49
Page 1 of 49 Noted and agreed to the above Signature of Tenderer ERODE SIZING COMMON FACILITY CENTRE PVT LTD Registered Office atNo.374/5, M.C Road, Saraswathi Enclave, Perundurai, Erode - 638052 E-mail: [email protected] PHONE :8667416392 TENDER DOCUMENT –II 1. Sealed Tenders are invited by M/s.ERODE SIZING COMMON FACILITY CENTRE PVT LTD., No.374/5, M.C Road, Saraswathi Enclave, Perundurai, Erode - 638052,TAMIL NADU, INDIA - the Special Purpose Vehicle (SPV) of Sizing Unit, SIPCOT, Perundurai, Erode from reputed Manufacturers, Distributors or authorized Dealers for the supply, installation, testing and commissioning of the following Machinery & Equipment for the Common Facility Centre to be set up at SIPCOT, Perundurai, Erode, Tamil Nadu, with financial assistance under the Micro & Small Enterprises Cluster Development Programme (MSE-CDP) of the O/o. Development Commissioner, (MSME) Government of India and Government of Tamil Nadu. 2. The tenders should be quoted separately for each item of the equipment’s notified in the tender notice. 3. Technical Specifications for the above machinery and Equipment are available in the Annexure-III 4. All Tenders must be submitted in the format prescribed for the purpose available in the Annexure –I and all Tenders must be submitted in the format prescribed for the purpose available in the Annexure –V 5. Tender document may be obtained from the above addresses between 19.01.2021 ,11.00 A.M. AND 18.02.2021, 5.00 P.M. from the date of advertisement on all working days either in person or by post by paying a non-refundable amount of Rs.2,950/- (Rupees two thousand nine hundred and fifty only) including GST 18% (Rs.2500+RS.450) by means of Demand Draft ITEM PARTICULARS SPECIFICATION QTY 2 Boiler 2 Tonnes per hour with accessories and Steam and water piping As per IBR code, 2 Tonnes / Hours, with Design pressure 10.55 kg/cm2. Horizontal Shell type, 3 pass Internal Furnace smoke tube type, efficiency @ 100 load on GCV basis should be 77 (+/- 2) with heat recovery unit 1 Set

ERODE SIZING COMMON FACILITY CENTRE PVT LTD Registered

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1 of 49 Noted and agreed to the above Signature of Tenderer

ERODE SIZING COMMON FACILITY CENTRE PVT LTD Registered Office atNo.374/5, M.C Road, Saraswathi Enclave,

Perundurai, Erode - 638052 E-mail: [email protected]

PHONE :8667416392

TENDER DOCUMENT –II

1. Sealed Tenders are invited by M/s.ERODE SIZING COMMON FACILITY CENTRE PVT LTD.,

No.374/5, M.C Road, Saraswathi Enclave, Perundurai, Erode - 638052,TAMIL

NADU, INDIA - the Special Purpose Vehicle (SPV) of Sizing Unit, SIPCOT, Perundurai, Erode

from reputed Manufacturers, Distributors or authorized Dealers for the supply, installation,

testing and commissioning of the following Machinery & Equipment for the Common Facility

Centre to be set up at SIPCOT, Perundurai, Erode, Tamil Nadu, with financial assistance under

the Micro & Small Enterprises Cluster Development Programme (MSE-CDP) of the O/o.

Development Commissioner, (MSME) Government of India and Government of Tamil Nadu.

2. The tenders should be quoted separately for each item of the equipment’s notified in the tender

notice.

3. Technical Specifications for the above machinery and Equipment are available in the

Annexure-III

4. All Tenders must be submitted in the format prescribed for the purpose available in the

Annexure –I and all Tenders must be submitted in the format prescribed for the purpose

available in the Annexure –V

5. Tender document may be obtained from the above addresses between 19.01.2021 ,11.00 A.M.

AND 18.02.2021, 5.00 P.M. from the date of advertisement on all working days either in person

or by post by paying a non-refundable amount of Rs.2,950/- (Rupees two thousand nine

hundred and fifty only) including GST 18% (Rs.2500+RS.450) by means of Demand Draft

ITEM PARTICULARS SPECIFICATION QTY

2 Boiler 2 Tonnes per hour

with accessories and

Steam and water piping

As per IBR code, 2 Tonnes / Hours, with

Design pressure 10.55 kg/cm2.

Horizontal Shell type, 3 pass Internal

Furnace smoke tube type, efficiency @

100 load on GCV basis should be 77 (+/-

2) with heat recovery unit

1 Set

Page 2 of 49 Noted and agreed to the above Signature of Tenderer

in favour of ERODE SIZING COMMON FACILITY CENTRE PVT LTD payable at ERODE as

the cost of tender document. Alternatively, the tender document can also be downloaded from

the websites : www.sidco.tn.nic.in or www.msmedi-chennai.gov.in and the same may be

submitted along with the demand draft of Rs.2950/- as mentioned above while submitting

tender as due date.

6. The tender document should be signed by the tenderer at all pages with office seal.

7. All tenders must be accompanied by Earnest Money Deposit as specified in the document and

must be furnished with the technical bid. (Refer Sl.No.23).

Note: EMD exempted for the small scale units registered under NSIC / who have received

acknowledgement for entrepreneur memorandum from commissionarate of industries

and commerce / EM part II) / Udyog Aadhar Memorandum obtained from MSME.

8. Tenders will be opened in the presence of tenderers / representatives who choose to attend on

the specified date and time.

9. Eligibility Criteria

a. In case the bidder is a Manufacturer

i) The Tenderer should have Minimum 5 (Five) years of experience in manufacturing of

respective each Item mentioned above. Proof should be submitted.

ii) The Tenderer should have supplied 10 units in Tamil Nadu and 100 in India

iii) The bidder should impart Training to operate the equipment’s. Certificate to be attached.

iv) The documents in proof of the above should be placed in the “Technical Bid” envelope.

v) The Tenderer should furnish performance statement, giving list of major supplies

effected to firms in South India/India with supporting documents during the past 5 years

by them giving the details of purchaser’s name and address, Order No. and date, quantity

supplied.

vi) The average annual turnover of the tenderers in the previous 2 financial / accounting

years shall be not less than Rs. 10 Croreor equivalent foreign currency.

vii) The documents in proof of the above should be placed in the “Technical Bid” envelope.

b. In case the bidder is not a manufacturer

In case the bidder is the Authorized Dealer/ Agent/ Recognized Industrial Distributor quoting

on behalf of their Principal, they shall have to furnish the following

i) The Tenderer should have Minimum 5 (Five) years of experience in

trading/selling/distributing of respective each Item mentioned above. Proof should be

submitted.

ii) The Tenderer should furnish specific authorization from their Principal.

Page 3 of 49 Noted and agreed to the above Signature of Tenderer

iii) The Tenderer should furnish the Principal’s Proforma invoice along with their quotation

& also current and valid Authorization/ Dealership Certificate of their Principal.

iv) The Tenderer should furnish performance statement, giving list of major supplies

effected to firms in South India/India with supporting documents during the past 5 years

by them giving the details of purchaser’s name and address, Order No. and date, quantity

supplied & whether the supply was made within the delivery schedule. The bidder should

have Service Technicians and Spares maintained in Erode. The bidder should impart

Training to operate the equipment’s.

v) The Tenderer should submit the Manufacturer’s Test Certificate & Guarantee Certificate

with each lot of supply.

vi) The average annual turnover of the tenderer in the previous 2 financial / accounting

years shall be not less than Rs. 2 Crores

vii) The documents in proof of the above should be placed in the “Technical Bid” envelope.

NOTE:

1) While calculating the turnover, clubbing of turnover of parental or sister concerns are not

allowed.

2) The successful L-1 should produce

i) Certification of origin of machinery in case of manufacturer

ii) Valid Dealership/Distributor rights in case of non-manufacturers / dealers

(should not produce parental / sister concern rights)

10. Tender documents can be obtained in person on or before 18.02.2021 05.00 PM. Such Tenders

shall be dropped in the Tender Box kept at the factory of ERODE SIZING COMMON FACILITY

CENTRE PVT LTD., No.374/5, M.C Road, Saraswathi Enclave, Perundurai, Erode - 638052,,TAMIL NADU, INDIA on or before 19.02.2021 03.00 PM. Alternatively, the Tenderer

who prefers to submit the Tender through Post, can dispatch the same through Registered

Post or Courier with acknowledgement so as to reach the above address on or before

19.02.2021 03.00 PM.

Date of commencement of sale of tender 19.01.2021 10.00 AM Date of Pre-Bid Conference at SIDCO, C.O.Chennai 27.01.2021. 11.30 AM Last date for issue of Tender 18.02.2021 05.00 PM Last date for receipt of Tenders/downloaded 19.02.2021 03.00 PM Date of opening of sealed Tenders 19.02.2021 04.00 PM

(Technical bids only) at SPV office, Erode

Note:

a) The tenders received after 19.02.2021 03.00 PM tentative proposewill be summarily

rejected

Page 4 of 49 Noted and agreed to the above Signature of Tenderer

b) If holiday comes on the day of opening of tender, the next working day will be the last

day for acceptance.

10 (a) Pre-bid Meeting

There will be a Pre-Bid Meeting on 27.01.2021 at 11.30 AM tentative proposein the O/o

TANSIDCO, Corporate Office Building, 9th floor, Thiru-vi-ka Industrial Estate, Guindy,

Chennai 600032, Tamil Nadu during which the prospective tenderers can get clarifications

about the tender. The tenderers shall send their queries in writing if any so as to reach the SPV

at least two days prior to the pre-bid meeting date. The tenderers may also check the TANSIDCO

website www.sidco.tn.nic.in or Government of India website www.msmedi-chennai.gov.in for

any up-to-date information like change in date / venue etc., of pre-bid meeting as the SPV may

not be able to identify and communicate with the prospective bidders at this stage. Non

attending of pre-bid meeting is not a disqualification.

11. The bidder should submit tender for with separate sealed envelopes for technical bid &

commercial bid for each item as explained below. Both the envelopes shall be put in a single

sealed envelope and superscribed as “Bid submitted for supply of :

12. Technical Bid – Envelope“A”

The tenderer should furnish, along with the tender, the following Item in a separate envelope

hereafter called “Envelope A".

a) Earnest Money Deposit in the form of Demand Draft favoring the ERODE SIZING

COMMON FACILITY CENTRE PVT LTD, Erode (refer Sl.No. 23)

b) List of major supplies effected to firms in India during the past 5 years with supporting

documents containing

c) The details of purchaser’s name and address, Order No. and date, quantity supplied.

d) Audited Balance Sheet, Profit and Loss Statement duly certified by Chartered Accountant

indicating the annual turnover for the previous 3 financial / accounting years.

ITEM PARTICULARS SPECIFICATION QTY

2 Boiler 2 Tonnes per hour

with accessories and

Steam and water piping

As per IBR code, 2 Tonnes / Hours, with

Design pressure 10.55 kg/cm2.

Horizontal Shell type, 3 pass Internal

Furnace smoke tube type, efficiency @

100 load on GCV basis should be 77 (+/-

2) with heat recovery unit

1 Set

Page 5 of 49 Noted and agreed to the above Signature of Tenderer

e) Documentary evidence for the constitution of the firm such as Memorandum and Articles

of Association, Partnership deed etc. with details of the Name, Address, Telephone

Number, Fax Number, e-mail address of the firm and of the Managing Director/ Partners

/ Proprietor.

f) Authorization like Power of Attorney, resolution of Board, for the Signatory of the firm

who has signed the tender documents and also authorization for participation in the

Tender proceedings.

g) Declaration form in Annexure-IV for acceptance of all Tender conditions and to the effect

that the Tenderer has not been blacklisted by any State Government/ Central

Government and/or any State/ Central Public Sector undertakings/ Financial

Institutions, etc., as per Annexure- V.

h) Specifications for the Item are in Annexure-III

i) All Technical details about the all Items including process flow chart / technical

specifications, specifications of the material used, dimensions, Machine drawings,

foundation drawings, Software etc as applicable.

j) Photocopies of valid respective state GST or IGST and Excise registration certificates and

attested copy of the Company PAN Card, if applicable.

In case of tenderer being manufacturer

a) Proof for manufacturing of respective Item for a minimum of 5 (five) years.

b) A duly attested photocopy of Manufacturing License for the products approved by the

Licensing authority of the country of Origin for each and every product quoted. The

license must have been renewed upto date and the Item quoted shall be clearly

highlighted in the license.

In case of the tenderer being a Non manufacturer

In case the bidder is the Authorized Dealer/Sub Dealer/Agent/ Recognized Industrial

Distributor quoting on behalf of their Principal, they shall have to furnish the following

a) Valid Authorization/Dealership Certificate from their Principal.

b) Documents indicating the precise relationship between their Principal will be given

preference.

13. Commercial Bid - Envelope“B”

The tenderer shall indicate the rate offered by them by filling up the Annexure - I andsubmit

the same in a separate sealed cover superscribed as “Envelope “B”

14. The Envelope A superscribed as “Technical Bid” will be opened first. The Envelope B

superscribed as “Commercial Bid” will be opened only if the documents required in the

“Technical bid” are found in order as per tender conditions. If “Technical Bid” is not

submitted along with the required particulars, then the “Commercial Bid” envelope will not be

opened and the tender will be rejected.

Page 6 of 49 Noted and agreed to the above Signature of Tenderer

15. The Technical Bid in envelope ‘A’ will be opened on 19.02.2021 04.00 PM (i.e.) the tender

opening day at the Office of the ERODE SIZING COMMON FACILITY CENTRE PVT LTD., No.374/5, M.C Road, Saraswathi Enclave, Perundurai, Erode - 638052,TAMIL

NADU, INDIA by the Sub Committee in the presence of such of those tenderers or their

representatives. The tenderers or their representatives who choose to be present at the time

of opening of the Tenders should bring a letter of authority from the Tenderers, whom they

represent to identify their Bonafide.

16. Only after evaluations of the Technical Bids are completed the Commercial Bid will be opened.

The Date of opening of the Commercial Bid will be informed to the Bidders who are qualified

in the Technical Bid separately.

17. In the event of Tenders being submitted by a firm, it must be signed separately by each partner

thereof or in the event of the absence of any partner, it must be signed on his behalf by a person

holding a power of attorney authorizing him to do so or in the case of company, the Tenders

should be executed in the manner laid down in the company’s Articles of Association.

18. The Tenderer must sign and affix their seal in every page of the Tender document and the

complete signed original Tender documents must be submitted in the respective envelopes.

19. The Director, ERODE SIZING COMMON FACILITY CENTRE PVT LTD., ERODE, TAMILNADU

STATE, INDIA, subject to the approval of the Purchase Committee reserves the rights of

rejecting all or any of the Tender without assigning any reason for the same.

20. The rates should be quoted in Indian Rupees (INR), both in figures and words. The rates quoted

shall be inclusive of Cost, Insurance, Freight up to our site at SIPCOT, Perundurai, Erode

Installation, Commissioning, Testing and Training to the staff to operate the

Machinery/Equipments etc.,.

The rates quoted shall be inclusive of Cost, Insurance, Freight (warehouse to warehouse)

Installation, Commissioning, Testing and Training to the staff to operate the Machinery

/ Equipments etc.,

Basic Price of supply to be mentioned with GST/ Customs duty , freight and forwarding charges,

handling charges, loading/unloading charges, and any other tax/charge as applicable to be

mentioned separately

21. The rates shall be written both in figures and words legibly. Corrections if any shall be made

out by crossing out, initialling, with date and rewriting and overwriting if any, shall also be

Page 7 of 49 Noted and agreed to the above Signature of Tenderer

initialled. If the bidder does not accept the correction of the errors, his/her/its tender

documents will be rejected.

22. The Custom duty/ GST if any, included in the tender should be mentioned separately so that

the amount may be deducted, if consignment is cleared without payment of duty. The rate of

customs duty and the notification No. etc, shall be furnished, if applicable.

23. Earnest Money Deposit The Tender must be accompanied by a deposit of Rs.56,230/- in the form of DD or Bank

Guarantee for the same value against the value of the Item ordered as Earnest Money Deposit

(EMD infavour of ERODE SIZING COMMON FACILITY CENTRE PVT LTD., ERODE payable at

any Nationalized Bank in Erode, Tamilnadu State, India.

o The Earnest Money Deposit (EMD) should be submitted along with the Technical bid (i.e. Envelope Marked “A”). Any Tender submitted without EMD in the technical bid envelope, will be summarily rejected.

o Micro and Small (Manufacturing) Enterprises who have received Acknowledgment for Entrepreneur Memorandum (EM). Part-II obtained from Commissionerate of Industries & Commerce or UdyogAadhar Memorandum obtained from MSME will be exempted from payment of EMD, in respect of Item manufactured by them.

o Micro and Small (Manufacturing) Enterprises registered with National Small Industries Corporation” will be granted exemption” from payment of EMD in respect of Item manufactured by them.

o Earnest Money Deposit submitted by way of Cash, Cheque, and Postal Orders will not be accepted.

o The EMD of the unsuccessful Tenders will be arranged to be refunded within a reasonable time, consistent with the rules and regulations.

o The earnest money deposit amount held by the SPV, till it is returned to the unsuccessful tenderer will not earn any interest thereof.

o In case the Tender is withdrawn by the successful bidder after it is opened, the Earnest Money Deposit will be forfeited.

o The EMD amount of successful bidder will be adjusted against the Performance Security to be furnished by the successful bidder.

24. The successful bidder will be issued with Letter of Acceptance.

25. The successful bidder shall enter into an agreement in the prescribed format in a non-judicial stamp paper having value of not less than Rs.20.00 (Rupees twenty only) purchased in their favour at their cost, within 15 days of conveying the acceptance of their tender. If the successful bidder fails to execute an agreement within the stipulated time, Letter of Acceptance will be cancelled and EMD will be forfeited.

26. Security Deposit: o The successful tenderers will be required to furnish security deposit equivalent to 5% of

the value of the Item quoted, within 15 days of execution of agreement in the form of

Page 8 of 49 Noted and agreed to the above Signature of Tenderer

either Demand Draft or unconditional irrevocable Bank Guarantee valid for 18

months from the date of agreement, renewable if the completion of the project is

extended beyond the agreement period

o Bank Guarantee /Security Deposit will be refunded after the supplies are completed in

full and received in good condition without loss or damage and installed commissioned

satisfactory working of machinery/ equipment as certified by the technical experts and

on the expiry of guarantee/ warrantee period.

o The security deposit held by the SPV, till it is released to the successful tenderer will not

earn any interest thereof.

o If the Tenderer fails to act as per tender document or backs out after his tender accepted,

his security deposit will be forfeited.

27. The Tender will be valid for acceptance for a period of 90 days from the date of opening of

commercial bid.

28. The respective Items should be installed and Commissioned within 120 days from the date of

receipt of the order. If the above item is not installed and commissioned within the period

specified, the security deposit amount will be forfeited and the tender will be cancelled and loss

if any for inviting fresh tenders will be made good from the defaulter.

29. Tenders are not transferable.

30. Training to the user / operator shall be provided wherever required at supplier’s cost at the

Factory site of the SPV (ERODE SIZING COMMON FACILITY CENTRE PVT LTD., S.F No 163pt,

166pt, 177pt, Plot No A2,SIPCOT Industrial Growth Centre, Perundurai, Erode District , TAMIL

NADU, INDIA).

31. Normally no extension of time will be granted, unless there are valid reasons acceptable by the

competent authority.

32. If any dispute arises in the contract, the same will have to be finalized in the court of ERODE

jurisdiction.

33. Confusional tenders will not be accepted.

34. The SPV (Erode Sizing Common Facility Centre Pvt Ltd) with the approval of the Purchase

Committee reserves all rights to cancel any or all tenders without showing any specific reason.

Page 9 of 49 Noted and agreed to the above Signature of Tenderer

35. The Tenders should be accompanied by all the particulars requested in the schedule including

process flow chart / technical specifications, specifications of the material used, dimensions,

drawings, foundation drawings etc. of the respective item quoted.

36. The Tenderer should not have been blacklisted by any State Government/ Central Government

and/or any State/ Central Public Sector undertakings/ Financial Institutions, etc., Declaration

to this effect shall be furnished in the Technical Bid as per Annexure IV.

37. Guarantee period:

The supplier shall undertake to repair free of charge or replacement of any defective part of the

respective item installed and commissioned due to defective materials or faulty design or

workmanship during a period of one year, from the date of commissioning of the respective

Item . Delivery of the full replacement or repaired parts should be effected free of cost at the

factory site without loss of time so that the down time is minimized.

38. Proof of Photos of Product :

Before delivery of the Item, The Manufacturer shall send Photos of the Item with Order No and

Serial Numbers as specified by the Supplier to the SPV (ERODE SIZING COMMON FACILITY

CENTRE PVT LTD., S.F No 163pt, 166pt, 177pt, Plot No A2,SIPCOT Industrial Growth Centre,

Perundurai, Erode District) to verify the suitability according to the specifications.

39. Force Majeure

Failure or delay in the part of tenderer for supply due to force majeure causes enumerated here

under shall be considered, provided the supplier produces documentary evidence.

a) Any cause which is beyond the reasonable control of the tenderer.

b) Natural phenomena, such as floods, drought, earthquakes and epidemics.

c) Act of any Govt. Authority, domestic or foreign, such as wars declared or undeclared

quarantines, embargoes licensing control on production or distribution restrictions.

d) Accident and disruptions such as fire, explosion, increase in power cut with respect to

date of tender opening etc.,

e) Strikes, slow down and lockouts.

Failure or delay in the part of tenderer for supply due to force majeure causes enumerated here

under shall be considered, provided the supplier produces documentary evidence.

The cause of force majeure condition will be taken into consideration only if the supplier

notifies within 30 days from the occurrence of such eventualities. The purchaser shall verify

the facts and grant such extension as the facts justify. For extension due to force majeure

conditions, the supplier shall submit his representation with documentary evidence for

scrutiny by the purchaser and decision of the purchaser shall be binding on the time. However,

the price quoted by the bidder and accepted by the Purchaser shall remain firm during such

Page 10 of 49 Noted and agreed to the above Signature of Tenderer

extended period. For the matter of clarity, Force Majeure shall not have any bearing on the

price.

40. Payment :

Advance Payment: 20% of cost of machinery /equipment shall be paid as advance to the supplier while confirming the order / execution of agreement.

On Supply: 70% cost of machinery / equipment shall be paid on receipt of machinery at Factory site location of the SPV ( ERODE SIZING COMMON FACILITY CENTRE PVT LTD., S.F No 163pt, 166pt, 177pt, Plot No A2, SIPCOT Industrial Growth Centre, Perundurai, Erode District,TAMIL NADU, INDIA) On Final Acceptance: Balance 10% of the cost shall be paid after satisfactory installation, commissioning and performance of the machinery /equipment at the factory location of the SPV and after certification by our technical expert and after submitting the Performance Bank Guarantee for 5% amount of total value of equipment, valid upto 6 months after installation, commissioning of the machinery concerned. The bidder should impart Training to operate the equipment’s. The rate quoted by the tenderer for the materials is final and no enhancement will be allowed at any circumstances. The enhancement of rate will cause the cancellation of the supply order and forfeiture of security deposit. No payment will be made unless Agreement is properly executed.

41. Saving Clause:

No suit, prosecution or any legal proceedings shall lie against SPV for anything that is done in

good faith or intended to be done in pursuance of tender. In the event of any dispute arising out

of the tender such dispute would be subject to the jurisdiction of the Civil Court within the city

of ERODE.

42. Penalty clause:

If the bidder fails to install and commission the respective itemwithin the stipulated time or

perform the services within the time period specified in the contract, the penalty @ 1 % per

week or part thereof will be imposed subject to a maximum of 5% of the total cost of work

order unless the delay is due to recognised force majeure conditions.

MANAGING DIRECTOR

(M/s. ERODE SIZING COMMON FACILITY CENTRE PVT LTD)

Page 11 of 49 Noted and agreed to the above Signature of Tenderer

CHECK LIST

Sl no Discrimination

Conditions/compliance

1. Tender Document ( DD in favour of SPV) Rs.2950(Including GST)

2. Signature in all pages with office seal Must

3. Memorandum/AoA/Partnership Deed Yes

4.

EMD (DD / Bankers Cheque) Exemption for NSIC ( applicable to all MSE units) and EM part -2 of micro and small enterprisers registration/UAM

56,230/-

5. Authorisation letter for participating at the time of opening the bids Must

6. Format IV (Not blacklisted) Must

7.

Technical Specifications for the machinery tendered and service offered as per format –II Detailed specification, catalogue , brochure, drawing, etc (No deviation accepted)

Must

8. GST Registration Certificate, PAN Card Must

9. Authorisation letter for participation Must

10.

Certificate of Authorized Distributorship/Dealership/Retailer ship from the Bidder/Manufacturer. Must

11. Eligibility (Envelope-A) – Manufacturer Must

a. Experience 5Yrs

b. Performance Statement showing major supplies effected during the past 5 years Yes

c. Turnover with audited Balance Sheet ( any of the year ) Rs, 10 Crore

d. Manufacturer's License (Duly Attested) Yes

13 Non Manufacturer Yes

a. Experience Yes

b. Authorization/Distribution rights from manufacturer 5 Yrs

Page 12 of 49 Noted and agreed to the above Signature of Tenderer

c. Performance Statement showing major supplies effected during the past 2 years Must

d. Turnover with audited Balance Sheet ( for 2 years ) Rs. 10 Crore

e. In case of dealers/ distributers Turnover over and Experience

Rs.2 Crore 5 years

f.

Principal’s invoice along with their quotation & also current and valid Authorization/ Dealership Certificate of the Foreign Manufacturer/ Principal.

Yes

g. Submission of Certificate of Registration of firm Authorization Letter from the manufacturer/Bidder to quote and submit tender.

Must

14 Photocopy of Warrantee Agreement between the Bidder and the Service Provider , if applicable. Must

15 Technical details of the goods and services offered Must

16 Machine must be handed over in good working condition Must

17 Validity period of Quotation i. Delivery Period

ii. Payment Terms

iii. Warranty

iv. Discount

v. Terms of Delivery

vi. Post Warranty AMC

vii. Performance Bank Guarantee

viii. Liquidated Damages

ix. Training to the staff/workers

Must

18 Prices to be quoted in Indian rupees

Must

19 GST, freight and forwarding charges, handling charges, loading/unloading charges, and any other tax/charge as applicable to be mentioned separately

a. T

o

b

e

q

u

o

t

e

d

i

n

t

h

e

c

o

m

m

e

r

20 Price quoted to be valid for 90 days

21 Bidders not submitted their bids as per the above formats, Liable to be rejected

22 No interest to be paid on the Performance Bank Guarantee. Yes

23 Declaration – Not Black listed by State Government / Cental Government only or any stated / central public sector undertakings / Financial Institutions etc.,

Page 13 of 49 Noted and agreed to the above Signature of Tenderer

ANNEXURE – I

PRESCRIBED FORMAT FOR SUBMITTING TENDERS

I/We hereby quote and undertake to supply the goods as specified in the under written schedule in

the manner in which and within the time specified as set forth in the schedule below. The quotation

furnished in the schedule below is subject to the conditions set forth in the Tender notice and terms

and conditions received by me/us

I/We hereby forward a Demand Draft for Rs. 2,950/-(including GST) or irrevocable bank guarantee

forRs.56,230/- towards Earnest Money Deposit drawn in favour of ERODE SIZING COMMON

FACILITY CENTRE PVT LTD., Erode and agree to have it forfeited in case of I/ We fail to supply the

equipment / materials ordered by ERODE SIZING COMMON FACILITY CENTRE PVT LTD.,

No.374/5, M.C Road, Saraswathi Enclave, Perundurai, Erode - 638052,TAMIL NADU,

INDIA as per the terms and conditions of Purchase Order.

Schedule of Rates Sl. No.

Full description specified in

the Schedule

Number in

each

* Rate per unit (CIF Value)

Excise duty/

GST/VAT/ Cess tax/

Transport / Insurance

as applicable

Total Value

Delivery Time

Name & address of the manufacturer

* The rates should be quoted in Indian Rupee only.

SIGNATURE & SEAL OF THE TENDERER

Page 14 of 49 Noted and agreed to the above Signature of Tenderer

ANNEXURE - II

COMMON ENVELOPE CONTENTS: ENVELOPE – A

Ref ENVELOPE – B Bid submitted for Supply of

Along with Standard Equipment and Accessories” Ref: Tender Notice dated: _______________

NAME OF THE TENDERER: __________________ To The Managing Director ERODE SIZING COMMON FACILITY CENTRE PVT LTD., No.374/5, M.C Road, Saraswathi Enclave, Perundurai, Erode - 638052, TAMIL NADU, INDIA

SIGNATURE & SEAL OF THE TENDERER Envelop - A –Annexure II, III Envelop - B – Annexure I

ITEM PARTICULARS SPECIFICATION QTY

2 Boiler 2 Tonnes per hour

with accessories and

Steam and water piping

As per IBR code, 2 Tonnes / Hours, with

Design pressure 10.55 kg/cm2.

Horizontal Shell type, 3 pass Internal

Furnace smoke tube type, efficiency @

100 load on GCV basis should be 77 (+/-

2) with heat recovery unit

1 Set

Page 15 of 49 Noted and agreed to the above Signature of Tenderer

ENVELOPE – A TECHNICAL BID

Tender Notice dated __________________

NAME OF THE TENDERER: _______________________________

NAME OF THE ITEM (S) : _________________________________

SIGNATURE & SEAL OF THE TENDERER Encl. Annexure Tender Schedule, Annexure II, III

ENVELOPE - B COMMERCIAL BID

Tender Notice dated : ________________

NAME OF THE TENDERER: ____________________________

NAME OF THE ITEM (S) ________________________________

Encl. Envelope B – Annexure I

SIGNATURE & SEAL OF THE TENDERER

Page 16 of 49 Noted and agreed to the above Signature of Tenderer

ANNEXURE-III

Technical Specifications sheet

Common Facility Centre (CFC) For M/s ERODE SIZING COMMON FACILITY CENTRE PVT LTD.,

No.374/5, M.C Road, Saraswathi Enclave, Perundurai, Erode - 638052,TAMIL NADU,

INDIA.

Item 2 BOIER

Steam Boiler Parameters

Quantity, nos. : 1 Nos

Capacity, TPH (F&A 100 deg C) : 2TPH

Design pressure, kg/cm2 (g) : 10.5 kg/cm2(g)

Type of Boiler : 3 Pass fully Wet Back

Fuel to be fired : Biomass Briquette and Fire wood

Thermal Efficiency, NCV Basis : 77% +/-2% on GCV basis

Quality of Raw Water (Please Indicate)

pH : 8.5-9.5

Conductivity :

Hardness : 10 mg/l

Oil content :

Oxygen : 0.1 mg/l (Max)

Bound CO2 :

TDS : 3500 (Max)

Fuel

Type : Briquette and Fire wood

Quality : NCV of 3800-3900 kcal/ kg

Size : Vendor to specify

Ash removal system

Type : Manual

Collection points : At Boiler

At Cyclonic Pre-Heater Unit (MDC + APH)

Utilities

Following utilities will be available at one point in battery unit

Page 17 of 49 Noted and agreed to the above Signature of Tenderer

a. Electricity (Power & cables) : 415V 6%, Hz 3%, 3 Ph., 3 wire, AC

b. Instrument Air : 4.0 to 5.5 kg/cm2(g)

-40deg.C dew point, oil free

1.0 Scope of Supply (Vendor)

The main boiler should be a 3 PASS WET BACK DESIGNtype, consists of three major components:

1. A furnace

2. A convection part with horizontal fire tube bundle with 2 No of Passes in drum.

3. An CyclonicPre-Heater Unit (Combination of MDC + APH) with flue gas side Bypass

arrangement

1.A Boiler, 2000 kg/Hr. (F&A 100 Deg C) with Design Pressure of 10.5 kg/cm2(g), 1 Nos

a. Boiler Capacity (Each) – 2000 Kg/ Hr. (F&A 100 Deg C) Design Pressure – 10.5 kg/cm2(g)

Operating Pressure – 9 kg/cm2(g)

Fuel – Biomass Briquette

b. The furnace should be completely integrated in the boiler. The furnace should be housed in Boiler shell with two number of convective passes for heat transfer. The amount of the concrete should be however restricted to a minimum in order to minimize the investment and maintenance costs and to maximize boiler availability.

The design of the furnace into the boiler should be such as to control the combustion

temperature and furthermore it should reduce excessive slagging of the ashes on the

sidewalls of the furnace. The boiler should be extremely efficient for the combustion of fuels

with varying heating values and fuels characterized by low ash fusion temperatures. A door

should be mounted into the rear wall of the furnace and ensure that the boiler is easily

accessible. An adequate inspection glass mounted in the rear wall gives an inside view of the

combustion process in the furnace.

No brick refractory will be allowed inside the furnace.

THE BOILER DRUM

c. The flue gases should be cooled down rapidly in the fire tubes where they are by convection. The fire tube part should be executed as two pass heat-exchanger. The large water content should be provided in the convection drum, with a large evaporation surface along with a modulating feed water control which shall ensure in a quick response when the steam production shows a peak load. The voluminous drum should be provided to ensure dry steam without complicated or expensive secondary measures as steam dryers. The flue gas

Page 18 of 49 Noted and agreed to the above Signature of Tenderer

velocities should be optimal chosen to reduce the fouling of the fire tubes. Accessibility should be assured through a door(s) the cleaning doors on the smoke box at the end of the drum. The boiler should have minimum water volume of three times the maximum continuous rating of boiler.

d. The boiler should be of genuine wet back construction. Combustion chamber shall not have any refractory bricks on the rear thus providing increased heat transfer to the water from the rear tube plate of the combustion chamber.

e. Boiler shall be manually fired with ash door at the front of the boiler for removal of the ash. The ash door shall be complete with chain fasteners. The ash door shall ensure that the air intake is limited in the boiler during the firing.

f. The design of the grate shall be such as to limit the grate length to less than 3 meters, thus ensuring that the grate is filled easily with manual stoking.

g. Boiler shall be designed in a manner to allow for a gap between the grate and the combustion chamber ensuring higher residence time and complete combustion.

h. Offered boiler shall be 3 pass designs with the Flue gases should pass through the furnace (first pass) whereas second and thirds passes should be formed by nests of smoke tubes. At the end of the furnace flue gas reverses into second pass tubes.

i. Suitable Combustion Fan shall be provided by the vendor to take care of the pressure drop across the complete system.

(i) The boiler shall be complete with all mountings, accessories, controls etc. (ii) Boiler construction shall be in accordance with the latest revision of Indian Boiler

Regulations 1950, Act 1923 applicable. All material used shall be approved and tested as per relevant existing codes. All welded joints shall be as per code requirement.

(iii) The boiler should be of modern compact design and be genuinely packaged design. (iv) The fire tubes in the tubes nest should be plain without any restriction inside. These

tubes should be easily accessible both from inside as well as outside for inspection and maintenance. These tubes are to be tightly expanded in the tube plate and strength welded.

(v) All working parts of the boiler should be accessible for ease of inspection and maintenance. On the shell, one elliptical man door and on tube plate one mud hole must be provided. Access to the combustion chamber should be through hinged refractory lined access door whereas tube nest should be exposed through hinge mounted front door.

(vi) The boiler mountings shall be as per the Extent of Supply. (vii) The boiler shall be designed and constructed to generate steam at efficiency of 84% on

Net calorific value (NCV) basis with the Heat Recovery Unit (Cyclone Pre-Heater). Efficiency shall be demonstrated as per standard BS – 845 Part 1 Indirect methods.

Page 19 of 49 Noted and agreed to the above Signature of Tenderer

j. Feed water System: 2 nos. electrically driven vertical centrifugal multistage pumps mounted separately with motor capable of using feed water at a temperature of 120 deg C with all SS internals, interconnected pipework between pumps and feed check valves. The feed water pumps are mounted on a separate skid connected to the base frame itself thus doing away with the need for foundations (excepting configurations with drum level control).

k. The feed water piping from the feed water pump to the boiler shall be independent for each pump complete with NRV and isolation valve. This is to ensure redundancy in case of failure of mountings.

l. Vortex type steam flow meter for Steam flow measurement to be provided.

m. Steam temperature & Stack temperature transmitters to be provided along with the boiler so as to incorporate the signals of same in the PLC based control panel.

n. Boiler should be provided with an Automatic Blow down control system which will be TDS based system. Same should have TDS based sensor which will decide the frequency of blow down & in turn reduce the blow down loss.

The following items, but not limited to those mentioned, shall be supplied with the boiler.

Pressure Parts

a. Boiler Shell 1 no.

b. Tube Plates 2 nos.

c. Furnace Flue 1 no.

d. Combustion Chamber 1 no.

e. Boiler Tubes 2 lots (2nd and 3rd Pass)

f. Stays (Tubes, Bars, Gussets) 1 lot

g. Mud door on tube plate 1 no.

h. Man door 1 no.

i. Stand Pipes for Stop, Feed check, Safety

and Blow down Valves

1 lot

j. Stand pipes for gauge glass and level

controller

1 lot

Page 20 of 49 Noted and agreed to the above Signature of Tenderer

General Construction Parts

a. Front casing with hinged doors 2 no.

b. Rear casing with removable doors, Flue

outlet flange

2 lot.

c. Insulation and sheeting for boiler shell 1 lot.

d. Refractory for front & rear access doors 1 lot.

Mounting & Fittings

a. Main steam stop valve 1 no Piston Type

b. Safety valve 2 nos. (with each capable of 50% venting

capacity)

c. Feed check valve 2 nos.

d. Auxiliary valve 1 no. Piston Type

e. Blow down valve with Automatic Blow

down Control System

1 no.

f. Isolating valve for water level controllers 2 nos. Piston Type

g. Isolating valve for pressure switches and

pressure gauge

2 nos. Piston Type

h. Drain valve for water level controller 1 nos. Piston Type

l. Sight glass assembly 1 set

Instrumentation

a. Water level controllers 1 no. for low water level alarm

b. Over-ride controller 1 no. for lockout under extra low water level

alarm

c. Steam pressure gauge with

cock

1 no. For display of boiler steam pressure

d. Water level gauge assembly 2 nos. For display of water level in the boiler

e. Switch gears, relays,

connectors

1 set For individual controls of equipment

through control panel

f. Audio / visual alarm 1 set In case of unsafe operation for lockout

under extreme conditions

Page 21 of 49 Noted and agreed to the above Signature of Tenderer

Controls & Safeties

a. High Steam pressure switch 1 no. To trip combustion fan in case of high

steam pressure

b. Level controller 1 no. To regulate feed water pump operation

and trip Blower in case of very low level

with audio visual alarm.

Safety Interlocks

Unsafe condition Instrument Action

High water level Drum Level Control Control Valve Close.

Low water level Drum Level Control Control Valve Open.

Extra low water level Level Controller Alarm & Blower shut-Down

Boiler high pressure Safety valves Lift & discharge

Automatic Combustion Manager for boiler –

Boiler should be provided with the Auto Combustion manager to continuously give alerts

to the operator on operating change required so as to ensure better operating practices

followed in boiler house.

The mechanism will be consisting of –

Boiler control panel – PLC Based

10 inch HMI Display on the PLC based control panel

Signals from the instruments provided on boiler such as Steam flow meter, TDS Based auto

blowdown system, Temperature transmitters, limit switch for door, Furnace pressure transmitter.

The Auto Combustion Manager should have storage of minimum of 2 years data on boiler operations

with following data –

Min/Max values

Summary of feedbacks generated

Health of concern areas.

History & Trends of Boiler operation.

Following minimum controls needs to be provided with the Auto Combustion Manager –

● Door opening /closing –Auto Signaling ● Draft control – Automatic Interlock ● Feed rate –Auto Signaling ● Tube cleaning – Auto Signaling

Page 22 of 49 Noted and agreed to the above Signature of Tenderer

● Sensor health & cleaning – Auto Signaling ● Safety related feedback – Auto Signaling

1.A Motor Control Centre, 1 Nos

a. Type – Floor Mounted and Rated for IP 54

b. The MCC provided shall be non-compartmentalized and floor mounted. The MCC shall be bottom/ top entry type.

1.B Cyclonic Pre-Heater Unit (Combination of Mechanical Dust Collector cum Pre-Heater)

- 1 Nos

a. Type – Cyclone pre-heater which is combination of Cyclone and air pre-heater unit suitable for the Boiler duty.

b. Structural Supports and RAV (Rotary Air-lock Valve) for the removal of the dust collected. c. Vendor to specify the expected emissions at the outlet of Cyclonic Pre-Heater.

Page 23 of 49 Noted and agreed to the above Signature of Tenderer

TECHNICAL DATASHEET FOR IBR BOILER

Sr. No. Description

A Technical Data

1 Capacity 2000 Kg/Hr

2 Type Solid Fuel Fired Boiler- Integrated

furnace boiler- Smoke tube design.

3 Fuel Considered Briquetteand Fire wood

4 Steam Pressure at generation 8-9 Kg/cm2

5 Safety Valve set pressure 10.2 & 10.5 Kg/cm2

6 Steam Quality 0.98 (Dryness ratio)

7 Model Vendor to specify

8 Water Quality Soft

9 Briquette Consumption Vendor to specify

10 Flue gas outlet temperature/Size 170-180 C (At the outlet of Heat

recovery unit)

11 Max Operating Temp (Steam) 185 C

12 Steam Operating Temp 170 - 180 C

13 Empty Wt Of the boiler (Kg) Vendor to specify

14 Flooded Wt Of the boiler (Kg) Vendor to specify

15 Hydraulic Test Pressure 15.8 Kg/cm2

B

1 Boiler Package Vendor to specify

2 Max. Continuous rating

2.1 At 100oC Vendor to specify

3 Max. Pressure Rating (kg/cm2 g) 10.5 Kg/cm2

4 Briquette and Fire Wood Fire Wood GCV 3300

5 G.C.V of Briquette 4000

6 N.C.V of fuel 3800

7 Heat transfer area

7.1 Boiler Vendor to specify

8 Consumption at MCR

8.1 Power in kW Vendor to specify

Page 24 of 49 Noted and agreed to the above Signature of Tenderer

8.2 Briquette in Kg/Hr Vendor to specify

9 Boiler Efficiency

9.1 a) Based on G.C.V 77%+/-2%

9.2 b) Based on N.C.V 84%+/- 2%

10 Water Holding capacity upto normal

working, m3 Vendor to specify

11 Steam Space m3 Vendor to specify

12 Material of Construction

12.1 Shell SA 515/516 Gr 70

12.2 Furnace SA 515/516 Gr 70

12.3 Tubes BS 3059 ERW

12.4 Pressure Piping SA 106 Gr B

C Control Panel

1 Make Siemens, ABB, E& H, Forbes

Marshall std.

2 Type PLC Based

3 PLC Make Siemens, ABB, E& H, Forbes

Marshall std.

4 Display type HMI

5 Display Size 10 Inches

D Thickness of insulation

1 Front Wall Vendor to specify

2 Rear Wall Vendor to specify

3 Side wall Vendor to specify

E Fan

1 Make and Model No. Vendor to specify

2 Capacity m3/hr Vendor to specify

3 Static Pressure Vendor to specify

4 Speed rpm Vendor to specify

5 Power KW Vendor to specify

6 Motor make Vendor to specify

F Feed Water Pump

1 Make WILO/ GRUNDFOS

/JHONSON/KSB/EQUIVALENT

2 Model No. Vendor to specify

3 Capacity m3/hr Vendor to specify

4 Total head MLC Vendor to specify

Page 25 of 49 Noted and agreed to the above Signature of Tenderer

5 Speed rpm Vendor to specify

6 Motor rating KW Vendor to specify

7 Type of coupling Direct

8 Absorbed Power kW Vendor to specify

9 NPSH required, design capacity, etc. Vendor to specify

G Flue Gas

1 SPM Levels (mg/Nm3) 600-800mg/Nm3

2 Boiler 240-260 C

3 Heat Recovery Unit 170-180 C

H Flue Gas Duct Size

1 From Boiler Outlet to first junction(mm x

mm) Vendor to specify

2 From First junction to chimney(mm x mm) Vendor to specify

3 Press drop in flue duct (mm WC) Vendor to specify

4 Flue gas flow m3/hr (per boiler) Vendor to specify

I Automatic Blow down control system

1 Type TDS Based only

2 Make Vendor to specify

3 Manual bypass(provided) Yes

J Steam Flow meter

1 Type Vortex

2 Size Vendor to specify

3 Make Vendor to specify

K Pressure Transmitters

1 Furnace

L Temperature Transmitters

1 Stack and Feed water measurement

M VOLTAGEAND POWER CONSUMPTION

1 Power 415 V,

2 Control 230 V,

3 Control panel load Vendor to specify

4 Feed Water Pump Vendor to specify

5 Fan Vendor to specify

N Utilities consumption

1 Power Connected load Vendor to specify

2 Overall dimensions of the Unit (mm) Vendor to specify

Page 26 of 49 Noted and agreed to the above Signature of Tenderer

Makes of each system:

1. Boiler

2. Feed Water Pump WILO/ GRUNDFOS

/JHONSON/KSB/EQUIVALENT

3. Motors OEM Std

4. Main steam stop valve &Mobrey

Isolation valve

Class 6 Valve / Forbes Marshall /

Uniklinger or Equivalent

5. Steam & Water Valves Forbes Marshall / Uniklinger or

Equivalent

6. Non Return valve Forbes Marshall / Uniklinger /

SpiraxSarco / or Equivalent

7. Safety valve Forbes Marshall / Uniklinger /

SpiraxSarco / or Equivalent

8. Blow down valve Levconor Equivalent

9. Level indicator Forbes Marshall / Tectrol

/Malhotra/Equivalent

10. Level controller Malhotra / Techtrol

11. Pressure switches Danfoss / Siemens/Forbes Marshal /

Equivalent

12. Pressure gauges Forbes Marshall / Baumer/ H – Guru/

Equivalent

13. Steam flow meter Forbes Marshall / E&H / Yokovova /

Equivalent

14. Automatic Blowdown Control

System

Forbes Marshall / Equivalent

15. Electrical Switch Gears Siemens / ABB/ Equivalent

16. Cables Polycab / RR Cables/ Equivalent

17. MCB Siemens / ABB/ Equivalent

18. Level Transmitters ABB, Siemens

19. Variable Frequency Drive ABB / Siemens / Yaskawa /

Equivalent

20. PLC Siemens, ABB, E& H, Forbes Marshall

/ Equivalent.

Page 27 of 49 Noted and agreed to the above Signature of Tenderer

MS Self Supported or Civil Structured Chimney, 1 Nos

a. Type – MS Self Supported designed as per IS 6533 Height – 30 m

Corrosion Allowance – 1.5 mm

b. The chimney shall be designed for a boiler capacity of 2 TPH Boiler configuration. The chimney shall be complete with

(a) Aviation Lamps (b) Lightening Arrestor (c) Earthing Strips (d) Ladder & Platforms at suitable heights (e) Insulation & cladding of the Bottom 2 meters

Site Electricals

Cabling from Boiler control panel to all field motors and instruments to be supplied, the necessary

cables trays, cables, glands, etc to be considered in the supplier scope.

MS FLUE GAS DUCTING

Type Circular / Square as per Boiler requirement, the flue gas ducting thickness should be minimum

5 mm and expansion Bellows 1 Set to be provided at the outlet of boiler. The material of construction

shall be IS 2062 material.

The flue gas ducting to considered from boiler to preheater and upto chimney.

The necessary supports to be considered, the complete ducting with Insulation and cladding 50 mm

and 24 gauge aluminium cladding sheet.

AIR DUCTING

The air ducting from the FD outlet to Preheater and preheater to Boiler, the necessary supports to be

considered, the air ducting thickness should be minimum 3 mm. The material of construction shall

be IS 2062 material.

The complete ducting with Insulation and cladding 50 mm and 24 gauge aluminium cladding sheet.

Page 28 of 49 Noted and agreed to the above Signature of Tenderer

BOILER HOUSE PIPING

Boiler house piping is also to be included in the scope, the following piping with battery limits.

1) Safety valve and air vent piping upto outside the boiler house 2) Feed water piping from feed water tank to Boiler 3) Blowdown piping. 4) Common drain piping. 5) Steam piping from Boiler to steam header. 6) Insulation and cladding for the above. 7) Supports for all the above piping. 8) Instrument air piping with painting and supports.

All IBR piping MOC should SA 106 Gr.B and NIBR with MS C Class Heavy IS 1239 Grade.

STATUTORY APPROVALS

All the legal procedure related to Boiler, HP piping drawing Approval, Boiler & piping, High pressure

steam piping Registration & inspection, upto provisional order etc in the supplier scope & submitted

to client after approval from IBR authority. The requisite fees if any shall be borne by the supplier.

Erection & Commissioning shall be done under strict supervision of your Technical Expert only.

You shall test the Boiler & High-pressure pipe line at Hydraulic Test Pressure while commissioning.

Also, you shall demonstrate the working of Safety Valve.

UNLOADING, LEADING AND INSTALLATION.

All the Boiler, preheater, accessories, etc its unloading, leading and erection to be considered in the

scope of supplier.

Page 29 of 49 Noted and agreed to the above Signature of Tenderer

Feed Water Tank – 1 No.

Capacity: 4KL Suitable times Boiler capacity Size: Supplier shall specify (shall be mounted on MS

structure) The tank shall be saddle mounted Horizontal type cylindrical and made (As per IS: 2062)

from 6 mm thick carbon steel plate with Suitable size flange type deaerator having makeup &

condensate return inlet port, feed water outlet, over flow port, Darin, SS tubular water level gauge

and controller with all pipe fittings such as flanges, all types of valves, strainer etc with other required

accessories. The tank shall be provided with overflow pipe is to be extended up to the bottom of the

structure with an overflow connection ending in with ball valve.

4.0 Exclusions

- Civil work. - Water Treatment Plant/ Softener.

5.0 Inspection & Approvals

The boiler shall be subject to inspection and testing in accordance with latest IBR codes.

Boiler fabrication shall be subject to inspection & testing in accordance with latest revision IBR.

Manufacturer shall ensure that the boiler meet the requirements of the Inspectorate of boilers.

Simulation test of boiler control panel shall be carried out in presence of customer’s representative

at the place of manufacture before delivery.

Page 30 of 49 Noted and agreed to the above Signature of Tenderer

PRICE SUMMARY- Steam boiler FUEL- BRIQUETTE

Sr NO Item Units Unit Rate Total Price

INR INR

PART A Packaged Items

1 2.0 TPH Boiler Inclusive of 1

Design Pressure - 10.54 kg/cm2(g)

Suitable for firing – Briquetteand fire wood

Saddle Mounting

As per the Tender Specifications

2 PLC BASED MONITORING SYSTEM 1

TDS Based ABCO System

Steam Flow meter - Vortex type

Furnace Pressure Transmitter

Stack temperature Transmitter

Feed water temperature Transmitter

Door Limit Switches

Combustion control system

3 CYCLONIC PREHEATER (APH + MDC Combination) 1

Along with Necessary casing & structure

Slide gate at bottom

Page 31 of 49 Noted and agreed to the above Signature of Tenderer

ITEM 1. 1 STEAM AND CONDENSATE ACCESSORIES AND PIPINGS

SYSTEMATIC PIPE LAYOUT:

The piping shall be installed in a uniform manner, parallel to or perpendicular to walls or ceilings and

all changes in direction shall be made with fittings. The horizontal piping shall be run at right angles.

Bull heading, diagonal crossing over other piping and across the rooms should be avoided. All the

piping shall be carefully installed to provide for proper alignment, slope and expansion. All the valves

installed inside the plant room must be positioned in an accessible manner and if not so these must

be made accessible by providing steel platforms duly fixed in the floor.

TESTING:

In general, tests shall be applied to piping before connection of equipment and appliances. In no case

piping shall be subjected to pressures exceeding their test rating. The tests shall be completed and

approved before any insulation is applied. Testing of the segments of pipe work will be permitted,

provided all open ends are first closed by blank-offs or flanges. After tests have been completed the

system shall be drained and flushed 3 to 4 times and cleaned off all dust and foreign matter. All the

strainers, valves and the fittings shall be cleaned off all dirt, filings and debris, if any. All the piping

shall be tested to a hydraulic test pressure of at least one and a half times the maximum operating

pressure, but not less than 10Kg/cm2 for a period of not less than 3 hours. All the leaks & defects in

the joints revealed during the testing shall be rectified to the entire satisfaction of the engineer-in-

charge.

MOUNTINGS AND FITTINGS VALVES:

Flanged steam control gate valve for steam piping along with necessary gaskets/nuts/bolts etc and

steam condensate must be suitable for steam up to working pressure of 150psi and tested at 300psi

max. The valves further must be suitable for a temperature of 225o C.

VALVES: BALL / GATE

Ball valves up to and including 80 mm dia. shall be of gun metal screw type suitable for 10 kg / cm2

test pressure and as per ISO 9001. Check valves(NRV) up to and including 50mm dia. gun metal

screwed type, ISI marked class 1 of IS:778. Check valves shall be flanged type in cast iron construction

and confirming to class PN-1 All the valves shall meet all the requisite standards and specification

under BIS.

Page 32 of 49 Noted and agreed to the above Signature of Tenderer

FITTINGS:

All bends shall be ready made, heavy duty of appropriate class. All fittings such as branches,

reducers’ etc. in all sizes shall be fabricated from the same material as that of pipes of similar dia. and

thickness used in the circuit. The reducers shall be eccentric type. To avoid pressure drop, shoe bends

/ U loop without joints instead of “Tee” joints wherever required shall be fitted. The length of the

reducers must be twice the Page 55 of 102 dia. of the pipes. While laying of offsets, 45° angles over

90° angles should be preferred. Also long bends must be used. One set isolating needle valves for

indicating instruments.

PAINTING:

i. All hidden pipe supports, posts etc. shall be applied with two coats of red oxide primer

ii. Exposed pipe supports shall be applied with a coat of red oxide primer followed by two

coats of enamel paint of approved shade

iii. All un-insulated pipes shall be given a coat of red oxide primer followed by a coat of

enamel paint of approved shade

ROCK WOOL INSULATION:

The insulation for hot water piping shall be of glass wool pipe sections. The insulating material shall

be non-combustible with following specifications:

Insulating material must be fixed with the piping with the help of binding wire and covered with 0.63

mm x 20mm mesh wire netting. Hot water piping after insulation must be cladded with aluminum

sheet of 24 gauge thickness properly riveted. All joints of adjoining section shall be staggered in

relation to each other. The insulation of hot water piping shall be provided and fixed as per the

specification and diameter of the piping below:

Pipe diameter Thickness of Insulation

80 mm 50mm

50 mm 40 mm

40 mm 25 mm

32 mm 25 mm

25 mm 25 mm

20 mm 25 mm

Page 33 of 49 Noted and agreed to the above Signature of Tenderer

BOQ for STEAM AND CONDENSATE SYSTEM

STEAM & CONDENSATE SYSTEM

Accessories BOQ for Steam &

Condensate

Rev 00

Client : ERODE SIZING CFC P LTD Service – HP & MP STEAM &

CONDENSATE

SIPCOT PERUNDURAI, ERODE Pressure 10.5 to

4 Barg& 180DegC

Sr.No Specifications Size Qty Supply Supply

(NB) Rate Amount

1.1 Isolation Valve-PISTON VALVES (For Sizes 15NB to 40NB)-IBR

Standard/Type: Piston

Grade/Class : 800#

Material Spec:

Body - ASTM A 105, 25 15

Piston - ASTM A 276 TP 304,

Sealing ring - SS reinforced graphite

Ends: SCRWED weldable ends

Remarks:

To be supplied with IBR and test certificatesItsShoulberepairables and able to replace spares.

1.2 Isolation Valve- PISTON VALVES (For Sizes 50NB to 250NB)-IBR

Standard/Type: Piston

Grade/Class : 150#

Material Spec: 50 2

Body - ASTM A 216 Gr.WCB, 80 2

Piston - ASTM A 351 CF8,

Sealing ring - SS reinforced graphite

Ends: Flanged to ANSI B-16.5 ASA 150#

Remarks:

To be supplied with IBR and test certificatesItsShoulberepairables and able to replace spares.

2 STRAINER

Standard/Type: 'Y'

Material: Cast Iron

Grade/Class: 150#

Body/Cap - IS 210 Gr. FG260 80 1

Screen - ASTM A-240 Type 304

Mesh size - 0.8 mm preforations

Ends:

Flanged to ANSI B-16.5 ASA 150# (50NB & above)

Page 34 of 49 Noted and agreed to the above Signature of Tenderer

Remark:

To be supplied with IBR and test certificatesIts Should be repairables and able to replace spares.

3 Compact Thermodynamic Trap Module (For Sizes 15 & 20 NB)

Standard/Type: Compact

Grade/Class: 600#

Application: Condensate recovery

Material Spec:

Body: ASTM A105

With inbuilt upstream / bypass / vent / test / downstream valves and isotub 15 4

Bonnet: ASTM A105

Piston valves: Bonnet ASTM A 276 Gr. 410

Isotub: SS304

Ends: Socket weld ends

Remark:

It should be compact and forged only.To be supplied with IBR and test certificatesIts Should be repairables and able to replace spares.

4 Air vent with Piston Valve

Standard/Type:

Balanced Pressure Thermostatic Steam Trap

Temp. Range: 0 - 250 Deg. C

Material Spec: Cast Steel-ASTM A105

Trap (1 No.) - Balanced Pressure Trap SA 105 15 2

Ends: Socket weld ends

Remark:

To be supplied with IBR and test certificatesIts Should be repairables and able to replace spares.

With Root Valve - Piston Valve

Standard/Type: Piston

Grade/Class : 800#

Material Spec:

Body - ASTM A 105,

Piston - ASTM A 276 TP 304,

Sealing ring - SS reinforced graphite

Ends: Socket weldable ends

5 PRESSURE REDUCING STATION

PRS type: Pneumatic (Roboter)

Body Material: Cast Steel

Standard/Type: Comprising of following components

Moisture Seperator – Horizontal Baffle Type (01 No.)-

Compact steam trapping station-1no

Forged one with inbuilt inlet and bypass valves

Stop Valve/ Inlet/ - 01 No. Piston valve

Page 35 of 49 Noted and agreed to the above Signature of Tenderer

Strainer/ `Y' type- 01 No. Y type with 0,8mm perforations

Pressure reducing Valve - 1 No. -

Make : ARCA or Forbes Marshall , Turn Town – 1: 40, Seat to be replaceable and can be used both side.

Stop Valve/ Outlet/- 01No. Piston valve

Safety Valve/ Full lift type- 01 No.

Stop Valve/ Bypass/- 01No. Piston valve

Pressure Gauge

Dial type- at inlet and at the outlet- each 1no

Interconnecting Pipe Work/ Carbon Steel - 01 No. each

Ends:

Inlet Flanged to ANSI B 16.5, ASA 150#

Outlet Flanged to ANSI B 16.5, ASA 150#

Minimum Air pressure - 6 bar g

Air quality - Dust / oil / water free

Remark:

Pre fabricated one and finshed with shot blasting method.

Design Parameters for PRS

Tag No.: PRS-1-machine

Max.steam inlet press. - 10.5 bar g

Min Steam inlet press. - 8 bar g 65x80 1

Steam Outlet press. - 4 bar g

Max. Steam Flow - 1500 kg/hr

Avg. Steam Flow - 1000 kg/hr

Tag No.: PRS-2-for Cooker and atorage

Steam inlet press. - 10.5 bar g

Steam Outlet press. - 3 bar g

Max. Steam Flow - 600 kg/hr 40x50 1

Avg. Steam Flow - 300 kg/hr

Min. Steam Flow - 500 kg/hr

6 MOISTURE SEPARATOR

Standard/Type: Horizontal baffle type.

Material: Cast Iron

Grade/Class : 150#

Material Spec:

Body - IS 210 Gr. FG 260 80 1

Baffle Plate - IS 210 Gr. FG 260

Ends: Flanged to ANSI B-16.5 ASA 150#

Remarks:

To be supplied with IBR and test certificatesIts.

7 Non Return Valve (For Sizes 15 NB to 100 NB)

Type - Disc Check Type

Condensate Temp.: 147

Grade/Class: 150# 15 3

Page 36 of 49 Noted and agreed to the above Signature of Tenderer

Material Spec: 25 2

Body – Austenitic stainless Steel (ASTM A 351

CF8M) 50 2

Disc – Austenitic stainless Steel (ASTM A 351

CF3M)

Seat – Metal

Spring retainer – Austenitic Stainless Steel (ASTM A 240

SS316L)

Standard Spring – Austenitic Stainless Steel (IS

4454:IV:GR. 3 SS316)

Heavy duty spring – Austenitic Stainless Steel (IS

4454:IV:GR. 3 SS316)

Installation: Suitable for installation between flanges confirming to dimensions standard : ANSI B-16.5 ASA 150#

Remarks: To be supplied with test certificate

8 Compact Module Two Orifice Float Trap

Standard/Type: Compact

Grade/Class: 600#

Application: Condensate recovery

Material Spec:

Body: ASTM A-105

With inbuilt inlet/outlet / bypass / valves, Strainer and NRV 15 3

Bonnet: ASTM A-105

Piston valves: Bonnet - ASTM A 276 Gr. 410

DP 4.5 Bar g

Ends: Class 150 Flanged end

Remark:

It should be compact and forged only and To be supplied test certificatesIts Should be repairables and able to replace spares.

9 Flash Jet Pump

Inlet condensate pressure (bar g) - 7

Grade/Class: 150#

Assembly consists of following items -

Flash vessel assembly - 1 no.

Pump shell assembly - 1 no. 40 1

Butterfly valve - 1 no.

Disc check valve - 3 nos.

Strainer - 1 no.

With insulation jacket & condensate recovery meter

Remark: Prefabricate and Fully closed system , no venting allowable, and its should be work in floor level .To be supplied with test certificate

Design Parameters:

Page 37 of 49 Noted and agreed to the above Signature of Tenderer

Flash steam pressure - 0.5 bar g

Motive steam pressure - 6 bar g

Condensate flow - 2000 kg/hr

100NB Condensate Inlet End: Flanged to ANSI B-16.5 ASA 150#

50 NB Condensate Outlet End: Flanged to ANSI B-16.5 ASA 150#

100 NB Flash Steam Outlet End: Flanged to ANSI B-16.5 ASA 150#

10 STEAM INJECTOR

Operating Pressure: 0.5

Boiler Capacity (kg/hr) - 2000

Tank Depth / Dia (mm) - 40 1

Size mm: 40

Material Spec: SS316 L

Remark: Iits should be Cating one, Not Fabricated.To be supplied with test certificate

11 Feed Water Make Level Indicator with Hi, Lo level switches

With two lateral connections.

Service- Boiler feed water temperature

Operating pressure & temp= Atm and 99Degc

Material

1) Flanges - SS-316

2) Gaskets - Aramide 1000mm 1

3) Measuring Tube- SS-316

Ends : Flanged DIN PN-40

Remark: Flappers should be multi coloured one

12 Piston Actuated ON/OFF valve for Boiler Make Water line

Type: On-off

Type of valve: Angle type-by directional

Material Spec: SS 316L

Grade/Calss: 150#

Actuation type - Fail to Close

Flame-proof No 25 1

Body - AISI 316L

Bonnet - AISI 316L

Plug - AISI 316L

Ends: Scrwed BSPT

To be supplied with:

Solenoid valve / Pneumatically actuated type- 01 No.

TOTAL 0

Page 38 of 49 Noted and agreed to the above Signature of Tenderer

STEAM PIPE LINE

S NO PARTICULARS QTY

1 Erection of Boiler with

mountings 1 set

2 Erection of MDC and

ID fan 1 set

3 Flue gas duct from boiler

to mdc to ID fan to chimney 2500 kg

size:400x 400 mm

5mm thk MS plate with flange

boltnut ,rope and HR alupaiint

4 Structural supports

for feed water tank ,steam line

size line and air line 2000 kg

5 Feed water tank 4500 ltrs

capacity tye:Rectangular 1 n

Manhole,Tankthk 6mm all side

bottom 8 mm thk with support

channel

transportation and erection

of tank 1 n

6 Anchor Fastners 100 n

Page 39 of 49 Noted and agreed to the above Signature of Tenderer

S NO PARTICULARS QTY

7 NON-IBR PIPINGS TATA MS

ERW C CLASS PIPE

SIZE:15 MM 36 M

20 MM 24 M

25 MM 36 M

40 MM 24 M

50 MM 36 M

65 MM 36 M

80 MM 12 M

MS FLANGES

SIZE:15 MM 24 n

20 MM 12 n

25 MM 16 n

40 MM 15 n

50 MM 30 n

65 MM 6 n

MS BEND/REDUCERS

SIZE:15 MM 10 n

20 MM 5 n

25 MM 16 n

40 MM 10 n

50 MM 25 n

65 MM 5 n

VALVES/STRAINERS ETC

65 MM BUTTERFLY VALVE 1 n

50 MM BUTTERFLY VALVE 2 n

50 MM Y TYPE STRAINER 2 n

8 IBR LINE

SIZE:15 MM 30 M

20 MM 12 M

25 MM 42 M

40 MM 12 M

Page 40 of 49 Noted and agreed to the above Signature of Tenderer

50 MM 12 M

65 MM 12 M

80 MM 36 M

125 MM 18 M

200 MM 2 M

S NO PARTICULARS QTY

IBR FLANGE

SIZE:15 MM 20 n

20 MM 4 n

25 MM 30 n

40 MM 10 n

50 MM 6 n

65 MM 10 n

80 MM 6 n

125 MM 4 n

200 MM 2 n

DUMMY FLANGES

SIZE:50 MM 6 n

65 MM 2 n

200 MM 2 n

IBR BEND/REDUCERS

SIZE:15 MM 20 n

20 MM 10 n

25 MM 25 n

40 MM 5 n

50 MM 6 n

65 MM 2 n

80 MM 8 n

125 mm 2 n

IBR VALVE

15 MM DCV 5 N

15 MM TRAP MODULE 6 n

25 MM CONTROL VALVE 3 n

MAIN PRS 1 n

Page 41 of 49 Noted and agreed to the above Signature of Tenderer

50 MM VALVE 1 n

80 MM VALVE 1 n

SIZE PRS 1 n

AUTO BLOWN ASSEMBLY 1 n

9 INSULATION OF STEAM LINE

SIZE:15 MM 36 M

20 MM 18 M

25 MM 30 M

40 MM 12 M

50 MM 50 M

65 MM 30 M

80 MM 36 M

125 MM 20 M

200 MM 2 M

10 IBR FORMALIRIES

EXCLUDING FEES 1 JOB

11 ERECTION OF CRS 1 JOB

12 GASKET AND FASTNERS 1 LOT

S NO PARTICULARS QTY

13 SS 304 SCH 40 PIPE

SIZE:40 MM 12 M

50 MM 72 M

SS CL150 FLANGE

SIZE:40 MM 24 N

50 MM 70 N

SS ELBOW BUTWELD

SIZE:40 MM 25 N

50 MM 45 N

SS REDUCERS

50 X 40 MM 2 N

SS UNION

SIZE:40 MM 4 N

SS BALL VALVE F/E

SIZE:40 MM 6 N

Page 42 of 49 Noted and agreed to the above Signature of Tenderer

50 MM 13 N

SS BOLT NUT

WITH GASKET 1 LOT

14 INSULATION

SIZE:40 MM 14 M

50 MM 90 M

15 SS TEE

SIZE:50 MM 12 N

TOTAL

16 FCS BALL VALVE

25 MM 2 N

40 MM 1 N

Page 43 of 49 Noted and agreed to the above Signature of Tenderer

DOCUMENTS AND GUIDANCES NEEDED

i. DRAWING SET: Terminal point, layout, foundation Details, boiler electrical wiring diagram

and P& I diagram.

ii. DOCUMENTS: installation manual, O & M manual, Folder (At the time of dispatch)

iii. GUIDANCE ON: Selection & Installation of boiler house accessories, open inspection &

hydraulic test of the boiler and commissioning

iv. TRAINING For purpose of user’s education for boiler, equipment’s, operation and

maintenance of Boiler.

Steam pipe line with all necessary safety features, suitable for installing equipments:

Steam pipe line shall be of sufficient factor of safety with suitable insulation an outer cover to avoid

heat loss, it should incorporate all safety features, gauges, hydrodynamic moisture separating valves

for individual laundry equipment’s and all necessary fittings. It shall be capable of carrying entire

steam demand of all equipment’s at their rated capacity from boiler without any appreciable heat

and pressure loss.

Note:

The vendor/ Supplier must agree and fulfill all the above eligibility criteria / pre-qualification

conditions. The Technical datasheet (enclosed with tender) duly filled by the vendor/ Supplier and

AMC charges of Boiler will be considered for selection and further processing. Technical bids of

vendors not fulfilling the pre-qualification conditions as mentioned above will be rejected. CLRI

reserves the right to verify / confirm all original documentary evidence submitted by vendors/

Suppliers in support of above mentioned clauses of eligibility criteria.

Submission of Drawings and Technical Data:

The contractor shall submit five sets of general arrangement drawing indicating overall dimensions,

Boiler, pumps, water tanks, electrical and Microprocessor wiring diagram of the boiler system, etc.

within one week from the date of placing the order by the purchaser/ customer. Technical Data of all

items that would be supplied shall also be furnished, along with make and model number of the

respective items, in the enclosed Technical Data Sheet which is attached with tender document

Packing and Transportation:

a. Bidder shall note that packing shall be in accordance with the instructions outlined. Each

package shall be limited to the sizes and weights that are permissible under the existing rail and road

limitations.

Page 44 of 49 Noted and agreed to the above Signature of Tenderer

b. Equipment’s shall be well packed, protected and insured against damage or breakage

during shipment and delivery.

c. Each package shall be properly labeled to indicate the type, quantity of material it contains,

the work / Purchase order number, dimensions, weight and other necessary data to identify the

equipment’s (boiler, pumps, equipment’s / parts of water treatment plant)

Materials and workmanship:

All materials used shall conform to the qualities and requirement of materials as specified in Chapter

I and Chapter III and where materials requirements are not specified they shall conform to the

applicable standards and codes. All materials shall be new and free from defects and first class quality

in all aspects. Parts shall be free from Page 68 of 102 flaws and objectionable imperfections and shall

be machined true in a workman like manner. No deviation from the specified materials is permissible.

Wherever materials are not specifically called out, they shall be properly selected by the contractor

out of the best standards for the particular application and with the prior approval of the department.

Standards and codes:

The design, manufacture and performance of equipment (Boiler) shall comply with currently

applicable statutory regulations and safety codes in the locality where the equipment (Boiler) will be

installed. The contractor shall refer the relevant sections of the specification for Boiler and work

standards and codes.

Delivery of items and completion of Work

1. Delivery period: 1 month for supply of materials from the date of issue of order

2. Completion of Work: Installation / Erection and work completion at site shall be 2- 3 months

from the date of issue of order

3. Time schedule chart: The contractor shall furnish a detailed work schedule chart covering the

scope of all activities and period required for completing each of the activities, within 5 days from

the date of issue of work order .

Note:

1. The tenderer/ bidder shall quote make and model of the boiler, water treatment plant, pumps,

accessories, other equipment’s and enclose catalogues /leaflets along with quotation.

2. The tenderer/ bidder shall highlight the features and facilities of the Boiler.

3. The tenderer / bidder shall submit their proposed layout drawings (Plan & Section views) for

Boiler , water treatment plant, pumps, accessories, other equipment’s suitable for size of existing

Page 45 of 49 Noted and agreed to the above Signature of Tenderer

boiler house with locations shown in the enclosed plan of drawing layout that are enclosed with

tender document.

4. The requirement of civil RCC pedestal/foundation as necessary shall be clearly indicated with its

cost in the vendor’s /supplier’s quotation.

5. The space required for installation of Boiler and overall space requirements around boiler for

ease of O&M activities for each of the equipment shall be clearly indicated in the technical leaflet.

/layout drawings.

6. The Vendor/ Supplier shall submit the filled up Technical Data Sheet and Comprehensive AMC

Charges for boiler and other items supplied by the vendor/ supplier for 5 years from the date of

completion of one year guarantee period.

7. The Technical Data sheet duly filled by the Vendor/ Supplier and Comprehensive AMC Charges

committed/ indicated for 5 years by the Vendor/ Supplier shall be considered for selection of

Vendor/ Supplier and for Award of Work / Purchase Order.

8. The Vendor/ Supplier shall submit the schematic electrical power and control wiring diagrams of

boiler, water treatment plant, pumps, accessories, other equipment’s and system along with the

Technical Bid for planning and coordination of work.

Softener/ Water Treatment Plant Pump :

a. Type/ Make :

b. Power HP/ KW :

c. Rating ( A) :

d. Head Range ( Metre) :

4. Softener /Treated Water Tank:

a. Capacity ( Litres) :

b. Size of Tank ( A x B x H ) in mm :

c. Thickness of sheet of Tank :

d. Painting details for primer and final Coating

Brand and Type of Primer painting:

Brand and Type of Final painting:

Page 46 of 49 Noted and agreed to the above Signature of Tenderer

TECHNICAL SCOPE FOR PIPING:

BOILER HOUSE PIPING:

a. Complete ducting from the boiler to the preheater and ID fan and to the

chimney.

b. Blowdown line to the blowdown pit.

c. Safety valve, Air vent piping and fitting of the boiler accessories as per the

boiler vendor drawing

d. Feed water line from the feed water tank to the boiler feed water pump with

necessary fittings.

e. IBR approval upto provisional firing order.

STEAM SYSTEM PIPING:

a. Piping from steam boiler outlet to the process Cooker and sizing machine

with necessary flanges, gaskets.

b. Erection of the steam and condensate system as per the drawing and the

scope provided in this tender

c. Condensate return an flash steam return piping as per the drawing an the

scope provided in this tender.

d. IBR approval upto provisional firing order.

e. Any other piping missed out and is required as per the site condition to be

considered.

f. Starch line piping from the cooker section to the process and return line

with necessary pipes and fittings.

Page 47 of 49 Noted and agreed to the above Signature of Tenderer

ANNEXURE - IV

DECLARATION

I / We having our office at declare that I / We have never been blacklisted by any State Government / Central Government / or any State / Central PSU.

Signature : Name : Designation : Address of the Tenderer : Seal of Tenderer :

Date:

Place:

Page 48 of 49 Noted and agreed to the above Signature of Tenderer

ANNEXURE - V

Certificate by Importer

It is certified that the information furnished by me as detailed below are true in the best of my

knowledge and belief.

Time required for effecting the shipment :

Port of shipment :

Country of Origin :

Port of Discharge :

Signature : Name : Designation : Address of the Tenderer : Seal of Tenderer :

Date:

Place:

Note:

Supplier as an importer should indicate the minimum time required for effecting the shipment after

the release of formal purchase order to him. The supplier should indicate the number of days

required for effecting the shipment.

Page 49 of 49 Noted and agreed to the above Signature of Tenderer

ANNEXURE – VI

Additional documents to be submitted by the Successful Bidders only Bid Security & Delivery Terms

a) Bid Security Required Required

b) Delivery/Commissioning of the Machinery 120 days from the date of receipt of supply order.

c) Commissioning completion period Within 30 days from the date of arrival of the

equipments at the Factory site.

d) Destination Factory site of the SPV at ERODE SIZING COMMON

FACILITY CENTRE PVT LTD.,

S.F No 163pt, 166pt, 177pt, Plot No A2,

SIPCOT Industrial Growth Centre,

Perundurai, Erode - 638012

TAMIL NADU, INDIA

e) Drawings for Installation Required Required

f) Testing & Installation Required Required

g) Agreement on Stamp Paper Required Required

h) Performance Security Required Required

i) Samples to be submitted along with

Quotation

Not Required

j) Printed Users’ Manual/Installation Guide Required

k) Training to faculty and operator Required

l) Warrantee / Guarantee Minimum one and half year from the date of

installation