Upload
others
View
12
Download
0
Embed Size (px)
Citation preview
1
REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) FOR FOR FOR FOR
CARRYCARRYCARRYCARRYINGINGINGING OUT OUT OUT OUT FABRICATION & INSTALLATION OF PROCESS PIPING FABRICATION & INSTALLATION OF PROCESS PIPING FABRICATION & INSTALLATION OF PROCESS PIPING FABRICATION & INSTALLATION OF PROCESS PIPING
AT CRYOGENICAT CRYOGENICAT CRYOGENICAT CRYOGENIC TURBO PUMP TEST FACILITYTURBO PUMP TEST FACILITYTURBO PUMP TEST FACILITYTURBO PUMP TEST FACILITY (CTPT)(CTPT)(CTPT)(CTPT)
September 2019
ISRO PROPULSION COMPLEX INDIAN SPACE RESEARCH ORGANIZATION
DEPARTMENT OF SPACE, GOVERNMENT OF INDIA
MAHENDRAGIRI, TAMILNADU 627 133
INDIA
2
CONTENTS
S.NO SECTION PAGE
NO
1.0 INTRODUCTION 4
2.0 SITE LOCATION AND CLIMATIC CONDITION 6
3.0 SCOPE OF WORK 6
3.1 General 6
3.1.1 Responsibility of Contractor 7
3.1.2 Responsibility of Department 8
3.2 Detailed Description of Works 8
3.2.1 General 8
3.2.2 Piping Layout & Isometric Drawings 9
3.3 Details of work 9
3.3.1 Work Quantity 10
4.0 INSPECTION AND QUALITY CONTROL 15
4.1 General 15
4.2 Welding Procedure and Welder performance 16
4.3 Inspection 16
4.4 Norms of Quality Control 17
4.5 Elimination of Weld Defects 17
5.0 GENERAL FABRICATION PROCEDURE 18
5.1 Pipe Bending 18
5.2 Welding and DP testing 19
5.3 Radiography 20
5.4 Installation and testing of Pipelines 21
5.5 Erection of Flow components 22
5.6 Chemical Cleaning 22
5.7
Re-work or Alteration 23
5.7.1 Retrieval of Pre-Welded Fittings & Flow components
24
5.7.2 Dismantling of pipeline assemblies 24
5.8 Foam Insulation 24
5.9 Structural Works 25
5.10 Painting 26
5.11 Minor Civil Works 28
3
6.0 WORK SITE CONDITIONS 29
6.1. Site establishment 29
6.2. Electricity 30
6.3. Water 30
6.4. Messing & Accommodation 30
6.5. First Aid 30
6.6. Supervision of Work 30
6.7. Employment of labours 31
6.8. Reporting 31
6.9. Working and Safety Regulations 32
6.10. Electrical Safety Regulations 33
7.0 GENERAL TERMS AND CONDITIONS 34
7.1 Schedule of Work Execution 34
7.2 Quantity Variation 34
7.3 Terms of Payment 34
7.4 Security Deposit 35
7.5 Guarantee 35
7.6 Performance Bank Guarantee 36
7.7 Liquidated Damage for delayed execution 36
7.8 Sub- Contracting 36
7.9 Confidentiality 36
7.10 Force Majeure 37
7.11 Cancellation of Contract 37
7.12 Department Supply Materials 38
7.13 Insurance coverage for Contractor’s Employees & Labours 38
7.14 Documentation 39
7.15 Settlement of Disputes 40
8.0 INSTRUCTIONS TO BIDDERS 41
8.1 Form of bid 41
8.2 Quotations (Offer) Validity 41
8.3 Pre-Qualification Criteria 41
8.4 Online Bid Submission 42
9.0 FORMATS 46
ANNEXURE
Annexure - 1 Equipment Layout of CTPT 52
Annexure - 2 Price Format 53
4
1.0 INTRODUCTION
ISRO Propulsion Complex (IPRC), Indian Space Research Organization
(ISRO), Department of Space, Government of India, Mahendragiri
627133, Tirunelveli District, Tamil Nadu State, India (hereinafter
referred to as “Department”) intends to establish “Cryogenic Turbo-
Pump Test facility (CTPT)” at their premises.
The Department seeks proposals for Fabrication & Erection of process
piping circuits from capable Bidders. All the works specified under this
RFP shall be treated as a single work package and split or part order is
not envisaged. The Bidders shall submit the bids in 2 parts viz
(i) Techno-commercial (non-priced) bid and (ii) Price bid. The
Department will initially open the techno-commercial bids received;
evaluate the capability of Bidders with regard to the criteria specified in
the RFP and short-list capable bidders. The Department will evaluate
the techno-commercial bids and identify the Suitable Bidders whose
techno-commercial bids are comply with the RFP specification and place
them on equal footing. The Department will open the price bids of the
Suitable Bidders only and award the Work/ Purchase order based on
the lowest-priced bid.
In general, the Contractor’s scope of work shall briefly comprise the
following; however the detailed scope of work including the work
quantity is given in SECTION 3.
� Deployment of man power and necessary equipments/ tools/
consumables required and execution of the works proposed under
this Work Order.
� Transportation of Department Supply Materials from department’s
stores to work site.
� Co-ordination for inspection (stage & final) and testing of works
executed with System Reliability Group (SRG) of IPRC and CTPT
team.
� Preparation of necessary documentation such as WPS, PQR, Test
reports, as-built pipeline layout & isometric drawings, etc.
Some of the Key Words Used in this Document are Defined as
Follows:
5
� “Department” shall mean and include the President of India
acting through the Director, IPRC and any representative(s) of
the Department duly authorised on his behalf.
� “Bidder” shall mean the individual or firm or company whether
incorporated or not, chosen by the Department to this tender
enquiry.
� “Contractor” shall mean the individual or firm or company
whether incorporated or not, chosen by the Department for
under-taking the works and shall include the legal personal
representatives of such individuals or the persons composing
such firm or company, or the successors of such firm or company
and the permitted assignee of such individual or firm(s) or
company.
� “Work Order” shall mean the formal order for execution of works
issued by Department and accepted by the selected bidder, based
on the documents forming this tender enquiry and acceptance
thereof by the bidder and together with the documents as
referred to therein including the specifications, designs, drawings
and instructions issued from time to time by the Department.
� “Site” shall mean the land and or other places at Mahendragiri on
which work is to be executed under the work/ purchase order,
which may be allotted by the Department for the purpose of
carrying out the work.
� “Department Supply Materials” shall mean all the items required
for realising work, including raw materials, semi-finished &
finished products & sub-assemblies, which are supplied by the
Department or their sub-contractors or bought-out from their
sub-vendors, such as flow components, pipes, pipe fittings,
instruments and consumables.
� “Contract Manager” means the engineer, who is responsible for
the execution of the work under this work Order on the part of
Department.
� “Quality Inspector” shall mean the representative of System
Reliability Group (QI-SRG) of the Department.
6
2.0 SITE LOCATION AND CLIMATIC CONDITIONS
2.1 SITE LOCATION
The works are to be carried out, at Cryogenic Turbo Pump Test
Facility (CTPT) in ISRO Propulsion Complex (IPRC), Mahendragiri,
Tirunelveli District, TamilNadu - 627133
IPRC, Mahendragiri is situated at about 60 km from Tirunelveli and
at about 20 km from Nagercoil, Kanyakumari district, Tamilnadu
State. The site is on Madurai – Kanyakumari National Highway
(NH7). At Mahendragiri, CTPT is located at about 4 km from the
National highway and is connected by black topped road of minimum
width of 3.5 meters with one meter berm on either side.
2.2 CLIMATIC CONDITION
CTPT is in a plain terrain at an elevation of about 115 meters above
MSL. The climatic conditions at Mahendragiri are tropical and windy
with occasional gusts. The maximum wind speed is 120km/hr with
3 sec, gust. Normal monsoon period is June-July and October-
November. The contractor will have to provide protective
arrangement against wind, and rain which they may think
necessary, to carry out the work continuously.
3.0 SCOPE OF WORK 3.1 GENERAL
The scope of work specified under this Work Order in brief, includes
the following. However, the details of each work are deal in the
respective sections.
� Transportation of Department Supply Materials from
Department’s storage yard (maximum distance 200 m) to
work site.
� Fabrication, welding (SS), cleaning, Radiography, Installation
and testing of pipelines as per the procedure described under
the respective Section.
� Minor civil works like construction of pedestal for pipe
supports, excavation of existing concrete floor & pavements,
etc.
7
� Fabrication of structural (MS) supports, access platforms and
cross over bridges.
� Providing foam insulation (Pre-moulded / In-situ) for the pipe
lines.
� Painting of structures and supports and colour coding of pipe
lines.
� Preparation of as built piping layout and Isometric drawings.
� Documentation
3.1.1 RESPONSIBILITY OF CONTRACTOR
The responsibility of the contractor includes, but not limited to
providing the following;
� Deployment of labourers like helper, welder, fitter, rigger,
supervisor for site works, supervisor for Quality, supervisor
for Safety, works manager, etc in sufficient numbers to
complete the works within the stipulated time.
� Transport vehicles for contractor’s labourers, equipments &
materials.
� Construction of temporary shed/room for carrying out
fabrication works and storage of tools, welding machine, site
office, dark room, etc.
� Trucks, cranes, fork lift, chain pulley block, slings, hooks,
metal ropes, etc. for transporting the packages & materials
from Department’s storage yard to work site.
� Cranes, fork lift, chain pulley block, slings, hooks, metal
ropes, Tools, tackles, etc. for the installation of pipe lines,
flow components and equipments at work site.
� Welding machine (TIG & Arc), drilling machine, grinding
machine, pipe bending machine, etc.
� Equipments and materials for radiographic testing such as
X-ray machine / Gamma ray source, penetrameter, X-ray
film, etc.
� Consumables such as Argon gas, Oxygen gas, Acetylene gas
and LPG for welding, filler wire, electrodes, and wire brush,
hack saw blades, etc.
8
� Consumables such as cleaner (acetone), dye, developer, etc.
for Dye-Penetrate (DP) testing.
� Chemicals for Pickling & Passivation.
� Chemicals for foam Insulation.
� Stainless steel (SS) U-clamps for pipes, packing materials
(PTFE (Teflon) sheet) to be placed between clamps & pipe
and pipe & pipe supports, etc.
� Supply of structural materials
� Fabrication and erection of structural supports, access
platforms, etc.
� Minor civil works such as construction of PCC, RCC pedestals
& foundations for pipe supports, including supply of
materials, etc.
� Painting of structures, colour coding of pipes including supply
of paints, etc.
� Statutory Insurance coverage for contractors work force
(labours) and equipments.
3.1.2 RESPONSIBILITY OF DEPARTMENT
� Furnishing of piping layout.
� Identifying working space for construction of temporary
shed/room for storage of contractor’s tools machines, etc.
� Supply of Pipes, Fittings & Flow components.
� Supply of fasteners and gaskets for flanged connections
� Supply of Gaseous Nitrogen (GN2) for pneumatic testing.
� Supply of electricity on chargeable basis.
� Supply of water on free of cost.
� Inspection by System Reliability Group (SRG) of Department
3.2 DETAILED DESCRIPTION OF WORKS
3.2.1 GENERAL
9
The layout of the CTPT along with the major systems is shown in
Annexure-1. The piping circuits are mainly to service the following gases:
� Gaseous Hydrogen (GH2) � Gaseous Helium (GHe)
� Gaseous Nitrogen (GN2)
Department supply materials required for piping works such as valves and other flow components, pipes and fittings are to be taken delivery
from the stores of the Department and transported safely to the site
by the contractor. The scope of work in this Work Order includes the following.
3.2.2 PIPING LAYOUT & ISOMETRIC DRAWINGS
The pipelines are to be laid at the ground level, in and around
pressure regulator sheds, on the working platforms and on the test stand structure at different elevations. Besides these, the installation
of vent stacks at the Hydrogen vent yard, vent stacks above the roof top of the test stand structure, vent lines and vacuum lines. The
complete piping layout will be supplied to the contractor at the time of execution of the work/ purchase order. The contractor shall prepare
the detailed fabrication drawings (isometrics) based on the piping layout supplied to them.
The pipe segments of length varying from 2 to 6 meters will be supplied and they shall be fabricated to the required length for
installation. Elbows, bends and Tee connections are to be welded with the pipe lines wherever they are required. Mitre joints shall be
provided with the approval of the department wherever standard elbows and bends are not supplied. The weld joints are described in
the piping layout/Isometric drawings by Roman numerals. At ground level, concrete pedestals embedded with mild steel plates are to be
provided for supporting the pipelines. The support elements such as MS angles/channels have to be welded on the embedment in the
concrete floor/pedestals. The pipeline supports shall be provided as per the details given in the piping layout/isometric drawings. Wherever such details are not
specified, the supports shall be provided in general for every two
meter length of pipeline and essentially near the elbows/bends/Tee connections with the approval of the Department.
3. 3 DETAILS OF WORK.
The quantity of work under each work item is given below; all the works such as, the pipeline fabrication, erection of flow components,
welding, cleaning, etc shall be carried out as per the General Fabrication Procedure given under Section No.5. THE UNIT OF MEASURE “INCH-DIA” & “INCH-METRE”
10
INCH-DIA: 1 inch diameter. For example, if unit cost for welding is
given in Inch-dia for a size range, then the cost per joint of particular size within the given range is the pipe nominal Size in Inch multiplied
by the Inch-dia cost.
INCH-METRE: 1 Inch Size pipe of 1 meter length. For example, if a 4 Inch size pipeline of 1 meter length is chemical cleaned then the
quantity chemical cleaned is 4 Inch meter.
3.3.1 WORK QUANTITY
No payment will be made under any heading other than the ones
given below and therefore the bidder shall include the prices of any other material supply, services, etc to be rendered for completion of
full scope of the work of the contract in the appropriate headings (work item) given below.
WORK ITEM : PIPE/TUBE BENDING TABLE No: 3.1
Sl.N0 BRIEF SPECIFICATION
UNIT OF MEASURE
QUANTITY NOMINAL PIPE SIZE
(NPS in mm)
SCHEDULE REFERENCE
3.1.1 DN ≤ 25 ≤ 40S
5.1
Inch Dia 250
3.1.2 DN ≤ 25 40S < Sch ≤ 160 Inch Dia 130
3.1.3 8 mm ≤ Tube OD ≤ 12.7 mm
Any thick Per bend 140
WORK ITEM : SS TUBE BUTT WELDING & DPT TABLE NO: 3.2 Sl.N0 BRIEF SPECIFICATION
UNIT OF
MEASURE QUANTITY
TUBE SIZE
THICKNESS REFERENCE
3.2.1 Tube OD 8 mm ≤ 1.6 mm
5.2 & 5.2.1
Per joint 130
3.2.2 10 mm ≤ Tube OD ≤ 12.7 mm
≤ 2.2 mm Per joint 150
WORK ITEM : SS TUBE SOCKET WELDING &
DPT TABLE NO: 3.3
Sl.N0 BRIEF SPECIFICATION UNIT OF
MEASURE QUANTITY
TUBE SIZE
THICKNESS REFERENCE
3.3.1 8 mm ≤ Tube OD ≤ 12.7 mm
Any thick 5.2 & 5.2.2 Per joint 260
11
WORK ITEM : SS PIPE BUTT WELDING & DPT TABLE NO: 3.4
Sl.N0 BRIEF SPECIFICATION
UNIT OF MEASURE QUANTITY NOMINAL PIPE SIZE
(NPS in mm) SCHEDULE REFERENCE
3.4.1 25 ≤ DN ≤ 50
≤ 10S
5.2 &
5.2.1
Inch Dia 2990
3.4.2 65 ≤ DN ≤ 100 Inch Dia 6240
3.4.3 150 ≤ DN ≤ 200 Inch Dia 5850
3.4.4 15 ≤ DN ≤ 50
40S
Inch Dia 6150
3.4.5 65 ≤ DN ≤ 100 Inch Dia 170
3.4.6 DN 150 Inch Dia 15
3.4.7 15 ≤ DN ≤ 50 80S Inch Dia 30
3.4.8 15 ≤ DN ≤ 40 160 Inch Dia 1110
3.4.9 15 ≤ DN ≤ 50 XXS
Inch Dia 780
3.4.10 DN 65 Inch Dia 800
WORK ITEM : SS PIPE SOCKET/FILLET/LAP WELDING & DPT
TABLE NO: 3.5
Sl.N0 BRIEF SPECIFICATION
UNIT OF MEASURE
QUANTITY NOMINAL PIPE SIZE
(NPS in mm) SCHEDULE REFERENCE
3.5.1 15 ≤ DN ≤ 50 ≤ 40S
5.2 &
5.2.2
Inch Dia 1120
3.5.2 65 ≤ DN ≤ 100 Inch Dia 65
3.5.3 15 ≤ DN ≤ 50 80S Inch Dia 860
3.5.4 15 ≤ DN ≤ 40 160 Inch Dia 470
3.5.5 15 ≤ DN ≤ 65 XXS Inch Dia 530
WORK ITEM : SS PIPE MITER WELDING &
DPT TABLE NO: 3.6
Sl.N0 BRIEF SPECIFICATION
UNIT OF MEASURE
QUANTITY NOMINAL PIPE SIZE
(NPS in mm) SCHEDULE REFERENCE
3.6.1 25 ≤ DN ≤ 50
≤ 10S 5.2 &
5.2.3
Inch Dia 75
3.6.2 65 ≤ DN ≤ 100 Inch Dia 160
3.6.3 150 ≤ DN ≤ 200 Inch Dia 125
3.6.4 25 ≤ DN ≤ 50 40S
Inch Dia 35
3.6.5 65 ≤ DN ≤ 100 Inch Dia 10
12
WORK ITEM : RADIOGRAPHY TEST WITH
X-RAY TABLE NO: 3.7
Sl.N0 BRIEF SPECIFICATION UNIT OF
MEASURE QUANTITY
NOMINAL PIPE SIZE (NPS in mm)
SCHEDULE REFERENCE
3.7.1 Tube OD ≤ 12.7 mm Any thick
5.3 &
5.3.1
Per joint 410
3.7.2 DN 15 ≤ 160 Per joint 1140
3.7.3 25 ≤ DN ≤ 200 ≤ 10S Inch Dia 2320
3.7.4 25 ≤ DN ≤ 100 40S Inch Dia 920
3.7.5 25 ≤ DN ≤ 50 80S Inch Dia 10
3.7.6 25 ≤ DN ≤ 40 160 Inch Dia 90
3.7.7 25 ≤ DN ≤ 65 XXS Inch Dia 155
WORK ITEM : RADIOGRAPHY TEST WITH
GAMMA RAY TABLE NO: 3.8
Sl.N0 BRIEF SPECIFICATION
UNIT OF MEASURE
QUANTITY NOMINAL PIPE SIZE
(NPS in mm) SCHEDULE REFERENCE
3.8.1 DN 15 ≤ XXS
5.3 &
5.3.2
Per joint 5780
3.8.2 25 ≤ DN ≤ 200 ≤ 10S Inch Dia 13130
3.8.3 25 ≤ DN ≤ 150 40S Inch Dia 5220
3.8.4 25 ≤ DN ≤ 50 80S Inch Dia 20
3.8.5 25 ≤ DN ≤ 40 160 Inch Dia 220
3.8.6 25 ≤ DN ≤ 65 XXS Inch Dia 1390
WORK ITEM : INSTALLATION AND TESTING OF PIPE LINES
TABLE NO: 3.9
Sl.N0 BRIEF SPECIFICATION UNIT OF MEASURE
QUANTITY NOMINAL PIPE SIZE
(NPS in mm) SCHEDULE REFERENCE
3.9.1 Tube OD ≤ 12.7 mm
Any Schedule 5.4
metre 200
3.9.2 DN 15 Inch Dia 1850
3.9.3 DN 25 Inch Dia 1570
3.9.4 40 ≤ DN ≤ 80 Inch Dia 6860
3.9.5 100 ≤ DN ≤ 150 Inch Dia 7230
3.9.6 DN 200 Inch Dia 5200
13
WORK ITEM : ERECTION OF FLOW
COMPONENTS/ EQUIPMENTS TABLE NO: 3.10
Sl.N0 BRIEF SPECIFICATION
UNIT OF MEASURE
QUANTITY NOMINAL PIPE SIZE
(NPS in mm) SCHEDULE REFERENCE
3.10.1 50 ≤ Weight ≤ 300 Any Size 5.5
Kg 8000
3.10.2 300 < Weight ≤ 750 Kg 5000
WORK ITEM : DISMANTLING OF PIPE LINE ASSEMBLIES
TABLE NO: 3.14
Sl.N0 BRIEF SPECIFICATION REFERENCE
UNIT OF MEASURE
QUANTITY
3.14.1
Dismantling of pipe line assemblies, removing clamps, cladding & insulation if any, and shifting to Department’s store yard.
5.7 & 5.7.2 Inch metre 230
WORK ITEM : CHEMICAL CLEANING TABLE NO: 3.11
Sl.N0 BRIEF SPECIFICATION REFERENCE
UNIT OF
MEASURE QUANTITY
3.11.1 Chemical cleaning of pipes any size & schedule
5.6, 5.6.1, 5.6.2 & 5.6.3
Inch metre
17500
WORK ITEM : PUF INSULATION TABLE NO: 3.12
Sl.N0 BRIEF SPECIFICATION REFERENCE UNIT OF MEASURE
QUANTITY
3.12.1 PUF Insulation of 75 mm thickness 5.8 Square Metre
655
WORK ITEM : RETRIEVAL OF PRE-WELDED
FITTINGS & FLOW COMPONENTS TABLE NO: 3.13
Sl.N0 BRIEF SPECIFICATION REFERENCE UNIT OF MEASURE
QUANTITY
3.13.1 Retrieving the fittings and flow components to re-usable state.
5.7 & 5.7.1 Inch Dia 190
14
WORK ITEM : STRUCTURAL STEEL FABRICATION
TABLE NO: 3.15
Sl.N0 BRIEF SPECIFICATION REFERENCE
UNIT OF MEASURE QUANTITY
3.15.1
Fabrication of Structural Supports , access platform , Special supports ,etc Including supply of steel structural materials
5.9.1 Kg 17800
3.15.2
Fabrication of Structural Supports , access platform , Special supports ,etc excluding supply of steel structural materials (structural materials shall be supplied by Department)
5.9.2 Kg 10150
WORK ITEM : PAINTING OF SURFACE TABLE NO: 3.16
Sl.N0 BRIEF SPECIFICATION REFERENCE
UNIT OF MEASURE
QUANTITY
3.16.1 Applying only primer – 2 coats by brush
5.10 & 5.10.1
Square metre
580
3.16.2 Applying only paint – 2 coats by brush Square metre
620
3.16.3 Applying only paint – 2 coats by Spray gun
Square metre
220
WORK ITEM : LETTER WRITING ON
FLOWCOMPONENTS/ EQUIPMENTS
TABLE NO: 3.17
Sl.N0 BRIEF SPECIFICATION REFERENCE
UNIT OF
MEASURE QUANTITY
3.17.1
Letter writing
Height of letter ≤ 40 mm
5.10 &
5.10.2
Per letter- height of mm basis
2000
3.17.2 40 mm < Height of Letter ≤ 100 mm
Per letter- height of mm basis
1750
3.17.3 Height of Letter > 100 mm Per letter- height of mm basis
1250
15
4.0 INSPECTION & QUALITY CONTROL 4.1 GENERAL
All the works under this contract shall be inspected by the Quality
Engineer of the Contractor. However, the Department has the final
authority to issue written approval, clearances and certificates of the work.
Works under this item comprise inspection of mounting of equipments
and components, complete piping works. Inspection of mounting works includes checking, measuring and marking of co-ordinates, equipment
leveling, leak checking etc. Inspection of piping works include stage by stage inspection of handling, cleaning & degreasing, rigging, all
procedures adopted in weld joint preparation, filler wire material, alignment of pipes, fit-up welding, fabrication, fixing of supports,
installation and testing of all the pipe lines as per the drawings supplied by the Department or supplied by the contractor which are duly
approved by the Department.
Also included under this item are checking the procedure, techniques
and methodology adopted by the contractor in the DPT and radiographic examination of weld joints, checking the radiography
films, checking of weld joints, DPT of the weld joints, etc. All procedures involved in the total piping fabrication, erection and testing
shall be submitted in the detailed form to System Reliability group of
WORK ITEM : MINOR CIVIL WORKS TABLE NO: 3.18 & 3.19
Sl.N0 BRIEF SPECIFICATION REFERENCE
UNIT OF MEASURE
QUANTITY
3.18.1
Minor Civil works -
Excavation
P.C.C
5.11
Cubic metre 6
3.18.2 R.C.C Cubic metre 3
3.18.3 Brick Masonry Cubic metre 2
3.18.4 Ground Cubic metre 16
3.19.1
Minor civil works - Laying
P.C.C (Cement: Sand: Gravels = 1:4:8)
Cubic Metre 10
3.19.2 R.C.C (Cement: Sand: Gravels = 1:1.5:3)
Cubic Metre 3
3.19.3 Brick masonry (Cement: Sand = 1:5)
Cubic Metre 8
16
Department for checking of compliance with the relevant codes and
standards and acceptance. All the tests carried out under the Work Order will be witnessed by Department Representative.
4.2 WELDING PROCEDURE AND WELDER PERFORMANCE
All the welding shall be carried out by qualified welder(s). Welding procedure & welder performance qualification tests shall be carried out
in accordance with section IX of ASME. At least six welders shall be qualified for the work.
Department will supply only the pipes and the remaining materials
required for the test shall be brought by the contractor. The size of tubes/ pipes range from 8 mm to 300 mm and thickness of the pipes
range from 1 mm to 14 mm. Test procedure, specimen preparation, NDT testing, tensile test, bend test etc shall be done as per sec IX of
ASME and any other requirement specified by the Department at the time of execution of the work. The welder qualification and weld procedure qualification test shall be
carried out under the inspection of System Reliability Group (SRG) of Department. If the welder is already qualified, then the certificate shall
be submitted to Department for review & approval.
4.3 INSPECTION
Inspection of welding works will be carried out generally in the following manner:
� Preliminary check � Checking of welding procedure
� Checking of the quality of weld joints
Preliminary checks
� Checking whether qualified welder is being engaged for the work. Also checking of the qualification or other allied
operating personnel.
� Checking the state of the appliances, instruments and devices used for welding and inspection.
� Checking the quality of welding materials, their correspondence with the certificates and their storage conditions.
� Checking the quality of preparation of the weld joint. Measuring the weld geometry and checking the fit-up assembly for conformance to the required norms.
17
Checking of Welding Procedure
� Checking whether qualified procedure is being adopted.
� Monitoring and Recording all the essential parameters for each weld.
Checking the quality of the weld joints
� External inspection of the weld joint. � Dye penetrate test (DPT).
� Radiography examination.
4. 4 NORMS OF QUALITY CONTROL
- All weld joints shall be subjected to external examination to
detect weld defects. - The quality norms with acceptance limits for external
examination of piping are as per ASME. - Radiography examination of the weld joints shall be done only
after elimination of defects detected by the external inspection.
- There are three categories of weld joints as given below;
� Weld category - I � Weld category – II
� Weld category - III
- The weld joints of category-I are to meet stringent quality
standard because these joints are subjected to high operating pressure, flammable & explosive fluid media, high dynamic
loads etc. All butt weld joints of category-I shall be subjected to 100% radiography.
- The weld joints of category- II are subjected to low operating
pressure, vacuum, etc. All butt weld joints of category-II shall be subjected to 10% radiography examination and such weld
joints will be identified for test by the inspection personnel of the Department.
- The weld joints not included in the aforesaid two categories
are related to the III category. Generally welding of supports,
structural welding is falling in the III category.
4.5 ELIMINATION OF WELD DEFECTS
- Elimination of weld defects shall be carried out in the presence
or with the concurrence of the inspection personnel of
Department.
18
- The weld joints which are found to be defective in X-ray
examination or strength test or leak test or vacuum leak proof ness test shall be subjected to the same type of check/testing
repeatedly after rectification work until all the checks / tests are passed successfully.
- Length of the defective segment is to be determined before
preparation of the edges for re-welding and the width of the edge preparation is determined by the nature of the defect.
- Width of the weld after re-welding shall not exceed double the
width of the weld existed earlier.
- Weld sagging, under cuts and hollows between beads shall be eliminated by welding again over the defective place after
polishing such spots to get bright metallic surface.
- For repairing joints with incomplete fusion, inclusions, cracks
etc. (internal weld defects) the material shall be removed till the defects are completely eliminated from the job and then re-welding shall be done.
- The repair of weld joints by re-welding at the same place is allowed only up to 2 times.
- After elimination of defects, the pipeline shall be purged with
GN2.
- During repair works in the defective joints, ensure chips, dust and other contaminations do not enter into the pipelines.
- Subject the repaired welds to repeated checks as well as tests
for strength, leak proof ness etc.
5.0 GENERAL FABRICATION PROCEDURE
5.1 PIPE BENDING
The rate for pipes shall be quoted per Inch Dia of Pipe bend. The rates shall be quoted separately for each group of schedules
/thickness. The rate for tubes shall be quoted per bend.
The work under this item covers all operations necessary to produce satisfactory pipe bends up to 90o with stainless steel pipes/ tubes.
Works involved under this item shall be handling, measuring,
setting-up, supply and operation of hot and cold bending equipments, etc. The contractor shall normally be permitted to
19
carry out “Cold” bending. However, the Department reserves the
right, in certain instances, to call for hot bending. Unless otherwise specified on Department’s drawings / documents, all bends shall be
formed with a radius measured to the centre line of the pipes equal to three times the nominal pipe diameter. The quantity for payment
under this category shall be the number of bends finally made as required by the Department irrespective of process.
5.2 WELDING AND DP TESTING
The rate for pipes shall be quoted per “Inch Dia” for different
sizes, schedules and materials. The rate for tubes shall be quoted per joint. For the longitudinal (L-seam) welds, the length of welds
shall be measured in mm and will be divided by a factor of 105 for converting the length to “Inch Dia”.
The scope of work for weld joints includes all operations associated with making each joint, including cleaning, marking-out, cutting,
profiling, bevelling, grinding, aligning, fitting-up, tack welding, cleaning, chipping, pre-heating (if necessary), placement of wind shields, weather protection, necessary scaffolding if any and final welding together with final cleaning of welds, post-heating and DP
testing. The choice, grade and make of the welding electrodes and filler wires shall got approved by the Quality Inspector of the
System Reliability Group (QI-SRG) of Department.
After tack-welding, the alignment of the fit-up shall approve by QI-SRG of the Department before proceeding with final welding.
DP testing shall be carried out for the root and final passes of the welding in the presence of QI-SRG of the Department. Welding rods,
filler wires, argon purging gas and chemicals required for DP testing, acetone cleaner, SS wire brush, dye, developer, etc shall be brought by the contractor and be included under this item.
5.2.1 STAINLESS STEEL BUTT WELDING
The welding shall be carried out by gas-purged Tungsten Arc Welding (GTAW/TIG) process with Argon gas (purity 99.99%)
purging both inside and on the weld zone in outside of the pipe. The following welding is typical, but not limited to the work covered by
this item:
a. Pipe to pipe
b. Pipe to butt weld fittings and flow components
c. Butt weld fittings to butt weld fittings and flow components
20
5.2.2 STAINLESS STEEL SOCKET WELDING
The rate for pipes shall be quoted per “Inch Dia” for different sizes, schedules and materials. The rate for tubes shall be quoted
per joint. The welding shall be performed by (GTAW/TIG) process with Argon gas purging on the weld zone in outside surface of pipe.
This welding involves, but not limited to welding of straight pipe to socket weld fittings, valves and half sleeves of pipes. Fillet welding
shall also be covered under this heading.
5.2.3 STAINLESS STEEL MITRE WELDING
This work involves all the operations including bevel-cutting of pipes to the required number & angle and welding the bevel-cut pieces to form a bend. The final bend angle may be required up to 90o. One
“Mitre joint” means making a bend up to 90o by welding together 2 or more bevel-cut pieces, as may be required. The rates quoted per
“Inch Dia. Joint” shall include the number of bevel-cuttings and the number of welds required to make a bend. The welding shall be
performed by (GTAW/TIG) process with Argon gas purging both inside and outside the pipe.
5.3 RADIOGRAPHY
The rate for pipes above DN 15 shall be quoted per “Inch Dia” for different sizes, schedules and materials. The pipe DN 15 shall be
quoted per “Joint” for different schedules and materials. The rate for tubes shall be also quoted per “joint”. This item is indented to
cover all the operations and arrangements such as supply of X-ray machines/ Gamma Ray source, penetra-meters, screens, films,
necessary scaffoldings if any, etc., required for performing radiography of welds. 100% of the stainless steel butt weld and mitre weld joints along with heat affected zone shall be radio
graphed. Radiography shall be conducted as per the relevant procedures and codes. In all radiography films, 2% sensitivity level
shall be achieved. The quoted rates shall include supply of good quality film and developing charges of film. The developed film shall
be handed over to the Department with the joint identification number marked on the film. During the inspection, if any defect is
found, it shall be the responsibility of the contractor to rectify the defect or re-execute the work without additional charge for both
welding and radiography.
5.3.1 Radiography of joints with X-ray: It is required to carry out the radiography of joints up to 8mm thickness using X-ray machines
only. The joint(s) which are inaccessible for X-Ray machine shall be
carried out by Gamma-Ray source of 2% sensitivity level. However the decision (“inaccessible for X-Ray”) shall be taken only by the
Department.
21
5.3.2 Radiography of joints with Gamma ray: The radiography of joints having thickness above 8 mm shall be done with gamma ray.
5.4 INSTALLATION AND TESTING OF PIPELINES
The work covered under this item include all the works required for proper installation and testing (hydro or Pneumatic) of pipelines, such
as shifting of pipes from Department storage yard in the work site, handling, rigging, scaffolding, lifting and alignment of pipes with
fittings and flow components in their respective positions and on to their respective supports. Pipelines are to be routed over plain terrain
yard, paved yard, structures and inside buildings & trenches. It is the responsibility of the contactor for arranging tools, tackles, and
necessary scaffolding if any for completing the work.
The work also involves connecting pair of flanges such as the flange
between a pipeline and a flanged valve by tightening the fasteners and screwing the threaded fittings like pressure gauges, threaded interface valves, adaptors, etc, with a mating component. However, the weld joints will be paid separately under the heading “welding
and DP testing”. There shall be no limitations on the number of flanged or threaded connections per metre length of the pipe line
installed.
The pressure test of pipe lines shall be carried out either by water or by gaseous nitrogen at ambient temperature. The decision for Hydro
test or Pneumatic test will be taken by the Department. It is the responsibility of the contractor to bring all materials required for
Hydro/ Pneumatic test such as pressure regulators, manifolds, hoses, adaptors, hydro test pump etc,.
No payment will be made for the temporary scaffolding for installation, Stainless Steel U-clamps & nuts, packing material (Teflon
sheet to be placed between clamps & pipe and pipe & pipe supports), Teflon tape used for threaded connection and temporary Pneumatic /
Hydraulic connections made for testing. Department on free of cost will supply the necessary fasteners & gaskets for flanged joints,
Snoop solution for finding leak in joints during pneumatic test and required water and Gaseous Nitrogen at a specific point.
The payment for the work done under this item will be made only when the pipe line is properly located, permanently supported &
mounted with U-clamps and tested (Pneumatic /Hydro) in its final position in the field. The rate shall be quoted for Inch-metre length
of different range of sizes of pipeline actually installed and tested. For
tubes the rate shall be quoted per meter length.
22
5.5 ERECTION OF FLOW COMPONENTS & EQUIPMENTS
Installation of all flow components/equipments such as E.P valves, manual valves, filters, flow meters, command bottles, Ejectors, etc.
is based on their weight. The installation charges shall not be paid for flow components weighing less than 50 kg. And cost for erection
of flow components & equipments are categorized into 2 types, based on their weight range.
The weight for each flow component/equipments will be provided by
the Department from the records of sub-vendor from whom the flow components/equipments were bought. If the contractor is not agreeing the weight provided by the Department, then it shall be the responsibility of contractor to arrange for weighing the flow
component/equipments using a standard weighing machine / method agreeable to Department before commencing the installation.
The work shall include shifting from Department storage yard in the
work site, handling, rigging, scaffolding, lifting and alignment of flow components/equipments with pipes and fittings in their respective
positions and on to their respective supports. It is the responsibility of the contactor for arranging tools, cranes, tackles and necessary
scaffolding if any for completing the work. No payment will be made for the temporary scaffolding for
installation, packing material (Teflon sheet to be placed between flow components & its supports) and temporary Pneumatic / Hydraulic
connections made for testing. The payment for the work done under this item will be made only when the flow component/equipments
are properly located, permanently supported and tested (Pneumatic /Hydro) along with pipeline in its final position in the field.
5.6 CHEMICAL CLEANING
The rates shall be quoted to “inch-metre” of the pipeline cleaned.
The rates quoted shall include the cost of all chemicals, SS wire brushes, pumps etc. After hydrostatic/pneumatic testing, the
surfaces of all stainless steel pipelines shall be cleaned as per the
following procedure:
Sl No Weight Range
1 50 kg ≤ Weight ≤ 300 kg
2 300 kg < Weight ≤ 750 kg
23
5.6.1 MECHANICAL CLEANING:
All the metallic surfaces with scales and newly welded surfaces shall
be cleaned by scrubbing with stainless steel metallic wire brush.
5.6.2 PICKLING:
This is done to remove rust and scale. This is done by cleaning with water, followed by pickling with a solution containing Hydro-fluoric
acid (HF) and Nitric acid (HNO3). The composition of the pickling solution and duration are adjusted
after trial test on a sample piece to remove uniformly less than 25 micron thick material. Mostly the composition is
HF : 5% (by mass)
HNO3 : 15 to 20 %
Water : Remainder
This is followed by rinsing with water.
5.6.3 PASSIVATION:
It is done with a solution of the following composition
HNO3 : 25% (by volume)
Water : 75 %
Duration : 2 hours (minimum)
This is followed by rinsing with clean water. The supply of clean
water is under the scope of the Department. The litmus paper required for checking the PH of rinsed-out water is also under the
scope of Contractor.
5.7 RE-WORK OR ALTERATION
This item is intended to cover alterations or modifications to work actually erected in the field or completely re-fabricated, pre-
fabricated spool pieces. Re-work may be necessitated as a result of drawing changes, specification changes, changes in materials,
dimensional changes, changes of line size or combinations of any of the above mentioned changes. The contractor shall be responsible
for notifying Department immediately when a change arises, which
affects work partially or wholly completed. Any re-work performed by contractor without written authorization from the Department will
be done at contractor’s own risk and expense. All work involved in
24
salvaging will be paid as per section 5.7.1 & 5.7.2. The fabrication
and erection of new replacement materials, which replace the rejected sections, will be paid for at unit rates applicable to the
various functions of work.
Additional work in the shape of new piping runs extensions to existing lines that do not require any re-work will be paid for at the
appropriate unit rates shown under the different headings.
5.7.1 RETRIEVAL OF PRE-WELDED FITTINGS AND FLOW COMPONENTS
This work may be a continuation of the works defined in point 5.7.The work shall involve removing the weldment by grinding
between the pipes, fittings and flow components from the dismantled segment of the pipeline assembly and retrieving the fittings and flow components to re-usable state. The price to be agreed under this heading shall be per “inch-diameter” of the pre-
welded fittings and components retrieved, but irrespective of the schedule number
5.7.2 DISMANTLING OF PIPELINE ASSEMBLIES
Due to changes brought by the Contract Manager, it may be
required to dismantle pipeline assemblies installed by the contractor.
The work shall involve cutting the specified segment of the pipeline assembly, removing U-clamps from supports and shifting to the
store of the work site. The prices to be agreed upon under this heading shall be per “inch-metre” length of the segment of the
pipeline assembly dismantled.
5.8 FOAM INSULATION
After installation, some of the pipeline assemblies may require
insulation with Poly Urethane Foam (PUF). The price to be agreed upon under this heading shall be per “squared metre (m2)” area of the finished insulated surface. The basis of measurement shall be as per IS 7413-1981. For ready reference, the following excerpt
from IS 7413-1981 is reproduced as follows (but not complete):
All measurements for insulation piping shall be taken over the
finished insulated surface in meters, corrected to nearest
centimeter, along the centre line of piping, through all fittings, insulated or otherwise, such as valves, flanges, elbows, bends, tees
and reducers.
Insulation of valves, flanges or other fittings shall be measured
through such valves, flanges or other fittings as above and, in addition, extra measurements shall be allowed as follows:
25
a. For each insulated valve and venturi, including flanges and
body, 1.50 linear metres of piping of the connected line size up to 300 mm line size and 2.00 linear metres for larger sizes.
b. For each pair of insulated flanges, including orifice plate and flanges, 0.8 linear metres of piping of the connected line size.
c. For insulated bends, elbows and tees, twice the actual length of such fittings of concerned connected line size as measured
along their centre line. In case of insulated welded tees, twice the diameter over insulation of each of the two pipes forming
the tee is to be added to the overall length.
d. Insulated reducers connecting two different diameters of pipes
shall be reckoned as equivalent piping of larger diameter for purpose of measurement of insulation.
Though pre-moulded PUF sections can be used for straight pipeline segments, in order to insulate irregular-profiled surfaces like flow
components, in-situ moulding may be required. The price to be agreed upon shall take into account both the modes of insulation. The scope of work shall include surface preparation, arranging,
bonding and binding of insulation material and cladding by hemming and seaming with Aluminium sheet. The price to be agreed upon
shall include the cost of PUF/ chemicals for PUF, bonding material, binding wire/mesh, vapour barrier, Aluminium sheet (24 SWG), etc.
The thickness of PUF insulation shall be 75 mm.
5.9 Structural Works
5.9.1 Structural Works Including Supply of Structural Materials (Supply of Structural Materials under the Scope of Contractor)
The rates shall be quoted per kg of fabricated structure. The structural steel materials supplied shall conform to IS 2062 Material
grade. The work under this item cover, fabrication, assembly,
installation and painting of all types and sizes of structures like pipe supports, templates and any other type of structure as may be
required by the Department. The work shall include supply of the structural materials such as angles, channels, I-beams, chequered
plates, bolts, nuts, washers, etc. The contractor shall get approval for the fabrication drawings from the Department. Handling,
fabrication, cutting, drilling, machining, welding, assembly, installation and adjustment of the structures according to their
specifications and drawings at specified locations are also included in the scope of work. The fabricated structure shall be painted with
2 coats of zinc chromate primer and 2 coats grey colour enamel paint over it. The contractor shall obtain necessary approval before selecting the color shade and brand of the paint. There shall be no
26
limitation on the number of welds or drillings to be carried out per
tonne of the structural works. If the painting on the structural members constructed by the department is removed or scratched
off due to mounting and installation works carried out by the contractor, then such materials shall be painted properly with the
same colour by the contractor. The payment will be made for the weight of structure actually fabricated, erected and painted. The
weight will be calculated based on geometry of the structure and density of steel used. The cost quoted under this item shall take into
account the fabrication losses of material.
5.9.2 Structural Works Excluding Supply Of Structural Materials
(Supply of Structural Materials under the Scope of Department)
The rates shall be quoted per kg of fabricated structure. The
required structural steel materials shall be supplied by Department.
The work under this item cover, fabrication, assembly, installation and painting of all types and sizes of structures like pipe supports,
templates and any other type of structure as may be required by the Department. The contractor shall get approval for the fabrication
drawings from the Department. Handling, fabrication, cutting, drilling, machining, welding, assembly, installation and adjustment of the structures according to their specifications and drawings at specified locations are also included in the scope of work. There
shall be no limitation on the number of welds or drillings to be carried out per tonne of the structural works.
The fabricated structure shall be painted with 2 coats of zinc
chromate primer and 2 coats grey colour enamel paint over it. The contractor shall obtain necessary approval before selecting the color
shade and brand of the paint. If the painting on the structural
members constructed by the department is removed or scratched off due to mounting and installation works carried out by the contractor, then such materials shall be painted properly with the same colour by the contractor. The payment will be made for the
weight of structure actually fabricated, erected and painted. The weight will be calculated based on geometry of the structure and
density of steel used.
5.10 PAINTING
The work shall include supply of reputed brand enamel Paint, Zinc
chromate primer and arrangement of necessary scaffolding, spray gun, paint brush, abrasive paper, etc. The painting shall be carried out on flat and curved surface on following 3 modes. The rate shall
be quoted per “Square metre’’ of painted surface for each mode of painting.
27
- Applying only Primer –2 coats by Brush
- Applying only Enamel Paint – 2 coats by Brush
- Applying only Enamel Paint – 2 coats by Spray gun
� Painting Procedure:
� The surfaces to be painted shall be thoroughly cleaned (using
metal brush, abrasive paper, etc.) dried and shall be free from oil & grease.
� Painting shall be carried out in compliance with the
specifications given in the drawings.
� Enamel Paint and Zinc chromate primer of reputed brand shall only be used.
� The primer should be applied within 2 hours after preparation of the surface.
� Painting shall be done only after the primer has completely
dried.
5.10.1 COLOUR CODING
All the pipes shall be colour coded (colour bands) using paint (2 coats). Painting and colour coding of these lines shall be done in accordance with the instruction given in the piping layout drawings.
The rate shall be quoted per “Square metre’’ of painted surface.
5.10.2 LETTER WRITING
Marking of all pipelines and flow components with their identification remarks like tag number, name plate details, etc. Stencils shall be
used for painting alpha-numeric characters. Prior to painting, the surfaces shall be prepared in compliances with IS 147 Part I and II.
The requirements of this standard shall be considered the minimum acceptable criterion.
Letter shall be written over the painted surface. The rate shall be quoted “per letter” for a letter Height of ‘mm’ basis. Three different
category of letter height is tabulated.
Sl No Letter Height
1 Height of letter ≤ 40 mm
2 40 < Height of letter ≤ 100 mm
3 Height of letter > 100 mm
28
The scope of work under this item includes surface preparation, supply of primers, paints, painting brushes, thinners, etc and
painting (writing of letters). All the surfaces shall be initially painted with 2 coats of Zinc chromate primer.
The surfaces shall be finally painted with 2 coats of chlorinated
rubber paint over which the letters shall be painted (written). The surface preparation and painting shall be performed to the
satisfaction of the Department. The colour scheme will be provided during the execution of work.
5.11 MINOR CIVIL WORKS
The rates shall be quoted in cubic meters separately for excavation
and laying of Plain cement concrete (PCC), Re-enforced cement
concrete (RCC) and Brick masonry. The typical works under this heading include, but not limited to the following:
Excavation
� Breaking and making holes across the wall for laying
pipelines, excavation of RCC/PCC concrete floor, pavements, and ground wherever required for laying the
pipelines and providing pipe supports.
Laying
� Providing foundation and pedestals for equipments, as required by the Department.
� Grouting of pipe supports or other structural works.
� The scope of work includes supply of torr-steel reinforcement rods, binding wires, cement, sand, pebble
stone, gravels etc., and masonry work & plastering and white washing (2 coats) of concrete & plastered
surfaces. The composition of concrete shall be as follows:
� PCC :: Cement: Sand: Gravels = 1:4:8
� RCC :: Cement: Sand: Gravels = 1:1.5:3
� Brick masonry.
� Plastering :: Cement: Sand = 1:6
29
6.0 WORK SITE CONDITIONS
6.1 SITE ESTABLISHMENT
The contractor shall provide sheds, stores, tarpaulins and other
covers for the accommodation of their workmen and materials. All
materials likely to deteriorate in the open area shall be stored under suitable cover. The contractor shall mention in their bid the site
requirements, which shall include the office, covered storage, open
storage, fabrication yard, dark room, etc. Space shall be allotted to the contractor for erection of their sheds and storage of materials,
but he will not be permitted to make use of any other space without the prior written permission/ approval of the Department. The
sanitary conditions of the ground in and around such areas shall be maintained by the contractor.
Security of the contractor’s equipments and materials is their
own responsibility. The contractor shall ascertain what security arrangements are made available on site by the
Department and make their own arrangements for additional security as he may think necessary. The Department accepts
no liability for loss or damage to the contractor’s materials.
The material issued to the contractor by the Department will remain under the custody of the contractor. The contractor will be
responsible for loss or damage of such materials and shall preserve them in a good working condition as required for the contract and good construction practices till such time that they are erected,
aligned, fully installed in position and handed over to the Department.
In case, the Department feels that the arrangements made by the
contractor are not adequate, Department shall so advice the contractor and the contractor promptly take corrective action. In
case contractor fails to take corrective steps within reasonable time, then the Department will take corrective action, and recover the
cost thereof from the contractor’s bills.
The contractor shall provide all necessary equipments, tools, tackles, etc, necessary to complete the works under the
contract. Such materials shall not be removed from the site
till completion of the work. A gate pass must be obtained from the Department in order to remove from site any tools,
materials and equipment.
All employees of the contractor shall comply with the rules of conduct, established by the Department. Failure to do so will
be sufficient cause for removal of such person from the site.
30
It is the responsibility of the contractor for safe un-loading and storage of their own materials and also for safe
transportation of Department supplied material from the Department’s store and its proper storage at the work area.
6.2 ELECTRICITY
The bidder shall mention in their bid, their electrical power
requirement to allow the Department for planning the temporary electrical supply. Supply of electricity will be made available at one
point, on chargeable basis at prevailing tariff rates (at present it is Rs.8 Per KW-hr) to the contractor. The maximum distance between
the electric cable terminal point and any area in the CTPT where welding is required will be 200 m.
Necessary power cabling from the Department’s power isolator (terminal point) to the contractor’s utility points shall be provided by
the contractor. The joints on the cable shall be properly insulated. All temporary cabling must comply with local regulations and
subject to the Department’s satisfaction before giving power supply. The contractor shall arrange for their own power distribution board
with switch-cum-fuse unit and calibrated energy meter.
6.3 WATER
Free supply of water will be made available at one point on the site.
Any further distribution will be the responsibility of the contractor.
6.4 MESSING & ACCOMMODATION
The contractor shall make their own arrangements for messing, accommodation and food for their employees.
6.5 FIRST AID
The contractor shall provide a first aid kit at the work site to meet the requirements of minor injuries. The contractor may have access
to the purchasers’ qualified first aid personnel and ambulance in case of accidents, subject to the availability of the same. However, the contractor shall make their own medical and transport arrangements to take care of their employees in case of accident.
6.6 SUPERVISION OF WORK
The contractor shall submit to the Department a resume of their Site–in–charge / supervisor(s) for approval, prior to commencement
of the work. Once approved, contractor shall not remove their Site–in–charge / supervisor(s) without prior concurrence of the contract
Manager of Department.
31
6.7 EMPLOYMENT OF LABOURS
The Contractor’s personnel shall be Indian Nationals only. The contractor will be expected to employ, on the work, only their
regular skilled employees with experience of this particular work. No female labour shall be employed after normal working hours. No
person below the age of 18 years shall be employed.
Minimum wages and other labour related statutory conditions as per the respective Acts shall be followed by the contractor. The
contractor shall pay to each person, wages not less than those paid for similar work in the neighborhood. The employees / labour, for
carrying out all the site works shall be identified well in advance by the contractor and necessary approval shall be obtained from the
Department for entry to the work site. The contractor shall be liable
to comply with all relevant laws of the land with respect to all the labours deployed for the work either permanently, temporarily or
contracted.
The Contractor shall identify the different categories of personnel with their names and designations, who shall be deployed by him
for the site work. The Contractor shall indicate against each name of the personnel, the duration for which the presence of the
personnel will be required at the site.
The hours of work on the site shall be decided by the Department and the contractor shall strictly adhere to it. Normal working time
will be 8 hours per day. Monday through Saturday except Government holidays, permission to work on other days may be
granted at the purchasers’ discretion, on the written request from the contractor.
It is the responsibility of the contractor to meet all the expenses including provision of necessary transport to and from the work site,
lodging, allowances and other payments to the contractor’s employees. All the contractor’s employees shall wear identification
badges while working on site. All notices displayed on the site and any instructions issued by the Department must strictly adhered by
the contractor’s employees.
6.8 REPORTING
The engineer responsible for the execution of work on the part of Department shall be designated as contract manager. The
contractor must report the following information to the contract
manager by the end of every week.
a) Number of men employed, by trades
32
b) Progress achieved
c) Expected dates for completion of individual works d) Any actual or likely delay in the execution of work
6.9 WORKING AND SAFETY REGULATIONS
The contractor at their own risk shall be responsible for;
1. The safety of their men, materials, etc.
2. arranging necessary insurance coverage for their employees and labours
The contractor shall carryout the works in strict compliance with the
Departments safety norms & Instructions. The safety team of Department is authorised to stop the work found breach of any of
the safety norms & Instructions.
The contractor shall observe all statutory and legal requirements
enforced by Central and State Government applicable to the work as well as any local regulations applying to the site issued by Department or any other authority. Particular attention is drawn to the following;
a) In case of accident, the Department shall be informed in
writing forthwith. The contractor shall strictly follow the regulations laid down by the Factory Inspector, Central
and State Government authorities in this regard b) Compliance with all electricity regulations
c) Compliance with statutory requirements for inspection and test of all lifting appliances and auxiliary lifting gear
The Contractor will notify the Department of their intention to bring
on to the site any equipment such as space heating or welding apparatus, or any container holdings liquid or gaseous fuel or other
substance, which might create a hazard. The Department will have the right to prohibit the use of such equipment or to prescribe the conditions under which such equipment may be used. The
Department will have the right to inspect any construction plant and to forbid its use, if in its opinion it is unsuitable or unsafe. No claim
arising there from shall be made by the contractor.
The contractor or anyone acting on their instructions will not bring on to the site any radio-active substance or any X-ray apparatus
until written permission and direction regarding the use of such equipment has been received from the Department. The contractor
shall be responsible for the safe storage of radiographic sources of those of their sub-contractor. The contractor shall be responsible for
the provision of all safety notices and equipments required by the relevant legislation as the Department may deem necessary.
33
6.10 ELECTRICAL SAFETY REGULATIONS
In no circumstances will the contractor interfere with fuses and electrical equipment belonging to the Department or other
contractors. Before the contractor connects any electrical appliance to any plug or socket belonging to other contractor or Department,
he will
a) Satisfy Department that the appliances are in good working condition
b) Inform the Department of the maximum current rating, voltage and phase of the appliance
c) Obtain permission of the Department detailing the sockets, to which the appliance may be connected
The Department will not grant permission to plug-in until the Department is satisfied that:
a) The appliance is in good condition and is fitted with
suitable plug. b) The appliance is fitted with suitable cable, having two
earth conductors, one of which shall be an earthed metal sheath surrounding the cores.
No electric cable in use by the Department/contractor will be
disturbed without prior permission. No weight of any description will be imposed on any such cable and no ladder or similar equipment
will rest against or be attached to it. The voltage for all portable equipments like drilling machines, temporary lighting etc, shall be
240 ± 10% volts. No work must be carried out on any live equipment. Then equipment must be made safe by the Department and a “permit-to-work” issued before any work is carried out.
Contractor shall employ a full time electrician to maintain their temporary electrical installations.
34
7.0 GENERAL TERMS AND CONDITIONS
7.1 SCHEDULE OF WORK EXECUTION
The entire works under this RFP shall be completed within 15 months from the date of “Site Readiness”. The Purchaser (Contract Manager) shall issue Site Readiness to the Contractor (successful Bidder) within 3 months from the date of award of
Work/ Purchase Order. The Contractor shall mobilize their men and material to the site within 15 days from the date of issue of Site
Readiness.
The contractor shall deploy at site necessary manpower not less than the number given below in the Table for execution of work.
Sl.No DESIGNATION No. Of
Persons
1. Site-In-Charge 1
2. Supervisor Quality Assurance 2
3. Supervisor work execution 2
4. Supervisor Safety 1
5. Fitter 6
6. Grinder 6
7. TIG Welder (X-Ray Quality) 6
8. Structural Welder 2
9. Rigger 2
10. Helper 8
11. Electrician 1
7. 2 QUANTITY VARIATION
Quantity variation in work item is envisaged. The total Contract
price (irrespective of variation in individual work item) shall vary
± 10% due to quantity variation. The unit prices quoted against each work item shall be Firm and Fixed and applicable for the entire
duration of contract.
7.3 TERMS OF PAYMENT
The payment shall be made as follows;
35
a. 80% of the value of that part of work executed thereof will
be paid on pro-rata basis. The contractor shall raise a Running Account Bill (RAB). The number of RABs per month
shall be restricted to only one. The RAB shall be certified by Contract Manager of the Department.
b. Balance 20% of the value of work executed will be paid after
satisfactory completion of work against submission of performance bank guarantee by the contractor for 10% of
the Contract value valid for a period of 12 months from the date of completion of work.
c. The work shall be considered “Complete” after furnishing of
the following documents.
i. Issue of “work completion” certificate by the
Department for the entire work. ii. Reconciliation of all bills of the contractor, including
settlement of deductions against the services provided by the Department to the contractor on chargeable basis.
iii. Reconciliation of all the Department supply
materials provided by the Department. iv. Submission of Performance bank guarantee as
stated above.
7.4 SECURITY DEPOSIT
The contractor including start-up/ MSME companies shall submit Security Deposit for an amount equivalent to 10% of the Contract
value in the form of Account Payee Demand Draft (or) Fixed Deposit receipt from a commercial Bank (or) Bank Guarantee from a Commercial Bank in favour of Accounts Officer, IPRC Mahendragiri and should remain valid for a period of 60 days beyond the date of
completion of the Contract. The Security Deposit shall be submitted within one month from the date of award of contract. The Security
Deposit shall be returned to the contractor only upon successful completion of all the contractual obligations or shall be adjusted/
forfeited against non-fulfillment, if any, of the contractual obligations by the contractor.
7.5 GUARANTEE
The Contractor shall provide guarantee for the systems fabricated under this contract for workman ship for a minimum period of
12 months from the date of final acceptance of the systems by the Department.
36
7.6 PERFORMANCE BANK GUARANTEE
The Contractor shall guarantee the successful and satisfactory
performance of the work executed by them. As a performance security, the Contractor including start-up/ MSME companies shall
furnish a performance bank guarantee for 10% of the contract price valid till expiry of the warranty period with additional claim period of
2 months. If any defect in the system executed by the Contractor is noticed by the Department during the warranty period and
Contractor fails to rectify or remedy the defects, the Department will have the right to get this done by other agencies and recover
the cost incurred, as determined by the Department, which shall be final and binding, by enforcing the PBG. On due performance, the
performance bank guarantee shall be automatically cancelled and returned to the Contractor within 30 days after expiry of the
warranty period.
7.7 LIQUIDATED DAMAGE FOR DELAYED EXECUTION
The completion/ delivery period shall be the essence of the
purchase/ Work order. If the Contractor fails to meet completion/ delivery date within the time specified in Purchase/ Work Order or
any extension thereof, the Department will recover from the Contractor as Liquidated Damages (LD) a sum of 0.5% of the total
contract price for each calendar week of delay subject to a maximum of 10% of the total contract price of undelivered items.
7.8 SUB – CONTRACTING
The contractor shall not assign or subcontract the work or any part of the work without the written approval of the Department. The responsibility of the performance of sub-contractor shall lie with the
contractor. Any delay in carrying out the work by the sub-contractor which affects the overall schedule of the work does not absolve the
contractor from payment of compensation for the delays. All terms and conditions applicable to the contractor shall also be applicable
to the sub-contractor.
7.9
CONFIDENTIALITY:
The technical information, drawings, specification, and other related documents forming part of enquiry or contract are the property of
the Department and shall not be used for any other purpose except for the execution of the contract. The technical information,
drawings, and other documents shall not be copied transcribed, traced or reproduced in any other form or otherwise in whole and / or duplicated, modified, divulged and / or disclosed to a third party and / or not misused in any other form whatsoever without the
Departments consent in writing except to the extent required for
37
the execution of the contract. These drawings, technical
information, specifications and other related documents shall be returned to the Department with all approved copies and duplicates,
if any immediately after they have been used for the agreed purpose.
7.10 FORCE MAJEURE:
If at any time during the execution of work, the performance in
whole or in part by either party of any obligation under the work is prevented or delayed by reasons of any war, hostility, acts of the
public enemy/terrorist, civil commotion, sabotage, fire, flood, earth quake, epidemics, quarantine restrictions, tsunami, strikes, lock-
outs, or acts of God (hereinafter referred as Eventualities) and if notice is given by either party to the other within 21 days from the
date of occurrence thereof, neither party shall for such eventuality
be entitled to terminate the work nor shall any party have any claim for damages against the other in respect of such non-performance
or delay in performance. The performance under the work shall be resumed as soon as practicable after such eventualities have come to an end and the decision of the Department whether the performance has been resumed or not shall be final and conclusive.
Provided further that if the performance in whole or in part of any obligation under the work is prevented or delayed by such
eventuality for a period of exceeding 60 days, the Department may at their option terminate the Contract provided also if the work is
terminated under this clause, the Department will be at liberty to take over from the Supplier at a price fixed by the Department
which shall be final, all unused, un-damaged, and acceptable material, bought-out components and stores in course of erection and commissioning in the possession of the Supplier at the time of
such termination of such portion thereof as the Department may deem fit excepting such material, bought-out components and
stores as the Supplier may with the concurrence of the Department elect to retain.
7.11 CANCELLATION OF CONTRACT
The Department have the right, at any time, to cancel the contract,
either wholly or in part by giving written notice. The contractor shall under take to observe the instructions of the Department as to the
winding up of the contract both on their own part and on the part of their sub–contractors. In case of cancellation of contract, all
finished/ completed work item will be taken over by Department at
the price specified in the Contract.
38
7.12 DEPARTMENT SUPPLY MATERIALS
Department will supply materials such as Pipes, Pipe fittings, various types of valves, filters, pressure regulators, fasteners, gaskets, etc. to the contractor for integrating with the piping circuit.
The Department will supply these materials in phases in their own discretion. The Contractor shall prioritize the work depending upon
availability of materials at the point of time.
The Department has storage area/yard located in the work site at a distance of 200m (max) from the work spot. Contractor shall take
delivery of aforesaid materials from the storage area/ Yard of Department in a systematic manner to follow sequence of
fabrication/ erection. Indents for materials shall be placed at least 2 days in advance, so that the Department can make prior arrangements to deliver the materials. Materials delivered shall be transported to work spot, unloaded, and stored properly by the
Contractor. The Contractor will set up an intermediate store, where they will store all the materials being issued from the Department’s
stock for convenience and proper scheduling of fabrication/ erection
work. The Department reserves the right to verify, at any time, the stock of the materials supplied to the Contractor.
In the event the contractor damages the Department supplied
materials (above normal fabrication loss as given below) or if the contractor work is rejected by the Department, the contractor shall furnish, free of cost, replacement material of equal quantity or at Departments option, the cost of damaged materials shall be
deducted from the contractor’s invoices.
Normal fabrication loss to be permitted to the Contractor as stated above shall be as under;
Sl. No
Item Salvageable Un
accountable
a. Pipes 3 % 0.75 %
b. Structural Material 5 % 1.5 %
c. Flow components , pipe fittings, etc
Nil Nil
d. Bolts & Nuts Nil 0.50 %
7.13 INSURANCE COVERAGE FOR CONTRACTOR’S EMPLOYEES/
LABOURS
It is the responsibility of the contractor for arranging necessary
insurance coverage for their employees and labours as per statutory requirements.
39
7.14 DOCUMENTATION
7.14.1 DEPARTMENT PROVIDED DOCUMENTS:
The technical details and drawings given in this tender document
are indicative of work to be performed under this contract and deemed to be sufficient for the bidder to comprehend the scope of
work.
In the event of the contract awarded, approved drawings for construction will be issued to the contractor progressively during
the execution of work. Work shall be carried out strictly as per the drawings marked “good for construction” duly signed by the
Departments’ contract manager.
After completion of work, it shall be the responsibility of the
contractor to prepare and submit “as built” piping layout and isometric drawings, taking in to account of actual dimensions after
installation.
7.14.2 DOCUMENTS TO BE PREPARED & SUBMITTED BY CONTRACTOR:
In the course of execution of the contract the contractor shall
prepare and submit the following document.
� Procedure for welding and welder qualification tests.
� Isometric drawings based on the piping layout supplied
by the Department
� Log sheet for welding
� Certificates signed by QI-SRG of the Department for
stage inspection and clearance.
� Certificates signed by QI–SRG of the Department for
testing of pipelines and clearance.
� Records for the Department Supply Materials
� The radiography films of weld joints
� As built Isometric and piping layout
The contractor shall be responsible for the preparation of all
additional fabrication drawings/sketches, which he may feel necessary to supplement the ‘Good for construction’ documentation
supplied by the Department. Before completion of the work, the contractor shall furnish 2 sets of all the drawings prepared by him
of the piping actually erected and assembled at site. The documents softcopy shall also be provided in compact diskette
(CD), besides the 2 sets of hard copies.
40
Any work carried out by the contractor prior to the issue of ‘Good
for construction’ drawings shall be at the contractor’s risk. The contractor shall only make change to their drawings with the prior
approval of Department, which are necessary to conform to the requirements of the contract. These shall be carried out at no
additional cost to the Department. Approval of the contractor’s drawings shall not relieve the contractor of any of their obligations
to meet all the requirements of the contract or the responsibility for the correctness of their drawings.
Contractor shall submit for approval their proposed weld
procedures, together with procedure qualification and shall obtain written approval from the Department before commencing welding.
Procedures shall be submitted in 2 copies. If the procedure has been qualified and the particular electrodes used in the original
qualification are not available, then contractor shall re-qualify the procedure in the presence of SR Group of the Department, who
shall approve the procedure before it is used on production welding.
The contractor shall ensure that any welder employed on the work shall be qualified on the weld procedures being used before being
permitted to weld. If welders qualification on the procedures is more than six months old before the proposed commencement date of this contract, he shall be re-qualified. The contractor shall furnish to the Department 2 copies of all inspection document and test
certificates approved by SR Group of the Department. Further 4 copies of the test certificates shall be submitted for all tests
covered in the contract along with the completion and acceptance reports.
7.14.3 ERRORS OR OMISSIONS IN CONTRACTOR’S DOCUMENTATION
The contractor shall be responsible for and shall bear the cost of any alteration of the work due to discrepancies. Errors or omissions
in the drawings or other particulars supplied by him, whether the drawings or particulars have been approved by the Department or
not, provided that such discrepancies, errors and omissions are not due to inaccurate information or particulars furnished to the
contractor by the Department.
7.15 SETTLEMENT OF DISPUTES
Except as otherwise specially provided in the contract, the nature of matter (dispute), arising under the contract shall be determined
by the Department. If amicable settlement of occurred disputes cannot be reached by the parties, then it shall be referred to the
arbitration of one arbitrator in accordance with the Arbitration and Conciliation Act 1996, whose decision shall be final and binding on
both parties.
41
8.0 INSTRUCTION TO BIDDERS
8.1 FORM OF BID
The bid shall be submitted in 2 separate parts viz Part 1 for Techno-
commercial bid and Part 2 for Price bid.
8.1.1 Techno-commercial Bid: The techno-commercial bid shall give the complete details
on technical & commercial aspects only. The techno-commercial bid shall not contain any price detail.
Mention of any price detail in the techno-commercial bid will render the entire bid invalid. Deviation, if any, in the
Contractor’s proposal with respect to this document shall be
explicitly mentioned in the schedule of deviations to be provided in the bid. If the Contractor does not mention
any deviation, it shall be construed by the Department that the Contractor agrees to comply with each and every aspect of this RFP document.
8.1.2 Price bid: The total price shall be quoted in the on-line template in
e-Procurement portal. However, the price detail against each work item shall be specified in the price format (Given in
Annexure-2) and attached as a pdf. document (signed & scanned) to the price bid only.
a. The bidder shall quote firm and fixed prices valid during the currency of contract till completion and final
acceptance of the works. b. Mentioning any form of price in the techno commercial
part will result in summary rejection of the bid
submitted by the particular bidder.
8.2 QUOTATION (OFFER) VALIDITY
The offer shall be valid for a period of 6 months from the date of
opening of the techno-commercial bid.
8.3 PRE-QUALIFICATION CRITERIA:
The Bidder’s work capability shall be evaluated based on the following
Pre-Qualification (PQ) criteria. The Bidders shall suitably fill-up the information solicited in “Item specification” and submit as part of the
Techno-Commercial Bid (TCB). Those Bidders who comply with the PQ criteria only will be screened-in for opening and evaluation of Price
Bid. The information to be submitted in the TCB shall be complete in all respects substantiated by attached documents and there shall not
be any further opportunity for the Bidders to submit any information or document unless the Purchaser solicits so at their own discretion.
42
Any lack of information or incomplete/ ambiguous information or false
information or information non-compliant with the PQ criteria shall be treated as sufficient cause to summarily reject such Bids.
8.3.1 Work capability of Bidder: The quantum of works
successfully completed by the Bidder put together in maximum of 3 work orders during last 7 years ending
31/08/2019 shall be as follows:
“Butt welding of Austenitic Stainless Steel piping joints employing Gas Tungsten Arc Welding (GTAW) process for
total quantity of 5000 inch Diameter.”
The work completion/ final acceptance certificate issued by the client in favour of the Bidder must be dated between
01/09/2012 and 31/08/2019.
8.3.2 Machineries/ equipments capability of Bidder: The
contractor shall possess at least the machineries/ equipments listed below:
a) GTA/TIG welding set - 7 Nos
b) Arc welding set - 3 Nos
c) Gas cutting set - 2 Nos
d) Chain pulley block (Minimum
one tonne capacity)
- 2 Nos
e) Hydraulic pressure test pump - 1 No
f) Pipe bending machine - 1 No
g) Portable drilling machine - 2 Nos
8.4
The contractor shall submit a self declaration certificate
regarding the possession of above mentioned machineries/
equipments clearly indicating its make, model number, serial
number, etc. The Purchaser on their own discretion will visit
the Bidder’s premises and do verification of the same.
ONLINE BID SUBMISSION
The instructions to the Bidders for online submission of their
proposals through IPRC centre e-Procurement link are as follows:
8.4.1 The Bidders shall arrange all resources, including Digital Signature Certificates (DSC) and Internet connections, at
their own cost for participating in online bidding.
8.4.2 The bid shall be submitted online in the IPRC Centre link before the due date and time as specified in the tender
schedule in the portal.
43
8.4.3 All enquiries regarding the tenders and submission of offers
shall be online and only through our e-Procurement portal.
8.4.4 The Bidder may approach helpdesk on the home page for
any technical help (e-mail: [email protected] and Phone: 0091 20 2531555)
8.4.5 In case the Bidder encounters any technical snag pertaining to e-Procurement system while acting on the tender,
computer screenshot of the error message with date & time stamp on the web-browser along with the query shall be
emailed by the Bidder to the help desk (as mentioned above) for problem resolution at least 24 hours before the
due date and time of the bid submission.
8.4.6 The time taken to ascertain, evaluate and suggest a solution for the problem reported by the Bidder may vary from case
to case. Hence, the Bidders are advised to submit the bid well in advance before closing date and time to avoid last-
minute issues.
8.4.7 The Department will not be responsible for failure of the Bidders in submitting bids online caused due to technical reasons at the Bidder’s end such as network or power
failures, computer failure, internet browser, mistakes/ errors in filling the bids online, etc.
8.4.8 Queries by the Bidders on technical problems on the last
day of bid submission will not be binding on the Department for resolving/ addressing. The Department will not be
responsible for non-submission of bids in those cases.
8.4.9 The Server Date & Time as appearing on our website (https://eprocure.isro.gov.in) shall only be considered for the cut-off date and time for receipt of bids.
8.4.10 Request, if any, for extension of tender due date shall reach the Department at least 4 working days in advance of due date and time for consideration. The Department is not bound by such requests to extend the due date unless it
feels necessary.
8.4.11 The e-procurement system does not permit submission of
any bid after closing date and time of the e-tender. Hence, there is no scope for any late or delayed bid in the online
process.
8.4.12 Requests for extension of due date and time citing technical issues in online submission of bids will not be entertained.
44
8.4.13 In case there is complete breakdown of e-Procurement
system on the last day of the tender for any reason, then the Department may extend the date for submission after
their own assessment.
8.4.14 The Bidders have to note that once rework is initiated, the
status of the earlier submitted bid becomes pending till the bidding process is completed once again. During the process
of rework, bid data submitted earlier becomes invalid and will not be available for opening. If rework is initiated, then
Contractor has to complete the entire process of bid submission once again within the due date and time for a valid bid submission.
8.4.15 The Department will not be responsible for non-submission of bids resulting due to failure of the Bidder to once again
complete the process of bid submission before due date
after reworking of the submitted bid is initiated.
8.4.16 Any unsolicited clarification/ change/ modification sought by the Bidders after submitting their bids will not be
considered.
8.4.17 The Bidders shall note that since this is a two-part bid, the price details shall be mentioned only in the price-bid template. If the price details either in part or full are
indicated in the technical bid, the bid will be disqualified.
8.4.18 The Bidders may note that, in e-procurement system, submission of bid is a 2-step process. After submission of
their bids, the Bidders have to wait for bid sealing by the Department. Following that, the Bidders have to submit
open authorization in the e-procurement system to enable
the Department to open the bid. If open authorization is not completed by the Contractor, then the Department will not be able to open the bid and the bid becomes invalid.
8.4.19 The Bidders may note that digital keys of Class III USB
tokens, which support both digital signing and encryption are to be used for bidding in IPRC e-procurement system.
8.4.20 The Bidders may note that they have to use the same
digital key with which they submitted the bid to give open authorization. If the Bidders use different key for
open authorization, the system will not accept the open authorization and the bid becomes invalid.
8.4.21 In case the digital key which is used during bid submission
expires before giving open authorization, then the Bidder has to first login with the new key and use the expired key
for completing open authorization process for the bid.
45
8.4.22 The Bidders may note that the maximum file size that can
be uploaded per attachment in e-procurement system is 4 MB (in pdf format). If the document is more than 4 MB,
then the document is to be split into multiple documents of size less than 4 MB and uploaded into attachments.
Literature/ Technical data should accompany the bid.
8.4.23 Similarly, if the number of files to be uploaded is more than
the number of attachments allowed in the bid, then the files are to be grouped into folders such that the number of
folders is less than the number of attachments. Further, the folders may be compressed using zip/ archive format and uploaded as attachments. However, the attachment size should still be less than 4 MB.
8.4.24 The Bidders may note that documents including literature/ technical data are to be uploaded through e-procurement system only.
8.4.25 Bids sent through post, telegram, fax, telex, e-mail, courier, etc will not be considered. Partially completed/ incomplete bids will not be considered.
46
9.0 FORMATS:
9.1 The Bidder shall submit a memorandum of undertaking as per the following format:
MEMORANDUM OF UNDERTAKING
I/ We hereby submit the bid for the execution for the President of India of the work specified in the underwritten memorandum within the time specified in such memorandum, at a total price as specified and in all respects in accordance with the specifications, design, drawings and instructions in writing referred to in this document and with such materials as provided for by and in all other respects in accordance with such conditions as are applicable.
Should this tender be accepted in whole or in part, I/ We hereby agree to abide by and fulfill all the terms and provisions of the said conditions annexed hereto and all the terms and provisions contained in the tender enquiry documents which have been read by me/ read and explained to me so far as applicable or in default thereof to forfeit and pay to the President of India or his successors in office the sum of money mentioned in the said conditions.
I/ We agree to execute all the works referred to in the RFP document upon the terms and conditions contained or referred to therein and to carry out such deviation/ variation as may be ordered in excess of original scope at the rates to be determined in accordance with the provision contained in this document.
Witness Bidder
(Signature) (Signature)
Name: Name:
Designation: Designation:
Address: Address:
----------------------------------------------------------------------------------------------------------------
For use by the Department only
The above bid is hereby received by me on behalf of the President of India on __________.
47
9.2 The Bidder shall submit Non-Disclosure Agreement as per the following format:
NON- DISCLOSURE AGREEMENT I/We, being ----------------------------------------------------------------------- having
our office at ---------------------------------------------------------- being interested to
participate in the bidding for carrying out Fabrication & Installation of Process
Piping at CTPT Facility vide Tender Enquiry No.-----------------------------------
dated --------------by Govt. of India., Dept of Space, ISRO Propulsion Complex,
Mahendragiri, Tamilnadu – 627133 (Hereinafter referred to as IPRC), do hereby
declare that:
1. Any information submitted or given by IPRC to me / us shall be treated by
me/us in strict confidence.
2. The term ‘information’ comprises of technical knowledge of any nature
(documents, data, materials, process details and the like) whether patented or
not.
3. I/We understand and agree that the penalties detailed in the Indian Official
Secrets Act, 1923 for breach of trust in maintain the confidentiality of the said
Technical knowledge shall be suffered not only by our company / organization
as body corporate, but also individually on its Chief Executive and me.
4. The provision of the Indian Official Secrets Act, 1923 (XIX of 1923) shall apply
to me/us with reference to exchange and use of information provided by IPRC
to me / us during the course of working for the project.
5. I/We shall not make public any knowledge or information which IPRC shall
have disclosed or may hereafter disclose to me / us incident to the placing of
any order on us.
Signed by :
Name :
Designation :
Countersigned by : Authorized signatory
of Bidder with name & address
//Company Seal//
Place :
Date :
Witness :
1.----------------------
2.----------------------
48
9.3 The Bidder shall submit Bank Guarantee for Security Deposit as per the following
format:
49
50
9.4 The Bidder shall submit Performance Bank Guarantee as per the following format:
51
53
Annexure-2
PRICE FORMAT: [To be filled, signed, scanned and attached [To be filled, signed, scanned and attached [To be filled, signed, scanned and attached [To be filled, signed, scanned and attached as .pdf document to the as .pdf document to the as .pdf document to the as .pdf document to the price bid onlyprice bid onlyprice bid onlyprice bid only]
Work Item Description of work
Nominal Pipe Size (NPS in
mm)
Schedule number/ Thick
Unit of Measurement
Quantity Unit price, Rs
Total basic
price, Rs
Taxes, if any, Rs
Total price, Rs
3.1
1
Pipe/ Tube Bending
DN ≤ 25 ≤ 40S Inch Dia 250
2 DN ≤ 25 40S < Sch
≤ 160 Inch Dia 130
3 8 mm ≤ Tube OD ≤ 12.7 mm
Any thick Per bend 140
3.2
1 SS tube butt welding and DPT
Tube OD 8 mm ≤ 1.6 mm Per joint 130
2 10 mm ≤ Tube OD ≤ 12.7 mm
≤ 2.2 mm Per joint 150
3.3 1 SS tube socket welding & DPT
8 mm ≤ Tube OD ≤ 12.7 mm
Any thick Per joint 260
3.4
1
SS pipe butt welding and DPT
25 ≤ DN ≤ 50
≤ 10S
Inch Dia 2990
2 65 ≤ DN ≤ 100 Inch Dia 6240
3 150 ≤ DN ≤ 200 Inch Dia 5850
4 15 ≤ DN ≤ 50
40S
Inch Dia 6150
5 65 ≤ DN ≤ 100 Inch Dia 170
6 DN 150 Inch Dia 15
7 15 ≤ DN ≤ 50 80S Inch Dia 30
8 15 ≤ DN ≤ 40 160 Inch Dia 1110
9 15 ≤ DN ≤ 50 XXS
Inch Dia 780
10 DN 65 Inch Dia 800
3.5
1
SS pipe socket/ fillet/ lap welding and DPT
15 ≤ DN ≤ 50 ≤ 40S
Inch Dia 1120
2 65 ≤ DN ≤ 100 Inch Dia 65
3 15 ≤ DN ≤ 50 80S Inch Dia 860
4 15 ≤ DN ≤ 40 160 Inch Dia 470
5 15 ≤ DN ≤ 65 XXS Inch Dia 530
3.6
1
SS pipe mitre welding and DPT
25 ≤ DN ≤ 50
≤ 10S
Inch Dia 75
2 65 ≤ DN ≤ 100 Inch Dia 160
3 150 ≤ DN ≤ 200 Inch Dia 125
4 25 ≤ DN ≤ 50 40S
Inch Dia 35
5 65 ≤ DN ≤ 100 Inch Dia 10
3.7
1
Radiographic test with X-Ray
Tube OD ≤ 12.7 mm
Any thick Per joint 410
2 DN 15 ≤ 160 Per joint 1140
3 25 ≤ DN ≤ 200 ≤ 10S Inch Dia 2320
4 25 ≤ DN ≤ 100 40S Inch Dia 920
5 25 ≤ DN ≤ 50 80S Inch Dia 10
6 25 ≤ DN ≤ 40 160 Inch Dia 90
7 25 ≤ DN ≤ 65 XXS Inch Dia 155
54
3.8
1
Radiographic test with Gamma Ray
DN 15 ≤ XXS Per joint 5780
2 25 ≤ DN ≤ 200 ≤ 10S Inch Dia 13130
3 25 ≤ DN ≤ 150 40S Inch Dia 5220
4 25 ≤ DN ≤ 50 80S Inch Dia 20
5 25 ≤ DN ≤ 40 160 Inch Dia 220
6 25 ≤ DN ≤ 65 XXS Inch Dia 1390
3.9
1
Installation and testing of pipelines
Tube OD ≤ 12.7 mm
Any Schedule
metre 200
2 DN 15 Inch Dia 1850
3 DN 25 Inch Dia 1570
4 40 ≤ DN ≤ 80 Inch Dia 6860
5 100 ≤ DN ≤ 150 Inch Dia 7230
6 DN 200 Inch Dia 5200
3.10 1
Erection of flow components/ equipments
50 ≤ Weight ≤ 300
Any Size Kilogram 8000
2 300 < Weight ≤ 750
Kilogram 5000
3.11 1 Chemical cleaning
Chemical cleaning of pipes of any size & schedule
Inch metre 17500
3.12 1 PUF Insulation PUF Insulation of 75 mm thickness
Square metre 655
3.13 1
Retrival of pre-welded fittings and flow components
Retrieving the fittings and flow components to re-usable state.
Inch Dia 190
3.14 1 Dismantling of pipe line assemblies
Dismantling of pipe line assemblies, removing clamps, cladding & insulation if any, and shifting to Department’s store yard.
Inch metre 230
3.15
1
Structural steel fabrication works
Fabrication of structural supports , access platforms, special supports, etc Including supply of steel structural materials
Kilogram 17800
2
Fabrication of structural supports, access platforms, special supports, etc Excluding supply of steel structural materials
Kilogram 10150
3.16
1
Painting of surface
Applying only primer – 2 coats by brush
Squared metre
580
2 Applying only paint – 2 coats by brush
Squared metre
620
3 Applying only paint – 2 coats by Spray gun
Squared metre
220
55
3.17
1
Letter writing on flow components/ equipments
Height of letter ≤ 40 mm Per letter-
height of mm basis
2000
2 40 mm < Height of Letter ≤ 100 mm
Per letter- height of mm
basis 1750
3 Height of Letter > 100 mm Per letter-
height of mm basis
1250
3.18
1
Minor Civil works - Excavation
P.C.C Cubic metre 6
2 R.C.C Cubic metre 3
3 Brick Masonry Cubic metre 2
4 Ground Cubic metre 16
3.19
1
Minor civil works - Laying
P.C.C (Cement: Sand: Gravels = 1:4:8)
Cubic metre 10
2 R.C.C (Cement: Sand: Gravels = 1:1.5:3)
Cubic metre 3
3 Brick masonry (Cement: Sand = 1:5)
Cubic metre 8
Grant Total Price, Rs
Authorized signatory of Bidder
//Company Seal//
------------------------------------------------------------------------------------------------------------
Important Instruction to Bidder: 1) All the pages of this price format duly filled and signed shall be scanned as a
.pdf document and attached to the price bid only.
2) Mentioning any form of price in the techno commercial part will result in
summary rejection of the bid submitted by the bidder.
***************