You are on page 1of 37

1

GOVERNMENT OF TAMILNADU
TENDER FOR EMPANELMENT OF SUPPLIERS FOR SUPPLY OF
VARIOUS HANDLOOMS/HANDLOOM ACCESSORIES UNDER
HANDLOOM SUPPORT PROGRAMME 2019-2020
OFFICE OF THE DIRECTOR OF HANDLOOMS AND
TEXTILES, SECOND FLOOR, KURALAGAM, CHENNAI-600 108

T ENDER NOTICE No.J1/1/2020

TENDER DOCUMENT FOR EMPANELMENT OF SUPPLIERS FOR


VARIOUS COMPONENTS UNDER HANDLOOM SUPPORT PROGRAMME

I NVITATION FOR TECHNICAL BID

NAME OF WORK : Purchase of various


Handlooms/ Handloom
Accessories under Handloom
Support Programme.
ISSUED TO :
M/s. ……………………………

Date of floating
: 17.12.2020
of Tender

Last Date for


: 18.01.2021 at 2.00 p.m
Receipt of Tender
Date of Opening
18.01.2021 at 3.00 p.m
of Tender

Joint Director(Handlooms) /
Tender Inviting Authority,
Department of Handlooms and Textiles
Kuralagam II Floor, Chennai-108.

Bidder Signature with Seal


N OTICE INVITING TENDER

Separate sealed Tenders under two cover system are invited from the
eligible Tenderers for empanelment of Suppliers for supply of various
Handlooms/ Handloom Related Accessories under Handloom Support
Programme
The details of purchase to be undertaken are specified in the tender
documents. The tender documents can be obtained from Office of the Director
of Handlooms and Textiles, Kuralagam 2nd Floor, Chennai – 600 108 during
office hours from 17.12.2020 ,10.00 a.m onwards to till 18.01.2021 upto
11.30 a.m (except holidays).
Approximate value Rs.551.13 lakh
of work
(Rs. in lakhs)
Eligibility As Mentioned in Part I(I)
E.M.D. As mentioned in the part I(III) The Demand Draft to
be drawn in favour of “The Tamilnadu Handloom
Development Corporation Limited” on any
Nationalized /Scheduled Bank payable at Chennai.
Cost of tender Cost of each Tender Schedule Rs.1,000/-plus 5% GST
document (Rupees One Thousand and Fifty only). In case if it is
purchased in person directly, the tender form should
be obtained on payment of Rs.1050/- by cash. In case
of payment by way of Demand Draft in post, the
Demand Draft should be taken for Rs.1100/- drawn in
favour of “The Tamilnadu Handloom Development
Corporation Limited” on any Nationalized /Scheduled
Bank payable at Chennai. (OR) Tender Schedule can
also be downloaded from Government Tender
website w ww.tenders.tn.gov.in at free of cost.
Conditions As stipulated in tender schedule
Sale of Tender From 17.12.2020 10.00 a.m. onwards to till
Schedule 18.01.2021 upto 11.30a.m (except holidays).
Last date and time 18.01.2021 up to 2.00p.m.
of receipt of tender
Date, Time and 18.01.2021 at 03.00 p.m.
Place of Opening Conference Hall,
the Tender Office of the Director of Handlooms and Textiles,
Kuralagam, 2nd Floor,
Chennai - 600 108.
For any further Joint Director(Handlooms)
clarifications, Office of the Director of Handlooms and Textiles,
contact Kuralagam 2nd floor, Chennai 600 108.
Phone : 044 – 25331221.

Joint Director(Handlooms)/
Tender Inviting Authority
DEPARTMENT OF HANDLOOMS AND TEXTILES.
Office of the Director of Handlooms and Textiles
Kuralagam, II-Floor, Chennai – 600 108.

Tender for empanelment of Suppliers for supply of


various Handlooms / Handloom Accessories under
Handloom Support Programme.

This Tender Schedule is issued to


M/s.....................................................................................

Sl.No.
Cost of Tender Form: By cash (Rs.1000 + 5 % GST ) –Rs.1050/-
By Demand Draft – Rs.1100/- if requested to send
through Post.

Last date for submitting tender is 18.01.2021 upto 02.00 p.m

T ENDER SCHEDULE

Sealed Tenders in the prescribed format are invited from the interested Manufacturers
who fulfill the following conditions for the empanelment of suppliers for supply of
Various Handloom / Handloom related Accessories as per the Specifications indicated in
Annexure-B (Name of the Component) to be delivered at various Households of
Weavers covered under Handloom Support Programme in accordance with the terms
and conditions detailed in Part-I and Part-II of this Tender Schedule.

No. of
S. Name of the Handlooms / Handloom related
Units(Nos.)
No Accessories
(Tentatively)
i. Electronic Jacquard Machine 85
Jacquard with complete set including installation
ii. 707
/New jacquard on existing loom
iii. Motorized jacquard lifting Machine 276
iv. Healds, Reeds, Bobbins, Shuttles etc., (set) 2254
v. Frame Loom Upto 60” 182
vi. Zari Winding Machine 71
vii. Warp Beam & Fabric Beam(Set) 431
viii. Warp Beam 269
ix. Motorized Warping Machine 3
x. Motorized Pirn Winding Machine 340
xi. Motorized Pirn-cum bobbin/ dubba Winding machine 1021
xii. Cone Winding Machine specification (10 Spindle) 25
TOTAL 5664
P ART – I
T erms and Conditions:

I. ELIGIBILITY CRIETERIA

a) The Supplying entity should be a registered entity/agency.


b) The entity must have GST registration.
c) The Supplying entity should have minimum two years’ experience in
manufacturing of handlooms/handloom accessories for which bids are
submitted.
d) The annual business Turnover of the Tenderer in Textile Sector should be
Rs.10.00 Lakhs during anyone of the past 3 financial years.
e) If the tenderer who has already failed to supply in the earlier Tenders
with the Department of Handlooms and Textiles and whose work order
were terminated/Cancelled by the Department during the past 5 years, the
tenderer is not eligible to participate in the tender and the tender will be
summarily rejected.

II. TENDER DOCUMENT


1 a) The tender document should be in the prescribed format obtained from the
office of the Director of Handlooms and Textiles, Kuralagam, II-Floor, Chennai-108.
Tender document can be obtained on payment of Rs.1,000/- + GST 5% (Total amount
Rs.1,050/-) by cash in person or Rs.1,100/- by a crossed Demand draft issued by any
Nationalised / Scheduled Bank drawn in favour of the " Tamilnadu Handloom
Development Corporation Limited” payable at Chennai City to get the Tender
Schedule by post on working days between 11.00 a.m and 5.00 p.m from
17/12/2020 to 18/01/2021 (on 18/01/2021 upto 11.30 a.m.). The
Directorate shall not be responsible for any postal delay / loss of tender schedule in
transit / not reaching to the tenderer.

b) The Tender form is available in Govt. tender site w ww.tenders.tn.gov.in


which can be downloaded free of cost and used for bidding.

2. Tenders should be sent in the prescribed form duly signed by the tenderer.

3. Every page of the tender documents should be signed and enclosed along with the
tender in token of having accepted all the tender conditions.

4. Conditional tender will not be accepted.

5. The person or persons signing the tender shall state in what capacity
he/she/they is / are signing the tender. If an individual submit a tender, it shall be
signed with his full name and designation and his address shall be given. If it is
submitted by a firm, it shall be signed by all the partners of the firm or by a partner of
the firm duly empowered or authorized to do so and the authorization / Power of
Attorney should also be enclosed.

6. If any tender is submitted by a Corporation / Company/Society /Co-operative


Society / Association of persons, it shall be signed by a duly authorized officer, who
shall produce with this tender satisfactory evidence of such authorization. Such
tenderer may be required to furnish evidence of its corporate existence before the
tenders are finalized.
7. The rate quoted and quantity offered should be strictly filled in as required in the
schedule forming part of the tender schedule. The rates should be neatly and legibly
written both in figures and words strictly as in the schedule. Any correction, re-writing
etc. in the tender schedule should be attested by the tenderer with full signature. If
there is any discrepancy between the rate quoted in numbers and words, the lower of
the two will be considered for evaluation.

8. The tender once submitted shall remain in force as submitted, not withstanding any
modification, correction or cancellation made or attempted to be made in respect
thereof by the tenderer or on his behalf whether on the ground of mistake or otherwise
and any acceptance by the Tender Committee of the tender as originally submitted or
any part thereof shall be binding upon the tenderer notwithstanding that the Tender
Committee, had received notice of such modifications, corrections or alterations before
acceptance of the tender.

9. The last date for sale of the tender document at the office of the Director of
Handlooms and Textiles, Kuralagam, II Floor, Chennai is on 18/01/2021 upto 11.30
a.m as per this office clock. The tender schedule duly filled in along with the
prescribed documents shall be dropped into the tender box at the reception of the
office premises up to 2.00 p.m. on 18/01/2021.

10. In case, the above date happens to be a Public Holiday for any reason, tenders
will be received up to the same time on the next working day.

11. Tenders received beyond the date and time mentioned above will be summarily
rejected. The tenders submitted by fax or by electronic mail will not be accepted. The
tenders received by post or courier will be accepted only if they are received upto
2.00 p.m. on 18/01/2021.

12. The Central Purchase Committee shall take no responsibility for postal delays or
loss in transit or non-receipt of the tender documents sent by post or courier or in any
other manner or in person nor will any request for extension of time for submitting
tenders be considered on any account.

13. Tender should be submitted in separate covers superscribing Cover ‘A’,


and Cover ‘B’ as detailed below:

Cover “A" (Technical Bid)

Should contain cost of tender document(wherever applicable), EMD, Tender schedule


duly signed, declaration, Annexure -A and all other documentary evidences as per this
tender schedule required to be furnished by the tenderer at the time of opening of
Cover "A" .

Cover “B”– (Financial Bid)

Financial Bid to be enclosed separately for each Accessory in


Separate covers as specified below:
Cover "B (Rate Bid)

Part II B (ii)cover B
01 Handlooms /Handloom Accessories for Annexure-B(i) to
(xii)

The rate shall be quoted per unit for the Various Handloom related Machineries
& Accessories as per specifications noted in this schedule which shall be inclusive of all
costs for delivery at the designated places and shall include cost such as packing,
forwarding, transportation, loading and unloading, incidental charges, insurance, if
any and of all levies such as excise duty etc.,. The tenderer shall quote the rates in
such a manner so as to specify the gross price and GST applicable separately.
In case of failure to furnish such details, the tender will not be considered.

The Financial Bid Cover duly sealed should be placed in “Cover “B” and the
Cover “B” should be placed in Cover “A” duly sealed superscribing "Tender for
various Handlooms/Handloom accessories ”(mention the components only
for which tender quoted)and addressed to the Director of Handlooms and Textiles,
Kuralagam, II-Floor, Chennai – 600 108. The Central Purchase Committee is not
responsible for any accidental opening of the covers that are not properly superscribed
or sealed.
The declaration in this tender schedule must be signed by the
tenderer. All the covers should have the name of the Tenderer along with
name of the manufacturer they represent, without fail.

III.EARNEST MONEY DEPOSIT (EMD)

1. Tenderer shall pay an Earnest Money Deposit of Rs.50,000 /- in the form of


Crossed Demand Draft / Bankers Cheque drawn in favour of “Tamilnadu
Handloom Development Corporation Limited” from any Nationalized
Bank, Scheduled Bank payable at Chennai City. Earnest Money Deposit will
not be accepted in cash.

2. T he tender submitted without the prescribed Earnest Money


Deposit ( EMD) shall be summarily rejected.

3. The Earnest Money Deposit remitted shall not carry any interest.

4. The Earnest Money Deposit will be returned to the unsuccessful tenderers


after finalization of the tender. In the case of successful tenderers, the
Earnest Money Deposit shall be adjusted for the Security Deposit payable by
the successful tenderers. The amount remitted towards Earnest Money
Deposit is liable to be forfeited in case the tenderer resiles from their offer
after submitting their tender or after their offer is accepted and the tenderer
fails to execute an agreement / contract within the prescribed date.
EXEMPTION FROM EMD:

5. The SSI Units within the State and registered with SIDCO or the NSIC
or units holding Permanent Registration Certificate from the District
Industries Centre of Directorate of Industries and Commerce are
exempted from the payment of EMD in respect of those items for
which Registration certificate has been obtained.

6. If the Component has not been mentioned in the Registration Certificate, the
tenderer should enclose EMD necessarily as stipulated in G.O(MS) No.387 of
Finance(BPE) Dept. Dt. 03.08.1998.
IV.RATE

The rate shall be quoted per unit for Tender for Supply of Handlooms /
Handloom Accessories as per specifications noted in this schedule which shall be
inclusive of all costs for delivery at the designated places of Tamilnadu and shall
include cost such as packing, forwarding, transportation, loading and unloading,
insurance, incidental charges, if any and inclusive of all levies and taxes such as
excise duty etc. The tenderer shall quote the rates in such a manner so as to
specify the gross price and GST as applicable separately.
In case of failure to furnish such details, the tender will not be considered.

1. The rate quoted shall be firm and fixed and no variation in price will be
allowed on any account.
2. The rate quoted shall be valid for a period of one year from the date of
opening of the tender.
3. The rate finally arrived at and accepted alone will be paid. On any account,
no extra charges will be paid for any other activity done or required to be
done by the tenderer. Any increase in the statutory duties, taxes etc. shall be
borne by the tenderer.

V. DELIVERY, INSTALLATION OF ITEMS AND PAYMENT

1. After the empanelment, the suppliers shall have to exhibit and demonstrate
the items, on their own cost, in the camps to be conducted by the Circle
Deputy Directors / Assistant Directors of Handlooms and Textiles concerned.
The Selected Handloom Weavers, after inspection of the exhibited /
demonstrated items from the empanelled suppliers, shall choose their
preferred items.

2. Circle Deputy Directors / Assistant Directors of Handlooms and Textiles


concerned shall consolidate the supply order and place order with the
supplier. The Supply order shall contain details of the weavers i.e. name,
address, name of the items(s) to be supplied with specification and cost,
time limit for the delivery etc.

3. Circle Deputy Directors / Assistant Directors of Handlooms and Textiles


concerned shall send the list of beneficiaries who have placed the supply
order in prescribed format to the office of Director of Handlooms and
Textiles. Based on the details received from the Circle Deputy Directors /
Assistant Directors of Handlooms and Textiles, the Director of Handlooms
and Textiles shall release 90% of the State Government Share with Circle
Deputy Directors/Assistant Directors of Handlooms and Textiles as
budgetary provision.
4. If it is noticed that the item(s) supplied do not conform to the specification
and quality as prescribed in the tender schedule, the purchase committee
shall have the right to reject the item(s) in part or full. The supplier shall be
liable to replace the rejected item(s) within the stipulated time. Till the
replacement is done, the rejected materials shall be lying at the risk, cost
and responsibility of the supplier.

5. The ordered quantity should be delivered as per the delivery schedule. The
delivery of all Components should have the label of the manufacturer on the
Unit .
6. Conditions such as strike, lockout, power cut, and plant shut down for any
reason etc,. will not be accepted as valid reasons for delay in delivery.
7. Delivery order shall be issued for specific quality and quantity of Various
Components to each locations. Delivery shall be made to designated
places.

8. On receipt of the delivery of the consignment at the location/designated


places, inspection will be carried out at the designated places by inspection
team concerned comprising of Managing Directors / Presidents and Purchase
Committee which will be formed by circle ADH&Ts. On the conformity of the
specifications issued in the Tender Schedule / Purchase order, Copy of
invoice, Goods receipt acknowledgement, Inspection report (Installation
certificate received from weavers / Weavers Cooperative Societies
concerned along with the remarks of the officers ) will be sent to Central
Purchase Committee.
On scrutiny of the above documents, the payment will be effected as follows:

a. For all components, 90 % payment will be made normally within 30


days from the date of receipt of supply and installation document in full
shape. The balance 10 % payment will be made on completion of supply
order and after reconciliation of accounts.
b. Payment will become due only from the date of completion of supply and
inspection of specifications.

c. Tax deduction, if any, at source as per existing rules in-force will be


effected while making payment
9. The Central Purchase Committee, reserves the right to cancel the contract
without assigning any reason, if the deliveries are not completed within the
stipulated period of delivery notwithstanding the penalty charged on the
belated delivery. The decision of Central Purchase Committee shall be
final in all matters relating to the tender.

VI. DELIVERY POINT

The delivery of components i.e Handlooms / Handloom Accessories shall be


made to the designated places in Tamil Nadu which are located at All Districts. The
delivery locations will be within 60 Km radius in each sub clusters. The delivery
locations in the above designated places will be intimated by the Department then and
there.
VII. TENDERER

The tenderer shall be a M anufacturer capable of supplying Handlooms /


Handloom Accessories of prescribed quality and the contracted quantity as per delivery
schedule and to the specified destinations.

VIII. SECURITY DEPOSIT

1 The successful tenderer shall within 5 (five) days from the date of letter of
acceptance from the Implementation Agency, remit Security Deposit amount @ 2%
(Two percent) of the value of the order placed by means of crossed Demand draft or
Banker’s Cheque / Bank Guarantee drawn in favour of Implementation Agency
concerned obtained from any Nationalized Bank / Scheduled Bank and payable at
Chennai. No cheques will be accepted.

2. EMD shall be adjustable for the Security Deposit while accepting the Security
Deposit.

3. If the Security Deposit is not paid within the time specified, the Earnest Money
Deposit remitted by the tenderer shall be forfeited and the delivery order shall be
liable for cancellation at the discretion of the department. Besides, all the
consequential losses, damages and cost, if any incurred on the purchase made in
subsequent tender or re-tender or by any other means will also be recovered from the
tenderer.

4. The Security Deposit shall not carry any interest.


5. Security Deposit depending upon unsupplied quantity i.e., Pro-rata Security
Deposit will be forfeited if the successful tenderer fails to supply the ordered quantity
or makes undue delay in effecting supply. If the unsupplied / unaccepted quantity is
more than 50% of the ordered quantity, the entire Security Deposit will be forfeited.

6. Security Deposit in full will be refunded only to the tenderer on successful


completion of the supply order in full within the stipulated time. For delayed supply or
incomplete supply clause XIII (1) and (2) Shall be referred.

IX. EXECUTION OF AGREEMENT:

1. The successful tenderer shall execute an agreement in the prescribed


form on a stamped paper of Rs.100/- value within five days from the
date of letter of acceptance, failing which the EMD remitted by the
tenderer will be forfeited, without issuing intimation or notice. The tender
shall also be liable for cancellation and the tenderer liable for
consequential actions.
2. The agreement shall not be executed before the remittance of the
security deposit.
3. If the successful tenderer fails to execute an agreement / contract within
the prescribed date, he/she shall be liable for paying all consequential
costs, damages and losses arising out of his/her failure.
X. WARRANTY

One year from the date of supply of items. The supplier shall be liable to replace
the items supplied or repair any defects within the warranty period free of cost.
10

XI. QUALITY AND QUANTITY PARAMETERS

1.(a) The successful tenderer should maintain the specified quality for the entire
supply. If any of the supply do not meet the required specification as per the
Annexure-B (i) to (xi), such supply shall be rejected and rejected supply shall be
removed and replaced within 7 days from the date of intimation at the cost of the
tenderer. If the rejected supply is not replaced by the tenderer, during the specified
period, the cost of replacement shall be recovered either from the payment due or
from the security deposit besides levy of penalty. Payment will be made only to actual
quantity accepted for supply after ensuring the quality parameters and actually
accepted.
(b) If the Various Components supplied by a tenderer to the designated places is
rejected continuously for more than two times or on different occasions for more than
five times, it shall be open to the Director of Handlooms and Textiles to cancel the
order placed with such tenderer and make alternative arrangements for procurement
of such quantity at the risk and responsibility of the tenderer and to claim any loss in
such transaction from the tenderer. The Security Deposit of the tenderer shall also be
forfeited.
2. The quantity noted in the tender is approximate and order could be
subject to a variation of 25% either way of requirement indicated in the
Tender.

3. Orders will be placed for specified quality, specified quantity and for supply to
specified locations.

4. The Tender Committee reserves the right to place orders with more than one
supplier and vary the order quantity in accordance with the Tamilnadu Transparency in
Tender Act 1998 and Rules 2000.

5. Tenderers who furnish inadequate and ambiguous information are liable


for rejection.

XII. PENALTY
1. DELAYED SUPPLY:

If the supplier fails to supply the quantity as per intermediate supply schedule
upto Phase-III, a penalty at 1% on the un-supplied value per week for initial 2 weeks
which can be extended by another 2 weeks with enhanced penalty at 2% on the
unsupplied value per week. Any further extension of time will be at the discretion of
the Central Purchase Committee with a further penalty.

2. NON-SUPPLY / SHORT SUPPLY:

1. If the tenderer fails to deliver any quantity of the delivery schedule, the supply
order for the total quantity placed with such tender is liable to be cancelled and
retender may be called for. In case of retender, any additional cost incurred, shall be
charged from the tenderer.
2. In respect of unsupplied quantity, after expiry of extension of time with penalty,
pro-rata Security Deposit will be forfeited in addition to the levy of penalty at 3% of
the value of the unsupplied quantity. Additionally, all consequential losses, costs and
damages incurred for making alternative arrangements shall also be recovered from
the tenderer.
3. The tenderer shall remove the rejected quantity from the delivery points at their
cost within 48 hours from the date of intimation of rejection, failing which a penalty
of Rs.500/- per day will be levied. The Purchase Committee shall not be responsible
for any damage to the rejected quantity beyond a period of 7 days. Purchase
Committee also reserves the right to itself to dispose off the same as it deems fit,
beyond 7 days from the date of intimation.

4. The penalty levied and recoveries ordered will be adjusted against the pending
payment / Security Deposit.

XIII. AGREEMENT CANCELLATION

i. In the event of supplier willfully not supplying the items within 2 months after
placing the supply order, Central Purchase Committee at its sole discretion shall
cancel this agreement in writing and forfeit the earnest money along with
suitable penalty.

ii. In the event of supplier not supplying the items within 2 months after placing
the supply order, Central Purchase Committee at its sole discretion may cancel
the supply order and this agreement in writing and forefeit the earnest money.

iii. If any information furnished by the supplier is found to be incorrect/untrue or


terms and conditions are violated, then the Central Purchase Committee shall
without giving any notice or reason therefore or summarily reject the bid or
terminate the contract, without prejudice to any other rights or remedy
including the forfeiture of the full said earnest money deposit absolutely.

XIV. COURT JURISDICTION

This shall be subject to the exclusive jurisdiction of courts at Chennai, Tamilnadu


state.

XV. FORCE MAJEURE

Should any Force Majeure circumstance arise, each of the contracting party
shall be excused for the non-fulfilling or for the delayed fulfillment of any of its
contractual obligations, if the affected party within 15 days of its concurrence inform
the other party in writing.
Force majeure shall mean fire, flood, natural calamities or any other acts as
war, turmoil strikes (as not limited to the establishment of the seller), sabotage, and
explosion and quarantine restrictions beyond the control of either party.

XVI. ARBITRATION & RECONCILIATION ACT

In event of any dispute or difference between the parties hereto, such disputes
or differences shall be resolved amicably by mutual consultation. If such resolution is
not possible, then the unresolved dispute or difference shall be referred to arbitration
of the sole arbitrator to be appointed by the Director of Handlooms and Textiles. . The
provisions of Arbitration and Conciliation Act, 1996 (no.26 of 1996) shall be applicable
to the arbitration under this clause.
XVII. EVALUATION OF THE TENDER

1. The L1 rate will be evaluated as detailed below.

If all the tenderers are from within the State of Tamil Nadu or where all the
tenderers are from the outside the State of Tamil Nadu, the SGST / CGST shall be
included for the evaluation of price.

If the tenderers are both from the State of Tamil Nadu as well as from outside
the State of Tamil Nadu, the SGST / CGST under the Tamil Nadu GST Act 1959
(Tamil Nadu Act 1 of 1959) shall be excluded for the evaluation of price. If the
tenderer either within the State of Tamil Nadu or from other State fails to
furnish the breakup details for GST, such tender will not be considered.

The Central Purchase Committee reserves the right to place orders on


more than one supplier and vary the order quantity accordingly. The
tenderers shall give all the details pertaining to the capacity to manufacture,
annual turnover and other details as required so that a fair evaluation can be
made. Tenderers who furnish inadequate and ambiguous information are liable for
rejection.

2. The Central Purchase Committee reserves the right to reject all or any one of
the tenderers without assigning any reason thereof or to split the tender as it may
deem fit or to carryout negotiations with the tenderers in a manner considered to be
advantageous to the Government.

3. The Central Purchase Committee reserves the right to place order with the
Tenderer if they become eligible on evaluation to supply less than the minimum
quantity.

4. The decision of the Central Purchase Committee shall be final and


binding in respect of all matters connected with this tender.

XVIII. VALIDITY OF THE TENDER

1. The tender shall be valid for a period of one year from the date of
opening of the tender.
2. The Central Purchase Committee empowered to make extension of
validity Period.

XIX. OPENING OF TENDER

1. Tender will be opened at 3.00 p.m on 18/01/2021 at the Office of the


Director of Handlooms and Textiles, Kuralagam, 2 nd Floor, Chennai 600 108 in the
presence of the available tenderers or their authorized representatives, (only one
individual shall represent one tenderer). The authorized representative shall produce
satisfactory evidence of authority of tenderer to act on behalf of the tenderer at the
time of opening the tender.
2. Cover 'A' will be opened first. A Scrutiny Committee shall scrutinize the tender
documents. On receipt of the Scrutiny Committee’s report, Cover ‘B’ of those who
passed through scrutiny will be opened on another date which will be informed to the
tenderers separately in advance.

3. The opening of tender will be in the presence of the tenderers or his authorized
representative who shall be empowered by the tenderer to take on the spot decisions.

4. The declaration in this tender schedule must be signed by the tenderer.


Tenders received without signed declaration will be rejected. This declaration should be
placed inside the Cover “A”.

XX. DOCUMENTS TO ACCOMPANY THE TENDER


a) Shall enclose copy of the manufacturing license / certificate issued by SSI or
Cottage Industries with their latest installed production capacity or copy of the
declaration filed with the Competent Authority in lieu of license. The document shall
reveal the production capacity clearly.
b) All the above documents shall be self-attested by the tenderer.

c) Any documentary evidence to show that the tenderer is in the Various Components
business for the last 3 years.

d) Any documentary evidence to show that the annual average business turn-over
of the tenderer in Textile Machineries / Accessories in any of the past 3 financial
years should be Rs.10.00 Lakh for all components.

e) Any document to show the manufacturing capacity of the manufacturer they


proposed to procure the Various Components.

g) The Central Purchase Committee may at its discretion cause verification of any
or all Manufacturers.
h) All the above documents shall be self-attested by the tenderer.

3. All tenderers shall also enclose copy of the following additional


documents.
i. Copy of the Registration Certificate of the Agency.

ii. Copy of the valid GST Registration certificate of the Agency

iii. Copy of the PAN card of the Agency.

iv. Copy of audited Balance sheet and Profit and Loss account of last 3 years
(2016-2017, 2017-18 and 2018-19) audited by the Chartered Accountant.

v. Copy of Income tax returns filed for the last 3 years (2016-2017, 2017-18
and 2018-19)

vi. Copy of supply orders and proof of their execution by the Agency for the
items for which bid is submitted (for proof of minimum 2 years experience).
vii. Power of attorney for the authorized signatory duly signed by the proprietor
of the entity.

viii. Affidavit that the firm is not blacklisted by the State / Central Government
Departments or affiliated units shall be given in Twenty Rupees stamp paper
duly attested by the Notary Public. If any information is received that a
tenderer who has submitted tender has been banned by any procuring entity,
their tender shall be rejected.

ix. If the documents furnished by the Tenderer are found to be incorrect or false
at any stage of the tender, the tender is liable for cancellation.

All the above documents shall be self-attested by the tenderer.

XXI. GENERAL

1.In respect of matters not specifically mentioned in these clauses, the Tender
Committee shall give reasonable instructions and directions and the successful
tenderer shall comply with the same. Failure to comply with the same shall constitute
breach of terms and conditions. The Tender Committee will not be liable for any losses
or damages whatsoever sustained by the successful tenderer.

2.All the pages in the tender schedule should be numbered and a check list should be
submitted duly indicating the page numbers of documents enclosed.

3.If the successful tenderer fails to execute / complete the order after the acceptance
of supply order, it shall be open to the Tender Committee to procure the Component
by any other means and the difference in cost will be recovered from such tenderer
besides the tenderer has to pay all the consequential losses, damages and all other
costs including penalty.

4.In financial bid, prices quoted need to be inclusive of all costs, including
transportation, installation, taxes, duties etc. The amount of taxes applicable should
be clearly mentioned separately.
5.The Central Purchase Committee reserves the right to terminate the supply order /
contract without any notice on the following:

i) If the successful tenderer fails to supply the ordered quantity within the
stipulated time. Further, the Central Purchase Committee shall also consider
blacklisting of the tenderer and initiating action for the breach of contract.

ii) If the successful tenderer becomes insolvent, bankrupt or has any execution of
lawful attachment served upon him or on the goods or if he omits any duty or commits
any breach of the terms and conditions of the supply.

iii) If the successful tenderer has been blacklisted by any procuring entity of the
State / Central Govt. and its agencies.
iv. Any other reason to be stated in writing having a bearing on the scheme.

SIGNATURE OF THE TENDERER AND OFFICE SEAL

Name in (BLOCK LETTERS) :

Designation -

Name of the Company/


Society / Association of
Persons -

Full Postal Address -

Phone No. with STD Code -


Mobile No. -

Official seal of the Tenderer -


DECLARATION

1. I/We ............................................. having our office at


……………………………................................................................................................
.................................. declare that I / We have carefully read all the conditions of
this tender, for the supply and Installation of Handlooms/ Handloom Accessories and
abide by all the terms and conditions set forth therein.
2. I / We further declare that I/We apply in this tender as a Manufacturer and We
possess valid Manufacturing License * No.--------------- to produce quality of
equipments required in this tender.
3. I / We declare that I / We have been in Textile machineries / Accessories business
continuously for the past three years (Proof enclosed)
4. All the particulars furnished in this tender are true and correct. If any particular is
found false at a later date, we are liable for any action taken by the Department of
Handlooms and Textiles.
P articulars of EMD remitted
Name of the Bank:
Amount:
D D No. & Date:
* Strike out whichever is not applicable
SIGNATURE OF THE TENDERER
Date

Name in (BLOCK LETTERS) :

Designation -

Name of the Company/ Society / Association of


Persons -

Full Postal Address -

Phone No. With STD Code/ Fax No / E-Mail ID

Official Seal of the Tenderer


DETAILS OF THE SUPPLIER OF HANDLOOMS AND ACCESSORIES
(To be submitted in Agency’s own letter head)

1. Name of Entity/Agency/Organization (Supplier)

2. Address

3. Name of Proprietor

4. Telephone. No. Office:


Residence:
Mobile:
Fax No.:
E.mail :
Year of
5. Establishment of Agency/Organization
6. No. of years of experience in manufacturing
handlooms/handloom accessories
7. GST Registration No. and Date of Registration.
8. PAN Card No. and Date of Issue

9. Maximum capacity for supplying handlooms/handloom accessories in a month


Name of the Monthly Capacity (in number)
Handlooms/Handloom
accessories (As per Annexure -I)

10. Number of personnel Technical


employed
Non-technical

11. Annual Sales Turnover of last three years Year Sales Turnover (Rs in
supported by audited Balance Sheet (Rs. in lakh) Lakh)
2016-2017

2017-2018

2018-2019
12. Profit of last three years supported by Year Profit (Rs. In lakh)
Audited Profit and Loss Account (Rs. in lakh)
2016-2017

2017-2018

2018-2019
13. Complete address of manufacturing facility/facilities

14. Complete address of the retail shop, if any

15. Details of Deposit of Earnest Money of DD/Bank Guarantee No.


Rs.50,000/- (Rupees Fifty Thousand)

Dated:

Drawn on:

Bank:

Branch:

16 Any other specific information you would like to furnish


.

This is to certify that I/we before signing this bid have carefully read the
contents of the Bid Document and fully understood all the terms and conditions
contained therein and undertake myself/ourselves to abide by the same.

I /We hereby declare that the information /facts provided is true, correct and to
best of my/our knowledge and belief.

Note: Please strike out Not Applicable (N/A) against the columns, which does
not relate, while filling up the above formats.

Date:

Place: Signature of Bidder

Name of Bidder

Name of the firm/agency

Seal of Bidder
F ORMAT FOR POWER OF ATTORNEY FOR THE AUTHORISED
S IGNATORY (To be submitted in Agency’s own letter
head)

To, Tender Notice No. J1/1/2020


The Director of Handlooms and Textiles,
Kuralagam II floor,
Chennai-108.

Dear Sir,

With reference to Tender Notice No. J1/1/2020 we hereby authorize


the following person as authorized signatory to carry out necessary bid
formalities with the Department of Handlooms and Textiles and authorize
to sign the bid documents and contract/ agreement with the Department of
Handlooms and Textiles.

Thanking you,
Yours faithfully

Place:
Date: (Signature of the Proprietor)
Name:
Designation:
Seal of the Agency:
20

U NDERTAKING ON BLACKLISTING
(To be submitted in Agency’s own letter head)

Tender Notice No. J1/1/2020

It is certified that my firm/agency/company/entity has never been


black listed by any of the Departments/Autonomous Institutions/
Universities/Public Sector Undertaking of the Government of India or State
Government and no criminal case is pending against the said firm/agency
as on date.

Signature of the Bidder:

Place: Name of the Authorized


Signatory:

Date: Name of the Firm/agency:

Seal of the Firm/Agency:


21

ANNEXURE – B (i)
SPECIFICATION OF THE ELECTRONIC JACQUARD

 No.of hooks – 480(12 rows of 5 modules each)


 Speed – Should able to run at 250 rpm (max)
 Shed height-100 mm.
 Driving system –Suitable arrangements for shed opening by precise lifting
mechanism.
 Electronic control-User friendly independent micro control unit with display.
Design fed by SD card or any other encrypted format so that the security of
design id maintained.
 Software-Suitable window based software should be provided for converting
the designs into encrypted format which is readable by electronic jacquard.
 Type of Shedding : Full clear Open, Double Lift
 Type of Reversing : Spring Reversing
 Suitable : Handloom
 Single phase circuit : Input Ac 220v, 4.2 amps, 50-60 Hz, Output Dc 15v,
12.05amps on full load.

S.No Details Type of metal/make Size Nos


1 Mechanical frame Good Quality HR H720mmxD540mm 1
steel L570mm
2 Gears EN 8 76 teeth 2
En 8 38 teeth 4
3 Shaft Mild steel Dia 31.7mmxL810mm 1
4 Tilting wheel Casting Approx Dia 14” 1
5 Lifting belt and 1 set
clamps
6 Modules M5 H 335x45x35mm 60 No’s
7 Electronic Drive PCBS 68mmx42mm 60 60 Nos
cards
8 Cable (FRC) Insulated wire 16 core x 120cm 5 No’s
9 SMPS (SWITCHING Standard 15v 23amp 1
Mode Power Supply) Standard 7.5v 11amps 1
10 Mains card Standard 3cpre 1.5 sqrmm 3mtrs
11 Jacquard Control Suitable 215x195x55mm 1
Panel
12 Signal Cables Suitable 1set 1
13 Quick links Suitable 480No’s
14 Guide Board Poly Propolin 12mmx32x450mm 1
15 Guide Bolt Mild Steel Af16x190mm 4
16 Jack Bolt nut Mild Steel 12mmx150mm 4 Sets
17 Cabinet Powder Coated Suitable 1 Set
18 Sensor kit Proximity sensors Dual Trigger 1 Set
19 Frame to mount Good Quality MS To be provided as per the
Electronic Jacquard Steel angles requirement of the beneficiary
& Drive
 Mechanical Fabrication & Electronic hardware & system software should
readily support for the expansion of hooks in the future.
 Hardware and Software should support for the BUTTA TURNING attachment
both for mechanical and Electronic type. For creation of traditional handloom
variety designs.
 Software with all necessary tools must be available along with jacquard for
easy corrections and settings as per handloom design creation requirements.
 Single phase circuit: Input Ac220 v, 4.2 Amps, 50-60 Hz, output Dc 15 v,
12.05 amps on full load.
 Design display of every pick running with real time design being woven.
 Offline design display with navigation facility.
 Design details displayed like, design name, no of picks, current pick number
etc.,
 Pick number display and test patterns facility and current design stored on
the distribution board also, restores from the same pick that was stopped
during the power failure.
 Single file for entire design with pre- mixing done at designer, hence there is
no chance of operator feeding a wrong design element.
 Seamless border runs at pallu joining region and also border changing facility
on control [panel itself.
 Powerful software app for doing all the design formatting preparation process,
without being depended on designer for various tasks design like mixing,
shuttle selection, repeats, butta insertion, arrangements and more.
 Special tools for hooks mapping, very useful for handloom for butta turning
hooks selection.
 Support Encrypted as well as Bitmap(.bmp) files.
 The machine shall run with only solid lubrication. Oil based lubrication is not
accepted at all, since oil drops can cause damage to the production.
 The machine cabinet should be powder coated to a thickness of 30-40
microns so as to provide good resistance to corrosion. Machines supplied
without cabinet is not acceptable and will be rejected.
 The electronic hardware, which is part of the machine, should be necessarily
manufactured completely in India, to give on time and in full service support.

The e-Jacquard machine should be supplied along with detailed trouble shooting
guide is a mandatory document to be supplied along with the machine.
ANNEXURE – B (ii)

Specifications for Jacquard on the existing Handloom


Component 2(A)
120 Hooks – 1 No’s (Nickel Coated with Ball Bearings )
Jacquard Box 2'X1'X1.2' Kongu/Patak/Vengai Wood
Frame wood size 2"X1.5"
2.2mm Hooks and 1.4mm Needles.
Size and quality of the hooks (Hicarbon wire with 23ickel
coating)
Depth of the shed 3.5” to 4”
120 Jacquard card stand 1 No
Jacquard guide board 1 No
Lever & Stand (Cycle crank) 1Set
Comber Board for 120 hooks 1 No
Harness Wooden stand base frame 1 No
06 gms Lingoes for 120 Hook 1680 No’s/ as per requirement
Harness for 120 Hooks 1 Kg Nylon Harness
Yellow Twine 2 Nos (200gms)
Component-2(B)
240 Hooks – 1 No’s (Nickel Coated with Ball Bearings ) (SilK HWCS)

Jacquard Box 2'X1'X1.6' Kongu/Patak/Vengai Wood


Frame wood size 2"X1.5"
2.2mm Hooks and 1.4mm Needles.
Size and quailty of the hooks (Hicarbon wire with nickle coating)

Depth of the shed 3.5" to 4"


240 Jacquard card stand 1 No
Jacquard guide board 1 No
Lever & Stand (Cycle crank) 1Set
Comber Board for 240 hooks 1 No
Harness Wooden stand base frame 1 No
06 gms Lingoes for 240 Hook As per requirement
Harness for 240 Hooks 1 Kg Nylon Harness
Pearl Twine(Mani Odi) 5000 Nos
ANNEXURE – B (iii)

MOTORIZED JACQUARD LIFTING MACHINE


SL.
DETAILS Qty
No
Powder Coated Main Frame Structure 430 MM x 300 MM x
1 230 MM, Main Frame Structure Made By 32 MM x 32 MM 1 No
*4 MM 'L' ANGLE
Heavy Duty Lifting Bar Made By Steel Flat 38MM *
2 10MM * 850 MM With self adjustment Bearing system 1 No
with Compression Spring
3 Forged Steel Driven Spracket Wheel 50 teeth 1 No

4 Forged Steel Drive Spracket Wheel 13 Teeth 1 No

5 Main Drive chain 29 links 1 No

6 Double Groove Drive “V” pully Dia 2" 1 No

6 10" Dia Double Groove Driven "V" Pulley 1 No

7 "A" Type V Belt 37 " 2 Nos

Single Phase Foot Mounted A/C Motor-370 Watts 0.5 hp,


8 B 56 FRAME, Speed -1425 RPM. Operating Voltage 200 V 1 No
to 240 V ,Motor Starter Capacitor 25 MFD A.C .
User friendly Operating System with Pedal system fitted
9 with limit switches in Dust Tight Aluminum Housing size 1 No
100*40*200

Cam Adjustable System Assembly with Dust Tight


10 1 No
aluminum Housing Limit Switch

11 3 Core *1 Square mm Cable 6 Mtrs

12 2 Core *1 Square mm Cable 3 Mtrs

11 Ball Bearing 6202 ZZ 10 Nos

12 Pedestal Bearing P 205 4 Nos

13 Ground Driven Shaft Dia 25 mm *310 mm 1 No

14 Ground Drive Shaft Dia 25 mm *290 mm 1 No


ANNEXURE – B (iv)A

Healds & Reeds

Name of the
S.No Healds Reeds
circle
1
96s Nylon Healds 96s Reed, 51" Steel
Coimbatore
86s Nylon Healds 86s Reed, 51"Steel
2.
Salem 120s Nylon Healds 120s Reed 52” Steel
3.
Vellore 72s Nylon Healds 72s Reed, Bamboo 51”
4. 96s Healds, 51"
Tiruppur 96s Reed, 51 " Steel
Nylon
5. 72 Nylon Healds
Madurai 72s Reed, 56" Metal
varnished
72s Nylon Healds 72s Reed X 56" Metal
6.
Nagercoil
80s Nylon Healds 80s ReedX 56" Metal
7.
22s cotton Healds , 22s Reed, 64" Metal

28 Cotton Healds 28s Reed 64” Metal

18s Cotton healds 18s Reed 72” Metal

24s Cotton Healds 24s Reed 64 “ Metal


Erode
26s Cotton Healds 26s Reed 72” Metal

30s Cotton Healds 30s Reed 72” Metal

32s Cotton Healds 32s Reed 64” Metal

96s Nylon Healds 96s Reed 52” Metal


8.
Cuddalore 96s Nylon Healds 96s Reed, 51" Bamboo
9.
Karur 40s Cotton Healds 40s Reeds 66” Metal
ANNEXURE – B (iv)B

Specifications for Shuttles

S.No Name of the circle Description

1 Karur Length 18” width 1 3/4”

Fly shuttle- 13"X1" Teak wood


2 Salem Self weaving shuttle- 10"X1"
Butta weaving shuttle- 5"X1"

Wooden shuttle suitable for silk


3 Tiruppur
weaving

14" X 1" to 1.25" Wooden Shuttle


4 Erode
suitable for Bed sheet weaving
ANNEXURE – B (v)

FRAME loom upto 60"(Iron)

S.No Details Particulars Size

1 Frame size W-60”, L-92”, H-120”

2 Vertical frame (Post) Iron 47X47mm Square Tube

3 Length Support Iron 47X47mm Square Tube


7 ¼'
4 Horizontal Support Iron 47X47mm Square Tube
5 ¾'
5 Jacquard Box Support Iron 47X47mm Square Tube
5 ¾'
Jacquard Support Iron 47X47mm Square Tube
2 ½'
7 Gaudam Support Iron 47X47mm Square Tube
5 ¾'
8 Warp beam with ratchet Iron Iron Type-I Pipe Model
wheel &paul
Drum type / Pipe Outer Dia-4”, Length -
type 61”
9 Cloth Beam Good quality Square Beam -4.25”,
Seasoned Length -66”
Teak/Sal wood
10 Sley race Board along Good quality 2” X 1 ½”- 7 ½'
with Shuttle box Seasoned
Teak/Sal wood
11 Shuttle box- 15”x2 Seasoned Teak
Wood
Side frame-3”x2
12 Sley Sword Good quality 3” X 1 ½' - 3 ¼'
Seasoned
Sal/Teak wood
13 Cross frame of Sley (TOP) Good quality 3” X 1 ½ '-6 ¼'
Seasoned
Sal/Teak wood
14 Reed cap Good quality 2” X 1.5”-5 ¼'
Seasoned
Sal/Teak wood
15 Cross frame of Sley Good quality 2” X 1” -5 ¼'
(MIDDLE) Seasoned
Sal/Teak wood
16 Shedding roller holding Good quality Suitable for
frame & Shedding roller Seasoned Cotton Saree
Sal/Teak wood weaving
17 Treadles set Good quality Suitable for
Seasoned Cotton Saree
Sal/Teak wood weaving
18 Treadles stand Good quality Suitable for Cotton
Seasoned Saree Loom
Sal/Teak wood
19 Temple length equal to Good quality Suitable for Cotton
fabric width Seasoned saree weaving (both
Sal/Teak wood side selvedge pin)
Wood (24 pin)
20 Weaver seat Good quality 12.5” x 1 ½”- 5'
Seasoned
Sal/Teak wood
21 Weaver seat supporting Iron frame (L 47X47mm Square tube
frame connected to loom Shape) -2' 47X47mm Square
tube -1 ¼'
Suitable bolts and nuts and small parts if any as per requirement
ANNEXURE – B (vi)

ZARI WINDING MACHINE

Details & Size

Roller Outer Circumference 104”x Roller Length 45" + Centre Rod Total Length
70" With Handle ( With Bearing )

BASE FRAME
Width 1.5'' x 1.5'' - Square pipe -46''- Both side
Length 1.5'' x1.5 ''-Square pipe -35'' - both side
Height 1.5'' x1.5'' -square pipe -15'' -Both side
Zari Winding angle frame
1.5'' x 1.5'' - Square pipe -17'' - Double side
Roller frame angle
Length 1.5'' x1.5'' -Square pipe - 40''- 8 pieces
Height 1.5'' x 1.5'' -Square pipe -16'' -8pieces
Roller with bearing
9'' dia -plate -2 nos
64'' - 12 mm -rod -1 nos
suitable bearing - 2 nos
Zari moving plate - 1 nos
Moveable Part With 20 Holes (With 2 Bearings )
( Length 6 Meters Nylon Thread )
Moveable Distance Rod Length 50"
Jari Bobbin Stand(16 Bobbins Capacity)
Base frame -3x 2- 6'' -2Nos
2 X 1.5 - 16'' Length
2 x 1.5 - 14'' width
2.5 x 2.5 -Space for each bobbin(Max.16 bobbin)
Height 16" ( Including 6 Bobbins Layer ) + Width 14"
( Including 2 Bobbins 3 Frames )
30

ANNEXURE – B (vii)

Warp beam and fabric beam(Set)

Name of
S.No Warp beam Fabric beam
the circle

62" width, 14" circumference 62" width, 14"


1 Salem
Sal wood circumference Sal wood

wooden square beam(4”)


61" width, 11 dia" with ratchet and Pawl.
Ms Tube 1”*1”x61”- 8 Nos Wooden Square beam
4 MM round Plate Support - 63” width.
2 Tiruppur
4Nos Total width 67”.
¾” MS support Rod- 2Nos (necessary Holes,
Ratchet -1)

68" width, wooden 4.3"


3 Coimbatore 60" width, 11” dia Ms Tube square beam with
ratchet
77” width 13” Dia Wood 77” width 13” Dia Wood
4 Erode
31

ANNEXURE – B (viii)

Name of
S.No Warp beam
the circle
1. Erode 77” width 13” Dia Wood
ANNEXURE – B (ix)
MOTORIZED WARPING MACHINE SPECIFICATION(for 110” Cloth-Erode circle)

S. Name Size Inches Units Type


No
1 Vertical Poles 4”x4” 2.5Ft 4 Steel
2 Bottom Cross Bars 4”x1/2 2.5 Ft 2 Steel
3 Side Frame top Cross 4”x3” 5 Ft 2 Steel
4 Side Frame Bottom Cross Bars 4”x3” 3 Ft 2 Steel
5 L-angle (1.5”) 6 mm 11 Ft 2 M.S. Metal
6 Heck Box Suitable Size 1 Cast Iron
M.S. Shafire Head Box 1” Dia 1 M.S. Metal
Worm (1” Bore) 2.5”x6” 1 Cast Iron
7 (a) Warp drum Shaft 1.5”x7” 15 Ft 1 M.S. Metal
(b) Warp drum wheels with 24”x1.2” 6 M.S. Metal
folks
(c) Warp drum rings 1”x6 mm 3 M.S. Metal
(d) Warp drum Steel Bars 1.5”x2” 10 Ft 12 Teak Wood
(e) Worm (small) with 1.5” 2.5”x3” 1 Cast Iron
bore
(f) Worm Wheel with 40 teeth 5” 1 M.S. Metal
(g) M.S. Shaft for take – up 1”x2” 2 Steel
(h) Bevel Wheels with 1” bore 2 Steel
(i) Bush bearing with beds 1.5”Bore 2 Steel
8 Tension Wheel (Side to warp 12”x2” 1 Cast Iron
drum)
3”x2” 2 Steel
9 Bearing Unit 4”x3” 2 Steel
6”x3” 2 Steel
2.5:Bore 2 M.S. Metal
10 Leasing Stand 3”x3” 2 Steel
3’x2” 3 Steel
2”x1.5” 2 Steel
2”x3” 1 Steel
11 Welding reed 3” 1 Metal
12 Creel Stand 240 Bobbin 1 Steel
capacity
13 Motor 1HP 1
14 Belt (B2340LP, B- 1
89)
15. Bell Set 1
16. L.Angle (bottom) 11 Ft 2
17. Pa.channel (top) 14 Ft 2
18. warp beam stand(A-Post) 1
19. warp winding geer Box Set 1
ANNEXURE – B (x)

PIRN WINDING MACHINE SPECIFICATIONS


For Silk Varieties
a) B ase Frame: Base Frame to be made out of good quality country wood
(especially Mango/ Neem Wood) of size 18” length x 12” width of 20mm
thick planks to be supported with 2 nos. of country wood scantlings of size
12”x2”x3”.
b) M otor: Over the frame the ISI quality single phase Motor of 0.17 H.P.
with 50HZ, 180-230 Volts to be fixed with two pulleys to connect bobbin
spindle and pirn spindle.

c) W ooden Holders: 3 Nos. of Country Wood Scantlings of 7” Height and


2” x 1¼” size to be fixed to hold the Bobbin Spindle and pirn spindle with
necessary grooves, holders, etc.,

d) B obbin Spindle: Made out of 10” length of 6mm diameter MS rod


with necessary bearings, bolts etc., and the empty Bobbin holder to be
fixed with MS rod of sheet metal of 3” diameter and 7” length.

e) P irn Spindle: Made out of 6mm diameter MS/Alloy metal rod of 9” length
with gradual tapering with necessary bearing, bolts etc., to hold the empty
pirn for silk varieties.
f) S witch Box : 3" x 3” size PVC switch box to accommodate 5 amps
switch 1 No. and Regulator 1 No. with necessary 10 amps wire of 2.50
meters length to be connected with motor and the free end with the plug
1 No.

For Cotton Coarser Varieties


a) B ase Frame: Base Frame to be made out of good quality country wood
(especially Mango/ Neem Wood) of size 18” length x 12” width of 20mm
thick planks to be supported with 2 nos. of country wood scantlings of size
12”x2”x3”.
b) M otor: Over the frame the ISI quality single phase Motor of 0.17 H.P.
with 50HZ, 180-230 Volts to be fixed with two pulleys to connect bobbin
spindle and pirn spindle.

c) W ooden Holders: 3 Nos. of Country Wood Scantlings of 7” Height and


2” x 1¼” size to be fixed to hold the Bobbin Spindle and pirn spindle with
necessary grooves, holders, etc.,
d) B obbin Spindle: Made out of 10” length of 6mm diameter MS rod with
necessary bearings, bolts etc., and the empty Bobbin holder to be fixed
with MS rod of sheet metal of 3” diameter and 7” length.
e) P irn Spindle: Made out of 6mm diameter MS/Alloy metal rod of 9” length
with gradual tapering with necessary bearing, bolts etc., to hold the empty
pirn for cotton coarser varieties.
f) S witch Box : 3" x 3” size PVC switch box to accommodate 5 amps switch
1 No. and Regulator 1 No. with necessary 10 amps wire of 2.50 meters
length to be connected with motor and the free end with the plug 1 No.

For Cotton Finer Varieties


a) B ase Frame: Base Frame to be made out of good quality country wood
(especially Mango/ Neem Wood) of size 18” length x 12” width of 20mm
thick planks to be supported with 2 nos. of country wood scantlings of size
12”x2”x3”.
b) M otor: Over the frame the ISI quality single phase Motor of 0.17 H.P.
with 50HZ, 180-230 Volts to be fixed with two pulleys to connect bobbin
spindle and pirn spindle.
c) W ooden Holders: 3 Nos. of Country Wood Scantlings of 7” Height and
2” x 1¼” size to be fixed to hold the Bobbin Spindle and Pirn Spindle with
necessary grooves, holders, etc., one wooden holder should have small
piece of wood 2 nos. with 3 grooves.
d) B obbin Spindle: Made out of 10” length of 6mm diameter MS rod with
necessary bearings, bolts etc., and the empty Bobbin holder to be fixed
with MS rod of sheet metal of 3” diameter and 7” length.
e) P irn Spindle: Made out of small MS rod of 7” length to hold the empty
pirn for Cotton finer varieties.

f) S witch Box : 3" x 3” size PVC switch box to accommodate 5 amps switch
1 No. and Regulator 1 No. with necessary 10 amps wire of 2.50 meters
length to be connected with motor and the free end with the plug 1 No.

Note: The Pirn Winding Machines to be supplied as per the above


specifications are subject however to need based modifications to suit the
requirements of the weavers.
ANNEXURE – B (xi)

Motorized Pirn-cum dubba winding machine

Type of
Sl.No Details Description Nos
material
Rectangle Tube – 96x48x1.6
mm,
1 Base frame MS 1
Length – 600mm, Width-
550mm.

2 Nylon Boot Ø38x27mm Nylon 4

Single Phase – 100 W- Double


3 Induction Motor Std 1
end shaft-1440 Rpm

4 Creel Holder 5x25x400 mm Flat MS 3

Fabricated with Bracket 6x20


5 Break System MS 2
flat
Ø35x160 mm with coil 10x0.8
Bobbin Holder welded
6 MS 2
Bracket With Double Ball Bearing
(Ø32x9)
Synchnorous
7 5 W – 6 Rpm Std 1
Motor

8 Cam Ø46mm OD – Ø7 mm ID Nylon 2

9 Traverse Guide Ø7mm x 475 mm Std 1

10 Thread Guide Steel hook coated Nylon 1

5x20x180 mm with +Nylon


11 Break Lever MS 1
Roller
6x75x115 Ms and Spindle
12 Pirn Bracket Std 2
Ø12x175 mm

13 Pirn Belt 3 mm width Nylon 2


ANNEXURE – B (xii)

CONE WINDING MACHINE SPECIFICATION (10 Spindle)

MATERIAL
S.NO. SIZE
1 3"x1-1/2" Channel 30ft
2 1-1/2"X1/4" Angle 60ft
3 1" Shaft 14ft
4 20" Shaft 14ft
5 3 3/4" Drum Backlite 10 Nos
6 Cone Holder 5" 10 Nos
7 Arm Set 10 Nos
8 Stand wood 10 Nos
1 1/4"X1/8" angle
9 40ft

10 1"X1/8" angle 40ft


11 1" Round Ceramic 10 Nos
12 Handle Bracket 10 Nos
13 2x 1/8 Patta 16ft
14 2x1 Pipe 12ft
15 36" Board 13ft
16 1HP Motor 1 No
17 4" V-Pulley 1 No
18 3" Motor Pulley 1 No
19 67 V Belt 1 No
20 Motor Bed 1 No
PART – II – COVER B
RATE SCHEDULE FOR ……………………………………………………………………………………………………………
(SPECIFIED NAME OF THE ACCESSORIES)
(To be placed inside in another cover)
Rate should be specified per unit
(SPECIFIED NAME OF THE ACCESSORIES)

I / We agree to supply..........................................................................at the rate quoted below as per


Specification in Annexure B (....)

Sl No HANDLOOMS/HANDLOOM ACCESSORIES In FiguresRate In words

1 Rate per ………………………………………………………


………………………………………………………… including
packing, freight, loading and unloading, Rs.
transportation to the designated place in the
sub-clusters, Insurance, incidental charges , etc.
excluding SGST /CGST
2 Basic Excise Duty - % and Addl Excise Duty - % Rs.
Gross Price Rs.
a) SGST - % Rs.
3 b) CGS T - % Rs.
c) Other Local taxes ( if any) Rs.
Net Price Rs.
Quantity agreed for supply at rate above as per
4 delivery schedule in this tender
This offer is valid for a period of one year from the date of opening of tender.

SIGNATURE OF THE TENDERER

Name in (BLOCK LETTERS) -

Designation -

Name of the Company/


Society / Association of Persons -
Name of the Manufacturer -

Full Postal Address -

Phone No. With STD Code / Fax No / E-Mail ID -

Official Seal of the Tenderer

You might also like