To, Date: M/s

Similar documents
Hkkjrh; d`f=e vax fuekz.k fuxe

NOTICE INVITING TENDERS

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI

Critical Dates. Date & time of pre-bid meeting : at 3.00 p.m. Last date & time of submission of Tender/Bid : at 3.00 p.

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

BANK OF BARODA GREATER MUMBAI ZONE MUMBAI

Employees State Insurance Corporation Hospital, Manesar

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

TENDER DOCUMENT FOR SECURITY SERVICES INSTITUTE OF HOTEL MANAGEMENT, CATERING & NUTRITION LIBRARY AVENUE, PUSA, NEW DELHI

Notice Inviting Tender.

APPAREL EXPORT PROMOTION COUNCIL

Persons to clean the institute including washrooms

Balmer Lawrie & Co. Ltd., SBU Performance Chemicals 32, Manali, Chennai (Regd. Office: 21, N.S.Road, Kolkatta )

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

CCI/GNT/ ADM / S.G/ / Date: SHORT TENDER NOTICE FOR ENGAGEMENT OF SECURITY GUARDS ON CONTRACT BASIS FOR GODOWN SECURITY.

Telephone : Fax :

Phone No

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

TENDER NOTICE NO.01/2016. Sub: Providing Security Services on Contract basis

Tender for Manpower Outsourcing Prescribed Date & Time for Receiving Bids : 29/06/2017 upto 10:00AM To be opened on 29/06/2017 at 10:30 P.M.

TENDER FOR SKILLED MANPOWER (DATA ENTRY OPERATOR) TO JIWAJI UNIVERSITY GWALIOR

GOVERNMENT OF KARNATAKA BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON

(F.No. IG/RC-CHN/F&A/Security/1.25/16)

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

TENDER FOR SALE OF OLD/CONDEMNED VEHICLE OF CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

Tender Notice for security services

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

Sports Authority of India, Sports Training Centre, Dharamshala.

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

PAWAN HANS LIMITED. (A Govt of India Enterprise) Ground Floor, Manoramaloy, VIP Airport Road, Guwahati

Invitation to Limited Tender Enquiry

BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No.

TENDER NOTICE. Interested parties may buy Tender papers from the office of the Addl. General

NHF/2/Outsourcing/2012 Date: TENDER NOTICE

EXPRESSION OF INTEREST FOR EMPANELMENT OF MANPOWER AGENCY FOR SUPPLY OF MANPOWER IN DELHI OFFICE & NOIDA OFFICE OF THE INSTITUTE

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated

Regional Manager(E&OS) Date:

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

:: PEPSU ROAD TRANSPORT CORPORATION, PATIALA::

ICSI HOUSE, C-36, Sector-62, Noida

State Institute of Health and Family Welfare Jhalana Institutional Area, South of Doordarshan Kendra, Jaipur Ph , , Fax

TENDER DOCUMENT SECURITY CONTRACT

M/s TENDER FORM NO TENDER FORM FOR THE SUPPLY OF

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai

BHARAT HEAVY ELECTRICALS LIMTIED 15TH FLOOR CENTRE - I, W.T.C. CUFFE PARADE, MUMBAI

INDIAN INSTITUTE OF SCIENCE BENGALURU

र ष ट र य प र द य ग क स स थ न प द च च र क र क क ल NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Karaikal Union Territory of Puducherry

TENDER SCHEDULE FOR MAN-POWER SUPPLY CONTRACT IN GANDHAMARDHAN REGION, OMC LTD. FOR THE YEAR (w.e.f. 1/08/2017 to 31/03/2018)

TENDER NOTICE Notice Inviting the Tender for the Sale of Scrap Items:-

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

NATIONAL TRAINING ACADEMY EMPLOYEES STATE INSURANCE CORPORATION DWARKA SECTOR-23, NEW DELHI Phone: , Fax:

ICSI HOUSE, C-36, Sector-62, Noida

NOTICE INVITING QUOTATION (NIQ) FOR

Administration of Dadra and Nagar Haveli,U.T. (Revenue Department) Silvassa. No.RD/Sub-Jail/Out Sources-Sweeper/Part-II/2015/2412 Dated- 10 /08/2015

No. RLIC/MP/HOO/ Dated: 13th February, Notice inviting tenders for outsourcing security service

F. No. 22(7)/NBB/Security/2019 Dated :

MMTC LIMITED NEW DELHI. No. MMTC/A 278/2001 2/CT Dated : NOTICE INVITING TENDER

NOTICE INVITING TENDER

ELECTION COMMISSION OF INDIA SERVICES & MAINTENANCE SECTION

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

TENDER FORM HIRING OF STAFF CAR FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

SATYAJIT RAY FILM & TELEVISION INSTITUTE E. M. Bypass Road Panchasayar Kolkata TENDER NOTIFICATON

SETTING UP OF BUSINESS CENTRE DURING 57 th AND 58 th EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD DURING JULY, 2016 AND JANUARY, 2017

NATIONAL FERTILIZERS LIMITED, BATHINDA (P&A DEPT.) NOTICE INVITING TENDER. No: NFB/Ad/28/15E/ Dated:

Created with Print2PDF. To remove this line, buy a license at:

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

DATED: DUE ON

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

for SUPPLY OF HP TONER CARTRIDGE

SOFTWARE TECHNOLOGY PARKS OF INDIA

TENDER DOCUMENT FOR SECURITY SERVICES AT NABARD HP Regional Office, Block No.32, SDA Complex, Kasumpti, Shimla

TENDER FOR SUPPLY & INSTALATION OF WELDING BOOTH FOR GOVT. ITI BHUBANESWAR-12

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

Split Air Conditioner and Stabilizer At

JAWAHAR NAVODAYA VIAYALAYA, PALUS, DIST. SANGLI (M.S.) Price : Rs.500/- Tender Form No. Date :

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

60,000 K.MS. PER YEAR WITH WHITE COLOUR.

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Created with Print2PDF. To remove this line, buy a license at:

BHARAT SANCHAR NIGAM LIMITED. (A Govt. of India Enterprise) OFFICE OF THE PRINCIPAL REGIONAL TELECOM TRAINING CENTRE THIRUVANANTHAPURAM

ICSI HOUSE, C-36, Sector-62, Noida

OFFICE OF THE COMMISSIONER OF INCOME-TAX TRANSFER PRICING-1

(CIN) : U40100GJ1999SGC STATE LOAD DESPATCH CENTRE

Balmer Lawrie & Co. Ltd., SBU Performance Chemicals 32, Manali, Chennai (Regd. Office: 21, N.S.Road, Kolkatta )

SAINIK SCHOOL KUNJPURA, KARNAL (HARYANA) TENDER/CONTRACT NOTICE:

ICSI HOUSE, C-36, Sector-62, Noida

Automation of Winding Drawings for Power Transformer

NOTICE INVITING TENDER

NOTICE: TENDER KISS DELHI

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

Bureau Of Indian Standards Central laboratory. TENDER FOR AMC OF AIR CONDITIONERS Tender Notice

Transcription:

Phone: 0761-2334717 Fax: 0761-2334724 INVITATION TO QUOTE AUXILIARY PRODUCTION CENTRE-ALIMCO ARTIFICIAL LIMBS MANUFACTURING CORPORATION OF INDIA (A Government of India Undertaking Miniratna Company) Plot No.40 &106, Industrial Area, Ricchai, Jabalpur - 482010 E-Mail: aapc_jabalpur@alimco.in, alimcoapcjbp@gmail.com ALIMCO Toll Free No: 18001805129 Tender Document of Tender No: AAPC/JBP/PD/OT/01/AT, Due on 29/12/2015 To, Date: 07.12.15 M/s Dear Sir, Sealed quotations are invited from reputed agencies/firms to cater and manage the Manpower Supply Services on Piece Rate Basis of APC-ALIMCO located at Industrial Area, Ricchai, Jabalpur for welding/painting/assembly related job work of Tricycle & Wheel Chairs. 01. SCOPE OF WORK: 1.1 The requirement of manpower on Piece Rate basis is as per Annexure B. 1.2 The Job Order shall be placed on Tenderer for the job work on the basis of lowest (L-1). Rate. However, the Corporation reserves the right to divert 30% tender quantity, to L-2 tenderer on matching with the L-1 rates to ensure uninterrupted & timely completion of work. 1.3 The work is to be executed between 0900 Hrs to 1730 Hrs with 30 min lunch break and as and when required by the Corporation. 1.4 Tenderers are requested to visit APC ALIMCO, Jabalpur between 14.00 to 16.00 hours on any working day (Monday to Friday) to assess the nature and volume of job so as to correctly estimate the rate to be quoted against this tender. 2.0 ELIGIBILITY OF TENDERER: 2.1 Tenderers must produce Labour Contact License for the work earlier undertaken by them. They have to obtain specific license for carrying out work in APC ALIMCO JABALPUR within 30 days of award of Contract. 2.2 Tenderer should possess valid P.F. & ESI Registration Certificate and Income Tax Clearance Certificate or alternatively copy of Income Tax Return showing total income, taxable amount and tax paid for previous year. 2.3 In case no labour license is provided within the prescribed time, 10 % of the Bill amount shall be set aside which shall be released only one year after completion of the work under this job order. 2.4(1) Tenderer should provide following details of mandatory requirements:- Mandatory: PF, ESI, PAN Card Copy, Income tax return or Audited Balance Sheet of previous year & Service Tax registration. 2.4(2) Tenderer who do not fulfill the mandatory requirements their rates would not be considered for plotting on the CSQ. Contd. 02

:: 02 :: 3.0 INSTRUCTIONS TO TENDERERS: 3.1 Sealed tenders are to be submitted under Two Bid (Techno-Commercial & Price Bid) System. Techno- Commercial Bid should be put up in one sealed envelope and Price Bid should be put in separate sealed envelope and both the aforesaid sealed envelopes should be put in third sealed envelope. On each of these three sealed envelopes, the Name of the Tenderer/Firm, Tender No., Tender Due Date and Techno-Commercial Bid / Price Bid on respective envelope containing such bid should be clearly mentioned. 3.2 The TC Bid should be in the format provided at Annexure A. The envelop marked Techno-Commercial Bid should contain following: (a) EMD (Amount as stated in Para (5) on page (3) (b) (c) (d) (e) (f) Certified copies of Service Tax, P.F. & ESI Registration Certificate & Income Tax Clearance Certificate or alternatively copy of Income Tax Return showing total income, taxable amount and tax paid for previous year and audited balance sheet of previous year (ref. para 2.4 above). Original certificate need to be produced for verification as and when so asked for. An undertaking by tenderer duly signed and sealed as per format placed at Annexure- D of this tender document. Details of past experience, if any, preferably in similar type of job. Performance reports from the clients served over the past two years in particular. A signed copy of Tender document with rubber stamp of signatory on each page. 3.3 The envelop marked Price Bid should contain following: (a) (b) (c) Rates are required to be quoted in Annexure C. The rate should be firm and valid throughout the period of contract for one year, which may be extended for a further period of one year with mutual consent. No revision of rate shall be allowed during the entire period of contract. However adherence to minimum wage is compulsory to be complied with. The Rate & Service Charge for quoting shall be on the basis of basic rate only as per Annexure B. Billing should be done as specified in note to Annexure C. 3.4 Tenders containing T -Bid and P Bid must reach the office of the undersigned by15:00 hrs on 29/12/2015 and the T bid will be opened by the tender opening committee of the Corporation on the same day at 15:30 hrs in the presence of the authorized representatives of tenderers who may like to be present. No tender shall be acceptable after the due date and time. The tenderers shall only be responsible for any delay caused during the delivery of tender submitted by post/courier. In case, the last date of submission/opening of tender is declared holiday, the same shall be extended to the next working day automatically without any change of timing of submission/opening of tender. The sealed envelope containing Price Bid shall not be opened on 29/12/2015.Only those tenderers who will be considered/ assessed suitable solely by the Corporation shall be intimated in writing for the due date and time of opening of the Price Bid. Contd. 03

:: 03 :: 4.0 TERMS OF PAYMENT: 4.1 75% Payment against the bill submitted and verified will normally be released by APC ALIMCO on monthly basis on receipt of monthly bills submitted by the successful tenderer for completed and duly accepted work by our Q.C. after verification. 4.2 The Contractor should make the payment of wages as per minimum Wages Act / payment of Wages Act, in the presence of authorized Officer of AAPC-Jabalpur of the Corporation, who has to certify accordingly. The Contractor has to pay the salary to workmen on within 1st week of every month for immediate previous months work without waiting for clearance of his pending bills. Failing which a penalty equivalent to 5% of monthly bill value shall be deducted from contractor s bill. 4.3 The balance 25% payment will be release on submission of proof of payment of contribution towards Service Tax, PF, ESI & after complying with labour laws. 4.4 Successful tenderer shall make payment to the persons employed as per minimum Wages Act 1948 of Govt. of India for Area B. Payment to the engaged persons will be revised as per the notification issued by the concerned authority time to time and any statutory new levies will be paid by the Corporation on request of Contractor subject to relevant document. The payment to the person employed shall be made latest by a particular date that shall be notified by AD Dept. and shall be made in presence of AD representative of the Corporation. 4.5 After making of payment to the person employed as above and depositing Service Tax, PF & ESI within the stipulated period, Certified copies of challans for payment of Service Tax, PF & ESI contribution in respect of his personnel is required to be enclosed by the successful tenderer along with its bills to enable APC ALIMCO to process the same for Contractor s payment after other applicable statutory deductions. Original challans need to be produced for verification as and when so asked for. Payment shall be made within 15 days from the date of receipt duly verified bills for satisfactory completion of work by the concerned executives along with requisite documents. Conditions under 2.0 above are required to be complied with and are directed to enclose the pay bill relating to the workmen engaged by the contractor duly covering the details of the workmen employed liked name of the workmen, section in which he is posted, work he is doing, number of actual days attended, minimum daily wage rate applicable, actual wages payable, deductions towards PF & ESI, net payment paid to the workmen, signature of the individuals workmen duly endorsed by the authorized offer of APC-Jabalpur certifying as a witness to the payments indicated in the statement. 5.0 SUBMISSION OF EMD: 5.1 Each Tenderer is required to submit 2.5% of the quoted value by Demand Draft/Bankers Cheque, payable at Jabalpur, in favour of APC ALIMCO as Earnest Money Deposit. 5.2 No other mode of payment of EMD shall be acceptable. 5.3 In case, EMD has not been provided in the sealed envelope containing Techno-Commercial Bid, the Tender shall stand rejected. However, tenderers who are registered with DGS&D, SSI, NSIC and having average turnover of Rupees Three Crores per annum for last three years, may be exempted from submission of EMD provided such tenderers submit documentary proof for such exemption. 5.4 EMD shall be refunded to unsuccessful Tenderer within 90 days from the date of opening of Price Bid. No interest shall be payable on the EMD. 5.5 The Earnest Money Deposit shall be forfeited if the Tenderer withdraws his Tender before the period of validity of the Tender (i.e. minimum 90 days) and/ or Tenderer fail to furnish requisite Security Deposit within the specified period after the award of Contract.

:: 04 :: Contd. 04 6.0 SECURITY DEPOSIT: 6.1 For fulfillment of the contractual obligation of Contract / Job Work Order, the successful tenderer shall deposit Security Deposit of 5% of the total value of job work awarded. 6.2 The Security Deposit shall be refunded to the successful Tenderer after completion of the Job Work Contract. 7.0 VALIDITY OF OFFER/QUOTATION: 7.1 The offer/quotation submitted against this Tender shall be valid up to 90 days from the date of opening of the Price Bid. 7.2 The Tenderers shall be bound by terms of this tender document, if notification of acceptance of the offer against this tender is issued within the validity period. 7.3 The Security Deposit of the successful tenderer shall be forfeited, in case of his withdrawal of offer on receipt of notification of acceptance for offer within the period of validity of this tender. 8.0 GENERAL TERMS & CONDITIONS OF TENDER: 8.1 Labour Contract License under Contract Labour (Regulation & Abolition) Act, 1970 is required to be obtained by the successful tenderer within 30 days of award of the Contract and a copy of the same submitted to us. 8.2 The terms of this tender including the terms of payment will not be relaxed. 8.3 Any offer submitted against this tender in deviation from the terms of this tender will stand rejected. 8.4 An undertaking for unconditional acceptance of all the terms & conditions mentioned in this tender documents must accompany the Techno-Commercial Bid as stated in Para 3.2 (b), as otherwise the offer shall stand rejected and the Price Bid shall not be opened. 8.5 The successful tenderer shall not sub - contract the work awarded against the Tender. 8.6 The tenderer will be the sole employer of personnel deployed for execution of JWO. The Corporation shall have no casual or remote connection with the employees of Tenderer. To supervise, manage and control such persons would be the sole responsibility of the Tenderer. 8.7 The Successful tenderer shall be solely responsible for the safety, security, insurance etc. of the personnel deployed by it. APC ALIMCO shall not be at all responsible for any loss or claim whatsoever for the personnel deployed, by successful tenderer, or their heirs. 8.8 The job work carried out by the tenderer shall be inspected by the Corporation s inspecting agency and the decision of the Inspecting Officer shall be final and binding. 8.9 All entries in the offer shall be either typed or neatly hand written. Tenders having over writings/fluid application/cutting etc. without proper authentication will be rejected. 8.10 Conditional Offer / Quotation shall not be acceptable. 8.11 The Job Work Order can be short closed by giving 30 days clear notice by APC ALIMCO without assigning any reason. Similarly the Successful tenderer may also desert the Job Work Order by giving 30 days clear notice. Contd. 05

:: 05 :: 9.0 RIGHT OF ACCPETANCE: APC ALIMCO reserves the right to reject any or all the tenders in part or full without assigning any reason thereof. The Corporation also reserves the right to reduce or increase the quantity or split the order as per clause 1.2 without assigning any reason thereof. 10.0 ARBITRATION: 10.1 If any dispute/question or controversy arises in respect of or arising out of the assignment / Job Work Contract, the matter in dispute shall be referred to the arbitration of the Sr. Manager & Unit Head of APC- ALIMCO, JABALPUR or its nominee and the decision of the Sr. Manager & Unit Head or nominee shall be final and binding on both the parties. 10.2 The provision of the ARBITRATION & CONCILATION ACT, 1996 as amended from time to time shall apply to such arbitration proceedings. 10.3 Arbitration proceedings shall be held at Jabalpur only and the Jabalpur City Court will have the jurisdiction in the matter. Sr. Manager & Unit Head (APC ALIMCO, Jabalpur) Encl.: Annexure A, B C & D

Annexure A Tender No: AAPC/JBP/PD/OT/01/AT, Due on 29/12/2015 TECHNO-COMMERCIAL BID (TC - BID) DETAILS REGARDING AGENCY TO BE FURNISHED BY TENDERER 1. Details of incorporation confirming name & status of firm (Proprietor ship/partner Ship/Pvt./Public Ltd). 2. Details of EMD D.D.No: Date: Name of Bank: Amount: 3. Name, Address and Telephone numbers of the Proprietor/Partner/Director of the Agency and mention the nearest Police Station 4. Copy of license under (a) Contract labour (Regulation and Abolition) Act/Factories Act of (c) Registration under any other authority of the Govt. (please specify details of authority and attach certified photocopy) 5. Registration No. of ESI with certified copy of proof last one year s return 6. Registration No. of EPF with certified copy of proof and copy of last one year s return 7. Registration No. of Service Tax with certified copy of proof and copy of last one year s return 8 PAN No. (Please attach copy) and copy of last one year s Income Tax return. 9 Complete details of experience and List of clientele served during last two years (if required enclosed separate sheet along with copies) 10 Service Tax Registration No. Signature : Name: Name of the Agency: Address Dated:

Annexure B Tender No: AAPC/JBP/PD/OT/01/AT, Due on 29/12/2015 1.0 SCOPE OF WORK 1.1 The work involves as per details given in Table-1 as per respective drawings. 1.2 All material/components/bought out and required production tools, working space, light and drinking water etc. shall be provided by the Corporation. However required hand tools for fabrication work will have to be arranged by tenderer. 1.2 The work needs to be done generally in between 0900 hrs to 1730 hrs with 30min lunch break on all working days and as when required by the corporation. 1.3 Simultaneous, trouble free & timely progress/completion of work needs to be ensured. 1.4 Tenderers are requested to visit APC ALIMCO, Jabalpur between 1400 hrs to 1600 hrs on any working day (Monday to Friday) to assess the nature and volume of job 1.5 All jobs are to be carried out within the premises of APC ALIMCO, Jabalpur under the supervision of Corporation Representative / as per instructions. 1.6 Issue of material and store crediting of acceptable items will have to be arranged by tenderer, Collection of components & shifting of sub-assemblies from / to respective stores will have to be done by the tenderer. 1.7 The Job Order shall be placed on single tenderer for complete job work at Sl.No. A (1) to A (16), B (1) to B (11) & C (1) to C (3) on the basis of lowest consolidated value basis. Contd 2

: 1 : Table-1 Annexure B Sl. Code Description of work Unit Qty Basic Reserve No. Rate (Rs) as per minimum wage w.e.r. 01.04.2015 A. Wheelchair 1. Welding & Dressing of Wheelchair-II (TD2C51) TD2A07D00 Seat Frame Assembly (R ) No s 2500 2.76 TD2A07E00 Seat Frame Assembly (L ) No s 2500 2.76 TD2C51A00 Frame Assembly (R ) No s 2500 10.34 TD2C51B00 Frame Assembly (L ) No s 2500 10.34 TD2A07VB0 Fork Stem Assembly No s 5000 2.07 TD2A07VA0 Cup adaptor Assembly and welding No s 5000 2.07 TD2A07ND0 Hand Rim Joint &Nut Welding No s 5000 2.07 TOTAL RESERVE RATE PER 1 SET OF WHEELCHAIR 32.41 Welding & Dressing of Wheelchair-I (TD2A06) TD2A06C00 Seat Frame Assembly (R ) No s 1000 2.76 TD2A06D00 Seat Frame Assembly (L ) No s 1000 2.76 TD2A06A00 Frame Assembly (R ) No s 1000 9.65 TD2A06B00 Frame Assembly (L ) No s 1000 9.65 2. TD2A06HB0 Fork Stem Assembly & Welding No s 2000 2.07 TD2A06HA0 Cup adaptor Assembly and welding No s 2000 2.07 TD2A06JC0 Hand Rim Joint &Nut Welding No s 2000 2.07 TD2A06F00 Foot Rest Support Welding No s 2000 2.07 TOTAL RESERVE RATE PER 1 SET OF WHEELCHAIR 33.10 Assembly of 24 x11/2 bicycle Rim 32 holes including hubs, nipple, 3 TD2A07NE0 washer, cone axle with nuts assembly. along with complete assembly of axle with ball bearing and trueing of wheel and mounting of endless No s 5000 16.10 tyre sleeve in rim 4 TD2A06J00 Assembly of 20 x1 3/8 bicycle Rim 20 holes including hubs, nipple, washer, cone axle with nuts assembly along with complete assembly of axle with ball bearing and trueing of wheel and mounting of endless No s 2000 14.54 tyre sleeve in rim 5 TD2C51W00 Pre-Treatment, Phospating, Powder Coating & Curing of wheelchair-ii (Adult), Consisting of Side Frame(Left & Right), Seat Frame(Left & Right), Fork Stem Assembly, Link(Left & Right), Hand Rim Painting (2nos per set) & Side Guard painting(2nos per set). Set 2500 27.58 Pre-Treatment, Phospating, Powder Coating & Curing of wheelchair-i (Child), Consisting of Side Frame(Left & Right), Seat Frame(Left & 6 TD2A06W00 Right), Fork Stem Assembly, Foot Rest Support Assembly, Link(Left No s 1000 30.34 & Right), Hand Rim Painting (2nos per set) & Side Guard painting(2nos per set). Contd 3

: 3 : Annexure B Sl. Code Description of work Unit Qty Basic Reserve No. Rate (Rs) as per minimum wage w.e.r. 01.04.2015 B. TRICYCLE Welding & Dressing of Tricycle (TD2C98) 1 2 TD2C98JA0 Tricycle Frame (both hand driven),(welding work of subframe assy,bottom assy seat assy and welding of side guards and chequrred plate in acomplete frame after arc tacking and gas welding finalization) No s 7000 TD2C98AA0 Handle Assembly No s 7000 TD2C95AA0 Tricycle Frame (both hand driven),(welding work of subframe assy,bottom assy seat assy and welding of side guards and chequrred plate in acomplete frame after arc tacking and gas welding finalization) TD2C98AA0 Handle Assembly 500 3 TD2C98AB0 Centre tube Assembly Nos. 7500 1.56 No s 500 44.15 40.25 4 LD 28 Assembly of 28"x 11/2 Bicycle Rim (Front) 32holes including Hub, Nipple, Washer and trueing of wheel. No s 7000 10.00 5 LD 29 Assembly of 28"x 11/2 Bicycle Rim (Rear) 40holes including Hub, Nipple, Washer & trueing of wheel. No s 14000 10.00 6 LC 82 7 LC 83 Mounting of Rim Tape, Tyre & Tube on 28"x 11/2 Bicycle Rim Assembly (LD28) Front Wheel 32holes and filling of air. No s 7000 3.00 Mounting of Sprocket, Rim Tape, Tyre & Tube on 28"x 11/2 Bicycle Rim Assembly (LD29) Rear Wheel 40holes and filling of air. No s 14000 4.00 8 LC 73 9 LC 75 10 LA 60 Collection of material from Central Store/Shop Floor Assembly & Brake Assembly (Front) inclusive of fixing of brake chimiti, brake rod with draw bolt and brake shoe (Right and Left) as per our drawing/specification. Collection of material from Central Store/Shop Floor & Pedal Crank Assembly for Tricycle inclusive of fixing pedal crank, axle pedal with cone, nuts, pedal tube, pedal cup set with steel ball as per our drawing/specification. Assembly of 20"x 11/2 Bicycle Rim (Front) 20 holes including Hub, Nipple, Washer and trueing of wheel, Mounting of Rim Tape, Tyre & Tube on 20"x 11/2 Bicycle Rim assembled by hub,spoke,nipple and washer Front Wheel (20 holes) and filling of air. No s 7500 1.25 No s 14500 1.56 Nos. 500 13 11 LC 98 Mounting of sprocket in 500 Nos. of wheels and assembly of 24"x 11/2 Bicycle Rim (Front) 40 holes including Hub, Nipple, Washer and trueing of wheel, Mounting of Rim Tape, Tyre & Tube on 24"x 11/2 Bicycle Rim assembled by hub,spoke,nipple and washer rear Wheel 40 holes and filling of air. Nos. 1000 14 Contd 4

: 4 : Annexure B Sl. No. Code Description of work Unit Qty Basic Reserve Rate (Rs) as per minimum wage w.e.r. 01.04.2015 Tricycle Frame (both hand driven), Removal of dirt, dust and 12 TD2C98JA0 TD2C98AA0 degreasing of complete frame, coating of red oxide then spray painting Handle Assembly No s 7000 No s 7000 15.88 TD2C95JA0 Tricycle Frame,Removal of dirt, dust and degreasing of complete frame, coating of red oxide then spray painting No s 500 13 15.88 No s TD2C98AA0 Handle Assembly 500

: 1 : Annexure C Sl. No. A 7 TD2A07NE0 Code Description of work Unit Qty Basic Rate per pc (Rs.) Wheelchair Assembly of 24 x11/2 bicycle Rim 32 holes including hubs, nipple, washer, cone axle with nuts assembly along with complete assembly of axle with ball bearing and trueing of wheel. No s 5000 Service Charge % 8 TD2A06J00 Assembly of 20 x1 3/8 bicycle Rim 20 holes including hubs, nipple, washer, cone axle with nuts assembly along with complete assembly of axle with ball bearing and trueing of wheel No s 2000 9 TD2C51W00 10 TD2A06W00 Pre-Treatment, Phospating, Powder Coating & Curing of wheelchair-ii (Adult), Consisting of Side Frame(Left & Right), Seat Frame(Left & Right), Fork Stem Assembly, Link(Left & Right), Hand Rim Painting (2nos per set) & Side Guard painting(2nos per set). Pre-Treatment, Phospating, Powder Coating & Curing of wheelchair-i (Child), Consisting of Side Frame(Left & Right), Seat Frame(Left & Right), Fork Stem Assembly, Foot Rest Support Assembly, Link(Left & Right), Hand Rim Painting (2nos per set) & Side Guard painting(2nos per set). Set 2500 No s 1000 Contd 2 Contd 3

: 2 : Annexure C Sl. No. Code Description of work Unit Qty Basic Rate per piece (Rs) B. TRICYCLE Welding & Dressing of Tricycle (TD2C98) Service Charge % Tricycle Frame (both hand 1 TD2C98JA0 & TD2C98AA0 driven) & Handle Assembly TOTAL PER 1 SET OF TRICYCLE FRAME & SUB No s 7000 ASSEMBLIES 2 TD2C98AB0 Centre Tube Assembly No s 7500 3 Tack Welding in Rear Wheel Sprocket No s 7000 Assembly of 28"x 11/2 Bicycle 6 LD 28 Rim (Front) 32holes including Hub, Nipple, Washer and No s 7000 trueing of wheel. Assembly of 28"x 11/2 Bicycle 7 LD 29 Rim (Rear) 40holes including Hub, Nipple, Washer & trueing No s 14000 of wheel. Mounting of Rim Tape, Tyre & 8 LC 82 Tube on 28"x 11/2 Bicycle Rim Assembly (LD28) Front Wheel No s 7000 32holes and filling of air. Contd 4

Sl. No 9 LC 83 : 3 : Code Description of work Unit Qty Basic Rate per piece (Rs) Mounting of Sprocket, Rim Tape, Tyre & Tube on 28"x 11/2 Bicycle Rim Assembly (LD29) Front Wheel 40holes and filling of air. No s 14000 Annexure C Service Charge % Collection of material from Central Store/Shop Floor Assembly & Brake 10 LC 73 Assembly (Front) inclusive of fixing of brake chimiti, brake rod with draw bolt and No s 7500 brake shoe (Right and Left) as per our drawing/specification. Collection of material from Central Store/Shop Floor & Pedal Crank Assembly 11 LC 75 for Tricycle inclusive of fixing pedal crank, axle pedal with cone, nuts, pedal tube, pedal No s 14500 cup set with steel ball as per our drawing/specification. Note: - The Rates are to be quoted in unit price (PF@12+administrative charges @1.36% and ESI@4.75%) to be quoted separately. - All statutory liabilities are to be paid by the tenderer. - At present Service Tax @14% (Swachhata Cess @0.5% extra) is applicable. - If RCM under service tax will be applicable, then it will be deducted by the Corporation. - Any change in statutory charges will be admitted during pendency of the contract. - Total quote to be given clearly specifying if code is inclusive of statutory due or extra as the case may be. Signature of Tenderer with seal and Complete postal address

Annexure D (On Rs. 100.00 Non Judicial Stamp Paper) UNDERTAKING BY THE TENDERER I/We agree to abide by all terms & conditions of Tender Notice No. AAPC/JBP/PD/OT/01/AT dated of APC ALIMCO and undertake to ensure compliance all statutory obligations including payment of Govt. levies. I/We shall also fully comply with provisions of Contract Labour Act, ESI Act, Employee Provident Fund & Misc. Provisions Act and other Labour Law as applicable during the tenure of Job Work Contract and own all liabilities on this account including accidental, if any, in case the Job Work Contract is finalized in our favour. I/ We shall recruit control, supervise and make payment of wages to persons deployed by me/ us at APC ALIMCO for execution of the tender / JWO. I/We will not make any claim, other than the amount as per rates quoted by us at Annexure B as the rates quoted by us are inclusive of all liabilities under various Labour Laws. I/We assure the management of APC ALIMCO that my/ our employees will never claim for employment with APC ALIMCO or demand any other facility including compensation, from ALIMCO. In case, any liability financial or otherwise comes upon APC ALIMCO on account of nocompliance of statutory provisions on my/ our part or due to any act or deed on my / our part, I/ We undertake to indemnify APC ALIMCO for the same. In case of lesser payment of PF, ESI and Service Tax as per Challans, we agree to reduce the Billing amount with the difference between amount chargeable as per JWO and the amount actually paid. Signature Name Date Seal