168
DIRECTORATE OF TECHNICAL EDUCATION & TRAINING, ORISSA KILLA MAIDAN, BUXIBAZAR, CUTTACK - 753001 National Competitive Bidding for supply of Machinery & Equipment.Date:4.11.11 BID Ref.: 1/DTE&T,ORISSA/WB/NCB/11-31/2011-12 Advt. No.NCB-1/2011-12 Director of Technical Education & Training, Orissa DTE&T, Orissa invites sealed BIDs from reputed manufacturers/ authorized dealers/ distributors/ suppliers for supply of Equipment/ Machineries for upgradation of Trades of ITI Cuttack, Rourkela & CoE ITI, Bhawanipatna under World Bank Assisted project. Complete BID document containing the details of goods required schedule/ package wise with specification, quantity, Terms & Conditions Cost of BID and EMD details may be obtained from this Office or can be downloaded from the website: www.dtetorissa.gov.in which can be submitted by Speed Post / Regd Post or can be dropped in the sealed box available in the procurement cell. Bidders are required to submit separate sealed packet for each Schedule/Package. The last date for receipt of sealed BID at this Directorate is 09.12.2011 up to 11.30 AM and the same will be opened on the same date at 11.45 AM. The authority reserves the right to accept/ reject any part or all the BIDs without assigning any reason thereof.

DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

  • Upload
    lylien

  • View
    216

  • Download
    0

Embed Size (px)

Citation preview

Page 1: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

DIRECTORATE OF TECHNICAL EDUCATION & TRAINING, ORISSAKILLA MAIDAN, BUXIBAZAR, CUTTACK - 753001

National Competitive Bidding for supply ofMachinery & Equipment.Date:4.11.11

BID Ref.: 1/DTE&T,ORISSA/WB/NCB/11-31/2011-12

Advt. No.NCB-1/2011-12 Director of Technical Education & Training, Orissa

DTE&T, Orissa invites sealed BIDs from reputed manufacturers/authorized dealers/ distributors/ suppliers for supply ofEquipment/ Machineries for upgradation of Trades of ITICuttack, Rourkela & CoE ITI, Bhawanipatna under World BankAssisted project.Complete BID document containing the details of goodsrequired schedule/ package wise with specification, quantity,Terms & Conditions Cost of BID and EMD details may beobtained from this Office or can be downloaded from thewebsite: www.dtetorissa.gov.in which can be submitted bySpeed Post / Regd Post or can be dropped in the sealed boxavailable in the procurement cell. Bidders are required tosubmit separate sealed packet for each Schedule/Package. Thelast date for receipt of sealed BID at this Directorate is09.12.2011 up to 11.30 AM and the same will be opened onthe same date at 11.45 AM.The authority reserves the right to accept/ reject any part orall the BIDs without assigning any reason thereof.

Page 2: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

DIRECTRATE OF TECHNICAL EDUCATION & TRAINING, ORISSA

STATE PROJECT IMPLEMENTATION UNIT At- Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001,

E-mail: [email protected] / [email protected] Website: www.dtetorissa.gov.in

Tel. No-0671–02301061 / 2305398 Fax No-0671–2301961

BID REFERENCE NO No-1 / DTE&T,Orissa/World Bank\NCB-11- 31 \ 2011-12

Schedule/Package No. 11 to 31

BIDDING DOCUMENTS

UNDER

NATIONAL COMPETITIVE BIDDING FOR

PROCUREMENT OF MACHINERY & EQUIPMENT UNDER THE WORLD BANK ASSISTANCE

“Reforms and Improvement in Vocational Training Services Rendered by the Central & State Governments”

Vocational Training Improvement Project UNDER COE ITIs OF DIRECTORATE OF TECHNICAL EDUCATION & TRAINING, ORISSA

Credit No. - IDA 4319-IN

Bidding Document: Not transferable

Page 3: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

2

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT

BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12 DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 04.11.2011 LAST DATE FOR SALE OF BIDDING DOCUMENT : 08.12.2011 * LAST DATE AND TIME FOR RECEIPT OF BIDS : 09.12.2011, 11.30 AM TIME AND DATE OF OPENING OF BIDS : 09.12.2011, 11.45 AM PLACE OF OPENING OF BIDS : DIRECTORATE OF TECHNICAL EDUCATION & TRAINING, ORISSA, State Project Implementation Unit, At-Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001 Tel. No-0671-2301061/2305398, Fax No-0671-2301961 ADDRESS FOR COMMUNICATION : DIRECTORATE OF TECHNICAL EDUCATION & TRAINING, ORISSA, State Project Implementation Unit, At-Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001 E-mail : [email protected] / [email protected] Web site : www.dtetorissa.gov.in Tel. No-0671-2301061/2305398 Fax No-0671-2301961

* Should be the same as for the deadline for receipt of bids or promptly thereafter

Page 4: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

3

SECTION I.

INVITATION FOR BIDS (IFB)

Page 5: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

4

DIRECTORATE OF TECHNICAL EDUCATION &TRAINING, ORISSA State Project Implementation Unit,

At-Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001 Tel. No-0671-2301061/2305398, Fax No-0671-2301961

NATIONAL COMPETITIVE BIDDING FOR

THE SUPPLY OF MACHINERY & EQUIPMENTS

SECTION I. INVITATION FOR BIDS (IFB) Date: 02.11.2011 Credit No. : IDA 4319-IN IFB No: 1/ DTE&T, Orissa / World Bank\ NCB-11-31 \ 2011-12 1. The Government of India has received a Credit from the International Development Association in various

currencies towards the cost of Vocational Training Improvement Project (Credit 4319-IN) and it is intended that part of the proceeds of this credit will be applied to eligible payments under the contracts for which this Invitation for Bids is issued.

2. The Directorate of Technical Education & Training, Orissa now invites sealed bids from eligible bidders for supply of tools, Instruments, Equipment, Accessories, Machineries, Bids should be submitted separately for each schedule/package.

Schedule / Package

No Brief Description of

the Goods No of items

Total quantity of Items

Delivery period

Consignee ITI principals

Tender Paper Cost

( ` )

BID Security

( ` )

11 Instrument Mechanic Equipment 165 592 90 ITI, Cuttack 500 33000

12

Special Accessories(AOCP & LACP)

129 4164 90 ITI, Rourkela 500 23000

13 Electrical Equipment 26 294 60 ITI, Cuttack & Rourkela 500 5000

14 Equipment(MMV & Diesel Mechanic) 27 74 60 ITI, Rourkela 500 2000

15 Equipment Ref. & AC 8 17 60 ITI, Cuttack 500 1000

16 Electric Equipment 42 142 90 ITI, Cuttack 500 12000

17 Equipment Foundry man 23 249 60 ITI, Rourkela 500 3300

18 Equipment (AOCP & LACP) 150 608 90 ITI, Rourkela 500 50000

19 Electrical Equipment 44 118 60 ITI, Cuttack & Rourkela 500 1000

20 Equipment (Multimedia Hardware & Software) 18 23 90 ITI, Cuttack &

Rourkela 500 11000

21 Mechanical Machineries 27 46 90 ITI, Cuttack &

Rourkela 500 90000

22 Instrument Mechanic Machineries 9 22 90 ITI, Cuttack 500 5500

23 AOCP Machineries 17 21 90 ITI, Rourkela 500 22000

24 Electrical Machineries 19 41 90 ITI, Cuttack & Rourkela 500 11000

25 MMV & Diesel Machineries 18 28 90 ITI, Cuttack 500 16000

26 Ref. & AC Machineries 13 21 90 ITI, Cuttack 500 1500 27 CNC Machineries 2 2 90 ITI, Rourkela 500 50000

28 Drilling Machine 13 73 90 ITI, Cuttack & Rourkela 500 7000

29 Fabrication Mechanic Machineries 35 67 90 ITI,

Bhabanipatna 500 60000

30 Mechanical Equipment 23 164 90 ITI, Bhabanipatna 500 10000

31 Welding Machineries 45 1421 90 ITI, Bhabanipatna 500 28000

Page 6: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

5

3. Interested eligible Bidders may obtain further information from and inspect the bidding documents at the office of the Director, Technical Education &Training, Orissa, Killamaidan, Cuttack-753001

4. A complete set of bidding documents may be purchased by any interested eligible bidder on the submission of a written application to the above office and upon payment of a non-refundable fee as indicated below in the form of a Demand Draft/Cashier's cheque/Certified cheque in favour of The Director, Technical Education &Training, Orissa, Cuttack, payable at Cuttack or can be downloaded from the Website www.dtetorissa.gov.in. Downloaded & Duly completed documents should be submitted along with the price of Bidding Documents in the form of Demand Draft of Nationalised / Scheduled Bank in favour of The Director, Technical Education &Training, Orissa, Cuttack payable at Cuttack. Bidders who download the document from Website and wish to participate in the bid, will be required to submit the cost of the bid document at the time of bid submission otherwise the bid will be made non responsive.

5. The provisions in the Instructions to Bidders and in the General Conditions of contract are based on the provisions of the World Bank Standard Bidding Document - Procurement of Goods.

6. The bidders may choose to quote for one or more item(s) in the schedule/ package of requirements and each item will be evaluated and awarded separately. However, bidders shall quote for the complete requirement of goods and services specified under each item on a single responsibility basis, failing which such bids will not be taken into account for evaluation and will not be considered for award.

7. The bidding document may be obtained from the office of The Director, Technical Education &Training, Orissa, Killamaidan, Cuttack during office hours namely, from 11AM to 4PM on all working days either in person or by post.

(a) Price of bidding document : Rs.500/- (For each schedule/ package) (non-refundable)

(b) Postal charges, inland : Rs.50/- (For each schedule)

(c) Postal charges, overseas : Rs.250/- (For each schedule)

(d) Date of Sale of bidding document : 04.11.2011 at 11AM

(e) Last date for sale of bidding document : 08.12.2011 up to 4.00 PM

(f) Last date and time for receipt of bids : 09.12.2011 Time 11.30 AM

(g) Time and date of opening of bids : 09.12.2011 Time 11.45 AM

(h) Place of opening of bids : DIRECTORATE OF TECHNICAL EDUCATION & TRAINING,ORISSA State Project Implementation Unit, At-Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001 Tel. No-0671-2301061/2305398, Fax No-0671-2301961 (i) Address for communication : Same as above

8. All bids must be accompanied by a bid security as specified in the bid document and must be delivered to the above office at the date and time indicated above.

9. Bids will be opened in the presence of Bidders' representatives who choose to attend on the specified date and time.

10. In the event of the date specified for bid receipt and opening being declared as a closed holiday for purchaser’s office, the due date for submission of bids and opening of bids will be the following working day at the appointed times.

DIRECTOR

TECHNICAL EDUCATION & TRAINING, ORISSA, CUTTACK State Project Implementation Unit, At-Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001

Page 7: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

6

SECTION II:

INSTRUCTIONS TO BIDDER

Page 8: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

7

SECTION II: INSTRUCTIONS TO BIDDERS TABLE OF CLAUSES

Clause

No Topic Number Page No.

Clause No. Topic Number Page

No A. Introduction 8 D. Submission of Bids 12

1 Source of Funds 8 18 Sealing and Marking of Bids 12

2 Eligible Bidders 8 19 Deadline for Submission of Bids 13

3 Eligible Goods and Services 8 20 Late Bids 13

4 Cost of Bidding 8 21 Modification and withdrawal of Bids 13

B. Bidding Documents 9 E. Opening and Evaluation of Bids 13

5 Contents of Bidding Documents 9 22 Opening of Bids by the

Purchaser 13

6 Clarification of Bidding Documents 9 23 Clarification of Bids 14

7 Amendment of Bidding Documents 9 24 Preliminary Examination 14

C. Preparation of Bids 9 26 Evaluation and Comparison of Bids 14

8 Language of Bid 9 28 Contacting the Purchaser 15

9 Documents Comprising the Bid 9 F. Award of Contract 16

10 Bid Form 10 29 Post qualification 16 11 Bid Prices 10 30 Award Criteria 16

12 Bid Currencies 10 31 Purchaser's Right to Vary Quantities at Time of Award 16

13 Documents Establishing Bidder's Eligibility and Qualifications

10 32 Purchaser's Right to Accept Any Bid and to Reject Any or All Bids

16

14

Documents Establishing Goods Eligibility and Conformity to Bid Documents

11 33

Notification of Award

16

15 Bid Security 11 34 Signing of Contract 16

16 Period of Validity of Bids 12 35 Performance Security 16

17 Format and Signing of Bid 12 36 Corrupt and Fraudulent

Practices 17

Page 9: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

8

A. Introduction

1. Source of Funds

1.1 The Government of India has received a credit from the International Development Association (Here-in-after called as Bank) in various currencies equivalent to USD 280 million towards the cost of Vocational Training Improvement Project (CR 4319 IN) and intends to apply part of the proceeds of this credit to eligible payments under the contracts for which this invitation for Bid is issued.

1.2 Payment by the Bank will be made only at the request of the Borrower and upon approval by the Bank in accordance with the terms and conditions of the Credit Agreement, and will be subject in all respects to the terms and conditions of that agreement. The Credit Agreement prohibits a withdrawal from the Credit account for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations. No party other than the Borrower shall derive any rights from the Credit Agreement or have any claim to the Credit/Loan proceeds.

2. Eligible Bidders

2.1 This Invitation for Bids is open to all suppliers from eligible source countries as defined in Guidelines: Procurement under IDA Credits, May 2004, revised October 2006 hereinafter referred as the IDA Guidelines for Procurement, except as provided hereinafter.

2.2 Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under this Invitation of Bids.

2.3 Government-owned enterprises in the Purchaser’s country may participate only if they are legally and financially autonomous, if they operate under commercial law, and if they are not a dependent agency of the Purchaser.

2.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank in accordance with ITB Clause 36.1.

3. Eligible Goods and Services

3.1 All goods and ancillary services to be supplied under the Contract shall have their origin in eligible source countries, defined in the IDA Guidelines for Procurement and all expenditures made under the Contract will be limited to such goods and services.

3.2 For purposes of this clause, "origin" means the place where the goods are mined, grown, or produced or from which the ancillary services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembling of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

3.3 The origin of goods and services is distinct from the nationality of the Bidder. 4. Cost of Bidding 4.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and

hereafter referred to The Director, Technical Education &Training, Orissa, Cuttack as "the Purchaser", will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

Page 10: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

9

B. The Bidding Documents 5. Content of Bidding Documents

5.1 The goods required, bidding procedures and contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include:

(a) Instruction to Bidders (ITB); (b) General Conditions of Contract (GCC); (c) Special Conditions of Contract (SCC);

(d) Schedule of Requirements; (e) Technical Specifications; (f) Bid Form and Price Schedules; (g) Bid Security Form; (h) Contract Form; (i) Performance Security Form; (j) Performance Statement Form; (k) Manufacturer’s Authorization Form; (l) Bank Guarantee for Advance Payment Form: and (m) Equipment and Quality Control Form.

5.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidder's risk and may result in rejection of its bid.

6. Clarification of Bidding Documents

6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Purchaser in writing or by telex or cable or fax at the Purchaser's mailing address indicated in the Invitation for Bids. The Purchaser will respond in writing to any request for clarification of the bidding documents which it receives not later than 15 days prior to the deadline for submission of bids prescribed by the Purchaser. Written copies of the Purchaser's response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective bidders which have received the bidding documents.

7. Amendment of Bidding Documents

7.1 At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by amendment.

7.2 All prospective bidders who have received the bidding documents will be notified of the amendment in writing or by cable or by fax, and will be binding on them.

7.3 In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Purchaser, at its discretion, may extend the deadline for the submission of bids.

C. Preparation of Bids 8. Language of Bid

8.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser, shall be written in English language. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in the English language in which case, for purposes of interpretation of the Bid, the translation shall govern.

9. Documents Constituting the Bid.

9.1 The bid prepared by the Bidder shall comprise the following components: (a) a Bid Form and a Price Schedule completed in accordance with ITB Clauses 10, 11 and 12; (b) documentary evidence established in accordance with ITB Clause 13 that the Bidder is

eligible to bid and is qualified to perform the contract if its bid is accepted; (c) documentary evidence established in accordance with ITB Clause 14 that the goods and

ancillary services to be supplied by the Bidder are eligible goods and services and conform to the bidding documents; and

(d) bid security furnished in accordance with ITB Clause 15.

Page 11: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

10

10. Bid Form 10.1 The Bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the

bidding documents, indicating the goods to be supplied, a brief description of the goods, their country of origin, quantity and prices.

11. Bid Prices 11.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid prices of the goods it

proposes to supply under the Contract. The bidders may choose to quote for one or more item(s) in the schedule of requirements and

each item will be evaluated and awarded separately. However, bidders shall quote for the complete requirement of goods and services specified under each item on a single responsibility basis, failing which such bids will not be taken into account for evaluation and will not be considered for award.

11.2 Prices indicated on the Price Schedule shall be entered separately in the following manner: 11.2. (i) the price of the goods, quoted (ex-works, ex-factory, ex-showroom, ex-warehouse,

or off-the-shelf, as applicable), including all duties and sales and other taxes already paid or payable:

a. on components and raw material used in the manufacture or assembly of goods quoted ex works or ex-factory; or

b. on the previously imported goods of foreign origin quoted ex-showroom, ex-warehouse or off-the-shelf.

11.2. (ii) any Indian duties, sales and other taxes which will be payable on the goods if this Contract is awarded;

11.2. (iii) the price for inland transportation, insurance and other local costs incidental to delivery of the goods to their final destination; and

11.2. (iv) the price of other incidental services listed in Clause 8 of the Special Conditions of Contract.

11.3 The Bidder's separation of the price components in accordance with ITB Clause 11.2 above will be solely for the purpose of facilitating the comparison of bids by the Purchaser and will not in any way limit the Purchaser's right to contract on any of the terms offered.

11.4 Fixed Price. Prices quoted by the Bidder shall be fixed during the Bidder's performance of the Contract and not subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected, pursuant to ITB Clause 24.

12. Bid Currencies 12.1 Prices shall be quoted in Indian Rupees 13. Documents Establishing Bidder's Eligibility and Qualifications 13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, documents establishing the

Bidder's eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 13.2 The documentary evidence of the Bidder's eligibility to bid shall establish to the Purchaser's

satisfaction that the Bidder, at the time of submission of its bid, is from an eligible country as defined under ITB Clause 2.

13.3 The documentary evidence of the Bidder's qualifications to perform the Contract if its bid is accepted, shall establish to the Purchaser's satisfaction:

(a) that, in the case of a Bidder offering to supply goods under the contract which the Bidder did not manufacture or otherwise produce, the Bidder has been duly authorized (as per authorization form in Section XII) by the goods' Manufacturer or producer to supply the goods in India.

[Note: Supplies for any particular item in each schedule of the bid should be from one manufacturer only. Bids from agents offering supplies from different manufacturer's for the same item of the schedule in the bid will be treated as non-responsive.]

Page 12: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

11

b) that the Bidder has the financial, technical, and production capability necessary to perform the Contract and meets the criteria outlined in the Qualification requirements specified in Section VI-A. To this end, all bids submitted shall include the following information:

(i) The legal status, place of registration and principal place of business of the company or firm or partnership, etc.;

(ii) Details of experience and past performance of the bidder on equipment offered and on those of similar nature within the past three years and details of current contracts in hand and other commitments (suggested proforma given in Section XI);

14. Documents Establishing Goods' Eligibility and Conformity to Bidding Documents 14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, documents establishing the

eligibility and conformity to the bidding documents of all goods and services which the Bidder proposes to supply under the contract.

14.2 The documentary evidence of the goods and services eligibility shall consist of a statement in the Price Schedule on the country of origin of the goods and services offered which shall be confirmed by a certificate of origin at the time of shipment.

14.3 The documentary evidence of conformity of the goods and services to the bidding documents may be in the form of literature, drawings and data, and shall consist of :

(a) a detailed description of the essential technical and performance characteristics of the goods ;

(b) a list giving full particulars, including available sources and current prices, of spare parts, special tools, etc., necessary for the proper and continuing functioning of the goods for a period of two years, following commencement of the use of the goods by the Purchaser; and

(c) an item-by-item commentary on the Purchaser's Technical Specifications demonstrating substantial responsiveness of the goods and services to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications.

14.4 For purposes of the commentary to be furnished pursuant to ITB Clause 14.3(c) above, the Bidder shall note that standards for workmanship, material and equipment, and references to brand names or catalogue numbers designated by the Purchaser in its Technical Specifications are intended to be descriptive only and not restrictive. The Bidder may substitute alternative standards, brand names and/or catalogue numbers in its bid, provided that it demonstrates to the Purchaser's satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications. 15. Bid Security 15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, a bid security in the amount as

specified in Section-V - Schedule of Requirements. 15.2 The bid security is required to protect the Purchaser against the risk of Bidder's conduct which

would warrant the security's forfeiture, pursuant to ITB Clause 15.7. 15.3 The bid security shall be denominated in Indian Rupees and shall:

(a) at the bidder’s option, be in the form of either a certified check, letter of credit, a demand draft, or a bank guarantee from a nationalized/Scheduled Bank located in India or by a reputable banking institution selected by the bidder and located abroad in any eligible country;

(b) be substantially in accordance with one of the form of bid security included in Section VIII or other form approved by the Purchaser prior to bid submission;

(c) be payable promptly upon written demand by the Purchaser in case any of the conditions listed in ITB Clause 15.7 are invoked;

(d) be submitted in its original form; copies will not be accepted; and (e) remain valid for a period of 45 days beyond the original validity period of bids, or beyond

any period of extension subsequently requested under ITB Clause 16.2. 15.4 Any bid not secured in accordance with ITB Clauses 15.1 and 15.3 above will be rejected by the

Purchaser as non-responsive, pursuant to ITB Clause 24.

Page 13: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

12

15.5 Unsuccessful bidder's bid securities will be discharged/returned as promptly as possible but not later than 30 days after the expiration of the period of bid validity prescribed by the Purchaser, pursuant to ITB Clause 16.

15.6 The successful Bidder's bid security will be discharged upon the Bidder signing the Contract, pursuant to ITB Clause 34, and furnishing the performance security, pursuant to ITB Clause 35.

15.7 The bid security may be forfeited: (a) if a Bidder (i) withdraws its bid during the period of bid validity specified by the Bidder on

the Bid Form; or (ii) does not accept the correction of errors pursuant to ITB Clause 24.2; or (b) in case of a successful Bidder, if the Bidder fails: (i) to sign the Contract in accordance with

ITB Clause 34; or (ii) to furnish performance security in accordance with ITB Clause 35. 16. Period of Validity of Bids 16.1 Bids shall remain valid for 90 days after the deadline for submission of bids prescribed by the

Purchaser, pursuant to ITB Clause 19. A bid valid for a shorter period shall be rejected by the Purchaser as non-responsive.

16.2 In exceptional circumstances, the Purchaser may solicit the Bidder's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing (or by cable or telex or fax). The bid security provided under ITB Clause 15 shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request will not be required nor permitted to modify its bid, except as provided in ITB Clause 16.3 hereinafter.

16.3 In the case of fixed prices contracts, in the event that the Purchaser requests and the Bidder agrees to an extension of the validity period, the contract price, if the Bidder is selected for award shall be the bid price corrected as follows :

The price shall be increased by the factor (B =3 % per Annum) for each week or part of a week that has elapsed from the expiration of the initial bid validity to the date of notification of award to the successful Bidder. 16.4 Bid evaluation will be based on the bid prices without taking into consideration the above corrections. 17. Format and Signing of Bid 17.1 The Bidder shall prepare two copies of the bid, clearly marking each "Original Bid" and "Copy

Bid", as appropriate. In the event of any discrepancy between them, the original shall govern. 17.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed

by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The latter authorization shall be indicated by written power-of-attorney accompanying the bid. All pages of the bid, except for un amended printed literature, shall be initialled by the person or persons signing the bid.

17.3 Any interlineations, erasures or overwriting shall be valid only if they are initialled by the persons or persons signing the bid.

17.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.

D. Submission of Bids 18. Sealing and Marking of Bids 18.1 The Bidders shall seal the original and each copy of the bid in separate inner envelopes, duly

marking the envelopes as "original" and "copy". He shall then place all the inner envelopes in an outer envelope.

Page 14: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

13

18.2 The inner and outer envelopes shall: (a) be addressed to the Purchaser at the following address: The Director, Technical Education &

Training, Orissa, Killamaidan, Cuttack-753001 (b) bear the Project Name, “Vocational Training Improvement Project Credit No. IDA 4319-IN” the Invitation for Bids (IFB) title and number “1/ DTE&T,Orissa/World Bank\ NCB-11-31/ – 2011-12”, and a statement "Do not open before 11.45 A.M. on 09.12.2011."

18.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared "late".

18.4 If the outer envelope is not sealed and marked as required by ITB Clause 18.2, the Purchaser will assume no responsibility for the bid's misplacement or premature opening.

18.5 Telex, cable or facsimile bids will be rejected. 19. Deadline for Submission of Bids 19.1 Bids must be received by the Purchaser at the address specified under ITB Clause 18.2 (a) no later

than the time and date specified in the Invitation for Bids (Section I). In the event of the specified date for the submission of Bids being declared a holiday for the Purchaser, the Bids will be received up to the appointed time on the next working day.

19.2 The Purchaser may, at its discretion, extend this deadline for submission of bids by amending the bid documents in accordance with ITB Clause 7, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

20. Late Bids 20.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser, pursuant to ITB Clause 19, will be rejected and/or returned unopened to the Bidder. 21. Modification and Withdrawal of Bids 21.1 The Bidder may modify or withdraw its bid after the bid's submission, provided that written notice

of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of bids.

21.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of ITB Clause 18. A withdrawal notice may also be sent by telex or cable or fax but followed by a signed confirmation copy, post marked not later than the deadline for submission of bids.

21.3 No bid may be modified subsequent to the deadline for submission of bids. 21.4 No bid may be withdrawn in the interval between the deadline for submission of bids and the

expiration of the period of bid validity specified by the Bidder on the bid form. Withdrawal of a bid during this interval may result in the Bidder's forfeiture of its bid security, pursuant to ITB Clause 15.7.

E. Bid Opening and Evaluation of Bids 22. Opening of Bids by the Purchaser 22.1 The Purchaser will open all bids, in the presence of Bidders' representatives who choose to attend,

on at 11.45 A.M. hours on 09.12.2011 and in the location: The Director, Technical Education &Training, Orissa, Killamaidan, Cuttack-753001

The Bidders' representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of Bid opening being declared a holiday for the Purchaser, the Bids shall be opened at the appointed time and location on the next working day.

22.2 The bidders’ names, bid modifications or withdrawals, bid prices, discounts, and the presence or absence of requisite bid security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to ITB Clause 20.

22.3 Bids (and modifications sent pursuant to ITB Clause 21.2) that are not opened and read out at bid opening shall not be considered further for evaluation, irrespective of the circumstances.

22.4 The Purchaser will prepare minutes of the bid opening.

Page 15: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

14

23. Clarification of Bids 23.1 During evaluation of bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of

its bid. The request for clarification and the response shall be in writing and no change in prices or substance of the bid shall be sought, offered or permitted.

24. Preliminary Examination 24.1 The Purchaser will examine the bids to determine whether they are complete, whether any

computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. Bids from Agents, without proper authorization from the manufacturer as per Section XII, shall be treated as non-responsive.

24.1.1 Where the Bidder has quoted for more than one schedule, if the bid security furnished is inadequate for all the schedules, the Purchaser shall take the price bid into account only to the extent the bid is secured. For this purpose, the extent to which the bid is secured shall be determined by evaluating the requirement of bid security to be furnished for the schedule included in the bid (offer) in the serial order of the Schedule of Requirements of the Bidding document. 24.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the

unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail. If the supplier does not accept the correction of errors, its bid will be rejected and its bid security may be forfeited.

24.3 The Purchaser may waive any minor informality or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder.

24.4 Prior to the detailed evaluation, pursuant to ITB Clause 26, the Purchaser will determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from or objections or reservations to critical provisions such as those concerning Performance Security (GCC Clause 7). Warranty (GCC Clause 15), Force Majeure (GCC Clause 25), Limitation of liability (GCC Clause 29), Applicable law (GCC Clause 31), and Taxes & Duties (GCC Clause 33) will be deemed to be a material deviation. The Purchaser's determination of a bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

24.5 If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

25. Deleted 26. Evaluation and Comparison of Bids 26.1 The Purchaser will evaluate and compare the bids which have been determined to be substantially

responsive, pursuant to ITB Clause 24 for each item separately. The bidders may choose to quote for one or more the item(s) in the schedule/ package of requirements and

each item will be evaluated and awarded separately. However, bidders shall quote for the complete requirement of goods and services specified under each item on a single responsibility basis, failing which such bids will not be taken into account for evaluation and will not be considered for award.

26.2 The Purchaser's evaluation of a bid will exclude and not take into account: (a) in the case of goods manufactured in India or goods of foreign origin already located in

India, sales and other similar taxes, which will be payable on the goods if a contract is awarded to the Bidder;

(b) any allowance for price adjustment during the period of execution of the Contract, if provided in the bid.

26.3 Deleted.

Page 16: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

15

26.4 The Purchaser's evaluation of a bid will take into account, in addition to the bid price (Ex-factory/ex-warehouse/off-the-shelf price of the goods offered from within India, such price to include all costs as well as duties and taxes paid or payable on components and raw material incorporated or to be incorporated in the goods, and Excise duty on the finished goods, if payable) and price of incidental services, the following factors, in the manner and to the extent indicated in ITB Clause 26.5 and in the Technical Specifications:

(a) cost of inland transportation, insurance and other costs within India incidental to the delivery of the goods to their final destination;

(b) delivery schedule offered in the bid; (c) deviations in payment schedule from that specified in the Special Conditions of Contract;

(d) the cost of components, mandatory spare parts and service (e) the availability in India of spare parts and after-sales services for the goods / equipment

offered in the bid; (f) the projected operating and maintenance costs during the life of the equipment; and (g) the performance and productivity of the equipment offered. 26.5 Pursuant to ITB Clause 26.4, one or more of the following evaluation methods will be applied: (a) Inland Transportation, Insurance and Incidentals: (i) Inland transportation, insurance and other incidentals for delivery of goods to the

final destination as stated in ITB Clause 11.2 (iii). The above costs will be added to the bid price. (b) Delivery Schedule: (i) The Purchaser requires that the goods under the Invitation for Bids shall be

delivered at the time specified in the Schedule of Requirements. The estimated time of arrival of the goods at the project site should be calculated for each bid after allowing for reasonable transportation time. Treating the date as per schedule of requirements as the base, a delivery "adjustment" will be calculated for other bids at 2% of the ex-factory price including excise duty for each month of delay beyond the base and this will be added to the bid price for evaluation. No credit will be given to earlier deliveries and bids offering delivery beyond 1 months of stipulated delivery period will be treated as unresponsive.

(c) Deviation in Payment Schedule: The Special Conditions of Contract stipulate the payment schedule offered by the

Purchaser. If a bid deviates from the schedule and if such deviation is considered acceptable to the Purchaser, the bid will be evaluated by calculating interest earned for any earlier payments involved in the terms outlined in the bid as compared to those stipulated in this invitation, at a rate of 10 percent per annum.

(d) Cost of Spare Parts: Deleted (e) Spare Parts and After Sales Service Facilities in India: The cost to the Purchaser of establishing the minimum service facilities and parts

inventories, as outlined elsewhere in the bidding documents, if quoted separately, shall be added to the bid price.

(f) Operating and Maintenance Costs: Deleted (g) Performance and Productivity of the Equipment: Deleted 27. Deleted. 28. Contacting the Purchaser 28.1 Subject to ITB Clause 23, no Bidder shall contact the Purchaser on any matter relating to its bid,

from the time of the bid opening to the time the Contract is awarded. If the bidder wishes to bring additional information to the notice of the purchaser, it should do so in writing.

28.2 Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid comparison or contract award may result in rejection of the Bidder's bid.

Page 17: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

16

F. Award of Contract 29. Post qualification 29.1 In the absence of prequalification, the Purchaser will determine to its satisfaction whether the

Bidder that is selected as having submitted the lowest evaluated responsive bid meets the criteria specified in ITB Clause 13.3 (b) and is qualified to perform the contract satisfactorily.

29.2 The determination will take into account the Bidder's financial, technical and production

capabilities. It will be based upon an examination of the documentary evidence of the Bidder's qualifications submitted by the Bidder, pursuant to ITB Clause 13, as well as such other information as the Purchaser deems necessary and appropriate.

29.3 An affirmative determination will be a prerequisite for award of the Contract to the Bidder. A negative determination will result in rejection of the Bidder's bid, in which event the Purchaser will proceed to the next lowest evaluated bid to make a similar determination of that Bidder's capabilities to perform the contract satisfactorily.

30. Award Criteria 30.1 Subject to ITB Clause 32, the Purchaser will award the Contract to the successful Bidder whose bid

has been determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

31. Purchaser's right to vary Quantities at Time of Award 31.1 The Purchaser reserves the right at the time of Contract award to increase or decrease by up to 15

percent of the quantity of goods and services originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions.

32. Purchaser's Right to Accept Any Bid and to Reject Any or All Bids 32.1 The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and

reject all bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or bidders.

33. Notification of Award 33.1 Prior to the expiration of the period of bid validity, the Purchaser will notify the successful bidder

in writing by registered letter or by cable/telex or fax, to be confirmed in writing by registered letter, that its bid has been accepted.

33.2 The notification of award will constitute the formation of the Contract. 33.3 Upon the successful Bidder's furnishing of performance security pursuant to ITB Clause 35, the

Purchaser will promptly notify the name of the winning bidder to each unsuccessful Bidder and will discharge its bid security, pursuant to ITB Clause 15.

33.4 If, after notification of award, a Bidder wishes to ascertain the grounds on which its bid was not selected, it should address it’s request to the Purchaser. The Purchaser will promptly respond in writing to the unsuccessful Bidder.

34. Signing of Contract 34.1 At the same time as the Purchaser notifies the successful bidder that its bid has been accepted, the

Purchaser will send the bidder the Contract Form provided in the bidding documents, incorporating all agreements between the parties.

34.2 Within 21 days of receipt of the Contract Form, the successful bidder shall sign and date the Contract and return it to the Purchaser. 35. Performance Security 35.1 Within 21 days of the receipt of notification of award from the Purchaser, the successful Bidder

shall furnish the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the bidding documents or in another form acceptable to the Purchaser.

35.2 Failure of the successful bidder to comply with the requirement of ITB Clause 34.2 or ITB Clause 35.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid

Page 18: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

17

security, in which event the Purchaser may make the award to the next lowest evaluated bidder or call for new bids.

36 Corrupt or Fraudulent Practices 36.1 The Bank’s requires that Borrowers (including beneficiaries of Bank loans), as well as bidders,

suppliers, and contractors and their subcontractors under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Bank: (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of

anything of value to influence improperly the actions of another party; (ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or

recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is (aa) deliberately destroying, falsifying, altering or concealing of evidence material to the

investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under sub-clause 37.1(e) below.

(b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question;

__________________________________________________________________________

1 In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the procurement process or contract execution for undue advantage is improper.

2 “another party” refers to a public official acting in relation to the procurement process or contract execution]. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions.

3 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.

4 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels.

5 a “party” refers to a participant in the procurement process or contract execution.

_____________________________________________________________________

c) will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive, or coercive practices during the procurement or the execution of that contract, without the Borrower having taken timely and appropriate action satisfactory to the Bank to remedy the situation;

(d) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period of time, to be awarded a Bank-financed contract if it at any time determines that they have, directly or through an agent, engaged in corrupt, fraudulent,

Page 19: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

18

collusive, coercive or obstructive practices in competing for, or in executing, a Bank-financed contract; and

(e) will have the right to require that a provision be included in bidding documents and in contracts financed by a Bank Loan, requiring bidders, suppliers, contractors and consultants to permit the Bank to inspect their accounts and records and other documents relating to the Bid submission and contract performance and to have them audited by auditors appointed by the Bank.

36.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 24.1 of the General Conditions of Contract.

DIRECTOR TECHNICAL EDUCATION & TRAINING, ORISSA, CUTTACK State Project Implementation Unit, At-Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001

Page 20: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

19

SECTION III:

GENERAL CONDITIONS OF CONTRACT

Page 21: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

20

SECTION III: GENERAL CONDITIONS OF CONTRACT TABLE OF CLAUSES

Clause

No Topic Page No

1 Definitions 21 2 Application 21 3 Country of Origin 21 4 Standards 21 5 Use of Contract Documents and Information 21 6 Patent Rights 22 7 Performance Security 22 8 Inspection and Tests 22 9 Packing 22 10 Delivery and Documents 22 11 Insurance 23 12 Transportation 23 13 Incidental Services 23 14 Spare Parts 23 15 Warranty 23 16 Payment 24 17 Prices 24 18 Change Orders 24 19 Contract Amendments 24 20 Assignment 24 21 Subcontracts 24 22 Delays in Supplier's Performance 25 23 Liquidated Damages 25 24 Termination for Default 25 25 Force Majeure 25 26 Termination for Insolvency 26 27 Termination for Convenience 26 28 Settlement of Disputes 26 29 Limitation of Liability 26 30 Governing Language 26 31 Applicable Law 26 32 Notices 27 33 Taxes and Duties 27 34 Fraud and Corruption 27 35 Inspection and Audit by the Bank 27

Page 22: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

21

General Conditions of Contract 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: (a) "The Contract" means the agreement entered into between the Purchaser and the Supplier, as

recorded in the Contract Form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein;

(b) "The Contract Price" means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations;

(c) "The Goods" means all the equipment, machinery, and/or other materials which the Supplier is required to supply to the Purchaser under the Contract;

(d) "Services" means services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training and other obligations of the Supplier covered under the Contract;

(e) “GCC” means the General Conditions of Contract contained in this section. (f) “SCC” means the Special Conditions of Contract. (g) “The Purchaser” means the organization purchasing the Goods, as named in SCC. (h) “The Purchaser’s country” is the country named in SCC. (i) “The Supplier” means the individual or firm supplying the Goods and Services under this Contract. (j) “The World Bank” means the International Bank for Reconstruction and Development (IBRD) or the

international Development Association (IDA). (k) “The Project Site”, where applicable, means the place or places named in SCC. (l) “Day” means calendar day. 2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions in

other parts of the Contract. 3. Country of Origin 3.1 All Goods and Services supplied under the Contract shall have their origin in the member countries

and territories eligible under the rules of the World Bank as further elaborated in SCC. 3.2 For purposes of this Clause "origin" means the place where the Goods are mined, grown or produced,

or from which the Services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembling of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components.

3.3 The origin of Goods and Services is distinct from the nationality of the Supplier. 4. Standards 4.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications, and, when no applicable standard is mentioned, to the authoritative standard appropriate to the Goods' country of origin and such standards shall be the latest issued by the concerned institution 5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Purchaser's prior written consent, disclose the Contract, or any

provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Supplier in performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

5.2 The Supplier shall not, without the Purchaser's prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract.

5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Purchaser and shall be returned (in all copies) to the Purchaser on completion of the Supplier's performance under the Contract if so required by the Purchaser.

Page 23: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

22

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent,

trademark or industrial design rights arising from use of the Goods or any part thereof in India. 7. Performance Security 7.1 Within 21 days of receipt of the notification of contract award, the Supplier shall furnish

performance security in the amount specified in SCC. 7.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any

loss resulting from the Supplier's failure to complete its obligations under the Contract. 7.3 The Performance Security shall be denominated in Indian Rupees and shall be in one of the

following forms: (a) A Bank guarantee or irrevocable Letter of Credit, issued by a nationalized/scheduled bank located in

India or a bank located abroad acceptable to the Purchaser, in the form provided in the bidding documents or another form acceptable to the Purchaser; or

(b) A cashier's check, certified check, or demand draft. 7.4 The performance security will be discharged by the Purchaser and returned to the Supplier not later

than 30 days following the date of completion of the Supplier's performance obligations, including any warranty obligations, unless specified otherwise in SCC.

8. Inspections and Tests 8.1 The Purchaser or its representative shall have the right to inspect and/or to test the Goods to confirm

their conformity to the Contract specifications at no extra cost to the Purchaser. SCC and the Technical Specifications shall specify what inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in writing in a timely manner of the identity of any representatives retained for these purposes.

8.2 The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of delivery and/or at the Goods final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data - shall be furnished to the inspectors at no charge to the Purchaser.

8.3 Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject the goods and the Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of cost to the Purchaser.

8.4 The Purchaser's right to inspect, test and, where necessary, reject the Goods after the Goods' arrival at Project Site shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser or its representative prior to the Goods shipment.

8.5 Nothing in GCC Clause 8 shall in any way release the Supplier from any warranty or other obligations under this Contract.

9. Packing 9.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or

deterioration during transit to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods' final destination and the absence of heavy handling facilities at all points in transit.

9.2 The packing, marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be provided for in the Contract including additional requirements, if any, specified in SCC and in any subsequent instructions ordered by the Purchaser.

10. Delivery and Documents 10.1 Delivery of the Goods shall be made by the Supplier in accordance with the terms specified by the

Purchaser in the Notification of Award. The details of shipping and/or other documents to be furnished by the supplier are specified in SCC.

Page 24: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

23

11. Insurance 11.1 The Goods supplied under the Contract shall be fully insured in Indian Rupees against loss or

damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in SCC.

12. Transportation 12.1 Deleted. 12.2 Deleted. 12.3 Where the Supplier is required under the Contract to transport the Goods to a specified place of

destination within India defined as Project site, transport to such place of destination in India including insurance, as shall be specified in the Contract, shall be arranged by the Supplier, and the related cost shall be included in the Contract Price.

12.4 Deleted 13. Incidental Services 13.1 The supplier may be required to provide any or all of the following services, including additional

services, if any, specified in SCC: (a) performance or supervision of the on-site assembly and/or start-up of the supplied Goods; (b) furnishing of tools required for assembly and/or maintenance of the supplied Goods; (c) furnishing of detailed operations and maintenance manual for each appropriate unit of

supplied Goods; (d) performance or supervision or maintenance and/or repair of the supplied Goods, for a

period of time agreed by the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and

(e) training of the Purchaser's personnel, at the Supplier’s Plant and / or on-site, in assembly, start-up, operation, maintenance and/or repair of the supplied Goods.

13.2 Prices charged by the Supplier for incidental services, if not included in the Contract Price for the Goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services. 14. Spare Parts 14.1 As specified in the SCC, the Supplier may be required to provide any or all of the following

materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier:

(a) such spare parts as the Purchaser may elect to purchase from the Supplier, providing that this election shall not relieve the Supplier of any warranty obligations under the Contract; and

(b) In the event of termination of production of the spare parts: (i) advance notification to the Purchaser of the pending termination, in sufficient

time to permit the Purchaser to procure needed requirements; and (ii) following such termination, furnishing at no cost to the Purchaser, the blueprints,

drawings and specifications of the spare parts, if requested. 15. Warranty 15.1 The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most

recent or current models and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except when the design and/or material is required by the Purchaser's Specifications) or from any act or omission of the Supplier, that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.

15.2 This warranty shall remain valid for 12 months after the Goods or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the Contract, or for 18 months after the date of shipment from the place of loading whichever period concludes earlier, unless specified otherwise in the SCC.

Page 25: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

24

15.3 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty.

15.4 Upon receipt of such notice, the Supplier shall, within the period specified in SCC and with all reasonable speed, repair or replace the defective Goods or parts thereof, without cost to the Purchaser other than, where applicable, the cost of inland delivery of the repaired or replaced Goods or parts from ex-works or ex-factory or ex-showroom to the final destination.

15.5 If the Supplier, having been notified, fails to remedy the defect(s) within the period specified in SCC, the Purchaser may proceed to take such remedial action as may be necessary, at the Supplier's risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be

specified in the SCC. 16.2 The Supplier's request(s) for payment shall be made to the Purchaser in writing, accompanied by an

invoice describing, as appropriate, the Goods delivered and the Services performed, and by documents, submitted pursuant to GCC Clause 10, and upon fulfilment of other obligations stipulated in the contract.

16.3 Payments shall be made promptly by the Purchaser but in no case later than sixty (60) days after submission of the invoice or claim by the Supplier.

16.4 Payment shall be made in Indian Rupees. 17. Prices 17.1 Prices charged by the Supplier for Goods delivered and Services performed under the Contract

shall not vary from the prices quoted by the Supplier in its bid, with the exception of any price adjustments authorized in SCC or in the Purchaser’s request for bid validity extension, as the case may be.

18. Change Orders 18.1 The Purchaser may at any time, by written order given to the Supplier pursuant to GCC Clause 31,

make changes within the general scope of the Contract in any one or more of the following: (a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to

be specifically manufactured for the Purchaser; (b) the method of shipping or packing; (c) the place of delivery; and/or (d) the Services to be provided by the Supplier. 18.2 If any such change causes an increase or decrease in the cost of, or the time required for, the

Supplier's performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within thirty (30) days from the date of the Supplier's receipt of the Purchaser's change order.

19. Contract Amendments 19.1 Subject to GCC Clause 18, no variation in or modification of the terms of the Contract shall be

made except by written amendment signed by the parties. 20. Assignment 20.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract,

except with the Purchaser's prior written consent. 21. Subcontracts 21.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this Contract if

not already specified in the bid. Such notification, in his original bid or later, shall not relieve the Supplier from any liability or obligation under the Contract.

21.2 Subcontracts must comply with the provisions of GCC Clause 3.

Page 26: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

25

22. Delays in the Supplier's Performance 22.1 Delivery of the Goods and performance of the Services shall be made by the Supplier in accordance

with the time schedule specified by the Purchaser in the Schedule of Requirements. 22.2 If at any time during performance of the Contract, the Supplier or its sub-contractor(s) should

encounter conditions impeding timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may, at its discretion, extend the Supplier’s time for performance with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of the Contract.

22.3 Except as provided under GCC Clause 25, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 23, unless an extension of time is agreed upon pursuant to GCC Clause 22.2 without the application of liquidated damages. 23. Liquidated Damages 23.1 Subject to GCC Clause 25, if the Supplier fails to deliver any or all of the Goods or to perform the

Services within the period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the Percentage specified in SCC. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause 24.

24. Termination for Default 24.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice

of default sent to the Supplier, terminate the Contract in whole or part: (a) if the Supplier fails to deliver any or all of the Goods within the period(s) specified in the

Contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 22; or

(b) if the Supplier fails to perform any other obligation(s) under the Contract. (c) if the Supplier, in the judgment of the Purchaser has engaged in fraud and corruption, as

defined in GCC Clause 34, in competing for or in executing the Contract. 24.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 24.1,

the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Supplier shall continue the performance of the Contract to the extent not terminated.

25. Force Majeure 25.1 Notwithstanding the provisions of GCC Clauses 22, 23, 24, the Supplier shall not be liable for

forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

25.2 For purposes of this Clause, "Force Majeure" means an event beyond the control of the Supplier and not involving the Supplier's fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

25.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

Page 27: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

26

26. Termination for Insolvency 26.1 The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser. 27. Termination for Convenience 27.1 The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in

part, at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser's convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.

27.2 The Goods that are complete and ready for shipment within 30 days after the Supplier's receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

(a) to have any portion completed and delivered at the Contract terms and prices; and/or (b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed

Goods and for materials and parts previously procured by the Supplier. 28. Settlement of Disputes 28.1 The Purchaser and the supplier shall make every effort to resolve amicably by direct informal

negotiation any disagreement or dispute arising between them under or in connection with the Contract.

28.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given. 28.2.1 Any dispute or difference in respect of which a notice of intention to commence arbitration

has been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract.

28.2.2 Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.

28.3 Notwithstanding any reference to arbitration herein, (a) the parties shall continue to perform their respective obligations under the Contract unless

they otherwise agree; and (b) the Purchaser shall pay the Supplier any monies due the Supplier. 29. Limitation of Liability 29.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement

pursuant to Clause 6, (a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for

any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and

(b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

30. Governing Language 30.1 The contract shall be written in English language. Subject to GCC Clause 30, English language

version of the Contract shall govern its interpretation. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in the same language.

31. Applicable Law 31.1 The Contract shall be interpreted in accordance with the laws of the Union of India.

Page 28: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

27

32. Notices 32.1 Any notice given by one party to the other pursuant to this Contract shall be sent to other party in

writing or by cable, telex or facsimile and confirmed in writing to the other Party’s address specified in SCC.

32.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later. 33. Taxes and Duties 33.1 Deleted. 33.2 Suppliers shall be entirely responsible for all taxes, duties, license fees, octroi, road permits, etc.,

incurred until delivery of the contracted Goods to the Purchaser. 34. Fraud and Corruption 34.1 The Bank requires that Borrowers (including beneficiaries of Bank loans), as well as bidders,

suppliers, and contractors and their subcontractors under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Bank: (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of

anything of value to influence improperly the actions of another party; (ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or

recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice” is (aa) deliberately destroying, falsifying, altering or concealing of evidence material to the

investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under sub-clause 37.1(e) below.

34.2 Should any employee of the Supplier be determined to have engaged in corrupt, fraudulent, collusive, coercive, or obstructive practice during the purchase of the Goods, then that employee shall be removed. 35. Inspections and Audit by the Bank 35.1 The Supplier shall permit the Bank and/or persons appointed by the Bank to inspect the Supplier's

offices and/or the accounts and records of the Supplier and its sub-contractors relating to the performance of the Contract, and to have such accounts and records audited by auditors appointed by the Bank if required by the Bank. The Supplier's attention is drawn to Clause 34, which provides, inter alia, that acts intended to materially impede the exercise of the Bank's inspection and audit rights provided for under Sub-Clause 35.1 constitute a prohibited practice subject to contract termination (as well as to a determination of ineligibility under the Procurement Guidelines). DIRECTOR, TECHNICAL EDUCATION & TRAINING, ORISSA, CUTTACK

State Project Implementation Unit, At-Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001 __________________________________________________________________________________ 6 “another party” refers to a public official acting in relation to the procurement process or contract execution]. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions. 7 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution. 8 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels. 9 a “party” refers to a participant in the procurement process or contract

Page 29: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

28

SECTION IV:

SPECIAL CONDITIONS OF CONTRACT

Page 30: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

29

SPECIAL CONDITIONS OF CONTRACT TABLE OF CLAUSES

Item No. Topic Page Number

1 Definitions (GCC Clause 1) 30

2 Country of Origin (GCC Clause 3) 30

3 Performance Security (GCC Clause 7) 30

4 Inspection and Tests (GCC Clause 8) 30

5 Packing (GCC Clause 9) 31

6 Delivery and Documents (GCC Clause 10) 31

7 Insurance (GCC Clause 11) 31

8 Incidental Services (GCC Clause 13) 31

9 Spare Parts (GCC Clause 14) 31

10 Warranty (GCC Clause 15) 31

11 Payment (GCC Clause 16) 32

12 Prices (GCC Clause 17) 32

13 Sub-contracts (GCC Clause 21) 32

14 Liquidated Damages (GCC Clause 23) 32

15 Settlement of Disputes (GCC Clause 28) 32

16 Notices (GCC Clause 32) 33

17 Progress of Supply 33

Page 31: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

30

Special Conditions of Contract The following Special Conditions of Contract shall supplement the General Conditions of Contract.

Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract (GCC). The corresponding clause number of the General Conditions is indicated in parentheses.

1. Definitions (GCC Clause 1) (a) The Purchaser is: DIRECTOR, TECHNICAL EDUCATION & TRAINING, ORISSA, CUTTACK, State Project

Implementation Unit, At Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001 (b) The Supplier is : ................................................ 2. Country of Origin (GCC Clause 3) All countries and territories as indicated in Section XIV of the bidding documents, “Eligibility for

the Provisions of Goods, Works, and Services in Bank-Financed Procurement”. 3. Performance Security (GCC Clause 7) 3.1 Within 21 days after the Supplier’s receipt of Notification of Award, the Supplier shall furnish

Performance Security to the Purchaser for an amount of 5% of the contract value, valid up to 60 days after the date of completion of performance obligations including warranty obligations.

In the event of any correction of defects or replacement of defective material during the warranty period, the warranty for the corrected/replaced material shall be extended to a further period of 12 months and the Performance Bank Guarantee for proportionate value shall be extended 60 days over and above the extended warranty period.

3.2 Substitute Clause 7.3 (b) of the GCC by the following: A cashier’s cheque or banker’s certified cheque or crossed demand draft or pay order drawn in

favour of The Director, Technical Education & Training, Orissa, Cuttack-753001 3.3 Substitute Clause 7.4 of the GCC by the following: The Performance Security will be discharged by the Purchaser and returned to the Supplier not

later than 60 days following the date of completion of the Supplier’s performance obligations, including the warranty obligation, under the contract.

3.4 Add as Clause 7.5 to the GCC the following: In the event of any contract amendment, the Supplier shall, within 21 days of receipt of such

amendment, furnish the amendment to the Performance Security, rendering the same valid for the duration of the Contract, as amended for 60 days after the completion of performance obligations including warranty obligations.

4. Inspection and Tests (GCC Clause 8) 1. All the goods shall be inspected by the authorized representative of the purchaser at the consignee point. 2. The supplier shall be bound to meet the laid down technical specifications and other related parameters

and shall take all necessary steps to rectify any deficiency or make such modifications in the manufactured goods in the event of goods declared failed in any test or inspection by the purchaser.

3. The purchaser or its authorized representative shall have complete authority to inspect and /or test any or all of the goods in order to verify their conformity to the technical specifications and other required criteria.

4. The purchaser or its authorized representative shall be free to inspect the premises of the manufacturer prior to the award of the contract or at any stage of the contract execution. This would be centered on examination of manufacturer’s capacity and physical existence of the manufacturing unit(s) and related offices.

5. The purchaser or its authorized representative shall have the right to inspect and / or test the goods or equipment prior to the dispatch from the manufacturer’s premises. Such inspection, test, and clearance shall not prejudice the right of the consignee to inspect and test the goods received at final destination.

6. In the event that the manufacturer’s premises are outside India, the purchaser shall be fully authorized to conduct such inspection and tests in the manner it decides suitable and even can hire an agency for the purposes of pre- dispatch-inspection at the manufacturer’s premises.

Page 32: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

31

7. The inspections and tests shall be based upon the requirements of technical specifications. However, the purchaser shall have authority to decide on any other technical tests or inspection based on technical parameters that it finds fit to complement the same. The supplier shall be bound to introduce any such corrective measure instructed by the purchaser.

8. The supplier shall ensure a pre-dispatch inspection and test of manufactured goods at its own level. This inspection and test must be conducted by an agency or laboratory of international or national repute. Preference in this case should be given to a testing agency or laboratory duly recognized or approved by the respective government. The supplier shall submit an inspection and test report issued by such an agency or laboratory to the purchaser prior to obtaining a clearance for dispatching the manufactured goods.

5. Packing (GCC Clause 9) Add as Clause 9.3 of the GCC the following: Packing Instructions: The Supplier will be required to make separate packages for each Consignee.

Each package will be marked on three sides with proper paint/indelible ink, the following: i) Project ii) Contract No. iii) Country of Origin of Goods iv) Supplier's Name, and v) Packing list

reference number. 6. Delivery and Documents (GCC Clause 10) Upon delivery of the Goods, the supplier shall notify the purchaser and the insurance company by

cable/telex/fax the full details of the shipment including contract number, railway receipt number and date, description of goods, quantity, name of the consignee etc. The supplier shall mail the following documents to the purchaser with a copy to the insurance company:

(i) 6 Copies of the Supplier invoice showing contract number, goods' description, quantity, unit price, total amount;

(ii) Railway receipt/acknowledgment of receipt of goods from the consignee(s); (iii) 6 Copies of packing list identifying the contents of each package; (iv) Insurance Certificate; (v) Manufacturer's/Supplier's warranty certificate; (vi) Inspection Certificate issued by the nominated inspection agency, and the Supplier's

factory inspection report; and (vii) Certificate of Origin. The above documents shall be received by the Purchaser before arrival of the Goods (except

where the Goods have been delivered directly to the Consignee with all documents) and, if not received, the Supplier will be responsible for any consequent expenses.

7. Insurance (GCC Clause 11) For delivery of goods at site, the insurance shall be obtained by the Supplier in an amount equal to

110% of the value of the goods from "warehouse to warehouse" (final destinations) on "All Risks" basis including War Risks and Strikes.

8. Incidental Services (GCC Clause 13) The following services covered under Clause 13 shall be furnished and the cost shall be included

in the contract price: The Bidder will provide 2 days training after installation of the equipment at the I.T.I to the technicians which would include general maintenance tips, sample models / works

9. Spare Parts (GCC Clause 14) Add as Clause 14.2 to the GCC the following: Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the

Goods, such as gaskets, plugs, washers, belts etc. Other spare parts and components shall be supplied as promptly as possible but in any case within six months of placement of order.

10. Warranty (GCC Clause 15) (i) G.C.C. Clause 15.2: In partial modification of the provisions, the warranty period shall be 12 months from date of

acceptance of Goods or 18 months from the date of shipment , whichever occurs earlier . The Supplier shall, in addition, comply with the performance and/or consumption guarantees

Page 33: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

32

specified under the contract. If for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall at its discretion either:

(a) make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests in accordance with SCC 4 ;

[The rate should be higher than the adjustment rate used in the bid evaluation under ITB 26.5(f) or (g)] (ii) Substitute Clause 15.4 of the GCC by the following: “Upon receipt of such notice, the Supplier shall, within the period specified in SCC and with

all reasonable speed, repair or replace the defective goods or parts thereof, free of cost at the ultimate destination. The Supplier shall take over the replaced parts/goods at the time of their replacement. No claim whatsoever, shall lie on the Purchaser for the replaced parts/goods thereafter.

In the event of any correction of defects or replacement of defective material during the warranty period, the warranty for the corrected/replaced material shall be extended to a further period of 12 months.”

(iii) GCC Clauses 15.4 and 15.5: The period for correction of defects in the warranty period is 20 days. 11. Payment (GCC Clause 16) Payment for Goods and Services shall be made in Indian Rupees as follows: (i) On Delivery & Final Acceptance: Hundred percent of the contract price shall be paid on receipt

of Goods and upon submission of the documents specified in SCC Clause 6 above; and the inspection report, Demonstration &final acceptance report within 30 days after the date of the acceptance certificate issued by the Purchaser’s representative for the respective delivery.

12. Prices (GCC Clause 17) 12.1 Prices payable to the supplier as stated in the contract shall be firm during the performance

of the contract. 13. Sub-contracts (GCC Clause 21) Add at the end of GCC sub-clause 21.1 the following: Sub-contract shall be only for bought-out items and sub-assemblies 14. Liquidated Damages (GCC Clause 23) 14.1 For delays: GCC Clause 23.1 -- The applicable rate is 0.5% per week and the maximum deduction is 10% of the contract price. 15. Settlement of Disputes (Clause 28) The dispute settlement mechanism to be applied pursuant to GCC Clause 28.2.2 shall be as follows: (a) In case of Dispute or difference arising between the Purchaser and a domestic supplier

relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Purchaser and the Supplier. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be appointed by the Indian Council of Arbitration.

(b) In the case of a dispute with a Foreign Supplier, the dispute shall be settled in accordance with provisions of UNCITRAL (United Nations Commission on International Trade Law) Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one each to be appointed by the Purchaser and the Supplier. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties, and shall act as presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a

Page 34: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

33

period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be appointed by the Indian Council of Arbitration.

(c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above, within 30 days after receipt of the notice of the appointment of its arbitrator by the other party, then the Indian Council of Arbitration both in cases of the Foreign supplier as well as Indian supplier, shall appoint the arbitrator. A certified copy of the order of the Indian Council of Arbitration making such an appointment shall be furnished to each of the parties.

(d) Arbitration proceedings shall be held at Cuttack, Orissa, India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English.

(e) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation etc. of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself.

(f) Where the value of the contract is Rs. 10 million and below, the disputes or differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties; failing such agreement, by the appointing authority namely the Indian Council of Arbitration.

16. Notices (Clause 32) For the purpose of all notices, the following shall be the address of the Purchaser and Supplier.

Purchaser: The Director, Technical Education & Training, Orissa, Cuttack-753001

Supplier: (To be filled in at the time of Contract signature) ............................................. ............................................. ............................................. .............................................

17. Progress of Supply Supplier shall regularly intimate progress of supply, in writing, to the Purchaser as under*:

- Quantity offered for inspection and date; - Quantity accepted/rejected by inspecting agency and date; - Quantity despatched/delivered to consignees and date; - Quantity where incidental services have been satisfactorily completed with date; - Quantity where rectification/repair/replacement effected/completed on receipt of any

communication from consignee/Purchaser with date; - Date of completion of entire Contract including incidental services, if any; and - Date of receipt of entire payments under the Contract (in case of stage-wise inspection, details required may also be specified). _________________________________________ * Delete whichever inapplicable

DIRECTOR TECHNICALEDUTRAINING, ORISSA, CUTTACK State Project Implementation Unit,At-Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001

Page 35: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

34

SECTION V:

SCHEDULE OF REQUIREMENTS

Page 36: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

35

SCHEDULE OF REQUIREMENTS

Schedule No / Package No

Brief Description of the Goods

No of item s

Total quantity of Items

Delivery period Consignee ITI principals BID Security

(Rs.)

11 Instrument Mechanic Equipment 165 592 90 ITI, Cuttack 33000

12

Special Accessories(AOCP & LACP)

129 4164 90 ITI, Rourkela 23000

13 Electrical Equipment 26 294 60 ITI, Cuttack & Rourkela 5000 14 Equipment(MMV &

Diesel Mechanic) 27 74 60 ITI, Rourkela 2000

15 Equipment Ref. & AC 8 17 60 ITI, Cuttack 1000 16 Electric Equipment 42 142 90 ITI, Cuttack 12000 17 Equipment Foundry

man 23 249 60 ITI, Rourkela 3300

18 Equipment (AOCP & LACP) 150 608 90 ITI, Rourkela 50000

19 Electrical Equipment 44 118 60 ITI, Cuttack & Rourkela 1000 20 Equipment (Multimedia

Hardware & Software) 18 23 90 ITI, Cuttack & Rourkela 11000

21 Mechanical Machineries 27 46 90 ITI, Cuttack & Rourkela 90000

22 Instrument Mechanic Machineries 9 22 90 ITI, Cuttack 5500

23 AOCP Machineries 17 21 90 ITI, Rourkela 22000 24 Electrical Machineries 19 41 90 ITI, Cuttack & Rourkela 11000 25 MMV & Diesel

Machineries 18 28 90 ITI, Cuttack 16000

26 Ref. & AC Machineries 13 21 90 ITI, Cuttack 1500 27 CNC Machineries 2 2 90 ITI, Rourkela 50000 28 Drilling Machine 13 73 90 ITI, Cuttack & Rourkela 7000 29 Fabrication Mechanic

Machineries 35 67 90 ITI, Bhabanipatna 60000

30 Mechanical Equipment 23 164 90 ITI, Bhabanipatna 10000 31 Welding Machineries 45 1421 90 ITI, Bhabanipatna 28000

NB: Details of items specification with package/schedule wise enclosed.

Page 37: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

36

SECTION VI:

TECHNICAL SPECIFICATIONS

Page 38: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

37

SECTION VI: TECHNICAL SPECIFICATIONS 1.0 INTENT OF SPECIFICATION

These specifications are intended to cover manufacturing, testing, supply, installation, commissioning of

the equipment under the package indicated in clause 2.1 below and other incidental services.

2.0 SCOPE OF WORK:

2.1 Supply

The scope of supply of the equipment package shall include installation and commissioning of each of

the items mentioned under the above package at each of the consignees site. The scope also includes

demonstration and customer training at each of the consignee sites.

2.2 The scope of work shall be deemed to include all activities which may not have been explicitly

mentioned but are reasonably implied for the successful completion of the work for which these

specifications are intended.

2.3 The detail technical specification for each Schedule are given in the Annexure enclosed with this

document

3.0 GENERAL REQUIREMENTS

All the Mechanical, Electrical and other Measuring/Testing equipment operating in non-air conditioning

environment should be suitable for working in 50° C ambient temperature and 90% relative humidity.

3.1 Bidder shall indicate site preparation details such as room dimensions, operating temperature relative

humidity type and number of power sockets and any other requirements for the equipment offered.

(Electronic, Electrical, Mechanical equipment)

3.2 All the equipments shall be suitably protected, coated, covered or boxed and crated to prevent

damage or deterioration during transit, handling and storage at site till the time of commissioning. While

packing all the materials, the limitations from the point of view of availability of railway wagon sizes, in

India should be taken into account. The contractor shall be responsible for any loss or damage during

transportation, handling and storage due to improper packing.

4.0 EXCLUSION

Following are excluded from bidders scope: Civil Works, Air conditioning (if required) and Electric

power supply

Page 39: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

38

TECHNICAL SPECIFICATIONS

SCHEDULE //PACKAGE NO 11 TO 31

(Enclosed)

Page 40: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

39

SECTION VI-A

QUALIFICATION CRITERIA (Referred to in clause 13.3(b) of ITB)

The Manufacturer should be in the business of manufacturing of similar equipment for a period not less than

3 Years.

The bidder or the manufacturer on whose behalf the authorized agent is bidding must have

manufactured, tested and supplied double the quantity required in the schedule during any one of

the last three years.

The Manufacturer / Bidder should furnish the information on past supplies and satisfactory

performance in the proforma given under Section XI. The satisfactory operation must be for at

least 6 months on the date of bid opening.

The Manufacturer / Bidder should furnish data to support that he has the financial capacity to

perform the contract, for this the bidder should have the minimum turnover of double the quoted

amount in any one of the last three years.

The bidders quoting as authorized representatives/ agent of manufacturers meeting with the above

requirements in full can be considered only if the bidder as authorized. Representative has supplied,

installed and commissioned satisfactorily at least half of the quantity required equipment being procured

in any one of the last three years.

Notwithstanding any thing stated above, the purchaser reserves the right to asses the bidder’s capacity

and capability to perform the contract should circumstances warrant such an assessment in the overall

interest of the purchaser deciding on award.

Page 41: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

40

SECTION VII:

BID FORM AND PRICE SCHEDULE

Page 42: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

41

SECTION VII: BID FORM Date:........................................ Credit No:.......................

IFB No: -1 / DTE&T, Orissa/World Bank\ NCB- 11-31 \– 2011-12 TO,

DIRECTOR TECHNICALEDUTRAINING, ORISSA, CUTTACK State Project Implementation Unit,At-Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001

Gentlemen and/or Ladies: Having examined the Bidding Documents including Addenda Nos............... [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver....................................................... (Description of Goods and Services) in conformity with the said bidding documents for the sum of ..................... (Total bid amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to ...... percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Purchaser. We agree to abide by this bid for the Bid validity period specified in Clause 16.1 of the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below: Amount Rupees Name and Purpose of Commission address of agent or gratuity _______________________________________________________________________________ (if none, state “none”). Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery. We understand that you are not bound to accept the lowest or any bid you may receive. We clarify/confirm that we comply with the eligibility requirements as per ITB Clause 2 of the bidding documents. Dated this ....... day of ............................ 20 ..... _________________________________ ___________________________________ (signature) (in the capacity of) Duly authorized to sign Bid for and on behalf of _______________________________________

Page 43: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

42

PRICE SCHEDULE

Page 44: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

43

PRICE SCHEDULE BID NO -1 / DTE&T, Orissa/World Bank\ NCB- 11 - 31 \– 2010-11

1 2 3 4 5 6 7 8 Price for each unit

Pack

age

No

Item

Des

crip

tion

Cou

ntry

of o

rigin

Qua

ntity

& U

nit

Ex-f

acto

ry/ E

x-w

areh

ouse

/ Ex-

show

room

/ Off

-th

e-sh

elf

Exci

se d

uty,

if

any

Pack

ing

&

forw

ardi

ng

Inla

nd

trans

porta

tion,

in

sura

nce

and

othe

r loc

al c

osts

in

cide

ntal

to

deliv

ery

Inci

dent

al

serv

ices

as

liste

d in

Cla

use

8 of

SC

C

Uni

t pric

e

Tota

l pric

e

Sale

s and

oth

er ta

xes

paya

ble

if co

ntra

ct is

aw

arde

d

a b c d e a + b + c + d + e 4x6

Total bid price (in figures): Rs: __________________ Total Bid price (in words): Rupees …………………………..

Signature of Bidder Name

Business address

Page 45: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

44

SECTION VIII: BID SECURITY FORM

Page 46: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

45

SECTION VIII: BID SECURITY FORM

Whereas ...........................1

(hereinafter called “the Bidder”) has submitted its bid dated ...................... (date of

submission of bid) for the supply of ................................. (name and/or description of the goods) (hereinafter called “the

Bid”).

KNOW ALL PEOPLE by these presents that WE ..................... (name of bank) of .................. (name of country), having

our registered office at .................. (address of bank) (hereinafter called “the Bank”), are bound unto .............................

(name of Purchaser) (hereinafter called “the Purchaser”) in the sum of _______________________ for which payment

well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed

with the Common Seal of the said Bank this ____ day of _________ 20___.

THE CONDITIONS of this obligation are:

1. If the Bidder

(a) withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or

(b) does not accept the correction of errors in accordance with the ITB; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity:

(a) fails or refuses to execute the Contract Form if required; or

(b) fails or refuses to furnish the performance security, in accordance with the Instruction to Bidders;

we undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser

having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is

due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including forty five (45) days after the period of the bid validity, and any

demand in respect thereof should reach the Bank not later than the above date.

...................................

(Signature of the Bank)

_____________________________________________ Name of Bidder Note: The bank guarantee [submitted by Indian Bidder] should be executed on stamp paper in

accordance with stamp Act. The stamp paper should be in the name of executing bank.

Page 47: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

46

SECTION IX:

CONTRACT FORM

Page 48: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

47

SECTION IX: CONTRACT FORM

THIS AGREEMENT made the .......day of.................................., 20... Between ..........................

(Name of purchaser) of .............. (Country of Purchaser) (hereinafter called "the Purchaser") of the

one part and ..................... (Name of Supplier) of ......................... (City and Country of Supplier)

(hereinafter called "the Supplier") of the other part :

WHEREAS the Purchaser is desirous that certain Goods and ancillary services

viz., ..................................... (Brief Description of Goods and Services) and has accepted a bid by the

Supplier for the supply of those goods and services in the sum of .............................. (Contract Price

in Words and Figures) (hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract; and

(f) the Purchaser's Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter

mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services

and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the

goods and services and the remedying of defects therein, the Contract Price or such other sum

as may become payable under the provisions of the Contract at the times and in the manner

prescribed by the Contract.

Brief particulars of the goods and services which shall be supplied/provided by the Supplier are as

under:

_________________________________________________________________________________

SL. BRIEF QUANTITY TO UNIT Total DELIVERYTERMS NO. DESCRIPTION OF BE SUPPLIED PRICE Price ___ GOODS & SERVICES_______________________________________________________________

TOTAL VALUE:

DELIVERY SCHEDULE:

Page 49: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

48

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, Sealed and Delivered by the said ..................................................... (For the Purchaser) in the presence of:....................................... Signed, Sealed and Delivered by the said ..................................................... (For the Supplier) in the presence of:.......................................

“Note: The Bank Guarantee submitted by India Supplier should be executed on non judicial stamp paper in accordance with stamp paper act. The stamp paper should be in the name of purchaser.”

Page 50: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

49

SECTION X: PERFORMANCE SECURITY FORM

Page 51: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

50

SECTION X. PERFORMANCE SECURITY FORM TO,

DIRECTOR TECHNICALEDUTRAINING, ORISSA, CUTTACK State Project Implementation Unit, At-Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001

................................................................... (Name of Supplier)

hereinafter called "the Supplier" has undertaken, in pursuance of Contract (Notification of Award) No................. dated,........... 20... to supply...................... .................................................(Description of Goods and Services) hereinafter called "the Contract".

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ................................... ........................................ (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the ........day of...................20......

Signature and Seal of Guarantors ................................ ................................ ................................

Date......................20.... Address:........................ ................................ ................................ Note: The Bank Guarantee [submitted by Indian Supplier] should be executed on stamp paper in accordance with stamp paper act. The stamp paper should be in the name of executing bank.

Page 52: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

51

SECTION XI:

PERFORMANCE STATEMENT

Page 53: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

52

SECTION XI

[Please see Clause 13.3 (b) (ii) of Instructions to Bidders] Proforma for Performance Statement (for a period of last three years)

Bid No. - 1 / OSIC/DTE&T, Orissa/World Bank\ NCB- 11 - 31 \– 2010-11 Date of opening _________________ Time Name of the Firm _________________________________________________

Date of completion of delivery

Ord

er p

lace

d by

(f

ull a

ddre

ss o

f Pu

rcha

ser)

Ord

er N

o an

d da

te

Des

crip

tion

and

quan

tity

of

orde

red

equi

pmen

t

Val

ue o

f ord

er

As p

er C

ontra

ct

Act

ual

Rem

arks

indi

catin

g re

ason

s of

late

del

iver

y if

any

Has

the

equi

pmen

t bee

n sa

tisfa

ctor

ily fu

nctio

ning

?

(Atta

ch a

cer

tific

ate

from

the

Purc

hase

r/Con

sign

ee)

1 2 3 4 5 6 7 8

Page 54: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

53

SECTION XII

(Please see Clause 13.3(a) of Instructions to Bidders)

MANUFACTURERS' AUTHORIZATION FORM*

No. Dated TO, DIRECTOR TECHNICALEDUTRAINING, ORISSA, CUTTACK State Project Implementation Unit, At-Killamaidan, Po-Buxi Bazar, Dist-Cuttack-753001

IFB No. -1 / DTE&T, Orissa/World Bank\ NCB- 11 - 31 \– 2010-11

Dear Sir: We who are established and reputable manufacturers of (name and description of goods offered)

having factories at (address of factory) do hereby authorize M/s (Name and address of Agent) to

submit a bid, and sign the contract with you for the goods manufactured by us against the above IFB.

No company or firm or individual other than M/s are authorized to bid, and conclude the contract for

the above goods manufactured by us, against this specific IFB. (This para should be deleted in

simple items where manufacturers sell the product through different stockists.)

We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of

Contract and Clause 10 of the Special Conditions of Contract for the goods and services offered for

supply by the above firm against this IFB.

Yours faithfully,

(Name)

(Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by

a person competent and having the power of attorney to legally bind the manufacturer. It

should be included by the Bidder in its bid.

* Modify this format suitably in case where manufacturer’s warranty and guarantee are not

applicable for the items for which bids are invited.

Page 55: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

54

SECTION XIV

Eligibility for the Provision of Goods, Works and Services in Bank-Financed Procurement. As of May 2004

1. In accordance with Para 1.8 of the Guidelines: Procurement under IBRD Loans and IDA Credits, dated May 2004, the Bank permits firms and individuals from all countries to offer goods, works and services for Bank-finance projects. As an exception, firms of a Country or goods manufactured in a Country may be excluded . Para 18(a)(i) as a matter of law or official regulation, the Borrower’s Country prohibits commercial relations with that Country, provided that the Bank is satisfied that such exclusion does not preclude effective competition for the supply of Goods or Works required, or Indicate the names herein of the countries if any Para 18(a)(ii) by an Act of Compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibits any import of goods from that Country or any payments to persons or entities in that country. Indicate the names of the countries if any 2. For the information of borrowers and bidders, at the present time firms, goods and services from the following countries are excluded from this bidding. Notes: ____________________________________________________________________________________ 1. Any questions regarding this list should be addressed to the Director, Procurement Policy and Services Group, Operational Core services Network, The World Bank

Page 56: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

55

ANNEXURE XV

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL EMPLOYED BY THE MANUFACTURER BID NO. -1 / DTE&T, Orissa/World Bank\ NCB- 11 - 31 \– 2010-11 DATE OF OPENING: .................................... NAME OF THE BIDDER: ............................................................................................................................... (Note: All details should relate to the manufacturer for the items offered for supply) 1. Name & full address of the Manufacturer 2. (a) Telephone & Fax No Office/Factory/Works (b) Telex No. Office/Factory/Works (c) Telegraphic address: 3. Location of the manufacturing factory 4. Details of Industrial License, wherever required as per statutory regulations. 5. Details of important Plant & Machinery functioning in each dept. (Monographs & description

pamphlets be supplied if available). 6. Details of the process of manufacture in the factory. 7. Details & stocks of raw materials held. 8. Production capacity of item(s) quoted for, with the existing Plant & Machinery 8.1 Normal 8.2 Maximum 9. Details of arrangement for quality control of products such as laboratory, testing equipment etc. 10. Details of staff: 10.1 Details of technical supervisory staff in charge of production & quality control. 10.2 Skilled labour employed. 10.3 Unskilled labour employed. 10.4 Maximum No. of workers (skilled & unskilled) employed on any day during the 18 months

preceding the date of Tender. 11. Whether Goods are tested to any standard specification? If so, copies of original test certificates

should be submitted in triplicate. 12. Are you registered with the Directorate General of Supplies and Disposals, New Delhi 110 001,

India? If so, furnish full particulars of registration, period of currency etc. with a copy of the certificate of registration.

............................................................... Signature and seal of the Manufacturer

Page 57: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

1 AC moving iron type ammeter(various ranges)Portable AC moving iron voltmeter laboratory type for horizontal use.Analog for measuring AC voltage for continuous use.Housed in laminated wooden cabinet size 235 * 200 * 130 mm with detachable lid black bakelite panel fitted with anti – parallax mirror scale knife edge pointer, rubber footings, locking arrangement and carrying handle.The movement should be strongly constructed spring loaded sapphire jewel bearings which protect the bearing system from shock and reduce friction to a minimum. Hardened and precisely ground pivots and chemically treated sturdy coiled phosphor bronze springs should be used. Zero adjuster is to be accessible from the front.The movement should be light weight and quick acting and extremely robust. Scale length 150 mm, class of accuracy +1% of FSD. All the terminals are to be insulated and brought out for easy connection.Ranges:0 – 15 V0 ‐ 30 V0 ‐ 250 V

8

LIST OF INSTRUMENT MECHANIC EQUIPMENTS FOR UPGRADATION OF EXISTING TRADESITI, Cuttack (Package No.11)

Page 58: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

2 Ac moving iron type v.meter(various ranges)Portable AC moving iron ammeter laboratory type for horizontal use.Analog for measuring AC current for continuous use.Housed in laminated wooden cabinet size 235 * 200 * 130 mm with detachable lid black bakelite panel fitted with anti – parallax mirror scale knife edge pointer, rubber footings, locking arrangement and carrying handle.The movement should be strongly constructed spring loaded sapphire jewel bearings which protect the bearing system from shock and reduce friction to a minimum. Hardened and precisely ground pivots and chemically treated sturdy coiled phosphor bronze springs should be used. Zero adjuster is to be accessible from the front.The movement should be light weight and quick acting and extremely robust. Scale length 150 mm, class of accuracy +1% of FSD. All the terminals are to be insulated and brought out for easy connection.Ranges:0 – 1 AMP0 ‐ 3 AMP0 ‐ 5 AMP0 ‐ 10 AMP0 ‐ 30 AMP

8

3 Accenerometer 4

Page 59: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

4 ADC LT2252 And DAC Card 310mWTRAFFICE CONTROLLER STUDY CARD :• Distinct coloured LED indicators provided for every possible signal of the peripheral.• User links and lugs are provided for inputs.• Legends for every LED indicator/lug.• Selection of I/O address through jumper.• RST5.5, RST6.5, RST7.5 are provided on‐board for interrupt driven modes. DC MOTOR CONTROLLER STUDY CARD :• Distinct coloured LED indicators provided for every required signal of the peripheral.• User links and lugs are provided for inputs.• Legends for every LED indicator / lug.• Selection of I/O address through jumper.• RST5.5, RST6.5, RST7.5 are provided on‐board for interrupt driven modes. 8 CHANNEL A TO D CONVERTER STUDY CARD : Channels : 8 channel.• ADC ‐ 0809 : Monolithic CMOS 8‐bit successive approximation type.• Conversion speed : 100_s.• Resolution : 8 ‐ bit.• Trigger mode : Software trigger. D TO A CONVERTER STUDY CARD : Based on DAC‐0800 monolithic 8 bit high speed current output DAC.

8

5 Air Hydrometer 46 Ampere hourmeter, 47 Analog multi metreVoltage. Scales, 0.1, 0.3, 1.0, 3.0, 10, 30, 100, 300, 1000 V. Resistance. (low 4 scales), 100 k‐Ohms 316 k‐Ohms

6

8 Anjeroid barometers100 mm dial mounted vertically inside the transparent plastic case. In addition to the atmospheric pressure, pressure within the dome should be changed by means of a rubber ball to show how the machine works

3

9 Below &liquid sill drum type flow meter 410 Binocular 7*50mm 311 Blow lamps 1 pt parafin 4

Page 60: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

12 Bonded and unbonded type microphone.25*0.12tca+SPEOD: 2.5+80*0.12CCA+OD: 5.8 2 413 Bourdon tube type gauges of various ranges 50, 63 and 100 mmDial Size : 150 mm

Range : 0 – 3.5 kg/ cm2 0 ‐ 7 kg/ cm2 0 ‐ 10 kg/ cm2 0 ‐ 30 kg/ cm2 Accuracy : 1 %Bourdon Socket : SS 316Movement Case : SS 304Mounting : ½”/ 3/8” BSP (M), Bottom

10

14 Buffing Machine,900mm Spindle3HP, 3 phase, 2800 RPM complete with suitable fabricated heavy duty angle stand with two emery wheel

1

15 Calibrator for PID controller (Pneumatic)Output : 3 – 15 PsigRange : 0 to 10 PsiProportional : Gain is adjustable from 0.2 to 35Calibrated Accuracy : Typically<+1.0%,+ 2.0% max.Max.air supply : 30 PsiReset (Integral) : 0.05 to 200 repeats per minuteAction : reverse (Field Reversible)Pneumatic connections : ¼” NPT Bottom connections onlyElectrical connection : ½” NPT alarm connectionMounting : PanelAmbient Temp. : ‐29 to 82 CEnviron mental Protection : IP 54

2

16 Cam and follower mechanism 1" and 1 1/8" 317 Camera (SLR) D700 218 Camera ,single lens with view finder 2

Page 61: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

19 Capsule type pressure gaugesDial Size : 150 mmRange : 0‐200 mm WC 0 – 400 mm WC 0 – 600 mm WC 0 – 1500 mm WCAccuracy : 1 %Sensing Element : Expanding CapsuleCase : Cast Aluminum or SS 316Mounting : ½” / 3/8” BSP(M), Bottom

6

20 centre zero galvanometerGalvanometer moving coil DC rectangular shape with desk shaped mounting.Sensitivity : 30 – 0 ‐ 30G

8

21 Centrtifugal type tachometer. 222 Channel 8 analog demultiplexor trainor The 8 channel analog de‐multiplexer / decoder trainer should be able to demonstrate the

process of de‐multiplexing / decoding for 2 channel, 4 channel, 8 channel and 16 channel. The unit should be housed in a powder coated metal cabinet / enclosure with provision for safe keeping of mains cord, patch cords and top lid for protection during storage. A well spread circuit / block layout are provided on the front panel of size 200 mm x 250 mm. All the necessary component / circuits required for the experiments are provided on the panels. The trainer covers all the circuits by solderless inter connections through use of 2 mm brass terminations & patch cords. Various necessary DC regulated power supplies are in built. The unit works on 230 V AC mains.

4

Page 62: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

23 Channel analog multi plexor trainor The 8 channel analog multiplexer trainer should be able to demonstrate the process of multiplexing for 2 channel, 4 channel, 8 channel and 16 channel. The unit should be housed in a powder coated metal cabinet / enclosure with provision for safe keeping of mains cord, patch cords and top lid for protection during storage. A well spread circuit / block layout are provided on the front panel of size 200 mm x 250 mm. All the necessary component / circuits required for the experiments are provided on the panels. The trainer covers all the circuits by solderless inter connections through use of 2 mm brass terminations & patch cords. Various necessary DC regulated power supplies are in built. The unit works on 230 V AC mains.The following experiments should be performed on the unit :1. 2 channel multiplexer using TTL / CMOS devices2. 4 Channel multiplexer using TTL / CMOS devices.3. 8 Channel multiplexer using TTL / CMOS devices.4. 16 Channel multiplexer using TTL / CMOS devices.The unit should also provide the necessary circuits to observe the outputs

4

24 Chronometrice type techometer. 425 Comparators. 226 Compound microscoe 227 Conductivity MeterConductivity Range : 0 to 200 m MHO or m S

Measuring Accuracy : + or ‐ 1 % of F.S. in all the ranges, + or – 1 count.Display : 2 ½ digit Digital Panel Meter.Conductivity cell : Approx 1.0 cell constantCell constant : 0.9 to 1.1 compensation Power Requirement : 230 volt + or – 10 %,50 Hz

2

Page 63: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

28 Coriolis mas flow meterMaterial : Stainless SteelProcess Connection : ½” flange/Screw type connection Calibration Mass flow; Density : 0.5%, 0.01g/ccApproval : Non‐hazardous areaHousing :Compact IP67/ NEMA4X, Cable Entry : Thread NPT ½Power Supply : 85‐260VAC; Display : DigitalOut put : 4‐20maSump Tank:Capacity : 100 literMOC : SS‐304With ½” drain valve.Measuring Tank:Capacity : 50 literMOC : SS‐304 with self graduated glass tube level Indicator with suitable Cover.With 1” drain valve and piping leading the water to the sump tank.Pump: Type : MonoblockMOC : SS bodyMotor:MOC : CI/Al/SS CastingPower : 0.5 HP, Single PhaseWith protection cover of MS & bypass, supply valve.Necessary piping and valves should be provided to supply water to flow meter. The total assembly should be mounted in suitable MS

2

29 D.C regulated power supplies (a) Low tension ser ies (single) (b) Low tension ser ies(dual ) (c )High tension series (d) Multi output series (e)Fixed output series

4

Page 64: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

30 DASThe system should consist of three acrylic tanks connected in series with each other by 1/2” piping. First two tanks should be equipped with level transmitters and the last one should be equipped with a level switch. A SS sump tank of about 100 liters capacity should be provided to store and supply water to the tanks. A ½ HP SS body pump should be provided to pump water from the sump tank to the first tank via a ½” motorized control valve. The motorized control valve is provided with a signal from level transmitter fitted in the second tank. A stand alone PID controller should be included in scope of supply to control level of water in the second tank. The level switch fitted in the third tank shuts off the pump according to the set point. The third tank should drain directly in the sump tank.Tanks:Nos. : 3MOC : AcrylicDiameter : 150 mmHeight : 500 mm with discharge valve arrangement and ½” interconnecting piping.Electronic Level Transmitter:Service : WaterMeasuring Principle : Capacitance type

2

Page 65: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

31 DC moving coil ammeters ( various ranges )Portable DC moving coil Ammeter laboratory type for horizontal use.Analog permanent Magnet for measuring DC current for continuous use.Housed in laminated wooden cabinet size 235 * 200 * 130 mm with detachable lid black bakelite panel fitted with anti – parallax mirror scale, knife edge pointer, rubber footings, locking arrangement and carrying handle.The movement should be strongly constructed spring loaded sapphire jewel bearings which protect the bearing system from shock and reduce friction to a minimum. Hardened and precisely ground pivots and chemically treated sturdy coiled phosphor bronze springs should be used. Zero adjuster is to be accessible from the front.The movement should be light weight and quick acting and extremely robust. Scale length 150 mm, class of accuracy +1% of FSD. All the terminals are to be insulated and brought out for easy connection.

Ranges:0 – 1 Amp,0 – 2 Amp,0 – 5 Amp,0 – 10 Amp,0 – 30Amp

5

32 DC moving coil milli ammeters(various ranges 5

Page 66: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

33 DC moving coil voltmeters( various ranges )Portable DC moving coil Millimeters laboratory type for horizontal use.Analog permanent Magnet for measuring DC mill ampere current for continuous use.Housed in laminated wooden cabinet size 235 * 200 * 130 mm with detachable lid black bakelite panel fitted with anti – parallax mirror scale, knife edge pointer, rubber footings, locking arrangement and carrying handle.The movement should be strongly constructed spring loaded sapphire jewel bearings which protect the bearing system from shock and reduce friction to a minimum. Hardened and precisely ground pivots and chemically treated sturdy coiled phosphor bronze springs should be used. Zero adjuster is to be accessible from the front.The movement should be light weight and quick acting and extremely robust. Scale length 150 mm, class of accuracy +1% of FSD. All the terminals are to be insulated and brought out for easy connection.

Ranges:0 – 1 m Amp,0 – 5 m Amp,0 – 10 m Amp,0 – 20 m Amp,0 – 30 m Amp

5

34 DC power supply 0‐100 volt, 5 amp 8

Page 67: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

35 Dead weight testerIt should consist of frictionless piston (ram) mounted on a rugged base. Effortless screw type operating system. Rotation of the screw should produce the pressure which is to be balanced by precision weights. Range: 0.5 – 30 kg/ cm2Step Size: 0.1 kg/ cm2Accuracy: 0.2 to 0.1 %Standard Accessories:• Accurately Calibrated Weights to cover the entire range with a carrying case• Gauge connection adapters for 1/8”, ¼”, 3/8”, ½” BSPF; ½” NPTF, 20 * 1.5 mm on ½” BSPF Fitment, Pointer Puller and Pointer Punch, Gauge Opener, Spirit Level, A set of spanners in a tool box, 500 ml SAE 30/ 40 Oil in bottleOne set of spare seals and O ring

1

36 Decade atten uators 437 Decade capacitance boxes 438 Decade resistance boxes 439 Decade voltage dividers 440 Deflecting &roating vane flow meter 441 Diaphragam type pressure gauge 442 Diaphragam type pressure gauge of various rangesDial Size : 150 mm

Range : 0 kg/ cm2 to 7 kg/ cm2 , Dual scaleAccuracy : 1 %Sensing Element : SS 316Top & Bottom Chamber : SS 316Movement Case : SS 304Mounting : ½” BSP(M), Bottom

8

43 Different types of control valves such as gate valves,globe valves,ball valves,diaphragm vallves,butterfly valves etc.Electrically actuated,pneumatic actuated & hydraulic actuated

2

Page 68: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

44 Differential pressure transmitter (electronic)a) Diff. Pressure transmitter : Range : 0‐20 inch WC equivalent to 500 mm WC Type : Diaphragm Media : Air only Accuracy : ± 1 % FS Power : 24VDC Output : 4‐20 mA Zero & Span Adj : Pot Zero & Span Connection : Barbed, 1/8”, 3/16” for flexible tube. (b) Digital indicator Input : 4‐20 mA Display Range (O/P) : 0‐500 mm WC Resolution : 1 mm WC Accuracy : Better than ±0.5% FSD Supply : 230 VAC (c ) Digital indicator Input : 4‐20 mA Output : 4‐20 mA Resolution : 0.2 mA (d) Screw Piston type pressure pump Range : 0‐1000 mm WC Pressure Adjustment : Coarse & Fine knobs MOC : M.S. painted Whole set‐up is mounted on single table stand with working condition

4

Page 69: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

45 Differential pressure transmitter (pneumatic)Pneumatic Flow Transmitter:Measuring Principle : Pneumatic Air Supply : 1.4 Kg/cm2Output : 0.2 – 1.0 Kg/cm2Diaphragm Material : Stainless SteelOperating : As per SystemOrifice Plate Assembly:Service : waterMax. Temp. : 45 COrifice Plate Material : SS 304Orifice Plate Body : Stainless SteelOrifice Plate Type : Flange TypePneumatic PID Controller: Input : 0.2 – 1.0 Kg/cm2Output : 0.2 – 1.0 Kg/cm2Range : 0 – 100 %Scale : For Set Point & Process Control Mode : P + I + DControl Action : Direct / Reverse ( Field Selectable )Accuracy : Better than 3%Repeatability : Better than 0.6%Max Air Supply : 30 PSiProcess Connection : ¼” NPTAir Connection : ¼” NPTControl Valve:Body Type : Globe ValveNominal Size : 15 mm

4

Page 70: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

46 Digital I/O‐CardHMI with Input Output Communication Module Specs:Display Type: 5.7" STN LCD 8 sheds of BlueResolution: 240 X 320 PixelsDisplay Size: 115.17 X 86.37mmOperating System: Windows base real time osMCU: 32 bit RISCSD RAM: 16 mbUSB for data storage: 1 usb client ver1Function Key: User Defined key 4 + system key 1Operating voltage: 24V DC +/‐ 10~15%Output Communication module with Rs485 /Rs232 Connectivity MODBUS RTU/ASCII Digital Input Card:Isolated Input 8 nosInput Voltage 5 to 30v dcIsolation: 2KV Input Output IsolationOutput: Open collector TTL OutputOutput Switching: Max 36v dcDigital Output Card:Relay Isolated Output 8 nosSignal Voltage 24 vdc +‐ 15% Isolation: 1KV Signal Output IsolationOutput: 1 c/o @230vAC 5A, @120VAC 10A, @24v dc 10AProtection: For reverse voltage serge @ signalDifferent module working with digital I/O cards(1) Toggle switch with lamp/LED.(2) Level control systemLevel tank:‐

l

8

47 Drag cup type tachometer. 448 Earth insulation tester(megger) 249 Electric actuators 60 Hz 2

Page 71: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

50 Electrical techometer. 451 Electronic calibratorDisplay :5 digits, 0.56” LED

Measuring & Simulations mode :0 to 20/60 mA, 0 to 20/ 200 m V and 0 to 2/10 VDCThermocouples : Measuring & Simulations B, E, J, K, R, S & T Type.RTD :Measuring RTD Pt – 100, CU‐53 & 2K Ohm and Simulation of RTD Pt‐100 by external resistance moduleInput Impedance :Greater than 10 M Ohm for mV, V, T/CAdjustment :10 turn coarse and fine potentiometerPower Supply :230/110 VACBattery :Built in 7.2 V, 2 AH Power Pack.Battery Operation :Approximately 6 hours in measurement mode or 4 hours with 20mA output.Accuracy :0.03% FS + 1 count for mV, mA and VDC, 0.5 Deg.C+1 count for E.J,K,T,PT‐100, CU‐53Resolution :0.1 Deg. C for RTD and T/C, 1 mV for 10 VDC, 1 A for 20 mA.Over Range :25% over range for mV, V and 20 mA.Cold Junction Compensation :Automatic from 0 to 50 Deg. C in both measure and simulation mode. CJC switch off with 0 Deg. C reference provided.Temperature Coefficient :+ 0.002% R dg/oCSampling Time :400 m secAccessories :Carrying case, 2 sets test leads, 2 shorting links, RTD simulator module and instruction manual.

2

52 Electronic pressure controller(PID) 253 Electronic soldereing iron 6watt 854 Eye glass 3" focus watch cmakerv 455 Feeler gauge leaf type , 26 blades eng. & metric 2

Page 72: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

56 Float TypeLevel IndicatorMeasuring Tape SS 316Float SS 304Measuring Range 1 meter minimumIndication scale with 2 – pointer dialMin. reading 1 mmFloat Dia. 400 mmGauge Head 1½” Connection, weather proof IP 55, Aluminum alloy cased housing. Gauge should be mounted on separate panel.Level Tank : 1200 mm height, 700 x 700 mm Area with feed and drain valves.MS Framework to support the assembly.

2

57 Flow nozzleIt should have a flange on its upstream sace which is to be installed between pipe flanges to hold the nozzle concentric with inside of the pipe. The nozzle flanges should be furnished in raised type of sacing. Type : flangeMOC : SS‐304Pipe Bore : 50 mm

2

58 Gas Analyser,Any Suitabla TypeGas Analyzers measure a specific gas in air or gas mixtures. Gas / range options are available for Oxygen, Carbon Monoxide, Hydrogen Sulphide, Sulphur Dioxide, Nitric Oxide, Nitrogen Dioxide, Chlorine, Hydrogen, Hydrogen Cyanide, Ammonia, Ozone, Ethylene Oxide, Carbon Dioxide, Methane, Hydrocarbon, VOC and other gases on request.

4

59 Gear train mechanism. 3

Page 73: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

60 GLCSThe Gas Chromatograph shall be Microcontroller based system with Modular design with independent Chromatography oven, independent pneumatic module, independent Microcontroller based temperature controller cum programmer module, independent FID Module, independent PC based Data station and also remote display unit for displaying concentration of one key component of the sample via RS 485 port up to distance of 100 meter. Thus, the system shall be like process On‐Line Gas Chromatograph. Provision shall also be provided for PTV, Auto GSV, Timer module and cryogenic bath to the make the system truly advanced.It shall be a microcontroller based 24 bit super digital temperature controller cum programmer with control up to 6 independent heated zones. • Shall have very large memory for storage in built in the Microcontroller.• Shall give ±0.1°C control.• Shall have 100 segment Programming • Shall be able to store up to 100 Method Files.• It shall have a 32 Key Membrane Keypad with large LCD Display of 20 characters x 4 lines.• User settable alarm set points from the keypad.

4

Page 74: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

61 Helical and turbine flow meterFlow meter type:TurbineFlow range : M3/hr : 0.22 to 2.2Max temp : 1200CMaterials : Body S.SFlanges : ss316Rotor : ss 316Bearing : Tungsten CarbideLinearity : +/‐ 1%Installation : HorizontalField Electronics:Mounting‐‐‐ Directly of flowmeterOutput— 4‐20 mA linearPower supply‐‐‐ 12 to 28 V DCStorage Tank: Capacity: 80 liter MOC: SS‐304 With ½” drain valve of SS.Collection Tank: Capacity: 50 literMOC: SS‐304 with self graduated glass tube level indicator with suitable coverWith 1” drain valve and piping leading the water to the sump tank.Pump: Type : MonoblockMOC : SS bodyMotor:MOC : CI/Al/SS CastingPower : 0.5 HP, Single Phase

h f

4

Page 75: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

62 HooK TypeLevel IndicatorRange : 300 mmAccuracy : 0.5 mmMovement : Rack & PinionScale : 0‐300 mmHook MOC : Stainless SteelScale & Body : Chromium Plated BrassMounting Arrangement: Top Sump Tank:Capacity : 80 literMOC : SS‐304With ½” drain valve of SS.Measurement Tank:Capacity : 50 literMOC : Acrylic With ½” drain valve and piping leading the water to the sump tank.Pump: Type : MonoblockMOC : SS bodyMotor:MOC : CI/Al/SS CastingPower : 0.5 HP, Single PhaseWith protection cover of MSNecessary piping and valves should be provided.Control Panel should consist of MCB for the pump. The total assembly should be mounted in suitable MS framework painted with good quality paint.

4

Page 76: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

63 Hydraulic TrainerThe trainer will be made out of fabricated mild steel. Trolley type easy to mobile to the place of demonstration. It will be self – contained to perform various practical and exercises during the training. The trainer will be consisting of power unit, mounted at the bottom side of the trainer unit, hydraulic components with sub plates for easy mounting on the trainer and suitable hydraulic hoses with quick change type of couplings for fast and easy to connect with the components. Suitable electrical cable will be supplied with connections to connect the solenoid of the components. The trainer will be supplied with 2 sets of detailed comprehensive instruction manuals. PLC Specification:Digital Input: 18Digital Output: 12Interface cable RS 232Memory: inbuiltComputer : one general purpose computer for interfacing with PLCPower unit ± operating pressure minimum 30 bars.

2. Hydraulic pump ± gear type, 3 to 4 LPM capacities with maximum pressure 140 Bar coupled with motor by suitable coupling.3. Electric motor – 1 HP, 3440 V AC, synchronous, 1440 RPM, E – Class, 4. Electrical Control Panel :

4

64 Hydraulic Training Kit 265 Hydrometer (LAB & STRONG battery Testing Type 466 Impeller type flow meter 8

Page 77: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

67 Inclined limb manometersCasing : MS Casing from three sides and Aluminum cover with transparent Acrylic Front.Metering Tube : Special Uniform bore thick walled Borosilicate Glass TubeFinishing : Body Painted with Industrial Grade Paint/ Powder CoatedPacking : Teflon/ NeopreneScale : Plastic or of SS with marking.Wetted Parts : SS 304End Connection : ¼” BSP/ NPT (F) or Nozzle TypeMounting : mounting stand having leveling & attached spirit level bulbArrangement : Drain Plug, Filling Plug, Zero Adjustment Knob, different adjustable Inclination ArrangementAccuracy : + 0.5 % Range : 0‐500 mmFluid : Red Color liquidAccessories : Liquid Filling Funnel, 1 meter long Rubber tubing

3

68 Instrumantion amplifier trainer. 269 Instrument Testing Of Cuppoards 870 Kelvin's bridge trainerPrinciple of Bridge :Kelvin’s Bridge

Ecication Signal :1.DC ‐ +5V 2.AC – 1KHz Sine waveDetector :1.DC – 31/2 Digit Digital Ammeter 2.AC amplifier and headphone Arms of the bridge :1.Two arms with Ten turns variable pots with dials for direct reading. 2. One arm with fixed resistances in decades from 1E to 1M.Experiments :1.Measurement of unknown resistances using 2. DC excitation.3. Measurement of unknown resistances using AC excitation.Accessories :1. Jumper links2. HeadphoneA e‐manual should be supplied along with the kit

2

Page 78: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

71 Level control set‐up with level transmitter,level recorder,controller,control valve, complete experimentalset‐up or level simulatorService : Water Measuring Principle : Capacitance type Range : 0 – 500 mm WC Accuracy : 3% Output : 4‐20 mA DC PID Controller: Input : 4 – 20 mA Output : 4 – 20 mA Communication : RS 485 ASCII/ modbus, communication Features : Autotuning, Auto/ Manual Mode Facility Range : Field Settable Display : digitalFront Keypad : Membrane Type Accuracy : ± 1% Full Scale Power Supply : 230 V AC, 5 amp. Control Valve: Body Type : Globe Valve Nominal Size : 15 mm Stem Diameter : 10 mm Packing : PTFE Body Material : A216 WCB Leakage Rate : IV Bonnet : Standard Actuator: Fail Safe Action : extends Bench Range : 0.2‐1.0 bar /

2

72 Level measurement equipment by electrical method i.e. conductvity, capacitance probes, sonic level detectors, raditor level detectors & point level detectors.

2

Page 79: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

73 Level measurement equipments for solid, Sonic solid level, Microwave, Capacitance probes, Diaphragm switches, Nuclear gauges, Sonic and microwave solid level detectors.The device should combine sensor and electronics in a single package along with desire mounting on tank.Application : WaterContainer : MOC : Acrylic Diameter : 200 mm Height : 500 mm With discharge valve arrangement.Measurement Range : 150 to 450 mmAccuracy ( in Air) : Better than 0.5 % of target rangeTemp. Compensation : Built in Echo Processing : Sonic IntelligenceSupply Voltage : 18 to 30 V DC, 0.2 Amp max.Output : 4 to 20 mA Proportional to LevelThe system should have separate level indicator on panel.2. CONDUCTIVITY TYPE LEVEL CONTROLLER:Application : WaterContainer : MOC : AcrylicDiameter : 150 mmHeight : 500 mmWith discharge valve arrangement.Leval Switching : At 300 mm Sensor : Part insulated rod‐probe with reference probe connected to controllerController : Electronic PCBMounting : Control Panel

2

Page 80: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

74 Level transmitterInput : 4 – 20 mA Output : 4 – 20 mA Communication : RS 485 ASCII/ modbus, communication Features : Autotuning, Auto/ Manual Mode Facility Range : Field Settable Display : digitalFront Keypad : Membrane Type Accuracy : ± 1% Full Scale Power Supply : 230 V AC, 5 amp

2

75 Lever and linkage mechanism. 376 Low pressure measuring gauges such as thermal conductivity gauges ,pirani gauge &meloyd gauge 277 Magnetic compass 278 Magnetic flow meterFlow meter:

Measuring Range :5 – 40 LPMNominal Bore Size: : ½”, ASA 150#Metering Pipe: : SS – 304Electrode: : SS – 316Power Supply: : 230 V AC, 50 HzAccuracy : 1.0% of Flow rateLining : PTFEElectrodes : SS 316Display : Built in 16 character x 2 lines Alphanumeric display for Flow Rate in : CuM/Hr, LPM, LPS.Size : ½’’ flanged (MS) It should have p based Converter and facility to programme flow ranges by magnetic probe. Also the unit of the flow rate should be selectable having flow totalizer, Diagnostic Messages Display & Range Programme selectableSump Tank:Capacity : 100 literMOC : SS‐304 With ½” drain valve

2

79 Magnifying glass 75 mm 3

Page 81: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

80 Measurement of average voltage trainer 481 Measuring microscope& travelling microscope. 282 Mercury in steel remote indicating thermometersType : Rigid Stem & Distance (Capillary)

Dial Size : 150 mmAccuracy : + 2% of range spanAmbient Compensation : with Bi‐metalBulb Stem & Connection : SS 316Bourdon Material : SS 316Case & Bezel : Cast Aluminium stove enamelled black/ SS Bulb Dia. : 16 mmStem Dia. : 9 mmCapillary : Copper / SS 304 / PVC Capillary Immersion Length : Adjustable upto 250 mmConnection : ¾” BSP (M),Range : 0 – 100 oC

4

83 Monochromatic light source. 284 Monocular 485 Motorized control valveProduct : Motorized Control valve (servo regulation)

Control valve (Linear) : Type: globe valve; Size: 1/2", Input:4 ‐20 mA, Characteristics: LinearActuator : AC servo motor, 230 V , 50 Hz AC

2

86 Opitcal flate. 2

Page 82: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

87 Optical pyrometer with all accessoriesType : Rigid Stem & Distance (Capillary)Dial Size : 150 mmAccuracy : + 2% of range spanAmbient Compensation : with Bi‐metalBulb Stem & Connection : SS 316Bourdon Material : SS 316Case & Bezel : Cast Aluminium stove enamelled black/ SS Bulb Dia. : 16 mmStem Dia. : 9 mmCapillary : Copper / SS 304 / PVC Capillary Immersion Length : Adjustable upto 250 mmConnection : ¾” BSP (M),Range : 0 – 100 oC

2

Page 83: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

88 Orifice type flow meterSump Tank:Capacity : 80 literMOC : SS‐304With ½” drain valve of SS.Measuring Tank:Capacity : 50 literMOC : SS‐304 with self graduated glass tube level indicator with suitable coverWith 1” drain valve and piping leading the water to the sump tank.Pump: Type : MonoblockMOC : SS bodyMotor:MOC : CI/Al/SS CastingPower : 0.5 HP, Single PhaseWith protection cover of MSOrifice Meter:Size : Suitable for 1” GI pipelineDia. Ratio : 0.6‐0.64MOC : SS Body(Rust Proof and Nonmagnetic)With suitable pressure tappingsNecessary piping and valves shall be provided to supply water to flow meter.Control Panel shall consist of MCB for the pump. A 750 mm U‐tube manometer filled with mercury (200 mm in each limb). The manometer shall be equipped with wooden scale (500 mm) and shall be mounted on wooden board with metal protective cage and necessary air venting system to drive out the air initially present in it.The total assembly shall be mounted in suitable MS framework painted with good quality paint

3

89 Out side micrometer,0‐25 mm.,L.E.D./L.C.D. display 3

Page 84: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

90 P to I& I to P ConvertersThe trainer will consist of P to I and I to P transducers. The output of I to P transducer will be given as input of P to I transducer. A pressure gauge (of suitable range) will indicate the output of I to P transducer. Two separate analog current meters (0 ‐ 25 mA) will monitor current of both the transducers. A self‐drain type air filter regulator will be provided to supply moisture free air to the trainer at suitable operating pressure required. A variable DC current signal (4 ‐ 20 mA) will be provided to the I to P transducer using an external current source.I to P Transducer :Principal : Force BalancingInput : 4 ‐ 20 mA.Output : 3 ‐ 15 psigAir Supply : 25 psigConnection : ¼" NPT (Pneumatic), ½" NPT P to I Transducer :Principle : Piezo Resistive MeasurementRange : 0 ‐15 psig / 0 ‐ 1.0 kg / cm²Zero and Span Adjustments Process Connection : ¼" BSP (M) threadOutput : 4 ‐ 20 mA, 2 wire operationPower Supply : 0 ‐ 36 V DCCurrent Source :Type : Digital

2

Page 85: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

91 PH IndicatorpH Range : 0 – 14 pHMillivolt Range : 0 ‐ + 1999 mVStandardization Range : + 2 pH approx.Temp. Compensation : 0 to 100 oC (manual) Display : 4 – digit LED with automatic polarity & decimal point; mode annunciation by LED lampsSlope Correction : 80 % to 105 %Repeatability : + 0.01 % pH + 1 digit; + 1 mV + 1 digitResolution : 0.01 pH; 1 mVPolarizing Current : 10 microamperePower : 230 V + 10 % , 50 Hz.Accessories : A pair of electrodes or combined (glass and calomel) with stand and manual

2

92 Pitot tube flow meter The equipment shall comprises Perspex, long smooth walled pipe (100 mm Dia.) connected to the suction of an electrically driven blower (1 H.P.). The blower discharge pipe terminates in a flow control damper for closed conduit work. Boundary layer growth shall be able to determine by the measurement of the velocity profile at different stations along the pipe using a traversing Pitot tube.Pressure measurements shall be done on an inclined cum vertical manometer mounted on the support frame. Pitot tube with static pressure tap and dynamic pressure tap shall be placed in the pipe with a flexibility to travel across the cross section of the tube. The impact and static end of the tube are to be connected to a manometer. Pitot Tube:MOC : Stainless Steel 304 Range : 300 mm Pressure Connection : ¼” BSP (M) End Connection : 1/8” BSP (F) with suitable nozzle for rubber tubingManometer: Type : Inclined cum VerticalScale : Engraved on milky white PVC with black figures.

2

93 Pnematic and electronic recorders(single point and multi poin both circular and strip chart types 694 Pnematic realy calibrator 2

Page 86: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

95 Pneumatic & hydraulic actuatorsTravel : 20 mmType : Diaphragm (Nylon impregnated Neoprene Rubber)/( 75 X 100 mm) Air Pressure : 3‐15 PSIInput air pressure : 20PSI

Transducer : Input : 4‐20 mA. Output : 3‐15 PSIExternal mA source : Size 96 x 96 Display : Digital

2

Page 87: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

96 Pneumatic calibratorType : microprocessor based with 8K memory Pressure range : 0 – 150 psig Display : simultaneous pressure and electrical on a two – line a pneumatic LCD display Resolution : 100000 counts Accuracy : Pressure Accuracy 15 PSI to 3000 PSI ± 0.025% FS 5, 5000 and 10000 PSI ± 0.035% FS DC Measurement Accuracy mA ± 0.015% of rdg ± 0.002mA Volts ± 0.015% of rdg ± 0.002V Temperature(RTD) Accuracy RTD ± 0.015% of rdg ± 0.02 ohms or ± 0.1°C at 0°C for Pt100 Electrical ranges : 24 mA OR 30 VDC Operating temp. range : ‐10 to 50 Deg C, effect on accuracy: None, over operating range Pressure connection : 1 / 8’’ (F) NPT 316 SS Battery : NiCad (four AA cells)>35 hours nominal, rechargeableBattery check : Low battery indication above 60 minutes before the battery voltage get too low. Zero offset : through key pad to eliminate zero offset % error display : Calibrator should have ability to display input versus output as a % error Trip detect : Calibrator should be monitor a significant change of state and will freeze the last pressure measurement on the

2

97 Pneumatic indicating controller(PID) 498 Pneumatic regulator with filter & input & output gauges 4

Page 88: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

99 Pneumatic TrainerThe trainer should be made out of Trolley type easy to mobile to the place of demonstration. It should self–contained to perform various practical and exercises during the training. The trainer should supply with reciprocating type air compressor Unit, pneumatic components with for easy mounting on the trainer and suitable flexible pipe of polyurethane material with push to fit type of connectors for fast and easy to connect with the components. The trainer should supply with 2 sets of comprehensive instruction manuals. Air compressor unit operating pressure should minimum 4 bar. All pneumatic components should mounted on aluminum profile plate having size of 900*540 mm approx.. All pneumatic components should have push type base plate for easy to mount & remove on profile plate. Whole assembly should mount on M.S. table type stand with small compartment for putting of all pneumatic components. 1. Compressor:Reciprocating type, max, pressure 7 bar driven by electric motor by suitable V belt. Suitable suction filter will be provided at the Inlet manifold.

4

100 Pottentio meter thermo couple test set 2101 Precission air filter regulator with input & output gaugesFluid Application : Air

Size : ¼ “ Input Pressure : 0 – 10 Kg/Cm2Output Pressure : 0 ‐7 Kg/Cm2Filter : 25 micronInput Pressure Gauge : 0‐10 Kg/Cm2 bourdon tube type Output Pressure Gauge : 0 ‐7 Kg/cm2 bourdon tube type

2

102 Pressure regulators with filter and input&output gauges 2103 Pressure switches of various ranges 8104 Pressure Transducers trainning kits(a)Potentiometer,(b)Capacitive,©Reluctive,(d)Strain gauge ,(e)LVDT,(f)Lad cell,(g)Piezoelectric

type ,(h)Servo type2

105 Prismatic compass 3

Page 89: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

106 Pump for flow ,sustion 1.5m& discharge 3mType :Centrifugal PumpNo. of Stages :OnePower :Connected to 1.0 H.P Motor Size :25 mmMax. Head :8 meterMax. Flow :100 LPMMaterial of Construction for Pump:Pump Casing :Close Grained Cast ironImpellers :Cast iron Shaft : Carbon Steel

2

107 Radius gauge leaf type 1 to 15mm 1108 Real PID controller‐training kitThe setup should consist of a insulated heating tank (5 liter, SS 304 , insulated) heated with the help of

thyristorized heater (1.0 kW capacity) and the flow rate of the water can be measured with the help of a Rotameter (10‐100 LPH capacity). Temperature of the heated water is to be sensed by temperature sensor (RTD PT‐100 type) Sensed temperature is transmitted to the PID temperature controller. The heating tank should also consists of stirrer with gear motor with variable speed.Pump: Type : MonoblockMOC : SS body

2

109 Reciprocating piston type flow meter 8110 Resistance bulb wheatstone bridge typeResistance Bulb Thermometer : Pt – 100

Accuracy : Class AInsulation : Mineral insulatedTerminal Block : 4 wire termination in ceramic terminal block provided in cast Aluminium BlockLength : 200 mm

4

111 Ring balanced flow meter 2112 Ring balanced type manometer 4113 Ring gauge. 2

Page 90: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

114 RotameterRange : 3 ‐ 30 LPM Wetted Parts : SS 304 Float: SS 304Flange: SS 304Metering tube: Borosilicaye tapered glass tubeGland Packing: TeflonScale: PVC engraved on scaleCasing: MS Powder coated with front & back covered with transperant acrylic/ glassEnd connection: 1” Inlet: BottomOutlet: TopValve: Integral Type

2

115 Rotational/Velocity Instruments 2116 Screw pitch gauge B.A & metric each 2117 Sector‐pinion mechanism. 3118 Sight Glass Level IndicatorHousing: Metal Cover for glass protection

Gauge Glass: Heavy Walled Borosilicate 10 mmSize: 0 – 400 mmScale: marked linearly for level values in mmIsolating Valve, Drain Valve ½” Size, SS 304

4

119 Simple tank type quantity meter 4120 Sine bar 125mm plate 2121 Sling Psychrometer Hygrometer 4122 Speedometers(at last four different popular make )with adoptersof various sizes. 8123 Spirit leval metal 100mm 4124 Sttem and dial type bimetallic thermometer (various ranges) 6125 Sychron scope 2

Page 91: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

126 Tapered tube flow meterSump Tank:Capacity : 80 literMOC : SS‐304With ½” drain valve of SS.Measuring Tank:Capacity : 50 literMOC : SS‐304 with self graduated glass tube level indicator with suitable Cover.With 1” drain valve and piping leading the water to the sump tank.Pump: Type : MonoblockMOC : SS bodyMotor: MOC : CI/Al/SS Casting Power : 0.5 HP, Single PhaseWith protection cover of MSRotameter: Range : 3 – 30 LPMWetted Parts : SS 304Float : SS 304Flange : SS 304Metering tube : Borosilicaye tapered glass tubeGland Packing : TeflonScale : PVC engraved on scaleCasing : MS Powder coated with front & back covered with transparent acrylic/ glass End connection : 1” Inlet : BottomOutlet : TopControl Panel should consist of MCB for the pump. h l bl h ld b d bl f k d h d l

1

127 Telescope (astronomical) 2128 Telescope (gallellian) 2129 Temperature Transmitter Card 8

Page 92: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

130 Temperature transmitter eiectronicPT100 IS THE COMMON ABBREVIATION FOR THE MOST COMMON TYPE OF RESISTANCE TEMPERATURE SENSOR USED IN INDUSTRY. IT HAS A SPECIFIED RESISTANCE OF 100.00 OHMS AT 0°C AND IS MADE OF PLATINUM WHICH HAS AN ACCURATELY DEFINED.TECHNICAL SPECIFICATION:Type : RTD PT 100Range : 0‐200°C withSteam diameter : 8 mmLength : 200 mm with head mounted transmitter.I/P : RTDTransmitter o/p : 4‐20 mA, panel mounted

4

Page 93: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

131 Temperature transmitter, pneumatic(input RTD, Tcor bulb)The setup should consist of insulated jacketed tank (5 liter, SS 304) heated with the help of steam and the flow rate of the water can be measured with the help of a Rota meter. The temperature of the heated water should be sensed by temperature bulb and steam should be controlled using pneumatic control valve to maintain the temperature in the tank. The pneumatic temperature controller should act to vary the flow of steam for controlling purpose. The heating tank should also consists of stirrer and motor for uniform distribution of temperature in the tank.Pneumatic PID Controller: Range : 0 1000COutput : 0.2 1.0 Kg/cm2Type of thermal systems : Mercury FilledAmbient temperature compensation: RequiredMax. Air Supply : 30 psiAction : Direct / Reverse (Field Selectable)Process Connection : 3/4” NPTThermo well : RequiredAir Connection : 1/4” NPTControl Valve:Service : SteamNominal Size : 15 mmStem Diameter : 10 mmPacking : PTFEActuator:

4

132 Thermocouple type pyrometer with milivolt potentiometer for testing pyrometerIt should consists of portable potentiometer for calibrating thermocouple type Pyrometer with in‐built battery (dry cell) and galvanometer with resolution of 10 μV. A mercury filled glass thermometer for measuring room temperature for reference junction compensation to be supplied with the unit. It should also consists of Programmable Digital Indicator (Pyrometer), having Front Size 96 * 96 mm with + 0.5 % Accuracy. It should have facility to select mV range & thermocouple type (J, K, E & N) ranges, oC/ oF Unit, with in – built automatic reference junction compensation (for thermocouple inputs). The unit should supplied with instruction manual for Portable Potentiometer, Digital Indicator and calibration of thermocouple Pyrometer with different thermocouples inputs using mV source of portable Potentiometer.

2

Page 94: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

133 Thermocouple type pyrometer with milivoltmeter (with different typrs of thermocouples, thermowells with compensating cables)It should consist of a 5‐liter SS water bath with 1 kw Heater and full three term Digital PID Controller to control the temperature of the bath with necessary thyrister drive. A 1/10 HP gear motor with agitator also mounted on the same unit for the stirring of the water inside bath for uniform temperature distribution. Different thermocouple type J, K, E & N with its construction drawing, mV Vs Temperature Table and its calibration procedure are also included in scope of supply. It should also consists of Programmable Digital Indicator (Pyrometer), having Front Size 96 * 96 mm with + 0.5 % Accuracy. It should have facility to select mV range & thermocouple type (J, K, E & N) ranges, oC/ oF Unit, with in – built automatic reference junction compensation (for thermocouple inputs). The unit should supplied with instruction manual for Digital Indicator and calibration of different types of thermocouples using Digital Indicator (Pyrometer)

2

Page 95: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

134 Trainer on C.R.O.Bandwidth : DC‐10 MHz (‐3dB)Risetime : 35 ns (approx.)Deflection coefficients : 12 calibrated steps 5mV/div‐20V/div(1‐2‐5 sequence) Accuracy : ± 3%Input Impedance : 1 M || 25 pF (approx.)Input coupling : DC‐AC‐GNDInput voltage : Max. 500 V (DC + Peak AC)TimebaseTime coefficients : 18 calibrated steps, 0.5 s/div ‐ 0.2s/div (1‐2‐5sequence) with variable control to 0.2 s/divAccuracy : ± 3% (in cal position)Trigger SystemModes : Automatic or variable trigger levelSlope : Positive or NegativeCoupling : AC, lineTrigger Bandwidth : 2 Hz ‐ 30 MHzTrigger Sensitivity : int. 5 mm.Horizontal Deflection (X)Bandwidth : 1 Hz to 1 MHz (‐3 dB)Deflection Sensitivity : Approx. 0.6 V/div.Input Impedance : 1 M || 25 pFComponent TesterTest Voltage : Max 8.6 V rms (Open)Test Current : Max 28 mA rmsTest Frequency : (Shorted) 50 Hz.Test Connections : 2 banana jacks 4mm. One test lead is grounded (Safety Earth)General InformationCathode Ray Tube : 70 mm medium short persistence

4

Page 96: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

135 Trainers on basic digital electronices , i.e. logice gates , boolean expression , adder, substractor, flip‐flop, counter , register , coverter etc.The Digital IC Trainer is intended for elementary as well as advance training of digital electronics. The trainer should cover regular digital circuits by solder less inter connections through use of 2 mm brass terminations & patch cords. Various clock generators, logic level input / output indicators & DC regulated power supply should be in built. The unit should be housed in a powder coated metal enclosure with provision for safe keeping of mains cord, patch cords and top lid for protection during storage. Also CAT software with animations should be provided. The software should cover digital electronic concepts from gates to design issues and should be able to be used as a reference and should contain designs of common electronic circuits and K maps. It should have over 350 animations with an in built dictionary of over 250 words and also have down loading and printing options with voice / sound overlay. The software should cover :1. Basic concepts of digital electronics.

4

136 Trainers on linear ckt i.e. operational amplifiersThe OP‐AMP Trainer should be a modular, comprehensive and self‐contained system suitable for students to perform experiments on operational amplifier. All necessary equipments for electronic circuit experiments such as power supply, function generator, analog and digital meters should be provided on the main unit. All the necessary components / circuits required for the experiments should be provided on the panels of various modules. The trainer should cover all the circuits by solder less interconnections though use of 2mm brass terminations and patch cords. All experiments provided should include theory, aim apparatus required, procedure, observation table, formulas and graph. 8 bit DIP switch should be provided for fault insertion in the experiments module. The trainer should be housed in an elegant powder coated metal cabinet. The complete trainer modules should be able to actually perform the following experiments on :* Study and verify the Transistor Differential Amplification Circuit, Characteristics of Operational Amplifiers such as Input Impedance Measurement, Output Impedance Measurement, Bandwidth Measurement, Slew Rate Measurement, Offset Voltage Measurement (

4

Page 97: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

137 Trainers on microphone The microphone trainer should be completely self ‐ contained stand ‐ alone unit. It should be designed for educational & experimenting purpose. It should demonstrate the principle & working of various microphones, including Cordless Microphone and should have self monitoring & recording facility. The facility should consist of A to D conversion, LCD display, keyboard, printer port, PC serial interfacing, storage of data and polar plot drawing facility. 4 mm brass terminals of 20 mm length as test points & connectors is provided at various stages in the circuit to observe and record the waveforms and voltages. It should be housed in an elegant metal cabinet with a well spread intelligently designed layout on the front panel. An exhaustive and skill oriented comprehensive instructing manual complete with theory and operating details should be provided. Complete set up to plot the polar diagram of the various microphone should be provided.The complete system should consist of :1. Three different Microphones including cordless mic. 2. One loudspeaker.

3

138 Trainers on oscillators & multi vibrators & generators , integatros , trigors & other wave shping ckts .The Oscillators & generators Trainer should be a modular, comprehensive and self‐contained system suitable for students to perform experiments on various discrete devices such as BJT, DIAC, FET, UJT, MOSFET, SCR, TRIAC etc.. All necessary equipments for electronic circuit experiments such as power supply, function generator, analog and digital meters should be provided on the main unit. All the necessary components / circuits required for the experiments should be provided on the panels of various modules. The trainer should cover all the circuits by solderless interconnections though use of 2mm brass terminations and patch cords. All experiments provided should include theory, aim apparatus required, procedure, observation table, formulas and graph. 8 bit DIP switch should be provided for fault insertion in the experiments module. The trainer should be housed in an elegant powder coated metal cabinet.An analog software featuring Interactive laboratories, Complete Circuit simulation based on SPICE 3F4, Full audio commentary, Supervisors' notes and worksheets included, links to Electronics Workbench circuits included, works with both ANSI and DIN symbol sThe complete trainer modules should be able to actually perform the following experiments on :

6

Page 98: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

139 Trainers on transistor amplifier ckt at least one each for all types of amplifiers.The Transistorised Amplifier Trainer should be a modular, comprehensive and self‐contained system suitable for students to perform experiments on amplifiers using transistors. All necessary equipments for electronic circuit experiments such as power supply function generator, analog and digital meters should be provided on the main unit. All the necessary components / circuits required for the experiments should be provided on the panels of various modules. The trainer should cover all the circuits by solder less interconnection though use of 2mm brass terminations and patch cords. All experiments provided should include theory, aim apparatus required, procedure, observation table, formulas and graph. 8 bit DIP switch should be provided for fault insertion in the experiments module. The trainer should be housed in an elegant powder coated metal cabinet. An analog software featuring Interactive laboratories, Complete Circuit simulation based on SPICE 3F4, Full audio commentary, Supervisors' notes and worksheets included, links to Electronics Workbench circuits included, works with both ANSI and DIN symbol s

6

140 Trainers on transistor of all types The Trainer on Transistor should be modular system. The module should be housed in a powder coated metal cabinet / enclosure with provision for safe keeping of mains cord, patch cords and top lid for protection during storage. A well spread circuit / block layout should be provided on the front panel of size 200 mm x 250 mm of module. All the necessary component / circuits required for the experiments should be provided on the panels of module. The trainer should cover all the circuits by solderless inter connections through use of 2 mm brass terminations & patch cords. Various necessary AC, DC regulated power supplies are in built. Each module works on 230 V AC mains.A simulation software featuring Interactive laboratories should be provided. Complete Circuit simulation based on SPICE 3F4 should be provided that allows students to experimentand simulate over 50 pre designed circuits. Full audio commentary should be provided. Links to Electronics Workbench circuits should be provided. It should work with both ANSI and DIN symbol systems. The software should work on Win 98/ME/2K/NT/XP with only HTML Browser required.(Internet Explorer 5.0 or later recommended). The

3

141 Training Kit on how microprocessors function 2142 Training kits for thermal transducers 2143 Training kits or trainers as available on microprossers applicable to process control and Instrumentation 2144 Transistor curve tracer 2145 Transistor testor 1146 Tube bender 1147 Tube cutter 1

Page 99: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

148 U TUBE Manometers Casing : MS Casing from three side and Aluminum cover with transparent Acrylic Front.Metering Tube : Special Uniform bore thick walled Borosilicate Glass TubeFinishing : Body Painted with Industrial Grade Paint/ Powder CoatedPacking : Teflon/ NeopreneScale : Plastic or of SS with marking.End Connection : ¼” BSP/ NPT (F) or Nozzle TypeMounting : wall mountingArrangement : Zero Adjustment Knob for Scale Accuracy : + 0.5 % Range : 250‐0‐250 mmFluid : Mercury – filled equally in each limbAccessories : Liquid Filling Funnel, 1 meter long Rubber tubing

3

149 Universal scribing block 250mm pillar 2150 Vaccum gauge ,100mm,dial bourdon tube type 4151 Vacuum tester with pump 2152 Valve positioners,booster relays,gland packings etc 2153 Vapour pressure thermometerType : Rigid Stem and Distance (Capillary)

Dial Size : 150 mmAccuracy : + 3 % of range span between30 –100% Bulb Steam & Connection: Stainless Steel 304/316.Case & Bezel : Cast Aluminium stove enamelled black weather proof case/ SSBulb Dia. : 12 mmStem Dia. : 8 mmImmersion Length : Adjustable upto 250mmConnection : ½” BSP (M)Range : 0 – 100Deg. CCapillary : Copper/SS 304/ PVC Capillary.

3

Page 100: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

154 Various types of thermocouples with lead wiresType : Rigid Stem & Distance (Capillary)Dial Size : 150 mmAccuracy : + 2% of range spanAmbient Compensation : with Bi‐metalBulb Stem & Connection : SS 316Bourdon Material : SS 316Case & Bezel : Cast Aluminium stove enamelled black/ SS Bulb Dia. : 16 mmStem Dia. : 9 mmCapillary : Copper / SS 304 / PVC Capillary Immersion Length : Adjustable upto 250 mmConnection : ¾” BSP (M),Range : 0 – 100 oC

14

Page 101: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

155 Ventury tube flow meterSump Tank: Capacity: 80 liter MOC: SS‐304 With ½” drain valve of SS.Measuring Tank: Capacity: 50 literMOC: SS‐304 with self graduated glass tube level indicator with suitable coverWith 1” drain valve and piping leading the water to the sump tank.Pump: Type : MonoblockMOC : SS bodyMotor:MOC : CI/Al/SS Casting Power : 0.5 HP, Single PhaseWith protection cover of MSVenturimeter: Size: Suitable for 1” GI pipeline Dia. Ratio: 0.6‐0.64 MOC: Brass With suitable Pressure tappingsNecessary piping and valves should be provided to supply water to flow meter.Control Panel should consist of MCB for the pump. A 750 mm U‐tube manometer filled with mercury (200 mm in each limb). The manometer should be equipped with wooden scale (500 mm) and should be mounted on wooden board with metal protective cage and necessary air venting system to drive out the air initially present in it.The total assembly should be mounted in suitable MS framework painted with good quality paint

1

Page 102: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

156 Vibrating reed freq. meterVibrating Reed Frequency Meter 96 mm square flush mounting type or 144 mm square flush mounting type.Operating voltage 240 volts or 415 voltsRange 45 – 50 – 55 Hz13 reedsMode of indicator should by vibration reeds

4

157 Vibrometer sensing elements. 6158 Volt meter dynamo meter type ac/dc Portable electro‐dynamometer type voltmeter for measuring AC as well as DC voltages

laboratory typed for horizontal use, housed in laminated wooden cabinet size 235 * 200 * 180 mm with detachable lid black bakelite panel fitted with anti – parallax mirror scale knife edge pointer, rubber footings, locking arrangement and carrying handle.The movement should be strongly constructed spring loaded sapphire jewel bearings which protect the bearing system from shock and reduce friction to a minimum. Hardened and precisely ground pivots and chemically treated sturdy coiled phosphor bronze springs should be used. A very efficient system of damping should be employed.Zero adjuster is to be accessible from the front.Scale length 150 mm, class of accuracy +1% of FSD. All the terminals are to be insulated and brought out for easy connection.Ranges: 0 – 500 V AC, DC

6

159 Volt meter induction type 6

Page 103: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

160 Voltage controlled oscillator trainerThe Voltage Controlled Oscillator trainer should demonstrate the principle of working of a VCO using Transistor, opamp and dedicated IC. It should be able to provide a comparative study of voltage controlled oscillator parameters like input dc voltage range, output frequency range, for the above mentioned different circuits. A digital LCD display should be provided to measure the both the input DC voltage and VCO output frequency. The required dc input should be provided. The trainer covers all the circuits by solder less inter connections through use of 2 mm brass terminations & patch cords. The module should be housed in a powder coated metal cabinet / enclosure with provision for safe keeping of mains cord, patch cords and top lid for protection during storage. A well spread circuit / block layout should be provided on the front panel of size 200 mm x 250 mm of module. The module should be able to actually perform the following experiments on :* Study of Voltage controlled oscillator using transistor circuit and plot the graph of input DC voltage v/s output frequency.* Study of Voltage controlled oscillator using opamp circuit and plot the graph of input DC voltage v/s output frequency.

2

161 Watt meter ,dynamometer type It should work on the principle of electro ‐ dynamometer type for wattmeters.Portable dynamometer single phase, single element wattmeter housed in laminated wooden cabinet size 235 * 200 * 180 mm with detachable lid black bakelite panel fitted with anti – parallax mirror scale knife edge pointer, rubber footings, locking arrangement and carrying handle.The movement should be strongly constructed spring loaded sapphire jewel bearings which protect the bearing system from shock and reduce friction to a minimum. Hardened and precisely ground pivots and chemically treated sturdy coiled phosphor bronze springs should be used. A very efficient system of damping should be employed.Zero adjuster is to be accessible from the front.Scale length 150 mm, class of accuracy +1% of FSD. All the terminals are to be insulated and brought out for easy connection.Range: 10 Amp & 250 V

6

162 Well type manometerRange : 0‐500 mmFluid : MercuryEnd Connection :Grooved for easy attachmentSingle glass tube should be housed in a MS powder coated cabinet with draining, charging and zero adjustment facility. One side of the cabinet should be Perspex and scale should be provided in side the cabinet.

4

163 Wet & DRY BULB THERMOMETER Hygromerer 4

Page 104: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the ItemInstrument

Mech

164 Wheatstone's bridge trainerThe Wheat Stone’s Bridge Trainer should be able to measure the unknown resistance using both AC as well as DC Excitation source. The Wheat Stone’s Bridge Trainer should be modularly designed and should be a self ‐ contained system. The trainer should have builtin AC and DC Excitation sources. The required detector should also be builtin. All the terminations should be provided on 4 mm sturdy brass terminals, fitted on front panel with powder coated metal enclosure for longer life.Technical SpecificationsPrinciple of Bridge : Wheat stone’s BridgeEcication Signal : 1. DC ‐ +5V 2. AC – 1KHz Sine waveDetector : 1. DC – 31/2 Digit Digital Ammeter 2. AC amplifier and headphone Arms of the bridge : 1.Two arms with Ten turns variable pots with dials for direct reading.2. One arm with fixed resistances in decades from 1E to 1M.Experiments : 1. Measurement of unknown resistances using DC excitation.2. Measurement of unknown resistances using AC excitation.Accessories : 1. Jumper links 2. Headphone

2

165 Wire type strain gauge.(bonded &unbonded). 8

TOTAL = 592

Page 105: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

AOCP

LACP Total

Qnty.

1 Apparatus for distilling or deminearlising water 1 12 Asbestos wire gauge 30 303 Bar type torque wrench max, reading 100 ft. lbs. 1 14 Beakers 100 ml 48 485 Beakers 1000 ml 12 126 Beakers 2000 ml 3 37 Beakers 250 ml 48 488 Beakers 600 ml 24 249 Beakers400 ml 48 48

10 Boiling flasks with round bottom 100 ml 24 2411 Boiling flasks with round bottom 250 ml 24 2412 Boiling flasks with round bottom 500 ml each destilling flasks 50 ml, 100ml, 250 ml. 12 1213 Boiling flasks with round bottom 500 ml each destilling flasks 50 ml, 100ml, 250 ml.wirtz and others 24 2414 Bottles for solids 100 ml 36 3615 Bottles for solids 50 ml 6 616 Bottles for solutions 100 ml. 200 20017 Bottles solutions 1000 ml. 24 2418 bottles solutions 2000 ml. 24 2419 Bottles solutions 250 ml. 72 7220 Bottles solutions 3000 ml. 12 1221 Bottles solutions 5000 ml. 6 622 Bottles solutions 5000 ml. 6 623 Bottles with droppers for indicator solutions and semi‐micro qualitative annlysis 30 ml. 72 7224 Bottles with droppers for indicator solutions and semi‐micro qualitative annlysis 50 ml. 72 7225 Burretes 100 ml 6 626 Burretes 25 ml 24 2427 Burretes automatic 25 ml 10 10

LIST OF SPECIAL ACESSORIES FOR EXISTING & NEW TRADESITI, Rourkela (Package No.12)

Page 106: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

AOCP

LACP Total

Qnty.

28 Burretes Micro 2 ml 15 1529 Burretes Micro 5 ml 15 1530 Burretes50 ml 12 1231 Cast iron came back straight edges 3 ft. and 5 ft. 1 132 Co2 determination apparatus (Schrotter) 6 633 Cold set rotted 2 234 Condensore speral type 20 cm long 6 635 Condensors bolb types 30 cm long 6 636 Condensors liebing 30 mm long 24 2437 Condensors liebing 50 cm long 12 1238 Connecting tubes for kjeldahl distillation 24 2439 Core hardness tester 1 140 Cork rings 1.25" 24 24

41 Crucible nickel Ø 30 mm , height 40 mm, rables brushes liquid soap, acid cleaning mixture for glassware, glass wool etc. 6 6

42 Crucibles porcelain Ø cm, height 4 cm, indigenous 60 6043 Crucibles quarts Ø cm height 4 cm indigenous 24 2444 Dishes evaporating Ø 10 cm flate bottom 24 2445 Dishes evaporating Ø 15 cm 12 1246 Dishes evaporating Ø 20 cm 6 647 Dishes evaporating Ø 5 cm Porcelain, glass 12 1248 Dishes evaporating Ø 7.5 cm 24 2449 Distillation columns 20‐30 cm long 12 1250 Drying tubes with one bulb 12 1251 Each Pippetes automatic 1,2,5,10 ml 3 352 Edge Smoother 1 153 Equal angle cutter 45 deg.. 60deg., 90deg. 2 254 Erlenmeyer flasks 500 ml. 24 2455 Erlenmeyer flasks 250 ml. 48 4856 Filtering 0,1,2,3 glass 6 6

Page 107: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

AOCP

LACP Total

Qnty.

57 Filtering flasks 1000 ml. 24 2458 Filtering flasks 250 ml. 24 2459 Filtering flasks 500 ml. 24 2460 Flask for distilled water 500 ml 30 3061 Flasks khe Jel dahal 250 ml. 48 4862 Flasks soxleth with condensors 12 1263 Flat rammer 75 mm x 25 mm hight 1 164 Funnels Buchher different sizes Ø 10‐25 cm 6 665 Funnels Ø 4 cm 24 2466 Funnels Ø 9 cm 24 2467 Funnels for filter crucible and Gooch crucibles with rubber rings 24 2468 Funnels Hirsch 6 669 Funnels Separatory 100 ml 12 1270 Funnels Separatory 250 ml 12 1271 Funnels Separatory 50 ml 12 1272 Funnels Separatory 500 ml 6 673 Funnels with reguler and long stem Ø 7 cm 24 2474 Gas generator (Kipp) 500 ml. 5 575 Gas siampling tubes 12 1276 Gas Washing bottles (Dreshsler) 24 2477 Glass tubes and rods of different diameter 100 10078 Gloves pairs (for welders) 4 479 Goggles pairs welders 4"/10 cm 4 480 Gooch porcelain or glass 48 4881 Measuring cylinders 100 ml 24 2482 Measuring cylinders 1000 ml 16 1683 Measuring cylinders 250 ml 24 2484 Measuring cylinders 50 ml 24 2485 Measuring cylinders 500 ml 12 1286 Mixer‐settler type extractor 1 1

Page 108: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

AOCP

LACP Total

Qnty.

87 Mould Green Hardness Tester‐dial type‐Risdale diels st. 1 188 Multi Mate 2 289 Paiers nessler tubes 24 2490 Pippetes 10 ml 48 4891 Pippetes 11 ml 12 1292 Pippetes 25 ml 48 4893 Pippetes measuring 0‐1 ml. 6 694 Pippetes measuring 0‐10 ml. 10 1095 Pippetes measuring 0‐5 ml. 6 696 Pippetes Micro 0‐0.2 ml 6 697 Prick punch 6"/15 cm 34 3498 Prick punch 6"/15 cm 2 299 Rubber tubes for water, gas and vacuum, stoppers, rubber each glass, plastic and cork of different sizes 20 20

100 Rings with clamps for filtering and heating 48 48101 Test tube (160 mm to 15 mm) 500 500102 Test tube 10mm 400 400103 Test tube holders 24 24104 Test tubes support for 10‐12 test tubes 24 24105 Thermometers 0‐100C 24 24106 Thermometers 0‐250C 12 12107 Thermometers 0‐300C 12 12108 Thermometers for drying oven 3 3109 Trainees Kit Caliper outside spring 6"/15 cm 34 34110 Triangles clay 48 48111 Tripods 40 40112 Tubes for centri fuge 500 500113 Tubes for gerber centrifuge 44 44114 Vacumm 1000 ml. 6 6115 Vacuum 250 ml. 12 12116 Vacuum 500 ml. 12 12

Page 109: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

AOCP

LACP Total

Qnty.

117 Vacuum pippetes 4 4118 Ventiles for volumetric analysis 24 24119 Volumetric flask 100 ml 24 24120 Volumetric flask 1000 ml 12 12121 Volumetric flask 250 ml 24 24122 Volumetric flask 500 ml 24 24123 Watch glasses Ø 5 cm 24 24124 Watch glasses Ø 7.5 cm 48 48125 Watch glasses Ø10cm 48 48126 Watch glasses Ø15cm 24 24127 Water pumps of vacuum 6 6128 Weighing bottles polythylene or glass 100 ml. 12 12129 Weighing bottles polythylene or glass 50 ml. 24 24

TOTAL= 90 4074 4164

Page 110: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Elec

tric

ain

Inst

rum

ent

Mec

h.

MM

V

ELEC

TRIC

IAN

Foun

drym

an

1 Contactor 3 phase, 440 volt, 16 amp. 2 NO & 2NC auxiliary contacts. 5 5

2 Contactor 3 phase, 440V, 16amp, 2 NO & 2NC auxiliary contacts. 8 8

3 Copper bit soldering iron 0.25 kg. 16 16

4 Cut out, reverse current, over load voltage relays 24 volts 5 amp 4 4

5 D.C starters 3‐point 4 4

6 D.C starters 4‐point 4 4

7 Gimlet 6mm 34 34

8 Frequency meter 37‐53 Hz 1 1

9 Flux meter 4 1 4

10 Hygrometer 10 1 2 11

11 Iron, soldering 25W,65W& 125 W 9 9

12 Knife switch DPDT fitted with fuse terminals 16 amp 48 48

13 Knife double bladed electrician 34 34

14 Knife switch TPDT fitted with fuse terminals 16amp 48 48

15 Load Bank‐5KW(Lamp/heater type) 7 7

16 M.C.B 16amp 2 2

17 Melting pot 3 3

18 Potential Transformer 230‐650 volts 8 8

19 Rasp, half round 200 mm bastard 13 13

LIST OF ELECTRICAL EQUIPMENTS FOR EXISTING & NEW TRADESITI, Cuttack & Rourkela (Package No.13)

Sl. No.

Name of the ItemTotal Qnty.

ITI, ROURKELAITI, CUTTACK

Page 111: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Elec

tric

ain

Inst

rum

ent

Mec

h.

MM

V

ELEC

TRIC

IAN

Foun

drym

anSl. No.

Name of the ItemTotal Qnty.

ITI, ROURKELAITI, CUTTACK

20 Relays‐Over current, under voltage etc. 3 volt, 100amp. 8 8

21 Stepper motor with digital controller 2 2

22Transformer single phase, 1 KVA, 230/115‐50‐24‐12 volts, 50 cycles core type, air cooled withtapings for scd Connection.

6 6

23 Transformer three phase, 5 KVA, 440/230 volts, 50 cycles delta and star, shell type oil cooled .. 4 4

24 Variable auto transformer 0‐250 V, 8 amps 3 3

25 Wheat stone bride complete with galvanometer and battery 3 3

26 Watt hour meter induction type 1 ph. 5 5

TOTAL= 220 5 1 68 3 294

Page 112: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

MM

V

Dies

el

Mec

h Total Qnty.

1 Carburator repair tool kit 1 12 Carburetor ( Two different types) 2 23 Cell tester ( high rate discharge tester) 1 14 Centre Punch 10mm Diax100 16 165 Circlip plier(Ext. and Int)150mm.And 200(Two each) 8 86 Coil spring compressor for suspension spring unit(easy type) 1 17 Continuity meter AC & DC 1 18 Diesel Engine(running condition) stationary type 4 49 Fule injection pump(diesel)rotary 1 1

10 Grease gun 4 411 Hand File 29 blades(Metric) 16 1612 Hydrolic press 5 ton 1 113 Impact screw driver 1 114 Injector testing set ( Hand operated) 1 115 Lifter, valve spring 1 116 Petrol nozzle 2 217 Puller set steering wheel universal 1 118 Smoke tester 1 119 spark plug cleaning and testing equipment 1 120 Steering assembly‐Power steering 1 121 Tester Sparking plug(Nion) type) 1 122 Timing Lighter 1 1

23Trally type portable air compressor 1 single cylinder with 45 ltr. Capacity air tank, all accessories and with working pressor 6.5 kg/sq .cm

2 2

24 Turbo Charger or super charger 2 225 Valve seat cutting tools complete with guides & pilot bar ( all angles) in a box 1 126 Valve spring compressor suitable for LMV 1 127 Water pump and oil pump suitable for LMV 1 1

TOTAL 56 18 74

LIST OF EQUIPMENTS (MMV & DIESEL MECH) FOR UPGRADATION OF EXISTING TRADESITI, Rourkela (Package No.14)

Page 113: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item Ref & AC

1 Fin staraightener/Fin comb 4

2 Flaring tool set,single for tube 4.7 to 16mm OD 4

3 Gas leak detector for halogen gas 2

4 Portable Air-LPG brazing kit with 2 kg.LPG cylinder,torches,hoses,standard make a)With straight flame b)with cyclone/swirl jet flame 1

5 Reverse cycle AC/HEAT pump 3000 kcal/hr .or 4500 kcal/hr. 1

6 Shell and tube,DX chillers (small) 1

7 Socket set,reversible ratchet ,12.7 mm square drive with extension,3/16'' to 1 1/4'' BSW &SR 2

8 Swaging tool,screw type,with adapter set of size for tube 4.7 to 16 mm OD 2

TOTAL = 17

LIST OF EQUIPMENTS (REF & AC) FOR UPGRADATION OF EXISTING TRADESITI, Cuttack (Package No.15)

Page 114: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Elec

tric

ian

Fitt

er

Turn

er

D/M

Civ

il

Dies

el M

ech

Inst

rum

ent M

ech

Elec

tron

ics M

ech.

MM

V

Elec

tric

ian

AOCP

LACP

1 Analog multimeter(AVO)Voltage, AC‐Voltage 10‐1000V DC‐Voltage 2.5 V to 1000 V, Registance‐10 Ohm to 20 Mega Ohm, DC Current 2.5 mA to 10 A & having continuty test, meter senstivity morethan 20 Kohms/ Volts

5 1 6

2 Battery charger with variable output 1KW 6V×4 Battery12v‐×2 Battery Input Volt‐230A.C., 50 Cycle Output volt‐24 D.C.Rotary switch to selectvolt & Amp. Input & output Fuse, pilot light, Ampere Meter, Main Switch, +‐ Nob,Diode circuit Dimension 23 cm × w 28cm × D 23.5cm (approx) Weight: 6.800 kg(approx) Manual will be provided.

2 1 3

3 Blue Ray DVD, CCD, DVD & BD CompatableAspect ratio: 16:9, 4:3•Picture enhancement: Progressive scan, Video upscaling, High Def (720p, 1080i, 1080p) •D/A converter: 12 bit/150 MHzPlayback Media: BD Video, BD‐ROM, BD‐R/RE 2.0, DVD, DVD‐Video, DVD+R/+RW, DVD‐R/‐RW, DivX, Video CD, CD, CD‐R/CD‐RW, USB flash drive•Compression formats: H.264, VC‐1, MPEG2, DivX Ultra, AVCHD, WMV, XviD•Disc Playback Modes: Standard Play, Pause, Search forward/reverse, Slow Forward, Resume Playback from Stop, Skip, Disc Menu, Repeat, A‐B Repeat, Zoom, Angle•Video Enhancement: Deep Color, x.v. Colour, Video Upscaling, Progressive Scan•BD Region Code: B•DVD Region.: 2

2 2

4 Calculator(Made in Japan) 156.0 x 156.0 x 31.3mm/165.0g 4 45 Cassette Taperecorder 8mm 1 16 Cellular telephone set (GSM, CDMA) 1 1

LIST OF ELECTRONIC EQUIPMENTS FOR UPGRADATION OF EXISTING TRADESITI, Cuttack & Rourkela (Package No.16)

Sl. No.

Name of the ItemTotal Qnty.

ITI, CUTTACKITI,

ROURKELA

Page 115: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Elec

tric

ian

Fitt

er

Turn

er

D/M

Civ

il

Dies

el M

ech

Inst

rum

ent M

ech

Elec

tron

ics M

ech.

MM

V

Elec

tric

ian

AOCP

LACP

Sl. No.

Name of the ItemTotal Qnty.

ITI, CUTTACKITI,

ROURKELA

7 Colour TV receiver 24" LCDBuilt‐in Devices: Stereo Speakers, USB Hub, TV tunerDimensions (WxDxH): 58.2 cm x 19.7 cm x 44.8 cm ‐ with stand Weight: 5.8 kg Diagonal Size: 24" ‐ widescreenMax Resolution: 1920 x 1080 Video Format: 1080p (FullHD) Display Positions Adjustments: TiltColour Support: 16.7 million coloursResponse Time: 5 msImage Brightness: 300 cd/m2Image Contrast Ratio: 1000:1 / 70000:1 (dynamic)Digital Video Standard: Digital Visual Interface (DVI), High‐Definition Multimedia Interface (HDMI) Audio Output: Speaker(s) ‐ stereo Signal Input: 2xHDMI, VGA Digital TV Tuner: DVB‐C, DVB‐T

2 2

8 Cord less tele phone set 2.4 GHz Digital with caller ID, Speaker Phone, Intercom & autoredial

1 1

9 Crimping Tool(RJ 11 & RJ45) 6 610 Depth Gauge Micrometer 0 to 150mm reading 0.01mm 6 611 Depth micrometer 0‐100 mm 0.01 mm 1 112 Desoldering gun 230 volt 35‐65 watt 16 2 1813 Digital Multi meter(3‐1/2 digits)DCV Range: 200mV/2V/20V/200V/1000V,ACV Range:

750V/1000vDCA Range: 200µA/2mA/200mA/20A,ACVA: 200mA/20AResistance: 20V Ω/2KΩ/20K/200K/2m/200mCapacitance: 2F/2µF/200µF,Buzzer Mode,diodemode,direct transistor testing:Frequency 20KHz/200KHz

7 7 14

14 Digital calibrator,mV/mA injector and measuring unit 4 4

Page 116: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Elec

tric

ian

Fitt

er

Turn

er

D/M

Civ

il

Dies

el M

ech

Inst

rum

ent M

ech

Elec

tron

ics M

ech.

MM

V

Elec

tric

ian

AOCP

LACP

Sl. No.

Name of the ItemTotal Qnty.

ITI, CUTTACKITI,

ROURKELA

15 Digital frequency couunter (2Hz – 50MHz)8 digit, 0.5” red LED display, Range Selection 2step Switch setting to select 2Hz to 1MHz or 1MHz to 50MHz, Power Cord, BNC to BNC to Cable 50Ω Termination & Operating Manual.

2 2

16 Digital function generator(0.1HZ to 20MHZ)with digital display (DC, Sine, Square, Triangle) Output Voltage , 0.1mv to 20Vpp with operation manual

2 2

17 Digital I. C testor for all 74&40 series with digital display & power supply 2 218 Digital I.C. Trainer built in DC supply, dicscreate comonet mounted on board to

perform various experiment on combinational & sequential logics including built inpower supply and complete set along with catlog.

2 2

19 Digital instulation testor 2 220 Digital L..C.R bridge 2 2

Page 117: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Elec

tric

ian

Fitt

er

Turn

er

D/M

Civ

il

Dies

el M

ech

Inst

rum

ent M

ech

Elec

tron

ics M

ech.

MM

V

Elec

tric

ian

AOCP

LACP

Sl. No.

Name of the ItemTotal Qnty.

ITI, CUTTACKITI,

ROURKELA

21 Digital ph metreRangepH 0 to 14.00 pHTemp øC 0 to 100.0 øCmV ‐1999 to 1999 mVATC pH 0 to 14.00 pHInput impedance: Greater than 10 to the 12th OhmsTemp. compensationManual/Auto 1 to 100øCTemperature sensor Pt‐100 (Alpha=0.00385)Karl fischer output 10 uADisplay 0.5 inch high LCD displayPower source 6 type "AA" batteries or AC line adaptorDimensions 28 cm x 20 cm x 12 cmWeight 1.45 kgs

2 2

22 Digital sine /square generator (1 mhz) with variable frequency 2 223 Digital storage oscilloscope (Dual Channel Storage)

DC – 200MHZ Channel:2+Extarnal 2 2

Page 118: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Elec

tric

ian

Fitt

er

Turn

er

D/M

Civ

il

Dies

el M

ech

Inst

rum

ent M

ech

Elec

tron

ics M

ech.

MM

V

Elec

tric

ian

AOCP

LACP

Sl. No.

Name of the ItemTotal Qnty.

ITI, CUTTACKITI,

ROURKELA

24 Digital type tachometer.External TTL Input High > 4.5V (HHT‐1501)Display 5 digits 99999 countsSampling Rate 0.7 second (> 60 rpm)> 1 second (10 to 60 rpm)Measuring Distance 50 to 300 mm (2 to 12")Time Base 4.0 MHz Quartz CrystalRange Selection AutomaticBattery Four 1.5 V “AA” (included)Auto Power‐Off 30 minutesOperating Temp 0 to 50°C (32 to 122°F)Size 72 L x 63 W x 36 mm D (6.8 x 2.5 x 1.5")Weight 190 g (6.7 oz.) (including battery)

4 4

25 Diigital line frequency indicator Frequency : 30.00 Hz To 70.00 Hz,Display : 4 Digit, 7 Segment, Bright, Led 12.5mm High.Resolution : 0.01 Hz. Accuracy : ± 0.1% ± 1 Digit.

4 4

26 Discrete component trainer.The Trainer should have Provision of mounting of variousactive & passive components , voltmeter,ampermeter,speaker, with built in variable &tracking power supply & signal source ,high watt resisters, different high watt pot,electronic load. perform various experiments .The Trainer should have test pointswith test Leads with manual and assignment to perform various experiments.

2 2

27 FET volt metre trainer] 4 4

Page 119: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Elec

tric

ian

Fitt

er

Turn

er

D/M

Civ

il

Dies

el M

ech

Inst

rum

ent M

ech

Elec

tron

ics M

ech.

MM

V

Elec

tric

ian

AOCP

LACP

Sl. No.

Name of the ItemTotal Qnty.

ITI, CUTTACKITI,

ROURKELA

28 Function Generator with Frequency Sine, Square, Triangle Built in 5digit counterFrequency 2Hz – 2MHzDisplay 6digit LED Display Frequency Counter (0.5Hz‐30MHz )Accuracy 0.1hz/1hz Max.input Voltage 50VPPSensitivity: 200MV RMS

8 8

29 Inverter 1 KVA Input 12V DC, Output 220V AC with 12 battery 2 230 Linear I.C. Trainer. Trainer round have complete setup to perform various experiments

with built in Power Supply, function generator, various Discrete components manualon this Trainer. Test points 2 test leads with manual With all accessories in completealong with manual to perform various experiment.

2 2

31 Oscilloscope‐Dual Trace, 30MHZ Function Generation & Frequency counter 10Hz to100KHz in 4 stages Output voltage : 10VppFrequency Counter Freq.20Hz‐30MHz,Sensitivity 0.5v

2 1 3

32 Overhead Projector With All AcessoriesProjection Lens : One Element 254mm2. Condenser System : Frensnel Condenser3. Projection Lamp : 24V‐250Watt4. Stage Aperture : 250mmx250mm

2 2

33 Regulated+15v&‐15v dual channel variable, DC Power Supply 0‐30V DC 2Amp variable. with digital display

2 2

Page 120: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Elec

tric

ian

Fitt

er

Turn

er

D/M

Civ

il

Dies

el M

ech

Inst

rum

ent M

ech

Elec

tron

ics M

ech.

MM

V

Elec

tric

ian

AOCP

LACP

Sl. No.

Name of the ItemTotal Qnty.

ITI, CUTTACKITI,

ROURKELA

34 Pulse generator 0.1Hz to 10MHz frequency range Independent control of pulse frequency, width and delay 50ns minimum pulse width Squarewave, double pulse & delayed pulse modes Free‐run, gated and triggered modes 50 Ohm output: 0.1V to 10V amplitude TTL/CMOS and Sync outputs Low‐cost

2 2

35 SCR driven/ control power suplly trainer 4 436 Temperature controlled soldering station,25W(Multiple Nozzels) 4 437 Trainers on network ckt i.e. Kirchhoff's law , resonance electro‐magnetice &

transformer2 2

38 Trainers on power suppliers ‐‐‐ Half wave rectifier, full wave rectifier, bridge rectifier & power supply, regulated power supply .

2 2

39 Trainers on stepper motors , scr motors . Servo motore , ujt trigger ckt breaker, timmer & alarm

2 2

40 Video Camera(Camcoder) 80GB HDD» Carl Zeiss® 60x Optical Zoom Lens» DVDirect Express and Direct Copy

1 1

41 Voltage stabilizer‐Input 150‐230V AC, Output 220V AC 1 KVA automatic 1 1 2

Page 121: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Elec

tric

ian

Fitt

er

Turn

er

D/M

Civ

il

Dies

el M

ech

Inst

rum

ent M

ech

Elec

tron

ics M

ech.

MM

V

Elec

tric

ian

AOCP

LACP

Sl. No.

Name of the ItemTotal Qnty.

ITI, CUTTACKITI,

ROURKELA

42 Wheat stone bride complete with galvanometer and battery. This set should bedesigned to provide an accurate and sensitive instrument of resistance and locatingfaults in cables by adopting the varley Loop Circuit for tests. This set should be entirelyself‐contained with a dry battery and a Galvanometer. The instrument should beequipped with another switch controlling the sensitivity or short‐circuiting thegalvanometer. Arrangement should be provided to use the extra galvanometer or high source voltage for increasing the sensitivity of the bridge.Range : 0.001 ohm to 11.11 mega ohms.Series Arm : Four decades in steps of thousands, tens and units ohms using manganiancoil which can be used as a series resistance box also with + 0.1% accuracyRatio Arms : The ratio arm of bridge are to be capable of selecting multiplying factorsof 0.001, 0.01, 1, 10, 100 and 1000 for conductive resistance measurements and forvarley loop test Null Detector Galvanometer : Ri 20 ohms, 1mm/ µA sensitivityBattery : 3 cell of 1.5 V, R 20 size

1 2 3

TOTAL= 41 1 7 2 1 67 17 1 2 2 1 142

Page 122: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item Foundryman

1 Auto Sand riddle with 3 tons/hrs. ridding capacity 12 Bench vice 12 cm Jaw 13 Blow lamp (Kerosene) 24 Cleaner 9 x 300 m 345 Cleaner flange 346 Co2 cylinder with Co2 probe and Rubber Houses with nozzle 12 mm wheel valve. 17 Core oven 180 x 90 x 90 cm electric hot air circulated with maximum temperature 350C adjustable. 18 Cylinder trolly suitable to Co2 cylinder and Indane Gas Cylinder 19 Degasing bale 10 cm perforted hood 4

10 L.P.G Cylinder with heating torch 111 Legging pad 3412 Moulding boxes 30 x 40 x 15 cm RSDL 1613 Moulding boxes 75 x 75 x 25 cm RSDL 114 Plane grooving 6 mm cutter 215 Rapping spike forged and hardened 3416 Sand Erator 117 Sand Sampller 118 Shovel 419 Snap Flast 30 x 30 x 10 cm RSDL 420 Spirit level 221 Tool Tray Steel 145 x 145 x 5 cm 3422 Vent wire 3 mm 3423 Wheel Barrows 2

TOTAL = 249

LIST OF EQUIPMENTS (FOUNDRYMAN) FOR UPGRADATION OF NEW TRADESITI, Rourkela (Package No.17)

Page 123: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

AOCP

LACP Total

Qnty.1 Abbe refractometerThe Refractometer should consist of two Abbe prisms, placed together. The two prisms should be

mounted together, with the upper one fixed and the lower one hinged at one end. A snap action faster is provided to close the prism together. For determination of indices of refraction of solids, the lower prism can be removed by taking out the hinge rod between the prisms. The instrument should be designed to measure refractive index in the range of 1.300 to 1.700 by direct reading. Accuracy of the instrument should be 0.001 by direct reading and 0.0001 by estimation

2 2

2 Altimeter 1 13 Analytical balances of different makes (with rider, optical reading, one pan analytical balance) d= .1 mg max 2 2

4 Apparatus for measurement of thermal condutivity of good and bad conductors 2 25 Apparatus for determination of flash point 1 16 Apparatus for measurment of co‐efficient of expansion (thermal)of solid and liquid 2 27 Apparatus for measurment specific heat of solid and liquid(Renaults Apparatus) 2 28 Apparatus for surface tension 1 19 Arbor press 1 1

10 Auto‐clave electrically heated 1 111 Balance(Tech) 1 Kg.( d= .1 g max) 1 112 Bar straightening press 1 113 Barometer 1 114 base chucks for slower 1 115 Belt lacer 2 216 Blow Lamp 1 117 Borer for stoppers with sharpener 1 118 Box drawing instruments 34 3419 Bunsen burners 30 3020 Calorimetre for determining 'soul' s' 4 421 Centrifugal pumps‐2 Nos 2 222 Centrifuges electrical 2 2

LIST OF EQUIPMENTS (AOCP & LACP) FOR UPGRADATION OF EXISTING TRADESITI, Rourkela (Package No.18)

Page 124: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

AOCP

LACP Total

Qnty.23 Chain hoist 2 to cap 1 124 Charger for battery accumulator 1 125 Chemical Balance (with weight box) 3 326 Chromatography equipment (Paper, column, thin layer) 1 127 Conductometer 1 128 Cork press 1 129 Cs Wale Viscometer 3 330 DC Ampere meter 0 to 1Amp. 2 231 Desicators Ø 150 mm dia 20 2032 Desicators vaccum 2 233 Dial test indicator 2 234 Different types of levers 1 135 Diode valve 4 436 Distillation Tower 3 337 Drill chuck 0" to 1 1/2" Morse taper 1 138 Each inch clamps with spring or screw 24 2439 Electric drying ovens (2000C) 2 240 Electric heating plates (for soxleth) 2 241 Equipment to study kerchief' s law and Elector chemical equivalent 1 142 Extraction thimbles 60 6043 Falter (rotted) 2 1/2" square 2 244 Falter top and bottom/", 3/8" (pairs) 1 145 Fisher apparatus for moisture determination if available indigenously 1 146 Floor crane 35 cwt. Cap 1 147 Forge with chimney and trough fitted with blower 1 148 Framing square 24" x 2" x 16" x 1 1/2" 2 249 Fry press 1 150 furnaces (Muffle ovens) ((11000) 2 251 Gear pump 1 152 Glass blower lamps for gas and oxygen 10 10

Page 125: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

AOCP

LACP Total

Qnty.53 Grease pressure gun (Hand) 1 154 Grinder with two 7" wheels rough and smooth (motorized) 2 255 Hand 12 volt operated Dynamo,Leclanche cell, Daniel cell,Weston cell, Acidic cell, Head Accumulator, Alkali cell with

variable resistances2 2

56 Hand centri fuge for determination of fat in milk (Gerber) 2 257 Heating mantles (Universal) 6 658 Heating plates (Electric) 1000 watt 1 159 Hot set rotted 2 260 Hot water funnel 10 1061 Inclinid plane with pulley, pan, weights etc. 2 262 Instrument for determining 'g'(simple pendulum) 2 263 Jaw 10 chuck independent 2 264 kjeld‐ahl apparatus for digestion and distillation 4 465 Machine vice swiveling base 6' jaw 1 166 Magnetic indicator and base 2 267 Magnetic stirrers (with heating plate) 2 ltr. Capacity 2 268 Mater precision level 15" long (Each division to read 0005" per foot) 1 169 Mechanic Equivalent of heat and speciftic het 1 170 Mechanical board for testing triangle and paraallelogram of forces including all accessories 6 671 Lobe blower for filter press 1 172 Melting point apparatus 1 173 Microscope x 1000 (Metallurgical) 1 174 Microscope x 1000 (Monocular) 3 375 Milli Voita Meter 0 to 500 mv. 2 276 Mortar 150 mm steel /cast iron 1 177 Mortar, 100 mm, porcelain with pestle 6 678 Nicolson' Hydrometer with glass jar 2 279 One pan analytical balances (Metler type)‐ If available indigenously 0.1 mg. sensibility 1 180 Orificemeter 1 181 Orsat's apparatus 4 482 PH Meters 1 1 2

Page 126: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

AOCP

LACP Total

Qnty.83 Physical Balance (with weight box) 1 184 Plumb bob 2 285 Polarimeter with monochromatic light 2 286 Polarimeters 2 287 Poteniometer 2 288 Potentiometric titration apparatus 2 289 Projector for slider and filmstrips with screed 1 190 Protractor celluloid 6" 34 3491 Pyknometer 6 692 R.P.M. Indicator 1 193 Redwood Viscometer 6 694 Refractometers (Abbe type with refractive index) 2 295 Refrigerator (4,5 cu. Ft.) 1 196 Reynolds experiments equipment 1 197 Rivets tools set consisting of rivet snaps, pricking punch and holding up dolly 1 198 Samsung laser Printer(4x1) 1 199 Sand Testing Equipments permeability meter, Universal Strength tester, Sieve shaker, standard sand rammer, Shatter

Index Tester, Clay content Tester, Speedy Moisture teller1 1

100 Sand bath 9To be fabricated) 1 1101 Scissors 2 2102 Screw pitch gauge 55 and 60 1 1103 Scribing block Universal 12"/30cm 2 2104 Seattle's Apparatus for young's Modulus 2 2105 Self centering chuck 5"/125 mm 2 2106 Semi analytical balances (d= .1 mg )max 2 2107 Set glass blower tools 10 10108 Set of models, geometrical and samples of machinery parts as necessary of metal, wood and plastic 1 1109 Set of more sockets (0‐1, 1‐2, 2‐3) 1 1110 Set of tools for lathe 2 2111 Set seives 20‐200 1 1112 Set square celluloid 45"‐8 inch 34 34

Page 127: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

AOCP

LACP Total

Qnty.113 Set square celluloid 60"‐10 inch 34 34114 Shaking machines for sieves and bottles 1 1115 Shaper indexing center 1 1116 Shaper tool holder turret type 6 6117 Shovel 2 2118 Simple Machines(wheel and axel).Screw jack inclined plane with roller or trolley, pulleys or pulley blocks for first,

second and third system of pulleys1 1

119 Sine bar‐200 mm 2 2120 Single angle cutter 45deg., 60deg;, 70 deg;, 80 deg both R.H., L.H., milling slot cutter 6 mm, 10 mm, 20 mm thick 2 2

121 Soldering iron copper but 10 ozs 2 2122 Spary extraction tower 1 1123 Special burners for glass blowing 4 4124 Specific Gravity bottle 6 6125 Spoons plastic 24 24126 Stalagnometer 6 6127 Steam generator (Copper) for steam distillation 10 10128 Steel tape 10 ft. in case 1 1129 Stirrers with motors, 230 V, AC, capacity 5‐7 litres 8 8130 Stone oil 6"*2"1"/15 cm x 5cm x2.5 cm 2 2131 Swages top and bottom 1/2", 3/4", "(pair) 1 1132 Thermometer 0 to 11C 2 2133 Thermometer 0 to 36C 1 1134 Thermometer 0to 250 1 1135 Thermostatic batch 2 2136 Tools knurling 2 2137 Top‐driven centrifuge 1 1138 Travelling microscope 2 2139 Tray drier 2 2140 Triode valve 4 4141 Two pan analytical balance with rider 5 5

Page 128: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

Name of the Item

AOCP

LACP Total

Qnty.142 Vacuum pump (Central, for 20 places) 1 1143 Vacuum pumps mounted on moving tables 2 2144 V‐Blocks 3" x 1½(pair) with clamps 2 2145 ViscometerRED WOOD, VISCOMETER APPARATUS should be widely used in Petroleum laboratories, Industries, oil

Refineries Educational, Institutions for study of the Red Wood Viscosity of petroleum Products. Two Forms of viscometer should be available. No.1 up to 2000 seconds Viscosity. When flow time with No.1 Instrument exceeds 2000 seconds the No. II Instrument should be used.

7 7

146 Viscometer ‐ two different kinds 2 2147 Weighing machine 1 1148 Welding helmet 1 1149 Welding plant oxy‐acetylene complete (either high or low pressure) and electric 1 1150 Wet and dry bulb thermometer 2 2

TOTAL = 319 289 608

Page 129: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

ITI, CUTTACK

Elec

tric

ain

ELEC

TRIC

IAN

AOCP

1 A.C Ammeter M.I 0.5 A 1 12 A.C Ammeter M.I 0‐15‐25 A 3 33 A.C Energy meter (single phase 15 amp 230 V) 4 44 A.C.B.5 KVA 1 15 Ammeter MC 0‐15‐25A 4 46 Ammeter MC 0‐5A 4 47 Contactor 3 phase, 440V, 16amp, 2 NO & 2NC auxiliary contacts. 3 38 Current Transformer 230 volts 7 79 D.C starters 20 Amp 3‐point. 4 4

10 D.C starters 20 Amp 4‐point. 4 411 DC Ammeter MC‐0‐1A 2 212 DC Milliammeter 0‐500ma 4 413 KW Meter 0‐1‐3KW 8 814 Laboratory type induction coil 6 volt to 800‐10,000 VOLT 4 415 Megger 500 with 4 416 Mill voltmeter center zero 100‐0‐100m V 4 417 Multi meter 0 to 1000 M ohms, 2.5 to 500V 1 118 O to 1 volt (DC) Volt meter 2 219 O to 10 Amp.(AC,DC) Ampire meter 2 220 o to 250 volt (DC/AC) Volt meter 2 221 O to 3 Amp.(DC) Ampire meter 2 222 O to 30 Amp.(AC,DC) Ampire meter 2 223 O to 4 volt (DC) Volt meter 2 2

LIST OF ELECTRIC EQUIPMENTS FOR UPGRADATION OF EXISTING TRADESITI, Cuttack & Rourkela (Package No.19)

Sl. No.

Name of the ItemTotal Qnty.

ITI, ROURKELA

Page 130: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

ITI, CUTTACK

Elec

tric

ain

ELEC

TRIC

IAN

AOCP

Sl. No.

Name of the ItemTotal Qnty.

ITI, ROURKELA

24 o to 5 mv. Milli Volta Meter 2 225 O to 5 volt (DC) Volt meter 2 226 O to 50 volt (DC) Volt meter 2 227 O to10 volt (DC) Volt meter 2 228 Oil testing KitType: It should be portable and compact with sturdy carrying handle with motor operated

to uniformly increase the output voltage 0‐60 KV with the help of continuously variable autotransformer at the rate of 2KV/ sec approx. It should have resolution of 0.01 KV, accuracy class 1.5 andvoltage scope: 20% ‐100%, Input supply 230V/240V AC, 50Hz, Single phase AC supply through 3 core xof 3 m length cable, 5A capacity 3 pin plug for input supply. Output 0‐60 KV; It should give smoothvariable output voltage for testing the dielectric strength of insulating oil with Max Generated testVoltage: a. Between Transformer Terminals: 60 KV RMS, b. Between Transformer Terminals & Earth:30KV RMS

1 1

29 Resistance box 1 130 Resistance box o to 100 ohms 2 231 Resistance boxo to 500 ohms 2 232 Resistance coils(2 ohms, 5 ohms,10 ohms,100 ohms) 2 233 Resistances Center Zero Galvanometer 4 434 Rheostat 1 135 Rheostat 100 ohm's 2 236 Rheostat 25 ohms 2 237 Rheostat 500 ohms 2 238 Single phase power factor meter 1‐0‐1 2 239 Stepper motor with digital controller 1 140 Tacho meter with stop watch 6 641 Thermometer 0 to 100 deg. centigrade 4 442 Thyrister/IGBT controlled DC motor drive 1 HP with techogenerator feedback arrangement. 2 2

Page 131: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

ITI, CUTTACK

Elec

tric

ain

ELEC

TRIC

IAN

AOCP

Sl. No.

Name of the ItemTotal Qnty.

ITI, ROURKELA

43 Thyrister/IGBT controlled DC motor drive 1 HP with techogenerator feedback arrangement. 1 144 Tong tester/clamp meter 0‐100AmpAC 1 1

TOTAL= 65 15 38 118

Page 132: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

ITI, CUTTACK

ITI, ROURKELA

D/M

Civ

il

ELEC

TRIC

IAN

AOCP

1 After Effect 1 12 Audio Studio Suite(Education License), Latest Verson 1 13 Colour leser Printer, Up to 17 ppm USB Interface 1 14 Digital Plaint Tablet, 6" x 4" 5 55 Digital Still SLR Camera, Latest feature 1 16 Digital Video Camera,Latest features & flash memory 1 17 DLP Projector, Resolution 1600x1200 Multimedia support 2 28 Non Linerar Edditing Set up 1 19 Plotter Civil Engg. Drawing 1 1

10 Projector for 16 mm films 1 111 Soft ware (3) Photo shop 1 112 Soft ware Illustrtor, Latest Verson 1 113 Soft ware‐ Maya/3ds MAX, Latest Verson 1 114 Soft ware Sound Forge 1 115 Soft Ware‐(2).Flash & Advanced Scripling 1 116 Training Material on DVDs 1 117 Tripod, Green Screen & Basic Lighting equipment, etc 1 118 White Screen 1 1

TOTAL = 1 21 1 23

LIST OF EQUIPMENTS (MULTIMEDIA HARDWARE & SOFTWARE) FOR UPGRADATION OF EXISTING TRADESITI, Cuttack & Rourkela (Package No.20)

Sl. No.

Name of the ItemTotal Qnty.

Page 133: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name

Fitt

er

Turn

er

Mac

hini

st

Inst

rum

ent

Mec

h.

Plum

ber

FITT

ER

TURN

ER

AOCP

Foun

drym

an

Total Qnty

1 Air Compressor with maximum working pressure of 17.5 Kg/cm2 1 12 Bench Lathe, Motorised With All Acessories• c.i casting of high grade quality.

• use of best quality stamping and die cast rotor.• motor winding are specially insulated and impregnated with high grade insulating varnish to with stand humid moist and tropical climate.• Dynamically balanced rotor minimizes vibration and ensure smooth running.• Each machine provided with rotary switch.• The wheel guards are provided on bench grinders with end caves, which may be easily removed for fitting of grinding wheels. They give perfect protection to the worker with full freedom of operations. adjustable tool rests are provided to ensure maximum usage of grinding wheels. tool rests are machined to give proper level to the grinding component.• Constructions of the machines are made sturdy and robust to offer vibration free performance.• Bench grinders up to 1 h.p rating are supplied without eye shield. The same can be supplied at extra cost. Specification:• k.w : 0.55• h.p : 0.75• r.p.m : 3000• wheel size : 8’’ * 1’’

4 4

3 Combination Drill 1/4",1/8",5/16" 1 14 Cupola capacity 1.5 tons/hour. Motorised blower and pipe line volume gauge, pressure

gauge, charging platform, blast control valve spark arrester.1 1

LIST OF MECHANICAL MACHINERIES FOR UPGRADATION OF EXISTING & NEW TRADESITI, Cuttack & Rourkela (Package No.21)

ITI, CUTTACK ITI, ROURKELA

Page 134: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name

Fitt

er

Turn

er

Mac

hini

st

Inst

rum

ent

Mec

h.

Plum

ber

FITT

ER

TURN

ER

AOCP

Foun

drym

an

Total Qnty

5 D.E. Pedestal grinder with 2 wheels 175 rough and smooth 1 16 Grinding machine (General purpose)D.E. pedestal with 2cm dia wheels rough and smooth

with twist drill grinding – attachment.2 1 1 1 5

7 Grinding machine pedestal type D.E. 150 mm Dia. Wheel with wheel and vision guard.• C.I. casting of high grade quality.• Use of best quality stamping and cast rotor.• Motor winding are specially insulated and ensure smooth running.• Each machine provided with rotary switch.• Construction of the machines are made sturdy and robust to offer vibration free performance.Pedestal heavy fabricated suitable stand for D.E. Grinder ½ HP & 3 phase, 2800 RPM with 150 mm x 20 mm x 25.4 mm

1 1

8 Heating and pumping unit to suit to oil fired tilting type crucible furnace with Heating pressure gauge etc. Wesman model S.P.M. Simplex model motorised Rotary gear oil pump pre‐heater

1 1

9 Hydraulic Pressure machine For testing leakage in GI Pipe Fitting etc. 1 110 Lathe all geared head stock S.S and S.C height of center over bed 15 cm gap head complete

with accessories e.g. pump, all fittings and splash guard driving plate with drives, face plate3 jaw and 4 jaw chucks fixed and traveling steady compound turret tool post, taper turningattachment, fixed and running centers, driving dogs straight and bent tails.

2 3 2 1 8

11 Lathe doge 1/2" to 1 1/2" 2 212 Lathe Mandrels (Diff.types) 1 1 213 Lathe tools H.S.S tipped set 2 214 Lathe‐30" between center x 6" centers height with standard accessories 2 2

Page 135: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name

Fitt

er

Turn

er

Mac

hini

st

Inst

rum

ent

Mec

h.

Plum

ber

FITT

ER

TURN

ER

AOCP

Foun

drym

an

Total Qnty

15 Milling machine plain type horizontal Surface of table : 750x175mmDistance between T –solt : 50 mmLongitudinal travel of table : 400mmCross Travel of table : 140mmVertical Adjustment of Table : 225mmDistance Between center line of spindle to lower surface of overarm: 135mmTaper in Spindle : ISO 30Quill :Head Swiveling to both side:Diameter of Milling arbor: 25.4Range of Spindle Speeds : 80,160,250,320,500,1000 RPMNumbers of feeds : 2 Feeds.Motor : 1H.P. 1440 RPMFloor Space : 650x380mmHeight : 1200mm

1 1

Page 136: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name

Fitt

er

Turn

er

Mac

hini

st

Inst

rum

ent

Mec

h.

Plum

ber

FITT

ER

TURN

ER

AOCP

Foun

drym

an

Total Qnty

16 Milling machine universal motorizedSurface of table : 900x225mmDistance between T –solt : 55 mmLongitudinal travel of table : 485mmCross Travel of table : 150mmVertical Adjustment of Table : 275mmDistance Between center line of spindle to lower surface of overarm: 140mmTaper in Spindle : ISO 40Quill : Head Swiveling to both side:Diameter of Milling arbor: 25.4Range of Spindle Speeds : 80,160,250,320,500,1000 RPMNumbers of feeds : 3 Feeds.Motor : 1.5 H.P. 1440 RPMFloor Space : 790x460mmHeight : 1425mm

1 1

17 Pipe bender (Hydrulic type) 1 118 Pipe bender manually operated 1 119 Pipe bender spool type up to 25mm with stand manually operated. 2 220 Pneumatic Chisel (with suitable chisel) 1 121 Pneumatic Rammer with Rubber Rammer head 1 122 Portable Forges 450mm with hand blower 1 123 pvc Welding Plant 1 124 Rachet Pipedie 15mm‐32mm 1 125 Ratchet brack with post and clamp Flat drill 6 to 25mm by 0.2 mm. 1 126 Surface grinding machine wheel dia 180 mm (or near) reciprocating table,longitudinal table

traverse 200 mm (or near) fitted with adjustable traverse stop.Full motorised dupplied with magnetic chuck 250 mm x 120 mm diamond tool holder set of spanner, grease gun etc.

1 1

Page 137: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name

Fitt

er

Turn

er

Mac

hini

st

Inst

rum

ent

Mec

h.

Plum

ber

FITT

ER

TURN

ER

AOCP

Foun

drym

an

Total Qnty

27 Tool & cutter grinder 250 mm to admit 450 mm between centre‐fully motorised work head supplied with tool rest of different types table clamps and other attachments

1 1

TOTAL = 6 2 5 4 8 6 1 8 6 46

Page 138: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name Qnty.

1 Experimental set‐up for measuring and controlling of temperature‐consisting of measuring,controlling,indicating,recording and final control elements, complete closed loop systemThe setup shall consists of 1‐1 Shell and Tube Heat Exchanger with a cold‐water tank fitted with Pump, Rota meter and a hot water tank with thyristorized heater to heat the water. The temperature of the heated water will be sensed by the thermocouple (RTD Pt‐100 type). The leaving temperature of hot water and entry and exit temperatures of Cold water will also measured with the help of Thermocouple. Temperature Sensor: Type : RTD Pt‐100 ; Mounting : Head Mounting ; Wire : 2 wire Temperature Transmitter: Type : RTD Pt‐100 ; PID Controller: Input : RTD Output : 4 ‐ 20 mA Communication : RS 485 ASCII/ modbus communication Features : Autotuning, Auto/ Manual Mode Facility Range : Field Settable ; Display : DigitalFront Keypad : Membrane Type ; Power Supply : 230 V AC, 5 amp. Control Valve: Body Type : Globe Valve ; Nominal Size : 15 mm ; Stem Diameter : 10 mm I/P Converter: Input : 4 ‐ 20 mA ; Output : 3 ‐15 psig ; Air Supply : 1.4 bar ; Connection : ¼” NPT(F) Rotameter: Service : Water ; Range : Suitable ; Connection : ½” ; Metering Tube : Borosilicate Glass Float : SS ; Valve : Needle type, integrated Heat Exchanger: Construction : Shell & Tube type ; Material : SS 304 ; Service : Water ; Shell Dia. : 100 mm Exchanger Length : 500 mm ; Tubes : 10 ‐ 14 nos. seam less minimum Cold Water Sump Tank: Service : Water ; Capacity : 100 liters ; MOC : SS‐304 ; Nos. : 2 Hot Water Tank: Service : Water ; MOC : SS‐304 ; Heaters : 2 kW, immersion type mounted on tanks of Pump: Type : Monoblock ; MOC : SS bodyAir Regulator: Service : Air ; Max. Input Pressure : 10 kg/ cm2 ; Hose Connection : ¼” Current Meter: 1. to indicate & measure Temperature Transmitter Output (0 ‐ 20 mA) ; 2. to indicate & measure I/P Converter Input (0 ‐ 20 mA) Pressure Gauge: 1. to indicate & measure supply air pressure to I/P Converter. Thyristor Drive: Rating : 2000 W ; Operating Voltage : 230 V AC ; Input Signal : 4‐20 mA ; Output : to Heater of Hot water tank Heater Controller: Type : PID ; Input : RTD/ TC ; Output : 4 ‐ 20 mA ; Display : Digital ; Power Supply : 230 V AC, 5 amp. Temperature Indicator: Input : Thermocouple of Shell and Tube Heat Exchanger ; No. of Channel : minimum 6 ; Power : 220 V AC,

2

50 Hz With selectable switch.The unit should also consist of necessary piping, fittings. Standard pneumatic lines and connections wherever necessary should be provided. 3 meter long braded type flexible pipe should be provided to connect air compressor with the control trainer. A 2.5 meter long insulated cable should be provided with necessary plug ready to connect control panel to the power supply board

2 Expermental set up for pressure measurememt consisting of air compressor, pressure vessel ,pressure transmitter ,controller,recoder,and final control element,closed loop system or full scope system ,pressure instrumentation trainner/simulatorPrinciple : Piezo Resistive Measurement ; Range : 0 ‐ 1 bar ; Output : 4‐20 mA, 2 wire ; Power Supply : 24 V DC ; Diaphragm : SS ; Process Connection : ½” or ¼” BSP(M) ; Temp. Limit : Up to 80 oC ; Degree of Protection : IP65 ; PID Controller: Input : 4 ‐ 20 mA ; Output : 4 ‐20 mA ; Communication : RS 485 ASCII/Modbus communication with computer ; Features : Auto tuning, Auto/ Manual Mode Facility ; Range : Field Settable ; Display : Digital ; Front Keypad : Membrane Type ; Power Supply : 230 V AC, 5 amp. Control Valve: Body Type : Globe Valve ; Nominal Size : 15 mm ; Stem Diameter : 10 mm ; Sealing : Metal Actuator: Fail Safe Action : extends ; Bench Range : 0.2‐1.0 bar ; Valve Positioner (pneumatic type): I/P Converter: Input : 4 ‐ 20 mA ; Output : 3 ‐15 psig ; Air Supply : 1.4 bar ; Connection : ¼” NPT(F) Pressure Vessel: Housing : SS ; Service : Air ; Max. Pressure : Upto 3 kg/cm2 ; With Safety valve, Pressure Gauge mounted. Air Regulator: Service : Air ; Max. Input Pressure : 10 kg/ cm2 ;

2

Hose Connection : ¼” ; Nos. : 2 Current Meter: 1. to indicate & measure Pressure Transmitter Output (0 ‐ 20 mA) ; 2. to indicate & measure control valve Input (0‐ 20 mA) Pressure Gauge: 1.to indicate & measure supply air pressure to Valve Positioner ; 2.to indicate & measure control air pressure from Valve Positioner Air compressor : Electric motor : 1 H.P. ; Supply : 440 Volt With storage tank, safety valve, pressure relief valve, pressure gauge and pressure switch. RS 485 RS 232 Converter: Input : RS 485, 2 wire; Output : RS 232 (Female DB‐9) ; Power Supply : 230 V AC ; Cable : 9 pin male/ female for RS 232 & 2 meter long wire for RS 485 with Suitable Connector if necessary. The unit should also consist of necessary piping, fittings. Standard pneumatic lines and connections wherever necessary should be provided.3 meter long braded type flexible pipe should be provided to connect air compressor with the control trainer. A 2.5 meter long insulated cable should be provided with necessary plug ready to connect control panel to the power supply board.

LIST OF INSTRUMENT MECHANIC MACHINERIES FOR UPGRADATION OF EXISTING TRADES ITI, Cuttack (Package No.22)

D:\W.B. PROCUREMENT PLAN 2011‐12\Proc Plan 2011‐12_WEBSITE.xls/P‐22 INSTRUMENT MACHINERIES 1/4

Page 139: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name Qnty.

Control trainer software:‐ The software package offered contains necessary hardware and software required to interface the setup to a personal computer thus creating full software controlled experimental and instructional environment. The package will enable students to investigate and understand the principles of process control in a laboratory environment with the minimum technical support. Windows compatible software package has been developed using SCADA software. This provides direct control of the processes (control trainer) used, including open and closed loop control, plus multi loop configurations associated with remote set point control (as appropriate). Comprehensive laboratory sheets for all the experiments are included in the manual with setting up information, background theory, operational procedures and all other relevant information. Features: Industrial SCADA software. ; User friendly Windows interface. ; Two way communication for control and data acquisition. ; Auto‐configuration with multi‐port selection option. ; Manual (Open Loop) and automatic control (Closed Loop). ; Selectable P, P+I, P+D and P+I+D mode. ; Bump less transfer between open and closed loop operation. ; Live mimic diagrams of the process including set point, process variable and. output. ; Dynamic multi‐coloSimulation Studies of Pressure Control TrainerThis teaching and training system provides a comprehensive experimental introduction to the fundamentals of process control using an example of Pressure Control Trainer.‐ Introduction to the fundamentals of process control‐ Operation and parameter setting of the local industrial controller‐ Freely selectable parameters: P, I, D and all combinations‐ Optimization of control behavior‐ Process diagrams including online display of all process data‐ Facility to monitor behavior of the PID output and process variable on the PC Screen‐ Set point and Disturbance response‐ Investigation of the properties of the open and closed control loopsComputer & peripherals : Computer: one general purpose computer

3 Frequency to voltage converter The Frequency to Voltage Converter trainer should demonstrate the principle of working of a F to V converter using four different circuits. It should be able to provide a comparative study of Frequency to Voltage parameters like input Frequency range, output Voltage range, for the above mentioned different circuits. A digital LCD display should be provided to measure the both the input Frequency and F/V converter output voltage. The required frequency input signal should be provided. The trainer covers all the circuits by solderless inter connections through use of 2 mm brass terminations & patch cords. The module should be housed in a powder coated metal cabinet / enclosure with provision for safe keeping of mains cord, patch cords and top lid for protection during storage. A well spread circuit / block layout should be provided on the front panel of size 200 mm x 250 mm of module. All necessary components / circuits to perform the above experiments are in ‐ built and a detailed instruction manual is provided.IC based DC Reg.Power Supplies a.b. + 12 V / 250 mA ( fixed ). ‐ 12 V / 250 mA ( fixed ). Input Signal 100Hz ‐ 10 KHz frequency generatorF / V Converter Using four different circuits.LCD display 1 Nos, to measure the input frequency and the output DC voltage. Power ON Power ON switch with indicator for mains on indication and fuse for protection.Patch Cords( Stackable ) Set of 15 assorted coloured multi‐stand wires with 2mm stackable plug termination at both endsPower Requirement 230V + 10% single phase AC.Instruction Manual One detailed instruction manual with well thought out experiments covering the above topics is provided.

3

4 Flow controll loop set with flow controller recorder ,DP Transmitter, receiver ,unit controll valve &impulse line,complet expermental set‐up for flow measur ment& controlled flow simulator 2

5 Grinder, Double Anded,Bench, High Revolution Motorised, 1

D:\W.B. PROCUREMENT PLAN 2011‐12\Proc Plan 2011‐12_WEBSITE.xls/P‐22 INSTRUMENT MACHINERIES 2/4

Page 140: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name Qnty.

6 Measurement of RMS voltage trainerThe Measurement of RMS voltage trainer should demonstrate the principle of working of a RMS measurement voltmeter. It should be able to provide scope for measurement of RMS voltage of an input signal in the range of 20mV to 10V. An analog meter should be provided. A 0 – 10V Variable AC source should be provided in steps of 1V, 2.5V, 5V and 10V as input to the RMS Voltmeter. The trainer covers all the circuits by solderless inter connections through use of 2 mm brass terminations & patch cords. The module should be housed in a powder coated metal cabinet / enclosure with provision for safe keeping of mains cord, patch cords and top lid for protection during storage. A well spread circuit / block layout should be provided on the front panel of size 200 mm x 250 mm of module. All necessary components / circuits to perform the above experiments are in ‐ built and a detailed instruction manual is provided.IC based DC Reg.Power Supplies a.b. + 12 V / 500 mA ( fixed and with facility to vary from 0 to +12 V ).+ 12 V / 500 mA ( fixed and with facility to vary from 0 to +12 V ).Input Signal 0 – 10V AC in steps of 1V, 2.5V, 5V, and 10V DC.RMS Voltmeter circuit Using opamp.Analog meter Moving coil meter caliberated to read rms voltage. Power ON Power ON switch with indicator for mains on indication and fuse for protection.Patch Cords( Stackable ) Set of 15 assorted coloured multi‐stand wires with 2mm stackable plug termination at both endsPower Requirement 230V + 10% single phase AC.Instruction Manual One detailed instruction manual with well thought out experiments is provided.

2

7 PID controller trainer consisting of instrument pannel,digital computer and interface systemPrinciple : Piezo Resistive Measurement Range : 0 ‐ 1 bar ; Output : 4‐20 mA, 2 wire ; Power Supply : 24 V DC ; Diaphragm : SS ; Process Connection : ½” or ¼” BSP(M) ; Temp. Limit : Up to 80 oC ; Degree of Protection : IP65 PID Controller: Input : 4 ‐ 20 mA ; Output : 4 ‐ 20 mA ; Communication : RS 485 ASCII/Modbus communication with computer ; Features : Auto tuning, Auto/ Manual Mode Facility ; Range : Field Settable ; Display : DigitalFront Keypad : Membrane Type ; Power Supply : 230 V AC, 5 amp. ; Control Valve: Body Type : Globe Valve ; Nominal Size : 15 mm ; Stem Diameter : 10 mm ; Sealing : Metal ; Actuator: Fail Safe Action : extends ; Bench Range : 0.2‐1.0 bar Valve Positioner (pneumatic type): I/P Converter: Input : 4 ‐ 20 mA ; Output : 3 ‐15 psig ; Air Supply : 1.4 bar ; Connection : ¼” NPT(F) ; Pressure Vessel: Housing : SS ; Service : Air ; Max. Pressure : Upto 3 kg/cm2 With Safety valve, Pressure Gauge mounted. Air Regulator: Service : Air ; Max. Input Pressure : 10 kg/ cm2 ; Hose Connection : ¼” ; Nos. : 2 Current Meter: 1. to indicate & measure Pressure Transmitter Output (0 ‐ 20 mA) ; 2. to indicate & measure control valve Input (0‐ 20 mA) Pressure Gauge: 1.to indicate & measure supply air pressure to Valve Positioner ; 2.to indicate & measure control air pressure from Valve Positioner Air compressor : Electric motor : 1 H.P.; Supply : 440 Volt ; With storage tank, safety valve, pressure relief valve, pressure gauge and pressure switch.RS 485 RS 232 Converter: Input : RS 485, 2 wire ; Output : RS 232 (Female DB‐9) ; Power Supply : 230 V AC Cable : 9 pin male/ female for RS 232 & 2 meter long wire for RS 485 with Suitable Connector if necessary. The unit should also consist of necessary piping, fittings. Standard pneumatic lines and connections wherever necessary should be provided.3 meter long braded type flexible pipe should be provided to connect air compressor with the cControl trainer software:‐ The software package offered contains necessary hardware and software required to interface the setup to a personal computer thus creating full software controlled experimental and instructional environment. The package will enableWindows compatible software package has been developed using SCADA software. This provides direct control of the processes (control trainer) used, including open and closed loop control, plus multi loop configurations associated witFeatures: Industrial SCADA software. User friendly Windows interface. Two way communication for control and data acquisition. Auto‐configuration with multi‐port selection option. Manual (Open Loop) and automatic controSimulation Studies of Pressure Control Trainer : This teaching and training system provides a comprehensive experimental introduction to the fundamentals of process control using an example of Pressure Control Trainer.‐ Introduction to the fundamentals of process control‐ Operation and parameter setting of the local industrial controller‐ Freely selectable parameters: P, I, D and all combinations‐ Optimization of control behavior‐ Process diagrams including online display of all process data‐ Facility to monitor behavior of the PID output and process variable on the PC Screen‐ Set point and Disturbance response‐ Investigation of the properties of the open and closed control loops‐ Familiarization with and use of process control software (SCADA)C t & i h l C t l t

2

D:\W.B. PROCUREMENT PLAN 2011‐12\Proc Plan 2011‐12_WEBSITE.xls/P‐22 INSTRUMENT MACHINERIES 3/4

Page 141: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name Qnty.

8 Trainers on invertors & convertors The Trainer on Inverters and Converters should be able to impart both elementary as well as advanced training of Inverters and converter circuits using SCR, MOSFET and IGBT. The trainer should be modularly designed and should be a self ‐ contained system. The trainer should cover almost all regular discrete & power based circuits of Power electronics. All the terminations should be provided on 4 mm / 2 mm sturdy brass terminations on a front panel with powder coated metal enclosure for longer life. A virtual power electronics laboratory should be provided where fast, accurate and easy circuit design, simulation and analysis can be done. It should make the student understand the concepts of Power Diode, Power Transistor, Power MOSFET, Power Thyristor, 1 / 3 Rectifiers, Inverter, Converter and chopper. It should also make clear the concepts of High speed power switching, Buck and Boost regulators, single / four quadrant choppers, etc. It should have a easy to use circuit editor with a comprehensive list of components, devices and functional blocks. It should have the facility of waveform processing and FFT analysis.

4

9 Voltage to frequency converter trainerThe Voltage to Frequency converter trainer should demonstrate the principle of working of a V / F converter using Transistor, opamp and two dedicated IC’s. It should be able to provide a comparative study of voltage to frequency converter parameters like input dc voltage range, output frequency range, for the above mentioned different circuits. A digital LCD display should be provided to measure the both the input DC voltage and output frequency. The required dc input should be provided. The trainer covers all the circuits by solderless inter connections through use of 2 mm brass terminations & patch cords. The module should be housed in a powder coated metal cabinet / enclosure with provision for safe keeping of mains cord, patch cords and top lid for protection during storage. A well spread circuit / block layout should be provided on the front panel of size 200 mm x 250 mm of module. All necessary components / circuits to perform the above experiments are in ‐ built and a detailed instruction manual is provided.IC based DC Reg. ; Power Supplies a.; b. + 12 V / 250 mA ( fixed ). ; ‐ 12 V / 250 mA ( fixed ). ; Input Signal 0 – 12V DC V / F Converter Using four different circuits ; LCD display 1 Nos, to measure the output frequency and the input DC supply. Power ON Power ON switch with indicator for mains on indication and fuse for protection.Patch Cords : (Stackable ) Set of 15 assorted coloured multi‐stand wires with 2mm stackable plug termination at both endsPower Requirement 230V + 10% single phase AC.Instruction Manual One detailed instruction manual with well thought out experiments covering the above topics is provided.

4

TOTAL = 22

D:\W.B. PROCUREMENT PLAN 2011‐12\Proc Plan 2011‐12_WEBSITE.xls/P‐22 INSTRUMENT MACHINERIES 4/4

Page 142: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name AOCP

1 Blake jaw crusher 1

2 Boiler 1

3 Hammer Mill 1

4 Moulding Machine hand squeeze with stripping device pin lift type 1

5 Moulding Sand mixmuller 35 Kg capacity with motor Impeller 30 RPM 1

6 Multistage compressor fitted with interceders and after coolers 1

7 Oil fired tilting type crucible furnace to fit no. 100 crucible. 1

8 Packed distillation column 1

9 Packed towerof glass for flooding velocity expriment 1

10 Plate and frame filter press 1

11 Rotary vacuum filter 1

12 Shell and tube heat exchanger 1

13 Sieve shanker and sieves 1

14 Transformer welding set 300 amps‐ continuous welding current, with all accessories and electrode Holder. 1

15 Venturimeter 3

16 Vertical tube evaporator 3

17 Vertical milling machine motorized 1

TOTAL = 21

LIST OF AOCP MACHINERIES FOR UPGRADATION OF EXISTING TRADES ITI, Rourkela (Package No.23)

Page 143: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

ITI, ROURKELA

Fitte

r

Inst

rum

ent

Mec

h

Elec

tric

ain

Plum

ber

Fitte

r

Elec

tric

ian

1 A.C.B.5 KVA Technical Specifications:Air Circuit Breakers are designed for use in an systems upto 415 V A.C. and for a current ratingsabove 100A. The robust construction is suitable for industrial use in most severe condition. It issubjected to several mechanical electrical test to ensure trouble free performance.

2 2

2 Bath Impregnating Unit should be capable of impregnating electrical components liketransformers, coils, stators of electric motors, winding of electric machine etc.Customized system will have round chambers (impregnating and storage chambers) withimmersion heater in jacket and easily open able lid for ease of operation with provision of‘I’ boltand ‘v’ nut. Special arrangement should be provided for opening and closing(tightening) the lidand holding the lid at the time of removing the components from the chamber. PID typetemperature controller should be provided to maintain the temperature in the jacket. Rubbergasket will be provided for sealing the chamber against leakages. The chamber will have (a) dialtype vacuum gauge cum pressure gauge (b) air admittance valve(c) drain valve at the bottom (d)piping to the tank (e) interconnecting valves. The double stage vacuum pump with 0.5 HP motorwill be mounted on the same frame. All interconnecting piping, valves will be provided with thesystem.

2 2

3 Brake test arrangement with two spring balance of 0 to 25 kg rating 4 44 D.C compound generator, 2.5 KW 250 V with control panel including field rheostat, voltmeter,

ammeter and circuit breaker.2 2

LIST OF ELECTRICAL MACHINERIES FOR UPGRADATION OF EXISTING TRADESITI, Cuttack & Rourkela (Package No.24)

ITI, CUTTACK

Total Qnty

Sl. No.

ITEM Name

Page 144: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

ITI, ROURKELA

Fitte

r

Inst

rum

ent

Mec

h

Elec

tric

ain

Plum

ber

Fitte

r

Elec

tric

ian

ITI, CUTTACK

Total Qnty

Sl. No.

ITEM Name

5 D.C shunt generator, 2.5 KW,220 V with control panel Motor Shunt D.C., Continuous rating, 230V.D.C., 3 HP,1500 rpm class F insulation, Fan cooled, body should be spray painted. Motor shouldbe confirmed to As per IS 4722. Motor Should be foot mounted and energy efficient, with 3 pointD.C. starter.

2 2

6 Diesel generator, 5 KVA, 440V, AC 3 phase with change over switch, current breaker, water‐cooled with armature, star‐delta connections.

1 1

7 Electric FurnaceTwin Chambers(275*150*150)Upper chamber & Size: 150*300*150 mm (W*D*H) Lower chamber With Refractory Brick liningMS door with handle ‐ Thermally and electrically insulatedFurnace Shell Rectangular cubical made of Heavy angle and Supported by MS sheets Heating Elements: kanthal wire Insulation: Cerawool and Insulating Bricks. Temperature Range: 1050 ºC. (Max.)Control panel: PID Type Digital Temperature indicator cum controller with a “K” type Thermocouple, Digital timer (Range: 0‐999 min. ) with alarm. Ampere Meter, Mains MCB, a Lamp for indication. Connections: 5 m long suitable type cable with three phase 4 wire system.

The furnace should be painted with epoxy paint over a layer of red oxide.

It should have individual independent control panel for both the chamber. Sensor centrally placed for measuring temperature.This unit should be operated on 4 wire 440 V AC 50 Hz.

1 1

Page 145: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

ITI, ROURKELA

Fitte

r

Inst

rum

ent

Mec

h

Elec

tric

ain

Plum

ber

Fitte

r

Elec

tric

ian

ITI, CUTTACK

Total Qnty

Sl. No.

ITEM Name

8 Electric furnance, twin chambers(300*200*1200_)Upper chamber & Size: 150*300*150 mm (W*D*H) Lower chamber With Refractory Brick liningMS door with handle ‐ Thermally and electrically insulated

Furnace Shell Rectangular cubical made of Heavy angle and Supported by MS sheets

Heating Elements: kanthal wire

Insulation: Cerawool and Insulating Bricks.

Temperature Range: 1050 ºC. (Max.)

Control panel: PID Type Digital Temperature indicator cum controller with a “K” type Thermocouple, Digital timer (Range: 0‐999 min. ) with alarm. Ampere Meter, Mains MCB, a Lamp for indication. Connections: 5 m long suitable type cable with three phase 4 wire system.

The furnace should be painted with epoxy paint over a layer of red oxide.

It should have individual independent control panel for both the chamber. Sensor centrally placed for measuring temperature.

This unit should be operated on 4 wires 440 V AC 50 Hz.

2 2

Electric furnace with capacity with 6000 C to 14000 C 2 1 3

Page 146: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

ITI, ROURKELA

Fitte

r

Inst

rum

ent

Mec

h

Elec

tric

ain

Plum

ber

Fitte

r

Elec

tric

ian

ITI, CUTTACK

Total Qnty

Sl. No.

ITEM Name

9 Electric Pump 1HP 1 110 Electrical machine trainer Electrical Machimne Trainer Suitable for demonstrating the

construction and functioning of different types of DC machines and AC machines (single phaseand three phase). Should be complete with friction brake dynamometer, instrument panel andpower supply units,

1 1

11 Motor universal 230 volts, 50 cycles 1/4HP with starter/switch 230 V ± 4 %, 50 Hz. ± 3 %,AC/DC, Speed 3000 RPM insulation class 'F', Brush adjust arrangement, internally fan cooled,speed arrangement in pole winding controlled by suitable switch. Motor Should be foot mountedand energy efficient

2 2

12 Motor AC series type 230V, 50 cycles, ¼ HP with mechanical loadContinuous rating, rated output‐1/4 HP As per IS 325, rated voltage‐230 V ± 4%, Single phase, 50 Hz ± 3 %, class of insulation‐B.Motor have facility for adjustable brush axis to run motor in any direction and at adjustablespeed, rated power factor‐ 0.85 to 0.95, Totally enclosed fan cooled type, brass terminal box, thewhole body should be beautifully spray painted. Motor Should be foot mounted and energyefficient.

2 2

13 Motor AC single phase 230 volts, 50 cycles 1HP capacitor type with starter switch 1 HP.Capacitorstarter, induction run motor. Continuous rating 1 HP As per IS 325, Phase‐1, Voltage 230 V ± 4 %,AC 50 Hz ± 3 %, speed ‐1440 RPM. Totally enclosed type, Robust body should be spray painted,insulation class 'F' type. Motor Should be foot mounted and energy efficient fan cooled.

1 1

14 Motor DC compound wound, 220 volt 2 to 3 HP with starter & switch.Voltmeter digital : 300 V Ammeter digital : 3 1/2 digit : suitable to read sh.field currentAmmeter digital : 3 1/2 digit : suitable to read f.l. current up to starting current.Indicating lamps

4 4

Page 147: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

ITI, ROURKELA

Fitte

r

Inst

rum

ent

Mec

h

Elec

tric

ain

Plum

ber

Fitte

r

Elec

tric

ian

ITI, CUTTACK

Total Qnty

Sl. No.

ITEM Name

15 Motor Series DC. 220 volt 0.5 to 2 HP coupled with mechanical loadD.C. series motor 230 Volt,with suitable starter, Continuous rating, 2 H.P. 1500 R.P.M. Class “F” type insulation, body shouldbe beautifully spray painted, all terminal should come out at terminal box for laboratoryexperiments. Motor should confirmed to As per IS 4722. Motor Should be foot mounted andenergy efficient.

Panel Board : (Education Type)Above all equipments, accessories, fuse miniature pilot lamp and all above machine andequipments terminals non detachable banana type min. 4 mm size with aluminum anodizedsticker and should be fitted and neatly spaced back side wired up and connected on dark browncolour glazed abonite panel sheet 10 mm thick of 1.00 x 0.8 mtr. size panel board should be fittedon 35 x 35 x 5 mm. M.S. angle fabricated frame work with large, top height of panel frame fromground level 1.85 meter with panel foundation setting depth 30 cm. having projected legs framework should be coated and painted with primar and machine gray colour. The make andspecifications of the above motor switch starter, regulator TC, should be clearly indicated.

2 2

16 Motor shunt DC 220 volts, 2 to 3 HPMotor Shunt D.C., Continuous rating, 230 V.D.C., 3 HP,1500rpm class F insulation, Fan cooled, body should be spray painted. Motor should be confirmed toAs per IS 4722. Motor Should be foot mounted and energy efficient, with 3 point D.C. star

2 2

Page 148: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

ITI, ROURKELA

Fitte

r

Inst

rum

ent

Mec

h

Elec

tric

ain

Plum

ber

Fitte

r

Elec

tric

ian

ITI, CUTTACK

Total Qnty

Sl. No.

ITEM Name

17 Oil testing Kit 3 liter Type: It should be portable and compact with sturdy carrying handle withmotor operated to uniformly increase the output voltage 0‐60 KV with the help of continuouslyvariable auto transformer at the rate of 2KV/ sec approx. It should have resolution of 0.01 KV, accuracy class 1.5 and voltage scope: 20% ‐100%Input supply 230V/240V AC, 50Hz, Single phase AC supply through 3 core x of 3 m length cable,5A capacity 3 pin plug for input supply.Output 0‐60 KV; It should give smooth variable output voltage for testing the dielectric strengthof insulating oil withMax Generated test Voltage: a. Between Transformer Terminals: 60 KV RMS b. BetweenTransformer Terminals & Earth: 30 KV RMS

2 2

18 Oven stoving The Stoving Oven will have sturdy double walled construction. The inner coating.The set up is insulated with glass wool insulation from all sides. Oven will be consisting of fullyinsulated Door with best quality magnetic door lock and gasket. It will also contain efficient andadjustable ventilation. Air Circulation will be done with the help of Fan. Control panel will beconsisting of Mains, Switches and Indicating lamps for Heater, PID Controller, timer etc.Size : 18” x 18” x 18”Shelves : 2 Adjustable wire mash typeHeating Element : Nichrome wire, 2 kWTemp. Controller : PID type, 200 oC Max. Temp.Power supply : Single phase, AC 230 volts from mains.Chamber is made of SS‐304 and outer of MS with good quality powder

2 2

19 Thyristor/IGBT controlled AC motor drive with VVVF control, 3 phase 2HP 2 1 3

TOTAL = 2 3 33 1 1 1 41

Page 149: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name

MM

V

Dies

el M

ech

Tota

l Qnt

y

1 A.C. Units (Car)Gauge : Suction gauge 62 mm dial Discharge gauge 62mm dia. Suitable Condenser, Evaporator, Motor, Blower wheel, Grill, Filter Drier, Hosepipe, set, etc. Electrical panel board: 1. Motor : 1 HP ; power : 230 volt AC, 50HZ single phase 2. DOL starter switch for above motor Test chamber: Size : 3’x2 1/2’x2 1/2’ The test chamber will be properly insulated with armocoal chamber shaped like a car fitted on plywood and acrylic sheet 4mm and suitable of 35x35x5mm steel angle structure.

2 2

2 Arbor Press hand operated two ton capacityMaximum pressure exerted (tons – kgs) : 2 tons – 2000 Centre to bake (inch – mm) : 7.1 / 2‐190Maximum height from base to guide (inch – mm) : 15 – 380Maximum height arbor plate to guide (inch – mm) : 13.1/2‐345Size of arbor round or square (inch – mm): 1.3/4‐45. ; Approx net weight kgs : 85.

1 1

3 Diesel Engine cut away model to show working parts for demonstration(1 two stroke and one four strok)• Four stroke four cylinder diesel engine mounted on sturdy stand. The cutting will enable the working parts visible i.e. connecting rod, piston, valve spring, pump, crankshaft, Timing gear /chain etc. • Internal components such as timing gears, Rocker arm, push rod, inlet valve & outlet valves will be chrome plated.• Cooling system in sectional radiator, water pump, elbow, water jackets. Lubricating System in sectional oil pump, oil filter, oil chamber. Fuel Supply system in sectional Fuel injection pump, injector, air cleaner, intake manifold. Exhaust system in sectional exhaust manifold, silencer. Electrical system in sectional starter & Alternator. Show bellow stated parts movable & stationary. Cylinder head, Engine block, Piston, Rings and connecting rod, Rocker Shaft assembly. Crank shaft, Timing gear / chain,Fly wheel, Valves• Suitable Electric motor drive with reduction gear to be provided to under stand working of engine.• Necessary parts of engine will be attractive colors for better understanding.• Whole assembly will be mounted on suitable stand.• Manual will be provided

2 2

LIST OF MMV & DIESEL MECHANIC MACHINERIES FOR UPGRADATION OF EXISTING TRADES ITI, Cuttack (Package No.25)

Page 150: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name

MM

V

Dies

el M

ech

Tota

l Qnt

y

4 Diesel Engine four stroke multi cylinder 4/6 vehicular type1. Type : 4 Stroke Cycle water cooled 2. Piston Displacement : 4600 cc to 5700 cc3. No. of Cylinder : 64. Max. Output (Bhp) : 84 to 116 KW at 2700 ‐ 3800 RPM5. Torque : 395 to 415 NM at 1000 ‐ 2000 RPM6. Fuel Tank Capacity : 15 lit to 25S lit• With Suitable stand.• Manual will be provided

4 4

5 Distributor Assembly suitable for LMV 1 16 Dynamo and voltage regulator suitable for LMV 1 17 Engine with PT system 1 18 Fuel feed pump suitable for LMV 2 29 Fuel injection pump calibration equipment and its accessores and special tools with attachments for dist ributo pump & inlline

pump1 1

10 Fuel injection pump(diesel) in line• Fuel pump suitable for four cylinder.• Cut section model showing arrangement of pump, roller assembly, cam plate etc.• Cut section will be mounted on wooden plate, in which all parts will be displayed.• The whole assembly will be supported with a suitable stand.• A separate handle provided for manual operation for demonstration

1 1

11 Jack hydraulic hi‐lift type(trolley) type 2 212 Multi point fuel injection pump Suitable for LMV. 2 2

Page 151: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name

MM

V

Dies

el M

ech

Tota

l Qnt

y

13 Petrol Engine running condition MPFI type• MPFI four cylinder Petrol engine having cubic capacity of 1500 to 2000 cc developing about 60 to 90 KW at 4500/6500 RPM water cooled. • Multipoint fuel injection system complete with all required accessories like radiator with safe guard, fuel tank, alternator, battery, starter motor, cooling fan etc.• Engine is mounted on M.S. sturdy frame having four caster wheels for easy shifting and a panel board fitted on a frame having in cluster unit. • Engine must start from panel board by ignition switch and it must be in a working condition with speed controlled from panel board of knob.• Engine is with all necessary sensors like1. ECU, 2. Absolute Pressure Sensor, 3. Throttle Position Sensor, 4. Intake Air Temperature Sensor and Pressure Sensor, 5. Lambda sensor, 6. T.D.C. Sensor, 7. Engine Idling Actuator, 8. Engine Coolant Temperature Sensor etc. Engine Specifications:‐ (1) Type : 4 Stroke Cycle, Water Cooled, (2) Timing : Twin Overhead Camshaft, (3) Fuel System : M.P.F.I System, (4) No. Of Cylinder : 4 Cylinders, (5) No. Of Valve : 16 Valves, (6) Piston Displacement : 1500 to 2000 CC, (7) Maximum Output : 60 to 90 KW a

2 2

14 Petrol Engine vertical(two stroke) Motor cycle/Scootortype 1.5 HP Indian Make contemptary model • Petrol engine (2 stroke) having cubic capacity of 60 to 150 cc developing about 03 to 8 BHP at 2500/6000 RPM. • Complete with all necessary accessories like fuel tank, accelerator unit, and transmission system with operating unit & silencer etc. • Engine will be in a running condition with speed controlled.Engine Specifications: (1) Type : 2 Stroke petrol engine, (2) No. Of Cylinder : 1 Cylinder(3) Piston Displacement : 60 to 150 CC, (4) Maximum Output : 3 to 8 BHP at 2500 to 6000 RPM(5) Fuel Tank Capacity : 5 to 10 Liters , (6) No. of Gear : 3 or 4• Manual will be provided. • With Suitable stand.

1 1

15 Piston ring compressor 2 216 Portable lifting crane 1 ton capacity with chain block and tackle arrangement 1 1

Page 152: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name

MM

V

Dies

el M

ech

Tota

l Qnt

y

17 Sectionised Engine Gear box and differential mounted on chassis• Motorized actual working cut sectioned of Gearbox & Differential mounted on chassis. The cutting should be enabling the working parts visible i.e. the Gears & Synchronized unit. Main shaft, counter shaft, Reverse Gears, Selector Mechanism. Crown Wheel & Pinion Assembly and Rear Axle shaft, etc. • Suitable Electric motor drives with Reduction gear to be provided understand working of gear & Differential mounted on chassis. • The Gearbox & Differential should be cut in such a way to demonstrate bellow stated parts movable & stationary parts.1. Gears, 2. Synchronized Ring, 3. Main shaft, 4. counter Shaft, 5. Reverse Gear, 6. Selector Mechanism, 7. Crown wheel8. Pinion, 9. Rear Axle, 10. Propeller shaft, 11. Suitable Electric Motor with Reduction Gear Box (with V‐belt, Pulley). • With Suitable stand. • Manual will be provided

1 1

18 Washing pump‐ratiprocating type electrically operayted with one KW motor‐1000 ltr tankType : Triplex plunger typeWorking Pressure : 650 LPS / PSI ( 45 Kg/cm2)Max. Design Pressure : 100 Bar (100 Kg/ cm2)No of Gun : 1Nozzles : 2 (00 Pencil Jet, 250 FLAT Jet)Discharge Flow Rate : 1020 LPH (270 GPH)Pump RPM : 420Required Motor : 3 HP (Single/Three Phase) 1440 rpmStandard Accessories : High pressure gun, 30 ft pressure hose, v‐belts, pump pilley. Motor pulley, base frame, safety relief valve, 1 rubber washer set.

1 1

TOTAL = 10 18 28

Page 153: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM NameRef &

AC

1 Condensing unit with open type compressor evaporative condenser controls etc.capacity 3000 k.cal/hr 1

2 HC refrigerant in cylinders/disposable containers 2

3 Pipe bending tool lever type with degree indicator,for tube OD 6.4 to 16 mm. 2

4 Ammeter AC/DC portable precision grade teak wood case leather belt,0 to 30 amp. 2

5 Anemometer (vane type) 1

6 Capillary plug gauge 4

7 Heating kit with infra red bulb (200 watt.capacity) 1

8 Sensor thermometer (digital) 2

9 Sling psychrometer mountrd on aluminum back scale‐50 deg c.to+50 Deg.C. 1

10 Tachometer digital,multirange 0 to 3000 rpm, portable small size in leather caseRange : 0‐9999 RPMType : Non‐contact ; Display : 3 ½ digt, LED/LCDAccuracy : +/‐ 1 % for full scale auto ranging ; Motor Specification : (for RPM measurement)Revolutions : 100‐3000 RPM variable speed ; Compactable AC variable power supply for varying speed of motor having compactable disc/ fan ; Power supply : 230 V, 50 Hz

1

11 Tong‐tester 0‐10‐30 amps.,0‐500 volts (clamp on Multimeter) 212 Pitot tube & inclined tube manometer 113 Visi coolerCapacity : 60 NO. Of 300 mL Bottle + 5 Cans of 330 Ml.

Compressor ‐CFC free R‐134 A fan ; Cooled. Shelves ‐ 1 No. Top half Shelve + 1 No. Middle shelf + 1 no middle shelf inner Light – 9 W CFL ; Glass Assembly ‐ Double Glass Assembly with Molecular sieve and properly Sealed outer glass tempered.Insulation : PUF 40 mm ; Power : 170 W, With fitted of temperature controller, fan cooling and roller for easy movement and built with stabilizer with instruction manual.

1

TOTAL = 21

LIST OF REF & AC MACHINERIES FOR UPGRADATION OF EXISTING TRADES ITI, Cuttack (Package No.26)

Page 154: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name

Inst

rum

ent

Mec

h.

TURN

ER

Total Qnty

1 CNC Milling Machine with option of 6 Station Automatic Tool Changer (ATC), FANUC emulated Control C.N.C., Milling trainerA 3 Axes CNC Bench Milling Machine with Fanuc Emulated Control Programming Software and Industrial Fanuc Emulated Control Panel With advanced Digital graphics Simulation With Virtual onscreen of Fanuc series, driven by Direct Numerical Control TECHNICAL SPECIFICATIONS: XL MILL.6 CONTROL PC Based 3 Axis continuous path7 Table Size 360 mm X 132 mm8 Travel X axis 225mm9 Travel Y axis 150mm10 Travel Z axis 115mm11 Spindle to Table Distance 70mm to 185mm12 Spindle to Column 110mm13 Spindle Nose Taper BT 3014 Programmable Spindle speed 150‐4000 R.P.M15 Programmable Feed Rate ‐ X , Y and Z axis 0 ‐ 1000mm/min16 Repeatability 0.005mm17 Posional Accuracy ± 0.010mm18 Rapid Rate (X, Y and Z axis) 1.2 M/min19 Spindle Motor Capacity 0.5 HP AC Induction20 Axis Motors X , Y , & Z (Stepper motor) 400 Steps/rev21 Main Supply 230 V , Single Phase, 50 Hz22 slides Turcite “B” fitted23 Bed CASTING24 Lubrication SINGLE shot centralised Lubrication25 Machine Weight (Approx.) 170 Kg26 Machine Dimentions (LxWxH) mm. 41 ATC Motor 230 V AC reversable42 ATC ‐ Maximum tool diameter ø16mm43 ATC ‐ Maximim tool length 40mm44 ATC DIRECTION Bi‐direction45 Hydro Pneumatic Vice 46 Automatic Door 47

1 1

LIST OF CNC MACHINES FOR UPGRADATION OF EXISTING TRADES ITI, Rourkela(Package No.27)

Page 155: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No.

ITEM Name

Inst

rum

ent

Mec

h.

TURN

ER

Total Qnty

2 CNC Turning Centre with 8 Station Indexing Tool Post:‐CNC Slant Bed Turning Centre with Industrial type Control Panelwith closed loop servo motor control with further option of linking to CAD/CAM and FMS (Flexible ManufacturingSystem).CNC control FANUC 0i Mate,ed Type Slant bed 45 degree Swing over Bed 275mm Swing over Crosslide80mm Swing over Way covers 240mm Maximun turning Diameter/Length 80mm / 180mm Minimum TurningDiameter 6 Chuck size: 100mm X axis Travel 95mm 90mm In Dia) Z‐axis Travel 210mm Distance between centres345mm Rapid Traverse Rate (X/Y axis in m/min) 5 m/min Tailstock travel 170mm Tailstroke Quill Stroke 30mmQuill Diameter 35mm Tailstroke Taper Spindle Bore 20mm Spindle Motor Asyncronous AC Spindle motor SpindleNose Taper A 2/3" Spindle height from floor 1100mm Programmable Spindle speed 150‐4000 R.P.M ProgrammableFeed Rate 0‐5000 mm/min Positioning Accuracy ±0.010 Repeatability 0.003 Resolution 0.001mm Axis Motor (Zand X axis Motors) AC SERVO MOTORS Axis Motor power 3 NM Spindle Motor Capacity 3.7 Kw AC SERVO motor Bor TOOLING PACKAGE Set of 5 external turning carbide tool holders with inserts (1 No Turning & Facing Tool holders, 3 Nos Copy Turning Tool Automatic door , Servo Stabilizer 10 KVA,3 Phase – 1 no.

1 1

TOTAL = 1 1 2

Page 156: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Fitt

er

Elec

tric

ain

Inst

rum

ent

Mec

h.

Ref &

AC

Plum

ber

FITT

ER

TURN

ER

AOCP

1 Bench drilling machine with chuck and key up to 15mm cap. 4 1 52 Drill hand brace 0 to 100 mm 14 143 Drill machine hand 0 to 6 mm capacity• Rated voltage : 235 v

• Nature of supply : d.c & a.c 50 hz.• Watts input (full load) : 500 watts• No load speed : 2500 rpm• Full load speed : 1650 rpm• No load current : 0.9 amps• Full load current : 2.3 amps• Duty cycle rating : continuous• Approx.net weight : 3.3 kg

6 6

4 Drill Power,Bench Type,Precision, Motorised With Chuck 0 to 12 mm 1 15 Drill S.S Twist block 2 mm, 5 mm, 6 mm set of 3 16 16

ITI, ROURKELA

LIST OF DRILLING MACHINES FOR UPGRADATION OF EXISTING & NEW TRADESITI, Cuttack & Rourkela (Package No.28)

Sl. No.

ITEM Name

ITI, CUTTACK

Total Qnty

Page 157: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Fitt

er

Elec

tric

ain

Inst

rum

ent

Mec

h.

Ref &

AC

Plum

ber

FITT

ER

TURN

ER

AOCP

ITI, ROURKELA

Sl. No.

ITEM Name

ITI, CUTTACK

Total Qnty

6 Drilling machine bench to drill upto 12 mm dia• Specification in mm : 13 mm• Speed : 4• Spindle Nose Taper : Solid• Range of Speed : 500‐2825• Spindle Center to Column : 155• Spindle Travel : 75• Size of Square Table : 210 x 200• Base Size : 340 x 220 mm• Max Distance From Spindle to Base: 356• Working Surface of Table : 160 x 155• Working Surface of Base Plate : 170 x 170• Power Required for Electric motor: 0.25 HP• Approx. Weight of Machine : 45 Kg

7 7

7 Drilling machine (Bench Type one additional number is require to be provided for each additionalbatches i.e. in the 1st & 2nd shift.

1 1

Page 158: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Fitt

er

Elec

tric

ain

Inst

rum

ent

Mec

h.

Ref &

AC

Plum

ber

FITT

ER

TURN

ER

AOCP

ITI, ROURKELA

Sl. No.

ITEM Name

ITI, CUTTACK

Total Qnty

8 Drilling Machine bench sensitive 0‐12 mm cap motorized with chuck & key• Specification in mm : 13mm• Speed : 4• Spindle nose taper : solid• Range of speed : 500 ‐ 2825• Spindle center to column : 155• Spindle travel : 75• Size of square table : 210*200• Base size : 340*220 mm• Max. Distance from spindle to base : 356• Working surface of table : 160*155• Working surface of base table : 170*170• Power required for electric motor : 0.25 hp • Approx. weight of machine : 45 kg.

2 1 1 4

Page 159: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Fitt

er

Elec

tric

ain

Inst

rum

ent

Mec

h.

Ref &

AC

Plum

ber

FITT

ER

TURN

ER

AOCP

ITI, ROURKELA

Sl. No.

ITEM Name

ITI, CUTTACK

Total Qnty

9 Drilling machine pillar sensitive 0‐20mm cap with swivel table motorized with chuck & key.•Specification in mm : 19 mm• Speed : 8• Spindle Nose Taper : MT‐2• Range of Speed : 86‐3360• Spindle Center to Column : 199.5• Spindle Travel : 130• Size of Square Table : 270 x 270• Base Size : 470 x 315 mm• Max Distance From Spindle to Base : 710• Working Surface of Table : 210 x 210• Working Surface of Base Plate : 300 x 250• Power Required for Electric motor : 0.5 HP• Approx. Weight of Machine : 101 Kg

1 1 2

10 Electric drill machine portable 6 mm capacity• Rated voltage : 235 v• Nature of supply : d.c & a.c 50 hz.• Watts input (full load) : 500 watts• No load speed : 2500 rpm• Full load speed : 1650 rpm• No load current : 0.9 amps• Full load current : 2.3 amps• Duty cycle rating : continuous• Approx.net weight : 3.3 kg

1 1 2

11 Electrical drill portable with chuck and key capacity 6.4 mm. 1 1

Page 160: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Fitt

er

Elec

tric

ain

Inst

rum

ent

Mec

h.

Ref &

AC

Plum

ber

FITT

ER

TURN

ER

AOCP

ITI, ROURKELA

Sl. No.

ITEM Name

ITI, CUTTACK

Total Qnty

12 Hand drill machine 6 mm cap..• Rated voltage : 235 v• Nature of supply : d.c & a.c 50 hz.• Watts input (full load) : 500 watts• No load speed : 2500 rpm• Full load speed : 1650 rpm• No load current : 0.9 amps• Full load current : 2.3 amps• Duty cycle rating : continuous• Approx.net weight : 3.3 kg

2 2

13 Pillar electric drill machine 12 mm capacity• Specification in mm : 13 mm• Speed : 4• Spindle Nose Taper : Solid• Range of Speed : 500‐2825• Spindle Center to Column : 155• Spindle Travel : 75• Size of Square Table : 210 x 200• Base Size : 340 x 220 mm• Max Distance From Spindle to Base : 356• Working Surface of Table : 160 x 155• Working Surface of Base Plate : 170 x 170• Power Required for Electric motor : 0.25 HP• Approx. Weight of Machine : 45 Kg

8 4 12

TOTAL = 17 45 3 1 1 4 1 1 73

Page 161: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No

Name of the Machineries BBBTADV.

MODULETotal Qnty

1 2 3 4 51 AG 7 Grinder 02 Nos. 06 Nos. 82 AG4 Grinder Nil 06 Nos. 63 Bench shear hand capacity up to 5 mm 01 No. 02 Nos. 34 Buffing machine with all accessories &

optional accessories & Raw materials// SPECIFICATION=Motor: 1 1/3 HP Max Rating Motor: 1 HP Long Term Duty Rating (Motor drops to 1 HP after 2‐3 hours of continual use) ,Speed: 3,450 RPM (single speed) Weight: 62 lbs. Amps: 10.7, Rotates buffing wheels 10" and smaller, Arbor: 3/4", Shank Length:7 3/8" (from bearings to wheel) , Shank Width: 1", Cast Iron Housing and Base measures: 27"L x 8"W x 11"H Includes manual book. Optional Accessory Kit :‐ (2) 10" spiral sewn buffing wheels ,(2) 10" loose cotton buffing wheels , 4 pc. polishing compound kit . Optional Heavy Duty Industrial Pedestal :‐Height: 32" ,Table Dimensions: 10 1/4" x 11 1/8" ,Post Diameter: 2 3/4" Certified company under ISI /

02 Nos. Nil 2

5 Brinell hardness testing machine with all accessories & optional accessories. Testing Table Dia 200 mm 1No., Loads of Kgf : 500 to 3000in Stages of 250Testing Table dia 70 mm with 'V' groove for round jobs dia 10 to 80 mm – 1No.max. Test Heights X Throat (mm) : 380x200 , Ball holder dia 5 mm with T.C. ball‐1No. Ball holder dia 10 mm with T.C. ball‐1No. Depth of Elevating Screw Below Base (mm) : 1880 Test Block HB‐5/750‐1No. Machine Height (mm) 1225 Appx. Test Block HB‐10/3000‐1No. Size of Base (mm) 380 x 740 Appx. Motor Drive : 0.33HP Mains Supply : 415V, 50Hz, 3 Phase AC Indentation Measurement : Direct Reading Optical Device with 14 x Magnification. Allen Spanner‐9Pcs., Instruction Manual‐1No

01 No. Nil 1

6 Beading machine with 380 mm throat clearance (with crimping rollers) with all accessories & optional accessories. Deep throat swaging and beading machine , complete with one pair of swage rolls, motorized model, supplied with suitable stand, speed reduction gears, 2HP , AC 440V, 50Hz, 3Phase, Motor pulley , V belt guard and starter , Maximum capacity to work on MS 16SWG centre distance between rolls 2 ½” depth of gap 18”.

01 No. Nil 1

7 Bench Liver Shears 250 mm blade X 3 mm Capacity 01 No. Nil 18 Centre lathe swing over dia 10” Nil 02 Nos. 2

LIST OF Fabrication Mechanical MACHINERIES, ITI BHAWANIPATNA Package No. 29

Page 162: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No

Name of the Machineries BBBTADV.

MODULETotal Qnty

9 Centre lathe, height of centre 150 mm with all standard accessories

Nil 01 No. 1

10 Circle cutting machine 300 mm diameter with all accessories & optional accessories

01 No. Nil 1

11 D.E.grinder 30cm wheel motorized pedestal type (one fine & one rough)

02 Nos. 03 Nos. 5

12 Electric drill machine 6 mm capacity universal type 250V 01 No. Nil 113 Fly press / Ball press No.4 single body with all accessories 01 No. Nil 114 Gullitine shearing machine Nil 01 No 115 Impact testing machine 01 No. 01 No. 216 Lathe general purpose all geared (gap bed) ,height of

centres 150mm bed length 1500 mm with 3 jaw & 4jaw chuck, face plate, taper turning attachment steadies etc., and set of lathe tool holders.

02 Nos. Nil 2

17 Milling universal cutter grinder with all accessories & optional accessories. (For grinding HSS and carbide engraving cutter as well as single lip or multiple lip cutters of various shapes such as radiuses cutters or negative taper angle of cutters. The universal index head is provided at 24 positions so that any particular angle of shape can be obtained, free 360degree or 100 rotations is allowed for grinding End Mills, Twist Drill, Lathe Tools, only replace the attachment to the index head without any complex setup. ) ACCESSORIES= Certified company‐ CE,ISO9001:2000, Max. collet capacity‐28mm/Max. grinding dia‐28mm, Taper angle‐0~ 180 (degree)/Relief angle‐0~ 45 (degree), Negative angle‐0~52(degree/Grinding spindle‐5200 r.p.m., Cup grinding wheel‐100*32*20mm/Motor‐1/3HP 220V/380V 50HZ. Net weight‐ 50KG/Gross weight‐60KG/Standard Accessory, Diamond Wheel /Dresser ....1pc/ Wheel flange, (mounted)......1pc. Collect :4,6,8,10,12mm (or inch)......5pc/ Grinding Wheel ......1pc./ Aligning Finger......1pc/ Lock Pin.....1pc/ Drive Belt .....1pc/ Tools.....1set/ Optional Accessory/ End mill grinding attachment, Twist drill grinding attachment/Lathe tool grinding attachme

01 No. Nil 1

18 Milling cutter grinder‐Cutter Sharpener(GD‐40) with all accessories . (Cutter sharpener is applicable to grind milling cutter of all kinds of diameter, shapers and angles for die sinker, also to die pin corresponding to the miller according to die sinker scale, it has ability of grinding turning tool, drill. So it is an necessary equipment in using die sinker with excellent figuration, new structure and good application).ACCESSORIES= Certified company‐ CE,ISO9001:2000, Wheel Diameter‐100mm/Thickness‐ 50mm/Hole size‐ 20mm, Spindle speed‐ 5600rpm/Collet clamping diameter range‐ 3‐16mm Tool post longitudinal travel‐140mm, Tool post longitudinal mircro adjustment‐ 18mm, Spindle post longitudinal mircro adjustment‐8mm, Grinding taper range‐0°~180°/Grinding negative angle range‐0°~52° Grinding relief range‐0°~44°

01 No. Nil 1

Page 163: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No

Name of the Machineries BBBTADV.

MODULETotal Qnty

19 Muffle Furnace 01 No. Nil 120 Nibbling machine with all accessories &

optional accessories (Bosch, GNA 2.0)01 No. Nil 1

21 Polishing machine with all accessories & optional accessories with polishing wheels . ACCESSORIES= Motor: 1 1/3 HP Max Rating Motor: 1 HP Long Term Duty Rating (Motor drops to 1 HP after 2‐3 hours of continual use) , Speed: 3,450 RPM (single speed), Rotates polishing wheels 10" and smaller, Arbor: 3/4", Shank Length:7 3/8" (from bearings to wheel)Shank Width: 1", Cast Iron Housing and Base measures: 27"L x 8"W x 11"H Includes manual book . Certified company under ISI / ISO

02 Nos. Nil 2

22 Pedestal Grinder, double ended with 170 mm wheel(one fine & one rough) 02 Nos. Nil 2

23 Portable Pneumatic shear, Blade length: 300mm , Cutting Capacity: a) MS sheets of up to 125mm wide X 4mm thick b) Aluminium, Copper and Brass bars of up to 100mm wide X 10mm thick. Controls: Pneumatic or Electric Push button or foot pedal operated. Accessories: Cutting platform with side and toggle clamp provided.Working Pressure: Compressed air at 5 bar pressure is required for operating the machine.

02 Nos. Nil 2

24 Portable sand / shot blasting equipment with all accessories with blasting materials with air compressor & optional accessories. Portable Shot Blasting Equipments with Blasting Materials Pressure Tank Fabrication : MS Sheet thickness 6mm, Dish End thickness : 8mm., Max. Working Pressure : 100 (7.0 PSI (Kg/cm2), Hydraulic Test Pressure : 250 (17.5) , Abrasive Storage Capacity : Metallic 150 Kg Appx. Sand 65 Kg Appx., Volume : 42 Ltrs. , Compressed Air Requirement at 5.63Kg / cm2 : For 5mm Nozzle with following Blasting Materials : (a) Airfed Blasters Helmet (b) Pneumatic Hose for Helmet with end fittings (c ) Rubber Hand Gloves (d) Gum Boots (e) Operators suit (f) Helmet Air Conditioner (g) Helmet Air Breather

01 No. Nil 1

25 Phospating plant with all accessories & optional accessories & equipment

01 No. Nil 1

26 Pneumatic rivet gun 02 Nos. Nil 227 Paint Mixer Machine 01 Nos Nil 128 Power hacksaw Machine Nil 03 Nos. 329 Portable Drilling machine ( Cap. 6mm) Nil 03 Nos. 3

Page 164: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No

Name of the Machineries BBBTADV.

MODULETotal Qnty

30 Rockwell hardness testing machine with ABC scale lead 60, 100 & 150Kgs with all accessories & optional accessories. Test Loads : 60, 100, 150 (Rockwell) Rockwell Diamond Indentor : 1No., Supply Voltage : 230V, 50Hz, Single Phase, Testing Table dia 50mm : 1No. Initial Loads (Kgf) : 10, Testing Table dia 40mm with “V” Groove for Round Jobs dia 6 to 45mm : 1No. , Max. Text Height (mm) : 300 , Steel Ball Indentor dia 1/16” : 1No., Depth of Throat (mm) : 155, Test Block HRC : 1No. Test Block : 1No., Size of Base (mm) 645 x 260mm Appx.Steel Ball dia 1/6” : 5Nos., Allen Spanners : 3Nos. Machine Height (mm) 745, Clamping Device : 1No.PVC Cover for Machine : 1No., Rubber Bellow : 1No.Instruction Manual : 1 Book

01 No. Nil 1

31 Spinning lathe Machine with all accessories & optional accessories Length of Bed : 1600mm, Height of Center : 330mm, Diameter of Spindle : 77mm, Width of Bed : 280mm, with following accessories. Revolving Centre, Electronic Motor, Reversible Switch, V Belt with Motor Pully Fittings.

01 No. Nil 1

32 Sensitive Drilling Machine Pillar 12 mm capacity with accessories

01 No. Nil 1

33 Seaming Machine.Hand Operated Grooving or Side Seaming Machine for closing side seaming on round or irregular shaped bodies with detachable mandrel having full length groove for inside seams , complete with a set of grooved two wheels for outside seams and one plain wheel for inside seams. Working Length of Mandrel 18” , Capacity in MS SWG : 22

01 No. Nil 1

34 Tin smiths bench folder 600 x 1.6 mm 01 No. Nil 135 Universal Testing machine 10 ton capacity. 01 No. 02 Nos. 3

TOTAL= 67

Page 165: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No

Name of the Equipments BBBTADV.

MODULETotal Qnty

1 2 3 4 51 Angle plate adjustable 250X150X175 02 Nos. Nil 22 Anvil 50 kgs with stand 01 No. Nil 13 Annealing box 152 x 50 x 45 cm M.S. 3 mm thick 01 No. Nil 14 Alloy steel test piece of known composition

(at least 15 different steel sizes 150 mm length & 10 mm diameter)

01 Kit Nil 1

5 Case hardening box 38 x1.25 cm M.S. 01 No. Nil 16 Chart for spark test 01 No. Nil 17 Dye penetrant Testing Kit 02 Set 06 Set 88 Hand press brake capacity (0.8 mm) 01 No. Nil 19 IIW/ASTM reference radiograph standard Nil 03 Set 3

10 Light general purpose portable forge 02 Nos. Nil 211 Magnifying glass 6”(150 mm ) diameter Nil 04 Nos. 412 Powder Coating Equipment Complete with Drying Oven

a) Micro Flow Powder Welding Process Cold An assortment of spray blow pipes each with its own injector and mixing chamber. Fast manual assembly, spray blow pipe easily rotated. Specially designed high performance WC nozzle. Quick shut out level cuts supply of gases to the torch. Heating in the torch causes sintered plugs to fuse, blocking the gases. Longer blowpipe keeps the operator at a safe and comfortable distance when higher flame setting are used due to increase in coating power increases. Heat shield designed for maximum protection at different working angles. b) Powder Welding Process Cold No bond coat – start and finish coating with one powder alloy. Exceptionally high bond strength and strong interparticle bonds, provide very tough coatings. Unique composition provides exceptional wear resistance property. Application temperature less than 250°C. Also suitable for thin build up.c) Electrode Drying OvenThermostatically Controlled , Temperature 0 – 250 C 10Kg Cap. Potable Electrode Drying Oven made if Thick Mild Steel Sheet with cover and carrying handle duly painted temperature range 50ºC to 250ºC

01 No. Nil 1

13 Reference Radiographic standard Nil 01 Set 114 Reduction sleeve MT as required 01 Set Nil 1

LIST OF MECHANICAL EQUIPMENTS, ITI BHAWANIPATNA Package No. 30

Page 166: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No

Name of the Equipments BBBTADV.

MODULETotal Qnty

15 Spirit level 2V 250,05 metre 01 No. Nil 116 Slip roll former 1.6 mm x 1000 mm 01 No. Nil 117 Spray Gun gravity or pressure feed container and Gun 20 Litres capacity 01 No. Nil 118 Solid parallels in pairs ( Different sizes) in Metric 16 Pairs. Nil 16

19 Surface plate 900 x900 x1200 mm with Table 01 No. Nil 120 Ultrasonic flaw detector with all accessories.

With Ultrasonic Probes (12 & 24mm dia), Angle Probe ( 12.5mm) BNC to BNC Cable . Frequency : 0.5‐12MHz (0.5‐25.00MHz), Sensitivity : 140+/‐3dB, Gain Control : 103dB in 0.25 dB Steps.Horizontal Linearity : £ ±1% of Test Range. Vertical Linearity : £ ± 3% of Screen Height. Accuracy of calibration Gain : ± 1 dB. Test Range : 10mm – 10 mt in Steel. CRT Screen : 70 x 55mm (100 x 80mm), Delay : 0‐500mm in steel (Up‐to 4 meter), Suppression : 0‐50% of screen height, PRF : 125Hz‐2KHz coupled with test range. Voltage Supply : 7.2 VDC (Ni‐cd Batteries)–(Mains 230V) , Battery Life : 3 ‐ 4 Hours. Acceptable Temperature : 0‐500C. Test Method : Pulse echo / through transmission. Operating Mode : Single / Double Probe, T/R Mode

Nil 03 Nos. 3

21 Wire brush (SS) 21 Nos. 34 Nos. 5522 Wire Brush (MS) 23 Nos. 34 Nos. 5723 Water tank for quenching capacity about 300 liters 01 No. Nil 1

TOTAL= 164

Page 167: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No

Name of the Machineries BBBTADV.

MODULETotal Qnty.

1 2 3 4 5

1 Air plasma cutting system with all accessories with air compressor

Nil 02 Nos. 2

2 Arc welding set rectifier type 400A with all accessories Nil 02 Set 23 Acetylene Cylinder Nil 06 Nos. 64 Argon Cylinder Nil 05 Nos. 55 Apron Leather 17 Nos. 51 Nos. 686 CO2 Cylinder Nil 05 Nos. 57 Co2 Welding Machine complete 400 Amp. With cooled

goose necked torch 300 Amp Nil 01 Set 1

8 Cutting torch oxy‐acetylene with cutting nozzles Nil 04 Set 49 Carbon Arc gouging torch 300 Amp. Nil 01 No. 1

10 Electrode Holder 400 Amp. Nil 12 Nos. 1211 Earth Clamps 12 Nos. 30 Nos. 4212 Electrode drying oven Temp. range 0‐250o C , 10Kg cap. 01 No. 03 Nos. 413 Fiber welding booth and welding screen 08 Nos. 24Nos. 3214 Fume extractors 04 Nos. 12 nos. 1615 Gloves pair leather 17 Nos. 34 Nos. 5116 Gas welding goggles Nil 34 Nos. 3417 Glass coloured 108 x 82 x 3mm DIN 9A,11A & 13A Nil 48 Each 4818 Glass white 108 x 82 Nil 60 Doz. 6019 Heavy duty cutting blow pipe with cutti9ng nozzles 01 Set 03 Set 420 Leather sleeves Nil 32 Pair 3221 Lugs for cables Nil 08 Nos 3222 Liquified Petrolium Gas (LPG) Cylinder, Regulator and Torch with Burner 19.5

kg 02 Set. Nil 2

23 Oxygen Cylinder Nil 06 Nos. 624 Outfit Spanner Nil 24 Nos. 2425 Pug Cutting Machine Nil 02 Nos. 226 Pressure regulator oxygen double stage Nil 20 Nos 20

LIST OF WELDING MACHINERIES, ITI BHAWANIPATNA Package No. 31

Page 168: DIRECTORATE OF TECHNICAL EDUCATION & … NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF MACHINERY & EQUIPMENT BID REFERENCE : 01/DTET,Orissa/WB/NCB-11-31/ Machineries&Equipments/2011-12

Sl. No

Name of the Machineries BBBTADV.

MODULETotal Qnty.

27 Pressure regulator Acetylene regulator Nil 16 Nos. 1628 Rubber hose pipe black & red 5mm Nil 60 Mtrs.each 6029 Rubber hose clips 50 Nos. 150 Nos. 20030 Spindle Key ( For opening cylinder Valve) Nil 24 Nos. 2431 Safety boots for welders Nil 34 Nos. 3432 Spark Lighter Nil 34 Nos. 3433 Safety Goggles 39 Nos. 34 Nos. 7334 Screen welding helmet type Nil 51 Nos. 5135 Submerged Arc welding machine 600 Amp Nil 02 Nos. 236 Spot welding machine – 15 KVA With all accessories, 15KVA with all

accessories , Input Supply : 415V, KVA Rating @ 50% duty Cycle ‐ 15KVA Rating @ 100% duty Cycle‐ 15KVA, Spot Capacity Max 4mm, Combined Thickness _Min 1.5, Water Requirement 5 LPM, Main Cable Size‐ Copper 2.10 Sq.mm

01 Set 01 Set 2

37 Transformers welding set with all accessories 300 A Nil 02 Set 238 TIG welding set complete 300 Amp AC/DC

with water cooled torch Nil 02 Set 2

39 Tip cleaner Nil 24 Nos. 2440 Welding Helmets Nil 32 Nos. 3241 Welding Rubber hose pipe Oxygen & Acetylene 8mm 30 Mtrs. 90 Mtrs. 12042 Welding torches with 10 nozzles 06 Set. 06 Set. 1243 Welding hand screen dual coloured Nil 51 Nos. 5144 Welding helmet dualcoloured Nil 17 Nos. 1745 Welding cables to carry 600 amps with flexible rubber Nil 150 Mtrs. 150

TOTAL= 1421