Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date...

24
Page 1 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 NATIONAL TEXTILE CORPORATION LTD.,(WESTERN REGION) NTC HOUSE, 15, N.M. MARG, BALLARD ESTATE, MUMBAI400 001 TEL NO. 022-22686600, FAX NO.022-22686631. WEBSITE: www.ntcltd.org TECHNICAL BID TENDER DOCUMENT FOR SUPPLY FABRICATION ERECTION, TESTING AND COMMISSIONING OF COMPLETE HUMIDIFICATION SYSTEM FOR COMPLETE RING SPINNING PLANT INCLUDING ALL EQUIPMENTS AND SUPPLY, EXCLUDING ALL CIVIL WORK FOR BURHANPUR TAPTI MILLS, STATION ROAD, LALBAG, BURHANPUR 450331 MADHYA PRADESH Phone No. 07325 243290, 243074 Fax No. 07325 243727. E-mail ID : [email protected] Tender Issue date 27.02.2017 to 19.03.2017 Date for Pre-bid discussion 08.03.2017 at 11:30 a.m. Last date for submission of tender 20.03.2017 upto 6:00 p.m. Tender Opening (Technical Bid) 21.03.2017 at 11:30 a.m.

Transcript of Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date...

Page 1: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 1 of 24

Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017

NATIONAL TEXTILE CORPORATION LTD.,(WESTERN REGION)

NTC HOUSE, 15, N.M. MARG, BALLARD ESTATE,

MUMBAI–400 001 TEL NO. 022-22686600, FAX NO.022-22686631.

WEBSITE: www.ntcltd.org

TECHNICAL BID

TENDER DOCUMENT FOR

SUPPLY FABRICATION ERECTION, TESTING AND

COMMISSIONING OF COMPLETE HUMIDIFICATION SYSTEM

FOR COMPLETE RING SPINNING PLANT INCLUDING ALL EQUIPMENTS AND SUPPLY, EXCLUDING ALL CIVIL WORK

FOR

BURHANPUR TAPTI MILLS, STATION ROAD, LALBAG,

BURHANPUR – 450331 MADHYA PRADESH

Phone No. 07325 – 243290, 243074

Fax No. 07325 – 243727. E-mail ID : [email protected]

Tender Issue date 27.02.2017 to 19.03.2017

Date for Pre-bid discussion 08.03.2017 at 11:30 a.m.

Last date for submission of tender 20.03.2017 upto 6:00 p.m.

Tender Opening (Technical Bid) 21.03.2017 at 11:30 a.m.

Page 2: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 2 of 24

Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017

Tender Notice

Sub: SUPPLY FABRICATION ERECTION, TESTING AND COMMISSIONING OF COMPLETE HUMIDIFICATION SYSTEM FOR COMPLETE RING SPINNING PLANT INCLUDING ALL EQUIPMENTS AND SUPPLY, EXCLUDING ALL CIVIL

WORKS

National Textile Corporation Limited, Western Region, Mumbai (A Govt. of India Undertaking) is inviting sealed tender under two bid system from reputed manufacturers for Complete Humidification System For Complete Ring Spinning Plant including all equipment

and supply, excluding all civil works at Burhanpur Tapti Mills, Burhanpur.

Introduction National Textile Corporation Ltd, Burhanpur Textile Mills, Burhanpur is modernizing existing

Cotton spinning Humidification plants – 4 nos with state of art latest technology as below, 1) The existing Humidification plant civil work shall be used as it is

2) The trenches and existing supply air system will be used as it is 3) All old equipment as identified in the scope of supply shall be replaced by new equipment

4) Existing plants are manually operated and proposed plants should be with automatic control humidification system 5) For 14 nos RF department the pneumafil exhaust to be connected to trench via overhead

GI ducting

The offered humidification and automatic control humidification system should be latest most recent, modern with state of art technology having wider acceptance among the leading reputed spinning mill established in recent years.

The offered automatic control humidification plant should be designed on the basis

of total machines to be installed and approved machinery layout plan of the mill and geographical location, outside climatic condition and proposed building structure for spinning mills, so as to maintain automatically the required humidity

level and temperature level inside the spinning department in all machine zone for smooth running of the spinning plant with optimum productivity.

The proposed plant offered by contractor should guarantee the achievement of desired humidity level and temperature inside the department during all the seasons.

Besides above the offered humidification system with AWCS should work trouble free with

minimum noise levels continuously during all the seasons. It is also desired that system offered should be highly energy efficient so as to have

minimum possible operating cost and ease of maintenance.

Page 3: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 3 of 24

1 ELIGIBILITY CRITERIA FOR PARTICIPATION IN TENDER

a. The bidding firm should be manufacturers.

b. The bidding firm should have Minimum annual turnover Rs. 5.00 CRORES during last 3 financial year ending 31st March 2016, audited balance sheet / certificate from

chartered accountant to be enclosed for the financial year, 2013-14, 2014-15, 2015-16.

c. The bidding firm should have proven record for satisfactory, commissioning of

automatic humidification system minimum five nos. for 25000 spindle capacity spinning mills. OR two nos. for 50000 spindle capacity spinning mills OR one no. for

100000 spindle capacity spinning mills, during last 5 years. The satisfactory completion certificates from the respective mills are to be enclosed.

d. Copy of PAN of Bidder.

e. Bidding firms not meeting all above eligibility criteria (a to b) need not submit tender otherwise same shall be rejected summarily.

f. Documents supporting the eligibility criteria of L-1 shall be verified by the Company before awarding contract.

2. SCOPE OF WORK AND SPECIFICATION

SUPPLY FABRICATION ERECTION, TESTING AND COMMISSIONING OF COMPLETE HUMIDIFICATION SYSTEM FOR COMPLETE RING SPINNING

PLANT INCLUDING ALL EQUIPMENTS AND SUPPLY, EXCLUDING ALL CIVIL WORK.

3. SCHEDULE OF COST (Preamble)

a. The bidder should study the various items in bill of quantities (BOQ) in

conjunction with technical specifications, tender drawings, general, special and

Annexure to Conditions of Contract, all of which forms complete tender

document.

b. Quantities mentioned are approximate and indicative and are subject to

variation as required during execution and upto completion. Procurement of

materials to be done by the contractor on the basis of working drawings

prepared by him and approved by the engineer with respect to site conditions.

c. Bidders are requested to study various items very carefully. In case of any

doubt, the bidder shall intimate the same in writing to the Owner / engineer

and get clarified in writing from the Engineer. Bidder should indicate any

missing items and quote accordingly at the time of submission of offer. No

extra will be entertained after execution of work.

d. For assessing proper quality and type of working involvement the bidder is

advised to visit the site at his cost before filling the rates in tenders.

e. Contractor has to carry out the complete job and provide any items

necessary as per actual site condition and good engineering practice and shall

form part of scope of supply. The cost of such items are deemed to be

included in the rates quoted by him in the tender.

f. The rates quoted for the bill of quantities shall be on the best Principle of

Engineering analysis and the arithmetical extension for arriving at the amount

shall be accurately carried out.

Page 4: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 4 of 24

g. The rate quoted shall be for each items in the tender for fully completed

item of work and shall include all the items necessary complete the to the

work to the full intent of specification, general trade practice, and to the full

performance / working of the system.

h. The rates quoted shall include cost of preparation of working drawings with

related full bill of quantities, “As Built” drawings with related full bill of

quantities both as per site conditions / decisions taken from time to time by

the owner / the engineer, as per the concerned technical specifications stated

herein before in these documents, obtaining permission / approval / certificate

/ license before installation and after commissioning of the related system for

uses by the owner as applicable, from the engineer and the related statutory

/ local authorities, as required, only the official fees / charges paid at the

office of the related statutory / local authorities will be reimburse by the

owners to the contractor against approval of related documents by the owner.

Supply of materials, labour, wastages, transportation, loading, unloading,

storage, watch & ward at site, sales tax, Octroi, works contract tax as

applicable, and any other taxes, overhead , profit, any other incidental

charges to complete the work. Insurance coverage for the period from transit

up to end of performance guarantee period shall be included.

i. The Owner/ the Engineer reserve the right to delete any part of works or

add additional works at rates quoted by the bidder.

4. PRE-BID MEETING

A pre-bid meeting with prospective bidders shall be held at NTC WR, Office, Mumbai

at 11.30 a.m. on 08.03.2017. The prospective bidders are requested to present them

self for any clarification on technical as well as commercial matter. The suggestions received and found reasonable and acceptable shall be incorporated as corrigendum

and same shall be uploaded in our website only. Management is not bound to accept any or all suggestions so given in the pre-bid meeting. Any suggestions forwarded

after the pre-bid meetings shall not be entertained at all by the management.

5. CORRIGENDUM/AMENDMENTS IN TENDER DOCUMENT

Amendments if any in tender document shall be uploaded in website www.ntcltd.org only, bidders are requested to note.

6. CONTACT DETAILS

The prospective bidders are requested to contact the following officials for any clarifications / information regarding the tender documents etc.

Name of Official Contact Number

Shri G. A. Shukla, Dy. General Manager, (Tech.),

N.T.C. Ltd., (WR), Mumbai.

022-22686603

09969010333

Shri Amit Kumar Singh

Dy. General Manager, (Tech.), Burhanpur Tapti Mills, Burhanpur

08987581357

07325-243290

Shri B. K. Roy, Jt.Manager(Materials) 022-22686646

Shri D.C. Peera (C.E.) 09229433762

Page 5: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 5 of 24

7. EARNEST MONEY DEPOSIT

a. The prospective bidder who wishes to participate in tenders will have to submit

earnest money deposit of Rs 2 LACS /- (Two Lakhs only) by D.D/Pay Order from any Nationalized/ scheduled commercial bank (excluding co-operative / rural bank)

notified by RBI. D.D/Pay Order to be prepared in Name of “National Textile Corporation Ltd., Unit - Western Region”, payable at Mumbai.

b. The tender received without earnest money deposit shall be rejected out rightly.

c The earnest money of unsuccessful bidder will be refund within 15 days by at par cheque on bidder‟s demand after completion of the process.

8. EMD EXEMPTION

THE EXEMPTION FROM PAYMENT OF COST OF TENDER DOCUMENT AND EMD

AMOUNT ARE APPLICABLE ONLY FOR THOSE NSIC/SSI UNITS WHO FULFILL FOLLOWING CONDITIONS.

Micro and small enterprises registered with various state / central government including MSME owned SC/ ST entrepreneurs

a. SSI units should be registered with ministry of micro, small and medium enterprises, New Delhi National Small Scale Industrial Corporation(NSIC)

b. The unit should be registered for the item tendered only. c. The monetary limit indicated in NSIC registration certificate should cover the value of

item. d. Registration certificate should be valid as on date of order. e. Photostat copy of valid NSIC registration certificate duly attested by Notary, should

be submitted as support. f. Registration with DGS&D will not entitle a bidder to claim exemption from EMD.

g. Only parties satisfying all the above points will be considered eligible for EMD exemption and any offer not satisfying any one of the above criteria and seeking EMD exemption shall be summarily rejected.

9. Implementation of Integrity Pact in NTC

Bidders are requested to go through the implementation of integrity pact in NTC which is attached as annexure. This tender is hosted on our website: www.ntcltd.org along with the copy of the Integrity Pact, which may be downloaded and submitted

dully signed with seal, along with the tender. “Only those venders / bidders, who commit themselves to Integrity Pact would be considered competent to participate in

the bidding process. The name of the independent External monitors (IEM) is Transparency International India. (TII). This tendering process is being monitored by Independent External Monitor, Shri Ashok Kumar Tripathi Retd. District Judge, at

Corporation Office of NTC i.e. (5th floor, Core –IV Scope Complex, 7 Lodhi Road, New Delhi- 110003) M. No- 9029020548 / 9911566668, e-mail: [email protected] If

any party is aggrieved they are free to approach the said IEM in terms of Integrity Pact”.

10. COST OF TENDER DOCUMENTS

a. Prospective bidder are required to obtain tender documents from, Jt. Manager, Materials Department, NTC Office Mumbai by paying Rs. 1000/-( non refundable) being the cost of tender documents by D.D/ Pay Order from any Nationalized/

scheduled commercial bank (excluding co-operative / rural bank) notified by RBI on

any working day except holiday(Saturday& Sunday) from 27.02.2017 to 19.03.2017 from 10.00 AM to 6.00 PM.

Page 6: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 6 of 24

b. D.D/Pay Order to be prepared in Name of “National Textile Corporation Ltd., Unit- Western Region”, payable at Mumbai.

c. Tender documents may also be downloaded from our website www.ntcltd.org In

case of downloaded the Tender Document the D.D/Pay Order of Rs. 1000/- from any Nationalized/ scheduled commercial bank (excluding co-operative / rural bank) notified by RBI must be submitted along with tender., tender shall not be

accepted without the DD for tender fee.

11. SUBMISSION OF TENDER

a. Prospective bidder should submit their complete offer in three separate duly sealed envelope marked A,B,C complete bid should be submitted to Jt. Manager, Materials,

at NTC Ltd, (WR) Office, Mumbai on or before 20.03.2017 upto 6.00 PM.

b. Envelope „A‟ should be marked EMD containing the D.D/Pay Order for EMD and cost of tender document in case of downloaded tender form.

c. Envelope „B‟ should marked Technical Bid containing all documents required to meet qualification criteria and tender document with all the pages signed and stamped by the bidder firm.

d. Envelope „C‟ should be marked Financial Bid containing financial bid.

e. All the three envelop A, B, C, duly completed should be placed in an outer envelope,

which shall be sealed and should contain the following information clearly.

i. Tender document No. & Scope of work with due date.

ii. Name & address of the bidder on left corner of each envelop A, B, C.

f. If the envelops are not sealed and marked as stated above the NTC Ltd WRO, Mumbai assumes no responsibility for the misplacement or pre-mature opening of the

contents proposal submitted.

g. Bids submitted by fax telegram, fax, email shall not be entertain and shall b rejected.

12. LATE TENDERS

Tenders received by the NTC Ltd. Western Region, Mumbai after the specified time and due date as per tender documents shall not be eligible for consideration and shall

be summarily rejected.

13. REJECTION OF THE TENDER a. NTC Ltd. Western Region, Mumbai reserve the right to accept or reject all or any of

the tender without assigning any reason what so ever. It is not obligatory for the NTC Ltd. (WR), Mumbai to give any reason for their decisions.

b. NTC Ltd. (WR), Mumbai reserve the right not to proceed with the tendering process at any time without notice or liability, and to reject any tender without assigning any reasons. NTC ltd. (WR), Mumbai also reserves the right to retender without assigning

any reason what so ever.

14. TENDER OPENING a. The envelop A and B containing EMD draft and Technical bid document shall be

opened NTC Ltd. (WR), Mumbai at 11.30 AM on 21.03.2017 before the prospective

bidders or their authorized representative who wish to be present and tender opening committee of NTC Ltd. (WR), Mumbai.

b. The price bid envelop shall be kept as it is unopened.

Page 7: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 7 of 24

c. The Financial Bid / Commercial Bid of those bidders who have been found qualified in technical bid as per the document submitted for claiming eligibility criteria shall be

communicated to the qualified bidder‟s representative by email / fax / telephone for the date and time of financial bid opening.

d. Management has the right to postpone the opening date of technical bid and financial

bid on account of any reason in that case the next date and time of opening of

technical bid and financial bid shall be communicated to the qualified bidder‟s representative by email / fax / telephone.

e. In the event of tender opening date as stated above falling on holiday the time of

receipt and opening shall be same on the next working days.

15. SITE VISIT

The prospective bidders are requested to visit the Burhanpur Tapti Mills, Burhanpur, for collecting all detail about scope of work and other constraints before submission of tender.

16. PRICES

The bidder should quote their prices in prescribed price bid format only clearly and

distinctively for all components. The offer quoted in different format shall be liable for rejection.

17. DELIVERY PERIOD AND COMPLETION OF WORK.

4 months from date of work order. 18. PAYMENT TERMS

a. 10% of Basic Price of contract value shall be payable to the supplier/ manufacturer as mobilization advance against submission of Demand Bank

Guarantee of 110% Value of the like amount valid for „4‟ Months in the same currency from Nationalized / scheduled commercial bank (excluding co-operative / rural bank) notified by RBI as per format supplied by Mills. It is intended to

cover the due fulfilling of the obligation of the supplier/ manufacturer and shall be released only after successful completion of the commissioning work.

b. 70% of basic price of contract value plus duties & Taxes and Transportation &

Insurance Charges within 30 days against materials receipt at site after verification

of materials and documents etc. physically by Mills.

c. 10% of Basic Price of contract value including Service taxes after completion of erection and commissioning of humidification plant within 15 days after certified by mills.

d. Balance 10% Basic price of contract value shall be released subject to

submission of performance Bank Guarantee from Nationalized / scheduled commercial bank (excluding co-operative / rural bank) notified by RBI equivalent to 10% Basic price valid till the completion of defect liability period of 12

months from the date of handing over or 18 months from the date of supply whichever earlier. This B.G. will be released after completion of defect liability

period.

Note: The contractor have not avail the advance amount than paid 20% instead of 10% against c.

Page 8: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 8 of 24

19. SECURITY DEPOSIT

a. The earnest money deposit of successful bidder shall be converted into security

deposit amount against the work order. This amount will not carry any interest.

b. The security deposit amount shall be refunded after the successful commissioning of

the machinery. 20. GUARANTEE

Contractor has to guarantee of the machineries supply & commissioned including all

its components/equipment/sub system for 12 months from the date of satisfactory completion report duly verified by nominated mill officers and approved by General Manager or 18 months from the date of supply whichever earlier.

The scope of guarantee shall cover free replacement of all the parts/ components/

electronic components/ machinery / equipments found not functioning/under functioning/damaged free of cost including installation cost. Any defects found in the system/its sub system/machinery / equipments will have to be attended free of cost

with minimum reasonable time period for arranging engineers/spares. No lodging, boarding, travel expenses and service charges will be payable by the mill during

guarantee period.

In the event of supplier failing to provide timely replacement spares/service engineer to the mill within the reasonable minimum period, management has right to engage other agencies/procure the parts from other sources the additional cost for the same

shall be recovered from the suppliers.

21. PENALTY FOR DELAY IN COMPLETION

0.05% of contract value per week for delay. The delay shall be reckoned from the end of „4‟ months from the date of work order.

However, in the event of delay in providing clear site or delay in erection of machines or any other genuine reason or delay in project due to the factors beyond control of management penalty clause shall not be applicable.

For claiming waiver in such cases supplier has to inform to the management with complete detail for verification of their claim by Mills nominated officials and

consultant. Based on above verification of claim for waiver of penalty the General Manager of the Mills shall have the power for waiver of penalty.

22. VALIDITY OF OFFER

The offer given by the suppliers for the entire turnkey work shall be valid for 120 days from the date of opening of the tender.

23. VALIDITY OF RATE

The rate quoted by the suppliers for the entire turnkey work shall be valid till the completion of installation and commissioning.

24. CONTRACT RATES

The contractor shall not be entitled for any increase in the Price of machineries.

Page 9: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 9 of 24

25. TRAINING

The supplier has to ensure that proper training should be provided to the staff and officials of the mills for smooth use of the machineries and its maintenance.

OTHERS TERMS & CONDITIONS

A. The work order will be awarded to successful bidder, whose tender has been determined to be substantially responsive provided further that the bidder is determined to be qualified to perform the contract satisfactorily on comprehensive

basis.

B. In the event of withdrawing the offer by the supplier at any stage from date of opening of tender the entire EMD deposit along with pending payments of supplier shall be forfeited.

C. Delivery of Goods and performance of the services shall be made by the supplier in

accordance with the time schedule specified by the National Textile Corporation Ltd.

D. Any unexcused delay by the supplier in the performance of its delivery obligations shall render the supplier liable to any or all of the following sanctions; forfeiture of suppliers EMD deposit and credit amount lying with mills, imposition of liquidated

damages, and/or termination of the Contract for default.

E. If the supplier fails to deliver any or all of the equipment / material or perform the services within the time period(s) specified in the contract, The General Manager of Burhanpur Tapti Mills, Burhanpur, shall take such remedial action as may be

necessary including termination of contract without prejudice to its other remedies under the Contract.

F. The General Manager, of Burhanpur Tapti Mills, Burhanpur, 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 in part:

G. In the event of termination of the Contract in whole or in part, the of Burhanpur Tapti Mills, Burhanpur, may procure, upon such terms and in such manner, as it deems appropriate equipment / material / service similar to those undelivered and

the supplier shall be liable to the of Burhanpur Tapti Mills, Burhanpur, for any excess costs for such similar machinery / equipments / material / service. However,

the supplier shall continue performance of the contract to the extent not terminated.

26. RESOLUTION OF DISPUTES

The Terms & Condition of this tender document shall prevail in case of any dispute arising out of this contact and any dispute directly or indirectly connected with this contract will be referred to sole arbitration of the Chairman & Managing Director of

National Textile Corporation Ltd. New Delhi or any other officer appointed by the Chairman-cum-Managing Director of the corporation for this purpose. The decision of

the said arbitrator shall be final, conclusive and binding upon all concerned.

Page 10: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 10 of 24

27. FORCE MAJURE

The General Manager, Burhanpur Tapti Mills, Burhanpur, shall not be liable for any failure or delay in execution of contract due to any cause beyond their control

including fire, floods, strikes, go-slow, lock-out, closure, pestilence dissilience dispute with staff dislocation of normal working conditions, war riots epidemics political upheavals Government actions commotion, breakdown of machinery, shortage of

labour, demands or otherwise or any other cause or conditions beyond the control of aforesaid causes or not and the existence of such cause or consequence may operate

at the sole discretion of The General Manager, Burhanpur Tapti Mills, Burhanpur . To extend the time of execution on the part of The General Manager Burhanpur Tapti Mills, Burhanpur, by such period as may be necessary to enable The General Manager

Burhanpur Tapti Mills, Burhanpur, to affect execution after the cause of delays will have ceased to exist. The provisions aforesaid shall not be limited or abrogated by

any other terms of the contract whether printed or written. 28. JURISDICTION

All suits or proceedings relating to any dispute or claim arising out of or in course of

performance in this contract shall be filed in appropriate court having jurisdiction in the State of MADHYA PRADESH as case may be.

29. ACCEPTANCE OF THE TENDERER.

We have read all the terms and condition of tender documents and we agree to

abide by the same. We will supply all machinery / equipments strictly as mentioned in tender document and corrigendum to tender document. We are aware that any

additional condition will not be accepted and there will be no change in scope of work.

Name of the Firm : __________________________________________

Address :___________________________________________

___________________________________________________________

E-Mail ID : ___________________________________________

Contact No. : __________________________________________

Signature : __________________________________________

Page 11: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 11 of 24

TECHNICAL SPECIFICATIONS

FOR AUTOMATIC CONTROL HUMIDIFICATION

Central Humidification plant shall be housed in a masonry and concrete plant room, located adjacent to the Department. The return air fan shall draw air from the department across

the floor opening/return air floor grills, trenches, return air shaft and filter. The supply air fans shall deliver conditioned air to the department through duct outlets after air washer

and eliminators. Technical Specifications of the various equipments shall be as follows: 1. FANS:

Fan shall be axial flow type, high efficiency, made of aerofoil section aluminum casting impeller. The fan shall be statically and dynamically balanced. The blades shall be with

variable pitch suitable for setting different angles to suit the required air quantity and total pressure. The fan rings shall be in Steel construction and hot dip galvanized. Fans shall have inlet cone and also outlet cone made from 16 gauge GI sheets/FRP to reduce loses for

air inlet and static pressure gain at air outlet directly coupled to motor with speed below 1000 rpm suitable to develop 550 pascals total pressure or 55 mm WG static pressure at

required air flow. (Use existing Fan Rings and GI cones and carry out necessary modification of Fan Ring to suit new motors)

2.MOTORS: Motors for axial flow fans shall be of high efficiency (IE3) IS certified and with IP 55

protection TEFC squirrel cage induction motors suitable to drive the fans directly. Motor shall be of approved make and the maximum speed should be 1500 RPM to have lower noise level.

3.PUMP SET:

Pumps shall be Back pull out centrifugal type of C.I. construction with CI impeller to deliver required quantity of water as per air washer water design. Pump shaft shall be of steel with Gland Packing/Mechanical seal. The pumps shall be directly driven by motor. Motor shall be

IS certified IE3 TEFC squirrel cage induction motors. Each pump shall be provided with common base frame, coupling, coupling guard and accessories. Bearing grease lubrication -

standard with maximum temperature of 1050c.

4.FREQUENCY INVERTER: Frequency inverter shall be from approved make. Each fan motor & pump motor shall be provided with frequency inverter. Frequency Inverter shall be compatible with control

system and shall have necessary features for operation of plant.

5.EXTRUDED ALUMINUM DAMPERS: Dampers shall be made of extruded Aluminum aerofoil section blades with GI box type casing. Damper operation shall be opposed blade by means of linkages and operating lever

on the casing, Dampers should have provision for electronic / pneumatic actuation.

6.AIR TIGHT DOORS: Double skinned door in powder coated sheet steel with glasswool/rock-wool insulation; including hot galvanized installation frame and double lever locking device in die-cast

aluminum enabling operation from both sides. Door shall be with rubber seal.

Page 12: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 12 of 24

7.AIR WASHER: Air washer shall consist of virgin PVC air inlet louvers, spray piping and Virgin PVC

eliminators of 4 pass type with required Virgin PVC/SS fixtures / hot dip galvanized fixture. Spray piping shall be of GI / rigid Virgin PVC of Finolex / Prince. Drain, overflow makeup & quick fill connections with valves shall be provided. Further piping to drain the water from

the tank and supply water to tank shall be provided by you. Nozzles shall be of clamp on type, with stainless steel orifice and stainless Steel clamping arrangement. Nozzle shall be

non clog type. Mist eliminators shall be made of virgin PVC material for effective water elimination. Distributor plate/ Air inlet drift louvers should be of virgin PVC material. Fixtures of mist eliminators and drift louvers shall be made of S.S. / Virgin PVC / Aluminum.

Water screen filters to be provided with SS screen.

8.SUPPLY AIR DIFFUSERS: The supply air shall be diffused into the department by means continuous linear diffuser made from extruded aluminum section.

9.FLOOR GRILLS/ SLITS:

Floor grills with frame / slits to suit the site requirement to be made from M.S. hot dip galvanized or powder coated. Vendor has to take approval of sample and fixing

arrangement from consultant and are to be grouted at the time of floor laying slit opening width not to exceed 20 mm.

10.ROTARY DRUM FILTER (S): Rotary Drum Filter shall have rotating type drum made of perforated steel sheet with sturdy

mounting frames. This will have required drive mechanism and geared motor along with suction nozzle connected with suitable flexible suction hose, for automatic cleaning of dust and fluff. The drum shall be fitted with filter media. This unit shall work in conjunction with

a dust compactor with a geared motor and suction fan of radial bladed type impeller with motor.

11.Dust Collector Cyclone Dust collector shall be cyclone type with compacting arrangement for compacting the dust

collected. The suction fan shall be made of sheet steel with balanced aluminum impeller, electric motor.

12.Filter Media Imported filter media made out of furr material for effective functioning of filter media as

per requirement and Industrial pollution norms.

13.Suction Air Tube System Between Rotary Air Filter and Dust Collector, Tubes with the necessary transition pieces, elbows and connecting elements.

14.SUPPLY /EXHAUST AIR DUCTING:

Supply air ducting shall be fabricated from galvanized sheet steel of approved make as per approved drawing and design. The ducts shall be complete with necessary supporting arrangement including supporting angles, round bars and any structural support required.

Ducts shall have duct damper/ deflector for air adjustment.

Page 13: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 13 of 24

15.FABRICATION OF DUCTS The ducts shall be fabricated as per following specifications:

Max. Side (mm)

Min. Thickness

of Sheet(mm)

Weight (Kg/Sqm.)

Type of joints

Bracing

Up to 750 0.63 5.1 25mm x 3mm

MS Angle Flange

None

751 to 1000 0.80 6.7 40mm x 3mm MS Angle Flange

25mm x 3mm MS Angle at 1.2m centres.

1001 to 1500 0.80 6.7 40mm x 3mm

MS Angle Flange

40mm x 3mm MS Angle at

1.2m centres.

1501 to 2250 1.0 8.0 40mm x 6mm MS Angle Flange

40mm x 6mm MS Angle at 1.2m centres.

16.INSTALLATION OF DUCTS

Ducts shall be supported on hangers as per following specifications:

Duct Size

(mm)

Spacing of

Supports(m)

Size of

M.S. Angle (mm)

Dia. of

Hanger Rod (mm)

Up to 750 2.4 40 x 40 x 3 10

751 to 1500 2.4 40 x 40 x 6 10

1501 to 2250 2.4 50 x 50 x 6 15

17.DUCT INSULATION:

The supply air ducts shall be insulated with 50 mm thick resin bonded fibre glass wool of 24 kg/m3 density with necessary vapor barrier of aluminum and joints shall be sealed with aluminum adhesive tape.

Alternatively 8mm thick polynum insulation with aluminum foil facing shall be applied as per manufacturer recommended practice.

18.ELECTRICAL PANEL (SWITCHBOARD): Electrical panel shall be IP52, made of 14/ 16 G CRCA sheets, non compartmentalized,

cubical, flush front, free floor standing with aluminum bus bars, quick make-break switches and entries as required. Electrical panel shall be with Automatic power factor controlling

capacitors for proper power factor management. Motors up to 5.5 kw shall have direct on line starter and above 5.5 kw shall have star delta starter. Each outgoing feeder shall have on/ off/ trip indication lamps, overload protection, single phase preventive feature, short

circuit protection as per Type 2 co-ordination and interlocks as required. Panels shall be treated in seven tank process before painting. Switch disconnector fuse units and starters

shall be approved make. 19.ELECTRICAL CABLING AND EARTHING:

Mill will arrange cabling upto control panel. Electrical cabling from panel board to equipment shall be PVC insulated sheathed and armored cables shall be supplied by contractor. Cables

for motors upto 30 KW motors shall be copper and above 30 KW shall be aluminum. The earthing shall be copper wires/strips. The specifications shall be as per relevant IS standards.

Page 14: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 14 of 24

20.AUTOMATIC CONTROL UNIT Direct digital control system for humidity and temperature consisting of all equipments

including following: - Controller with central monitoring system

- Set of temperature sensors - Set of relative humidity sensors - Set of electrical actuators for air dampers

- Set of control valves with electrical actuators - Online UPS for Central monitoring System

- Control panel & Control Cabling Exclusions

a. All civil works required for this project such as all concrete and masonry work, civil work and water proofing concerning concrete return air duct, filtration room, air

conditioning, central, air washer and tanks etc. as plant housings, cutting and patching of walls, openings plaster work, modification if required and manholes etc.

b. All support and machinery foundation.

c. All necessary false ceiling works. d. Noise absorbing devices if necessary.

e. Necessary lifting tackles and other material handling, forklift, trolleys, pulleys, cranes, Scaffoldings.

f. Civil work for earthing g. Main incoming earthing and cabling h. Dismantling of old equipment

i. All existing equipment in usable condition j. Storage and safe custody of all material at site

DESIGN CONDITIONS

OUTSIDE DESIGN CONDITION

Avg. Temperature maximum

DRY BULB

Avg. Temperature WET

BULB

SUMMER 460C 260C

MONSOON 330C 270C

WINTER 80C 50C

INSIDE DESIGN CONDITION

RH Temperature

1 Ring Frame 55% RH ± 2.5% RH 33o to 360C*

2 Wnding 65% RH ± 2.5% RH 30o to 340C*

3 Preparatory 55% RH ± 2.5% RH 33o to 360C*

*On Evaporation Cooling Principal the inside dry bulb temperature depends upon the

outside wet bulb temperature i.e. the inside dry bulb temperature will increase or decrease

by the same number of degrees that the outdoor wet bulb temperature increases or

decreases.

MINIMUM AIR CHANGE PER HOUR

1 Ring Frame 39

2 Winding 26

3 Preparatory 16

Page 15: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 15 of 24

BUILDING CONSTRUCTION

ROOF : North Light roof sheets

FALSE CEILING : AC Sheet false ceiling with 50 mm thick, 24kg per cum density glass wool/ equivalent insulation.

WALLS: 230mm thick Brick work with smooth Cement mortar platter treated with Paint.

TYPE OF FILTER:

Secondary

Humidification Drum filter

Air Purity in filter exhaust 150 mg/Nmcu, or 99% filtration of microdust, which ever is low

OTHER SPECIFICATIONS

Water spray system High pressure system with GI pipes & SS & Polycarbonate nozzles

Exhaust air calculation Please consider machine exhaust also.

Hot air recirculation In all depts hot air recirculation facility is needed.

Type of diffuser Aluminium

Air tight doors Insulated Double skinned GI sheet with powder coating

DESIGN DATA:

Sr.No. Room size: Ring Frame Winding Ring Frame Preparatory

1 Length (m) 46.00 39.30 39.30 39.30

2 Width (m) 36.58 22.80 14.90 36.87

3 Height (m) 4.00 4.00 4.00 4.00

4 Room area (m2) 1683 896 586 1449

5 Room volume (m3) 6731 3584 2342 5796

Internal heat

sources:

7 Lighting (kw) 17 9 6 14

8

Installed motor

load 905.8 14

RFs

(1008

spdl)

198

6 ACs

286.2

6 RFs(864

spdl)

201

6 SFs

6 DFs

9 Occupancy 10 10 5 5

Page 16: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 16 of 24

TECHNICAL PROPOSAL:

Sr.no

Department Ring Frame Winding Ring Frame Preparatory

Installation data

1 Recommended Supply air qty (CMH)

2,60,000 92,000 92,000 92,000

2 Air changes per hour 39 26 39 16

3 No of Humidification plants

1 1 1 1

4 Capacity of each plant (CMH)

2,60,000 92,000 92,000 92,000

5 Type of plant -----------------Evaporative cooling--------------

Dept Exhaust/Return

6 Air quantity (CMH) 2,40,000 85,000 85,000 85,000

7 Capacity of each Exhaust /Return plant

(CMH)

2,40,000 85,000 85,000 85,000

8 SA fan nos x kw 3 x 18.5 2 x 11 2 x 11 1 x 18.5

9 RA fan nos x kw 3 x 18.5 1 x 18.5 1 x 18.5 1 x 15

10 Pump nos x kw 2 x 11 1 x 11 1 x 7.5 1 x 7.5

11 Rotary drum filter nos 2 1 1 NA

SCOPE OF SUPPLY:

CENTRAL HUMIDIFICATION SYSTEM

Sr. No.

Item unit Ring Frame (14 nos)

Winding Ring Frame (6 nos)

Preparatory

1. Exhaust/Return air System

a Axial Flow fan

Impeller only

Nos. 3 1 1 1

b Axial Flow fan Ring

modification

Nos. 3 1 1 1

c Electric motor for

axial flow fan RA

Nos. 3 1 1 1

d Outlet cone Nos. E E E E

e Inverters for RA fans Nos. 3 1 1 1

f Return air V filter in

SS mesh

set NA NA NA E

g Rotary drum filter Nos. 2 1 1 NA

h Cyclone Dust collector for RDF

Nos. 2 1 1 NA

i Filter media for RDF set 2 1 1 NA

j Air Tight doors Nos. 3 3 3 3

k Exhaust air dampers set 1 1 1 1

l Return air dampers set 1 1 1 1

m RA floor grilles lot E E E E

2. Supply air system

a Fresh air damper set 1 1 1 1

b PVC virgin quality, air louvers with

fixtures

set 1 1 1 1

c PVC virgin quality

eliminators with

set 1 1 1 1

Page 17: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 17 of 24

fixtures

d Pump set Nos. 2 1 1 1

e Inverters for pumps Nos. 2 1 1 1

f Complete air washer piping

set 1 1 1 1

g Spray Nozzles set 1 1 1 1

h Axial Flow fan Impeller

only

Nos. 3 2 2 1

i Axial Flow fan Ring

modification

Nos. 3 2 2 1

j Electric motor for axial flow

fan SA

Nos. 3 2 2 1

k Outlet cone Nos. E E E E

l Inverters for SA fans

Nos. 3 2 2 1

m Air Tight doors Nos. 3 3 3 3

n SA Aluminum

diffusers

Lot E 1 1 E

o SA ducting and

insulation

Lot E E E E

p Pneumafil Exhaust

ducting

Lot 1 N.A. N.A. N.A.

q Electrical panel

(Switchboard)

Nos. 1 1 1 1

r Electrical cabling and

earthing

lot 1 1 1 1

3. Automatic control system

a Controller (Also include 6000 spindle

Batliboi plant in this controller)

Nos. 1 (Common)

b Outside T+RH sensor

Nos. 1 (Common)

c Indigenous accessories

Nos. 1 1 1 1

d UPS Nos. 1 (Common)

e Department

T+RH sensor

Nos. 1 1 1 1

f Damper actuators set 1 1 1 1

g Differential pressure transducer

Nos. 1 1 1 1

h Control cabling set 1 1 1 1

4. Existing systems to use

a RA Trenches set E E E E

b SA ducting set E E E E

c Civil work of Humidification plant

lot E E E E

Note –

E – Existing NA- Not applicable

Page 18: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 18 of 24

LIST OF APPROVED MAKES:

SR. NO.

COMPONENT APPROVED MAKE

1 Motors Crompton / Siemens / ABB

2 Pumps Kirloskar / Crompton Greaves / KSB

3 Pipes Tata / Jindal / Zenith

4 Butterfly Valves Keystone / Audco / Advance/ Honneywell

5 Insulation

Fibre Glass UP Twiga/Owns Corning

6 Controls/Measurement

Instruments

Honeywell / Ranco / Siemens / Sauter

A Thermostats Honeywell / Ranco / Siemens / Sauter

B Humidistats Honeywell / Ranco / Siemens / Sauter

7 Ducting Sheets Sail / Essar / Jindal / Tata

8 Variable speed Drive Siemens / ABB /Honeywell / Danfoss

9 Motor / starter / power / power switches / ACB / Fuse

Siemens / ABB / Groop / Schneider

10 Fans Luwa, AESA, Batliboi & Draft Air

11 Rotary drum filter Luwa, AESA, Batliboi & Draft Air

Signature of Tenderer ________________________________

Name of Tenderer ____________________________________

Address:___________________________________________

___________________________________________________

Contact No. _________________________________________

Page 19: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 19 of 24

INTEGRITY PACT Between

National Textile Corporation Limited hereinafter referred to as “The Principal”

and -------------------------------------------------- hereinafter referred to as

“The Bidder/Contractor”

Preamble The Principal intends to award, under laid down organizational procedures, contract/s for

___________________________________ to __________________ The Principal values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/ transparency in its relations with its Bidder(s) and/or

Contractor(s).

In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.

Section 1- Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption

and to observe the following principles:-

a. No employee of the Principal, personally or through family members, will in

connection with the tender for or the execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the

person is not legally entitled to. b. The Principal will, during the tender process treat all Bidder(s) with equity and

reason. The Principal will in particular, before and during the tender process, provide

to all Bidder(s) the same information and will not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an

advantage in relation to the tender process or the contract execution. c. The Principal will exclude from the process all known prejudiced persons.

2. If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this

regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions.

Section 2- Commitments of the Bidder(s)/contractor(s)

1. The Bidder(s)/Contractor(s) commit themselves to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

a. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,

offer, promise or give to any of the Principal‟s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any

advantage of any kind whatsoever during the tender process or during the execution of the contract.

b. The Bidder(s)/ Contractor(s) will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-

submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.

Page 20: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 20 of 24

c. The Bidder(s/Contractor(s) will not commit any offence under the relevant IPC/PC

Act; further the Bidder(s)/ contractor(s) will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document

provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d. The Bidder(s) /Contractors(s) of foreign origin shall disclose the name and address of the Agents/representatives in India, if any. Similarly the Bidder(s)/Contractors(s) of

Indian Nationality shall furnish the name and address of the foreign principals, if any. Further details as mentioned in the “Guidelines on Indian Agents of Foreign Suppliers” shall be disclosed by the Bidder(s)/Contractor(s). Further, as mentioned in

the Guidelines all the payments made to the Indian agent/representative have to be in Indian Rupees only. Copy of the “Guidelines on Indian Agents of Foreign Suppliers”

is placed at Annexure-B1. e. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all

payments he has made, is committed to or intends to make to agents, brokers or any

other intermediaries in connection with the award of the contract.

2. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3- Disqualification from tender process and exclusion from future contracts.

If the Bidder(s)/Contractor(s), before award or during the execution has committed a

transgression through a violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)/Contractor(s) from the tender process or take action as per the procedure

mentioned in the “Guidelines on Banning of Business Dealings”. Copy of the “Guidelines on Banning of Business Dealings” is annexed and marked as

Annexure-B2.

Section 4- Compensation for Damages

1. If the Principal has disqualified the Bidder(s) from the tender process prior to the

award according to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit / Bid Security.

2. If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to section 3, the Principal shall be

entitled to demand and recover from the Contractor liquidated damages of the Contract value or the amount equivalent to Performance Bank Guarantee.

Section 5 – Previous transgression

1. The Bidder declares that no previous transgressions occurred in the last three years with any other Company in any country conforming to the anti- corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion

from the tender process.

2. If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or action can be taken as per the procedure mentioned in “Guidelines on Banning of Business Dealings.”

Page 21: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 21 of 24

Section 6 - Equal treatment of all Bidders / Contractors / Subcontractors

1. The Bidder(s)/ Contractor(s) undertake(s) to demand from his subcontractors a commitment in conformity with this Integrity Pact.

2. The Principal will enter into agreements with identical conditions as this one with all

Bidders and Contractors.

3. The Principal will disqualify from the tender process all bidders who do not sign this

Pact or violate its provisions. Section 7 – Criminal charges against violating Bidder(s) /Contractor(s) /

Subcontractor(s)

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has

substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance Officer.

Section 8 – Independent External Monitor / Monitors

1. The Principal appoints competent and credible Independent External Monitor for this

Pact. The task of the Monitor is to review independently and objectively, whether and

to what extent the parties comply with the obligations under this agreement.

2. The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. It will be obligatory for him to treat the information and documents of the Bidder(s)/ Contractors as confidential. He

reports to the Chairman, NTC.

3. The Bidder(s)/ Contractor(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor 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 is under

contractual obligation to treat the information and documents of the Bidder(s)/ Contractor(s)/Subcontractor(s) with confidentiality.

4. The Principal 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 Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to

discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit nonbinding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from

action or tolerate action.

6. The Monitor will submit a written report to the Chairman, NTC within 8 to 10 weeks from the date of reference or intimation to him by the Principal and, should the occasion arise, submit proposals for correcting problematic situations.

Page 22: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 22 of 24

7. If the Monitor has reported to the Chairman, NTC, a substantiated suspicion of an offence under relevant IPC/PC Act, and the Chairman NTC has not, within the

reasonable time taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to

the Central Vigilance Commissioner. 8. The word „Monitor‟ would include both singular and plural. Monitor would be entitled

to receive such compensation as may be decided time to time by the CMD/Competent Authority.

Section 9 – Pact Duration

1. This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the contract or contract period (extended if

applicable) whichever is later and for all other Bidders 6 months after the contract has been awarded.

2. If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is

discharged/determined by Chairman of NTC.

Section 10 – Other provisions 1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the

Registered Office of the Principal, i.e. New Delhi.

2. Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.

3. If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the

remainder of this agreement remains valid. In this case, the parties will strive to

come to an agreement to their original intentions.

5. In the event of any contradiction between the Integrity Pact and its Annexure, the Clause in the Integrity Pact will prevail.”

__________________________ _____________________________

(For & On behalf of the Principal) (For & On behalf of Bidder/Contractor) (Office Seal)

Place……………… Date……………….

Witness 1: (Name & Address)_________________________

____________________________

____________________________

Witness 2 : (Name & Address) _________________________

___________________________

___________________________

Page 23: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 23 of 24

Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017

NATIONAL TEXTILE CORPORATION LTD.,(WESTERN REGION)

NTC HOUSE, 15, N.M. MARG, BALLARD ESTATE,

MUMBAI–400 001 TEL NO. 022-22686600, FAX NO.022-22686631.

WEBSITE: www.ntcltd.org

FINANCIAL BID FOR

SUPPLY FABRICATION ERECTION, TESTING AND COMMISSIONING OF COMPLETE HUMIDIFICATION SYSTEM FOR COMPLETE RING

SPINNING PLANT INCLUDING ALL EQUIPMENTS AND SUPPLY, EXCLUDING ALL CIVIL WORKS

FOR

BURHANPUR TAPTI MILLS, STATION ROAD, LALBAG,

BURHANPUR – 450331 MADHYA PRADESH

Phone No. 07325 – 243290 Fax No. 07325 – 243727.

E-mail ID : [email protected]

Page 24: Date 27.02 FOR COMPLETE... · Page 2 of 24 Ref. : NTC(WR)/Tech / HUMIDIFICATION SYSTEM /2017/ Date 27.02.2017 Tender Notice Sub: SUPPLY FABRICATION ERECTION, TESTING AND ...

Page 24 of 24

FINANCIAL BID

FOR

SUPPLY FABRICATION ERECTION, TESTING AND COMMISSIONING OF COMPLETE

HUMIDIFICATION SYSTEM FOR COMPLETE RING SPINNING PLANT INCLUDING ALL

EQUIPMENTS AND SUPPLY, EXCLUDING ALL CIVIL WORKS.

Amount in Rs.

Description QTY.

Rate per

unit-BASIC #

Total

value in Rs.#

A SUPPLY FABRICATION ERECTION, TESTING AND COMMISSIONING OF COMPLETE HUMIDIFICATION

SYSTEM ON TURNKEY BASIS INCLUDING REQUIRED DUCTING

FOR COMPLETE RING SPINNING PLANT INCLUDING ALL EQUIPMENTS AND SUPPLY,

EXCLUDING ALL CIVIL WORKS

Lumpsum

Sub Total -A

B 1 Tax & other levies

i) Packing & forwarding charges

ii) Excise duty

iii) Sales Taxes : CST / VAT

iv) Transportation charges

v) Transit insurance

vi) Others taxes if any

Sub Total (B)= (i) to (vi))

C 2 Charges of installation and commissioning

3 Service Tax on- 2

Sub Total C= ( 2+3 )

D GRAND TOTAL-D= ( A+B +C )

NOTE: # including loading & unloading Charges.

Total quoted value Rs. in Words.

Signature and Stamp of Tenderer