Indian Tenders

Tender Notice

TDR 54754615
Tendering Authority Madhya Pradesh State Industrial Development Corporation Ltd
Tender No MPIDC/Tech-RFP/CE/2026/257
Tender ID 2026_MIDCL_492293_1
Tender Brief Corrigendum : Tender For Design, Engineering, Supply, Erection, Installation, Testing And Commissioning Of Calibration Wind Tunnel Facility At Mohasa-Babai Ndustrial Area, District- Narmadapuram, Madhya Pradesh
City Hoshangabad
State Madhya Pradesh
Document Fees INR 35400 /-
EMD INR 1000000.0 /-
Tender Value Refer document
Tender Type Tender
Bidding Type Open Tender
Competition Type Indian

Tender Details

Tender for Design, Engineering, Supply, Erection, Installation, Testing And Commissioning Of Calibration Wind Tunnel Facility At Mohasa-Babai Ndustrial Area, District- Narmadapuram, Madhya Pradesh

Corrigendum Details

Sr No CorrigendumDate Corrigendum CorrigendumType NewSubmissionDate
1 12-05-2026 Extension of key dates and VC Date 21-05-2026
2 04-05-2026 Extension of key dates C05 Date 11-05-2026
3 04-05-2026 Extension of key dates C05 Date 11-05-2026
4 23-04-2026 Extension of key dates Date 04-05-2026
5 23-04-2026 Extension of key dates Date 04-05-2026
6 23-04-2026 Extension of key dates Date 04-05-2026
7 13-04-2026 Reply to Prebid Queries and Date extension Date 22-04-2026
8 13-04-2026 Reply to Prebid Queries and Date extension Date 22-04-2026
9 13-04-2026 Reply to Prebid Queries and Date extension Date 22-04-2026
10 13-04-2026 Reply to Prebid Queries and Date extension Date 22-04-2026
11 08-04-2026 Revised BOQ BOQ 22-04-2026
12 08-04-2026 Revised BOQ BOQ 04-05-2026
13 08-04-2026 Revised BOQ BOQ 11-05-2026
14 08-04-2026 Revised BOQ BOQ 21-05-2026
15 01-04-2026 Pre Bid Meeting Other 15-04-2026
16 01-04-2026 Pre Bid Meeting Other 22-04-2026
17 01-04-2026 Pre Bid Meeting Other 04-05-2026
18 01-04-2026 Pre Bid Meeting Other 11-05-2026
19 01-04-2026 Pre Bid Meeting Other 21-05-2026

Key Dates

Publish Date 12-05-2026
Last Date of Bid Submission 21-05-2026
Tender Opening Date 22-05-2026

Contact Information

Company Name Madhya Pradesh State Industrial Development Corporation Ltd
Contact Person Chief Engineer
Address MPIDC Ltd., 21, Arera Hills, Bhopal

BOQ Items

Name of Work:- DESIGN, ENGINEERING, SUPPLY, ERECTION, INSTALLATION, TESTING AND COMMISSIONING OF CALIBRATION WIND TUNNEL FACILITY AT MOHASA-BABAI NDUSTRIAL AREA, DISTRICT- NARMADAPURAM, MADHYA PRADESH
Sl. No. Item Description
1A -Design, Engineering and Project Management
2Detailed aerodynamic, mechanical, electrical, control, civil, and structural design of the closed-return calibration wind tunnel, including CFD analyses, flow-conditioning design, diffuser design, vibration and structural analysis
3Preparation of complete construction documents: civil, structural, architectural, electrical SLDs, HVAC drawings, P&IDs, control logic flow charts, layout plans
4Project management, design coordination, QA/QC plan, documentation control, Testing & Inspection Plans (TIP), progress reporting up to completion of SAT
5B- Wind Tunnel Main System
6Closed-return wind tunnel structure (ducts, corners, support frames, access doors); internal duct surface finish and aerodynamic smoothness as specified (including maximum surface roughness requirement where applicable)
7Test section assembly: minimum two modular cells (>= 1.00 m x 1.00 m; total enclosed length >= 4.0 m) with access provisions and mounting systems; windows only if required by design and compliant with flow-quality requirements
8Contraction unit with contraction ratio >= 6:1 (preferred >= 8:1), including fairings and structural supports
9Flow-conditioning system: honeycombs (L/D >= 7), screens (4–6), supports and alignment fixtures
10Diffuser system with anti-separation aerodynamic design, engineered for static pressure recovery coefficient Cp ≥ 0.65 (as defined and substantiated in the approved technical submission), including transition sections, expansion geometry, and associated turning elements as required by the tunnel circuit.
11Axial fan and motor system with inlet/outlet silencers and integrated acoustic treatment to achieve equipment-level noise requirement as specified (<= 85 dB(A) at 1 m at maximum operating condition)
12Vibration isolation system for tunnel, fan and rotating equipment (springs/isolators/dampers) as per vibration criteria specified
13C- Flow Measurement, Instrumentation and DAS/DAQ
14Primary flow measurement system (Pitot-static probes, differential pressure measurement chain, manifolds/tubing)
15Low-speed reference system (thermal anemometer or equivalent reference system) for low-speed calibration range as specified
16Optional laser-based system (LDA/PDA), if offered and accepted by MPIDC/NIWE as an optional enhancement; to be quoted as a separate optional line item
17Reference pressure sensors (absolute and differential) and associated hardware meeting specified accuracies and uncertainty requirements
18Reference temperature and humidity sensors (test section and ambient) meeting specified accuracies and stability requirements
19Additional reference instrumentation (barometric pressure sensor, probes, accessories) required to achieve declared CMC and uncertainty budget
20ISO/IEC 17025 accredited calibration of all reference instruments (certificates included in handover dossier)
21DAQ hardware: signal conditioning modules, networking components, data servers/storage, UPS interface
22DAS and control software: licences, real-time monitoring, automated sequences, reporting tools, access control and audit logging
23Control system hardware (PLC, HMI, safety relays, control panels, wiring and I/O)
24Integration, configuration, and commissioning of flow reference instrumentation, signal conditioning, DAS/DAQ, control system, and associated wiring/EMI mitigation; including demonstration through a documented uncertainty analysis that the combined contribution of the reference measurement chain (k = 2) complies with the limits specified in the Technical Specifications (i.e., ≤ ±0.005 m/s for 0.5–1.0 m/s and ≤ ±0.5% of reading above 1.0 m/s).
25D- Mechanical, Electrical, HVAC and Tunnel Building Services
26Primary flow measurement system (Pitot-static probes, differential pressure measurement chain, manifolds/tubing)
27Low-speed reference system (thermal anemometer or equivalent reference system) for low-speed calibration range as specified
28Optional laser-based system (LDA/PDA), if offered and accepted by MPIDC/NIWE as an optional enhancement; to be quoted as a separate optional line item
29Reference pressure sensors (absolute and differential) and associated hardware meeting specified accuracies and uncertainty requirements
30Reference temperature and humidity sensors (test section and ambient) meeting specified accuracies and stability requirements
31Additional reference instrumentation (barometric pressure sensor, probes, accessories) required to achieve declared CMC and uncertainty budget
32ISO/IEC 17025 accredited calibration of all reference instruments (certificates included in handover dossier)
33DAQ hardware: signal conditioning modules, networking components, data servers/storage, UPS interface
34DAS and control software: licences, real-time monitoring, automated sequences, reporting tools, access control and audit logging
35Schedule-35 Animal Surgery Lab & Facilities include Surgical table, Portable USG, Portable X-Ray, Portable ECG, Gas panel and surgical trolley
36E- Calibration, Commissioning, SAT and Documentation
37Factory Acceptance Tests (FAT) for tunnel subsystems, fan, DAQ/DAS, instrumentation and safety interlocks; FAT reports
38Transport, unloading, on-site installation and alignment of tunnel and systems
39Site Acceptance Tests (SAT): flow-quality verification, CMC validation, Cp verification (where applicable), noise tests and environmental stability verification as per approved SAT protocol
40SAT protocol submission, SAT report submission; rectification and re-testing until compliance with mandatory requirements
41As-built drawings (civil, structural, electrical/HVAC/services, tunnel), editable CADs and control/DAS configurations
42Operation and Maintenance Manuals (tunnel, HVAC, electrical, DAS, instrumentation), preventive maintenance schedules and spares list
43F- Training and Accreditation Support
44On-site training for NIWE staff on tunnel operation, safety, DAS/control use and routine maintenance
45Technical training on anemometer and wind-vane calibration, data analysis and uncertainty evaluation
46Accreditation support package aligned to ISO/IEC 17025 and applicable technical standards (IEC 61400-12-1, IEC 61400-50-1, MEASNET procedure, IECRE ODs): documentation templates, uncertainty budgets, internal audit/gap analysis support
47NABL/MEASNET/IECRE support roadmap: evidence-generation plan, mock audits support and CMC documentation package (recognition/assessment timelines external to bidder; bidder support obligations as per tender)
48G- Spares, Tools and Accessories
49Recommended spare parts for first 5 years (fan components, sensors, DAQ modules, filters, etc.) as per bidder recommended stock levels and criticality
50Special tools/test equipment required for periodic maintenance and intermediate calibration checks
51H- Warranty Phase Support
52Comprehensive support during 60-month warranty (preventive visits and breakdown response as per tender)
53Resident engineer/technical specialist support for 60 months after commissioning/SAT (where required by tender)
54I- Defect Liability Period (DLP)
55DLP Period – Year 1 (as per accepted DLP proposal)
56DLP Period – Year 2 (as per accepted DLP proposal)
57DLP Period – Year 3 (as per accepted DLP proposal)
58DLP Period – Year 4 (as per accepted DLP proposal)
59DLP Period – Year 5 (as per accepted DLP proposal) Please Enable Macros to View BoQ information

Other Detail

Information Source https://mptenders.gov.in/nicgep/app
Download FileName File Description File Size
Download 48efddcc-e0ec-4c77-89e1-3efeab7d05d8.html Tender Documents 0 KB
Download BOQ_582919.xls Tender Documents 0 KB
Download RFPNIT257.pdf Tender Documents 0 KB
Download Tendernotice_1 (4).pdf Tender Documents 0 KB
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.