NATIONAL TEXTILE CORPORATION LIMITED,

97
NATIONAL TEXTILE CORPORATION LIMITED, NEW DELHI SCOPE Complex, Core-IV, 7, Lodi Road, New Delhi-110003 Addendum – 1 Subject:- Extension of Tender submission date of Add-on items tender, Tender ref. no. - Add-on items/M4/2018 This is with reference to the Add-on items tender floated on 11.06.2018, pre- bid meeting was held on 21.06.2018 with the prospective bidders. Post pre- bid meeting, an addendum is proposed which will be uploaded on the NTC website and government E-procurement portal shortly. So, to give sufficient time to the bidders for submitting their bid, last date of tender submission is extended by 15 days. Now, the last date of tender submission is 17.07.2018, up to 02:00 PM. Technical bid will be opened on the same date i.e. on 17.07.2017 at 03:00 PM. Executive Director (Technical) Ph. 011 - 24360963

Transcript of NATIONAL TEXTILE CORPORATION LIMITED,

NATIONAL TEXTILE CORPORATION LIMITED, NEW DELHI

SCOPE Complex, Core-IV, 7, Lodi Road, New Delhi-110003

Addendum – 1

Subject:- Extension of Tender submission date of Add-on items tender,

Tender ref. no. - Add-on items/M4/2018

This is with reference to the Add-on items tender floated on 11.06.2018, pre-

bid meeting was held on 21.06.2018 with the prospective bidders. Post pre-

bid meeting, an addendum is proposed which will be uploaded on the NTC

website and government E-procurement portal shortly. So, to give sufficient

time to the bidders for submitting their bid, last date of tender submission is

extended by 15 days. Now, the last date of tender submission is 17.07.2018,

up to 02:00 PM. Technical bid will be opened on the same date i.e. on

17.07.2017 at 03:00 PM.

Executive Director (Technical)

Ph. 011 - 24360963

1

NATIONAL TEXTILE CORPORATION LIMITED, NEW DELHI

SCOPE Complex, Core-IV, 7, Lodi Road, New Delhi-110003

Corrigendum - Add-on Item tender ref no. Add-on items/M4/2018

With reference to the Add-on Item tender ref no. Add-on items/M4/2018, inadvertently financial bid format were not attached in tender document. The full tender document with financial bid format is attached herewith.

Executive Director (Technical) Ph. 011 - 24360963

2

Tender Ref.: Add-on items/M4/2018

नशेनल टेक्सटाइल कॉर्पोरेशनलललिटेड

(भारत सरकार का उर्पक्रि)

National Textile Corporation Limited (A Government of India Undertaking)

www.ntcltd.org

TENDER DOCUMENTS

FOR

ADD-ON ITEMS

FOR

NTC MILLS SPREAD ALL OVER INDIA

SCOPE Complex, Core IV, (6th Floor), 7, Lodi Road, NEW DELHI-110003

DATE OF TENDER NOTIFICATION 11.06.2018

DATE OF PREBID MEETING 21.06.2018 AT 03:00 PM

LAST DATE OF TENDER SUBMISSION 02.07.2018, UP TO 02:00 PM

DATE OF TENDER OPENING (TECHNICAL BID ONLY)

02.07.2018, AT 03:00 PM

3

Table of Content

Sr. No. Title Page no. 1 Press release 4

2 Tender Notice 5

2 Technical Qualification Criteria 8

3 Tender Information Document 11

4 Technical Details 21

5 Integrity pact 40

6 Financial bid format 54

4

PRESS RELEASE

TENDER NOTICE FOR ADD-ON ITEMS Sealed tenders are invited to supply various Add-on items for NTC Mills under Two-Bid System from reputed manufacturers/ suppliers (where manufacturers are not selling their products themselves and have appointed agents or suppliers)/ Micro and Small Entrepreneurs. Micro and Small Entrepreneurs (MSEs) will be given preference as per the Public Procurement Policy order 2012 of Ministry of Micro, Small and Medium Entrepreneurs (MSME), Govt. of India. Details can be seen from our web site www.ntcltd.org and Central Public Procurement Portal – http://www.eprocure.gov.in/ Last day of bid submission is 02.07.2018, up to 02:00 P.M.

Executive Director (Technical) Ph. 011 - 24360963

______________________________________________________

NATIONAL TEXTILE CORPORATION LIMITED, NEW DELHI (A Government of India Undertaking)

Core-IV, Scope Complex, 7, Lodhi Road, New Delhi – 110003) ( CIN – U74899DL1968GOI004866)

5

NATIONAL TEXTILE CORPORATION LIMITED NEW DELHI

TENDER NOTICE FOR

Add-on Items – Card clothing & accessories, Card service room machines, Bobbins & Tubes, Spindles, Rings, Spindle Tapes, Bobbin holder, Cots & Aprons, Sizing material, Invertors, Traveller, Can, Reeds, Lubricants, HM bags, Paper Cone, HDPE bags Corrugated box, drafting conversion, motors, reactor, filters, Capacitors, Harmonic control system and Shaft to CDS conversion, Short Stretch retrofit, Semi Autodoffer

Sealed quotations are invited under Two-Bid System from reputed manufacturers/ suppliers (where manufacturers are not selling their products themselves and have appointed agents or suppliers)/ Micro and Small Entrepreneurs to supply Card clothing & accessories, Card service room machines, Bobbins & Tubes, Spindles, Rings, Spindle Tapes, Bobbin holder, Cots & Aprons, Sizing material, Invertors, Traveller, Can, Reeds, Lubricants, HM bags, Paper Cone, HDPE bags Corrugated box, drafting conversion, motors, reactor, filters, Capacitors, Harmonic control system and Shaft to CDS conversion, Short stretch retrofit, Semi Autodoffer for NTC mills spread all over India.

1. Detailed tender document can be downloaded from the NTC website –

www.ntcltd.org and Central Public Procurement Portal of NIC –

www.eprocure.gov.in/. Sealed quotations containing (i) Technical Bid & (ii)

Financial Bid sealed in two separate envelops and further enclosed in a

single envelop super subscribing “TENDER OF ADD-ON ITEMS FOR

RING / SPINDLES / COTS & APRON / etc (As the case may be)” should

be submitted on or before 02.07.2018 by 2.00 P.M. along with Earnest

Money Deposit (EMD). EMD should be placed in the envelope/cover

containing technical bid. The Technical Bids will be opened on the same

day at 3.00 P.M. and Financial Bids of technically qualified bidders will be

opened later.

Note: - 1. Micro and Small Entrepreneurs (MSEs) will be exempted from deposit of EMD. Supporting valid registration certificate need to be submitted along with the technical bid for availing the exemption. Tenders received without valid MSEs registration certificate and without EMD will be rejected.

6

Executive Director (Technical) Ph. 011 - 24360963

N.T.C. Ltd, Scope Complex, Core-IV, 7 Lodi Road, New Delhi – 110 003

Website - www.ntcltd.org Email – [email protected]

______________________________________________________

7

NOTES:

1. The interested parties may download the “Information Document” from NTC website – www.ntcltd.org.

2. Tender document may also be downloaded from the Central Public Procurement Portal of NIC - www.eprocure.gov.in/

3. Tender document is free of cost. Bidder has to download the tender document

from the website. Tender copy will not be sold from NTC office.

4. Parties (except MSEs) whose earlier EMD is lying with NTC, have to deposit a fresh amount of EMD along with biding documents, and can take refund of earlier EMD if any from NTC office, as per tender terms.

5. EMD should be placed in the envelope/cover containing technical bid.

6. Tender received after due date & time will be rejected. NTC will not be responsible for any postal delay or loss in transit

7. EMD is refundable. For successful bidder, EMD will be refunded after expiry of

rate contract period. For unsuccessful bidder, EMD will be refunded after completion of tender process. Further, NTC will not pay any interest on the EMD submitted by the bidder.

8. Dealer/Distributor/Authorized agent who are bidding on behalf of their principal needs to submit all the supporting documents of their principal.

9. For the following items, NTC may go for reverse auction after opening the financial bid:- i) HM bags, ii) Paper cone, iii) HDPE bags iv) Corrugated box v) Cots & Apron

Bidders bidding for the above mentioned items have to give their consent in the format given in the tender document. All necessary information regarding the reverse auction procedure like bidder registration on E-portal, creation of user ID & password etc. will be intimated to the technically eligible bidder after opening of the financial bid through mail and phone. Bidders bidding for the above mentioned items needs to provide the name of authorized person, their contact number and E-mail address so that all the required instruction for reverse auction can be given on time.

8

Technical-Bid qualification criteria:- Depending on their needs and requirement, all the items proposed is grouped under following categories:-

Group Category Items

Group A

Regularly required and consumable items

Tubes & Bobbin, Spindle Tape, Cots & Aprons, Sizing material, Traveller, Lubricants

Group B

Items required on Ad hoc basis

Card clothing and accessories, Spindle, ring, Bobbin holder, Reeds, Invertors, motors, reactors, filters, Capacitors, Harmonics control system, Can

Group C

Packing material HM bags, Paper cone, HDPE bags and corrugated box

Group D

Conversion & Accessories

Drafting Conversion, Shaft to CDS conversion, Card service room machines, Short Stretch Retrofit, Semi Autodoffer

The parties who qualify the following qualifications criteria will be considered for financial bid:- For Group A items -

Sr. No.

Parameter Points Supporting documents

1 Supply to reputed textile group in the last 2 year (Refer note 1)

For 5 & more mills -15 points For more than 2 & less than 5 mills – 10 points For less than 3 mill – 5 points

- PO/Invoice copy to be submitted - PO/Invoice copy should be of different mills - PO/Invoice copy value should not be less than Rs.10000/- value

2 Delivery schedule

Within 15 days – 15 points More than 15 days & up to 30 days – 10 points

Self declaration as per their delivery schedule

3 Average Annual turnover for the last 2 financial year

For Tubes & bobbins, Spindle tape, Traveller, Lubricants –1 crore, For Cots & Aprons, Sizing material – 3 crore, Bidders meeting the above criteria will get 15 points.

Audited balance sheet for last two financial year (2015-16 and 2016-17) to be submitted. Balance sheet must contain profit/loss statement.

9

For Group B items -

Sr. No.

Parameter Points Supporting documents

1 OEM/ suppliers to OEM

OEM – 15 points Suppliers to OEM – 10 points

Certificate issued by OEM or any other document which certify that the party is an OEM supplier

2 Supply to reputed textile group in the last 2 year (Refer note 1)

For 5 & more mills -15 points For more than 2 & less than 5 mills – 10 points For less than 3 mill – 5 points

- PO/Invoice copy to be submitted - PO/Invoice copy should be of different mills - PO/Invoice copy value should not be less than Rs.20000/- value

3 Delivery schedule

Within 30 days – 15 points More than 30 days & up to 60 days – 10 points

Self declaration as per their delivery schedule

4 Average Annual turnover for the last 2 financial year

For Card wires, Spindles, Rings, Invertor, Motors – 5 crore, For Bobbin holder, Can, Reeds, Reactor, Filter, Capacitor, Harmonics control system – 3 crore Bidders meeting the above criteria will get 15 points.

Audited balance sheet for last two financial year (2015-16 and 2016-17) to be submitted

For Group C items -

Sr. No.

Parameter Points Supporting documents

1 Supply to reputed textile group in the last 2 year (Refer note 1)

For 5 & more mills -15 points For more than 2 & less than 5 mills – 10 points For less than 3 mill – 5 points

- PO/Invoice copy to be submitted - PO/Invoice copy should be of different mills - PO/Invoice copy value should not be less than Rs.10000/- value

2 Delivery schedule

Within 15 days – 15 points More than 15 days & up to 30 days – 10 points

Self declaration as per their delivery schedule

3 Average Annual turnover for the last 2 financial

For HM bags – 50 Lakh, For Paper Cone – 10 crore, For HDPE bags– 2 crore,

Audited balance sheet for last two financial year (2015-16 and 2016-17) to be

10

year For Corrugated box – 2 Crore Bidders meeting the above criteria will get 15 points.

submitted

For Group D items -

Sr. No.

Parameter Minimum requirement Supporting documents

1 Supply to reputed textile group in the last 2 year (Refer note 1)

For Drafting conversion – At least 30 conversion For shaft to CDS conversion & Short stretch retrofit – At least 50 such conversions/Retrofits For Card Service room machines – At least 10 such machines For Semi Autodoffer – Supplied in at least 5 mills

- PO/Invoice copy to be submitted

2 Average Annual turnover for the last 2 financial year

2 crore Audited balance sheet for last two financial year (2015-16 and 2016-17) to be submitted

Note: - 1. The applicable period of 2 years will be from the last date of month previous to date of uploading the tender on our website. 2. For group A, B & C - Bidder scoring at least 80 % points will be considered for opening the financial bid. For group D items, bidder has to meet the minimum pre-requisite criteria. 3. Prior turnover and prior experience conditions are relaxed for all Start-ups (whether MSEs or otherwise) subject to meeting of quality and technical specifications of the items.

11

NATIONAL TEXTILE CORPORATION LIMITED (A Government of India Undertaking)

SCOPE Complex, Core - IV 7, Lodhi Road,

NEW DELHI-110003

PHONE: - 24361086 FAX: - 011 – 2436 1112

INFORMATION DOCUMENT FOR

Add-on items - Card clothing & accessories, Card service room machines, Bobbins & Tubes, Spindles, Rings, Spindle Tapes, Bobbin holder, Cots & Aprons, Sizing material, Invertors, Traveller, Can, Reeds, Lubricants, HM bags, Paper Cone, HDPE bags Corrugated box, drafting conversion, motors, reactor, filters, Capacitors, Harmonic control system and Shaft to CDS conversion, Short Stretch retrofit, Semi Autodoffer

General terms and condition for the quotation are as under:-

The quotations are invited under Two-Bid System from reputed manufacturers/ suppliers(where manufacturers are not selling their products themselves and have appointed agents or suppliers)/ Micro and Small Entrepreneurs (as per the Public Procurement Policy order 2012, of Ministry of Micro, Small and Medium Entrepreneurs (MSME), Govt. of India, to supply Card clothing & accessories, Card service room machines, Bobbins & Tubes, Spindles, Rings, Spindle Tapes, Bobbin holder, Cots & Aprons, Sizing material, Invertors, Traveller, Can, Reeds, Lubricants, HM bags, Paper Cone, HDPE bags Corrugated box, drafting conversion, motors, reactor, filters, Capacitors, Harmonic control system and Shaft to CDS conversion, Short stretch conversion, semi autodoffer for NTC mills spread all over India under two bid system - (i) Technical Bid & (ii) Financial Bid sealed in 2 separate envelops and further enclosed in a single envelop super subscribing “TENDER OF ADD-ON ITEMS FOR RING/SPINDLES/COTS/APRON/INVERTORS, etc (As the case may be)” should be submitted on or before 02.07.2018 by 2.00 P.M. along with Earnest Money Deposit (MSEs are exempted from deposit of EMD) for each items, which will be opened on same day at 3.00 PM in the presence of tender quoting parties. Earnest Money Deposit should be given in the form of Demand Draft drawn on Scheduled Bank in favour of „National Textile Corporation Limited.‟ payable at „New Delhi.

12

(1) COST OF TENDER DOCUMENTS a. Tender document is free of cost. b. Bidder has to download the tender document from the website. Tender copy will

not be sold from NTC office.

(2) EARNEST MONEY DEPOSIT a. The prospective bidder who wishes to participate in tenders will have to submit

earnest money deposit by Demand draft from any Nationalized schedule commercial bank (excluding co-operative / rural bank) notified by RBI. EMD for group A, B & C items – Rs.50000/- EMD for group D items – Rs. One lakh Note – Along with group D items, if any bidder is quoting for group A, B & C items also then they have to deposit an EMD of Rs. 1.5 lakh.

b. Demand draft is to be drawn in favour of “National Textile Corporation Limited”, payable at New Delhi.

c. The tender received without earnest money deposit shall not be accepted and earnest money deposit amount shall carry no interest.

d. EMD in the form of DD should be placed in the envelope/cover containing Technical bid.

e. The earnest money of unsuccessful bidders will be refunded by at par cheque after completion of tender process. For successful bidder, EMD will be refunded after satisfactory work completion

f. As per Gazette of India notification of the year 2012, MSEs Party registered under MSME act are exempted for the EMD deposit. In this case they have to submit self attested copy of Certificates issued by concerned Authorities.

(3) SUBMISSION OF TENDER Prospective bidders should submit their offers in two separate duly sealed envelopes marked Technical bid and Financial bid. Technical bid envelope should contain all the documents required to meet qualification criteria, tender documents with all the pages signed & stamped by the bidder, Integrity pact with sign & seal, demand draft for EMD. Financial bid envelope should be marked – “Financial Bid For Cots & Apron, Spindle tape, etc. as the case may be. Both the envelope containing Technical bid and Financial bid should be placed in an outer envelope and outer envelope should be marked – “Tender for Cots & Apron, Spindle tape, etc. as the case may be”. Bid completed in all respect should be submitted to the NTC-HO, New Delhi office on or before 02.07.2018 up to 2:00 PM. at following address:

National Textile Corporation Limited SCOPE Complex, Core – IV,

7, Lodi Road, NEW DELHI – 110003

(Ph. 24360963, FAX 011-24361112) Contact Person: Mr Vivek Plawat, Executive Director (Technical)

13

a) If the envelopes are not sealed and marked as stated above, NTC Ltd takes no

responsibility for the misplacement or pre-mature opening of the contents.

b) Bids submitted by fax telegram, fax, email shall not be entertained and shall be rejected.

(4) DELAYED TENDERS Tenders received after the specified time and due date as per tender documents shall not be eligible for consideration and shall be summarily rejected.

(5) REJECTION OF THE TENDER

a. NTC reserves the right to accept or reject all or any of the tender without assigning any reason whatsoever. It is not obligatory for NTC to give any reason for their decisions.

b. NTC 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 also reserve the right to retender without assigning any reason whatsoever.

(6) TENDER OPENING

a. The technical bid will be opened at NTC office, New Delhi on 02.07.2018 at 03:00 PM before the prospective bidders or their authorized representative who wish to be present and tender opening committee of NTC.

b. The Financial bid will be opened later and date & time will be intimated to

the technically qualified bidder through email/phone before opening. c. In the event of tender receipt and opening date as stated above falling on

a holiday, the time of receipt and opening shall be same on the next working days.

(7) PRE-BID MEETING I. A pre-bid meeting with prospective bidders along with NTC representatives

shall be held at NTC, New Delhi office on 21.06.2018 at 03:00 PM. The prospective bidders are requested to present themselves for any clarification on technical as well as commercial matter of this project. The suggestions received and found reasonable and acceptable shall be incorporated as corrigendum and same shall be uploaded in our website and E procurement portal. Management is not bound to accept any or all suggestions so given in pre-bid meeting. Any suggestions forwarded after the pre-bid meetings shall not be entertained at all by the management.

14

II. CORRIGENDUM/AMENDMENTS IN TENDER DOCUMENT Amendments, if any, in tender document shall be uploaded in website www.ntcltd.org and Central Public Procurement Portal of NIC – www.eprocure.gov.in/.

(8) CONTACT DETAILS The prospective bidders are requested to contact the following official of NTC for any clarifications / information regarding the project and tender documents etc.

Executive Director (Technical) Ph. 011 - 24360963 N.T.C. Ltd, Scope Complex, Core-IV,

7 Lodi Road, New Delhi – 110 003 Email – [email protected]

(9) GUARANTEE For group B items - Bidder has to provide warrantee for 06 months from the date of receipt. For group D items - Bidder has to provide warrantee for 12 months from the date of successful commissioning. In the event of bidder failing to provide timely replacement to the mills within reasonable minimum period, then mill has right to procure the parts from other sources and the cost for the same shall be recovered from the supplier.

10. SECURITY DEPOSIT The earnest money deposit of successful bidder shall be converted into security deposit amount. The above security deposit amount shall be released without any interest after completion of contract period.

11 LIQUIDATED DAMAGE 2.5% per week of value of spares which got delayed. The delay shall be reckoned from the end of delivery period. Liquidated damage will be charged to a maximum of 5% i.e. up to 2 week period. If the bidder is failed to supply even after the Liquidated Damage period then purchase order will be cancelled and bidder will be debarred from bidding in further tenders. If the bidder is supplying the material without penalty amount then the amount will be deducted from their billing amount. If the delay arising out of genuine factor(s) to be ascertained by mill GM or any other reason beyond control of mill/supplier, mill GM has right to waive the penalty leviable on case to case basis. Delivery period of Group A & C items – 30 days Delivery period of Group B & D items – 60 days

12. The rate quoted by the bidder should be mill delivery rate. NTC will not pay any

extra freight & insurance charge. Packing & forwarding, etc. to be included in the

quoted rates.NTC will not pay any other additional charge except GST.

15

13. The Prices quoted should be exclusive of Taxes. The GST should be mentioned

separately.

14. Additional discount, if any, like Bulk Quantity Discount, Cash Discount etc. should

be mentioned separately and clearly.

15. Payment terms for Add-on items

For group A, B & C items except spindles –

Within 30 days against the receipt of material after verification of material and

documents physically by the mill officials.

For Spindles

a. 10 % advance against the bank guarantee of 110% value

b. Remaining 90% through inland LC. LC will be encashable after the receipt

of material.

For group D items –

(a) 10% of basic price as advance against Bank Guarantee of 110% value valid for 4

Months from Nationalized / scheduled commercial bank (excluding co-operative / rural

bank) notified by RBI.

(b) 70% of basic price plus duties & Taxes and Transportation & Insurance Charges (If

applicable) within 30 days against receipt of material at site after verification of materials

and documents etc. physically by Mills.

(c) 10% of Basic Price plus erection & commissioning charges including taxes (If

applicable) after completion of erection and commissioning 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% of Basic price

valid till the completion of defect liability period of 12 months from the date of

commissioning. This PBG will be released after completion of defect liability period.

Note: If the supplier has not availed the advance amount, then they will be paid 80%

instead of 70% against b above.

16

16. Enclose technical literature of the products being quoted giving the technical

features.

17. If called upon, sample of the items required will have to be delivered at your cost to

this office for inspection.

18. The bidder is to satisfy NTC that he is the authorized/ registered dealer and the

manufacturer is not selling their product directly. A certificate to this effect, from

the manufacturer, must be attached, if applicable.

19. Quotations should be valid for 120 days from date of opening of financial bid.

20. Rate contract will be issued for a period of one year and may be extended if

approved

21. Delivery is to be made as per Purchase Order issued by the Mill as per their

requirement.

22. The Management reserves the right to accept or reject any quotation in full or a part

of it without assigning any reason whatsoever. In case of any doubt/ clarification

the decision of NTC management will be final.

23. In the event of NTC Ltd,‟s office remain closed on the day of the opening of

quotation for any reason; the quotations shall be opened on the next working day

of NTC Ltd. at the same time in the presence of bidder.

24. This is for making annual rate contract enabling mills to place orders directly for their

requirements with minimum lead period.

25. RESOLUTION OF DISPUTES

The Terms & Condition of this tender document shall prevail in case of any dispute

arising out of this contract 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.

26. FORCE MAJURE

The General Manager of mills 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,

17

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 of

Respective Mills. To extend the time of execution on the part of The General Manager,

for said mills by such period as may be necessary to enable the respective General

Manager 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.

27. 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 in which the respective mills belong.

28. INTEGRITY PACT

28.1 NTC entered integrity pact MOU with Transparency International. The bidders

have to submit duly signed enclosed proforma of Integrity Pact. Only those

venders, who commit themselves to integrity pact will be consider to competent

for participating in bidding process.

28.2 The tendering is being monitored by Independent External Monitor Shri Kalyan

Chand, Retd. IRS (Contact No.: +91 9968095320) and Shri Ashok Kumar Tripathi,

Retd. District Judge (Contact No.: +919911566668). If any party is aggrieved they

are free to approach the said IEMs in terms of Integrity Pact.

18

ACCEPTANCE OF THE BIDDER.

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

by the same. We will supply all materials/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 -

Contact No. -

Email ID. -

Sign & seal -

19

ACCEPTANCE FOR THE REVERSE AUCTION

(ONLY FOR THE BIDDERS WHO ARE QUOATING FOR PACKING MATERIAL –

CORRUGATED BOX, PAPER CONE, HM BAG, HDPE BAG AND COTS & APRON

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

participate in the reverse auction process if NTC decides the same. We will abide all the

instruction given by NTC regarding reverse auction. We hereby nominate following

nodal officer from our side for communicating with NTC:-

Name of the Firm -

Address -

Name of the nodal officer

Contact No. of the nodal officer -

Email ID. Of nodal officer-

Sign & seal -

20

LIST OF ENCLOSURES

The bidder is required to enclose the following documents as part of his Tender:-

1. GST registration certificate. 2. EMD if applicable 3. Documentary proof in support of eligibility criteria 4. Audited balance sheet of last two financial years (2015-16 and 2016-17). Please

ensure that balance sheet must contain profit/loss statement. 5. MSEs registration certificate 6. Integrity pact with sign & seal 7. Authorization certificate if applicable 8. Self-certified delivery schedule certificate 9. Full tender document with seal on all pages 10. Financial bid in separate financial bid cover Please note that all the above mentioned documents except financial bid should be placed in the envelope containing technical bid. Financial quote should be placed separately in financial bid envelope. Both technical and financial bid envelope should be placed in a common envelope.

21

Technical details

LIST & SPECIFICATIONS OF ADD ON ITEMS –

I. CARDING:

1. Card Clothing and its accessories: Suitable for cotton, synthetic and its

blend

Complete set of Cylinder wire, Doffer wire and flat tops for different card width of 37”- 40” (rate must be quoted for full Card Roll quantity for Cylinder, Doffer and flat tops for different Card).

Stationary flats SFL and SFD, Licker-in wire. (For licker-in wire, rate per meter or per roll with roll size may be quoted)

All accessories wires like Stripping fillets, hand stripper etc. Approximate quantity – 150 card wire full set for the whole year. 2. Card service machinery: - Bidders may quote rates for following card service

machinery suitable for LMW and Trumac carding machines

a) On the card Cylinder and doffer wire sharpening machine It should have following features:-

Suitable for all high production card

Sharpening stone should ensure gentle operation and increases the life of clothing

Equipped with special trolley for easy handling

Wire sharpening should be consistent throughout the width of card.

Suited for 40”/60” card width

b) On the card Flats grinding machine It should have following features:-

Suitable for all high production card

Equipped with dynamically balanced roller mounted with emery fillet

Wire grinding should be consistent throughout the width of card.

Suited for 40”/60” card width

c) Flats clipping machine It should have following features:-

Suitable for all high production cards

Suitable for mounting 40”/60” card width

Suitable for clipping aluminum flats

Clipping should be fully automatic

22

Continuous and Constant top pressing throughout clipping process d) On the card metallic wire mounting machine

It should have following features:-

Suitable for mounting all types of wire

Should be a single bar system

Suited for mounting 40”/60” card width Approximate quantity – 5 nos. each machine for the whole year II. SPEED FRAME:

1. BOBBIN:

Best quality Break resistant special blend ABS Simplex Bobbin with special funnel bush

Bobbin specification

Make Model Lift Total length Outer Diameter

LMW LF4200 16” 450 mm 48 mm

LMW LFS1660 V 16” 450 mm 48 mm

LMW LF 1400/1400A 12” 340 mm 48 mm

CTMTC JWF1416 16” 445 mm 45 mm

WHISHARK FA473 16” 445 mm 45 mm

Approximate quantity – 25000 for the whole year

III. RING FRAME:

1. SPINDLES (Energy efficient & self aligned):-

Complete spindle assembly having 7”/ 8”/ 9”/160mm/170mm/180mm/190mm lift, energy efficient aluminum plug type spindles having wharve dia 18.5/18.8/20.2/22.22/25.4mm with high speed inserts, hexagonal nut, washer, break suitable for CTMTC –Jingwei, JWF 1530, JWF 1520, F506, Erfangi-138L, G5/1, LR 60 AX, LR 6/S, LR 9A, LR9/AX ring frames.

Rates should be quoted for complete spindle assembly with Bolster, Spindle latch and spindle break

Separate rate should be given for doffer and Non-doffer ringframes

Different rates may be quoted for different quality/type Note: - NTC would finalize rates for different spindles capable to run at

following speeds:- Up to 18,000 rpm, and

23

Above 18,000 rpm

Approximate quantity – 60000 for the whole year

2. RINGS:

High Speed Spinning rings of full range of diameters (36mm, 38mm, 40mm, 42mm, 45mm, 50mm) anti-wedge black odized self lubricating, 1.0 , 1.5 or 2.0 flange rings suitable for CTMTC –Jingwei JWF 1530, JWF 1520, F506, Erfangi-138L, LR 60 AX, LR 6/S, LR 9A ring frames. Note: - NTC would finalize rates for different Rings capable to run at speeds

Up to 18,000 rpm, and Above 18,000 rpm

Bidder may quote different rates for different quality/ types/ models.

Approximate quantity – 2 lakh for the whole year

3. Tubes FOR RING FRAMES: Best quality ringframe tubes made from Polycarbonate material suitable for CTMTC

–Jingwei JWF 1530, JWF 1520, F506, Erfangi-138L, LR 60 AX, LR 6/S, LR 9A ring frames

Ringframe Tubes suitable for Autodoffer ringframes, Model – LR 60/AX, LR9/AX, LR9/AXL

Technical details:-

Lift(mm) Tube Length(mm) Tube Thickness(mm) Taper

160 190 3 1:40

170 200 3 1:40

180 210 3 1:40

Ringframe Tubes suitable for Non-doffer ringframes, Model – CTMTC –

Jingwei JWF 1530, JWF 1520, F506, Erfangi-138L, LR 6/S, LR 9A ring frames

Technical details:-

Lift Tube Length(mm) Tube Thickness(mm)

Taper

6”/7”/8”/160mm/ 170mm/180mm

180/190/ 200/210/217/232

≤ 2.6 1:40

Approximate quantity – 3.5 lakh for the whole year

24

4. TRAVELLER Traveller having different profile and number is required for different count

Suitable for count range – 10s to120s Ne

Suitable for cotton, Polyester, Viscose, and its blend material

Suitable for compact, slub and core yarn

Approximate quantity – 2350 box for the whole year

5. SPINDLE TAPE

Spindle tapes for 6”/7”/8”/170mm/180mm/190mm lift, wharve dia 18.5/18.8/20.2/22.2/25.4mm suitable for CTMTC –Jingwei JWF 1530, JWF 1520, F506, Erfangi-138L, LR G5/1, LMW 60 AX, LR 6/S, LR 9 ring frames. Bidder should quote the rates on per meter basis for three different widths – 10mm, 11mm and 12.5mm Mill will place the order by converting the per meter rate as per their requirement Bidder should quote the rate of spindle tape under following category

Spindle tape suitable for the spindle speed up to 18000 rpm

Spindle tape suitable for the spindle speed above 18000 rpm

Energy efficient spindle tapes

Approximate quantity – one lakh for the whole year

6. Bobbin Holder Rotating and Non-rotating type bobbin holder suitable for CTMTC –Jingwei JWF

1530, JWF 1520, F506, Erfangi-138L, LR G5/1, LMW 60 AX, LR 6/S, LR 9 ring frames

Count Range (Ne) – 20s to 120s Roving Hank (Ne) - 0.7 to 2.0 Simplex bobbin weight – 1 kg to 2 kg

Approximate quantity – 75000 for the whole year IV. Cots & Aprons – A. Cots – Alugrip cots of different sizes suitable for processing cotton, Synthetic & blend materials. Required sizes are given in financial bid template. Other specifications like cots hardness, colour etc. will be given by mill at the time of placing the order as per their requirement.

25

B. APRONS – Aprons suitable for processing cotton, synthetic and blended material. Required sizes are given in financial bid template. Approximate contract value – Rs. 2 crore for the whole year V. LUBRICANTS: 1. OILS

Synthetic Gear Oil, Grade - 15/32/100/150/220/320/HSC629

Spindle oil, Grade - EE10.

Hydraulic oil, Grade – 24/46/68/100

2. GREASE :

Equivalent to EP-2/ EP-3/MP-2/MP-3 Grade grease

Equivalent to GREASE Centoplex GLP 202 BH/GLP102 BH/LMW HPG/ Staburag B15-A300/ GLP2

End bush grease equivalent to OKS 475

Lithium base motor grease equivalent to Pitamo GHY

3. SPRAY

Equivalent to SPRAY

2601/9631/451/641/201/511/301/461/AC400/WD40/Sam36/Sam58

NOTE: Bidder can quote the rate for the product of Indian oil Corporation, Bharat Petroleum, Castrol India, Shell, Hindustan Petroleum, Kluber, OKS or any other company approved by machine supplier.

Approximate contract value – Rs. 1 crore for the whole year VI. SIZING MATERIAL: -

Single shot sizing material for cotton and its blend.

Approximate quantity – 3 lakh Kg. for the whole year VII. Reeds -

Reeds of different count suitable for Itema Airjet looms, Picanol Airjet & Rapier looms, Sulzer, Cimco Auto looms

Approximate quantity – 50 Nos. for the whole year

26

VIII. Cans Cans with castor wheel and spring for Carding, Drawing and Comber of following sizes:

16”*40”, 16”*42”, 16”*45”, 16”*48”

18”*40”, 18”*42”, 18”*45”, 18”*48”

20”*40”, 20”*42”, 20”*45”, 20”*48”

22”*40”, 22”*42”, 22”*45”, 22”*48”

24”*40”, 24”*42”, 24”*45”, 24”*48”

40”*38”, 40”*40”, 40”*42”, 40”*45”, 40”*48” Approximate value – 50 Lakh for the whole year IX. Packing Material:- 1. Paper cone – Velvet Finish Kraft Paper Cones of following specification:-

Sr. No.

Cone angle

Cone length

(+/- 1 mm)

TID (mm)

BID (mm)

Crushing strength

(Kg/cm Sqr.)

Weight (+/- 2 Gm.)

1 3° 30' 175 17 46 2.20 to 2.60 35

2 3° 30' 175 17 46 2.20 to 2.60 35

3 4° 20' 170 28 57 2.20 to 2.60 48

4 4° 20' 170 28 57 2.20 to 2.60 48

5 5° 57' 170 28 68 2.20 to 2.60 50

6 5° 57' 170 28 68 2.20 to 2.60 50

7 5° 57' 170 28 68 1.80 to 2.00 50

8 5° 57' 170 28 68 1.80 to 2.00 50

Approximate quantity – 423 lakh for the whole year 2. HMHD bags & sheet Virgin quality HMHD bags & sheet of following specification & sizes:-

Sr. No. Bag size & Gauge

No. of bags per Kg.

(+/- 3%)

1 10'' X 12'' X 40 G 673

2 10'' X 13'' X 40 G 621

3 11'' X 12'' X 40 G 612

4 11'' X 13'' X 40 G 565

5 12'' X 13'' X 40 G 518

6 12'' X 14'' X 40 G 481

7 12'' X 15'' X 40 G 449

8 13'' X 14'' X 40 G 444

27

9 13'' X 15'' X 40 G 414

10 14'' X 15'' X 40 G 385

11 14'' X 16'' X 40 G 360

12 15'' X 16'' X 40 G 336

13 15'' X 17'' X 40 G 317

14 16'' X 16'' X 40 G 315

15 16'' X 17'' X 40 G 297

16 16'' X 18'' X 40 G 280

17 16'' X 20'' X 40 G 260

18 72” X 80 G HMHD Sheets Note – Bidders are required to quote per kg rate only. Bag & sheet size will be given by respective mills while placing the work order.

Approximate quantity – 70000 kg. for the whole year 3. Laminated HDPE Woven sacks Laminated HDPE Woven sacks of 10 X 10 mesh, Circular woven, 125 G lamination, 1000 denier, With Tex mark printing of Single side, single colour. Sizes of the woven sacks are as under:-

Sr. No. Bag Size

Bag Weight (+/- 10 Gms.)

1 33“ x 47” 210

2 34” x 47” 216

3 35“ x 47” 222

4 36”x 47” 228

5 37“ x 47” 234

6 38”x 47” 240

7 34“ x 48” 216

8 34.5”x 48” 220

9 35“ x 48” 222

10 36”x 48” 228

11 37“ x 48” 234

12 38”x 48” 240

13 39“ x 48” 246

14 40” x 48” 251

15 39“ x 43” 240

16 41” x 65” 390

17 44“ x 43” 267

18 46”x 45” 285

19 47“ x 43” 294

20 46 ” x 43” 270

21 43“ x 47” 270

28

22 44”x 47” 276

23 41“ x 47” 255

24 42”x 47” 257

25 41“ x 49” 265

26 44“ x 44” 260

27 44“ x 45” 265

28 44“ x 46” 270

29 42“ x 45” 250

30 40“ x 45” 240

31 41“ x 46” 250

32 43.5“ x 44.5” 260

33 43.5“ x 54” 315

Note – Bidders are required to quote per kg rate only. Sizes and weight will be given by respective mills while placing the work order.

Approximate quantity – 8.5 lakh for the whole year 4. Corrugated box & plates Corrugated box & plates made of Kraft Paper of following specification:-

Corrugated Box description

No. of Ply 5 (3 plain layer & 2 Flute layer)

GSM/BF 150/24

Bursting Strength (Kg./cm sqr.)

14.5

Corrugated Plate discription

No. of Ply 3 (2 plain layer & 1 Flute layer)

GSM/BF 100/14

Bursting Strength (Kg./cm sqr.)

5.5

Sizes of corrugated box:-

Sr. No.

Box Size Box Weight in Kg. (+/-

5%) Plate size

Plate Weight in Gms. (+/-

5%)

1 23.50” X 15.50” X 27.00"

2.00 22" X13” 100

2 23.50” X 15.00” X 27.00"

1.96 22" X13” 100

3 27.00” X 14.00” X 2.08 26" X13” 120

29

28.00”

4 29.75” X 11.75” X 27.50"

1.97 28" X11” 110

5 29.00” X 11.50” X 34.00”

2.22 28" X11” 110

6 30.50” X 12.50” X 27.00"

2.05 29.5" X11.5” 120

7 29.75" X 12.00" X 27.50"

1.99 28.5" X 11.5" 120

8 28.50" X 13.50" X 28.50"

2.13 27.5" X 27.5" 125

9 31.00" X 12.75" X 27.50"

2.12 30 " X 11.75” 130

10 23.5” X 15.00"X 26 .75" 1.96 22" x14” 110

11 23.00" X 16.00" X 26 .75"

2.02 22" x 14” 110

12 22.50"X 16.00" X 26.75"

1.89 21.5" x 15" 120

13 27.00" X 16.00" X 26.75"

2.21 26" x 15" 120

14 27.00" X 17.50" X 28.00"

2.43 26" X16.5" 145

15 28.00” X 11.00 “ X 27.00 “

1.80 27" X10” 100

16 29.50" X 11.50"X 27.00”

1.90 28" X 11” 110

17 31.25" X 6.75" X 27.50" 1.60 30.5" X 6” 70

18 31.25"X 12.25" X 27.50"

2.11 30.5" X 11.75” 130

19 31.50" X 15.50" X 20.50"

1.80 30" X 15" 100

20 570 mm x 400 mm x 680 mm 1.93

560 mm X 380 mm 115

21 780 mm X 380 mm X 510 mm

1.70 760 mm X 360 mm

100

Sizes of plates:-

Sr. No.

Plate size

Plate Weight in Gms. (+/-

5%)

1 74" X 32.5" 900

2 22" X 14" 110

3 36" X 14" 180

4 31.5" X 23" 260

30

5 27.5" X 27.5" 260

6 28" X 28" 270

7 28" X 12" 110

8 110" X 16" 600

9 117" X 16" 650

Note – Bidders are required to quote per kg rate only. Sizes and weight will be given by respective mills while placing the work order.

Approximate quantity – 2.1 lakh for the whole year X. Engineering equipments:- 1. INVERTORS

Inverters required for existing Ring Frames, Speed frame, Humidification plant, compressor, pumps & motor of Danfoss/Lenze/Hitachi/Fusi Electric/KEB makes – Please quote the rate for following K.W.:- 2.2, 5.5, 6.5, 7.5,10, 11, 15, 18, 20, 22, 30, 37, 40, 45, 50, 55, 60, 65, 70, 75, 80, 90, 100, 110, 125, 132, 135, 150, 160, 200, 250, 300, 315, 350, 375, 400 KW Voltage – 400v/460v Input – 3*380v-480v, 50/60 Hz Output Frequency – 3* 0-1000Hz Amp as per motor rating Note – Bidder should quote separate rate for drive and its control panel.

Specify the following – a) % of Power saving. b) Payback Period. c) Product Guarantee.

Approximate purchase value – Rs.11 crore for whole year 2. Energy efficient motors:- Energy efficient motor required for existing ringframes, speed frame, Humidification plant, compressor, pumps & motor of ABB, Siemens, Bharat Bijali and LEDL makes. Other specifications of each motor are given in financial bid template. Approximate purchase value – Rs. 5 crore for whole year 3. Harmonics control system:- Specification:-

S. No. Specification

1 175 KVAR PZP – hy PFC3, 320 ALR

31

2 200 KVAR PZP – hy PFC3, 320 ALR

3 250 KVAR PZP – hy PFC3, 175 ALR, 320 ALR Approximate purchase value – Rs. 4 crore for whole year 4. Filter:- Specification:-

S. No. Specification

1 100 Amps, 415 V

2 125 Amps, 415 V

3 150 Amps, 415V

4

300 Amps active harmonic & 300KVAr detuned filter

Approximate purchase value – Rs. 6 crore for whole year 5. AC Capacitor Specification

Standards EN 60831-1/2, IEC 60831-1/2, VDE 0560-46/47

UL 810 - protected 10,000 AFC -50…+70° C ambient max. 46°C

ratings

kvar 33.3

ratings 70A,100A,130 A

V 525

System voltage 480 V(208-480 V)

Hz 50

Nominal frequency 50/60 hz (+/-) 2%

A 3x 36.6

number of phases 3

µF 3x 128

connection type 3 phases

capacitance tolerance -5..+10 %

harmonic current compensated individual compensation upto 49th order

power dissipation 0.3 W/kvar

Rate of harmonic reduction better than 98%

temperature class -50/60°C ≤20kvar

Power factor correction -dynamic default

-50/D >20kvar

Power factor correction -static default

32

humidity class C

user selectable individual harmonic order

default

storage temperature circuitry -50..+70 °C

expandability upto 8 units

circuitry D

response time <1ms

protection IP20

power dissipation <1800 W for 100 A

max air flow flow requirement 600 m3/h

noise level <70dB

environment 0-95% RH non-condensing ,max altitude 1000 m

operating temperature 0-40 degree without derating

protection class IP20 according to IEC 529

Envirnmental conditions Chemical 3C3,mechanical 3S3

electromagnetic compatibility EN61000-6-2,EN 61000-6-4

certificates CE

Maximum ratings

8h/d 580 V

admissible voltages

30min/d 605 V

5min (max. 200x) 630 V

1min (max. 200x) 685 V

US 1600 V

Imax 3x52 A

IS 4050 A

Construction

dielectric metallized polypropylene film , self-healing

housing aluminium case, hermetically sealed

protection overpressure break action mechanism

terminals CAPAGRIP ™ M, IN up to 104A per phase (clamps) case of parallel connection

Make Crompton, P2 Power, ABB, Almeasure

Approximate purchase value – Rs. 50 lakh for whole year

33

6. Reactor:- Specification

For 25 KVAR

Type No: 25KVAR/415V/50Hz/7%

Rated Power: 25 KVAR

Capacitor: 142µF

Rated Voltage: 415V

Rated Frequency: 50Hz

Detuning Factor 7%

Resonance Frequency: 189 Hz

Impregnation: Vacuum/class H

Ambient Temperature: 40°C

Insulation Class: H

Operating Period: 100%

Temperature Switch:

Switching Temperature 145°C

Switching Current 3A

Connector for Switch: 261 wago

Inductance: 1.652 mH

Tolerance of Inductance: - 2% +3%

Current Linearity of the Inductance:

1.8 x In

Winding:

Winding Material: Aluminium

Core:

Core Type: CRGO

Sheet Thickness: 0.3 mm

Losses:

Core Losses 14 Watts

Aluminium Losses 68 Watts

Make Sharpner, P2 Power, ABB

For 50 KVAR

Type No: 50KVAR/415V/50Hz/7%

Rated Power: 50 KVAR

34

Capacitor: 284µF

Rated Voltage: 415V

Rated Frequency: 50Hz

Detuning Factor 7%

Resonance Frequency: 189 Hz

Impregnation: Vacuum/class H

Ambient Temperature: 40°C

Insulation Class: H

Operating Period: 100%

Temperature Switch:

Switching Temperature 145°C

Switching Current 3A

Connector for Switch: 261 wago

Inductance: 0.826 mH

Tolerance of Inductance: 0.01

Current Linearity of the Inductance: 1.8 x In

Winding:

Winding Material: Aluminium

Core:

Core Type: CRGO

Sheet Thickness: 0.3 mm

Losses:

Core Losses 22 Watts

Aluminium Losses 108 Watts

Make Sharpner, P2 Power, ABB

For 100 KVAR

Type No: 100 KVAR/415V/50Hz/7%

Rated Power: 100 KVAR

35

Capacitor: 568 µF

Rated Voltage: 415V

Rated Frequency: 50Hz

Detuning Factor 7%

Resonance Frequency: 189 Hz

Impregnation: Vacuum/class H

Ambient Temperature: 40°C

Insulation Class: H

Operating Period: 100%

Temperature Switch:

Switching Temperature 145°C

Switching Current 3A

Connector for Switch: 261 wago

Inductance: 0.413 mH

Tolerance of Inductance: 0.01

Current Linearity of the Inductance: 1.8 x In

Winding:

Winding Material: Aluminium

Core:

Core Type: CRGO

Sheet Thickness: 0.3 mm

Losses:

Core Losses 38 Watts

Aluminium Losses 126 Watts

Make Sharpner, P2 Power, ABB, Almeasure

Approximate purchase value – Rs. 2 crore for whole year XI. Drafting conversion 1. Drafting conversion for Speed frame machine From pneumatic to spring loaded drafting conversion for existing LMW and Chinese speed frame Machine details:- Make Model No. of spindles

LR LF1400/LF1400A 120

CTMTC/Wishark JWF 1416/FA473 120, 132

Approximate quantity – 10 nos.for the whole year

36

2. Drafting conversion for ring frame machine From pneumatic to spring loaded drafting conversion for existing LMW and Chinese ring frame Machine details:- Make Model No. of spindles

LMW LR60/AX, with Suessen compact attachments

1200

Jingwei/Erfanji FA 1520/EJM 138 L 816, 840, 864, 912, 960, 984, 1008

Approximate quantity – 10 nos. for the whole year XII. Short Stretch Retrofit for Suessen compact ringframe:- Supply, installation, Testing & Commissioning of Short Stretch Retrofit on LMW make ringframes having Suessen compact attachments. Short Stretch Retrofit should ensures following advantages-

Reduction in spinning breaks up to 50%

Higher production to a level of 10% from the existing

Improvement in yarn quality

Ringframe & mills details:- Sr. No.

Make Model No. of spindles per RF

Compact attachments

Mill name

No. of ringframe

1 LMW LR6/S without doffer

1008 Suessen SRV 24

2 LMW LR60/AX with doffer

1200 Suessen Finlay 30

3 LMW LR60/AX with doffer

1200 Suessen NMM 30

4 LMW LR60/AX with doffer

1200 Suessen RTM 23

XIII. Shaft to CDS conversion system for compact ringframe:- Supply, installation, Testing & Commissioning of Shaft to Centralized duct system on LMW make ringframes having Suessen compact attachments. Other requirements-

Suction pressure at any spindle point should be not less than 28 mbar.

System should work in such a way that when we start the Ring

37

frame, suction motor should start first then after a time delay of 15-20 second, Ring frame main motor should start. Also, when we stop the Ring frame, first main motor should stop and then after a time delay of 10-15 second, suction motor should stop.

There should be arrangement to alter the suction pressure as per mills requirement.

Material use to be virgin, durable, standard make, branded make.

Ringframe & mills details:- Sr. No.

Make Model No. of spindles per RF

Compact attachments

Mill name

No. of ringframe

1 LMW LR6/S without doffer

1008 Suessen SRV 14

2 LMW LR60/AX with doffer

1200 Suessen Finlay 19

3 LMW LR60/AX with doffer

1200 Suessen NMM 12

XIV. Semi-automatic doffer for ringframes Semi- automatic doffer suitable for CTMTC –Jingwei, JWF 1530, JWF 1520, F506, Erfangi-138L, G5/1, LR 6/S model ringframes. Semi-automatic doffer should remove the full cops from the spindle and insert the empty cops on the spindles. Removing the full cops and inderting the empty cops should be completed in 2-3 minutes. It should not drop any bobbin on the floor. Per doffer worker requirement should not be more than one. Approximate requirement for following NTC mills – SRV, BTM, NBT, Pioneer, Kal. B, Mahe, VMM, Kannur Note: - Along with their standard product, if a bidder/supplier is quoting for special feature product which will result in saving in financial terms, they should submit payback period/ROI calculation sheet to justify their claim. *********

38

Address of 23 Mills

1 The General Manager, 8 The General Manager,

Alagappa Textile Millls, Cambodia Mills

Alagappa Nagar, Post Box No.3504, Ondipudur,

Trichur-680302 (Kerala) Coimbatore-641016

2 The General Manager, 9 The General Manager,

Coimbatore Murugan Mills, Arati Cotton Mills,

Post Box No.7004, Dassnagar,

Mettupalayam Road, Howrah-711105

Coimbatore-641043

10 The General Manager,

3 The General Manager, Tata Mills,

Podar Mills, Dr. Ambedkar Road, Dadar,

N.M. Joshi Marg, Mumbai-400014

Mumbai-400011

11 The General Manager,

4 The General Manager, Cannanore Spg & Wvg Mills

Kerala Lakshmi Mills, Pullazhi Mahe,

Thrissur-680012 (KERALA) Palloor-673310

5 The General Manager, 12 The General Manager

Barshi Textile Mills, Burhanpur Tapti Mills, Lal Bagh

P.B.No.30, BARSHI-413 401 Burhanpur-450331 (MP)

Distt.Sholaplur.(Maharashtra)

6 The General Manager, 13 The General Manager,

Vijayamohini Mills, Pioneer Spinners,

THIRUMALA POST Kamudakudi Post,

Thiruvananthapuram-695006 Ramanathapuram Distt.

(Kerala) Paramakudi-623719.

39

7 The General Manager, 14 The General Manager,

Cannanore Spg & Wvg Mills Kaleeswarar Mills „B‟ Unit,

KAKKAD Post Box No.1,

Cannanore-670005 (Kerala) Kalayarkoil-623551

SIVAGANGA DISTRICT

15 The General Manager, 20 The General Manager,

Pankaja Mills, Sri Rangavilas Gng S & W Mills,

Post Box NO.7109, Post Box No.1604, Avanashi Road,

5 / 13, Pankaja Mills Road, Peelamedu Post,

Coimbatore-641045 Coimbatore-641004.

16 The General Manager, 21 The General Manager,

India United Mills No.5, Tirupathi Cotton Mills,

A.G. Pawar Lane, Byculla, Renigunta,

Mumbai-400027 Tirupathi-517520

17 The General Manager, 22 The General Manager,

New Bhopal Textile Mills Coimbatore Spg. & Wvg. Mills,

Chandbad, Near Railway Station, P.B. No.- 24, Krishnaswamy Road,

Bhopal-462010 (MP) Coimbatore-641001

18 The General Manager 23 The General Manager

New Minerva Mills Finaly Mills

Hanumanthapura Post Amravati Road

Hassan-573128 Achalpur

(KARNATAKA) Distt. Amravati-444805

(MAHARASHTRA)

19 The General Manager

Rajnagar Mills

Outside Idgah Gate

Ahmedabad (GUJRAT)

40

INTEGRITY PACT Between

National Textile Corporation Limited (NTC) 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 ……………………………………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

41

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.

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-A.

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-B. 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.

42

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.”

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

43

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.

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 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. 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.

44

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. A person signing IP shall not approach the courts while representing the matters to the IEMs and he/she will await their decision in the matter

3. Changes and supplements as well as termination notices need to be made in

writing. Side agreements have not been made.

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

5. 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.

6. 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) (Office Seal) Place……………… Date………………. Witness 1 : (Name & Address) ______________________ ______________________ ______________________ Witness 2 : (Name & Address) ______________________ ______________________

______________________

45

GUIDELEINES FOR INDIAN AGENTS OF FOREIGN SUPPLIERS Annexure A 1.0 There shall be compulsory registration of agents for all global (Open) Tender

and limited Tender. An agent who is not registered with NTC shall apply for registration in the prescribed Application-Form.

1.1 Registered agents will file an authenticated photostat copy duly attested by a Notary Public/Original certificate of the principal confirming the agency agreements and giving the status being enjoyed by the agent and the Commission/remuneration/salary/retainer ship being paid by the principal to the agent before the placement of order by NTC.

1.2 Wherever Indian representatives have communicated on behalf of their

principals and the foreign parties have stated that they are not paying any commission to the Indian agents, and the Indian representative is working on the basis of salary or as retainer, a written declaration to this effect should be submitted by the party (i.e Principal) before finalizing the order.

2.0 DISCLOSURE OF PARTICULARS OF AGENTS/REPRESENTATIVES IN

INDIA.IF ANY. 2.1 Tenderers of Foreign nationality shall furnish the following details in their offer. 2.1.1 The name and address of the agents/representatives in India, if any and the

extent of authorization and authority given to commit the Principals. In case the agents/representatives be a foreign Company, it shall be confirmed whether it is real substantial Company and details of the same shall be furnished.

2.1.2 The amount of commission /remuneration included in the quoted price(s) for such agents /representatives in India.

2.1.3 Confirmation of the Tenderer that the commission / remuneration if any, payable

to his agents/representatives in India, may be paid by NTC in Indian Rupees Only.

2.2 Tenderers of Indian Nationality shall furnish the following details in their Offers. 2.2.1 The name and address of the foreign principals indicating their nationality as well

as their status, I.e. whether manufacturer or agents of manufacturer holding the Letter of Authority of the Principal specifically authorizing the agent to make an offer in India in response to Tender either directly or through the agents/representatives.

2.2.2 The amount of commission/remuneration included in the price(s) quoted by the Tenderer for himself.

46

2.2.3 Confirmation of the foreign principals of the Tenderer that the commission/remuneration , if any, reserved for the Tenderer in the quoted price(s) , may be paid by NTC in India in equivalent Indian Rupees on satisfactory completing of the Project or supplies of Stores and Spares in case of operation items.

2.3 In either case, in the event of contract materializing, the terms of payment will provide for payment of the commission/remuneration, if any payable to the agents /representatives in India in Indian Rupees on expiry of 90 Days after the discharge of the obligations under the contract.

2.4 Failure to furnish correct and detailed information as called for in paragraph-2.0 above will render the concerned tender liable to rejection or in the event of a contract materializing, the same liable to termination by NTC. Beside this there would be a penalty of banning business dealing with NTC or damage or payment of a named sum.

*******

47

Guidelines on Banning Business Dealings Annexure B

Introduction

1.1. National Textile Corporation Limited (NTC) deals with Agencies viz parties/ contractors/ suppliers/ bidders, who are expected to adopt ethics of highest standards and a very high degree of integrity, commitments and sincerity towards the work undertaken. It is not in the interest of NTC to deal with Agencies who commit deception, fraud or other misconduct in the tendering process.

1.2. Since banning of business dealings involves civil consequences for an Agency

concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case.

2. Scope

2.1 The Information for Bidders/ Instruction to Bidders and even the General Conditions of Contract (GCC) of NTC generally provide that NTC shall have the rights to remove from list of approved suppliers / contractors or to ban business dealings if any Agency has been found to have committed misconduct or fraud or anything unethical not expected from a reputed contractor.

2.2 The procedure of (i) Removal of Agency from the List of approved suppliers / contractors/bidders; (ii) Suspension and (iii) Banning of Business Dealing with Agencies, has been laid down in these guidelines.

2.3 These guidelines shall apply to all the Mills whether operational or closed/

showrooms/ RMDs/ Regional Offices/Sub Offices/Liaison Office of NTC.

2.4 It is clarified that these guidelines do not deal with the poor performance of the contractors/ Agencies.

2.5 The banning shall be with prospective effect, i.e. future business dealings. 3. Definitions In these Guidelines, unless the context otherwise requires:

I. “Party / Contractor / Supplier / Bidders” shall mean and include a public limited company or a private limited company, a joint Venture, Consortium, HUF, a firm whether registered or not, an individual, cooperative society or an association or a group of persons engaged in any commerce, trade, industry, etc. “Party / Contractor/ Supplier / Bidder‟ in the context of these guidelines is indicated as „Agency‟.

48

II. “Unit” shall mean the Mills whether operational or

closed/showrooms/RMDs/Regional Offices/Sub Offices/Liaison Office of NTC.

III. “Competent Authority” and „Appellate Authority‟ shall mean the following:

a) For NTC Wide Banning

The concerned director shall be the „Competent Authority‟ for the purpose of these guidelines. CMD shall be the „Appellate Authority‟ in respect of such cases.

b) For Mills whether operational or closed/showrooms/RMDs/Regional

Offices/Sub Offices/Liaison Office of NTC.

Head of the Unit/Head of Finance shall be the „Competent Authority‟ for the purpose of these guidelines, in respect of concerned unit/Sub-office/Regional Office. The concerned Executive Director/ Regional Head of the Unit/ Region shall be the „Appellate Authority‟ in all such cases.

IV. “Investigating Committee” shall mean any Officer/Committee appointed by

Competent Authority to conduct investigation. V. “Approved Agencies viz Parties / Contractors / Suppliers/Bidders” shall mean and

include list of Parties/ Contractors / Suppliers / Bidders etc, who have been pre-qualified by NTC for any tender/contract/bid.

4. Initiation of Banning / Suspension Action for banning /suspension business dealings with any Agency shall be initiated by the department responsible for invitation of bids after noticing the irregularities or misconduct on the part of Agency concerned. Besides the concerned department, Vigilance Department may also be competent to initiate such action. 5. Suspension of Business Dealings. 5.1 If the conduct of any Agency dealing with NTC is under investigation, the

Competent Authority may consider whether the allegations (under investigation) are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Committee, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order of suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Committee. The Investigating Committee may ensure that their

49

investigation is completed and whole process of final order is over within such period. However, if investigations are not completed in six months time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed.

5.2 The order of suspension shall be communicated to all Departmental Heads of

NTC and Heads of the Units, which would also be displayed on Intranet, if available. During the period of suspension, no business dealing may be held with the Agency.

5.3 As far as possible, the existing contract(s) with the Agency may continue unless

the Competent Authority, having regard to the circumstances of the case, decides otherwise.

5.4 If the Agency concerned asks for detailed reasons of suspension, the Agency

may be informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage.

5.5 It is not necessary to give any show-cause notice or personal hearing to the

Agency before issuing the order of suspension. 6. Ground on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to NTC

so warrants; 6.2 If the Director of a company (other than Govt. company) /owner of the Agency,

proprietor or partner of the firm, is convicted by a Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises, during the last five years;

6.3 If business dealings with the Agency have been banned by the Ministry of

Textiles, Government of India. 6.4 If the Agency has resorted to corrupt, fraudulent practices including

misrepresentation of facts; 6.5 If the Agency uses intimidation / threatening or brings undue outside pressure on

NTC or its official for acceptance / performances of the job under the contract; 6.6 If the Agency misuses the premises or facilities of the NTC, forcefully occupies or

damages the NTC‟s properties including land, water resources, forests / trees or tampers with documents/records etc. (Note:The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

50

7. Banning of Business Dealings 7.1 A decision to ban business dealings with any Agency shall normally apply

throughout NTC. However, the Competent Authority of the Unit can impose such ban unit-wise only if in the particular case banning of business dealings by respective Unit will serve the purpose and achieve its objective and banning throughout the Company is not required in view of the local conditions and impact of the misconduct / default to beyond the Unit. Any ban imposed by Corporate Office shall be applicable across all Units of NTC.

7.2 There will be an Investigating Committee in each Unit to be appointed by Head of

the Unit for processing the cases of “Banning of Business Dealings”. However, for procurement of items /award of contracts at Corporate Office, the committee shall consist of officers not below the rank of Senior Manager from Indenting Division & Finance. Member from department responsible for invitation of bids shall be the convener of the committee. The functions of the committee shall, inter-alia include:

i) To study the report of the department responsible for invitation of bids and

decide if a prima-facie case for banning exists, if not, send back the case to the Competent Authority.

ii) To recommend for issue of show-cause notice to the Agency by the

concerned department as per clause 9.1.

iii) To examine the reply to show-cause notice and call the Agency for personal hearing, if required.

iv) To submit final recommendations to the Competent Authority for banning

or otherwise. 8. Removal from List of Approved Agencies - Suppliers/ Contractors, etc. 8.1 If the Competent Authority decides that the charge against the Agency is of a

minor nature, it may issue a show-cause notice as to why the name of the Agency should not be removed from the list of approved Agencies - Suppliers / Contractors/Bidders etc.

8.2 The effect of such an order would be that the Agency would not be qualified for

competing in Open Tender Enquiries or Limited Tender Enquiries till the period mentioned in the order.

51

8.3 Past performance of the Agency may be taken into account while processing for approval of the Competent Authority for awarding the contract.

9. Show-cause Notice 9.1 In case where the Competent Authority decides that action against an Agency is

called for, a show-cause notice has to be issued to the Agency, Statement containing the imputation of misconduct or misbehavior may be appended to the show-cause notice and the Agency should be asked to submit within 15 days a written statement in its defence.

9.2 If the Agency requests for inspection of any relevant document in possession of

NTC, necessary facility for inspection of documents may be provided. 9.3 The Competent Authority may consider and pass an appropriate speaking order:

a) For exonerating the Agency if the charges are not established; b) For removing the Agency from the list of approved Suppliers/Contactors, etc. c) For banning the business dealing with the Agency.

9.4 If it decides to ban business dealings, the period for which the ban would be

operative may be mentioned. 9.5 Unitwise banning may be done for a period upto six months only and for more

than six months banning, it should be pervasive i.e. for all the units. In case of pervasive banning for more than six months i.e. across all the units, it should be done after approval of the Director (Finance) of the corporate office.

10. Appeal against the Decision of the Competent Authority 10.1 The Agency may file an appeal against the order of the Competent Authority

banning business dealing etc. The appeal shall be filed to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

10.2 Appellate Authority would consider the appeal and pass appropriate order within

120 days which shall be communicated to the Agency as well as the Competent Authority.

11. Circulation of the names of Agencies with whom Business Dealings have

been banned The concerned unit shall forward the name and details of the Agency (ies) banned to IT&C Division of Corporate Office for displaying the same on the NTC website.

52

Corrupt, Fraudulent, Collusive or Coercive Practices Policy 1.0 Corrupt, Fraudulent, Collusive or Coercive Practices

It is expected from the Bidders/ suppliers/ contractors that they will observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy:

(a) For the purposes of this provision, the terms set forth below shall mean as under: (i) "Corrupt practice" means the offering, giving, receiving or soliciting of anything of

value and /or personal satisfaction to influence the action of a public official in the procurement process or in contract execution; and

(ii) "Fraudulent practice" means a misrepresentation of facts in order to influence a

procurement process or the execution of a contract to the detriment of the Purchaser, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition;

(iii) “Collusive practice” means a scheme or arrangement between two or more

bidders, with or without the knowledge of the Purchaser, designed to establish bid prices at artificial, noncompetitive levels; and

(iv) “Coercive practice” means harming or threatening to harm, directly or indirectly,

person or their property to influence or affect the execution of a contract; (v) “Integrity Pact” means an agreement called Integrity Pact between the contractor

and the Employer shall be signed committing the persons/ officials of both the parties, not to exercise any corrupt influence on any aspect of the Tender/Contract. The Independent External Monitor(s)(IEM) appointed by the Employer shall oversee the compliance of obligation under the Integrity Pact.

vi) “Independent External Monitor(s) (IEMs)” means the External Monitor(s)

appointed by the Employer to oversee the implementation of Integrity Pact (b) A Bid may be rejected by the Purchaser if it is determined at any stage that the

respective Bidder has engaged in corrupt, fraudulent, collusive and coercive practices or defaulted commitments under integrity pact as mentioned above in competing for the contract in question.

(c) The Purchaser may declare a firm ineligible, either indefinitely or for a stated

period of time, if it at any time determines that the firm has engaged in corrupt or fraudulent practices, Collusive and Coercive practices or defaulted commitments under integrity pact in competing for, or in executing, a contract.

53

(d) Banning of Business Dealings: It is not in the interest of NTC to deal with Agencies who commit deception, fraud or other misconduct in the tendering process. The grounds on which Banning of Business Dealings can be initiated are as follows:-

i) If the security consideration, including questions of loyalty of the Agency to NTC

so warrants; ii) If the director/ owner of the Agency, proprietor or partner of the firm, is convicted

by a court of law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises, during last five years;

iii) If business dealings with the Agency have been banned by the Ministry of

Textiles, Government of India or by any other department of GOI. iv) If the Agency has resorted to corrupt, fraudulent practices including

misrepresentation of facts; v) If the Agency uses intimidation / threatening or brings undue outside pressure on

NTC or its official for acceptance / performances of the job under the contract: vi) If the Agency misuses the premises or facilities of the NTC, forcefully occupies or

damages the NTC‟s properties including land, water resources, forests / trees or tampers with documents/records etc. (Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

vii) In the transaction where NTC is a seller, the term Purchaser shall be deemed to

have been replaced by „Seller‟ and vice versa. The procedure for banning of Business Dealings shall be governed as per NTC‟s “Guidelines on Banning Business Dealings” as enclosed separately. (Annexure B).

54

Financial Bid Format

Financial bid format for Card wire suitable for LMW make Card, model - LC300, LC363, LC361, LC333, Trutzschler make card, model - DK800, TC05, LR make

card, mpdel - C1/3, C1/2

Card wire for Cotton processing

Cotton A - Suitable for Slow Production cards upto 15 Kg/Hr like LR C1/2, C1/3, MMC etc.

Sr. NO. Discription

Unit DISCOUNTED

BASIC PRICE (Rs.)

Description/Remark

1 Cylinder wire Unit rate per Coil/Roll 2 Doffer wire Unit rate per Coil/Roll 3 Flat Tops Unit price per Piece 4 Licker - in wire Unit price per Kg. 7 SFL Unit price per Piece 8 SFD Unit price per Piece 9 Licker-in Segment Unit price per Piece

10 Stripper Roller wire Unit price per Kg. 11 Clearer Roller Fillet Unit price per Kg. 12 Stripping Roller Fillet Unit price per Kg. 13 Doffer Cleaning Fillet Unit price per Kg.

Cotton B - Suitable for Medium Production cards upto 30 Kg/Hr like LR C1/2, C1/3, Trutzschler DK740/760 etc.

Sr. NO. Discription

Unit

DISCOUNTED BASIC

PRICE (Rs.)

Description/Remark

1 Cylinder wire Unit rate per Coil/Roll 2 Doffer wire Unit rate per Coil/Roll 3 Flat Tops Unit price per Piece 4 Licker - in wire Unit price per Kg. 7 SFL Unit price per Piece 8 SFD Unit price per Piece 9 Licker-in Segment Unit price per Piece

10 Stripper Roller wire Unit price per Kg. 11 Clearer Roller Fillet Unit price per Kg.

55

12 Stripping Roller Fillet Unit price per Kg. 13 Doffer Cleaning Fillet Unit price per Kg.

Cotton C - Suitable for High Production cards having upto 50 Kg/hr production like LMW LC300 A V3, LC333, LC363, LC361, Trutzschler DK780, DK800, TC 05 etc.

Sr. NO. Discription

Unit

DISCOUNTED BASIC

PRICE (Rs.)

Description/Remark

1 Cylinder wire Unit rate per Coil/Roll 2 Doffer wire Unit rate per Coil/Roll 3 Flat Tops Unit price per Piece 4 First Licker - in wire Unit price per Kg.

5 Second Licker - in wire

Unit price per Kg.

6 Third Licker - in wire Unit price per Kg. 7 SFL Unit price per Piece 8 SFD Unit price per Piece 9 Licker-in Segment Unit price per Piece

10 Stripper Roller wire Unit price per Kg. 11 Clearer Roller Fillet Unit price per Kg. 12 Stripping Roller Fillet Unit price per Kg. 13 Doffer Cleaning Fillet Unit price per Kg.

Card wire for Blend (P/C, B/V,etc) processing

Blend A - Suitable for Slow Production cards upto 15 Kg/Hr like LR C1/2, C1/3, MMC etc.

Sr. NO. Description

Unit DISCOUNTED

BASIC PRICE (Rs.)

Description/Remark

1 Cylinder wire Unit rate per Coil/Roll 2 Doffer wire Unit rate per Coil/Roll 3 Flat Tops Unit price per Piece 4 Licker - in wire Unit price per Kg. 7 SFL Unit price per Piece 8 SFD Unit price per Piece 9 Licker-in Segment Unit price per Piece

10 Stripper Roller wire Unit price per Kg. 11 Clearer Roller Fillet Unit price per Kg.

56

12 Stripping Roller Fillet Unit price per Kg. 13 Doffer Cleaning Fillet Unit price per Kg.

Blend B - Suitable for Medium Production cards upto 30 Kg/Hr like LR C1/2, C1/3, Trutzschler DK740/760 etc.

Sr. NO. Description

Unit

DISCOUNTED BASIC

PRICE (Rs.)

Description/Remark

1 Cylinder wire Unit rate per Coil/Roll 2 Doffer wire Unit rate per Coil/Roll 3 Flat Tops Unit price per Piece 4 Licker - in wire Unit price per Kg. 7 SFL Unit price per Piece 8 SFD Unit price per Piece 9 Licker-in Segment Unit price per Piece

10 Stripper Roller wire Unit price per Kg. 11 Clearer Roller Fillet Unit price per Kg. 12 Stripping Roller Fillet Unit price per Kg. 13 Doffer Cleaning Fillet Unit price per Kg.

Blend C - Suitable for High Production cards having upto 50 Kg/hr production like LMW LC300 A V3, LC333, LC363, LC361, Trutzschler DK780, DK800, TC 05 etc.

Sr. NO. Description Unit DISCOUNTED

BASIC PRICE (Rs.)

Description/Remark

1 Cylinder wire Unit rate per Coil/Roll 2 Doffer wire Unit rate per Coil/Roll 3 Flat Tops Unit price per Piece 4 First Licker - in wire Unit price per Kg.

5 Second Licker - in wire

Unit price per Kg.

6 Third Licker - in wire Unit price per Kg. 7 SFL Unit price per Piece 8 SFD Unit price per Piece 9 Licker-in Segment Unit price per Piece

10 Stripper Roller wire Unit price per Kg. 11 Clearer Roller Fillet Unit price per Kg. 12 Stripping Roller Fillet Unit price per Kg.

57

13 Doffer Cleaning Fillet Unit price per Kg.

Blowroom wires

Sr. NO. Description Unit price per Kg. DISCOUNTED BASIC

PRICE (Rs.)

Description/Remark

1 R 10/10 Unit price per Kg.

2 R 20/20 Unit price per Kg.

3 R 10/0 Unit price per Kg.

4 R 20/0 Unit price per Kg.

5 TR 11 Unit price per Kg.

6 TR 13 Unit price per Kg.

7 V8 Unit price per Kg.

8 V6 Unit price per Kg.

Other Terms & Conditions GST Freight Insurance

58

Financial bid format for Card service room machines

Sr. NO.

Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 On the card Cylinder and doffer wire sharpening machine Unit price

2 On the card Flats grinding machine Unit price

3 Flats clipping machine Unit price

4 On the card metallic wire mounting machine Unit price

Other Terms & Conditions

GST

Freight

Insurance

59

Financial bid format for Bobbin & Tubes

Sr. NO.

Discription Unit DISCOUNTED BASIC PRICE (Rs.)

1 Simplex bobbin suitable for LMW make, model - LF4200/1660V, Lift - 16", Length - 450 mm, OD - 48 mm

Unit price

2 Simplex bobbin suitable for LMW make, model - LF1400/1400A, Lift - 12", Length - 340 mm, OD - 48 mm

Unit price

3 Simplex bobbin suitable for Chinese make simplex, model - JWF1416, Lift - 16", Length - 445 mm, OD - 45 mm

Unit price

4 Simplex bobbin suitable for Chinese make simplex, model - FA473, Lift - 16", Length - 445 mm, OD - 45 mm

Unit price

5 Ringframe tubes suitable for LMW make autodoffer, model - LR60/AX, LR9/AX, lift - 160mm, length - 190 mm, taper - 1:40, thickness - 3.0 mm

Unit price

6 Ringframe tubes suitable for LMW make autodoffer, model - LR60/AX, LR9/AX, lift - 170mm, length - 200 mm, taper - 1:40, thickness - 3.0 mm

Unit price

7 Ringframe tubes suitable for LMW make autodoffer, model - LR60/AX, LR9/AX, lift - 180mm, length - 210 mm, taper - 1:40, thickness - 3.0 mm

Unit price

8 Ringframe tubes suitable for Chinese make ringframe, model - JWF1530/1520, Erfanji - 138L, LMW LR 6/S, LR9/A, length - 180 mm, taper - 1:40, thickness - 2.6 mm

Unit price

9 Ringframe tubes suitable for Chinese make ringframe, model - JWF1530/1520, Erfanji - 138L, LMW LR 6/S, LR9/A, length - 190 mm, taper - 1:40, thickness - 2.6 mm

Unit price

10 Ringframe tubes suitable for Chinese make ringframe, model - JWF1530/1520, Erfanji - 138L, LMW LR 6/S, LR9/A, length - 200 mm, taper - 1:40, thickness - 2.6 mm

Unit price

11 Ringframe tubes suitable for Chinese make ringframe, model - JWF1530/1520, Erfanji - 138L, LMW LR 6/S, LR9/A, length - 210 mm, taper - 1:40, thickness - 2.6 mm

Unit price

12

Ringframe tubes suitable for Chinese make ringframe, model - JWF1530/1520, Erfanji - 138L, LMW LR 6/S, LR9/A, length - 217/220 mm, taper - 1:40, thickness - 2.6 mm

Unit price

13

Ringframe tubes suitable for Chinese make ringframe, model - JWF1530/1520, Erfanji - 138L, LMW LR 6/S, LR9/A, length - 230/232 mm, taper - 1:40, thickness - 2.6 mm

Unit price

Other Terms & Conditions

60

GST

Freight

Insurance

61

Financial bid format for Spindles suitable for LMW make ringframe, model - LR 6/S, LR 9 series, Chinese ringframe - Jingwei, Erfanji make

Sr. NO. Discription

Unit DISCOUNTED BASIC PRICE

(Rs.)

1

Spindle assembly complete (Top part + bolster) having aluminium plug length 7"/8"/170mm/180mm/190mm, wharve dia 18.5 to 20.2 mm, DUI 18 to 20 mm suitable for ringframe without autodoffer for spindle speed upto 18000 rpm

Unit price for Quantity ≤ 1000 nos.

Unit Price for

Quantity more than 1000 nos. & ≤ 2000

Unit price for Quantity more than

2000 nos.

2

Spindle assembly complete (Top part + bolster) having aluminium plug length 7"/8"/170mm/180mm/190mm, wharve dia 18.5 to 20.2 mm, DUI 18 to 20 mm suitable for ringframe without autodoffer for spindle speed more than 18000 rpm

Unit price for Quantity ≤ 1000 nos.

Unit Price for

Quantity more than 1000 nos. & ≤ 2000

Unit price for

Quantity more than 2000 nos.

3

Spindle assembly complete (Top part + bolster) having aluminium plug length 7"/8"/170mm/180mm/190mm, wharve dia 18.5 to 20.2 mm, DUI 18 to 20 mm suitable for ringframe with autodoffer for spindle speed more than 18000 rpm

Unit price for Quantity ≤ 1000 nos.

Unit Price for

Quantity more than 1000 nos. & ≤ 2000

Unit price for Quantity more than

2000 nos.

Other Terms & Conditions

GST

Freight

Insurance

62

Financial bid format for Ring suitable for LMW make ringframe, model - LR 6/S, LR 9 series, Chinese ringframe - Jingwei, Erfanji make

Sr. NO. Discription Unit DISCOUNTED BASIC PRICE (Rs.)

1

Ring Dia. - 36 mm Outer Dia. - 47 mm Fitting Dia. -47 mm Height - 8 mm FL - 1 F

Unit price

2

Ring Dia. - 38 mm Outer Dia. - 47 mm Fitting Dia. -47 mm Height - 8 mm FL - 1 F

Unit price

3

Ring Dia. - 40 mm Outer Dia. - 51 mm Fitting Dia. -51 mm Height - 8 mm FL - 1 F

Unit price

4

Ring Dia. - 42 mm Outer Dia. - 54 mm Fitting Dia. -54 mm Height - 8 mm FL - 1 F

Unit price

5

Ring Dia. - 45 mm Outer Dia. - 54 mm Fitting Dia. -54 mm Height - 8 mm FL - 1 F

Unit price

Other Terms & Conditions

GST

Freight

Insurance

63

Financial bid format for Traveller

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1

Traveller price list for different Traveller numbers

Unit price per box. (1 box contains 10000 nos.)

Other Terms & Conditions

GST

Freight

Insurance

64

Financial bid format for Spindle Tape

Sr.

NO. Discription

Unit DISCOUNTED BASIC PRICE (Rs.)

1 Spindle Tape - For the spindle speed upto 18000 rpm

Rate per meter per cm

2 Spindle Tape - For the spindle speed above 18000 rpm

Rate per meter per cm

3 Energy efficient Spindle tape

Rate per meter per cm

Other Terms & Conditions

GST

Freight

Insurance

65

Financial bid format for Bobbin Holder

Sr. NO. Discription Unit DISCOUNTED BASIC PRICE (Rs.)

1 Bobbin Holder - Rotating Type Unit price

2 Bobbin Holder - Non-Rotating Type Unit price

Other Terms & Conditions

GST

Freight

Insurance

66

Financial bid format for COTS & APRONS

Sr. NO. Discription Unit DISCOUNTED BASIC PRICE (Rs.)

A - Cots, Alucore Type

1 19*30*28 Unit price

2 19*29*28 Unit price

3 19*29*20 Unit price

4 19*40*20 Unit price

5 19*30*25 Unit price

6 19*29*25 Unit price

7 19*25*28 Unit price

8 19*29*40 Unit price

9 19*29*38 Unit price

10 19*30*40 Unit price

11 19*30*38 Unit price

12 19*35*40 Unit price

13 19*35*38 Unit price

14 19*32*40 Unit price

15 19*32*38 Unit price

16 18.5*35*38 Unit price

17 19*29*54 Unit price

18 23*34*175 Unit price

19 26*38*160 Unit price

20 26*38*150 Unit price

21 25.3*39*186 Unit price

22 20*40*210 Unit price

23 19.5*40*210 Unit price

24 23*34*160 Unit price

25 23*38*160 Unit price

26 24*36*160 Unit price

27 30*45*210 Unit price

28 30*45*335 Unit price

29 15.92*24.5*335 Unit price

30 26*39*305 Unit price

B - APRON-TOP

1 38.1*30*1.05 Unit price

2 37*39.8*0.9 Unit price

3 43.3*30*1.05 Unit price

4 38.8*42*1.1 Unit price

67

5 38.8*39*1.4 Unit price

6 37*28*0.9 Unit price

7 48*40*1 Unit price

8 39.2*30*0.9 Unit price

9 41.5*28*0.9 Unit price

10 36.25*40*1.1 Unit price

C - APRON – BOTTOM

1 80.5*30*1.05 Unit price

2 76*40*0.9 Unit price

3 82*30*1.05 Unit price

4 83*30*1.05 Unit price

5 65*42*1.0 Unit price

6 82*30*0.9 Unit price

7 95*34*0.9 Unit price

8 93*30*1.1 Unit price

9 90*30*0.9 Unit price

10 86*40*1.1 Unit price

11 97*67*1 Unit price

12 87*40*0.9 Unit price

13 86*28*0.9 Unit price

Other Terms & Conditions

GST

Freight

Insurance

68

Financial bid format for Lubricants

Sr. NO. Description

Unit

DISCOUNTED BASIC PRICE (Rs.)

1

Lubricants price list for different grades Per Ltr/Kg.

Other Terms & Conditions

GST

Freight Insurance

69

Financial bid format for Sizing Chemical

Sr. NO. Discription Unit DISCOUNTED BASIC PRICE

(Rs.)

1 Single shot sizing material for cotton and its blend

Price per kg.

Other Terms & Conditions

GST

Freight

Insurance

70

Financial bid format for Reeds

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 Price list for different reed count Unit price

Other Terms & Conditions

GST

Freight

Insurance

71

Financial bid format for Can

Sr. NO.

Can Size

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 16"*40" Unit price

2 16"*42" Unit price

3 16"*45" Unit price

4 16"*48" Unit price

5 18"*40" Unit price

6 18"*42" Unit price

7 18"*45" Unit price

8 18"*48" Unit price

9 20"*40" Unit price

10 20"*42" Unit price

11 20"*45" Unit price

12 20"*48" Unit price

13 22"*40" Unit price

14 22"*42" Unit price

15 22"*45" Unit price

16 22"*48" Unit price

17 24"*40" Unit price

18 24"*42" Unit price

19 24"*45" Unit price

20 24"*48" Unit price

21 40"*38" Unit price

22 40"*40" Unit price

23 40"*42" Unit price

24 40"*45" Unit price

25 40"*48" Unit price

Other Terms & Conditions

GST

Freight

Insurance

72

Financial bid format for Paper Cone

Sr. No.

Cone angle

Cone length (+/- 1 mm)

TID (mm)

BID (mm)

Crushing strength

(Kg/cm Sqr.)

Weight (+/- 2 Gm.)

Colour Unit DISCOUNTED

BASIC PRICE (Rs.)

1 3° 30'

175 17 46 2.20 to 2.60 35 Plain Unit Price

2 3° 30'

175 17 46 2.20 to 2.60 35 Coloured

Tip Unit Price

3 4° 20'

170 28 57 2.20 to 2.60 48 Plain Unit Price

4 4° 20'

170 28 57 2.20 to 2.60 48 Coloured

Tip Unit Price

5 5° 57'

170 28 68 2.20 to 2.60 50 Plain Unit Price

6 5° 57'

170 28 68 2.20 to 2.60 50 Coloured

Tip Unit Price

7 5° 57'

170 28 68 1.80 to 2.00 50 Plain Unit Price

8 5° 57'

170 28 68 1.80 to 2.00 50 Coloured

Tip Unit Price

Other Terms & Conditions

GST

Freight

Insurance

73

Financial bid format for HMHD Bags & Sheet

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 HMHD bags Rate per Kg.

2 HMHD sheet Rate per Kg.

Other Terms & Conditions

GST

Freight Insurance

74

Financial bid format for HDPE Woven Sacks

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 HDPE Woven sacks Rate per Kg.

Other Terms & Conditions

GST

Freight

Insurance

75

Financial bid format for Corrugated Box & Corrugated Plate

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 5 Ply Corrugated Box Rate per Kg.

2 3 Ply Corrugated sheet Rate per Kg.

Other Terms & Conditions

GST

Freight

Insurance

76

Financial bid format for Invertors

Sr. NO.

Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 Elgi (E-75) Screw compressor, 430 CFM for Compressor Unit price

2 132 KW inverter for Compressor Unit price

3 100 KW inverter for Compressor Unit price 4 75 KW inverter for Compressor Unit price

5 50 KW Inverter for Main motor of LR-6/s Lakshmi make spinning ring frame machine. Unit price

6 40 KW inverter for Main motor of G5/1 Lakshmi make spinning ring frame machine. Unit price

7 6 KW inverter for Pneumafil motor of LR-6/s Lakshmi make spinning ring frame machine. Unit price

8 40 KW inverter for Main motor of LR-6/s Lakshmi make spinning ring frame machine. Unit price

9 14 KW inverter for Main motor of short frame Lakshmi make machine. Unit price

10 45 KW inverter for Main motor of JLF make spinning ring frame machine. Unit price

11 34 KW Inverter for Main motor of G5/1 Lakshmi make spinning ring frame machine. Unit price

12 15 KW inverter for Main motor of Short frame spinning machine. Unit price

13 15 KW inverter require for Main motor of LF-1400 Speed frame machine. Unit price

14 3 KW Inverter for Modification of Ring frame G 5/1 machine Ring rail motor with servo drive. Unit price

15 50 KW Inverter for Pneumafil motor of G5/1 Lakshmi make spinning ring frame machine. Unit price

16 7.5 KW inverter for Pneumafil motor of G5/1 Lakshmi make spinning ring frame machine. Unit price

17 45 KW inverter for Main motor of Jingwei make spinning machine. Unit price

18 7.5 KW Inverter for Blower motor of Jingwei make spinning machine. Unit price

20 25 KW Inverter for Main motor of Textool make spinning machine. Unit price

77

21 7.5 KW inverter for Pneumafil motor of China make Ring frame machine Unit price

22 15 KW inverter for supply fan motor for China make ringframe. Unit price

23 11 KW inverter for supply fan motor for Autoconer machine. Unit price

24 45 KW inverter for main motor of China make Ring frame machine Unit price

25 8 KW inverter or Pneumafil motor of China make Ring frame machine Unit price

26 11 KW inverter for supply & exhaust fan motors of preparatory HM plant. Unit price

27 5.5 KW inverter for water pump motors of Autoconer dept HM plant. Unit price

28 7.5 KW inverter for water pump motors of Spg dept HM plant. Unit price

29 22.35 KW inverter for supply & exhaust fan motors of all HM plant Unit price

30 18.62 KW inverter for supply & exhaust fan motors of all HM plant Unit price

31 15 KW inverter for supply & exhaust fan motors of all HM plant Unit price

32 10 KW inverter for water pump motors of all HM plant. Unit price

33 30 KW inverter for supply & exhaust fan motors of all HM plant Unit price

34 19 KW inverter for supply & exhaust fan motors of all HM plant Unit price

35 15 KW inverter for supply & exhaust fan motors of all HM plant Unit price

36 7.5 KW inverter for supply & exhaust fan motors of all HM plant Unit price

37 50 KW inverter for supply & exhaust fan motors of all HM plant Unit price

38 35 KW inverter for supply & exhaust fan motors of all HM plant Unit price

39 17.5 KW inverter for H Plant Unit price

40 17.5 HP inverter for supply & exhaust fan motors of all HM plant Unit price

41 15 HP inverter for supply & exhaust fan motors of all HM plant Unit price

43 7.5 Hp inverters for water pump motors of all HM plant Unit price

44 75 HP inverter for Carding AWES motor. Unit price 45 30 HP inverter for Carding AWES motor. Unit price

78

46 45 KW inverter for Carding AWES motor. Unit price 47 25 Hp inverter for Carding AWES motor. Unit price 48 2.2 KW for Preparatory machine Unit price 49 3 KW for Preparatory machine Unit price 50 4 KW for Preparatory machine Unit price 51 5.5 KW for Pneumafil Application Unit price 52 7.5 KW for Pneumafil Application Unit price

53 11 KW for Speed Frame Machin-Panel Mount Type Unit price

54 11&15 KW for Speed Frame Machin-panel Mount Type Unit price

55 11 & 15 KW for Speed Frame Machin - Panel Mount Type Unit price

56 11 KW for Short Ring Fram Machin - Panel Mount Type Unit price

57 15 KW for Short Ring Fram Machin - Panel Mount Type Unit price

58 18 KW for Short Ring Fram Machin - Panel Mount Type Unit price

59 22 KW for Short Ring Fram Machin - Panel Mount Type Unit price

60 11& 15 kw for Short Ring Fram Machin - Panel Mount Type Unit price

61 18.5 KW for Short Ring Fram Machin - Panel Mount Type Unit price

62 22 KW for Short Ring Fram Machin - Panel Mount Type Unit price

63 11 & 15 KW for Short Ring Fram Machin - Wall Mount Type Unit price

64 18.5 KW for Short Ring Fram Machin - Wall Mount Type Unit price

65 22 KW for Short Ring Fram Machin - Wall Mount Type Unit price

66 30 KW for Long Ring Fame Machine - Panel Mount Type Unit price

67 37 KW for Long Ring Fame Machine - Panel Mount Type Unit price

68 45 KW for Long Ring Fame Machine - Panel Mount Type Unit price

69 55 KW for Long Ring Fame Machine - Panel Mount Type Unit price

70 30 KW for Long Ring Fame Machine - Wall Mount Type Unit price

71 37 KW for Long Ring Fame Machine - Wall Mount Type Unit price

72 45 KW for Long Ring Fame Machine - Wall Mount Type Unit price

73 55 KW for Long Ring Fame Machine - Wall Unit price

79

Mount Type

74 7.5 KW Auto Coner Machin - Panel Mount Type Unit price 75 11 KW Auto Coner Machin - Panel Mount Type Unit price 76 15 KW Auto Coner Machin - Panel Mount Type Unit price

77 5.5 KW for Humidification plant - Panel Mount Type Unit price

78 7.5 KW for Humidification plant - Panel Mount Type Unit price

79 11 & 15 KW for Humidification plant - Panel Mount Type Unit price

80 18.5 KW for Humidification plant - Panel Mount Type Unit price

81 22 KW for Humidification plant - Panel Mount Type Unit price

82 30 KW for Humidification plant - Panel Mount Type Unit price

83 37 KW for Humidification plant - Panel Mount Type Unit price

84 45 KW for Humidification plant - Panel Mount Type Unit price

85 55 KW for Humidification plant - Panel Mount Type Unit price

86 5.5 KW for Humidification plant - Wall Mount Type Unit price

87 7.5 KW for Humidification plant - Wall Mount Type Unit price

88 11 & 15 KW for Humidification plant - Wall Mount Type Unit price

89 18.5 KW for Humidification plant - Wall Mount Type Unit price

90 22 KW for Humidification plant - Wall Mount Type Unit price 91 30 KW for Humidification plant - Wall Mount Type Unit price 92 37 KW for Humidification plant - Wall Mount Type Unit price 93 45 KW for Humidification plant - Wall Mount Type Unit price 94 55 KW for Humidification plant - Wall Mount Type Unit price

95 18.5 KW for Waste Collection System - Panel Mount Type Unit price

96 22 KW for Waste Collection System - Panel Mount Type Unit price

97 30 KW for Waste Collection System - Panel Mount Type Unit price

98 37 KW for Waste Collection System - Panel Mount Type Unit price

99 45 KW for Waste Collection System - Panel Mount Type Unit price

100 55 KW for Waste Collection System - Panel Mount Type Unit price

101 75 KW for Waste Collection System - Panel Unit price

80

Mount Type

102 90 KW for Waste Collection System - Panel Mount Type Unit price

103 110 KW for Waste Collection System - Panel Mount Type Unit price

104 132 KW for Waste Collection System - Panel Mount Type Unit price

105 18.5 KW for Wall Mount - Waste Collection System Unit price

106 22 KW for Wall Mount - Waste Collection System Unit price

107 30 KW for Wall Mount - Waste Collection System Unit price

108 37 KW for Wall Mount - Waste Collection System Unit price

109 45 KW for Wall Mount - Waste Collection System Unit price

110 55 KW for Wall Mount - Waste Collection System Unit price

111 75 KW for Wall Mount - Waste Collection System Unit price

112 75 KW for Wall Mount - Waste Collection System Unit price

113 90 KW for Wall Mount - Waste Collection System Unit price

114 110 KW for Wall Mount - Waste Collection System Unit price

115 132 KW for Wall Mount - Waste Collection System Unit price

116 11 & 15 KW For compressor - Panel Mount Type Unit price 117 18.5 KW for compressor - Panel Mount Type Unit price 118 22 KW for compressor - Panel Mount Type Unit price 119 30 KW for compressor - Panel Mount Type Unit price 120 37 KW for compressor - Panel Mount Type Unit price 121 45 KW for compressor - Panel Mount Type Unit price 122 55 KW for compressor - Panel Mount Type Unit price 123 75 KW for compressor - Panel Mount Type Unit price 124 90 KW for compressor - Panel Mount Type Unit price 125 110 KW for compressor - Panel Mount Type Unit price 126 132 KW for compressor - Panel Mount Type Unit price 127 160 KW for compressor - Panel Mount Type Unit price 128 200 KW for compressor - Panel Mount Type Unit price 129 250 KW for compressor - Panel Mount Type Unit price 130 315 KW for compressor - Panel Mount Type Unit price 131 355 KW for compressor - Panel Mount Type Unit price 132 400 KW for compressor - Panel Mount Type Unit price 133 450 KW for compressor - Panel Mount Type Unit price

81

134 11 & 15 KW for Compressor - Wall Mount Type Unit price 135 18.5 KW for Compressor - Wall Mount Type Unit price 136 22 KW for Compressor - Wall Mount Type Unit price 137 30 KW for Compressor - Wall Mount Type Unit price 138 37 KW for Compressor - Wall Mount Type Unit price 139 45 KW for Compressor - Wall Mount Type Unit price 140 55 KW for Compressor - Wall Mount Type Unit price 141 75 KW for Compressor - Wall Mount Type Unit price 142 90 KW for Compressor - Wall Mount Type Unit price 143 110 KW for Compressor - Wall Mount Type Unit price 144 132 KW for Compressor - Wall Mount Type Unit price 145 160 KW for Compressor - Wall Mount Type Unit price

146 200 KW for Compressor - Wall Mount Type Unit price 147 250 KW for Compressor - Wall Mount Type Unit price 148 315 KW for Compressor - Wall Mount Type Unit price 149 355 KW for Compressor - Wall Mount Type Unit price 150 400 KW for Compressor - Wall Mount Type Unit price 151 450 KW for Compressor - Wall Mount Type Unit price

Other Terms & Conditions

GST

Freight

Insurance

82

Financial bid format for Energy Efficient Motors

Sr. NO.

Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 50 HP IE4 type(Energy efficient) 1440 RPM motor for spinning Unit price

2 17.5HPIE4 type(Energy efficient) 1440 RPM motor for shortframe machine Unit price

3 7.5HP IE3 type(Energy efficient) 1440 RPM motor for C-1/3 machine Unit price

4 46 HP IE4 type(Energy efficient) 1440 RPM motor for R/F machine Unit price

5 10 HP IE3 type(Energy efficient) 2880 RPM motor for Ring frame machine pneumafil Unit price

6 7.5 HP IE3 type(Energy efficient) 1440 RPM motor for C-1/3 machine main motor Unit price

7 3.0 HP IE3 type(Energy efficient) 2880 RPM motor for C-1/3 machine pneumafil motor. Unit price

8 5.0 HP IE3 type(Energy efficient) 1440 RPM motor for Winding machine Unit price

9 12.5 HP IE4 type(Energy efficient) motor for Ringframe machine, 1440RPM. Unit price

10 3HP IE3 type(Energy efficient) motor for Pneumafil motor for R/f machine, 2880 RPM, Unit price

11 2 HP IE3 type(Energy efficient) motor for Pneumafil motor for R/f machine,2880 RPM Unit price

12 5 HP IE3 type(Energy efficient) motor for Cone Winding Machine, 1440 RPM Unit price

13 5.5 HP IE3 type(Energy efficient) motor for pneumafil motor for R/f machine, 2880 RPM Unit price

14 60 HP IE4 type(Energy efficient) motor 1440 RPM for Main motors of R/f Machine Unit price

15 46 HP IE4 type(Energy efficient) motor1440 RPM for Ring frame G5/1 Lakshmi make machine. Unit price

16 12.5 HP IE4 type(Energy efficient) motor for Speed frame LF-1400 Lakshmi make machine 1440 RPM. Unit price

17 28 HP IE4 type(Energy efficient) motor for Textool make spinning machine Unit price

18 60 HP IE4 type(Energy efficient) motor1440 RPM for Jingwei make spinning machine Unit price

20 5HP IE3 type(Energy efficient) motor for manual winding machine. Unit price

21 15HP IE4 type(Energy efficient) motor 1440 RPM for Autoconer machine. Unit price

83

22 2.5 HP IE3 type(Energy efficient) motor for short frame, carding and manual winding machines2880 RPM. Unit price

23 22 HP IE4 type(Energy efficient) motor 1440 RPM for Short frame & preparatory plant. Unit price

24 15.0 HP IE4 type(Energy efficient) motor for Supply fan, Exhaust fan & Pump motors of all HM plants. Unit price

25 10 HP IE4 type(Energy efficient) motor for Supply fan, Exhaust fan & Pump motors of all HM plants. Unit price

26 7.5 HP IE3 type(Energy efficient) motor for Supply fan, Exhaust fan & Pump motors of all HM plants Unit price

27 15HP IE4 type(Energy efficient) motor1440 RPM for Supply fan, Exhaust fan & Pump motors of all HM plants Unit price

28 30 HP IE4 type(Energy efficient) motor 1440 RPM for Supply fan, Exhaust fan & Pump motors of all HM plants Unit price

29 40 HP mIE4 type(Energy efficient) motor 1440 RPM for Supply fan, Exhaust fan & Pump motors of all HM plants Unit price

30 25 HP IE4 type(Energy efficient) motor 1440 RPM for Supply fan, Exhaust fan & Pump motors of all HM plants Unit price

31 10 HP motor IE4 type(Energy efficient) motor 1440 RPM for Supply fan, Exhaust fan & Pump motors of all HM plants Unit price

32 7.5 HP IE3 type(Energy efficient) motor for Supply fan, Exhaust fan & Pump motors of all HM plants Unit price

33 25 HP motor IE4 type(Energy efficient) motor for Supply fan, Exhaust fan & Pump motors of all HM plants Unit price

34 10 HP IE4 type(Energy efficient) motor for Supply fan, Exhaust fan motors of Spg & Wdg HM plants. Unit price

35 30 HP IE4 type(Energy efficient) motor 1440 RPM for Supply fan, Exhaust fan motors of Spg & Wdg HM plants. Unit price

36 25 HP IE4 type(Energy efficient) 1440 RPM motor for Supply fan, Exhaust fan motors of Spg & Wdg HM plants. Unit price

37 50 HP IE4 type(Energy efficient) motor1440 RPM for Supply fan, Exhaust fan motors of Spg & Wdg HM plants. Unit price

38 15 HPIE4 type(Energy efficient) motor for Water pump motor of Spg & Wdg HM plants. Unit price

39 16 HP IE4 type(Energy efficient) motor for Supply fan, Exhaust fan motors of Spg & Wdg HM plants. Unit price

40 10.5 HP IE4 type(Energy efficient) motor for Supply fan, Exhaust fan motors of Spg & Wdg HM plants. Unit price

41 30 HP IE4 type(Energy efficient) motor for Supply fan, Exhaust fan & Pump motors of all HM plants., 1440 RPM Unit price

43 12.5 HP IE4 type(Energy efficient) motor for Supply fan, Exhaust fan & Pump motors of all HM plants., 2880 RPM Unit price

44 15 HP IE4 type(Energy efficient) motor for Supply fan, Exhaust fan & Pump motors of all HM plants., 2880 RPM Unit price

84

45 17.5 HP IE4 type(Energy efficient) motor for Supply fan, Exhaust fan & Pump motors of all HM plants.,1440 rpm motors Unit price

46 15 HP IE4 type(Energy efficient) motor for Supply fan, Exhaust fan & Pump motors of all HM plants.1440 rpm motors Unit price

47 7.5 HP IE3 type(Energy efficient) motor for Supply fan, Exhaust fan & Pump motors of all HM plants. 1440 rpm motors Unit price

48 75 HP IE4 type(Energy efficient) motor1440 RPM for AWES motor of Carding department. Unit price

49 25 HP IE4 type(Energy efficient) motor1440 RPM for AWES motor of Carding department. Unit price

50 1.5 HP IE3 type(Energy efficient) motor for Blowroom Line,960 RPM Unit price

51 7.5 HP IE3 type(Energy efficient) motor for Blowroom Line, 2880 RPM Unit price

52 5.33 HP IE3 type(Energy efficient) motor for Blowroom Line, 960 RPM Unit price

53 0.4 HP IE3 type(Energy efficient) motor for Blowroom Line, 3000 RPM Unit price

54 5 HP IE3 type(Energy efficient) motor for Blowroom Line, 1440 RPM Unit price

55 8.67 HP IE3 type(Energy efficient) motor for Blowroom Line, 3100 RPM Unit price

56 0.75 HP IE3 type(Energy efficient) motor for Carding, 2900 RPM Unit price

57 3 HP IE3 type(Energy efficient) motor for Carding, 2830 RPM Unit price

58 0.75 HP IE3 type(Energy efficient) motor for Carding, 1400 RPM Unit price

59 0.22 HP IE3 type(Energy efficient) motor for Carding, 2880 rpm Unit price

60 0.25 HP IE3 type(Energy efficient) motor for Carding, 1440 RPM Unit price

61 0.27 HP IE3 type(Energy efficient) motor for Carding, 1440 RPM Unit price

62 3 HP IE3 type(Energy efficient) motor for LD-2, 2880 RPM Unit price

63 20 HP IE4 type(Energy efficient) motor for Speedframe, 1450 RPM Unit price

64 6 HP IE3 type(Energy efficient) motor for Speedframe, 2850 RPM Unit price

65 3 HP IE3 type(Energy efficient) motor for Speedframe, 725 RPM Unit price

66 75 HP IE4 type(Energy efficient) motor for R/f, 1480 RPM Unit price 67 7 HP IE3 type(Energy efficient) motor for R/f, 2880 RPM Unit price 68 5 HP IE3 type(Energy efficient) motor for R/f, 2880 RPM Unit price 69 3 HP IE3 type(Energy efficient) motor for R/f, 4700 RPM Unit price

85

70 0.05 HP IE3 type(Energy efficient) motor for R/f, 1440 RPM Unit price

71 3 HP IE3 type(Energy efficient) motor for R/f, 2800 RPM Unit price 72 0.2 HP IE3 type(Energy efficient) motor for R/f, 1350 RPM Unit price

73 20 HP IE4 type(Energy efficient) motor for Autoconer, 2895RPM Unit price

74 0.5 HP IE3 type(Energy efficient) motor for Autoconer, 1370 RPM Unit price

75 0.2 HP IE3 type(Energy efficient) motor for Autoconer, 2906 RPM Unit price

76 0.25 HP IE3 type(Energy efficient) motor for Autoconer, 1455 RPM Unit price

77 0.2 HP IE3 type(Energy efficient) motor for Autoconer, 1455 RPM Unit price

78 2.2 HP IE3 type(Energy efficient) motor for Autoconer, 2800 RPM Unit price

79 0.15 HP IE3 type(Energy efficient) motor for Autoconer, 1350 RPM Unit price

80 100 HP IE4 type(Energy efficient) motor for H-Plant, 1485 RPM Unit price

81 15 HP IE4 type(Energy efficient) motor for H-Plant, 2920 RPM Unit price

82 0.5 HP IE3 type(Energy efficient) motor for H-Plant, 1395 RPM Unit price

83 0.3 HP IE3 type(Energy efficient) motor for H-Plant, 1350 RPM Unit price

84 1.5 HP IE3 type(Energy efficient) motor for H-Plant, 1395 RPM Unit price

85 10 HP IE4 type(Energy efficient) motor for H-Plant, 2910 RPM Unit price

86 20 HP IE4 type(Energy efficient) motor for H-Plant, 1440 RPM Unit price

87 15 HP IE4 type(Energy efficient) motor for H-Plant, 2880 RPM Unit price

88 10 HP IE4 type(Energy efficient) motor for H-Plant, 1450 RPM Unit price

89 50 HP IE4 type(Energy efficient) motor for H-Plant, 990 RPM Unit price

90 40 HP IE4 type(Energy efficient) motor for H-Plant, 2950 RPM Unit price

91 5 HP IE4 type(Energy efficient) motor for H-Plant, 2900 RPM Unit price

92 30 HP IE4 type(Energy efficient) motor for H-Plant, 1465 RPM Unit price

93 25 HP IE4 type(Energy efficient) motor for H-Plant, 1465 RPM Unit price

94 40 HP IE4 type(Energy efficient) motor for H-Plant, 978 RPM Unit price

95 30 HP IE4 type(Energy efficient) motor for H-Plant, 2945 Unit price

86

RPM

96 30 HP IE4 type(Energy efficient) motor for H-Plant, 978 RPM Unit price

97 25 HP IE4 type(Energy efficient) motor for H-Plant, 975 RPM Unit price

98 25 HP IE4 type(Energy efficient) motor for H-Plant, 975 RPM Unit price

99 25 HP IE4 type(Energy efficient) motor for H-Plant, 2900 RPM Unit price

100 30 HP IE4 type(Energy efficient) motor for H-Plant, 1465 RPM Unit price

101 20 HP IE4 type(Energy efficient) motor for H-Plant, 1465 RPM Unit price

102 20 HP IE4 type(Energy efficient) motor for H-Plant, 2930 RPM Unit price

103 3 Phase squirrel cage induction motorType : H x 160 MLA2, 11 kw 3 phase, For Auto Coner machine Unit price

104 3 Phase AC induction motor. Frame 160 M 15 kw 2930 RPM 415 V + 10% Duty S1, 50 Hz for Auto Coner machine Unit price

105 3 Phase induction motor Type : 1 PD 2084 415 V + 10%,11 KW 1450 RPM 50 Hz Duty S1, For DJ/5 Ring frame machines Unit price

106 3 Phase induction motor Frame KHR 160 L,15 KW 1450 RPM 415 V + 10%, 50 Hz Duty S1 For DJ/5 Ring frame machines Unit price

107 3 Phase AC Induction motor Frame 225 S, 37 KW 1480 RPM 415 V + 10%, 50 Hz, Duty S1 For China Ring frame machines Unit price

108 3 Phase induction motor frame 112 M 5.5 KW 2915 RPM 415 V + 10%, 50 Hz, Duty S1, For G5/1 Ring frame machines Unit price

109 3 Phase DC motor with gear model TRU-1 GP 0.158 KW 30 RPM for DK 800 Carding machine Unit price

110 3 Phase DC Motor model TRU – 112 Unit price 111 3.5 KW 2600 RPM 180 Volt for DK 800 carding machine Unit price 112 3 Phase DC motor Model 2BB025, 2000 RPM Unit price 113 0.170 KW, 180 Volt for DK 800 Carding machine Unit price

114 50 HP IE4 type(Energy efficient) motor for Spg / Autoconer HM plant Exhaust motor. Unit price

115 15 HP IE4 type(Energy efficient) motor for Spg / Autoconer HM plant Pump motor. Unit price

116 75 HP IE4 type(Energy efficient) motor for Carding AWES Main centrifugal fan motor. Unit price

87

Other Terms & Conditions

GST

Freight

Insurance

88

Financial bid format for Harmonic Control System

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 175 KVAR PZP – hy PFC3, 320 ALR Unit price

2 200 KVAR PZP – hy PFC3, 320 ALR Unit price

3

250 KVAR PZP – hy PFC3, 175 ALR,

320 ALR Unit price

Other Terms & Conditions

GST

Freight

Insurance

89

Financial bid format for Filter

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 100 Amps, 415 V Unit price

2 125 Amps, 415 V Unit price

3 150 Amps, 415V Unit price

4 300 Amps active harmonic & 300KVAr detuned filter Unit price

Other Terms & Conditions

GST

Freight

Insurance

90

Financial bid format for AC Capacitor

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1

AC capacitor for power factor correction Unit price

Other Terms & Conditions

GST

Freight

Insurance

91

Financial bid format for Reactor

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 25KVAR/415V/50Hz/7% Unit price

2 50KVAR/415V/50Hz/7% Unit price

3 100 KVAR/415V/50Hz/7% Unit price

Other Terms & Conditions

GST

Freight

Insurance

92

Financial bid format for Drafting conversion

Sr. NO.

Discription Unit DISCOUNTED

BASIC PRICE (Rs.)

1 Pneumatic to spring loaded drafting conversion for existing LMW make speed frame, Model - LF1400/1400A, No.of spindles – 120

Unit price

2 Pneumatic to spring loaded drafting conversion for existing Chinese make ( CTMTC/Wishark) speed frame, Model - JWF 1416/FA473, No.of spindles – 120

Unit price

3 Pneumatic to spring loaded drafting conversion for existing Chinese make ( CTMTC/Wishark) speed frame, Model - JWF 1416/FA473, No.of spindles – 132

Unit price

4 Pneumatic to spring loaded drafting conversion for existing LMW make ringframe with Suessen compact attachments, Model - LR60/AX, No.of spindles – 1200

Unit price

5 Pneumatic to spring loaded drafting conversion for existing Chinese make (Jingwei/Erfanji) ringframe frame, Model - FA 1520/EJM 138 L, No.of spindles – 816

Unit price

6 Pneumatic to spring loaded drafting conversion for existing Chinese make (Jingwei/Erfanji) ringframe frame, Model - FA 1520/EJM 138 L, No.of spindles – 840

Unit price

7 Pneumatic to spring loaded drafting conversion for existing Chinese make (Jingwei/Erfanji) ringframe frame, Model - FA 1520/EJM 138 L, No.of spindles – 864

Unit price

8 Pneumatic to spring loaded drafting conversion for existing Chinese make (Jingwei/Erfanji) ringframe frame, Model - FA 1520/EJM 138 L, No.of spindles – 912

Unit price

9 Pneumatic to spring loaded drafting conversion for existing Chinese make (Jingwei/Erfanji) ringframe frame, Model - FA 1520/EJM 138 L, No.of spindles – 960

Unit price

10 Pneumatic to spring loaded drafting conversion for existing Chinese make (Jingwei/Erfanji) ringframe frame, Model - FA 1520/EJM 138 L, No.of spindles – 984

Unit price

11 Pneumatic to spring loaded drafting conversion for existing Chinese make (Jingwei/Erfanji) ringframe frame, Model - FA 1520/EJM 138 L, No.of spindles – 1008

Unit price

93

Other Terms & Conditions

GST

Freight

Insurance

Installation & commissioning charge

94

Financial bid format for Short Stretch retrofit

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 Short Stretch Retrofit on LMW make ringframe, Model - LR6/S, in SRV mills, No. of spindles – 1008 Unit price

2 Short Stretch Retrofit on LMW make ringframe, Model - LR60/AX, in NMM, Finlay, Rajnagar mills, No. of spindles – 1200 Unit price

Other Terms & Conditions

GST

Freight

Insurance

Installation & commissioning charge

95

Financial bid format for Shaft to CDS conversion

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 Shaft to CDS conversion on LMW make ringframe, Model - LR6/S, in SRV mills, No. of spindles – 1008 Unit price

2 Shaft to CDS conversion on LMW make ringframe, Model - LR60/AX, in NMM mills, No. of spindles – 1200 Unit price

3 Shaft to CDS conversion on LMW make ringframe, Model - LR60/AX, in Finlay mills, No. of spindles – 1200 Unit price

Other Terms & Conditions

GST

Freight

Insurance

Installation & commissioning charge

96

Financial bid format for Semi Auto Doffer

Sr. NO. Discription

Unit

DISCOUNTED BASIC PRICE (Rs.)

1 Semi Auto Doffer suitable Chinese & LMW make normal ringframes Unit price

Other Terms & Conditions

GST

Freight

Insurance

Installation & commissioning charge