You are on page 1of 26

THE WEST BENGAL STATE HANDLOOM WEAVERS` CO-OPERATIVE SOCIETY LTD.

(TANTUJA)

TENDER DOCUMENTS

FOR

DYEING & PROCESSING OF P/V SUITING FABRIC

Address for communication:

Office of The West Bengal State Handloom Weavers’ Co-Operative Society Ltd.
Tantuja Bhavan, No. 18/4, Block - DD, Sector - I,
Salt Lake City Kolkata – 700 064.
Email ID: tantujasarees@gmail.com

1
NOTICE INVITING e-TENDER

e-N.I.T. No.: WBTANTUJA/BNA/MD/17(e)/2022-23

Memo No.: 1162/5340/2022-23 Date: 22.02.2022

The West Bengal State Handloom Weavers` Co-Operative Society Ltd. (Tantuja) invites e-tenders in two parts
(Technical Bid & Financial Bid) from experienced Textile Processing Units with Effluent Treatment Plant for
Dyeing & Processing of 80 Lakh (approximately) meters of Polyester-Viscose Suiting Fabrics within 90 days from
placement of work order. Dyeing & Processing SOP & desired specification are as per attachment at Annexure-A.

Schedule of important dates in the e-Tender:

Sl. No. Activity Date & Time

1. Date of uploading of NIT Documents online (Publishing Date) 23.02.2023 at 10:00 AM

2. Documents download/sell start date (Online) 23.02.2023 from 10:00 AM

3. Pre-bid Meeting (Online through Zoom Meet) 28.02.2023 at 01:00 PM


Meeting ID: 812 3490 6729
4. Join Zoom Meeting for Pre-bid (Online)
Passcode: 589604
5. Bid submission start date & time (Online) 23.02.2023 from 10:00 AM

6. Submission of sample end date & time 15.03.2023 up to 04:00 PM

7. Documents download end date & time (Online) 15.03.2023 up to 04:00 PM

8. Bid submission end date & time (Online) 15.03.2023 up to 04:00 PM

9. Technical bid opening date & time (Online) 15.03.2023 at 05:00 PM

Will be notified once technical bid


10. Financial bid opening date & time (Online)
evaluation is completed.
Office of the Managing Director,
Tantuja, 1st Floor, Tantuja Bhavan,
11. Venue of opening of tenders & address for communication Block-DD, No. 18/4, Sector-I, Salt
Lake City, Bidhannagar, Kolkata -
700 064.

2
NOTICE INVITING e-TENDER

e-N.I.T. No.: WBTANTUJA/BNA/MD/17(e)/2022-23

1. The Managing Director, Tantuja hereby invites online bids in two cover system (Technical and Financial Bid)
for Dyeing & Processing of 80 Lakh (approximately) meters of Polyester-Viscose Suiting Fabrics within 90
days from placement of work order. Dyeing & Processing SOP & desired specification are as per attachment at
Annexure-A.
2. The complete tender will comprise of the Technical Bid and the Financial Bid. Any bidder who intends to
participate shall submit Technical & Financial Bid through „e- tendering‟ in the e-procurement portal
(https://wbtenders.gov.in/nicgep/app).
3. Bidders are advised to note the pre-qualification criteria specified in the NIT to qualify for award of the contract.
4. Tender documents may be downloaded from https://wbtenders.gov.in/nicgep/app. The bidders will be
required to register themselves with „https://wbtenders.gov.in‟ to participate in the bidding process and also get
necessary digital signature certificates.
5. The bids are invited in three separate packages being Package Nos. 1/3, 2/3 & 3/3 respectively, for which a
single tender is being floated. The complete tender will comprise of the Technical Bid and the Financial Bid.
Any bidder bidding in one or more packages shall submit Technical Bid and Financial Bid in respect of each
package separately.
6. For each package, a price preference of 15% to State based textile manufacturing MSE [Micro and Small
Enterprises] in conformity with Finance Department Notification No. 6142-F(y) dated 10.10.2017, will be
provided.
7. The Price preference clause implies that if an MSE unit has quoted upto 15% higher than the L1 rate, then that
MSE unit can be considered preferentially for placements of orders provided he agrees to supply at the L1 rate
discovered in this tender process.
8. PROMOTIONAL ORDER
i. The micro and small textile processing units of West Bengal having proper set up of dyeing and
processing specified fabric shall be awarded 5% of each package quantity put in tender as
PROMOTIONAL ORDER. No turnover credential and/or supply credential shall be mandatory for such
units.
ii. Such units desirous of obtaining promotional orders must compulsorily submit online application after the
Final L1 rate is finalized. The methodology of submitting online application shall be intimated through
appropriate advertisement once the Final L1 rate is discovered.
iii. The Departmental Tender Committee shall have the absolute right to award such promotional orders to
such willing units only if they agree to supply at Final L1 rate discovered in tender. The willing units shall
have to submit an affidavit in this regard (once the Final L1 rate is finalized) stating that they agree to
dyeing & processing of PV Suiting Fabrics as per approved specification at Final L1 rate.
iv. A MSE textile manufacturing unit of State which avails of the promotional order, reservation will not be
eligible for getting any reservation under price preference policy as stated in point no. 5 of page 3, and
vice versa.
v. In the event of inability of eligible units to supply full quota of promotional order, the remaining quantity
would be offered to Final L1 bidder, and in case of his inability, to next bidder who quoted just above the
Final L1 bid irrespective of package, and so on and so forth until full supply under promotional quota is
exhausted, provided they all agree to supply at Final L1 rate. The decision of the competent authority shall
be final and binding.

3
9. List of Packages: Item, Quantity, EMD, Minimum Annual Turnover and Per Day Supply Capacity
Minimum
Average
Annual Minimum Per
Quantity(in Turnover for Day Supply
EMD amount
Sl. No. Item Package lakh meters) last 3 Capacity (in
(in Rs. Lakh)
financial Lakh Meters)
years (inRs.
Lakh)
1 30.00 20.00 400.00 0.34
Dyeing & Processing
1. 2 30.00 20.00 400.00 0.34
of P/V Suiting Fabric
3 20.00 13.00 300.00 0.34

Financial bid of all packages would be opened simultaneously. Final L1 rate of the entire work of dyeing
and processing of 80 lakh meters fabric would be least L1 rate discovered through opening of all the 3
packages. Work Order for supply to L1 bidder for each package would be based on final L1 rate (i.e. least
of L1 rates discovered in Financial Bids of 3 individual Packages.)
For MSE textile processing unit of State, minimum annual turnover criteria will be as per revised definition of
MSME by Govt. of India, dated 13th May 2020. Therefore, textile processing MSE units of the state
participating in the tender should fulfill following investment and annual turnover criteria, satisfactory evidence
of which should be provided in the technical bid by appropriate documents, duly audited and certified by
Chartered Accountant:

Classification Micro Small


Investment in Plant and Investment in Plant and
Textile Manufacturing Machinery or Equipment: Machinery or Equipment:
Enterprises in the state of West Not more than Rs.1 crore and Not more than Rs.10 crore and
Bengal Annual Turnover ; not more than Annual Turnover ; not more than
Rs. 5 crore Rs. 50 crore
10. The Earnest Money Deposit (EMD): The bidder will have to select the particular tender and arrange
payment of the required EMD for each package as per Memo No. 3975-F(Y) dated: 28.07.2016
by selecting from either of the following payment modes:
i. Net banking (any of the banks listed in the ICICI Bank Payment Gateway) in case of payment
through ICICI Bank Payment Gateway. On selection of net banking as the payment mode, the
bidder will be redirected to the webpage of ICICI Bank Payment Gateway (along with a string
containing a Unique ID) from which the Bank through which the transaction is intended will have
to be selected. The bidder will then receive a confirmation message confirming success of the
transaction. If the transaction is successful, the amount paid by the bidder will get credited in the
respective pooling account of the State Government maintained at the R N Mukherjee Road Branch of
ICICI Bank at Kolkata towards collection of EMD. If the transaction fails, the bidder will have to
try for payment again by going back to the first step.
ii. RTGS/NEFT- In case of offline payment through bank account in any bank: On selection of
RTGS/NEFT as the payment mode, the e- procurement portal will show a pre-filled Challan and
the details required to process RTGS/NEFT transaction. The bidder will have to print the Challan
and use the pre-filled information to make RTGS/NEFT payment using his Bank account. Once
payment is made, the bidder will have to come back to the e-procurement portal after expiry of a
reasonable time (T+2 days) to enable the NEFT/RTGS process to complete, in order to confirm
the payment and continue the bidding process. If the transaction is successful, the amount paid by
the bidder will get credited in the R N Mukherjee Road Branch of ICICI Bank at Kolkata towards
collection of EMD. If the payment verification is unsuccessful, the amount will be returned to the
bidder‟s account. The bidder will have to try again for payment by going back to the first step.

4
iii. For RTGS/NEFT, the bidders are requested to process the uploading of the bid document well in
advance, and sufficiently prior to closing of the bid of the particular group to avoid the risk of
transaction failure.
iv. Refund of EMD: After declaration of Award of Contract (AOC) through the e-procurement portal,
the EMD will be automatically refunded to the unsuccessful bidder (s) in the same route to the
account from where the transaction was processed within a reasonable time.
v. Forfeiture of EMD: If any bidder fails to dye & process the P/V Suiting fabric to Tantuja at
quoted/accepted rate at quantity claimed/accepted or violates any other condition of the contract,
their EMD may be forfeited
vi. Exemption of EMD: MSE textile processing unit of State participating in the tender will be
exempted from payment of any EMD. The bidder will be required to fulfill all of the
eligibility criteria in respect of financial capacity as per the Turnover criteria prescribed for
SSI/ MSME units under the Micro, Small and Medium Enterprises Development Act, 2006
read with Gazette Notification No. 1532 dated 1st June, 2020 of the concerned Ministry of
Govt. of India and Technical Capability comprising of production capacity and
Experience/Credentials as detailed in this e-NIT. Bidders in this category shall have to
submit both Technical and Financial Bid. In the technical evaluation stage, if any bidder
under the MSE category is found to have falsified the documents supportive of its eligibility
as an MSE unit, its bid will be summarily rejected, without opening Financial Bid.
11. The Selected Bidder in respect of each package shall have to dye & process of entire quantity of a package at
such locations, manner and as per specifications within 90 days from the date of issuance of the Work Order
by Tantuja. Bidder will have to quote for the entire package. No proposal for part supply against any
package shall be entertained.
12. A bidder is allowed to participate in a maximum of 2 (two) packages out of the 3 (three).
Intending bidders may download the Bidding Documents from the website https://wbtenders.gov.in and
appropriate Earnest Money Deposit (EMD of an amount as mentioned in Sl. 9, page 4 of this e-NIT by intending
bidders electronically online. If a bidder likes to bid for more than 1 package, it shall accordingly pay the
EMD for each package, as may be applicable.

13. Eligibility criteria for participation:


(i) The bidders shall have to meet the minimum eligibility criteria in respect of all of the following:
(a) Financial Capacity
(b) Technical Capability in terms of production capacity
(c) Experience and Credentials
(ii) The eligibility of a bidder will be ascertained on the basis of the digitally signed documents in support of the
eligibility criteria as mentioned in (a), (b) and (c) above. If any document submitted by a bidder is found at
any stage to be fabricated or false or untrue in any material respect, the bid of the bidder will be rejected
outright without any prejudice to any right of the Tantuja including forfeiture of the EMD.
(iii) Financial Capacity requirement:
A bidder shall have average annual turnover as mentioned in Point 9 (Page No. 4) for each package
during the last 3 (three) financial years (i.e. 2019 – 20, 2020-21 and 2021-22)
(iv) Technical Capacity requirements are as follows:
(a) Textile Processing Unit whose primary activity is dyeing & processing textile fabrics
(b) The MSE textile dyeing & processing unit of State who is applying under Price Preference in consonance with
Finance Department Notification No. 6142-F(y) dated 10.10.2017 must have UDYAM Registration. For other
bidders, UDYAM Registration will not be mandatory if SIA or similar certification is provided.
(c) The bidder must have Copy of License / IEM / SSI certificate / UDYAM Registration revealing the
processing activities of the respective processing units
(d) A bidder must produce satisfactory evidence in connection with the following:
(i) Quantity of dyeing & processing of textile fabric during each of the last 3 (three) financial years (i.e. 2019– 20,
2020-21, 2021-22). This should not be mere self-declaration
5
(ii) Technical experts of the tender evaluation committee may physically visit bidders’ plant and machinery
at the time of technical evaluation stage, to assess stated capacity of bidders
(iii) The bidder should have executed similar nature of work during past 3 (Three) years for the package for which
he is bidding.
(iv) The bidder should have positive net worth in each of the last 3 (three) audited financial years ending March 2022.
(v) For a bidder participating and qualifying in more than 1 package, daily capacity and average turnover in last
three years should be cumulative
14. Quoted Financial rates for individual packages shall include all taxes, loading, unloading, transportation
cost of collecting unprocessed fabric from Tantuja’s various godowns and transportation cost of
processed fabric to these locations, insurance etc up to designated site of receiving greige fabric and
delivery of finished fabric, excluding applicable GST ( Quoted Rate must exclude GST) .
15. Financial Bids for each package must be submitted separately if bidders intend to participate in more than one
package.
16. Bids are to remain valid for a period not less than 180 days
17. The bidder must have valid IEM / SIA certificate / UDYAM Registration revealing the dyeing and processing
activities of the respective units in one location, under same GST & PAN.
18. Submitted copy of GSTR3B should reflect the dyeing & finishing of textile fabric to the tune of value as
mentioned in thise-tender for each package.
19. Dyeing & Processing of P/V Suiting Fabric should be completed within 90 days from issuing work order.
20. For proof of Dyeing & Processing textile fabric , copy of work order, completion certificate. E-Way bill &
payment certificate should be furnished. Mere self-declaration will lead to disqualification at the technical
evaluation stage. For E-Way bill, summary submission will suffice. Material will have to be dyed & Processed
following the SOP at Annexure-A .
21. The bidder should not have been blacklisted by any State Government /Central Government / or any State /
Central PSU / Autonomous bodies.
22. The bidder should submit valid documentary proof of GST registration number and the details of income tax
registration.
23. The bidder should submit IT returns details of last 3 (three) financial years (i.e., 2019–20, 2020–21 and
2021-22).
24. Amendment of Tender Documents:
At any time prior to the last date for submission of tenders, the Tender Inviting Authority[TANTUJA] may, for
any reason, whether at its own initiative or otherwise, modify the tender documents and notify the
addendum on e-procurement portal. No individual communication will be made in this regard by the
purchaser.
25. Tender Inviting Authority‘s right to vary quantities at time of Award:
The Tender Inviting Authority reserves the right at the time of contract award to increase or decrease by up to
25 percent of the quantity of fabric in each package originally specified in the Schedule of Requirements
without any change in unit price or other terms and conditions.
26. Performance Security
Within 07 days of the receipt of notification of award from the Tender Inviting Authority, the successful bidder
shall furnish the Performance Security @3% of the basic value of the work order (i.e excluding GST) in the
form of Bank Guarantee in accordance with general terms of the contract, in the Performance Security Form
provided in the tender documents or in another form acceptable to the Tender Inviting Authority..
27. Part payment may be made, subject to satisfactory acceptance of respective goods as per Test Report of Third-
Party Checking Agency, within 45 days‟ of delivery.
28. No Sub-contracting shall be allowed.
29. Taxes
The Dyer & Processor shall be entirely responsible for all taxes (except applicable GST), license fees, road
permits, etc.,incurred during receiving of greige fabrics and delivery of finished fabric.
30. Delivery Schedule:
Total 90 days to complete dyeing & processing of P/V Suiting Fabric from the date of issue of work order. First
30 days: 40%,Next 30 days: 30%, Last 30 days: 30%

6
31. List of Greiege Fabric Receiving and Finished Fabric Delivery Points:
Sl. No. District
1. Sukhchar, Dist.: North 24 Parganas
2. PRG, Purbasthali, Dist.: Purba Bardhaman
3. Procurement Centre, Santipur, Dist.: Nadia

32. Third Party checking of materials will be conducted at finished fabric receiving points as specified in the tender.
If a lot fails to pass the testing, it has to be replaced by the Dyer/Processor at his own cost. Value of the greige
fabric, if damaged/unacceptably dyed and processed, will be deducted from the performance security/due bill
amount.
33. Conditional bidding, i.e. imposing/including any condition for undertaking the job on bidders‟ part, in any
form, will lead to rejection.

7
Additional Instructions to Bidders
The Bidder is expected to examine all instructions, forms, terms and specifications in the tender
documents. Failure to furnish all information required in this tender document or a tender not
substantially responsive to this tender document will be categorically rejected.
1. Clarification of Tender documents:
A prospective bidder requiring any clarification of the tender documents may notify the Tender Inviting Authority in
writing at the Tender Inviting Authority‟s mailing address indicated in the invitation for tenders.
The Tender Inviting Authority shall respond in writing and upload the clarifications on the e-procurement
portal for all the queries received before the time of queries as mentioned in data sheet.

2. Amendment of Tender Documents:


At any time prior to the last date for submission of tenders, the Tender Inviting Authority may, for any reason,
whether at its own initiative or otherwise, modify the tender documents and notify the addendum on e-
procurement portal. No individual communication will be made in this regard by the Tender Inviting Authority
.In order to allow prospective bidders reasonable time in which to take the addendum into account in preparing
their tenders, the Tender Inviting Authority, at its discretion, may extend the last date for the submission of
tenders and issue corrigendum on e-procurement portal.

Amendments will be provided in the form of Addenda to the Bidding Documents, which will be uploaded on the
e-procurement portal. Addenda will be binding on the bidders. It will be assumed that the amendments
contained in such Addenda will have been taken into account by the bidder in its bid. It will be the bidder‟s
responsibility to check the e-procurement portal for any amendment/addenda on the bidding documents, before
submitting the bid. All amendments and addenda will be treated as part of Tender Document.

PREPARATION OF TENDERS

3. Language of Tender:
The tender prepared by the bidder, as well as all correspondence and documents relating to the tender exchanged
by the Bidder and the Tender Inviting Authority, shall be written in English.

4. Tender Form:
The bidder shall complete the tender form and the price schedule, furnished in the tender documents,
indicating the service to be delivered.

5. Tender Prices:

The bidder shall indicate the price/meter of Dyeing & Processing the P/V Suiting Fabrics and total tender price
of entire quantity on the price schedule that shall be inclusive of transportation of the goods, warranty
requirements and quality charges.
Prices quoted by the Bidder shall be fixed during the bidder‟s performance of the contract and not subject to
variation on any account. A tender submitted with an adjustable price quotation will be treated as non-
responsive and rejected
6. Tender Currency: Prices shall be quoted in Indian Rupees (INR) only.
7. Period of Validity of Tenders: Tenders shall remain valid for 180 days after the deadline for submission of
tenders prescribed by the Tender Inviting Authority.

8. Format and Signing of Tender: Eligible bidder shall upload all the documents required for this bid, in e-
procurement portal and submit and sign using digital key.

9. SUBMISSION OF TENDERS
Submission of Tenders: All bidders should submit their tenders through e-procurement portal only. Telex,
Cable or facsimile tenders will be rejected.
Deadline for Submission of Tenders: Tenders must be uploaded and signed not later than the time and date
specified in the Data Sheet. In the event of the specified date for the submission of Tenders being declared a
holiday, there will be no change in the date and time.

8
The Tender Inviting Authority may, at its discretion, extend this deadline for submission of tenders by amending
the tender documents, in which case all rights and obligations of the Tender Inviting Authority and bidders
previously subject to the deadline will thereafter be subject to the last date as extended.
Modification and withdrawal of Tenders: The Bidder may modify or withdraw its tender after the tender
submission, for any number of times before the last date for the submission of bids with no extra cost on the e-
procurement portal.
No tender may be modified subsequent to the last date for submission of tenders.
No tender is allowed for withdrawal in the interval between the last date for submission of tenders and the
expiration of the period of tender validity specified by the Bidder on the Tender Form. If such withdrawal is
inevitable, withdrawal of a tender during this interval may result in the Bidder's forfeiture of its earnest money
deposit

10. TENDER OPENING AND EVALUATION OF TENDERS


Opening of Tenders by the Tender Inviting Authority: The Tender Inviting Authority will open all technical
bids submitted through e- procurement portal in the presence of Bidder‟s representatives who choose to attend,
on the date and time specified in the Data Sheet at the Office of The West Bengal State Handloom Weavers‟ Co-
Operative Society Ltd. Tantuja Bhavan, No. 18/4, Block - DD, Sector - 1, Salt Lake City Kolkata – 700 064.
The Bidder‟s representatives who are present shall sign a register evidencing their attendance. In the event of the
specified date of Tender opening being declared a holiday for the Tender Inviting Authority, the tenders shall be
opened at the appointed time and location on the next working day.
The Bidder‟s names, tender modifications or withdrawals, and the presence or absence of requisite tender
security and such other details as the Tender Inviting Authority, at its discretion, may consider appropriate, will
be announced atthe opening.

11. Preliminary Examination


The Tender Inviting Authority [Tantuja] will examine the tenders to determine whether they are complete,
whether any computational errors have been made, whether required sureties have been furnished, whether the
documents have been properly signed and uploaded, and whether the tenders are generally in order.
Prior to the detailed evaluation, the Tender Inviting Authority [Tantuja] will determine the substantial
responsiveness of each tender to the tender documents. For purposes of these, a substantially responsive tender is
one which conforms to all the terms and conditions of the tender documents without material deviations.
Deviations from or objections or reservations to critical provisions such as those concerning Performance
Security, Warranty, Force Majeure, Limitation of Liability, Applicable Law and Taxes & Duties will be deemed
to be a material deviation. The Purchaser's determination of a tender's responsiveness is to be based on the
contents of the tender itself without recourse to extrinsic evidence.
If a tender is not substantially responsive, it will be rejected by the Tender Inviting Authority [Tantuja] and may
not subsequently be made responsive by the Bidder by correction of the non-conformity.

12. Evaluation and Comparison of Tenders


Tender Committee will evaluate and compare the tenders which have been determined to be substantially
responsive. No tender will be considered if the complete requirements are not included in the bid documents.

9
AWARD OF CONTRACT

1. Qualification criteria:
The Tender Inviting Authority [Tantuja] will determine to its satisfaction whether the Bidder that is selected as
having submitted the lowest evaluated responsive tender meets the criteria and is qualified to perform the
contract satisfactorily.
The determination will take into account the Bidder's financial, technical and dyeing & processing capabilities.
It will be based upon an examination of the documentary evidence of the Bidder's qualifications submitted by
the Bidder, as well as such other information as the Tender Inviting Authority [Tantuja] deems necessary and
appropriate.
An affirmative determination will be a pre-requisite for award of the contract to the Bidder. A negative
determination will result in rejection of the Bidder's tender, in which event the Tender Inviting Authority
[Tantuja] will proceed to the next lowest evaluated tender to make a similar determination of that Bidder's
capabilities to perform the contract satisfactorily.

2. Opening of Financial Bid and Award of Contract


i. Financial Bid will be considered if and only if the Technical Bid (both statutory and non- statutory) of a Bidder
is found qualified in the concerned package by the Departmental Tender Committee . The decision of the said
Committee will be final and absolute in this respect.
ii. The list of responsive/technically qualified and non-responsive Bidders for each package will be uploaded in the
tender portal
iii. Financial bid of all packages would be based on final L1 rate discovered through e-Tender Process ( i.e. Least of
L1 rates discovered in financial bids of 3 individual Packages) opened simultaneously. Final L1 rate of all
individual packages would be least L1 rate discovered through opening of all the packages for that item. Work
Order for dyeing & processing of P/V Suiting Fabrics to L1 bidder of individual package would have such Final
L1 tender rate.
iv. All the bidders willing to undertake the job at Final L1 rate shall be issued in the principles mentioned herein
after:
a. For each package the authority shall award 70% of the total quantity to the L1 Bidder of that package at the
Final L1 rate. Then the MSE textile dyeing & processing unit in the state of West Bengal [within the 15% price
preference and willing to execute at Final L1 rate] whose rate is immediate closest to L1 rate for each package
shall be considered as „immediate second lowest bidder‟ and shall be awarded 15% of the total quantity of that
package.
b. Thereafter the MSE textile dyeing & processing unit in the state of West Bengal [within the 15% price
preference and willing to execute at Final L1 rate] whose rate is next immediate closest to L1 rate for each
package shall be considered as the „immediate third lowest bidder‟ and shall be awarded 10% of the total
quantity of that package.
c. Thereafter the remaining quantity of that package shall be divided equally among the remaining MSE textile
manufacturing units in the state of West Bengal [within the 15% price preference and willing to execute at Final
L1 rate], subject to their production capacity. If still some quantity of that package remains undistributed, it shall
be first offered and awarded to L1 bidder of the respective package to supply at Final L1 rate and then
successively to L2, L3 and so on bidders at Final L1 rate until full quota of the respective package is exhausted
in each package. If sufficient bidders are unavailable for execution of the entire supply, the same process shall
be repeated by giving priority to L1 bidders.
d. If a MSE textile dyeing & processing unit in the state of West Bengal becomes the L1 bidder of one or more
packages, a maximum of 30% of any one package will be awarded to that unit, subject to satisfactory production
capacity evidence towards that 30% package quantity. If such L1 MSE unit becomes unable to provide evidence
in support of its capacity to supply such quantity, a quantity in commensuration with its dyeing & processing
capacity will be awarded to the unit. Work order for dyeing & finishing of the balance quantity arising out of
any combination of situations described under such scenario, will be offered to the next lowest Non-MSE bidder
of the package, at the L1 rate. If at the end, no qualified bidder is willing or is available to match the lowest bid
then the tender inviting authority may at its discretion, call for a fresh tender only with respect to the said
Package.
10
e. If a MSE textile dyeing & processing unit in the state of West Bengal becomes the L1 bidder of a package and
another MSE textile dyeing & processing unit in the state of West Bengal becomes the L2 bidder of that
package, a maximum of 20% of the package will be awarded to such L1 unit and a maximum of 10% of the
package will be awarded to such L2 unit, who is willing to supply at L1 rate, subject to satisfactory dyeing &
processing capacity evidence towards such order quantity. If such MSE unit(s) becomes unable to provide
evidence in support of its capacity to dye & process such quantity, a quantity in commensuration with its dyeing
& processing capacity will be awarded to the unit(s). Work order for dyeing & processing for the quantity
arising out of any combination of situations described under such scenario, will be offered to the next lowest
Non-MSE bidder of the package, at the L1 rate. If at the end, no qualified bidder is willing or is available to
match the lowest bid then the tender inviting authority may at its discretion, call for a fresh tender only with
respect to the said Package
f. In the same manner described above, if MSE textile dyeing and processing units in the state of West Bengal are
discovered to be the L1, L2 and L3 bidders of a package, such L1, L2 and L3 units will be awarded maximum of
15%, 10% and 5% of the package quantity, respectively. Work order for dyeing & processing of the balance
quantity arising out of any combination of situations described in this case, will be offered to the next lowest
Non-MSE bidder of the package at the L1 rate. If at the end, no qualified bidder is willing or is available to
match the lowest bid then the tender inviting authority may at its discretion, call for a fresh tender only with
respect to the said Package
g. No same MSE textile dyeing & processing unit in the state of West Bengal, irrespective of its bid position, will
be awarded for supply of any quantity, for more than one package.
h. If there is no technically qualified bidder qualifying as MSE textile dyeing & processing units in the state of
West Bengal for a package, entire quantity of that package will be awarded to the L1 bidder of that package
i. In case of tie bids, i.e. more than one L1 bidders for a package, quantity will be allocated in accordance with
guidelines provided in Finance Department, Govt. of West Bengal, Memo No. 2320-F(Y), dated 7.6.2022 No. in
Situation III A

3. Purchaser's right to vary quantities at time of Award


The Tender Inviting Authority[Tantuja] the right at the time of contract award to increase or decrease by up to
25 percent of the quantity of fabric originally specified in the Schedule of Requirements without any change in
unit price for dyeing & processing or other terms and conditions.

4. Purchaser's Right to accept any Tender and to reject any or all Tenders
The Tender Inviting Authority[Tantuja] reserves the right to accept or reject any tender, and to annul the
tendering process and reject all tenders at any time prior to contract award, without thereby incurring any
liability to the affected bidders.

5. Notification of Award
a) Prior to the expiration of the period of tender validity, the Tender Inviting Authority[Tantuja] will notify the
successful bidder in writing by registered post or e-mail, that its tender has been accepted.
b) The notification of award will constitute the formation of the contract.
6. Performance Security
Within 07 days of the receipt of notification of award from the Tender Inviting Authority[Tantuja], the
successful Bidder shall furnish the performance security (3%) in accordance with the General Conditions of
Contract (GCC), in the Performance Security Form provided in the tender documents or in another form
acceptable to the Tender Inviting Authority[Tantuja] .Failure of the successful Bidder to comply with the
requirement of the criteria shall constitute sufficient grounds for the annulment of the award and forfeiture of the
earnest money deposit, in which event the Tender Inviting Authority[Tantuja] may make the award to the next
lowest evaluated Bidder or call for new tenders.

7. Corrupt and fraudulent practices


The Tender Inviting Authority[Tantuja] requires the bidders/suppliers/contractors observe the highest standard
of ethics during the procurement and execution of Government financed contracts. In pursuance of this policy,
the Government defines for the purpose of this provision, the terms set forth as follows:

11
i) “corrupt practice‟‟ means offering, giving, receiving or soliciting of anything of value to influence the act of
public official in the procurement process or in the contract execution;
ii) “Fraudulent practice‟‟ means misrepresentation of facts in order to influence a procurement process or the
execution of the contract to the detriment of the Government and includes collusive practice among the bidders
(prior to or after tender submission) designed to an established prices at artificial non-competitive levels and to
deprive the Government of the benefits of free and open competition; and
iii) “Obstructive practice” means deliberately destroying, falsifying, altering or concealing or making false
statements during bidding process or during the execution of project in order to materially impede the
department into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing
or intimidating any party to prevent it from bidding or execution of any services to the Department.
iv) Will reject a proposal for an award if it determines that the bidder recommended for the award has engaged in
corrupt or fraudulent practices or obstructive practice in competing for contract in question
v) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Government
financed contract if at any other time determines that the firm has engaged in corrupt or fraudulent practices or
obstructive practice in competing for, or in executing a Government financed contract.

8. Patent Rights
The Dyer/Processor shall indemnify the Tender Inviting Authority[Tantuja] against all third-party claims of
infringement of patent, trademark or industrial design rights arising from use of the Goods or any part thereofin
India.

9. Performance Security
Within 07 days of receipt of the notification of contract award, the Supplier shall furnish Performance Security
to the Tender Inviting Authority[Tantuja] for an amount of 3% of the Contract Value, valid up to 90 days after
the date of completion of performance obligations.
The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss
resulting from the Supplier's failure to complete its obligations under the Contract.
The Performance Security shall be denominated in Indian Rupees and shall be in one of the following forms:
a. A Bank guarantee, issued by a nationalized/scheduled bank in the form provided in the tender documents
oranother form acceptable to the Purchaser; or
b. A cashier's cheque or Banker‟s certified cheque, or crossed demand draft or pay orderdrawn in favour of the
Purchaser.

10. Inspections and Tests


The Tender Inviting Authority[Tantuja] or its representative shall have the right to inspect and/or to test the
quality of dyeing & processing to confirm its conformity to the contract specifications.
The inspections and tests may be conducted on the premises to be decided by the purchaser, at times/occasions to
be decided by the Tender Inviting Authority [Tantuja]
Should any inspected or tested P/V Fabrics fail to conform to the dyeing & processing specifications, the
Tender Inviting Authority[Tantuja] may reject the goods and the dyer/processor shall either replace the rejected
fabric or make alterations necessary to meet specification requirements free of cost to the Tender Inviting
Authority[Tantuja].

11. Packing
The Dyer/Processor shall provide such packing of the dyed and processed fabric as is required to prevent their
damage or deterioration during transit to their final destination as indicated in the Contract.

12. Delivery of Dyed and Processed Goods, Service and Documents


Delivery of the Goods shall be made by the dyer/processor in accordance with the terms specified by the Tender
Inviting Authority

13. Payment
a. Any request for advance payment will not be entertained.
b. Tax Invoice against is to be sent in TRIPLICATE and should invariably be submitted along with receipted Challan duly
signed with office seal.

12
c. Payment shall be made after dyeing and processing of P/V Suiting Fabrics satisfactorily in all respect. However, no
interest shall be paid to the firm, if the payment is delayed due to whatsoever reasons. In no circumstances, delivery schedule
should be affected and/ or linked with the payment of outstanding bills. The payment of bills shall be withheld in case of
violation of any tender terms and conditions.
d. Considering the volume of supply, payment may be released in installments.
e. Income tax, Sales tax and other taxes as applicable will be deducted from all bills of the supplier in accordance with the
relevant section of the prevailing rules.

14. Prices: Prices payable to the Dyer/Processor as stated in the contract shall be firm during the performance
of the contract.

15. Change Orders:


The Tender Inviting Authority[Tantuja] may at any time, by written order given to the dyer/processor make
changes within the General Scopeof the Contract in any one or more of the following:

a. Specifications,
b. The method of packing;
c. The place of delivery; and/or
d. The Services to be provided by the dyer/processor.
16. Contract Amendments:
No variation in or modification of the terms of the contract shall be made except by written amendment
signed by the parties.

17. Assignments
The dyer/processor shall not assign, in whole or in part, its obligations to perform under the contracts, to any
other party or person except with the Tender Authority[Tantuja] „s prior consent.

18. Subcontracts: No Sub-contracting shall be allowed.

19. Delays in the Supplier's Performance

Dyeing and finishing of the P/V Suiting Fabric and performance of the Services shall be made by the
dyer/processor in accordance with thetime schedule specified by the Tender Authority[Tantuja] in the Schedule
of Requirements.

If at any time during performance of the Contract, the dyer/processor should encounter conditions impeding
timely delivery of the dyed and processed fabrics and performance of Services, the dyer/processor shall
promptly notify the Tender Inviting Authority in writingof the fact of the delay, it‟s likely duration and its
cause(s). As soon as practicable after receipt of the dyer/processor‟s notice, the Tender Inviting Authority
[Tantuja] shall evaluate the situation and may, at its discretion, extend the dyer/processor‟s time for performance
with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of
the Contract.

A delay by the dyer/processor in the performance of its delivery obligations shall render the dyer/processor liable to
the imposition of liquidated damages

20. Liquidated Damages


If the dyer/processor fails to deliver any or all of the Goods or to perform the Services within the period(s)
specified in the Contract, the Tender Inviting Athority shall, without prejudice to its other remedies under the
Contract, deduct from the Contract Price penalties, in case of delay in the supply of the goods, a Liquidated
Damages of 0.5% per week of the cost of delayed material up to maximum deduction of 10% of the cost of
delayed supply material. Once the maximum reached the purchaser may consider termination of the contract.

13
21. Termination
The Tender Inviting Authority[Tantuja] may, without prejudice to any other remedy for breach of contract, by
written notice of defaultsent to the processor/dyer , terminate the Contract in whole or part:
a. If the dyer/processor fails to process and deliver any or all of the fabrics within the period(s) specified in the
Contract, or within anyextension thereof granted by the Tender Inviting Authority[Tantuja]
b. If the dyer/processor fails to perform any other obligation(s) under the Contract.
c. Has abandoned or repudiated the Contract;
d. Has without valid reason failed to commence work on the System promptly;
e. Persistently fails to execute the Contract in accordance with the Contract or persistently neglects to carry out
itsobligations under the Contract without just cause;
f. If the dyer/processor, in the judgment of the Tender Inviting Authority has engaged in corrupt or fraudulent
practices or obstructingpractices in competing for or in executing the Contract.

22.Force Majeure

The dyer/processor shall not be liable for forfeiture of its performance security, liquidated damages or
termination for default, if and to the extent that, it‟s delay in performance or other failure to perform its
obligations under the Contract is the result of an event of Force Majeure.

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

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

23.Termination for Insolvency


The Tender Inviting Authority [Tantuja] may at any time terminate the Contract by giving written notice to the
dyer/processor, if the dyer/processor becomes bankrupt or otherwise insolvent. In this event, termination will be
without compensation to the dyer/processor provided that such termination will not prejudice or affect any right
of action or remedy which has accrued or will accrue thereafter to Tantuja.
24.Termination for Convenience

The Tender Inviting Authority [Tantuja], by written notice sent to the dyer/processor, may terminate the
Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that
termination is for the Tender Inviting Authority [Tantuja] 's convenience, the extent to which performance of
the Dyer/Processor under the Contract is terminated, and the date upon which such termination becomes
effective.

a. To have any portion completed and delivered at the Contract terms and prices; and/or
b. To cancel the remainder and pay to the Dyer/Processor an agreed amount for partially completed Goods and for
materials and parts previously procured by the Dyer/Processor.
25. Settlement of Disputes
The Tender Inviting Authority[Tantuja] and the Dyer/Processor shall make every effort to resolve amicably by
direct informal negotiation any disagreement or dispute arising between them under or in connection with the
Contract.

If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual
consultation, then either the Tender Inviting Authority[Tantuja] or the Dyer/Processor may give notice to the
other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no
arbitration in respect of this matter may be commenced unless such notice is given.
14
Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in
accordance with this shall be finally settled by arbitration in Kolkata, W.B.only. Arbitration may be commenced
prior to or after delivery of the Goods under the Contract.

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

Notwithstanding any reference to arbitration herein,

a. The parties shall continue to perform their respective obligations under the Contract unless they otherwise agree
and

b. The Purchaser shall pay the Supplier any monies due the Supplier.
c. At any time the supplier aggrieved by any order passed by the purchaser, should file his grievances with the
purchaser within 30 days from the date of the order passed, no grievance will be accepted after the due period.

26. Limitation of Liability


Except in cases of criminal negligence or willful misconduct, and in the case of infringement, pursuant to.

a. The Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and

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

27. Governing Language


The contract shall be written in English language. English language version of the Contract shall govern its
interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the
parties, shall be written in the same language.
28.Applicable Law
The Contract shall be interpreted in accordance with the laws of the Union of India.

29.Notices
Any notice given by one party to the other pursuant to this Contract shall be sent to other party in writing and
confirmed in writing to the other Party‟s address

A notice shall be effective when delivered or on the notice's effective date, whichever is later.

30.Taxes
The Supplier shall be entirely responsible for all taxes, license fees, road permits, etc., incurreduntil delivery of the
contracted Goods to the Purchaser.

31. Debarment/Black listing


The Managing Director, Tantuja reserves the right to black-list or debar any bidder/supplier due to any act of
omission or commission or fraudulent act indulged or caused to be indulged by such bidder/supplier in the
course of bidding process and/or in the execution or performance of any contracts, which may be awarded to the
bidder/supplier pursuant to the tender provided however, that the Managing Director, Tantuja shall be obliged to
allow an opportunity of being heard to such bidder/supplier before any order of black-listing/debarment could be
passed. Any such order of black-listing/debarment that may be passed by Managing Director, Tantuja shall be
without prejudice to other rights of actions available to the Tantuja against the bidder/supplier under the tender
terms & conditions.

15
32. Settlement of Disputes
(a) In case of dispute or difference arising between the Tantuja and a dyer/processor relating to any matter arising
out of or connected with this agreement, such disputes or difference shall be settled in accordance with the
Arbitration and Conciliation Act, 1996by a Sole Arbitrator. The Sole Arbitrator should be appointed by the
Department of MSME & T, Govt. of West Bengal.

(b) Arbitration proceedings shall be held at Kolkata, West Bengal, India, and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be English.

(c) The decision of the Arbitrator shall be final and binding upon both parties. The cost and expenses of Arbitration
proceedings will be paid as determined by the Arbitrator However, the expenses incurred by each party in
connection with the preparation, presentation etc. of its proceedings shall be borne by each party itself.

33.Notices :
For the purpose of all notices, the following shall be the address of the Purchaser andSupplier.
Purchaser: Managing Director, Tantuja, Tantuja Bhavan, No. 18/4, Block - DD, Sector - 1,Salt Lake City,
Kolkata – 700 064.

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


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

34.Supplier Integrity
The dyer/processor is responsible for and obliged to conduct all contracted activities in accordance with the
Contract using state-of-the-art methods and economic principles and exercising all means available to achieve
theperformance specified in the Contract.
35. Dyer/processor’s Obligations
i. The dyer/processor is obliged to work closely with the Tantuja‟s staff, act within its own authority and abide
by directives issued by the Purchaser and implementation activities.

ii. The dyer/processor will abide by the job safety measures prevalent in India and will free the Tantuja from all
demands or responsibilities arising from accidents or loss of life, the cause of which is the Supplier‟s negligence.
The Supplier will pay all indemnities arising from such incidents and will not hold the Tantuja responsible or
obligated.

iii. The dyer/processor is responsible for managing the activities of its personnel and will hold itself responsible for any
misdemeanors.

iv. The dyer/processor will treat as confidential all data and information about the Tantuja, obtained in the
execution of its responsibilities, in strict confidence and will not reveal such information to any other party
without the prior written approval of the Tantuja.

v. dyer/processor shall provide such evidence of their continued eligibility satisfactory to thePurchaser, as the
Purchaser shall reasonably request.
36.Patent Rights
In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial
design rights arising from the use of the Goods or any part thereof, the supplier shall act expeditiously to
extinguish such claim. If the dyer/processor r fails to comply and the Tantuja is required to pay compensation to
a third party resulting from such infringement, the supplier shall be responsible for the compensation including
all expenses, court costs and lawyer fees. The Tantuja will give notice to the dyer/processor of such claim, if it is
made, without delay.

16
Schedule of Requirements

Item Description Total quantity

Dyeing & Processing of Polyester-Viscose Suiting Fabrics


within 90 days from placement the order. Dyeing &
Processing SOP & desired specification are as per attachment 80 Lakh (approximately) meters
Annexure-A.

17
TENDER FORM

From,

To
The Managing Director, Tantuja
Office of the Managing Director, 1st floor at Tantuja Bhavan, Block DD, No. 18/4, Sector I, Salt Lake City,
Bidhannagar, Kolkata - 700 064

Sir,
Having examined the Tender Documents including Addenda.............................................................................. ,
the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply the required item as
envisaged in the tender document no. ………………………………………………………..…………………….
regarding the dyeing and processing of P/V Suiting Fabrics in accordance with said tender documents and the
Schedule of Prices attached herewith and made part of this tender.
We undertake, if our tender is accepted, to deliver the finished P/V Fabrics in accordance with the delivery
schedule specifiedin the Schedule of Requirements.
If our tender is accepted, we will obtain the guarantee of a bank in a sum equivalent to 3% of the Contract
Price for the due performance of the Contract, in the form prescribed by the Purchaser.

We agree to abide by this tender for the Tender validity period as specified in the tender document and it shall
remain binding upon us and may be accepted at any time before the expiration of that period.
Until a formal contract is prepared and executed, this tender, together with your written acceptance thereof and
your notification of award, shall constitute a binding Contract between us.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will
strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act
1988”.
We understand that you are not bound to accept the lowest or any tender you may receive.

We clarify/confirm that we comply with the eligibility requirements as per the tender documents. Dated this .....
day of.......................... 20 .....

(signature)
(SCAN AND UPLOAD)

18
TECHNICAL BID

Sl. No. Details required Uploaded/ not uploaded

1 Details of the Firm/Company

2 Annual Turnover and Net worth

3 Performance details

4 Declaration on Blacklisting
Copy of Certificate of registration issued under the Companies Act /
5
Partnership Act and any other relevant Act by the competent authority
6 ISO certificate issued by the competent authority/agency
Valid Factory license issued by appropriate authority or license granted by
7 the Bureau of Indian Standards in its name in respect of quality of cloth or SSI
/ UDYAM Registration /IEM issued by competent authority
Profit and loss statements and Receipts and payments Balances for the Last 5
8 year
Certificate issued by the competent authority for the minimum installeddyeing
9 and processing capacity of the Firm / Organization
Documents including work orders and satisfactory completion
10 certificates for the previous works of dyeing & finishing textile fabric.
11 Copy of the PAN card of both Lead bidder and Partner

12 GST Registration certificate of lead bidder and partner

13 Income Tax returns filed in the past 3 financial years

14 List of facilities established for quality check.

15 List of employees

16 Pollution Control Certificate issued by competent authority

17 Sample test reports.

Provide the Package details in which the bidder is participating (use tick
18
mark against the relevant package)

19 Mention the EMD amount paid (Amount in Rupees)

Note: The Enclosures related to Sl. No. 1 to 19 must be self-attested and uploaded.

Seal and signature of the Bidder

(SCAN AND UPLOAD)

Page | 19
Form T-1

Description Details to be filled by the Bidder

Name of the Company / firm

Nature of the Company / firm Government / Public /


Private / Partnership

Year of Establishment and details of registration

Regd. Office Postal Address with Phone & Fax Number

Contact person with Phone, Mobile Number & e-mail


address

GST Regn. No.

Seal and signature of the Bidder

(SCAN AND UPLOAD)

Page | 20
Form T-2
Statement of Annual Turnover and Net worth

Financial Information

Financial Year 2019 – 20 2020 – 2021 2021 - 22

Annual Turnover in Crores

Net worth of the Company /


Firm

Average Annual Turnover in


Crores

Average A n n u a l T u r n o v e r in w o r d s ……………………………………….……...…………………

……………………………………………………………………………………….………….

Charted Accountant

Seal and signature of the Bidder

Note:
Mandatory Supporting Documents: (a) Auditor Certified financial statements for the last 5 (five) financial years;
Enclose the Balance Sheets

(SCAN AND UPLOAD)

Page | 21
Form T3

Performance Statement of the last 3 (three) years for dyeing & finishing of Textile Fabric

Name of the Company / Firm / Organization: ………….………………………………………………………

Order No. Quantity Date of


Remarks Has the goods been supplied
Orders placed by and Date Completion of
Description of of fabric Work indicating satisfactorily .
(Full address of (Attach delivery of goods
fabric dyed/ dyed/ Value reasons for late (Attach a Certificate from
Purchaser) copy of the as per contract /
processed processe of delivery, if any thePurchaser if any)
order) Actual
d in Order
meters

1 2 3 4 5 6 7 8

2019-2020

2020-2021

2021-2022

Supplies of 2022-23 will also be considered.

Signature and Seal of the Bidder:

(SCAN AND UPLOAD)

Page | 32
Form T-4

DECLARATION

Format for Self Declaration on Black Listing

(Company Letterhead)

To, [Date]

Managing Director, Tantuja


Office of the The West Bengal State Handloom Weavers’ Co-Operative Society Ltd.
Tantuja Bhavan, No. 18/4, Block - DD, Sector - 1, Salt Lake City, Kolkata – 700 064, West Bengal.

Sir,

In response to the RFP No…………………………………………………………… dated ……...………………


for quoting against the RFP as an Director of M/s << Bidder>> , I / We hereby declare that our Company / Firm
……………………………………………is having unblemished past record and was not declared blacklisted or
ineligible to participate for bidding as on Bid Submission date by any State / Central Govt. or PSU or Local
bodies due to, breach of general or specific instructions, corrupt /fraudulent or any other unethical business
practices or due to Non-performance / unsatisfactory performance.

Yours faithfully,

Authorized Signatory Name

Designation Company name

(SCAN AND UPLOAD)

Page | 33
PERFORMANCE SECURITY FORM

To: West Bengal State Handloom Weavers‟ Cooperative Society Ltd. ............................................... WHEREAS
(Name of Dyer/Processor) …………………………………………………………………………………………………
hereinafter called "the Dyer/Processor " has undertaken , in pursuance of Contract dated, ...................... No
................. 20 to
Supply......................
........................................................................................ (Description of Supply) hereinafter called "the
Contract". AND WHEREAS it has been stipulated by you in the said Contract that the Dyer/Processor shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for
compliance with the Dyer/Processor‟s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Dyer/Processor a Guarantee:

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

....................20

Signature and Seal of Guarantors

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

Date.......................

Address: ........................................................................................

24
Annexure -A
SOP FOR DYEING & PROCESSING OF PV SUITING FABRIC

GREIGE

SINGEING

SCOURING/BLEACHING

DYEING

ADDITION OF SILICONE & PVA

STENTERING [HEAT SETTING]

DECATISING

PACKING IN ROLL FORM (MINIMUM FABRIC LENGTH IS 100 METER IN A ROLL)

25
Specification of the finished Suiting Fabric

  The yarn for Warp for fabric – Undyed 2/40s Ne PV (65:35).


 The yarn for weft for fabric - Undyed 1/20s Ne PV (65:35).

 The finished width of the fabric (after wet processing) would be 56 inch (+/-) 0.5 inch including
the selvedges on both sides.

  The obliquity maximum up to 3%
  Shrinkage maximum 7% (as per BSEN 5077/6330:1994) lengthwise.
  Light fastness of finished fabric as per (AATCC 16-3.5) is 4 & above

  Washing fastness of finished fabric as per (ISO 105 C06:1997) (A25) is 4 & above.
  Perspiration fastness of finished fabric as per (IS 971) is 4 & above.
  Rubbing fastness of finished fabric as per (ISO 105 X 12 1995) is 4 & above.
  Pilling resistance (Pill box method) of finished fabric as per (ISO 12945-1) is 4 & above
  Stenter should be with pin & clip.
 Stenter pin mark should be limited only in the selvedge area.

 Fabric should be inspected, rolled and wrapped with transparent plastic sheet (>80 micron)
with a sticker mentioning length, batch/lot No., weight & quality and processing unit‟s
name/code

Signature Not Verified


Digitally signed by SINJINI MUKHERJEE
Date: 2023.02.23 00:56:44 IST
Location: West Bengal-WB
26

You might also like