers prototypes samples of the accepted articles in respect of item nos. 1, 2,4, 6, 9,12, 19, 20,24,26, 27,28,30,32,33,34,37,38, must be submitted to the Central Clothings Stores, Lalbazar for approval of the Deputy Commissioner of Police, Headquarters,KOLKATA within 15 days from the date of receipt of acceptance letter. For these items cloths & pocketing cloth must be mentioned.

33. With regard to Cotton Textile Materials the tenderers are to quote only for the making charges of the kits and also to state the meterage required (except bulk uniform) for each item with the exception of Pugree Cloth, Finge Cloth, Waterproof Cloth. The cloth will be supplied by KOLKATA Police against cloth security (in Fixed Deposit Receipt of Nationalised Bank duly pledged to the Commissioner of Police, KOLKATA) to be deposited by the selected contractor for fabrication of uniforms.

34. 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.

35. 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 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.

36. 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.

37. 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.

38. Important Time Schedule-___Date & time schedule

Sl No. Particulars Date & time

1 Date of uploading of N.I.T Documents online(publishing date) 12.02.2019

2 Documents download/sell start date(Online) 12.02.2019 at 15.00 hours

3 Documents Download/Sell End date(online) 05.03.2019 at 15.00 hours

4 Bid submission start date(online) 13 .02.2019 at 18.00hours

5 Bid submission closing date(online) 05.03.2019 at 15.00 hours

6 Bid opening date 07.03.2019 at 15.00 hours

39. Bid opening Location – Office of the Commissioner of Police, Kolkata, 18 Lalbazar Street, Conference Room(II), Kolkata – 700 001.

7 | P a g e

LIST OF ITEM

Item No Description of the items REQUIRE-MENT

Rate to be quoted in BOQ

Stitching Items for Police Personnel/Combat/Commando/RAF/Mounted Police

1 White Snowball, Staff Jacket Open Breast for Inspector with Plastic Button 20- Nos Per piece

2 Shirt, White/Khaki Popline full sleeves for Inspector with plastic Button 1500- Nos Per piece

3 Shirt, White Poplin half sleeves N.R

4 Breeches, White Gabardine for Mounted & Motor Cyclist, Inspectors & Sergeants. 1000-Nos Per piece

5 Breeches, White Terry Cotton for Mounted & Motor Cyclist Inspectors & Sergeants. 2500-Nos Per piece

6

Shirt, White Gabardine half sleeves, for Officers, Head Constables with Plastic Button.

N.R

7

One set Terry Cotton white uniform for all rank (one shirt & one trouser) with plastic button(Stitching)

40000-Set Per Set

8

Long Slacks, White Gabardine for Head Constables with white buttons with loop for Belt and Blue Drill Slacks for K.M.P. Syces.

N.R

9 Long Slacks White T.C. 2500-Nos Per piece

10 White Hand Gloves. (Long up to elbow) 3000-Pairs Per Pairs

11 White Armlets. (Long size). 1000-Pairs Per Pairs

12 Tunic White Snowball for Constables. 500-Nos Per piece

13 Coat Gabardine for Sergeants, 500-Nos Per piece

14 Kamar Bandh (Navy blue/white, Navy blue/ yellow), Scarf, Zabba (Normal) 1500-Set Per Set

15

White Gabardine four wheelers seat cover (Stitching) (As per measurement of the Vehicles)

1000-Nos Per piece

16 Combat Uniform Camouflage (Stitching Charges) 2500-sets Per Set

17 Turban (Pugree) for Ceremonial dress, Complete set for KAP. 200-Sets Per Set

18 Blue T.C. Jumpers for Launch Staff P.D. 150-Nos Per piece

19 Blue T.C. Pyjamas for Launch Staff P.D. 150-Nos Per piece

20 Dungree Breeches, Terry cotton Blue, for Sowars of KMP with Black buttons. 300-Nos Per piece

21 Shorts Khaki Gabardine (Bulk) with Khaki Pocketing Cloth. 1500-Nos Per piece

22 Shorts Khaki T.C (Bulk) with Khaki Pocketing Cloth. 5,000-Nos Per piece

23

Slacks, Khaki full slacks for Armed Police with khaki button & khaki pocketing cloth with plastic button for Inspectors.

N.R

24 Shirts, khaki half sleeves T.C for all rank other than Inspectors with plastic button (Bulk). 5,000-Nos Per piece

25

One set T.C khaki uniform for all rank (one shirt & one trouser) with plastic button (Stitching charges)

40000-Set Per Set

26 T.C Shirts of KMP N.R

27

Khaki cord breeches for Sergeants & Sowars of KMP with khaki button loops for belt and khaki pocketing cloth.

500-Nos Per piece

28 Khaki T.C breeches for Sergeants, Sowars of KMP + T Shirts. 1000-Nos Per piece

29 Khaki, Cotton Gabardine full slacks for Sepoys &Constable Drivers with Khaki Button loops for belt and khaki pocketing cloth.

500-Nos Per piece

30 Khaki, T.C full slacks for new Recruits (Bulk). 5,000-Nos Per piece

31 Khaki overalls full sleeves for Armourers with khaki button & khaki pocketing cloth (T.C).

1000-Pairs Per pairs

32 Blue Camauflage uniform full sleeves for RAF with Plastic one buttons & black pocketing cloth. With “RAF Logo”.

1000-Sets Per Set

33 Salwar Kameez for Women Police, Shoulder Strap of salwar suit is white & belt is white.

3500-Set Per Set

34 Allocation for mosquito netting nylon and sanjam cloth at bottom, tape and fabrication charge.

20,000-Nos Per piece

35 Uniform Camauflage for Commando /RAF (stitching) RAF-1000, COMANDO-1000 2000-Nos Per piece

36 Dungree Khaki /Camouflage/Blue/O.G 1500-Nos Per piece

37 Black Dungree T.C./Khaki T.C Dungree 1000-Nos Per piece

38 Snowball Uniform Stitching for TP Personnel & W.B Personnel 300-Sets Per sets

8 | P a g e

39 O/B Coat Snowball Stitching with breaches 20-Sets Per sets

40 Tunic & Breaches Stitching Snowball 300-Sets Per sets

41 Navy Blue Breaches 150-Sets Per sets

42 Tunic & Snowball Stitching & Black Trouser with pink Border (K.P. Band) 300-Sets Per sets

43

Seat Cover of vehicles (Stitching) 2 wheelers (As per measurement of the Vehicles)

500-Nos Per piece

44 OB coat Stitching with black pant with pink border ( KP Band) 20-Nos Per piece

45 Half Pant White T.C. for RAF/ Commando/Combat Bn(Stitching) 1000-Nos Per piece

46 Half Pant Black T.C. for Commando (Stitching) 1000-Nos Per piece

47 Half Pant Khaki T.C. for RAF/ Commando/Combat (Stitching) 2000-Nos Per piece

Supply

48 Turban (Pugree) for Ceremonial dress, Complete set for KAP. 200-Sets Per Set

49 Whistle Cord, Navy blue 20000-Nos Per piece

50

Lanyard, pistol chord Black/white (Spl. Type) for RAF& Commando/ Combat, Black-1000, White-3000.

4000-Nos Per piece

51 Whistle cord black ,Combat Bn 1500-Nos Per piece

52 Black Anklet (Spl. Type) 5000-Pairs Per Pairs

53

Khaki Ankle Puttes, superior quality with khaki tape (4” x 36”, preferably to be woven separately and not cut out from a sheet, colour fast, should not shrink in ordinary wash.

4000-Pairs Per Pairs

54 White Orna for Women Police. 3500-Set Per Set

55 Kullas, Navy Blue for Sowars of KMP. 100-Nos Per piece

56 Back Number (for Trainee recruits) 1000-Nos Per piece

57 Khaki waterproofs, cavalry pattern for Sowars & Sergeants for KMP with khaki bone button 200-Nos Per piece

58

Khaki waterproofs for all ranks with khaki bone button Duck back [K.P. printed]. (IS-2422:1985)

15,000-Nos Per piece

59 Water Proof White , Two parts, (Branded quality) 6000-Nos Per piece

60 Navy Blue Waterproof for RAF(As per sample) (IS No: 2422: 1985) 400-Nos Per piece

61 Olive Green Waterproof for SF (As per sample) (IS No: 2422: 1985) 2500-Nos Per piece

62 Jungle Cap, Khaki /Combat with Velco at the back 2000-Nos Per piece

63 Sports Cap, White with Velco at the back 4000-Nos Per piece

64 Kolkata Police Flag (6 ft. x 4 ft.) 500-Nos Per piece

65 Canvas shoe-White-(IS-2422:1985) 8000-Pairs Per Pairs

66 Canvas shoe-Brown-(IS-2422:1985) 6,000-Pairs Per Pairs

67

Brace webbing left and right, khaki (military pattern) (1.12-1.17cms., 1.17-1.22cms.1.22-1.27cms

1000-Nos Per Pairs

68

Belt Webbing khaki with brass fittings (111.76 – 116.84, 116.84 – 121.92, 121.92 -127.00 cms.) & Belt Webbing blue for KMP Syces.

3500-Nos Per Pairs

69 Triple pouches khaki ammunition webbing (military pattern). 1000-Nos Per piece

70 Rifle Sling, khaki webbing (ICD). 3000-Nos Per piece

71 Rifle Sling, synthetic (as per sample). 3000-Nos Per piece

72 SLR Sling – 4’ 3” X 1” (Synthetic). 2000-Nos Per piece

73 Carbine Sling (Synthetic). 1000-Nos Per piece

74 AK -47 Rifle Sling (Synthetic). 250-Nos Per piece

75 Frog Mk .4, Type, Khaki Webbing (military pattern). 1,000-Nos Per piece

76 Feog Mk. III Type, Khaki Webbing (military pattern). 1,000-Nos Per piece

77 Anklet Nylon Black for T.P. 4000-Pairs Per piece

78 Webbing Anklet Khaki (R.P.). 4000-Pairs Per piece

79 Webbing Anklet white big size. 200-Pairs Per Pairs

80 Khaki lanyards with plated hook for Revolver. 6000-Nos Per Pairs

81 White lanyards with plated hook for Revolver. 10000-Nos Per Pairs

82 Body protector with elbow and shin guard , Khaki Colour (Complete set) 2500-Nos Per piece

9 | P a g e

83 Special type white T Shirt (Good quality) 3500-Nos Per piece

84

Special type of running canvas shoe (Power Keds) for RAF/ Commando/ SFTC/ Combat Bn)(IS-3735:1996)

3000-Nos Per piece

85 Shoulder Ribbon, blue & red and blue, white and blue. W/B- 2500, R/B- 2500. 5,000-Nos Per piece

86 Cap badges, white metal with State Emblem with KOLKATA POLICE. 3,000-Nos Per piece

87 Ceremonial Pugree, Komar Bandh, Zabba Scare with Red & Black Border (Complete set) 200-sets Per piece

88

Ceremonial Scarf/ Komor Bandh/Zabba with Blue & white or red & black border(Complete set)Spl. Type

500-sets Per piece

89 Ceremonial Komar Bandh golden zori/ Scarf golden zori/ zabba golden zori (complete set) 200-sets Per sets

90 U-Type ARM Badge 300-sets Per sets

91 Kolkata Police ARM Badge 300-sets Per sets

92 Ribbon (Blue) / (Golden) / (White) 2000-Mtrs Per Mtrs

95 Black Thread 2000-Mtrs Per Mtrs

96 Shoulder Flap K.P (Uniform) Colour) for Combat Bn (As per requirement) 1500-Pairs Per Pairs

97 Duster Feather(Original) 600-Nos Per piece

98 White full gaiters 800-Nos Per piece

99 Hackles Blue & white 1000-Nos Per piece

100 Hackles Orange & Blue 500-Nos Per piece

101 Patent Leather Cross Belt (Officers) Cerimonial 300-Nos Per piece

102 Patent Leather Const. Belt (Constables) Cerimonial 600-Nos Per piece

103 Patent Leather Black Manick Shaw Belt for band 400-Nos Per piece

104 Duster Cloth Red (Big) 1000-Nos Per piece

105 Red Sash 500-Nos Per piece

106 Black Sash 100-Nos Per piece

107 TP Name Plate, metal 200-Nos Per piece

108 Carpet Green for gypsy Vehicle 2000-Sq mtr. Per sq.mtr.

109 Kolkata Police Car Flag 20-Nos Per piece

110 Solder Appaulate golden for band personnel 100-Nos Per piece

111 Golden whistle cord, big size 200-Nos Per piece

112 ADC sholder Appaullate, golden 10-Nos Per piece

113 White hand gloves (cotton) 3000-Pairs Per Pairs

114 Thick Soled Sports Shoes 2000-Pairs Per Pairs

115 Scarf 200-Nos Per piece

116 Ice Jacket 500-Nos Per piece

117 Bed Roll 2000-Nos Per piece

MOUNTED POLICE ITEMS

118 Kullas, Navy Blue for Sowars of KMP. 100-Nos Per piece

119 Khaki Pugrees for Sowars of KMP (8.25 mtrs x 90 cms) 200-Nos Per piece

120 Graiter for Horses (Blue & white) 500-Nos Per piece

121 White Cherry Cleaner 200-Nos Per piece

122 Chole Metal 200-Pairs Per Pairs

123 Lancey Buckey 200- Pairs Per Pairs

124 Namnaah 200-Nos Per piece

125 Lance Flag (Blue & White) 200-Nos Per piece

126 Ring Boot Coronet 200-Nos Per piece

127 Bosses 500-Nos Per piece

128 Brass KMP Letters. 100-Pairs Per Pairs

129 White KMP Letters. 50-Pairs Per Pairs

HELMET, CAPS 130 Fatigue Cap, Khaki drill. 5,000-Nos Per piece

131 Helmet: Fibre with iron net, Khaki (Good quality).IS NO- 9562-80, IS No-9995-81 8000-Nos Per piece

132 Helmet: Fibre without visor, White (Good quality). S NO- 9562-80 & IS No-9995-81 5706-Nos Per piece

133 Cricket Helmet (ISI Mark) 5000 Nos Per piece

10 | P a g e

134 Beret Cap is special type Black. 2000-Nos Per piece

135

Khaki berets for A.P. with nylon band (superior quality) at the brim open ends of adjustable strings should be just in between beret cap holes.(ISI No: 5085-1976)

10000-Nos Per piece

136

Cap, Blue/Khaki roderick pattern with strap around front for Sergeants, Sub-Inspectors & ASIs. (Navy Blue-6000 & khaki-1000).

7000-Nos Per piece

137

Navy Blue Berets with nylon band, superior quality at the brim open ends of the adjustable strings should be just in between beret cap holes.( ISI No : 5085-1976

15000-Nos Per piece

138 Caps, broderick with braidings for Inspectors(Blue) 1000-Nos Per piece

139 Caps, broderick with braidings for Inspectors ( Khaki) 300-Nos Per piece

140 RAF Poly Carbonate helmet for Gents. 200-Nos Per piece

141 RAF Poly Carbonate helmet for Ladies. 200-Nos Per piece

MISCELLANEOUS 142 Umbrella, black, straight handled with white cover for T.P.(K.P. Printed) 2000-Nos Per piece

143 Umbrella Special quality, Big Size, Colour.(K C paul & Sons) 1500-Nos Per piece

144 Umbrella, (Black) special quality.(Mohendra Dutta/K.C. Pauls) 2000-Nos Per piece

145 Batons of solid poly carbonate lathi: (92cms. Length X 8.5 cms.dia). Solid 8000-Nos Per piece

146 Dhals (Shield) (51cms. X 102cms.).poly carbonate 1000-Nos Per piece

147 Chain (5 ft) for S.L.R. (as per sample) I.C.A. 200-Nos Per piece

148 Stars, white metal for Inspectors. 1000-Nos Per piece

149 Stars, white metal for five pointed. 5000-Nos Per piece

150 K.P. Buttons, white metal, large with State Emblem with KOLKATA POLICE for Tunic 1000-Nos Per piece

151 K.P. Buttons, white metal, small with State Emblem for Tunic 1,500-Nos Per piece

152 K.P. Letters, white metal for Inspectors, Sergeants, Sub-Inspectors & ASIs. 10,000-Pair Per Pairs

153 Unit Numerals (to be quoted per digit). 1,00,000-Digit Per Digit

154 R.P. Letters with red band (complete). 100-Nos Per piece

155 White K.A.P. Letters. 1000-Pairs Per Pairs

156 Brass K.A.P. Letters. 5,000-Pairs Per Pairs

157 Brass K.P. (W) Letters. 100-Pairs Per Pairs

158 Helmet badge, White metal for Inspectors, Sub-Inspectors, Sergeants & ASIs with State 4 Emblem. 1,000-Nos Per piece

159 K.P. Letter, Brass for Constable & Constable Drivers. 6,000-Pairs Per Pairs

160 Jack Spurs with chains, rustless and spur strap superior quality. 100-Pairs Per Pairs

161 Whistles. 70-Gross Per Gross

162 Plated Handcuffs. Of different sizes. 300-Pairs Per Pairs

163 Handcuffs. (Sachet teeth type) 1000-Pairs Per Pairs

164 Brass Badge for Helmet. 2500-Nos Per piece

165 Beret, Badges, White, K.A.P. with State Emblem. 100-Nos Per piece

166 Beret, Badges, Brass, K.A.P. with State Emblem. 4,000-Nos Per piece

167 Beret, Badges, Brass, K.P. with State Emblem. 5,000-Nos Per piece

RAF / COMBAT / COMMANDO ITEMS (Specialized Force) 168 Bandana or Black Fetty. (Commando/SFTC) 1000-Nos Per piece

169 P.T. Uniform (Track suit) Blue/Black /O.G. etc.(As per requirement) 4000-Nos Per piece

170 Vest Camouflage for O.G. (Combat/ Commando/SFTC 3500-Nos Per piece

171 Vest camouflage Blue 500-Nos Per piece

172 Jacket for RAF. 250-Nos Per piece

173 Jacket for commando - Olive Green 200-Nos Per piece

174 Camouflage Jacket for Combat –Spl type 800-Nos Per piece

175 Pee Cap Black with logo. 1500-Nos Per piece

176 Black "T" Shirt.with logo.(for Commando/SFTC) 1500-Nos Per piece

177 Cap badge KP monogram black cloth with velco RAF/Combat/Commando) 2000-Nos Per piece

178 Combat/ Commando/RAF letter black cloth with velco. 2000-Pairs Per Pairs

179 Insignia (Combat/RAF/Commando) Stitched 4000-Nos Per piece

180 Name plate black cloth with velco (RAF,Combat & Commando) 2,000-Nos Per piece

181

Inspector shoulder Flap embroided (uniform colour) (Camouflage cloth)(Combat, Commando, RAF)

50-Pairs Per Pairs

182 S.I /Sgt. Shoulder Flap (RAF, Commando, Combat) 150-Pairs Per Pairs

183 Sgt/S.I Shoulder Flap for Combat/Commando (Comouflage cloth) 150-Pairs Per Pairs

184 Subedar Shoulder Flap (Uniform colour) (Comouflage cloth) (Combat,Commando,RAF) 150-Pairs Per Pairs

185 Ar. ASI / ASI Shoulder Flap (Uniform Colour) (Combat,Commando,RAF) 150-Pairs Per Pairs

11 | P a g e

186 INSAS Magazine pouch, special type for Combat 800-Nos Per piece

187 S.M.C Magazine Pouch, Special type (Combat/ Commando) 500-Nos Per piece

188 S.M.C Sling, Special type (Combat-100,Commando-100) 200-Nos Per piece

189 Balaclava (Commando/ Combat) 1200-Nos Per piece

190 Commando Letter/RAF Letter /Combat Letter 2000-Pairs Per Pairs

191 Arm Badge for RAF, Combat Bn & Commando (Combat-900,RAF-700, Commando-400) 2000-Nos Per piece

Home Guard and Volunteers 192 Saree Khaki 409- Pcs. Per piece

193 Blouse Khaki 409 -Pcs. Per Pieces

194 Jersey / Jacket 2706 -Pcs. Per piece

195 Socks Khaki 2706 -Pair Per Pair

196 Officers Cap 76 -Pcs. Per pieces

197 Cap Berret (Khaki) 2706- Pcs. Per piece

198 Cap Badge 2706- Pcs. Per piece

199 K.H.G. Letter 2706- Pair. Per Pair

200 Officers Cross Belt (Brown) 76 -Pcs. Per piece

201 Officers Web Belt (Brown) 76 -Pcs. Per Pairs

202 Web Belt 2706 -Pcs. Per piece

203 Water Proof 2706- Pcs Per piece

204 Lanyard (Black) 76 -Pcs. Per Pairs

205 Lanyard 2706 -Pcs. Per piece

206 Helmet 2706 -Pcs. Per piece

207 Cardigan Khaki/ Blue 426-Pcs. Per piece

NOTE:Interested bidders may visit office of Inspector Clothing Department, Lalbazar for information regarding the above items, if any INSTRUCTIONs TO THE BIDDERS

I. General guidance for e-Tendering – Instructions/ Guidelines for electronic submission of the tenders have been annexed for assisting the bidders to participate in e-Tendering.

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 net 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 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.

a) 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.

b) 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.

c) 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) OTHER DOCUMENTS iii) AGREEMENT PAPER iv) CHECK LIST

12 | P a g e

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

Sl. No.

Category Name Sub-Category Description

Detail(s)

A. Certificate(s) Certificate(s)

GST Registration Certificate & Acknowledgement.

PAN & I.T. Return. For 2016-17,2017-18, (F.N)

P Tax Enrolment & Challan (2017-18).

B. Company Detail(s) Company

Detail

Proprietorship Firm (Trade License)

Partnership Firm

(Partnership Deed, Trade License)

Ltd. Company

(Incorporation Certificate, Trade License)

Society

(Society Registration Copy, Trade License)

Power of Attorney.

C. Credential-1 Credential-1

1. Similar nature of work done/Payment certificate, which is applicable for eligibility

in this tender

2. Undertaking regarding blacklisting

3. Latest Audited Balance Sheet/Profit & Loss Account/ Bank Solvency Certificate.

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 Officer appointed by the authority 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.

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 amon 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.

13 | P a g e

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.

Samples of Uniform will have to be

produced for all items of fabrication including

made to measure uniforms.

SPECIFICATIONS

(Measurements)

OF DIFFERENT SIZES OF

UNIFORMS

14 | P a g e

Cloth to be given for fabrication of Bulk Uniform Vide Item No. 6,8,9,12 & 26,27,31, 35,36 as per scale

mentioned below :

Item Number Cloth Width 06 1.30 Mtrs. 135 Cm. Pocketing Cloth (Should be mentioned) 8,9 1.25 Mtrs. 135 Cm. “ “ “ “ “ 12 0.77 Mtrs. 135 Cm. “ “ “ “ “

26,27 0.77 Mtrs. 135 Cm. “ “ “ “ “ 31 1.30 Mtrs. 135 Cm. “ “ “ “ “

35,36 1.25 Mtrs. 135 Cm. “ “ “ “ “

� Width of Clothes to be supplied to the selected Contractors for Fabrication of Uniforms & Clothings:-

Sl.No Item Cloth Sl.No. Item Cloth

01. White Gabardine Cotton 135 Cms. 07. Khaki Cellular 84 Cms.

02. Khaki Gabardine Cotton 135 Cms. 08. Mosquito Netting 127 Cms.

03. Blue Drill 135 Cms. 09. Long Cloth for Mosquito

Netting White / Khaki.

122 Cms.

04. Long Cloth for Pocketing 122 Cms. 10. Terry Cotton White

/ Khaki.

135/136 Cms.

05. Khaki Cord 135 Cms. 11. Black T.Cotton Cloth 135 Cms.

06. White Popline 74 Cms. 12. Grey T.Cotton Cloth 135 Cms.

• Specification (Measurements) of different sizes of Shirts, Khaki & White (Half/ Full Sleeves) in Cms.

(For Bulk Fabrication).

Size Lengt

h

Chest (Button

hole to button)

Put Half

Sleeves

Width of

Sleeves

Cuff Skirt Neck

1 87.00 127.00 25.40 26.30 46.80 24.80 142.20 45.10

GENERAL INSTRUCTIONS 1) Pleat on which the button holes should be 4 cms. width.

2) The muhuri fold should be 4 cms. width.

3) Shoulder strap should be 4 cms. at the top (i.e. across the centre of the button) and 6 cms. at the base.The top of the

shoulder straps should be very near the best of the collar.

4) Thread used for stitching should be strictly fast Khaki shade, 8 button holes for use with metal buttons.

5) The size of the pocket is 17 cms.x 15 cms. Pleat on the middle of the pocket 4 cms. wide.(Flap of the pocket 7 cms. with

three ends. Pockets to be 1 cm. Away from the button-hole pleat). The upper end of the pocket to be in line with second

button from the bottom of the button-hole pleat, and pocket flaps to be held down with anticorrowive superior quality

Press Button.

6) Collar 9 cms. at the ends and 5 cms. at the centre of the neck.

7) Iron proof buttons and fast coloured six cord thread are to be used.

8) The Fabrication items of uniform will be in general sizes.

9) Button holes should preferable be machine stiched.

• Specifications(Measurements) of different sizes of Shorts, White and Khaki Sepoys Pattern in Cms.(for Bulk

Fabrication)

Size Length Waist Round the knee Seat High (Round)

1 53.30 111.76 81.24 124.00 84.00

GENERAL INSTRUCTIONS 1) Waist band 7 cms.

2) Muhuri fold 5 cms. 3 loops measuring 8 cms. in length, 11 buttons, khaki horn of uniform quality. Fast coloured

stitching thread.

3) There should be double stitching in the inside length- one for inside and other for outside.

4) Samples of all sizes are to be submitted.

5) There should be two pleats in each side of front portion – the total gathering being 13 cms. at the most.

6) Pocketing should be of Khaki Cellular (fast colour) in Khaki short and long cloth bleached in white short.

7) Iron proof button and fast coloured six cord thread are to be used.

8) The Fabrication items of uniform will be in general sizes.

9) Button holes should preferably machine stiched.

10) Samples of Uniform will have to be produced for all items of Fabrication.

15 | P a g e

• Specifications (Measurements) of different sizes of Cotton Slacks, Khaki, White, Navy Blue & Driver Pattern in

cms.(for Bulk Fabrication)-

Size Length Waist Seat Inside Length Round the button High(Round) 1 116.84 111.76 124.00 81.28 51.30 84.00

GENERAL INSTRUCTIONS 1) Waist band 7 cms.

2) Muhuri fold 7 cms. 3 loops measuring 8 cms. in length, 11 buttons of uniform quality.

3) There should be double stitching in the inside length- one for inside and other for outside.

4) Samples of all sizes are to be submitted.

5) There should be two pleats in each side of front portion – the total gathering being 13 cms. at the most.

6) Pocketing should be of Khaki Cellular (fast colour) in Khaki slacks and long cloth bleached in white slacks.

7) Iron proof button and fast coloured six cord thread are to be used.

8) The Fabrication items of uniform will be in general sizes.

9) Button holes should preferably machine stiched.

10) Samples of Uniform will have to be produced for all items of Fabrication.

Specification (Measurements) of different sizes of Water-Proofs, Khaki, for all ranks in Cms.

Size Length Chest

(From button hole

to button)

Sleeves with

half put

Round the button Muhuri Neck

1 138 138 90 162 42 43

Supply will be as follows :-

Size No. 1

Specification (Measurements) of different sizes of Water-Proofs, White for T.P.in Cms.

Size Length Chest

(From button hole

to button)

Sleeves with half

put

Round the

button

Muhuri Neck

1 148 148 92 167 42 48

Supply will be as follows :-

Size No. 1

Specification (Measurements) of different sizes of Water-Proofs, White for Ladies with belts & buckles in Cms.

Size Length Chest

(From button hole

to button)

Sleeves with

half put

Round the button Muhuri Neck

1

123

128

85

152

37

42

N.B. : For an out-size individual separate measurement slips will be issued. No

extra cloth will be supplies and no extra charge will be paid for the same.

16 | P a g e

SPECIFICATION OF ITEMS

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

SL. NO.

ITEM

NO. ARTICLES SIZE

4 64,65 Shoe, White Brown Canvas for Cadet

Sergeants, Sub-Inspectors, Drill Instructor

& recruit Constables. 5,6,7,8,9,10,11 and 12

5 79B Singlet, White “V” Collar

34,36,38, and 40

7 127,128 Helmet, plastic/ steel 6, 6 ¼, 6 ½, 6x5/8, 6 ¾, 6x7/8, 7, 7x3/8

and 7 ¼. 8 133,135 Beret, Khaki & Blue Woollen

20 ½, 21, 21 ½, 22, 22 ½, 23, 23 ½

9 136,137

Cap Blue Broderick 19, 19 ¼, 9 ½, 19 ¾, 20, 20 ¼, 20 ½, 20

¾, 21, 21 ¼, 21 ½, 21 ¾, 22,

22 ¼, 22 ½, 22 ¾, 23 & 24.

10 160 Plate Handcuffs

Large, medium & small.

17 | 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 Khadi & Village Industries Board, West Bengal -

1. Handmade paper

2. .File Covers & Boards with flap.

A-III List of items to be supplied by - West Bengal State Handloom Weavers’ Co-operative Society Ltd.

(TANTUJA).

1. Cotton Hosiery

2. Curtain Cloth

3. Duster

4. Garments made of Cotton, Polyesters Cotton (Terry Cotton), Polyester-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 Linens – Dosuti, Patra, Stretcher-cloth, Tikin Towel etc.

10. Mosquito Netting

11. Towels

12. Bed Sheet & Bed Cover

13. Sarees/Dhoties

14. Powerloom Long Cloth ( for Tantusree)

15. Powerloom Markin (for Tantusree).

18 | 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 (Jute) Mats/ Coir Door Mats

3. Waste Paper Basket 4. Readymade Garment including School Uniform but excluding uniform for Police, Jails etc.

5. Gift items / Handicraft items

6. Woollen Carpets/Woole

7. Hospital linen items excluding gauge and bandage.

8. Attache Cases / Bags

9. Boots & Shoes including ammunition boots and Officers’ boots, gumboots

10. Chappals and Sandals

11. Hand Gloves

12. Leather Suitcases

13. Leather Belts

14. Bus and Tram Conductors’ Bags

15. Football and Volly Ball, Jungle Boots, Safety Miner’s Boots of all types

16. 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).

19 | 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

20 | P a g e

CHECK LIST TO BE UPLOADED ONLINE

NIT No: ………………..

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 NO

ITEMS PLEASE MARK

FOR USE OF THE BIDDERS(PROVIDE REGISTRATION NUMBERS WHERE APPLICABLE )

REMARKS (FOR OFFICE USE

ONLY)

1 EMD IN FAVOUR OF THE COMMISSIONER OF POLICE, KOLKATA (ONLINE ONLY)

YES NO

2 COPY OF THE LATEST TRADE LICENCE YES NO

3 COPY OF THE PARTNERSHIP DEED/ INCORPORATION CERTIFICATE/ SOCIETY REGISTRATION COPY

YES NO

4 COPY OF LATEST PROFESSIONAL TAX CHALLAN/ ENROLMENT CERTIFICATE

YES NO

5 COPY OF PAN CARD (PAN NO TO BE MENTIONED

YES NO

6 COPY OF INCOME TAX RETURNS YES NO

7 COPY OF GST REGISTRATION (GSTIN) YES NO

8 CREDENTIALS-1 YES NO

9 CREDENTIALS-2 YES NO

10 Whether your firm has been blacklisted within the last years & declaration uploaded

YES NO

Note: 1 The bidders are requested to see that all of the above column are marked. 3) If any of the informations furnished above are found to be false, action as per terms & conditions of tender will be initiated