You are on page 1of 8

Govt.

of West Bengal
Office Of The Block Development Officer
Matiali ent Block
Memo No: Date: 1*1-4

NOTICE INVITING TENDER No: wB/BLOCK./1o/BDO/MATIALI/2019-2020


(Through Pre-qualifi cation)
Thc Blook Devclopmellt Officer, Matiali Development Block item rate e-tender from the Manuiacturer or Distributor/ Dealer/
Supplier ofplay Sihool Equipmcnt for the works detailed in the table belorv. (Submission of Bid through online)

Amount Put to Earnest


st N0 Name of the Work TenderfRs.l ComDletion Eligibility ofBidder

S-pply dnd lnsLrllrrron ol Cnr.d Frr"ndlv Pld)


Equiplnent at various ICDS Centres under Matiali Rs.3,1,800.00
Development B1ock. 87 nos. x Manufacturer or
(Thirty) Distributor/
Total No oflCDS Centrer 87 fEishwSevenl Rs.20,000.00 30
Dealer/ Supplier of
[Pin point Detai]s ofcenlre will be provided with work
1
Days Play School
order) Equipment
lRate should be quoted inclusive ofcarrying and all Rs.17,,10,000.00
kind oltaxesl Block)
Fund: NBDD

Supply and Installation ofChild Friendly Play


Equipment at various ICDS Centres under Matiali Iis.32,000.00
Developm€nt Block. 80 nos, x Manufacturer or
30 (l hi''ty) Distributor/
Total No oflCDS Centle;80 (Eighil,) Its.20,000.00
Dealer/ Supplier of
2
[Pin point Details ofcentre wil] be provided with work Ddys Play School
order) Equipment
[Rare shou]d be quoted inclusive of carrying and al1 Rs.16,{10,000.00
ldnd oftaxes) llock)
Fund: BCW/TDD

l. Financial Bid is to be submiricd concurrently duly digitally signed in the website http://etender.wb.nic.in

2. The FinancialBid submitted online on or belbre 06/02/2020 up to 6.00 P.M.

J. Elisibili lv criteria for Da rl ic.i[4!i9li!-$9ls!d!I!-:


L Valid upto date clearance of P.T. (Dcposit Challan) / Incone Tax retum of assessnent yeat 19-20 I Pan Card / GSTIN
Rcgistrition for self idcntification to be accompanied wifi the'l'echnical Bid Documcnts, Income Tax Acknowlcdgcment
Receipt for latest assessment year to be submitted.

It. Where there is a discrepancy between thc unit rate & the line item total resulting from multiplying 1he unit rate by the
quantity, the unit rate quoted shall govern

IIL Regjstered Unemploycd Enginccrs' Co-operative Socicties/ Unemployed Labour Co.-"Op Societies- are required to
fur-nish valid Bye Law, Curent Audit Report. Valid Clearance Certificate liom A.R.C.S. lbr the year 2017-2018 along
with other relevant supporting papers.

lV. Certillcate ofCE (European Conlormity) standards & safity and ISO 9001:2008 certified manufacturer
V. Having Test Report of Bureau Veritas, SGS (standard global servicc) ofcquipment to be supplied'
Vl. Manuf'acturer's Authorization certificate lor all equipmcnts as per annexure-l
vll. Catalog/brochure ofproduct as per specification mentioned in Table- I

4. No mgbilization /secured advance will be allowed.


Bid /
5. Bids shall remain vatid lor a period not less than 90 days (Ninety days) from the last date of submission of Financial
Sealed Bid. Ifthe bidder withdrarvs the bid durins the period ofbid validity the earnest moncv as deposited will be ibrleited
lorthwith without assiening anv reason thereof.

6. Agencies shall havg to arrange for storing ofmaterials, labour shed etc. at their own cost and responsibility.

7. Constructional Labout. welfure Cess @ 1(one) % ofcost ofconstruction will bc deducted from every Bill ofthe sclected agency

Tendering authority will have discretion to allow permission to any Firm for l(one) or more
job. subject to capacity
8.
offinancial strength and thereby their performance report over credential for work'

Page 1
Important Information : - (Date & Time schedule)

SN' Pa rticu la rs Date & Time


Date of uploading of N.I.T Documents online
I 20/01 2020 at 17 :00 Hr
(Publishing Date)

2 Documents Download Start date (Online) 20101/2020 at 18:00 Hr

3 Docum€nts Download End date (Online) 06/02/2020 at 17 t00 Hr


6 Bid submission Slart Date (Online) 2l/01n020 at l0:00Hr

8 Bid submission Closing Date (Online) 06/02/2020 at 18:00 Hr


9 Bid Open ing Date 10/0212020 llt00 Hr
^t

LOCATION OF CRITICAL EVENT: Office ofthe Block Development Officer


Bid Ooenins
Matiali Development BIock

11. The Agcncy will be liable to maintain the rvork at working portion at the appropriate service lcvel to the satisfaction of
the Engineer-in-Charge at his own cost for a pcriod of 3 (Three) month from the date of completion of the work. If
any d€fected,/damage is lbund during the period as menlioned above contractor shall make the samc good at his own
cost cxpense to the spccification at par with instant proiect u,ork. Failure to do so, penal action against the Agency will
bc imposed by the Dcpartment as dccm fit. Th€ Agcncy will have to quote his ratc considering the above aspect.

Also the Prospective Bidders shall have to execute the work in such a manner so that appropriate service levei of the
work is kept during progress of work and a pcriod of 3(thrcc) month from the date of successful completion of the
wotk to thc entire satisfaction ofthe Engincer-in-Charge may be considered touards relcase offuil "security Dcposit".
Full sccurity deposit r.vill disburse aiter 3(three) month from the date of full complction of the work at rhe appropriate
satisfaction of Engineer-in-Charge.

A rctention towards Performance Security arrounting to 10 (ten) perccnt (including 2olo Earnest money) ol thc billed
amount shall be made by the Authority ofthe Block Devclopnent Olllccr, Matiaii Block from l'' R.A. billto Final bill.
No interest would be paid on the Performance Security Deposit.
12. Site of wolk and necessary drawings may be handed over to the agency phase wise. No claim in this rcgar.ds will be
entertained.
13. Tender Fee: - No Tender Fee required for this Tender.

14. Th€ Earnest Money (Mentioned in ANNEXURE TO N.l.T. NO. WB/BLOCK/10/BDO/MATIALt/2019- 2020 mav be
dcposited by the tenderers in Central Bank of India Chalsa Branch, MlCRCode: ?33016699 vide Account No-
344359'1634 (IFSC CODE CBIN 028098f) in favour Block Developmert Officer, Matiali Development Block.
The amount may be deposited through RTGSAEFT/CBS Systcm also. The Serial number of the rvork should be
clearly mentioned on thc deposit Challan. Payment made otherwise u'ill be rejected.

15. Earnest Money: The Earnest Money mentioncd in respective work also may be submitted by all intending bidders in
form of Bankers Cheque/Bank Draft drawn in favour of "Block Development Officer, Matiali Developme[t
Block" at Chalsa. Scanned copies ofthe originals ofsuch Bankers Chequc /Bank Drail should be uploaded in the
lbldcr of technical bid. Thc Ll bidder has to submit the Hard Copy of the said Bankcrs Cheque/Bank Draft within 3
(three) days of the opening ol financial bid. Bankers Cheque /Bank Drait issued belbre thc date ol publish the NIT
shall not be ente(ained. A Bankers Cheque/Bank Draft in no rvay shall be allorved for more than a work only. Ifa
single Bankers Cheque/Bank Drali uscd in more than a work, shall be liable Ibr punishment.

16. The Bidder, at his own responsibility and risk is encouragcd to visit and examine the site ofworks and its Surroundings
and obtain all infbrmation that may be nccessary for preparing the Bid and entcring into a contract for the work as
mentioned in the Notice lnviting Tendcr, before submitting offer with lull satisf'action, the cost of visiting the sitc shall
be at his own expense.

11. (A) The intending Biddcrs shall clearly understand that whatever may be the outcome ofthc present invitation ofBids.
no cost of Bidding shall be leirnbursable by this PS Authority. The PS Authority reserves the right to reject any
applicaiion for purchasing Bid Documents and to accept or reject any oft'cr without assigning any reason whatsocver
and is not liable for any cost that might have incuffed by any Bidder at thc stage ofBidding.

Page 2
(B) Block Development ofticer' Matiali Development
Block, reserves the right to cancel the N.l.T. due to unavoidablc
circum9lances and no claim in this respect r.ritt Ue enrcrfaineO.

18. Refund of EMD: The Earnest Moncy of all the unsuccessful


render.ers deposited in lavour of BDo will be rei.unded
by this office receipt ofapplication f'rom ofthe Tenderers.

19. Prospective appricants are advised to note carcfu,y


the minimum quarification criteria as mentioned
'Inltructions to Bidders.before lendering lhe bids: in

20. Conditional/ lncomplete tender will not be accepted.

21. The-intending Bidders are required to quotc the rat€ on


line (both words & figures) as prescribed format within the

contractor shall have to comply with the provisions of (a)


the contract labour (R€gulation Abolition) Act. 1970 (b)
Apprentice Act l96l and (c) minimum Act. l9a8 ofthe
and the lules made and order issued there'nages
under from time ""tlii."ii"" trr"r"or J. u"y otr,'", r"*r'1"ii"g',h*" a
to time.
23. Cuiding schedule of rates: -Asperpublic Works Directorate
Schcdule Book.
24. During the scrutinf il iL cutne to lhe notice lo tcnder
inviLing aurhoritl th-rt the crcdential or any olher paper
incorrecr manuracrured rabricaled. rhdl lbund
no, ,r;;;;';;pu'r,i.,0"'. rn the lender and Lhar appricarion
,biddcr "ourd
be out rightly rejected $,ithout any preiudice. ui'
25. Bcfore issuance of the woRK ORDER' the tcnder inviring
authority may- vcrilicd the credential and othcr original
documents of the lowest biddcr if foLrnd necessary. After
lowest bidder is eithcr manulactureri or false in trrut
*tinl"ii""
ii ;, i.'r'"urd that the a*"."",, ,"#ii,"j
oy ,rr"
*.".t-o.a"r t"lii be issued !n favour of the said biddcr
undcr anj circumstanccs. "ur" "",
).-
:JA:
Block Der elof menl Olficer
Matiali Development Block
rtl"-orvo, I f6/I
r
1. The Principal Secretary, NBDD.
2. The Distrjct Magrsh.ate. Jaipaigu.i.
3. T\e Add.fi onal Drsrrin Vdgrsrjare
tDpv.), latpa:BUr.
4. The P.0 c!m DWo. Jatpajgun
5. The Sub D'visional Officer, Mal Sub-Division, Mal,
Jatpaiguri.
6. The DistrictEngineer, ralpaigurj Zilla parishad.
7. The Savapad, MahaL panchavat SamiLv
8. The lL BDO. I,larralj Devetopment Bloc'k.
9,11. The sub-Assrsrrnt,Eng neer {Atl. -.'
72.
tBpC), tRWp), Matiati Development
r ne A, .ount .Lm-Haad Clerk, Vdrirlr Dpvetooment
Block.
Brock
13. Thc C"shier-cLm-Srore Keeper. Mdridtr D€vFt;pma1r
Btock.
14. The 0ffice Nonce Board
15. File Copy.
16. TI'e[drtor'ululBd''8rsambaosrlg-rrDa:]v\€wsP.tperu,rhtnereqiasrtop-b1sl-rheto'o$ingdoridgenol.Le\^ithin22.0t.2020
andsubmrrlne br lwirhchppings rn lhaolficeolrheunoersig-ed.

Norice in\arinse-renderbv rhe !nder5imed for d,lr".*,


.".t. ilii ru"o. i1arocxlroluroIMAT* t/zors-z'zo
ho-r s"iJ"
Lasrdare oi onhne bid s-bmrs<ion: -0b.02.20t0 upio l8:00
For iuftherderails lollowingsite maybevisired hitoJ/wbtenders.gov.in

,,".u o","io01n."", orr,.".

-t>
Slc\-
Block Developn\ent Officer
Matiali Development Block

Page 3
General Instructions;
a. Biddcrs are requested to study the tender document, tenns & conditions caref'ully before submitting their bids.
Submission
of tender shall be deemed to have been done after careful study and examination 01' the tender document with full
understanding of its implicalions.
b Tender documents should be downloadcd from the E-tender portal of Covt. of West Bengal at wbtenders.gov.in. The
submission ofbids should only be through online at wbtenders.gov.in.
c. All pages of the bid submitted must bc signed and sequentially numbered by the Bidder. All information in
thc ol1er must
be jn English. lnformation in any other language must be translated to English. Iiailure to colnply with this may
rcnder the
offer liable to be rejected. In the event of any discrepancy between the offer in a languagc other than Engljsh and its English
translation, the English translation will prevail.

Eligible Tenderers;
Tendcrer and all panies constituting the Tendcrer may have the nationality of India.
Suppliers ate already suspended by PRI bodies or, Suppliers are suspended by the Government of west Bengal
or central
Covernment or any other State Cov€rnment Suppliers have been deciared ineligible.
All the goods and related services to be supplied under the contract may have thcir origin in India.
The Tenderer is expected to examine all instructions, fbrms, terms and spccifications in the Bidding Documcnts.
Failure to
furnish all infbrmation ot documentation required by the bidding. documents may result in the rejecti; ofthe
bid.
The specifications are thc minimum requirements for the products. Products offered must meet or exceed requirements
mentioned in technical spccifications. The products shall conlbrm in strength, quality and rvorkmanship
to the accapted
standards of the relevant industry. Modifications of or additions to basic standard products of less size
or capability to meet
thcse requirements will not be acccptable.
Bids shall remain valid for a period of 120 days liom last date of online submission of bid. A bid valid for. a shorter pcriod
than specified in plevious lines shall be rejected by authority non responsive.
ln exceptional circumstances, prior to the expiration of thc bid validity period, authority may rcquest Tenderer to extend the
period ofvalidity oftheir bids and EMD. In thc event ofthe requcst lbr such exlension beyond bid validity
period. the bidder
may or may not accept such request. ln case, the biddcr refuses to accept the request, the EMD of the
bidder shall not be
forfcited
Period of validity of the bid price: The bid price for reagent sl'rall remain valid for a period ol2 (trvo) years from
the date of
signing of the contract.
The bid document shouid be digitally signcd and uploaded on the e-Tender portal.
The bid once submitted cannot be withdrawn but prior to the deadline prescribed for submission of bids; a Tendercr
may
substitute, or modify i1s Bid after it has been submitted.
The objective of this bid is to cnsure supply ol'bcst quality equipment at the most competitive price, Il'at any
stage of thc
bidding, including at the stage of financial evaluation. i1 appears that the tendered rate is artificially hiked or is
much iorvcr
compared to the prevailing market price and available rates o1'similar or identical composition with lhc government,
authority
reservcs the right to cancel the bids.

General Conditions of Contract:


In the event ofan order and any dispute arising out of the same, the FIRST PARTY General Conditions of Contract
\\,.ill apply
as under and all rel'erences to thc General Conditions of Contract include (subject to all relcvant approvals) a rei'erence
10
these terms and conditions as amended, supplemented, substituted, novated or assigned liom time to time. Each schedule and
annexure refcrred to in these terms arld conditions shall form part of these terms and conditions, The documents forming
the
supply contract shall be construed and interpreted so that, in the evcnt there is any conflict or ambiguity between them,
these
tems and conditions shall prevail.

Nothing contained in or relating to the contract shall be construcd as establishing or creating betwecn the parties
thc
relationship of employcr and employee or of principal and agent. The ol'ficials, representativcs, employees, or subcontractors
of each ofthe Parties shall not be considered in any respect as being the employees or agents ofthe other pa11y and each party
shall be solely rcsponsible for all claims arising out ofor relating to its engagcment ofsuch persons or entities.

DELIVERY OF GOODS:
The bidder shall hand over or make available the goods and the Consignees shal1 receive the goods (as per detailed
in BOe),
at the place for thc delivery ofthe Goods and within the time for dciivery ofthe Coods specified as per Table-l

Page 4
INSPECTION OF THE GOODS:
All goods may be subjected to inspection and testing by authority or its designated represcntatives a1 all times and placcs
including the period of manuf'acture and in any evcnt prior to final acceptance by authority
Neither the carrying out of any inspections of the Goods nor any failure to undertake any such inspections shall relieve the
bidder ofany of its warranties o. the pcrformance ofany obligations under the Contract.
For goods supplied from withjn or outside lndia, Purchaser retains the right to perform pre-shipment inspection at thc
manul'acturer's premiscs and an independent quality control laboratory testing at its own cost.
The Purchaser will retain the right to perlblm further inspections and quality testing at any timc till the satisi'actory
installation ofGoods, as it deems fit. at its o\"'n cost.
Should any inspected or testcd goods l'ail to conform to thc specifications, the purchaser shall reject them and the supplier
shail replace the rejected goods free of cost to the purchaser, within a period of 30 (thitty) days of intimating such rcjcction.

ACCEPTANCE OF GOODS:
Under no circumstances shall authotity be required to acccpt any goods that do not conform to the specifications ol or
requirements ofthe Contract. Authority may condition acceptance ofthe goods upon the successful completion of acceptance
tests, as may be spccified in the Contract or otherwise agreed in writing by the Parties. In no case shall Authority be obligated
to accept any goods unless and until Authority has inspected the goods following commissioning of the goods in accordance
wilh the requiremcnts of the Contract. The goods shall be deemed to be acceptcd only after Aulhority provides written
acceptance.

REIECTION OF GOODS:
Notwithstanding any other rights of, or remedies available to, Authority under the Contmct, in case any of the goods is
defective or otherwise does not conform to the specifications or other requirements ofthe Contract Authority may, at its sole
option, reject or refusc to accepl the goods and the bidder agrees promptly to replace thc goods with goods of equal or better
quality.

PERFORMANCE SECURITY:
Within 14 days of receipt of the award of contract from Authority, the successful Tenderer, if rcquired, shall l'urnish the
Pcrformanca Security in full or in palts in the event of a staggered supply as decided by Authority. Important inlormation at a
glance for an amount of 10% ofthc Contract Price (bid value )in full or in pafis, valid up to 60 days alter thc dato of
completion of all contractual obligations, till the last date of warranty obligations.
Banks issuing Perlormance Sccurities must be acceptable to thc Authority, i.e. they have to be schcduled commelcial banks.
Discharge of the Performance Seourily shall take place upon expiry ofthe Perlonnanca Security or thc completion of all
contractual liabilities ofthe Supplier. In the event ofany amcndment issued to the Contract, the Supplier shall, within 14
(foufigen) days of issue of the amendment, furnish the coresponding amendment to the Perfonnance Security (as necessary)
rendering the same valid in all respects in terms ofthc Contract, as amended.

LIOUIDATED DAMAGES:
Except under the circumstances of force majeure as described, if the successful bidder l'ails to deliver any or all of the Goods
by date(s) ofdclivery as per conditions ofthe contract, Authority may, \!ithout prejudice to any or all its other remedies under
the contract, deduct fiom thc contracl price. Liquidated damages for delayed delivery / dclayed setting up of Services.

BLACKLISTINGI
Any manufacturer/ its subsidiary which has been black-listed by any Government DepaftmenvAgcncy in India duling the last
five years would nol be eligible to participate in the tender.

PENALTY FOR DEFAULT:


ln case of failure by the Tenderer to perform according10 this Contact to keep Service Up time in Waranty & CMC of all of

the Coods, the Company may exercise one or several ofthc penal plovisions as per rulc.
In addition to what has becn stated above, the following sequenc€ of penalties shali be imposed against offences mcntioned
against each:

Nature of off'ence Penalty to be imposed Any wrong or mislcading infornation provided by the Tenderer during submission
ofbids a. Forl'eiture of EMD b. May lead 10 blacklisting in Aulhority lbr at least 5 years. Non execution ofagrccment within
l4 days of issue ofAOC.

Page 5
CHANGES IN OUAT\iTITY:
Authoritymayatanytimebywlitteninsfuctionvarythegeneralscopeofthiscontractby40%(fortypercent)aboveol40o/o
price for the additional quantity
quuntity'ut thJaccepted te|ms & conditions. The
(Forty percent) below the original cont^.*t
will be as per the contracted price ofthis bid'

TERMINATION FOR CONVENIENCE: part, at any time 1br its convenience The
the.leilerJ, terminate this contract, in whole or in
Authority may, upon notice to
noticeofteminationshallstatethatte].minationisforAuthority.sconvenience,theextcnttolvhichperlormanceofthe
efl'ective ln the event of
the dato upon which such termination becomes
tenderer under the contact i, ,"r-in","J "na
TerminalionfolConvenience,.oou,."".,nur'bedueflomAutholitytotheTendererexceptforcoodssatisfactotily
delivered and for any damage goods'

FORCE MAIEURE:
rf nature' any act ofwar (whether declared or no1)'
(
Io,""-uj*r" u, ur"d herein means any unforeseeable and iresistible^act provided that such acts arise
o' uny otf-ter acts of-a.similar neture or force'
invasion, revolution insu,re"tion, ttoJd'eu'tftquut"
tenderer. The tenderer acknowledges and agrees
from causes beyond the una *iinout ihe fault o; negligence of the
"ont.of
that,withrespecltoanyobligationunderthl.conhactthatthetenderermustperformanydelaysorfailuretoperformsuch
obligationarisingfromorrelatingtoharshconditionswithinsuchaleasshallnot,inandofitself,constituteFolcemaieule
of raw materials, power cut, workers unrest
and agrees that scarcity
under the contract. Further the tcnderer acknowledges
(evenifwidespread)willnotconstituteforcemajeureundertheconhact.lntheeventofandassoonaspossibleafterthe
occurrenceofanycauseconstitutingFor.cemajeur"e'thetenderershallgivgnoticeandfullparticularsinwlitingtoAuthority'
ofsuchoccunenceorcauseiftnetendereristherebyrenderedunable,whollyorinparttoperformitsobligationsandmeetits
responsibilities under the contract'

QUALITY OF EQUIPMENT: rso 9001:


H,vino ISO s00l:2008 certilled
CE (European Conformity) standards & ""rar' Having
'. safety'
The equipment shouid have comp)iance with sGS (standard global service) Test
to be suppiied, having
manuiacturer, having Bureau Veritas'in Test Report of equipment
scope of the certification' the bid
,t nun]" orin" orr"reo model is not under the
report of equipment to be supplied ""r" "
per annexure-1 in technical folder of
il: i",aT::l"irlTl]llllvrru"n,ru"rr"r, outhorization certificate ror al equipments as
rejected'
the e-tender failing above the technically

DELIVERY OF EQUIPMENT;
Upon$edeliveryoftheGoods,thebiddershallnotifythePurchaserinwritinganddelivertothePurchaserlwosetsof
ofthe following:
Jo*."nt. "otp.iring one otiginal and one copy
document showing
note' truck or airway bill' or multimodal transport
(i) Railway consignment note, road consignment
delivery through to final destination as stated in
the purchaser as Blo"r. u"j"p-""|oincer, Matiali, Jalpaiguri an<l
the Contract;.
Recaipt Cefificate (CRC);
(iD i"0""*,"0r".*, receipt of Coods by the Consignees' i e Consignment
"f package;
(iv) Packing list identiiying contents ofeach
Warranty ccfiificate covering all items supplied;
(v) Manuffcturer's - 15 days prior to the
(vi) Manulacturer will submit u pt"-'1tip-"ni
iauiso'y note to purchaser & consignee at least
door step ofthe consignee
scheduled delivery ofthe equipment at the

Page 6
An nexu re-1

MANUFACTURER,S AUTHORIZATION FORM

[The Tenderer shall require the Manufacturer


to fill in this Form in accordance with the instructions in the bid
the Manufacturer and should be signed by
document. This letter of authorization should be on the letterhead of
a person with the proper authority to sign documents that are
binding on.the Manufacture such certificate is

not required where Manufacturer is the Tenderer']

Date:

NIT No.:

To: The Block Development Officer

Matiali Block

WHEREAS

We[insertcompletenameofManufacturer],whoareofficialmanufacturersof[inserttypeofgoods
factories], do hereby authorize Iinsert
manufacturedl, having factories at Iinsert full address of Manufacturer's
completenameofTendererltosubmitabidthepurposeofwhichistoprovidethefollowingGoods'
and to subsequently negotiate and sign
manufactured by us [insert name and or brief description ofthe Goods]
the Contract.
conditions for Goods' with
we hereby extend ourfullguarantee and warranty in accordance with the General
respect to the Goods offered by the above firm'

Authorized Signatory of the Manufacturer

Name

Designation with stamP

Date

P^ge 7
Table-1

Soecifications of Equipments

Sl No Description of ltem Quantity Specification

L Tetter Totter l Nos L (60 to 65)" x W (10 to 1s)" x H (15 to 20)"

2 Slides l Nos L (a5 to 50)" x W (L5 to 20)" x H (40 to 4s)"

3 4 Way Tetter Totter l Nos L (40 to 45)" x W (40 to 45)" x H (10 to 15)"

4 Rocke r l Nos L (35 to 40)" x W (10 to 15)" x H (15 to 20)"

5 Swings L Nos L (60 to 65)" x W (45 to 50)" x H (50 to 55)"

6 2 Way Easel Board l Nos L (25 to 30)" x W (20 to 25)" x H (40 to 45)"

7 Heieht Chart l Nos L (15 to 25)" x H (Up to 48')"

8!o'at( Giii;:r
$a&fi h*.rprfl er't Si{j: ;i

Signature Not Verified


Page I Digitally signed by SUMA BARAL
Date: 2020.01.20 15:08:55 IST
Location: West Bengal-WB

You might also like