Upload
others
View
5
Download
0
Embed Size (px)
Citation preview
1
SPECIFICATIONS FOR SUPPLY OF SUPER INSULATED FLEXIBLE CRYOGENIC HOSES FOR
C25 STAGE SERVICING THROUGH MAIN UCU
General Specifications
S.No. Item Description
1.0 Scope:
The Scope involves design, manufacturing, inspection, testing, packing and
delivery of Vacuum jacketed, super insulated flexible hoses as per technical
specifications and data given in Table-1, Table-2, Table-3 & Table-4 to SDSC SHAR
Sriharikota.
2.0 General description:
2.1 Hoses listed in Table-1 consists of Super Insulated hoses (Multilayer insulation +
vacuum jacketing). The hoses in this Table are classified into two types, namely
Part-A and Part-C. The detailed technical specifications of the same are given in
the subsequent articles. Size, type of hose, fluid media, pressure rating,
temperature, heat-in-leak, length, end connections, quantity are defined in the
Table-1 and Table2. List of accessories required are provided in Table-4.
2.2 Both ends of Part-A hose & one end of Part-C hose are required to be provided
with male bayonets to facilitate assembly with respective female bayonets
available in fixed pipes at SDSC SHAR. Accordingly, the supplier shall supply Part-A
hoses with both end male Bayonet couplings (Johnston coupling or equivalent).
Similarly for Part-C hoses, one end shall be with a male bayonet coupling (Johnston
coupling or equivalent) and other end to be terminated with defined pipe size as
given in Table-2 for further butt welding of matching adapters by purchaser.
Female Bayonet couplings are not included in the present scope of supply.
Outline sizes for male bayonet couplings are provided in attached drawings for
individual hoses. In case, if the supplier is unable to source Johnston coupling or
equivalent, he shall realize the same by generating the fabrication drawings
based on the existing hardware available at SDSC SHAR for which mating parts
will be provided. Safe transportation of available couplings from SDSC SHAR to
suppliers premise will be the responsibility of the party.
2.3 Part-A & Part-C Hose drawings shall be recreated by the supplier as per the
fabrication requirements and shall be submitted to SDSC SHAR for approval.
2.4 Dummy caps shall be provided for all hoses including male part of Bayonet
couplings. All the dummy caps shall be provided with pressurization ports to
enable pressurization of the individual hose separately, to keep the hose with
0.7bar (g) preservation pressure.
2.5 Dimensions of the hoses given in the drawing are lengths after creating vacuum in
the unit. Braiding of the hoses shall not be loosened after creating vacuum.
Adequate precautions shall be taken for this during manufacturing. Welding of all
the standard butt joints (excluding hose to pipe joints) shall be performed by
GTAW process with argon purging.
2.6 Make of hoses, chain clamps and Multilayer insulation has been specified in the
subsequent section. Only specified brands shall be selected towards submission of
bids. Any deviation to the specified make shall be considered only with the prior
approval of SDSC SHAR.
3.0 Makes/Brands:
Quality is an important aspect of the project and shall be given prime importance.
Considering this, following recommended makes shall only be considered for
integration and assembly of these SI hoses:
2
• For Inner and outer hoses:
1. M/s Witzenmann, Germany
2. M/s Senior Berghofer GmbH, Germany
3. M/s Bengal Industries Pvt. Ltd, Faridabad
4. M/s Specialty Hose corporation, US
• For Chain clamp:
1. M/s EVAC, Switzerland
• For Multilayer insulation:
1. M/s SUPACOOL M
2. M/s Lydall
3. M/s Frako-Term
• For Bayonet couplings:
1. Johnston coupling or equivalent
4.0 Quality Assurance:
The supplier shall prepare & submit a quality assurance plan considering all the
test and compliance reviews mentioned in the technical specifications and Table-
4 for approval to SDSC SHAR. A detailed QAP shall be submitted within 4 weeks
after release of Order.
5.0 Guidelines for Inspection/Testing
The supplier shall maintain an effective documented inspection and material
control system, sufficient to ensure the purchaser verification at any point during
the manufacturing, that the work has been executed using the correct materials
and procedures. Non-destructive testing of welds shall be in accordance with the
ASME Sec-V. All butt welded joints shall be subjected to 100% radiography.
A third party agency shall be engaged by the supplier to witness/review the tests
as given in Table-4. The TPI agency can be:
• M/s. Lloyds
• M/s. Det Norske Veritas
• M/s TUV
Alternate agency is allowed with the approval of the purchaser. Name of the Third
party inspection agency shall be confirmed during submission of offer. Also the
TPIA charges shall be shown separately in the price bid.
6.0 Documents/Drawings:
Following documents/drawings have to be submitted for the approval of the
Purchaser within 1 month from the date of release of purchase Order & prior to
commencement of manufacturing. The same will be approved and sent back to
the Party within two weeks.
6.1 Fabrication & general assembly drawings of the hoses & bayonet
couplings.
6.2 Results of the Pressure & thermal design calculations confirming the
code compliance/ heat in leak as per specifications
6.3 Detailed quality assurance plan (including TPIA scope) considering
the tests and compliance status mentioned in technical
specifications.
6.4 Fabrication sequence shall be prepared and submitted for approval.
The same shall be followed meticulously for the fabrication of
hoses.
6.5 Data sheets/drawings of the brought out items (chain clamp, MLI,
Hoses etc.)
3
7.0 General Conditions:
7.1 Each SI hose has to be supplied with dummy/pressure caps
withstanding the test pressures as specified.
7.2 All the units are to be marked by legible etching or equivalent
method for hose designation, size and PN rating.
7.3 After final shop inspection, all the units have to be prepared and
packed for shipment to field and possible long time storage at site
(12 months).
7.4 All the accessories shall be protected by suitable means during
transportation and installation.
7.5 Two copies of master files and test certificates shall be submitted
along with the dispatch of goods. Master file shall contain:
• P.O. Copy
• Approved drawings.
• Bill of materials and test certificates.
• Report of tests mentioned in the specifications & QA
Plan.
• Cleanliness certificate.
• Clearance certificate by Purchaser.
• Packing list.
8.0 Delivery:
Submission of Document and drawings as per sr.no 6.0: Within 1 month from the
date of release of purchase Order.
First lot of 2sets (28Nos.) of hoses shall be delivered at SDSC SHAR in 3months
from the date of approval of drawings.
Second lot of 2 sets (28Nos.) of hoses shall be delivered at SDSC SHAR in 4 months
form the date of acceptance of first set of hoses at SDSC SHAR.
Delivery term: Delivery term shall be FOR Sriharikota.
Delivery Mode: Mode of dispatch shall be by road.
9.0 Acceptance criterion:
9.1 All the SI hoses shall be fabricated and qualified by the party as per agreed QAP
and test procedures approved by SDSC SHAR.
9.2 After receipt of hoses at SDSC SHAR, following checks will be carried out:
• Check of inner hoses preservation pressure
• Check of cavity vacuum
If any of the hoses is found without preservation pressure or without vacuum
(more than 13.33mbar), the same will be rejected and payment of the same will
not be recommended.
10.0 Warranty:
Hoses shall be warranted for 12months from the date of delivery & acceptance at
SDSC SHAR.
Warranty certificate shall be issued by the supplier along with the supply.
4
TECHNICAL SPECIFICATIONS
11.0 Type : Vacuum jacketed, Super insulated flexible hoses as
per the data given in Table-1, Table-2 & Table-3.
12.0 Design Standard : The hose design shall be as per ISO10380 or
EN14585-1 code or equivalent. The outer hose shall
be designed for internal vacuum, external pressure,
stresses induced by supports and including thermal
stresses. The hoses shall be designed for minimum
of 1000 thermal / pressure cycles.
13.0 a Material for pipes,
bellows & hoses
b Material for braiding
c Material for pipes, tubes
& fittings and bayonet
couplings.
: Stainless steel–316L or equivalent
Stainless steel–304/316 or equivalent
Stainless steel –316L or equivalent
( Pipes, tubes & fittings shall be of seamless type for
sizes up to 150NB)
14.0 Service Medium : LH2/LOX/ Cold GHe.
15.0 Service Temperature : As given in Table-1,
16.0 Design Pressure : As given in Table-1,
17.0 Sizes & Quantity : As given in Table-2 & individual hose drawing.
18.0 Weight : Hose weights shall be as per Table-1 (excluding
weight of end caps). Hose of weight more than the
mentioned value will not be accepted.
19.0 End Connections and
accessories required.
: As given in Table-2 , Table-3 & drawings enclosed
Both end connections of Part A, one end connection
of Part C hoses are Bayonet couplings as per the
defined size. (Typical sketches are enclosed)
• Each end of a hose shall be supplied with a
suitable closure to maintain preservation
pressure.
• Each bayonet joint (Other than UOBC) shall be
provided with a swing clamp, teflon collar and
Teflon O-ring for assembly to mating female
bayonet at SHAR. For the purpose of keeping
preservation pressure, rubber o-rings can be
used.
20.0 Insulation : • Multilayer insulation with aluminum foils and
glass paper for LH2/LOX/GHe services on inner
hose with vacuum in the cavity. The number of
layers shall meet the designed heat-in-leak.
Adequate capacity of molecular sieves/
adsorbent/getter material to be provided. All
materials shall be compatible with the fluid to
be handled.
• Additionally, suitable non-metallic spacers shall
be placed to prevent contact of inner and outer
hoses. This arrangement shall be proposed to
the purchaser and implemented only after prior
approval of the purchaser.
5
21.0 Vacuum port for all lines
: To be provided as shown in the individual hose
drawings for all hoses with metal/non metal seals.
Pump out port specifications are as below:
Material : SS304L/SS316L
Size : 25NB Port with KF
flange
Salient Features : Protective cap
Seat leakage : Better than
1 X 10E-09 mbar-l/s
(helium) at ambient
temperature.
Sealing : Suitable Metal/Non
metal sealing
Pump-out tools. : 1 nos. to be provided
along with hoses.
A fabrication drawing of vacuum port shall be
submitted for approval of Purchaser.
22.0 Vacuum Gauge Head/tube A vacuum gauge head tube shall be provided at one
side of each SI hose for vacuum measurement.
Type : Thermocouple vacuum gauge tube
Connection : Welded
Vacuum range : 1 to 1.33X10-3 mbar or better
Model : DV-6R
Make : Teledyne hastings instruments
23.0 Heat-in-leak : As given in Table-1. Design calculation satisfying the
given heat in-leak shall be submitted for SDSC SHAR
for approval.
24.0 Supports : Supports between Inner & Outer hose shall be of
nonmetallic or composite materials of low-thermal
conductivity.
The supports shall absorb thermal loads when the
hose is filled with fluid.
25.0 Vacuum level : Running vacuum shall be better than 1 X 10E-05
mbar during seal off time. All hoses shall be
designed for vacuum pressure internally &
externally.
26.0 Outer and inner jacket
protection
: Outer and inner hoses shall be with pressure rating
given in Table-2 and shall be provided with stainless
steel wire braiding ( Single core).
27.0 Cleaning standard : Oxygen class cleaning (G93 /ISO23208) is required
for all hoses.
No visible trace of oil, moisture and particle should
be allowed.
Hoses shall be cleaned before supply. After
cleaning, dry gas / suitable solvent shall be passed
through the hose from one end. The same shall be
passed through 5micron filter paper on another end
of the hose. Particulate measurement shall be
carried out by viewing 5 micron filter paper under
Analog/ Digital microscope. A certificate confirming
6
the particulate size measured per hoses shall be
provided. Acceptance criteria shall be as per G93
(level175).
Cleanliness procedures shall be submitted to SDSC
SHAR for approval. Only after due approval the
fabrication works shall commence.
28.0 Inspection and testing requirements:
The following inspection and tests are to be carried and the documentation shall be
submitted accordingly. The Scope of inspection shall be as per QAP to be approved by
Department (SDSC SHAR).Mandatory tests and TPIA scope is defined in Table-4.
28.1 Chemical analysis and mechanical tests of raw material as per ASTM standards.
28.2 IGC testing (as per ASTM A262Practice E) on wetted parts (excluding inner hose).
28.3 Cold impact test at -196°C on all wetted parts (excluding inner hose).
28.4 Dimensional inspection.
28.5 100% X-ray as per ASME Sec-V for standard butt weld joints(excluding hose to
pipe/hose joints), weld procedures, weld qualification and weld fit-up along with
radiography film review.(Excluding hose joints)
28.6 Hydro/Pneumatic Strength Test:
Each hose unit shall be subjected to a test pressure of 1.5 times the PN rating.
The same shall be carried out in presence of third party inspection agency.
28.7 Helium Leak Check (Inner hose before outer hose assembly)
All joints ( 100%) on inner lines (Including hose) shall be Helium leak tested by
MSLD with allowable leak rate 5 X 10 E-7 mbar lit/s by accumulation/probe
method at operating pressure. The test shall be conducted with helium or 20%
minimum helium in nitrogen gas mixture at maximum operating pressure of the
inner line/hose. This test shall be carried out after completion of pneumatic
strength test.
28.8 Helium Leak Check (Integrated hoses: Inner hose & Outer Hose)
With annular space vacuum better than sealed vacuum i.e. 5 x 10-3 mbar both
the inner and outer line shall be helium leak tested with mass spectrometer leak
detector. The test shall be conducted with 20% minimum helium in nitrogen gas
mixture at maximum operating pressure of the inner pipe. Test shall be repeated
with spraying Helium on outer jacket on weld joint or with a helium chamber.
No leakage is permitted greater than 5 x 10E-8 m.bar.l/s.
28.9 Vacuum retention test: With the annular pressure equal to or less than the
warm seal-off pressure 1 x 10-3 mbar warm vacuum retention test shall be
performed for a period of 96 hours minimum. Readings of the annular pressure
and outer line temperature shall be taken at 24-hour intervals using the same
vacuum gauge. The minimum specified vacuum level acceptance criteria should
be ≤1 x 10E-2 mbar after 96 hours. No vacuum pumping is allowed during the
retention period
28.10 Cold Shock test: 100% Cold shock test for all hoses by flowing LN2 shall be carried
out at operating pressure. After the cold shock test warming of each line shall be
carried out by nitrogen purging and retained vacuum level after warm up shall
be better than 1 x 10 E-3 mbar.
7
28.11 Cleaning for Oxygen standard and report(as per G93 /ISO23208)
28.12 Preservation with GN2 at 0.7 bar (g). b
29.0 Conditions for submission of offer :
• Hoses as a complete set (Part-A & Part-C) will be considered for placement of order.
Hence order placement will be based on technically suitable & overall lowest offer.
• Tender evaluation will also be based on preferences for MSME as per public
procurement policy.
• Prices shall be quoted separately for each hose by indicating the basic price, taxes
etc.
• Transportation charges shall be mentioned separately by considering two spells of
supply.
Commercial Conditions
30.0 Offer Validity: The validity of the offers / tenders should be 180 days from the date
of opening of the tenders. Tenders with offer validity less than the period
mentioned above, will not be considered for evaluation.
31.0 Taxes:
a. For Inter State:
As per the Notification No.47/2017-Integrated Tax (Rate) Dt: 14.11.2017 issued
by Ministry of Finance (Dept. of Revenue), SDSC SHAR is eligible to avail reduced
rate of IGST @5% for the procurements made by the Dept. of Space (DOS) being
a public Funded Research Institution. We will provide IGST exemption certificate.
b. For Intra State:
As per Notification No.45/2017- Central Tax (Rate) dated 14.11.2017 and
Government of Andhra Pradesh Goods and Service Tax Act, 2017 (Act No.16 of
2017), G.O.MS.No.599, Dated: 12.12.2017 issued by Ministry of Finance (Dept. of
Revenue), SDSC SHAR is eligible to avail a reduced rate of CGST/SGST @ 5% for
the procurements made by the Dept. of Space (DOS) being a public funded
research Institution. We will provide IGST exemption certificate.
32.0 Income tax
Income tax at the prevailing rate as applicable and if applicable from time to time shall
be deducted from the supplier's bills as per Income Tax Act and a certificate issued (TDS
Certificate).
33.0 Customs Duty
As per notification No.05/2018 Customs dated 25th January, 2018, ISRO is eligible only
for partial exemption of Customs Duty. The reduced rate of CD is 10.775%
(CD@5%+Surcharge@10%+IGST@5%). Suppliers are requested to submit their bid by
loading these elements wherever, it is applicable. In case of an order, we will issue CD
exemption certificate to avail the partial exemption. The actual amount will be
reimbursed against submission of documentary evidence.
In case tenderers offering items considering reduced rate of customs duty exemption,
they should also indicate the bill of materials and price, separately, with Customs Duty
component and terms and conditions thereto in the price bid only.
34.0 Terms of payments:
our payment terms will be 100% payment within 30 days after receipt and acceptance
at SDSC SHAR on prorata basis for each set.
8
35.0 Mode of payment
Bidders can submit the banker details and payments can be made through
NEFT/RTGS/ECS through PFMS.
36.0 Make in India Clause
General Terms & conditions for Bidders: For this procurement, bids from Class-I & class-
II Local Suppliers are admissible. hence provisions contained in Public Procurement
(Preference to Make in India), Order 2017 issued by Department for Promotion of
Industry and Internal Trade (DIPP), Ministry of Commerce & Industries vide letter No.
P-45021/2/2017-PP(BE-II) dated 04.06.2020 and subsequent amendment & directives
shall be followed. Accordingly, offer will be evaluated & processed in conformation with
above referred GOI order (Specially mentioned below). The bidder shall provide
compliance and undertaking as per order and hereafter amendments:
(a) Order no: F.No.6/18/2019 PPD dated 23.07.2020 of Department of Expenditure),
Ministry of Finance Under Public procurement division for the General Financial rule
(GFRs).
(b) Class-I local supplier means a supplier or service provider, whose goods, service or
works offered for procurement, has local content equal to or more than 50%, as defined
under order.
(c) Class-II local supplier means a supplier or service provider, whose goods, services or
works offered for procurement, has local content more than 20% but less than 50%, as
defined under this Order
(d) Verification of local content:
(i) The Class I local supplier/ Class- II local supplier at the time to tender, bidding
or solicitation shall be required to indicate percentage of local content and
provide self-certification that the item offered meets the local content
requirement for Class-I local supplier / Class II local supplier as the case may be.
They shall also give details of the location(s) at which the local value addition is
made.
(ii) In case bid value is in excess of Rs. 10 Cr., Class-I local supplier / Class-II local
supplier shall be required to provide a certificate from the statutory auditor or
cost auditor of the company (in the case of companies) or from a practicing cost
accountant or practicing chartered accountant (in respect of suppliers other
than companies) giving the percentage of local content.
(iii) False declarations will be in breach of the code of Integrity under Rule
175(1)(i)(h) of the General Financial Rules (GFR) for which a bidder or its
successors can be debarred for up to two years as per Rule 151(iii) of the general
Financial Rules along with such other actions as may be permissible under Law.
(iv)A supplier who has been debarred by any procuring entry for violation of this
order shall not be eligible for preference under this order for procurement by
any other procuring entity for the duration of the debarment.
(e) The percentage of local content should be specifically mentioned in the offer,
without which it will be summarily rejected.
(f) Preference will be given to Class-I Local supplier and in their absence, Class-II Local
supplier will be considered.
9
37.0 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.
38.0 Security deposit
• The supplier, whose tender is accepted, will be required to furnish by way of
Security Deposit for the due fulfilment of the contract such a sum as will amount
to 3 % of the contract price of the work awarded.
• The security deposit (bearing no interest) shall be held by the Department as
security till satisfactory completion, testing and handing over of all the system
and for the due performance of all suppliers’ obligations under the contract as
per delivery period or extension granted thereof by the Department.
• The supplier within 10 days of Purchase Order or signing of Contract, deposit
with the Accounts officer, Satish Dhawan Space Centre SHAR, Sriharikota as
detailed above by any one or more of the following modes namely
i. By a crossed demand draft in favour of Accounts officer, Satish Dhawan
Space Centre SHAR drawn on SBI and payable at Sriharikota.
ii. By an acceptance bank guarantee. The bank guarantee shall be from
a nationalized bank for & shall be valid for 30 days beyond completion
period.
• In case of breach of contract, the Security deposit shall be forfeited in addition
to other relief available to the Department under this contract.
39.0 PERFORMANCE BANK GUARANTEE(PBG)
• The supplier shall guarantee for the performance of the system/workman ship
by providing bank guarantee from a Nationalized / Scheduled Bank in favour of
the Department for an amount equivalent to 3 % (three percent) of the total
value of this contract valid till the completion of warranty period plus 60 days.
• The performance bank guarantee shall be submitted by the supplier with in
fifteen days from the date of accepting the material as per the contract. The
format for the performance bank guarantee shall be obtained from the
Department.
40.0
Arbitration: Disputes, if any, shall be settled mutually failing which it shall be referred
to a One man Arbitrator to be appointed by Director, SDSC SHAR in accordance with
the Indian Arbitration and Conciliation Act 1996, whose decision shall be final and
binding on both the parties.
41.0 Applicable law and jurisdiction
The laws of India shall govern this contract for the time being in force. The Courts of
Andhra Pradesh, India only shall have jurisdiction to be with and decide any legal
matters or disputes what so ever arising out of the contract.
42.0 Force Majeure:
Shall a part or whole work covered under this agreement be delayed due to reasons of
Force Majeure circumstances such as, but not restricted to, flood, fire, earthquake, civil
commotion, sabotage, explosion, epidemic, quarantine restriction, strike, lock-out,
freight embargo, acts of the Government either in its sovereign or Contractual capacity,
hostility, acts of public enemy and other acts of God as well as war or revolution,
military operation, blockade, acts or actions of State authorities or any other
circumstance beyond the control of the parties that have arisen after the conclusion of
the present Purchase Order/Contract.
10
In such circumstances, the time stipulated for the performance of an obligation under
the Purchase Order/Contract may be extended by a period not in excess of the duration
of such Force Majeure. The occurrence shall be notified by either party within
reasonable time.
43.0 Special conditions against Indian Agents submitting quotations in Foreign Currency
(on behalf of their Principals).
(a) Agency commission of Indian Agent has to be borne by Foreign Principals only
(b) Copy of Agency agreement with the Foreign Principal, precise relationship
between them and their mutual interest in the business.
(c) The enlistment of the Indian Agent with Director-General of Supplies &
Disposals under the Compulsory Registration Scheme of Ministry of Finance.
44.0 Special conditions
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.
The bidders should note that conditional discounts would not have edge in the
evaluation process of tenders.
Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty,
Advance Bank Guarantee, Performance Bank Guarantee, Liquidated damages are liable
for disqualification.
Wherever installation/ commissioning involved, the guarantee/warrantee period shall
reckon only from the date of installation.
The specifications given by the Centre/Unit along with the tender enquiry are confidential
and shall not be disclosed to any third party.
45.0 Exclusion of tenders:
The following tenders shall be summarily rejected from the procurement process:
(a) Unsolicited tenders from vendors.
(b) The tenders which materially depart from the requirements specified in
the tender document or which contain false information.
(c) The tenders of vendors who have not agreed to furnish Advance Bank
Guarantee or Performance Bank Guarantee.
(d) The validity of the tenders is shorter than the period specified in the
tender enquiry.
(e) 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.
( f ) The tenders received from vendors, who, in the opinion of the
Centre/Unit, have a conflict of interest materially affecting fair
competition.
(g) 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).
(h) 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.
( i ) If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-
responsive and will not be considered.
11
Table-1 - LIST OF MAIN UMBILICAL HOSES FOR C25 STAGE SERVICING
S.NO.
Hose identification
Hose Designation
SIZE (DN) Length, (L*) m
Max. Weight of the hose,
Kgs
Pressure rating,
bar
Temp K
Heat In leak, W/m, Max
Medium Remark Inner Hose
Outer Hose
Part -A Hoses
1. Oxygen Fill and drain UOFD-Part A 80 150 5.5 10 5 16 70-313 3.5 LOX
Super Insulated
2. Oxygen Thermostating UOTC-Part A 80 150 5.5 105 16 70-313 3.5 LOX
3. LH2 Fill/Drain UHFD-Part A 80 150 5.5 105 16 20 -313 3.5 LH2
4. LH2 Stage Vent UHRV-Part A 100 150 5.5 115 16 2 0-313 3.5 LH2
5. Engine line chilling- Inlet
UOCI- Part A 25 65 6.0 35 16 35-313 1.8 GHe
6. Engine line chilling - Inlet
UHCI –Part A 25 65 6.0 35 16 35-313 1.8
GHe
7. Gas Bottle Charging UOBC-Part A 15 40 5.5 50 250** 35-313 1.8 GHe
Part -C Hoses
8. Oxygen Fill and drain UOFD-Part C 65 125 4.5 5 5 16 70-313 3.5 LOX
Super Insulated
9. Oxygen Thermostating UOTC-Part C 65 125 4.5 55 16 70-313 3.5 LOX
10. LH2 Fill/Drain UHFD-Part C 65 125 4.6 55 16 20-313 3.5 LH2
11. LH2 Stage Vent UHRV-Part C 80 150 4.6 80 16 20 -313 3.5 LH2
12. Engine line chilling- Inlet
UOCI- Part C 25 65 4.0 20 16 35-313 1.8 GHe
13. Engine line chilling - Inlet
UHCI –Part C 25 65 4.0 20 16 35-313 1.8 GHe
14. Gas Bottle Charging UOBC-Part C 15 40 4.0 30 250** 35-313 1.8 GHe
*Note: Read respective hose drawing for clarity on length (L). ** Operating Pressure
12
Table-2: QUANTITY AND SIZES FOR UMBILICAL HOSES FOR C25 STAGE SERVICING
S.NO.
Hose identification
Hose Designation
SIZE (DN) Bend Radius Qty.
Nos. End Connections (EC)
Inner Hose
Outer Hose
Inner hose
Outer Hose
End connection -1 End connection -2
Part-A Hoses
1. Oxygen Fill and drain UOFD-Part A 80 150 660 1250 4 80NB Male bayonet 80NB Male bayonet
2. Oxygen Thermostating UOTC-Part A 80 150 660 1250 4 80NB Male bayonet 80NB Male bayonet
3. LH2 Fill/Drain UHFD-Part A 80 150 660 1250 4 80NB Male bayonet 80NB Male bayonet
4. LH2 Stage Vent UHRV-Part A 100 150 750 1250 4 100NB Male bayonet 100NB Male bayonet
5. Engine line chilling- Inlet UOCI- Part A 25 65 260 460 4 25NB Male bayonet 25NB Male bayonet
6. Engine line chilling - Inlet UHCI –Part A 25 65 260 460 4 25NB Male bayonet 25NB Male bayonet
7. Gas Bottle Charging UOBC-Part A 15 40 195 340 4 25NB 250bar Male
bayonet 25NB 250bar Male bayonet
Part-C Hoses
8. Oxygen Fill and drain UOFD-Part C 65 125 460 1000 4 80NB Male bayonet Blind pipe stub of Inner pipe ø56X2.5
with outer pipe ø100x 3 thk, 300 mm
long suitable for butt welding. 9. Oxygen Thermostating UOTC-Part C 65 125 460 1000 4 80NB Male bayonet
10. LH2 Fill/Drain UHFD-Part C 65 125 460 1000 4 80NB Male bayonet
Blind pipe stub of Inner pipe ø56X2 with
outer pipe ø140x3 thk, 215 mm long
suitable for butt welding.
11. LH2 Stage Vent UHRV-Part C 80 150 660 1250 4 80NB Male bayonet Blind pipe stub of Inner pipe ø70X2.0,
Outer pipe ø168.3x5, 240 mm long at
other end for butt weld.
12. Engine line chilling- Inlet UOCI- Part C 25 65 260 460 4 25NB Male bayonet Blind pipe stub of inner pipe ø28X2, at
other end for butt weld.
13. Engine line chilling - Inlet UHCI –Part C
25 65 260 460 4 25NB Male bayonet Blind pipe stub of inner pipe ø28X2, at
other end for butt weld.
14. Gas Bottle Charging UOBC-Part C 15 40 195 340 4 25NB 250bar Male
bayonet
Blind pipe stub of inner pipe ø20X2.5,
200 mm long at other end for butt weld
13
Table-3: LIST OF ACCESSORIES FOR UMBILICAL HOSES FOR C25 STAGE SERVICING
S.NO Hose identification Hose Designation
Hose Drawing Number
SIZE (DN) Quantity of accessories to be supplied
Remark Inner Hose
Outer Hose
End cap (Nos.)
Stainless steel Swing clamp (Nos.)
Teflon collar (Nos.)
Teflon O -ring/ Inconel Gasket (Nos.)
Part -A Hoses
1. Oxygen Fill and drain UOFD-Part A CPS/MK3/HOS
E/2018-01 80 150 8 8 8 16
2. Oxygen Thermostating UOTC-Part A CPS/MK3/HOS
E/2018-01 80 150 8
8 8 16
3. LH2 Fill/Drain UHFD-Part A CPS/MK3/HOS
E/2018-01 80 150 8
8 8 16
4. LH2 Stage Vent UHRV-Part A CPS/MK3/HOS
E/2018-04 100 150 8
8 8 16
5. Engine line chilling - Inlet
UOCI- Part A CPS/MK3/HOS
E/2018-06 25 65 8
8 8 16
6. Engine line chilling - Inlet
UHCI –Part A CPS/MK3/HOS
E/2018-06 25 65 8
8 8 16
7. Gas Bottle Charging UOBC-Part A CPS/MK3/HOS
E/2018-08 15 40 8 Bolt & Nuts:
16 8
Inconel:16
Part-C Hoses
8. Oxygen Fill and drain UOFD-Part C CPS/MK3/HOS
E/2018-02 65 125 4 4 4 8
9. Oxygen Thermostating UOTC-Part C CPS/MK3/HOS
E/2018-02 65 125 4 4 4 8
10. LH2 Fill/Drain UHFD-Part C CPS/MK3/HOS
E/2018-03 65 125 4 4 4 8
11. LH2 Stage Vent UHRV-Part C CPS/MK3/HOS
E/2018-05 80 150 4 4 4 8
12. Engine line chilling - Inlet
UOCI- Part C CPS/MK3/HOS
E/2018-07 25 65 4 4 4 8
13. Engine line chilling - Inlet
UHCI –Part C CPS/MK3/HOS
E/2018-07 25 65 4 4 4 8
14. Gas Bottle Charging UOBC-Part C CPS/MK3/HOS
E/2018-09 15 40 4 Bolt & Nuts:
32 4 Inconel:8
Note: 1. End caps shall be provided on hose ends to retain positive pressure of 0.7bar (g). 2. Accessories other than End cap shall be provided in separate packing for long storage (as applicable).
14
Table-4 Mandatory tests to be incorporated in Quality Assurance Plan (QAP)
S.No. Type of test Supplier’s
scope
TPIA Scope
1. • Physical and chemical properties of all
metallic components (pipes, fittings,
inner/outer hoses etc.)
• Cold impact test at-196 °C on all wetted
parts.(excluding hoses)
• IGC testing (as per ASTM A262 Practice E)
of all wetted parts (excluding hoses)
For each
heat/lot
(100%)
Review
2. Cleaning of Hoses and components as per
manufacturer’s standard/ASTM G93/ISO23208
100% Review
3. 100% radiography of butt welded joints on
inner pipe.
100% Review
4. Bayonet joints interface checks before welding
to the hoses.
100% 100%Witness
5. Pneumatic strength test at 1.1 times of the
design pressure before closure of the outer
hose joints.
100% 100%Witness
6. Application of MLI on inner hose to meet heat
in leak specifications.
100% 100%Witness
7. Inner line helium leak check as per procedure
mentioned in sec28.7
100% 100%Witness
8. Helium leak check for inner and outer hose
after final fabrication as per test procedure
defined in sec28.8
100% 100%Witness
9. Vacuum retention test as per sec28.9 for
96hours duration for each hose.
100% 100%Witness
10. Cold shock test of each hoses with LN2 as per
sec 28.10
100% 100%Witness
11. Baroscopic inspection of the hose internal
before final clearance.
100% 100%Witness
12. Visual and Dimensional verification of hoses 100% 100%Witness
13. Issue of inspection release note. 100% Before
dispatch of
consignment.
15
Table-5: Bid evaluation Criteria
The following are the minimum essential criteria to validate/accept the bid. Vendor is
requested to provide all the necessary supporting documents. In case of any deviation/non-
compliances/lack of supporting document, bid shall be summarily rejected.
S.No Description
Vendor
Compliance with
Supporting
Documents
(as applicable)
1.0 Vendor must undertake design, manufacturing, assembling, inspection, testing,
packing and delivery of Vacuum jacketed, super insulated flexible hoses as per
technical specifications and data given in Table-1, Table-2, Table-3 & Table-4 to
SDSC SHAR Sriharikota.
2.0 The tenderer shall have a proven track record in supply of any of the following:
� Vacuum jacketed piping/equipment/hoses with multilayer
insulation (MLI).
or
� Vacuum jacketed hoses with multilayer insulation (MLI).
End user experience certificate confirming the quality & performance of the
items supplied shall be submitted along with the offer as a mandatory
requirement. Offers received without the end user experience certificate will not
be considered.
3.0 Supplier should have executed at least one purchase order of value not less than
3.23Crores (in the last five years) as a single order (or) at least two purchase orders
of worth 2.42Crores each (or) at least three purchase orders of worth 1.62 Crores
each in the cryogenic equipment /hose supply.
(The relevant purchase orders and corresponding work completion certificates shall
be provided. Non submission of the same shall lead to disqualification of the offer.)
4.0 Supplier shall provide solvency certificate for the current financial year 2020-21
form a scheduled bank for a value not less than Rs. 1.62 Cr or above.
5.0 Bidder’s average annual financial turnover shall be not less than Rs. 5.04Cr. per
year during last three financial years ending with 31.03.2020.
6.0 The bidder shall submit Profit and Loss statements, balance sheet duly certified by
the auditor for last three financial years ending with 31.03.2020.
7.0 The bidder should be ISO Certified (ISO 9001)
8.0 Technical compliance to the specifications shall be vetted by the bidder.
9.0 The firm must provide a self-declaration that there is no complaint/vigilance
inquiry against them in any Govt. /Department /PSU and they have not been black
listed by any Govt. Department/PSU.
10.0 Technical proposal of the bidder, which is not able to substantiate/satisfy the
claims made by it with respect to the technical requirements laid down in this RFP,
will be summarily rejected.
11.0 SDSC SHAR reserves the right to reject any bid if not meeting the
technical/commercial requirements and terms & conditions. Such decisions by the
SDSC SHAR shall bear no liability whatsoever consequent upon such decision.
12.0 Department reserves the right to inspect the contractor shop floor/premises for
evaluation, if required. After evaluating the contractor, decision of the
Department is final.
Signature of Authorized Person with Seal
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
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
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