18
1 भारत सरकार Government of India अतरर विभाग Department of Space सतीश धिन अंतरर केSatish Dhawan Space Centre शार SHAR ीहररकोटा डा.घ.524124 आं.. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेलिफोन:+91 8623 225023 Telephone: +91 8623 225023 फेस: +91 8623 225170 Fax: +91 8623 225170 GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P) TENDER NOTICE NO. SDSC SHAR/Sr.HPS/PT/23/2018-19 On behalf of President of India, Sr. Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following. Sl No Ref. No. Description Qty. 01 SHLS 2018 00 1361 GLOBAL Tender [Two Part basis] Supply of High Pressure Seamless Gas Cylinders and spare kits 1 LS 02 SHAR SC 2018 00 8757 e- procurement [Single Part basis] Services for Computer Education for the Students of Class-IV to Class X of Space Central School, SDSC SHAR, Sriharikota, Pulicat Nagar and Swarnamukhi Nagar for a period of TWO years for 675 Students. 675 Nos. 03 SHAR SPP 2018 00 9217 e- procurement [Single Part basis] Design, Fabrication, supply, Erection and Commissioning of Infrared based continuous Drier 1 No. 04 SHAR SP 2018 00 9592 e- procurement [Two Part basis]. Procurement of Materials, Fabrication, supply, erection, commissioning as per drawings & technical specification document 1 No. 05 SHAR SC 2018 00 9624 e- procurement [Two part basis] Housekeeping Consumables 1 LS 06 SHAR SP 2018 00 9721 e- procurement [Two Part basis] Supply, erection, Testing and Commissioning of Automated Weighing and feeding system for Ammonium Perchlorate (AP), Aluminum Powder (Al) and Resin for 4.5t and 2.5 Vertical Mixer Facility. 1 Lot 07 SHAR SC 2018 00 9806 e- procurement [Two part basis] Providing Direct to Home (DTH) Service at SDSC SHAR Guest House Complex, Sriharikota. 1 LS 08 SHAR SC 2018 00 9873 e- procurement [Single part basis] Duty Medical Officers on contract basis to work in 3 shift at SHAR Hospital ETR for a period of 30 months. 30 Months 09 SHAR LS 2018 00 9904 GLOBAL Tender e-procurement [Two Part basis] Supply of Refrigerated Liquid Helium 80000 Ltrs. 10 SHAR SPP 2018 00 9968 e- procurement [Single Part basis] Procurement of material, fabrication, supply, inspection, transportation and testing & commissioning of 75t Modular loads 1 LS 11 SHAR CMD 2018 0 10015 e- procurement [Two Part basis] Supply of 11 kV (E), grade XLPE insulated, HT, UG Power Cables 13500 Mtrs. 12 SHAR CMD 2018 0 10030 e- procurement [Two Part basis] Supply, Installation, Testing and Commissioning of 11kV/415V, 3000kVA Transformer 1 Lot 13 SHAR CMD 2018 0 10044 e- procurement [Two Part basis] Construction Supervision and Inspection Services for Construction of Facilities for Visitors Complex, Sriharikota 1 LS 14 SHAR CMD 2018 0 10058 e- procurement [Two Part basis] Supply, Installation, Testing and Commissioning of Indoor & Outdoor VCB Panels 1 LS Last Date for downloading of tender documents : 29.01.2019 at 16:00 hrs. Due Date for submission of bids online : 29.01.2019 at 16:00 hrs. Due Date for Bid Sealing on : 29.01.2019 at 16:01 hrs. to 29.01.2019 at 17.30 hrs. Due Date for Open Authorization : 29.01.2019 at 17.31 hrs. to 31.01.2019 at 17:00 hrs. Due Date for opening of tenders : 01.02.2019 at 14:30 hrs.

टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

  • Upload
    others

  • View
    7

  • Download
    0

Embed Size (px)

Citation preview

Page 1: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

1

भारत सरकार Government of India

अन्तररक्ष विभाग Department of Space

सतीश धिन अंतररक्ष केन्र Satish Dhawan Space Centre शार SHAR

श्रीहररकोटा डा.घ.524124 आं.प्र. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेलिफोन:+91 8623 225023 Telephone: +91 8623 225023 फेक्स: +91 8623 225170 Fax: +91 8623 225170

GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124

SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)

TENDER NOTICE NO. SDSC SHAR/Sr.HPS/PT/23/2018-19

On behalf of President of India, Sr. Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line

quotations for the following.

Sl No

Ref. No. Description Qty.

01 SHLS 2018 00 1361 GLOBAL Tender [Two Part basis]

Supply of High Pressure Seamless Gas Cylinders and spare kits

1 LS

02 SHAR SC 2018 00 8757 e-procurement [Single Part basis]

Services for Computer Education for the Students of Class-IV to Class X of Space Central School, SDSC SHAR, Sriharikota, Pulicat Nagar and Swarnamukhi Nagar for a period of TWO years for 675 Students.

675 Nos.

03 SHAR SPP 2018 00 9217 e-

procurement [Single Part basis]

Design, Fabrication, supply, Erection and Commissioning of Infrared based continuous Drier

1 No.

04 SHAR SP 2018 00 9592 e-

procurement [Two Part basis].

Procurement of Materials, Fabrication, supply, erection, commissioning as per drawings & technical specification document

1 No.

05 SHAR SC 2018 00 9624 e-

procurement [Two part basis]

Housekeeping Consumables

1 LS

06 SHAR SP 2018 00 9721 e-

procurement [Two Part basis]

Supply, erection, Testing and Commissioning of Automated Weighing and feeding system for Ammonium Perchlorate (AP), Aluminum Powder (Al) and Resin for 4.5t and 2.5 Vertical Mixer Facility.

1 Lot

07 SHAR SC 2018 00 9806 e-

procurement [Two part basis]

Providing Direct to Home (DTH) Service at SDSC SHAR

Guest House Complex, Sriharikota.

1 LS

08 SHAR SC 2018 00 9873 e-

procurement [Single part basis]

Duty Medical Officers on contract basis to work in 3 shift at

SHAR Hospital ETR for a period of 30 months.

30

Months

09 SHAR LS 2018 00 9904

GLOBAL Tender e-procurement

[Two Part basis]

Supply of Refrigerated Liquid Helium

80000 Ltrs.

10 SHAR SPP 2018 00 9968 e-

procurement [Single Part basis]

Procurement of material, fabrication, supply, inspection, transportation and testing & commissioning of 75t Modular loads

1 LS

11 SHAR CMD 2018 0 10015 e-

procurement [Two Part basis]

Supply of 11 kV (E), grade XLPE insulated, HT, UG Power Cables

13500

Mtrs.

12 SHAR CMD 2018 0 10030 e-

procurement [Two Part basis]

Supply, Installation, Testing and Commissioning of 11kV/415V, 3000kVA Transformer

1 Lot

13 SHAR CMD 2018 0 10044 e-

procurement [Two Part basis]

Construction Supervision and Inspection Services for Construction of Facilities for Visitors Complex, Sriharikota

1 LS

14 SHAR CMD 2018 0 10058 e-

procurement [Two Part basis]

Supply, Installation, Testing and Commissioning of Indoor & Outdoor VCB Panels

1 LS

Last Date for downloading of tender documents : 29.01.2019 at 16:00 hrs.

Due Date for submission of bids online : 29.01.2019 at 16:00 hrs. Due Date for Bid Sealing on : 29.01.2019 at 16:01 hrs. to 29.01.2019 at 17.30 hrs. Due Date for Open Authorization : 29.01.2019 at 17.31 hrs. to 31.01.2019 at 17:00 hrs.

Due Date for opening of tenders : 01.02.2019 at 14:30 hrs.

Page 2: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

2

:: 2 ::

Instructions to Tenderers:

No tender fee shall be applicable for tenders submitted through EGPS

01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures.

02. Interested tenderers can download the e-tender from ISRO e-procurement website https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not be considered.

03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can be down loaded and offer submitted on line in the e-procurement portal.

04. Quotations received after the due date/time will not be considered.

05. The tender documents are available for download upto 29.01.2019 at 1600 hrs. and last date for submission of tenders on line 29.01.2019 at 1600 hrs. and Tender Opening on 01.02.2019 at 14:30 hrs. 06. Sr. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations. DT: 03.01.2019 Sr. HEAD, PURCHASE AND STORES

Page 3: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

Page 1 of 7

Annexure - 1

SPECIFICATIONS FOR FABRICATION AND SUPPLY OF MODULAR TEST LOADS

I. SCOPE OF WORK :

Procurement of materials, fabrication, supply, inspection, transportation and testing & commissioning of following items as mentioned below with specification and terms & conditions:

1. The modular test loads with a lifting pin/brackets shall be fabricated as shown in the drawing (Drawing no. as mentioned below).

2. Modular test loads outer casing/container shall be made up of structural steel plates.

3. Inside the container/casing reinforcement shall be done with steel rods as per scheme given in drawing.

4. Concrete of required grade / quantity as mentioned in drawing shall be used for filling the modular test loads (inside the container) and top plate shall be closed with steel.

5. The top plate shall be flat for positioning additional loads during testing.

6. Integral handling brackets shall be provided as per drawings for handling the load.

7. All the pins are of alloy steel, as per specifications given in the drawings.

The description and details of drawings are mentioned below :

Sl. No.

Description of Item Weight (Tons)

Drawing No. Quantity

Note : Modular test loads of 75ton (Steel-Concrete) with plates, rods, lifting brackets and pin shall be as per the drawing no. mentioned below. These loads shall be suitable to position as shown in drawing no. 10-04-200-02-065/A1, sheet 1 of 4.

1 Single steel-concrete modular test loads of weight of ~25t (25,000kg) (with plates, rods and pins) as per the drawing no. mentioned.

Steel-Concrete ~25t

(25,000kg + 250kg)

10-04-200-09-021/A1 (Sheet 1 of 2)

01No.

1A Pin assembly for the modular test loads as per the drawing no. mentioned.

Pin 10-04-200-09-021/A2 (Sheet 2 of 2)

01No.

2 Single steel-concrete modular test loads of weight of ~20t (20,000kg) (with plates, rods and pins) as per the drawing no. mentioned.

Steel-Concrete ~20t

(20,000kg + 200kg)

10-04-200-09-022/A2 (Sheet 1 of 1)

01No.

Page 4: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

Page 2 of 7

3 Single steel-concrete

modular test loads of weight of ~15t (15,000kg) (with plates, rods and pins) as per the drawing no. mentioned.

Steel-Concrete ~15t

(15,000kg + 150kg)

10-04-200-09-023/A2 (Sheet 1 of 1)

01No.

4 Single steel-concrete modular test loads of weight of ~10t (10,000kg) (with plates, rods and pins) as per the drawing no. mentioned.

Steel-Concrete ~10t

(10,000kg + 100kg)

10-04-200-09-024/A2 (Sheet 1 of 1)

01No.

5 Single steel-concrete modular test loads of weight of ~5t (5,000kg) (with plates, rods and pins) as per the drawing no. mentioned.

Steel-Concrete ~5t

(5,000kg + 50kg)

10-04-200-09-025/A2 (Sheet 1 of 1)

01No.

Note: Any minor modification/changes during fabrication and supply shall be carried out without any additional cost.

II. TECHNICAL SPECIFICATIONS, TERMS & CONDITIONS:

A. FOR STEEL-CONCRETE MODULAR TEST LOADS (S.No: 1 of above table).

1. Total steel fabrication and concrete filling is in the scope of supplier only.

2. All the materials required like steel rods, plates, concrete, pins, pipes, bolts and nuts etc, as per drawing shall be is in the scope of supplier.

3. The concrete grade and steel materials shall be as per IS and also as mentioned in drawing.

4. Good quality cement and river sand shall be used for making the concrete and filled to ensure uniform density in the volume of modular test loads.

5. Concrete compacting machines (vibrator machines) shall be used for proper compacting of concrete.

6. Before filling the concrete and before closing the each modular test loads with top plate shall be offered for inspection to department Engineer.

7. Safe handling and achieving the suitable dimensions are in the scope of supplier.

8. The modular steel-concrete test loads (mentioned above) fabrication and concrete casting can be carried out at supplier works or in SPP, SDSC SHAR.

9. If the modular test loads are fabricated at supplier works, the following need to be carried out :

a. Transportation of all modular test loads to SPP, SHAR.

b. Cost of transportation shall be mentioned separately.

Page 5: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

Page 3 of 7

10. Material handling support if any, like mobile crane, fork lift and tractor trailer for handling & internal transportation of materials from storage to fabrication place shall be provided on free of cost subject to availability. Unloading/handling work is the responsibility of supplier in terms of manpower, safety & preventing accidents.

11. Free electricity and water will be provided by the Purchaser (SDSC SHAR) during fabrication works for the works being carried out at SHAR during fabrication works at SHAR (if required),

B. RAW MATERIALS

1. All steel raw materials used for concrete load, modular loads shall be of good quality without any defects/inclusions and standard make for all structures.

2. Structural steel confirming to IS: 2062 Gr. B shall be used.

3. All pins shall be from forged material bars and shall be UT tested, MPT/ DPT qualified.

4. All plates of more than 20mm thick shall be ultrasonically tested for defects/ imperfections. Test reports shall be made available during stage / final inspection.

5. All material shall have test certificates with Heat No and Lot No. from original manufacturer.

6. Make of steel shall be: M/s. SAIL/ TATA/ JINDAL /VIZAG STEEL /ESSAR only.

7. Make of alloy steel forgings for pins shall be M/s. SAIL/ JINDAL/ TATA/ ESSAR/ VIZAG-RINL/ Mahindra Ugine Steel (MUSCO) / Hindustan Forgings/Bhushan Steel/Vikrant Forgings/ Bay Forge/ Kalyani Forgings or equivalent.

8. All the fasteners shall be of standard make M/s TVS/UNBRAKO/LPS only.

C. FABRICATION /MANUFACTURING :

1. Plan of fabrication/manufacturing shall be prepared and submitted to department before starting of fabrication.

2. The manufacture include cutting of rolled sections & plates in required lengths, finishing edges, Edge preparation, welding, inspection of welds, stage inspection, removal of burrs, finishing.

3. The Entire fabrication activity shall be performed in a planned/ sequential manner to achieve desired dimensional/geometrical tolerances specified in the drawing.

4. In assembling and joining parts of a structure or of build-up member the procedure and approved sequence of welding shall be fol lowed such as to avoid distortion and minimize shrinkage stress.

5. The pin shall be of forged steel, finish machined, heat treated and

Page 6: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

Page 4 of 7

tested as mentioned in drawings.

6. The pin for modular test loads shall be heat treated to required specifications as mentioned in the drawings. The heat treatment charts/oven data shall be provided for record. After hardening & tempering, pin shall be tested for any heat grain with DPT/MPT.

7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used for this scope of work.

8. Edge preparation for welding to be carried out for all joints as per standard practice.

9. Preheat and inter-pass temperature shall be maintained as required on either side of point of welding as per the welding standards.

10. All fillet welds shall be of minimum 6mm size unless otherwise specified in the drawing. The effective throat thickness of a fillet weld shall be shortest distance from the root to face of the diagrammatic weld.

11. Inside of the box sections of seal welded to leak tight and shall be painted with water resistant epoxy zinc rich primer (two coats) before concreting closing.

12. Wherever welded attachments are used to facilitate fabrication, same shall be removed carefully by cutting or chipping and surface of material shall be finished smooth by grinding.

13. Concreting with compacting machine shall be used to have better concrete loading.

14. Painting of structural materials inner areas before closing and outer areas after closing. Overall painting shall be carried out before handing over.

15. The environment of modular test loads is outside (24x7 hours). The environment is near to sea (i.e., saline atmosphere), with ambient temperature and with relative humidity of 95%. Weather conditions are tropical. Bidder shall consider suitable primer and paints for painting these loads and tackles.

i) Surface Cleaning : The entire surface of fabricated materials are to be sand / grit / abrasive blasted to white metal finish (SA 2½ quality) and cleaned properly off rust, grease & dirt.

ii) Painting with Epoxy Primer (Total thickness of 80 microns) : Two coat of epoxy primer (Apcodur CP 680 of M/s Asian Paints or equivalent) shall be applied to a Dry Film Thickness (DFT) of 80 microns.

iii) Painting Epoxy Paint (Total thickness of 120 microns) : Two coats of epoxy paint of Golden Yellow color (Apcodur CF 693 of M/s Asian Paints or equivalent) shall be applied to a Dry Film Thickness (DFT) of 80 micron and 40 micron for first and second coats with proper drying in between coats. Final touching shall be done if required. Painting quality shall ensure austhetic looking of crane.

iv) Total paint thickness including primer: Not less than 200 microns. This will be tested during stage inspections and final inspection at supplier works & at our site.

Page 7: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

Page 5 of 7

v) In addition if any intermediate cleaning required between successive coats of paint are to be carried out as per the recommendation of paint manufacturers and as per the instruction of the Purchaser (SDSC SHAR).

vi) Painting scheme/plan with paint details shall be submitted to department before taking up the work.

vii) Lettering/stenciling shall be carried out on all the individual modular test loads with letter size of 6 inches and color shall be in black/red as mentioned below :

a. For Modular test loads : “_________TON” shall be mentioned on all 4 sides.

viii) All the side faces of modular test loads shall be painted with slant black and yellow strips with an inclination of 60° to the horizontal.

ix) All the edges faces of Modular test loads shall be painted with red color reflective paint of width 100mm.

x) Pin and handle shall be painted with red color.

D. SHOP/SITE INSPECTION BEFORE STARTING OF WORK

1. Raw material Inspection : All steel raw materials shall be offered for inspection along necessary material & mechanical test reports, UT inspection reports, and heat No. marks.

2. All the welds are to be tested by liquid penetration test as per IS.

3. Liquid penetration test (DPT) shall be conducted on root and final run of all full penetration welds (if any).

4. Member length shall be selected such that no butt welds are required in main load members.

5. Butt welds if any shall be 100% DPT tested & qualified, fillet welds shall be 10% DPT.

6. The pin shall be inspected ultrasonically and qualified.

7. The forged pin shall be thoroughly hardened and tempered as per specification.

8. After hardening & finishing the pin shall be DP tested/MPT for any surface cracks.

9. Fabrication sequence shall be planned in a manner to facilitate inspection of all welds.

10. Dimensions shown in the drawings are final acceptance dimensions. However, any minor modifications if any shall be accomplished by the supplier.

11. Allowances for machining and thinning due to fabrication process shall be added to arrive at material sizes.

12. Steel Concrete Modular test loads shall be offered for inspection after completion of making holes & boring operations before painting.

Page 8: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

Page 6 of 7

13. Purchaser can inspect modular test loads at any stage of fabrications with prior intimation. Supplier shall cooperate and arrange for inspection as per standard.

14. Fully finished and painted loads will be inspected by our engineers at your site before dispatch (if the loads is planned to carry out at supplier works).

15. The manufacture include cutting of rolled sections & plates in required lengths, finishing edges, Edge preparation, welding, inspection of welds, stage inspection, removal of burrs, finishing.

16. The Entire fabrication activity shall be performed in a planned/ sequential manner to achieve desired dimensional/geometrical tolerances specified in the

E. TESTING OF MODULAR TEST LOADS

1. Modular test loads shall be finally inspected for all dimensional inspection. All dimensions shall be as per drawing within allowable limits.

2. Loads shall be handled individually at SHAR after receipt/fabrication. Party shall depute their personnel and Engineer/supervisor during initial handling.

F. DOCUMENTATION

A) After Placement of order:

1. Supplier shall submit Quality Assurance Plan for department’s approval.

B) Prior to fabrication

2. Raw materials identification & physical and chemical test certificates for all materials used in manufacturing of the equipment.

3. Heat No. & Lot No. of p in shall be transferred and this shall be visible and traceable after full completion of fabrication in presence of department engineers.

4. UT test reports for plate thicknesses above 20 mm.

5. UT test reports of Pins & bars.

C) During & After completion of fabrication

6. Hardness test reports & Heat treatment charts for forged pins.

7. Details of stage wise inspection records, rectification records if any for fabricated items and machined articles.

8. DP reports for root.

9. Dimensional inspection reports.

10. Two sets of all inspection and test reports in hard bound book form shall be provided.

Page 9: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

Page 7 of 7

III. GENERAL CONDITION OF SUPPLY

1. Supplier shall be responsible for all their materials, personnel during work at our site.

2. All the machined surfaces shall be applied with anti-corrosive varnish.

3. Slant black and yellow paint strips with an inclination of 60° to the horizontal shall be provided. Width of the strip shall be 100mm.

4. All lettering shall be black/red.

5. Pins and handles shall be painted with red color.

6. Any intermediate cleaning required between successive coats of paint shall also be carried out as per the manufacturer’s specification and guidelines.

7. QAP to be submitted by the party for approval before start of fabrication.

8. Supplier shall not off load the contract or part of contract to any sub supplier without prior permission from Department.

9. The party shall deliver the fabricated, finished and painted tackles at SDSC SHAR.

IV. Guarantee

Supplier shall provide a guarantee for a period of one year for all modular test loads against any workmanship defects from the date of commissioning.

V. Validity of the offer :

The tender shall be valid for minimum period of 120days from the due date of tender.

Page 10: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used
Page 11: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used
Page 12: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used
Page 13: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used
Page 14: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used
Page 15: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used
Page 16: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR

Welcome, Materials Master (isro)31 August 2017,

17:16:08 IST

MAIN VIEW HELP

Preview For STANDARD TERMS AND CONDITIONS

Page Destination: Tender Header Format Type : Normal

. :

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTRE

PURCHASE DIVISION

Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-Mail ID : [email protected], [email protected], [email protected]

STANDARD TERMS & CONDITIONS

1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.

2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-

1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid

In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part

tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below

GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017

TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.

This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be

furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.

9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank

Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.

Page 1 of 3

Page 17: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till

completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.

13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.

15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and

commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.

19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS

The Tenderer should submit the following documents/information while quoting:- a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual

interest in the business. c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.

e)Compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.

b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. GST as applicable d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.

e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable.

1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices

4.GST Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS

The following tenders shall be summarily rejected from the procurement process a.Tenders received from vendors who have not qualified in terms of their registration. b.Tenders received against publishing of a limited tender in the CPP portal.

c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.Unsolicited tenders from vendors. e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.

f.The tenders which are not accompanied by the prescribed Earnest Money Deposit. g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.The validity of the tenders is shorter than the period specified in the tender enquiry.

i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.

Page 2 of 3

Page 18: टेलिफोन:+91 8623 225023 फेक् : +91 8623 225170 Fax: +91 ... · 7. Welder qualification, WPS, PQR as per IS shall be submitted. Qualified welders shall be used

k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).

l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.

Page 3 of 3