Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Indian Institute of Technology Bombay
Sealed Tenders are invited by the Indian Institute of Technology Bombay from reputed manufactures / suppliers for the supply of the following item :-
Tender Details
Tender Number: 201402239 Tender Date: 13-Mar-2015
Tender Type: Open (Advt.) Form of Contract: Buy
No. of Covers: 2 Tender Category: Goods
Payment Instruments
Payment Mode Offline Instrument Type: As per Tender Document
Covers Information
Cover No. Cover Type Description Document Type
1 Technical Tender Document, Tender Fee, EMD, Integrity Pact, Pre-
Qualification, Technical Specification
2 Finance Financial Bid .pdf
Tender should be submitted on the schedule with your covering letter in the enclosed form duly signed. Your quotation must be submitted in two
envelopes Technical Bid and Commercial Bid superscribing on both the envelopes the tender no. and the due date and both these sealed covers
are to be put in a bigger cover which should also be sealed and duly superscribed with our Tender No. & Due Date
Tender Fee Details (in the form of Demand Draft)
Tender Fee(INR): 500.0 Payable to: The Registrar, IIT Bombay Payable at: Mumbai
EMD Fee Details (in the form of Bank Guarantee)
EMD Fee(INR): 420000.0 Payable to: The Registrar, IIT Bombay
EMD Fee Type : Fixed Payable at: Mumbai
Item Details
Item Name Item Description
Heavy duty Commercial Treadmill Commercial Use Treadmill.
Touch Screen Display(min.9 Screen Size) with all standard readouts. Along with Internet Facility.
Speed Range; 0.5-12 Mile/Hr. / 0.8-20 Km/Hr
Elevation Range: 0%-15%(min)
Decline Range :- 0-3%
Running Area: 20 or above
Maximum User Weight: 350lbs or more
Machine Weight :- 210 Kgs or more
Motor : 4 HP(AC motor) minimum
Power connectivity :- 240 Volt
Built In exercise programs.
Heart Rate monitoring with hand sensor & telemetric.
Belt stop safety key.
Shock absorbing system to minimize joint impact.
Pulse Rate/Heart Rate monitoring System.
Deck Board:No Lube, No Maintenance Belt, Reversible deck.
1 of 40
Indian Institute of Technology Bombay
Standard fitness network compatibility like Broadcast Vision / Fit linx / CSAFE.
Warranty :- year (with parts and labour both)
International quality/safety regulatory certifications are must like ASTM/EN/FCC.
Heavy duty Commercial Recumbent bike Commercial Use Bike.
Touch Screen Display(min.9 Screen Size) with all standard readouts. Along with Internet Facility.
Machine Weight = 90kg or above
Difficulty level = 1-20(min)
Heart Rate monitoring with hand sensor & telemetric
Resistance Type Self tensioning single stage drive and Hybrid eddy current self generating brake
with brushless internal generator.
Crank Heavy duty crank with rugged use, reliable mechanism.
Adjustable back rest.
Maximum User Weight: 350lbs or more
Standard fitness network compatibility like Broadcast Vision / Fit linxx / CSAFE
Warranty :- year (with parts and labour both)
International quality/safety regulatory certifications are must like ASTM/EN/FCC.
Heavy duty Commercial Spin bike Commercial Rated Bike
Machine should be made of Rust Resistant material like Aluminium etc
Adjustable Seat with Toe holding Facility
High Inertia Wheel for consistent movement
Resistance system with No Contact Magnetic Resistance with Eddy current technic
Machine should be incorporate maintenance free Braking System. No Brake pad.
Pedal with both side foot grip
Comfortable seat.
Optional Monitor should be available to have readouts like Watts, Heart rate etc.
Light weight.
User weight should be for Minimum 350lbs.
Heavy duty Commercial Elliptical cross trainer Commercial Use Elliptical Trainer.
Touch Screen Display(min.9 Screen Size) with all standard readouts. Along with Internet Facility.
Machine Weight: 110 kg or more
Maximum User Weight: 350lbs or more
Adjustable Cross ramp with Commercial standard Stride Length.
Power requirement: 240 Volts
Resistance range: 20 levels and above
Heart Rate monitoring with hand sensor & telemetric.
Standard fitness network compatibility like Broadcast Vision / Fit linxx / CSAFE
Warranty :- year (with parts and labour both)
International quality/safety regulatory certifications are must like ASTM/EN/FCC.
Rowing Machine Commercial Solid Steel construction.
Total body exerciser with Water/Air resistance.
Resistance should vary with stroke.
Electronic display showing all readouts.
2 of 40
Indian Institute of Technology Bombay
Balanced Pull while sitting, forward and backward stroke.
Chest Inclined Press Solid Commercial Construction with min 12
gauge steel.
Chest , Inclined Chest press Exerciser.
Powder Coated.
Belt/Cable based. Strength of cable/belt should
be in excess of 2000lbs.
Independent Arm Movement.
Machine should provide option to perform
advanced Sports Specific movement.
Weight Stack- 200lbs.
Machine Weight (min):- 225kg.
Instructions Card should be pasted on machine.
Pectoral Fly Pectoral, Delt Muscle Exerciser.
Solid Commercial Construction with min 12
gauge steel.
Powder Coated.
Belt/Cable based.
Strength of cable/belt should be in excess of
2000lbs.
Independent Arm Movement.
Machine should provide option to perform
advanced Sports Specific movements.
Weight Stack- 200lbs.
Machine Weight(min):- 225kg.
Instructions Card should be pasted on machine.
Lat Pulley Solid Commercial Construction with min 12
gauge steel.
Powder Coated.
Belt/Cable based.
Strength of cable/belt should be in excess of
2000lbs.
Independent Arm Movement.
Balanced Vertical Pull.
Machine should provide option to perform
advanced Sports Specific movements.
Weight Stack- 250lbs.
Machine Weight(min):- 225kg.
Instructions Card should be pasted on machine.
Shoulder Press Solid Commercial Construction with min 12
gauge steel.
Powder Coated.
3 of 40
Indian Institute of Technology Bombay
Belt/Cable based.
Strength of cable/belt should be in excess of
2000lbs.
Independent Arm Movement.
Machine should provide option to perform
advanced Sports Specific movements.
Weight Stack- 200lbs.
Machine Weight(min):- 225kg.
Instructions Card should be pasted on machine.
Biceps Curl Solid Commercial Construction with min 12
gauge steel.
Powder Coated.
Belt/Cable based.
Strength of cable/belt should be in excess of
2000lbs.
Adjustable Arm position with support.
Adjustable Seat.
Machine should provide option to perform
advanced Sports Specific movements.
Weight Stack- 200lbs.
Machine Weight(min):- 180kg.
Instructions Card should be pasted on machine.
Triceps Extension Solid Commercial Construction with min 12
gauge steel.
Powder Coated.
Belt/Cable based.
Strength of cable/belt should be in excess of
2000lbs.
Independent Arm Movement.
Machine should provide option to perform
advanced Sports Specific movements.
Weight Stack- 200lbs.
Machine Weight(min):- 200kg.
Instructions Card should be pasted on machine.
Weight Assisted Chin Dip Machine Solid Commercial Construction with min 12
gauge steel.
Powder Coated.
Belt/Cable based.
Strength of cable/belt should be in excess of
2000lbs.
Balanced Vertical Pull.
Machine should provide option to perform
advanced Sports Specific movements.
4 of 40
Indian Institute of Technology Bombay
Weight Stack- 120lbs.
Machine Weight(min):- 300kg.
Instructions Card should be pasted on machine.
Dual Cable Function Trainer Heavy Duty Commercial structure.
Machine should cover total body exercises.
Power coating (Electrostatic).
Machine should provide a variety of grip
options for SPORTS SPECIFIC movements.
Machine should offer independent Cable Pull.
Rotating Pulley on both side to ensure safe and
smooth cable travel during straight / arm with
rotation/ Standing position.
Cable length that can be pulled for specific
training should be 8 feet (min) both hand. 8
feet(min) single hand.
Cable strength should be min 2000lbs.
Weight stack should be properly covered to
avoid any chance of injury during exercise.
There should be possibility for advanced
training workout.
Soft Grip Detachable handles.
Exercise Placard showing how to use be placed
on machine.
Weight Stack: Minimum 75 lbs. 2 weight stack.
2 Weight Stack with independent cable and
weight movement.
2 Users also can exercise simultaneously.
Leg Curl Solid Commercial Construction with min 12
gauge steel.
Powder Coated.
Belt/Cable based.
Strength of cable/belt should be in excess of
2000lbs.
Independent Leg Movement.
Machine should provide option to perform
advanced Sports Specific movements.
Weight Stack- 200lbs.
Machine Weight (min):- 225kg.
Instructions Card should be pasted on machine.
Leg support to isolate quad muscle and to
provide stability while exercising
Seated Leg Press Solid Commercial Construction with min 12
gauge steel.
5 of 40
Indian Institute of Technology Bombay
Powder Coated.
Belt/Cable based.
Strength of cable/belt should be in excess of
2000lbs.
Balanced Horizontal Push.
Arc movement to give freedom to extend full
body.
Adjustable seat and leg position.
Machine should provide option to perform
advanced Sports Specific movements.
Weight Stack- 450lbs.
Machine Weight(min):- 350kg.
Instructions Card should be pasted on machine.
Leg Extension Solid Commercial Construction with min 12
gauge steel.
Powder Coated.
Belt/Cable based.
Strength of cable/belt should be in excess of
2000lbs.
Independent Leg Movement.
Machine should provide option to perform
advanced Sports Specific movements.
Weight Stack- 250lbs.
Machine Weight(min):- 250kg.
Instructions Card should be pasted on machine.
Calf Machine (Standing / Seated) Solid Commercial Construction with min 12
gauge steel.
Powder Coated.
Belt/Cable based.
Strength of cable/belt should be in excess of
2000lbs.
Independent Leg Movement.
Machine should provide option to perform
advanced Sports Specific movements.
Weight Stack- 300lbs.
Machine Weight(min):- 300kg.
Instructions Card should be pasted on machine.
Ab Curl Machine Solid Commercial Construction with min 12
gauge steel.
Powder Coated.
Belt/Cable based.
Strength of cable/belt should be in excess of
2000lbs.
6 of 40
Indian Institute of Technology Bombay
Independent Arm Movement.
Balanced Vertical Pull.
Machine should provide option to perform
advanced Sports Specific movements.
Weight Stack- 150lbs.
Machine Weight(min):- 200kg.
Instructions Card should be pasted on machine.
Ab Machine Standing Heavy Duty Commercial structure.
Machine should cover upper body exercises
targeting Abdominal Muscles.
Power coating (Electrostatic).
Machine should provide a variety of grip
options for SPORTS SPECIFIC movements.
Machine should offer independent Cable Pull.
Rotating Pulley to ensure safe and smooth
motion with rotation/ Standing position.
Cable strength should be min 2000lbs.
Weight stack should be properly covered to
avoid any chance of injury during exercise.
There should be possibility for advanced
training workout.
Soft Grip Detachable handles.
Exercise Placard showing how to use be placed
on machine.
Weight Stack: Minimum 100 lbs.
Max Cross Trainer Heavy Duty Commercial Structure with Weight plate Rack.
410 Kg (approx). Machine width 191cm length188cm) height 228cm.
Smith Machine Heavy Duty Commercial structure.
Minimum 275Kg machine weight.
80(min) Height Clearance.
Plate storage.
Multiple Bar Holders
Latch for safety hold back of bars.
Whole body vibratory platform Dimensions (LWH):
24034 x 37 x 57
(86 cm x 94 cm x 145 cm)
Product Weight
lbs.
(109 kg)
Maximum User Weight
400
7 of 40
Indian Institute of Technology Bombay
lbs.
(182 kg)
Power Requirements
110 Volt 15 Amp (220 Volt also available)
Displays
Hertz (vibrations per second) 30, 35, 40, 50 Amplitude
(vertical displacement) H, L Time: 30, 60, 90 Secon
Plate Loaded Squat Heavy Duty Commercial structure.
Minimum 230kg machine weight.
With Shoulder Press pads
Lower plate load design
Back seat pad with high density foam construction
Plate Loaded Leg Press Heavy Duty Commercial structure.
Minimum 175Kg machine weight.
Stable Seat pad for added safety.
Handle for efficient Leg Inclined exercises.
Adjustable Leg Angle with lever to lock & unlock.
Angled exercise positions.
abdominal Bench Heavy Duty Commercial structure.
Minimum 50Kg machine weight.
Adjustable back rest.
Supported Leg pads.(adjustable for different users)
Flat Bench Heavy Duty Commercial structure.
Minimum 25Kg machine weight.
Flat with high density seat pad.
Portable
Olympic Flat Bench Heavy Duty Commercial structure.
Y shape design for added strength & durability.
With 2 bar racks.
Plate holders for quick bar loading & unloading.
High Density seat with vinyl covering.
Minimum 100Kg machine weight.
Olympic Inclined Bench Heavy Duty Commercial structure.
Y shape design for added strength & durability.
With 2 bar racks.
Plate holders for quick bar loading & unloading.
High Density seat with vinyl covering.
Adjustable seat.
35Deg fixed Incline angle.
Minimum 100Kg machine weight.
Olympic Decline Bench Heavy Duty Commercial structure.
8 of 40
Indian Institute of Technology Bombay
Y shape design for added strength & durability.
With 2 bar racks.
Plate holders for quick bar loading & unloading.
High Density seat with vinyl covering.
Adjustable Leg Pads.
15 Deg fixed Decline angle.
Minimum 100Kg machine weight.
Adjustable Bench Heavy Duty Commercial structure.
Minimum 35Kg machine weight.
Adjustable Seat Back Rest
Portable with wheels
Decline 5Deg to Incline 75Deg adjustable
Preacher Curl Bench Heavy Duty Commercial structure.
Minimum 60Kg machine weight.
Multiple Bar holder position.
Adjustable Seat
Supported Arm Rest
Dip Chin Ab Heavy duty, sturdy
Shall stand on its own base without bolting to the floor
Curved handles and padded Armrests
User weight 350 lbs
Dumbbell Set, Rubber coated 1kg to 25kg Quality Rubber coated dumbbells (1,2.5,5,7.5,10,12.5,15,17.5,20,22.5,25Kg) Pair dumbbells
Sample to be approved.
Kettle bell Set (5kg to 25Kg Good Quality Rubber coated Kettle Bells,
Range 5kg to 25 kg
Kettle bell Set (5kg to 25Kg Good Quality Rubber coated Kettle Bells,
Range 5kg to 25 kg
Olympic Rubber coated weight plates plates 1/2
kg to 25kg
Quality Rubber coated Olympic Plates (1.1/4,1. ½, 2.5,5,7.5,10,12.5,15,17.5,20,22.5,25Kg,30Kg) Pair
of plates
Sample to be approved.
Olympic Bar Bells High Quality Steel Olympic Barbells
Different types of bar bells E Z Barbells
Standard Barbells 25mm thick 4ft , 6ft
Twin Dumbbell Rack Heavy Duty Commercial structure.
To accommodate the Dumbbells, 2 tier solid construction.
Plate Rack Heavy Duty Commercial structure.
To accommodate the Dumbbells, 2 tier solid construction.
Bar Bell rack Heavy Duty Commercial structure.
To accommodate the Bar Bell
9 of 40
Indian Institute of Technology Bombay
Mirror Per Sq. Ft Wall Mounted High Quality wall mirrors.
The Mirrors Shall have wooden frame all around.
The mirrors shall be placed on ply board.
Heavy duty (4 Station) Multi Gym Multi Gym Having 12 hardworking conventional workstations , in which at least 4 persons can
simultaneously perform workout. The exercise stations shall have a minimum of 200lbs weight
stack. The frame shall provide uncompromising stability and strength. kindly mention the
available workstations clearly. Also mention the dimension of the Multi-gym.
Pre Qualification: As per tender Document
Period of Work/
Delivery Period (Days)30 Bid Validity(Days) 180
Product Category Sports Product Sub Category N/A
Contract Type Tender Pre Bid Meeting Date & Time 25-Mar-2015 03:00 PM
LocationStudents Gymkhana - New Building
opp Hotel -11
Pre Bid Meeting
Address & Place
Materials Management Division, IIT
Bombay, Powai, Mumbai 400 076
Pincode 400076
Critical Dates
Bid Submission End Date/
Date & Time of Submission10-Apr-2015 01:00 PM Bid Opening Date & Time 10-Apr-2015 03:00 PM
Place of Submission Materials Management Division Bid Opening Place Materials Management Division
Other Terms & Conditions:
If price is not quoted in PRICE BID as provided in tender document then, IIT Bombay will reject bid along with forfeiting Earnest Money Deposit
Warranty: Warranty as per mentioned in Technical Specification
Technical Clarification
Name: Appaji Boppanda B
Dept: GYMKHANA SPORTS
Email: [email protected]
Contact No. 25764033
Tender Inviting Authority
Name: Deputy Registrar
Address: Materials Management Division,
IIT Bombay, Powai,
Mumbai - 400 076
Date: 16-MAR-2015
Signing Authority:
10 of 40
Indian Institute of Technology Bombay
TENDER DOCUMENT for Indigenous Items
I) GENERAL:
1. Indian Institute of Technology Bombay hereinafter is referred as “BUYER” and Tenderer is referred as “BIDDER”, hereby invites tenders from indigenous suppliers confirming specifications of tender documents.
2. As per Govt. of India Notification no. 10/97CE dt. 1st March 1997, IIT Bombay is exempted from Excise duty for SCIENTIFIC / TECHNICAL INSTRUMENTS WHICH ARE USED FOR RESEARCH PURPOSE ONLY. We shall provide all the documents under this notification to enable you to clear the goods without payment of excise duty, whenever required. Please state clearly that this certificate is required.
3. As per Govt. of India Notification no. 51/96 Custom dtd. 23rd July 1996, IIT Bombay is exempted from Custom duty for all research equipment. We shall provide all the documents under this notification to enable you to clear the goods without payment of Custom duty, whenever required. Please state clearly that this certificate is required.
4. Any new taxes and duties liable on the subject contract due to change in legislation during the contract period shall be reimbursed subject to the applicability of the said act to the satisfaction of the purchaser and the production of documentary evidence after availing of statutory concession, benefits etc.
5. The supplier shall pay and bear all other liabilities, taxes and duties not specifically agreed by the Purchaser in the contract.
6. The leaflets catalogue, etc. should be sent invariably so that a proper evaluation of theequipment offered is possible.
7. Please also mention the preinstallation requirements for the equipment like ambient temperature, humidity, weather specifications, power specifications, etc. When items are provided full performance satisfaction should be demonstrated.
II) SUBMISSION OF OFFER:1. The Quotation MUST BE ENCLOSED IN A SEALED COVER superscribing Tender number / due date &
should reach the undersigned on or before due date mentioned in the tender notice. If the quotation cover is not sealed, it will be rejected.
2. PRICE BID MUST BE SUBMITTED IN ENCLOSED PRICE BID FORMAT ONLY.3. Tender should be dropped in the tender box kept in the office of concerned Department /
Section or to Indenter. No tender is to be handed over to our staff personally unless otherwise specified. All communications are to be addressed to the undersigned only. In case due date happens to be holiday the tender will be accepted and opened on the next working day.
4. Quoting of Price (s) : Price quoted should be in Indian Rupees, free delivery at IIT Bombay Campus at site.
5. Quantity : The quantity shown in the tender can be increased or decreased to any extent depending upon the actual requirement.
6. VAT/Other Govt. Taxes : Excise Duty (ED), other taxes, levies, like Service Tax (ST), Education Cess, etc., are to be indicated separately. BIDDER should mention Central and State Sales Tax/VAT Registration, PAN Number are to be necessarily indicated in the offer.
7. Optional items should be quoted in separate sheet otherwise your quote will be rejected.
III) COMMUNICATION FOR NONPARTICIPATION OF TENDERS: For registered vendors with IIT Bombay, in case you choose not to participate in the tender a regret letter by way of fax/letter/email may be submitted before the due date duly superscribing “Regret” and tender No. If no communication
12 of 40
Indian Institute of Technology Bombay
received by the due date and time, it shall be inferred that you are not interested in participation and your name is liable to be removed from the vendor's list.
IV) DELIVERY : The successful BIDDER should deliver the material as per tender document/purchase order. The successful bidder should emboss stickers of purchase order number on the material.
V) SUPPLEMENTARY OFFER/MODIFICATION OF ORIGINAL OFFER: Tender submitted against Notice Inviting Tender (NIT) shall not be returned in case the tender opening date is extended/postponed. BIDDER desirous to modify their offer/terms may submit their revised/ supplementary offer (s) within the extended Tender Opening Date (TOD) by clearly stating to the extent of updation done to the original offer. The purchaser reserves the right to open the original offer along with the revised offer.
VI) CANCELLATION OF TENDER: Not withstanding anything specified in this tender document, Purchaser / IIT Bombay in his sole discretion, unconditionally and without having to assigned any reasons, reserves the rights:a) To accept OR reject lowest tender or any other tender or all the tenders.b) To accept any tender in full or in part.c) To reject the tender offer not confirming to the tenders terms.d) To give purchase preference to Public Sector undertakings when applicable as per Govt. Policy/ Guidelines.
VII) TERMS OF PAYMENT :1. Payment within 30 days from the date of delivery and & Acceptance Certificate of concerned Department / Section / Materials Management Division.2. Payment shall be made by Cheque or such other mode / electronic fund transfer offered by the Bank.3. Octroi charges will be reimbursed only if Original Receipt is submitted to IIT Bombay.
VIII) VALIDITY OF THE OFFER : 180 Days from the date of submission of offer.
IX) EVALUATION OF OFFER :1. IIT Bombay evaluate technical and commercial acceptable offers on landed net Price basis.2. Offer which deviates from the vital conditions (as illustrates below) of the tender shall be rejected:a) Nonsubmission of complete offers.b) Receipt of offers after due date and time and or by email / fax (unless specified otherwise).c) Receipt of offers in open conditions.3. In case any BIDDER is silent on any clauses mentioned in this tender documents, IIT Bombay shall construe that the BIDDER had accepted the clauses as per the invitation to tender no further claim will be entertained.4. No revision in the terms and conditions quoted in the offer will be entertained after the last date and time fixed for receipt of tenders.5. In case of two bid system the date and time of Price Bid shall be intimated to technically qualifying bidders only.
X) SPECIFICATION AND SAMPLES : The suppliers shall supply the stores in accordance with the specifications/ descriptions of stores given in the acceptance of tender. The Purchaser reserved the rights to alter the description of stores including drawings given in the acceptance of tender. In the event any such alteration result in any implication to the deliver and price, such implication shall be mutually agreed between the Purchaser and supplier. In case certified sample has been issued by the Purchaser and the Specifications / Drawings also exist in the acceptance of tender then the certified
13 of 40
Indian Institute of Technology Bombay
sample will govern the supply to the extend of material, workmanship and finished.
XI) LIQUIDATED DAMAGES : Timely delivery is essence of the contract and hence if any consignment be delayed, liquidated damages at the rate 0.5% of the price of the delayed consignment, for each week or part whereof shall be levied and recovered subject to maximum of 5% of total purchase order value.
XII) TRANSFER AND SUBLETTING : The seller shall not sublet, transfer, assign or otherwise part with the acceptance to the tender or any part thereof, either directly or indirectly, without the prior written permission of the Purchaser.
XIII) FORCE MAJEURE : Force Majeure will be accepted on adequate proof thereof.
XIV) SUPERVISION OF ERECTION & COMMISSIONING : Successful BIDDER shall depute concerned specialist, for supervision of erection & commissioning of the machine to be carried out. The successful BIDDER shall make necessary arrangement at their own expenses for stay, transport and other expenses of their specialist during their stay in Mumbai which also includes imparting training to IIT Bombay personnel.
XV) TRAINING : The BIDDER shall submit training proposal for the operation and maintenance to the personnel of IIT Bombay on the offered machine.
XVI) LEGAL MATTER : All Domestic and International disputes are subject to Mumbai Jurisdiction Only.
14 of 40
Indian Institute of Technology Bombay
(to be printed on Supplier's letterhead)
INTEGRITY PACT
General
This prebid precontract Agreement hereinafter called the Integrity Pact is made on ............................ day of the month
of .................................. , between, on one hand, the President of India acting through Deputy Registrar, Materials
Management Division of Indian Institute of Technology, Bombay hereinafter called the “BUYER” of the First Part and
M/s.............................................................. represented by Shri ...............................................................,Director /Chief
Executive Officer/ General Manager hereinafter called the “BIDDER/Seller” of the Second Part.
WHEREAS the BUYER proposes to procure ...................................................................................................
(Name of the Stores/Equipment/Item) and the BIDDER/Seller is willing to offer/has offered the stores and WHEREAS
the BIDDER is a private company/public company/Government undertaking/partnership/registered export agency,
constituted in accordance with the relevant law in the matter and the BUYER is a Autonomous Body/Department of the
Government of India performing its functions on behalf of the President of India.
NOW, THEREFORE, to avoid all forms of corruption by following a system that is fair, transparent and free
from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into
with a view to :Enabling the BUYER to obtain the desired said stores / equipment at a competitive price in conformity
with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public
procurement, and Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the
contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices
and the BUYER will commit to prevent corruption, in any form, by its officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
Commitments of the BUYER
1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the
contract,will demand, take a promise for or accept, directly or through intermediaries, any bribe,
consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the
BIDDER, either for themselves or for any person, organization or third party related to the contract in
exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process
related to the Contract.
1
15 of 40
Indian Institute of Technology Bombay
1.2 The BUYER will, during the precontract stage, treat all BIDDERs alike, and will provide to all
BIDDERs the same information and will not provide any such information to any particular BIDDER
which could afford an advantage to that particular BIDDER in comparison to other BIDDERs.
1.3 All the officials of the Buyer will report to the appropriate Government office any attempted or
completed breaches of the above commitments as well as any substantial suspicion of such a breach.
2.In case any such preceding misconduct on the part of such official (s) is reported by the BIDDER to the BUYER,
with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary
proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and
such a person shall be debarred from further dealings related to the contract process. In such a case while an
enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.
Commitments of BIDDERs :
3.The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and
illegal activities during any stage of its bid or during any precontract or postcontract stage in order to secure the
contract or in furtherance to secure it and in particular commit itself to the following:
3.1 The BIDDER will not offer, directly or through intermediaries, any bribe, consideration, gift, reward,
favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to
any person, organization or third party related to the contract in exchange for any advantage in the bidding,
evaluation, contracting and implementation of the Contract.
3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly
any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the
Contract or forbearing to do or having done any act in relation to the obtaining or execution of the Contract
or any other Contract with the Government for showing or forbearing to show favour or disfavour to any
person in relation to the Contract or any other Contract with the Government.
3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs shall
disclose their foreign principals or associates.
3.4 BIDDERs shall disclose the payments to be made by them to agents / brokers or any other
intermediary, in connection with this bid/contract.
3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the original
manufacturer/ integrator/ authorized government sponsored export entity of the defence stores and has not
engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way
to recommend to the BUYER, or any of its functionaries, whether officially or unofficially to the award of
the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such
individual, firm or company in respect of any such intercession,facilitation or recommendation.
2
16 of 40
Indian Institute of Technology Bombay
3.6 The BIDDER, either while presenting the bid or during precontract negotiations or before signing the
contract, shall disclose any payments he has made, is committed to or intends to make to officials of the
BUYER or their family members, agents, brokers or any other intermediaries in connection with the
contract and the details of services agreed upon for such payments.
3.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency ,
fairness and progress of the bidding process, bid evaluation, contracting and implementation of the
contract.
3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and
illegal activities.
3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to
others, any information provided by the BUYER as part of the business relationship, regarding plans,
technical proposals and business details, including information contained in any electronic data carrier.
The BIDDER also undertakes to exercise due and adequate care lest any such information is
divulged.
3.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner
without supporting it with full and verifiable facts.
3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions
mentioned above.
3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER,
either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any
relative of an officer of the BUYER has financial interest/stake in the BIDDER's firm ,the same shall be
disclosed by the BIDDER at the time of filing of tender.
The term relative for this purpose would be as defined in Section 6 of the Companies Act 1956.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or
transactions, directly or indirectly, with any employee of the BUYER.
4. Previous Transgression
4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately
before signing of this Integrity Pact, with any other company in any country in respect of any corrupt
practices envisaged hereunder or with any Public Sector Enterprise in India or any Government
Department in India, that could justify BIDDER's exclusion from the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified
from the tender process or the contract, if already awarded, can be terminated for such reason.
3
17 of 40
Indian Institute of Technology Bombay
5. Earnest Money Deposit
5.1 While submitting bid, the BIDDER shall deposit an amount mentioned in tender document as Earnest
Money, with the IIT Bombay through the following instruments:
(i)A confirmed Bank Guarantee by an Indian Nationalized Bank, promising payment of the
guaranteed sum to the BUYER on demand within three working days without any demur whatsoever
and without seeking any reasons whatsoever. The demand for payment by the IIT Bombay shall be
treated as conclusive proof of payment.
5.2 The Earnest Money shall be valid upto a period of 180 days or the complete conclusion of the contractual
obligations to the complete satisfaction of both the BIDDER and the BUYER, including warranty period,
whichever is later.
5.3 In case of successful BIDDER a clause would also be incorporated in the Article pertaining to Performance
Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of
Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for
imposing sanction for violation of this Pact.
5.4 No interest shall be payable by the BUYER to the BIDDER on Earnest Money for the period of its
currency.
5.5 In case of successful BIDDER, EMD will be returned within 30 days from the date of submission of
Performance Guarantee Bond.
6. SECURITY DEPOSIT /PERFORMANCE GUARANTEE :
6.1 Performance Guarantee Bond is mandatory.
6.2 Successful tenderer/ bidder should submit performance guarantee as prescribed above to be received in the
office of Deputy Registrar, Materials Management Division on or before 30 days from the date of issue of
order acknowledgement. The performance guarantee bond to be furnished in the form of Bank Guarantee as
per proforma or annexure of the tender documents, for an amount covering 5% of the purchase order value.
6.3 The Performance Guarantee Should be established in favour of “REGISTRAR IIT Bombay” through any
Bank Situated at Mumbai or Outstation with a clause to enforced the same on their local branch at Mumbai.
6.4 Performance Guarantee Bond shall be for the due and faithfully performance of the contract and shall
remain binding, notwithstanding such variations, alterations for extensions of time as may be made, given,
conceded or agreed to between the successful tenderer and the purchaser under the terms and conditions of
acceptance to tender.
6.5 The successful tenderer is entirely responsible for due performance of the contract in all respects according
to the speed, intent and meaning of the terms and conditions and specification and all other documents
referred to in the acceptance of tender.
6.6 The performance guarantee bond shall be kept valid during the period of contract and shall continue
to be enforceable for a period of two years from the date of order acknowledgement.
4
18 of 40
Indian Institute of Technology Bombay
7. Sanctions for Violations
7.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf
(whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the
following actions, wherever required:
(i) To immediately call off the precontract negotiations without assigning any reason or giving
any compensation to the BIDDER. However, the proceedings with the other BIDDER(s)
would continue.
(ii) The Earnest Money Deposit (in precontract stage) and/or Security Deposit/Performance
Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided
by the BUYER and the BUYER shall not be required to assign any reason therefore.
(iii) To immediately cancel the contract, if already signed without giving any compensation to
the BIDDER.
(iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with
interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India,
while in case of a BIDDER from a country other than India with interest thereon at 2%
higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER
in connection with any other contract for any other stores, such outstanding payment could
also be utilized to recover the aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by
the BIDDER, in order to recover the payments, already made by the BUYER, along with
interest.
(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay
compensation for any loss or damage to the BUYER resulting from such
cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable
from the money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in future bidding processes of the Government of
India for a minimum period of two years, which may be further extended at the discretion of
the BUYER.
(viii) To recover all sums paid in violation of this pact by the BIDDER(s) to any middleman or
agent or broker with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any contract
signed by the BUYER with the BIDDER, the same shall not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.
5
19 of 40
Indian Institute of Technology Bombay
7.2 The BUYER will be entitled to take all or any of the actions mentioned at para 7.1(i) to (x) of this Pact also
on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without
the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or
Prevention of Corruption Act 1988 or any other statute enacted for prevention of corruption.
7.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by
the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the
independent Monitor(s) appointed for the purposes of this Pact.
8. Fall Clause
8.1 The BIDDER undertakes that it has not supplied/is not supplying similar product/systems or subsystems at
a price lower than that offered in the present bid in respect of any other Ministry/ Department of the
Government of India or PSU and if it is found at any stage that similar product/system or subsystem was
supplied by the BIDDER to any other Ministry/Department of the Government of India or PSU at a lower
price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the
difference in the cost would be refunded by the BIDDER to the BUYER, if the contract has already been
concluded.
9. Independent monitors
9.1 The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors) for this Pact in
consultation with the Central Vigilance Commission ( Chief Vigilance Officer ,Indian Institute of Technology,
Bombay).
9.2 The task of the Monitor shall be to review independently and objectively, whether and to what extent the
parties comply with the obligations under this Pact.
9.3 The Monitor shall not be subject to instructions by the representatives of the parties and performs their
functions neutrally and independently.
9.4 Both the parties accept that the Monitor have the right to access all the documents relating to the
project/procurement, including minutes of the meetings.
9.5 As soon as the Monitor notices, or believes to notice, a violation of this Pact, he will so inform the
Authority designated by the BUYER.
9.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project
documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual
obligation to treat the information and documents of the BIDDER/Subcontractor(s) with confidentiality.
6
20 of 40
Indian Institute of Technology Bombay
9.7 The BUYER will provide to the Monitor sufficient information about all meetings among the parties
related to the Project provided such meetings could have an impact on the contractual relations between the
parties. The parties will offer to the Monitor the option to participate in such meetings.
9.8 The Monitor will submit a written report to the designated Authority of BUYER/ Secretary in the
Department/within 8 to 10 weeks from the date of reference or intimation to him by the BUYER / BIDDER
and, should the occasion arise, submit proposals for correcting problematic situations.
10. Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or
its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER
and the BIDDER shall provide necessary information & documents in English and shall extend all possible
help for the purpose of such examination.
11. Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and Jurisdiction is the Seat of the BUYER.
12. Other Legal Actions The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in
accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.
13. Validity
13.1 The validity of this Integrity Pact shall be from date of its signing and extend upto 5 years or the complete
execution of the contract to the satisfaction of both the BUYER and the BIDDER/ Seller, including warranty
period, whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months
from the date of the signing of the contract.
13.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact remains
valid. In this case, the parties will strive to come to an agreement to their original intentions.
14. The Parties hereby sign this Integrity Pact.
BUYER BIDDER
Dy. Registrar (MMD), IIT Bombay Signature with seal
Date & Place: Date & Place:
Witness Witness
1. ___________________________ 1. ________________________________
(Indenter)
2. ___________________________ 2. ________________________________
___________________________ __________________________________
7
Total 7 pages
21 of 40
Indian Institute of Technology Bombay
FORMAT FOR EARNEST MONEY DEPOSIT / BID BOND
(To be typed on Non-judicial stamp paper of the value of Indian Rupees of One Hundred) (TO BE ESTABLISHED THROUGH ANY OF THE NATIONALED BANKS (WHETHER SITUATED AT MUMBAI OR OUTSTATION) WITH A CLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH AT MUMBAI OR ANY SCHEDULED BANK (OTHER THAN NATIONALISED BANK) SITUATED AT MUMBAI. BONDS ISSUED BY CO-OPERATIVE BANKS ARE NOT ACCEPTED)
LETTER OF GUARANTEETo,Registrar,Indian Institute of Technology,Powai, Mumbai – 400 076
IN ACCORDANCE WITH YOUR TENDER for supply of ….............................., M/s. ............................. (hereinafter called the “Bidder”) having its Registered Office at …........................, wish to participate in the said bid for the supply ….................................................... as an irrevocable Bank Guarantee against Earnest Money Deposit for an amount of Rs. …................... (Rupees...............................) valid up to …............ (180 days from the date of issue of Bank Guarantee), is required to be submitted by the bidder as a condition precedent for participating in the said bid, which amount is liable to be forfeited by the Purchaser on (1) the withdrawal or revision of the offer by the bidder within the validity period, (2) Non acceptance of the Letter of Indent / Purchase order by the Bidder when issued within the validity period, (3) failure to execute the contract as per contractual terms and condition with in the contractual delivery period and (4) on the happening of any contingencies mentioned in the bid documents.
During the validity of this Bank Guarantee :We, ….......................(Bank name) having its registered Office at ….......................guarantee and undertake to
pay immediately on first demand by …................................... the amount of Rs................... (Rupees..............................) without any reservation, protest, demur and recourse. Any such demand made by the IIT Bombay shall be conclusive and recourse. Any such demand made by the purchaser shall be binding on the Bank irrespective of any dispute or difference raised by the Bidder.
The Guarantee shall be irrevocable and shall remain valid up to …............(180 days from the date of issue of Bank Guarantee) If any further extension is required, the same shall be extended to such required period on receiving instruction form the Bidder, on whose behalf the is Guarantee is issued.
Notwithstanding anything contained herein : ⁎ Our liability under this Bank Guarantee shall not exceed Rs.................... (Rupees....................) . ⁎ This Bank Guarantee shall be valid up to ….........................................................(date). ⁎ We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee Only and
only if you serve upon us a written claim or before …............ (date).
This Bank further agrees that the claims if any, against this Bank Guarantee shall be enforceable at our branch office at ........................................ situated at .............................. (Address of local branch).
Yours truly,
Signature and seal of the guarantor:
Name of Bank:
Address:
Date:
Instruction to Bank: Bank should note that on expiry of Bond Period, the Original Bond will not be returned to the Bank. Bank is requested to take
appropriate necessary action on or after expiry of bond period.
22 of 40
Indian Institute of Technology Bombay
FORMAT FOR PERFORMANCE GUARANTEE BOND
(To be typed on Non-judicial stamp paper of the value of Indian Rupees of One Hundred) (TO BE ESTABLISHED THROUGH ANY OF THE NATIONAL BANKS (WHETHER SITUATED AT MUMBAI OR OUTSTATION) WITH A CLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH AT MUMBAI OR ANY SCHEDULED BANK (OTHER THAN NATIONALISED BANK) SITUATED AT MUMBAI. BONDS ISSUED BY CO-OPERATIVE BANKS ARE NOT ACCEPTED.)
To,Registrar, Indian Institute of Technology,Powai, Mumbai – 400 076.
LETTER OF GUARANTEE
WHEREAS Indian Institute of Technology, Bombay (Buyer) have invited Tenders vide Tender No............................... Dt. ............................. for purchase of ........................................................ AND WHEREAS the said tender document requires that any eligible successful tenderer (seller) wishing to supply the equipment / machinery,etc. in response thereto shall establish an irrevocable Performance Guarantee Bond in favour of “Registrar, Indian Institute of Technology, Bombay” in the form of Bank Guarantee for Rs ................................ (5% (five percent) of the purchase value) and valid till two years from the date of issue of Performance Guarantee Bond may be submitted within 30 (Thirty) days from the date of Acceptance as a successful bidder.
NOW THIS BANK HEREBY GUARANTEES that in the event of the said tenderer (seller) failing to abide by any of the conditions referred in tender document / purchase order / performance of the equipment / machinery, etc. this Bank shall pay to Indian Institute of Technology, Bombay on demand and without protest or demur Rs ........................ (Rupees......................................).
This Bank further agrees that the decision of Indian Institute of Technology, Bombay (Buyer) as to whether the said Tenderer (Seller) has committed a breach of any of the conditions referred in tender document / purchase order shall be final and binding.
We, .................................................. (name of the Bank & branch) hereby further agree that the Guarantee herein contained shall not be affected by any change in the constitution of the Tenderer (Seller) and/ or Indian Institute of Technology, Bombay(Buyer).
Notwithstanding anything contained herein:1. Our liability under this Bank Guarantee shall not exceed Rs. ......................... (Indian
Rupees ..................................... only).2. This Bank Guarantee shall be valid up to ..........................(date) and3. We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only and only if IIT
Bombay serve upon us a written claim or demand on or before ..........................(date).
This Bank further agrees that the claims if any, against this Bank Guarantee shall be enforceable at our branch office at ........................................ situated at .............................. (Address of local branch).
Yours truly,
Signature and seal of the guarantor:
Name of Bank:
Address:
Date:
Instruction to Bank: Bank should note that on expiry of Bond Period, the Original Bond will not be returned to the Bank. Bank is requested to take appropriate necessary action
on or after expiry of bond period.
23 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
PR
ICE
BID
for
Indi
geno
us S
uppl
ies.
R
efer
ence
No
:- G
ym-E
qp-N
ew F
acili
tyD
ue
Dat
e:-
10-A
pr-2
015
01:0
0 P
M
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
1H
eavy
du
ty C
om
mer
cial
Tre
adm
ill
Com
mer
cial
Use
Tre
adm
ill.
Tou
ch S
cree
n D
ispl
ay(m
in.9
Scr
een
Siz
e)
with
all
stan
dard
rea
dout
s. A
long
with
Inte
rnet
Fac
ility
.
Spe
ed R
ange
; 0.5
-12
Mile
/Hr.
/ 0
.8-2
0
Km
/Hr
Ele
vatio
n R
ange
: 0%
-15%
(min
)
Dec
line
Ran
ge :-
0-3
%
Run
ning
Are
a: 2
0 or
abo
ve
Max
imum
Use
r W
eigh
t: 35
0lbs
or
mor
e
Mac
hine
Wei
ght :
- 21
0 K
gs o
r m
ore
Mot
or :
4 H
P(A
C m
otor
) m
inim
um
Pow
er c
onne
ctiv
ity :-
240
Vol
t
Bui
lt In
exe
rcis
e pr
ogra
ms.
Hea
rt R
ate
mon
itorin
g w
ith h
and
sens
or &
tele
met
ric.
Bel
t sto
p sa
fety
key
.
Sho
ck a
bsor
bing
sys
tem
to m
inim
ize
join
t
impa
ct.
Pul
se R
ate/
Hea
rt R
ate
mon
itorin
g S
yste
m.
Dec
k B
oard
:No
Lube
, No
Mai
nten
ance
Bel
t,
Rev
ersi
ble
deck
.
Sta
ndar
d fit
ness
net
wor
k co
mpa
tibili
ty li
ke
Bro
adca
st V
isio
n / F
it lin
x / C
SA
FE
.
War
rant
y :-
yea
r (w
ith p
arts
and
labo
ur b
oth)
7 no
24 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
Inte
rnat
iona
l qua
lity/
safe
ty r
egul
ator
y
cert
ifica
tions
are
mus
t lik
e A
ST
M/E
N/F
CC
.
2H
eavy
du
ty C
om
mer
cial
Rec
um
ben
t b
ike
Com
mer
cial
Use
Bik
e.
Tou
ch S
cree
n D
ispl
ay(m
in.9
Scr
een
Siz
e)
with
all
stan
dard
rea
dout
s. A
long
with
Inte
rnet
Fac
ility
.
Mac
hine
Wei
ght =
90k
g or
abo
ve
Diff
icul
ty le
vel =
1-2
0(m
in)
Hea
rt R
ate
mon
itorin
g w
ith h
and
sens
or &
tele
met
ric
Res
ista
nce
Typ
e S
elf t
ensi
onin
g si
ngle
stag
e dr
ive
and
Hyb
rid e
ddy
curr
ent s
elf
gene
ratin
g br
ake
with
bru
shle
ss in
tern
al
gene
rato
r.
Cra
nk H
eavy
dut
y cr
ank
with
rug
ged
use,
relia
ble
mec
hani
sm.
Adj
usta
ble
back
res
t.
Max
imum
Use
r W
eigh
t: 35
0lbs
or
mor
e
Sta
ndar
d fit
ness
net
wor
k co
mpa
tibili
ty li
ke
Bro
adca
st V
isio
n / F
it lin
xx /
CS
AF
E
War
rant
y :-
yea
r (w
ith p
arts
and
labo
ur b
oth)
Inte
rnat
iona
l qua
lity/
safe
ty r
egul
ator
y
cert
ifica
tions
are
mus
t lik
e A
ST
M/E
N/F
CC
.
4 no
.
3H
eavy
du
ty C
om
mer
cial
Sp
in b
ike
Com
mer
cial
Rat
ed B
ike
Mac
hine
sho
uld
be m
ade
of R
ust R
esis
tant
mat
eria
l lik
e A
lum
iniu
m e
tc
Adj
usta
ble
Sea
t with
Toe
hol
ding
Fac
ility
Hig
h In
ertia
Whe
el fo
r co
nsis
tent
mov
emen
t
Res
ista
nce
syst
em w
ith N
o C
onta
ct M
agne
tic
Res
ista
nce
with
Edd
y cu
rren
t tec
hnic
2 no
25 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
Mac
hine
sho
uld
be in
corp
orat
e m
aint
enan
ce
free
Bra
king
Sys
tem
. No
Bra
ke p
ad.
Ped
al w
ith b
oth
side
foot
grip
Com
fort
able
sea
t.
Opt
iona
l Mon
itor
shou
ld b
e av
aila
ble
to h
ave
read
outs
like
Wat
ts, H
eart
rat
e et
c.
Lig
ht w
eigh
t.
Use
r w
eigh
t sho
uld
be fo
r M
inim
um 3
50lb
s.
4H
eavy
du
ty C
om
mer
cial
Elli
pti
cal c
ross
trai
ner
Com
mer
cial
Use
Elli
ptic
al T
rain
er.
Tou
ch S
cree
n D
ispl
ay(m
in.9
Scr
een
Siz
e)
with
all
stan
dard
rea
dout
s. A
long
with
Inte
rnet
Fac
ility
.
Mac
hine
Wei
ght:
110
kg o
r m
ore
Max
imum
Use
r W
eigh
t: 35
0lbs
or
mor
e
Adj
usta
ble
Cro
ss r
amp
with
Com
mer
cial
stan
dard
Str
ide
Leng
th.
Pow
er r
equi
rem
ent:
240
Vol
ts
Res
ista
nce
rang
e: 2
0 le
vels
and
abo
ve
Hea
rt R
ate
mon
itorin
g w
ith h
and
sens
or &
tele
met
ric.
Sta
ndar
d fit
ness
net
wor
k co
mpa
tibili
ty li
ke
Bro
adca
st V
isio
n / F
it lin
xx /
CS
AF
E
War
rant
y :-
yea
r (w
ith p
arts
and
labo
ur b
oth)
Inte
rnat
iona
l qua
lity/
safe
ty r
egul
ator
y
cert
ifica
tions
are
mus
t lik
e A
ST
M/E
N/F
CC
.
6 no
5R
ow
ing
Mac
hin
e
Com
mer
cial
Sol
id S
teel
con
stru
ctio
n.
Tot
al b
ody
exer
cise
r w
ith W
ater
/Air
resi
stan
ce.
Res
ista
nce
shou
ld v
ary
with
str
oke.
2 no
26 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
Ele
ctro
nic
disp
lay
show
ing
all r
eado
uts.
Bal
ance
d P
ull w
hile
sitt
ing,
forw
ard
and
back
war
d st
roke
.
6C
hes
t In
clin
ed P
ress
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gaug
e st
eel.
Che
st ,
Incl
ined
Che
st p
ress
Exe
rcis
er.
Pow
der
Coa
ted.
Bel
t/Cab
le b
ased
. Str
engt
h of
cab
le/b
elt
shou
ld
be in
exc
ess
of 2
000l
bs.
Inde
pend
ent A
rm M
ovem
ent.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adv
ance
d S
port
s S
peci
fic m
ovem
ent.
Wei
ght S
tack
- 20
0lbs
.
Mac
hine
Wei
ght (
min
):-
225k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
mac
hine
.
1 no
7P
ecto
ral F
ly
Pec
tora
l, D
elt M
uscl
e E
xerc
iser
.
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gaug
e st
eel.
Pow
der
Coa
ted.
Bel
t/Cab
le b
ased
.
Str
engt
h of
cab
le/b
elt s
houl
d be
in e
xces
s of
200
0lbs
.
Inde
pend
ent A
rm M
ovem
ent.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adva
nced
Spo
rts
Spe
cific
mov
emen
ts.
Wei
ght S
tack
- 20
0lbs
.
Mac
hine
Wei
ght(
min
):-
225k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
1 no
27 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
mac
hine
.
8L
at P
ulle
y
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gaug
e st
eel.
Pow
der
Coa
ted.
Bel
t/Cab
le b
ased
.
Str
engt
h of
cab
le/b
elt s
houl
d be
in e
xces
s of
200
0lbs
.
Inde
pend
ent A
rm M
ovem
ent.
Bal
ance
d V
ertic
al P
ull.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adva
nced
Spo
rts
Spe
cific
mov
emen
ts.
Wei
ght S
tack
- 25
0lbs
.
Mac
hine
Wei
ght(
min
):-
225k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
mac
hine
.
1 no
9S
ho
uld
er P
ress
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gau
ge s
teel
.
Pow
der
Coa
ted.
Bel
t/Cab
le b
ased
.
Str
engt
h of
cab
le/b
elt s
houl
d be
in e
xces
s of
200
0lbs
.
Inde
pend
ent A
rm M
ovem
ent.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adva
nced
Spo
rts
Spe
cific
mov
emen
ts.
Wei
ght S
tack
- 20
0lbs
.
Mac
hine
Wei
ght(
min
):-
225k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
mac
hine
.
1 no
10B
icep
s C
url
1 no
28 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gau
ge s
teel
.
Pow
der
Coa
ted.
Bel
t/Cab
le b
ased
.
Str
engt
h of
cab
le/b
elt s
houl
d be
in e
xces
s of
200
0lbs
.
Adj
usta
ble
Arm
pos
ition
with
sup
port
.
Adj
usta
ble
Sea
t.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adva
nced
Spo
rts
Spe
cific
mov
emen
ts.
Wei
ght S
tack
- 20
0lbs
.
Mac
hine
Wei
ght(
min
):-
180k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
mac
hine
.
11T
rice
ps
Ext
ensi
on
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gaug
e st
eel.
Pow
der
Coa
ted.
Bel
t/Cab
le b
ased
.
Str
engt
h of
cab
le/b
elt s
houl
d be
in e
xces
s of
200
0lbs
.
Inde
pend
ent A
rm M
ovem
ent.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adva
nced
Spo
rts
Spe
cific
mov
emen
ts.
Wei
ght S
tack
- 20
0lbs
.
Mac
hine
Wei
ght(
min
):-
200k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
mac
hine
.
1 no
12W
eig
ht
Ass
iste
d C
hin
Dip
Mac
hin
e
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gaug
e st
eel.
Pow
der
Coa
ted.
1 no
29 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
Bel
t/Cab
le b
ased
.
Str
engt
h of
cab
le/b
elt s
houl
d be
in e
xces
s of
200
0lbs
.
Bal
ance
d V
ertic
al P
ull.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adv
ance
d S
port
s S
peci
fic m
ovem
ents
.
Wei
ght S
tack
- 12
0lbs
.
Mac
hine
Wei
ght(
min
):-
300k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
mac
hine
.
13D
ual
Cab
le F
un
ctio
n T
rain
er
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
Mac
hine
sho
uld
cove
r to
tal b
ody
exer
cise
s.
Pow
er c
oatin
g (E
lect
rost
atic
).
Mac
hine
sho
uld
prov
ide
a va
riety
of g
rip
opt
ions
for
SP
OR
TS
SP
EC
IFIC
mov
emen
ts.
Mac
hine
sho
uld
offe
r in
depe
nden
t Cab
le
Pul
l.
Rot
atin
g P
ulle
y on
bot
h si
de to
ens
ure
safe
and
sm
ooth
cab
le tr
avel
dur
ing
stra
ight
/ ar
m w
ith
rot
atio
n/ S
tand
ing
posi
tion.
Cab
le le
ngth
that
can
be
pulle
d fo
r sp
ecifi
c
trai
ning
sho
uld
be 8
feet
(m
in)
both
han
d. 8
feet
(min
) si
ngle
han
d.
Cab
le s
tren
gth
shou
ld b
e m
in 2
000l
bs.
Wei
ght s
tack
sho
uld
be p
rope
rly c
over
ed to
avo
id a
ny c
hanc
e of
inju
ry d
urin
g ex
erci
se.
The
re s
houl
d be
pos
sibi
lity
for
adva
nced
trai
ning
wor
kout
.
Sof
t Grip
Det
acha
ble
hand
les.
Exe
rcis
e P
laca
rd s
how
ing
how
to u
se b
e
1 no
30 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
plac
ed
on
mac
hine
.
Wei
ght S
tack
: Min
imum
75
lbs.
2 w
eigh
t
stac
k.
2 W
eigh
t Sta
ck w
ith in
depe
nden
t cab
le a
nd
wei
ght m
ovem
ent.
2 U
sers
als
o ca
n ex
erci
se s
imul
tane
ousl
y.
14L
eg C
url
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gaug
e st
eel.
Pow
der
Coa
ted.
Bel
t/Cab
le b
ased
.
Str
engt
h of
cab
le/b
elt s
houl
d be
in e
xces
s of
200
0lbs
.
Inde
pend
ent L
eg M
ovem
ent.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adva
nced
Spo
rts
Spe
cific
mov
emen
ts.
Wei
ght S
tack
- 20
0lbs
.
Mac
hine
Wei
ght (
min
):-
225k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
mac
hine
.
Leg
sup
port
to is
olat
e qu
ad m
uscl
e an
d to
prov
ide
stab
ility
whi
le e
xerc
isin
g
1 no
15S
eate
d L
eg P
ress
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gaug
e st
eel.
Pow
der
Coa
ted.
Bel
t/Cab
le b
ased
.
Str
engt
h of
cab
le/b
elt s
houl
d be
in e
xces
s of
200
0lbs
.
Bal
ance
d H
oriz
onta
l Pus
h.
Arc
mov
emen
t to
give
free
dom
to e
xten
d fu
ll
1 no
31 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
body
.
Adj
usta
ble
seat
and
leg
posi
tion.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adva
nced
Spo
rts
Spe
cific
mov
emen
ts.
Wei
ght S
tack
- 45
0lbs
.
Mac
hine
Wei
ght(
min
):-
350k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
mac
hine
.
16L
eg E
xten
sio
n
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gaug
e st
eel.
Pow
der
Coa
ted.
Bel
t/Cab
le b
ased
.
Str
engt
h of
cab
le/b
elt s
houl
d be
in e
xces
s of
200
0lbs
.
Inde
pend
ent L
eg M
ovem
ent.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adva
nced
Spo
rts
Spe
cific
mov
emen
ts.
Wei
ght S
tack
- 25
0lbs
.
Mac
hine
Wei
ght(
min
):-
250k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
mac
hine
.
1 no
17C
alf
Mac
hin
e (S
tan
din
g /
Sea
ted
)
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gaug
e st
eel.
Pow
der
Coa
ted.
Bel
t/Cab
le b
ased
.
Str
engt
h of
cab
le/b
elt s
houl
d be
in e
xces
s of
200
0lbs
.
Inde
pend
ent L
eg M
ovem
ent.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adva
nced
Spo
rts
Spe
cific
mov
emen
ts.
1 no
32 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
Wei
ght S
tack
- 30
0lbs
.
Mac
hine
Wei
ght(
min
):-
300k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
mac
hine
.
18A
b C
url
Mac
hin
e
Sol
id C
omm
erci
al C
onst
ruct
ion
with
min
12
gaug
e st
eel.
Pow
der
Coa
ted.
Bel
t/Cab
le b
ased
.
Str
engt
h of
cab
le/b
elt s
houl
d be
in e
xces
s of
200
0lbs
.
Inde
pend
ent A
rm M
ovem
ent.
Bal
ance
d V
ertic
al P
ull.
Mac
hine
sho
uld
prov
ide
optio
n to
per
form
adva
nced
Spo
rts
Spe
cific
mov
emen
ts.
Wei
ght S
tack
- 15
0lbs
.
Mac
hine
Wei
ght(
min
):-
200k
g.
Inst
ruct
ions
Car
d sh
ould
be
past
ed o
n
mac
hine
.
1 no
19A
b M
ach
ine
Sta
nd
ing
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
Mac
hine
sho
uld
cove
r up
per
body
exe
rcis
es
targ
etin
g A
bdom
inal
Mus
cles
.
Pow
er c
oatin
g (E
lect
rost
atic
).
Mac
hine
sho
uld
prov
ide
a va
riety
of g
rip
optio
ns fo
r S
PO
RT
S S
PE
CIF
IC m
ovem
ents
.
Mac
hine
sho
uld
offe
r in
depe
nden
t Cab
le
Pul
l.
Rot
atin
g P
ulle
y to
ens
ure
safe
and
sm
ooth
mot
ion
with
rot
atio
n/ S
tand
ing
posi
tion.
Cab
le s
tren
gth
shou
ld b
e m
in 2
000l
bs.
Wei
ght s
tack
sho
uld
be p
rope
rly c
over
ed to
1 no
33 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
avoi
d an
y ch
ance
of i
njur
y du
ring
exer
cise
.
The
re s
houl
d be
pos
sibi
lity
for
adva
nced
trai
ning
wor
kout
.
Sof
t Grip
Det
acha
ble
hand
les.
Exe
rcis
e P
laca
rd s
how
ing
how
to u
se b
e
plac
ed
on m
achi
ne.
Wei
ght S
tack
: Min
imum
100
lbs.
20M
ax C
ross
Tra
iner
Hea
vy D
uty
Com
mer
cial
Str
uctu
re w
ith
Wei
ght p
late
Rac
k.
410
Kg
(app
rox)
. Mac
hine
wid
th 1
91cm
leng
th18
8cm
) he
ight
228
cm.
1 no
21S
mit
h M
ach
ine
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
Min
imum
275
Kg
mac
hine
wei
ght.
80(
min
) H
eigh
t Cle
aran
ce.
Pla
te s
tora
ge.
Mul
tiple
Bar
Hol
ders
Lat
ch fo
r sa
fety
hol
d ba
ck o
f bar
s.
1 no
22W
ho
le b
od
y vi
bra
tory
pla
tfo
rm
Dim
ensi
ons
(LW
H):
2403
4 x
37 x
57
(86
cm x
94
cm x
145
cm
)
Pro
duct
Wei
ght
lbs.
(109
kg)
Max
imum
Use
r W
eigh
t
400
lbs.
1 no
34 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
(182
kg)
Pow
er R
equi
rem
ents
110
Vol
t 15
Am
p (2
20 V
olt a
lso
avai
labl
e)
Dis
play
s
Her
tz (
vibr
atio
ns p
er s
econ
d) 3
0, 3
5, 4
0, 5
0
Am
plitu
de
(ver
tical
dis
plac
emen
t) H
, L T
ime:
30,
60,
90
Sec
on
23P
late
Lo
aded
Sq
uat
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
Min
imum
230
kg m
achi
ne w
eigh
t.
With
Sho
ulde
r P
ress
pad
s
Low
er p
late
load
des
ign
Bac
k se
at p
ad w
ith h
igh
dens
ity fo
am
cons
truc
tion
1 no
24P
late
Lo
aded
Leg
Pre
ss
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
Min
imum
175
Kg
mac
hine
wei
ght.
Sta
ble
Sea
t pad
for
adde
d sa
fety
.
Han
dle
for
effic
ient
Leg
Incl
ined
exe
rcis
es.
Adj
usta
ble
Leg
Ang
le w
ith le
ver
to lo
ck &
unlo
ck.
Ang
led
exer
cise
pos
ition
s.
1 no
25ab
do
min
al B
ench
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
Min
imum
50K
g m
achi
ne w
eigh
t.
Adj
usta
ble
back
res
t.
Sup
port
ed L
eg p
ads.
(adj
usta
ble
for
diffe
rent
user
s)
1 no
26F
lat
Ben
ch
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
2 no
35 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
Min
imum
25K
g m
achi
ne w
eigh
t.
Fla
t with
hig
h de
nsity
sea
t pad
.
Por
tabl
e
27O
lym
pic
Fla
t B
ench
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
Y s
hape
des
ign
for
adde
d st
reng
th &
dura
bilit
y.
With
2 b
ar r
acks
.
Pla
te h
olde
rs fo
r qu
ick
bar
load
ing
&
unlo
adin
g.
Hig
h D
ensi
ty s
eat w
ith v
inyl
cov
erin
g.
Min
imum
100
Kg
mac
hine
wei
ght.
2 no
28O
lym
pic
Incl
ined
Ben
ch
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
Y s
hape
des
ign
for
adde
d st
reng
th &
dura
bilit
y.
With
2 b
ar r
acks
.
Pla
te h
olde
rs fo
r qu
ick
bar
load
ing
&
unlo
adin
g.
Hig
h D
ensi
ty s
eat w
ith v
inyl
cov
erin
g.
Adj
usta
ble
seat
.
35D
eg fi
xed
Incl
ine
angl
e.
Min
imum
100
Kg
mac
hine
wei
ght.
1 no
29O
lym
pic
Dec
line
Ben
ch
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
Y s
hape
des
ign
for
adde
d st
reng
th &
dura
bilit
y.
With
2 b
ar r
acks
.
Pla
te h
olde
rs fo
r qu
ick
bar
load
ing
&
unlo
adin
g.
Hig
h D
ensi
ty s
eat w
ith v
inyl
cov
erin
g.
1 no
36 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
Adj
usta
ble
Leg
Pad
s.
15
Deg
fixe
d D
eclin
e an
gle.
Min
imum
100
Kg
mac
hine
wei
ght.
30A
dju
stab
le B
ench
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
Min
imum
35K
g m
achi
ne w
eigh
t.
Adj
usta
ble
Sea
t Bac
k R
est
Por
tabl
e w
ith w
heel
s
Dec
line
5Deg
to In
clin
e 75
Deg
adj
usta
ble
1 no
31P
reac
her
Cu
rl B
ench
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
Min
imum
60K
g m
achi
ne w
eigh
t.
Mul
tiple
Bar
hol
der
posi
tion.
Adj
usta
ble
Sea
t
Sup
port
ed A
rm R
est
1 no
32D
ip C
hin
Ab
Hea
vy d
uty,
stu
rdy
Sha
ll st
and
on it
s ow
n ba
se w
ithou
t bol
ting
to
the
floor
Cur
ved
hand
les
and
padd
ed A
rmre
sts
Use
r w
eigh
t 35
0 lb
s
1 no
33D
um
bb
ell S
et, R
ub
ber
co
ated
1kg
to
25k
g
Qua
lity
Rub
ber
coat
ed d
umbb
ells
(1,2
.5,5
,7.5
,10,
12.5
,15,
17.5
,20,
22.5
,25K
g)
Pai
r du
mbb
ells
Sam
ple
to b
e ap
prov
ed.
1124
no
34K
ettl
e b
ell S
et (
5kg
to
25K
g
Goo
d Q
ualit
y R
ubbe
r co
ated
Ket
tle B
ells
,
Ran
ge 5
kg to
25
kg
4 kg
35K
ettl
e b
ell S
et (
5kg
to
25K
g24
kg
37 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
Goo
d Q
ualit
y R
ubbe
r co
ated
Ket
tle B
ells
,
Ran
ge 5
kg to
25
kg
36O
lym
pic
Ru
bb
er c
oat
ed w
eig
ht
pla
tes
pla
tes
1/2
kg t
o 2
5kg
Qua
lity
Rub
ber
coat
ed O
lym
pic
Pla
tes
(1.1
/4,1
. ½,
2.5,
5,7.
5,10
,12.
5,15
,17.
5,20
,22.
5,25
Kg,
30K
g
) P
air
of p
late
s
Sam
ple
to b
e ap
prov
ed.
288
kg
37O
lym
pic
Bar
Bel
ls
Hig
h Q
ualit
y S
teel
Oly
mpi
c B
arbe
lls
16 n
o
38D
iffe
ren
t ty
pes
of
bar
bel
ls
E Z
Bar
bells
Sta
ndar
d B
arbe
lls 2
5mm
thic
k 4f
t , 6
ft
8 no
39T
win
Du
mb
bel
l Rac
k
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
To
acco
mm
odat
e th
e D
umbb
ells
, 2 ti
er s
olid
cons
truc
tion.
2 no
40P
late
Rac
k
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
To
acco
mm
odat
e th
e D
umbb
ells
, 2 ti
er s
olid
cons
truc
tion.
2 no
41B
ar B
ell r
ack
Hea
vy D
uty
Com
mer
cial
str
uctu
re.
To
acco
mm
odat
e th
e B
ar B
ell
1 no
42M
irro
r P
er S
q. F
t W
all M
ou
nte
d
Hig
h Q
ualit
y w
all m
irror
s.
The
Mirr
ors
Sha
ll ha
ve w
oode
n fr
ame
all
arou
nd.
300
Sq.
ft.
38 of 40
Ind
ian
Inst
itu
te o
f T
ech
no
log
y B
om
bay
Sr .
Des
crip
tio
n o
f It
em &
Sp
ecif
icat
ion
Qty
in U
nit
s
Un
it P
rice
Dis
cou
nt
%
Exc
ise/
Cu
sto
m
Du
ty
%
CS
T/V
AT
%
Oct
roi
% O
ther
ch
arg
es if
any
ple
ase
spec
ify
det
ails
To
tal P
rice
The
mirr
ors
shal
l be
plac
ed o
n pl
y bo
ard.
43H
eavy
du
ty (
4 S
tati
on
) M
ult
i Gym
Mul
ti G
ym H
avin
g 12
har
dwor
king
conv
entio
nal w
orks
tatio
ns ,
in w
hich
at l
east
4 pe
rson
s ca
n si
mul
tane
ousl
y pe
rfor
m
wor
kout
. The
exe
rcis
e st
atio
ns s
hall
have
a
min
imum
of 2
00lb
s w
eigh
t sta
ck. T
he fr
ame
shal
l pro
vide
unc
ompr
omis
ing
stab
ility
and
stre
ngth
. kin
dly
men
tion
the
ava
ilabl
e
wor
ksta
tions
cle
arly
. Als
o m
entio
n th
e
dim
ensi
on o
f the
Mul
ti-gy
m.
1 no
.
Gra
nd T
otal
1
. Del
iver
y M
ode
: D
eliv
ery
at II
T B
omba
y, a
t site
onl
y.
Tot
al B
id P
rice
in th
e ab
ove
colu
mn
shou
ld b
e in
clus
ive
of a
ll ta
xes
and
levi
es tr
ansp
ort,
load
ing,
unl
oadi
ng e
tc.
D
eliv
ery
Per
iod
:.....
......
......
. da
ys.
V
alid
ity D
ate:
Min
imum
180
day
s fr
om th
e da
te o
f sub
mis
sion
of q
uota
tion/
tend
er..
2
.Pay
men
t Ter
m: P
aym
ent w
ithin
30
days
from
the
date
sub
mis
sion
of b
ill A
ccep
tanc
e C
ertif
icat
e to
con
cern
ed D
ept./
Sec
t. / M
MD
.
Pla
ce:
Dat
e:
PA
N N
o. :
......
......
......
......
......
......
......
......
......
......
......
......
......
......
......
......
..
VA
T /
TIN
Reg
istr
atio
n N
o. :
......
......
......
......
......
......
......
......
......
......
......
......
.
Sig
natu
re :
......
......
......
......
......
......
......
......
......
......
......
......
......
......
......
......
...
Nam
e : .
......
......
......
......
......
......
......
......
......
......
......
......
......
......
......
......
......
...
Bus
ines
s A
ddre
ss :
......
......
......
......
......
......
......
......
......
......
......
......
......
......
...
Affi
x R
ubbe
r S
tam
p : .
......
......
......
......
......
......
......
......
......
......
......
......
......
......
39 of 40