View
0
Download
0
Category
Preview:
Citation preview
Tender No: LPSCB/PUR/2019E0155701 1
Tender Details
Tender No: LPSCB/PUR/2019E0155701
Tender Date: 14/05/2019
Purchase Entity: PURCHASE
Tender No: LPSCB/PUR/2019E0155701 2
Tender Attachments
Technical Write-up/Drawings (to Supplier)
Attachment - I:
IDT00255600000000000isro05401.pdf
Attachment - II:
IDT00255600000000000isro05402.pdf
Attachment - III:
IDT00255600000000000isro05403.pdf
Attachment - IV:
IDT00255600000000000isro05404.pdf
Attachment - V:
IDT00255600000000000isro05405.pdf
Technical Write-up/Drawings I (to Supplier)
Attachment - I:
IDT00255600000000000isro08601.pdf
Attachment - II:
Attachment - III:
Attachment - IV:
Attachment - V:
Tender No: LPSCB/PUR/2019E0155701 3
INSTRUCTION TO TENDERERS (PT)
Instruction to Vendors (PT)
INSTRUCTION TO TENDERERS (PT):
1. Interested tenderers may, at their option, login to https://eprocure.isro.gov.in and submit your offers
.
2. TENDER FEE NOT APPLICABLE
3. EARNEST MONEY DEPOSIT NOT APPLICABLE:
4. Indian agents while quoting on behalf of their principals are requested to attach necessary
authorization letter from their Principals in their bid.
5. The offer should be valid for a minimum period of 120 days from the date of opening.
6. Bids will not be entertained after the due date and time.
7. Request for the extension of the due date will not be considered.
8. Sr.Head, Purchase and Stores, LPSC, Bangalore, reserves the right to accept or reject any bid in part or
full without assigning any reason thereof.
LPSC , BANGALORE
INSTRUCTION TO VENDORS SINGLE or TWO_PART (PT)
Instruction to Vendors (PT)
INSTRUCTION TO TENDERER(PT):
INSTRUCTION TO VENDORS SINGLE OR TWO_PART (PT)GENERAL INSTRUCTION TO TENDERERS
1. This requirement can be quoted only through online e-procurement mode using ISRO portal
https://eprocure.isro.gov.in. The document will be available in Central Public Procurement (CPP) Portal
also. No manual tender will be considered.
Tender No: LPSCB/PUR/2019E0155701 4
2. The vendors have to get themselves registered in above site to download the tender details. To
register in above ISRO portal (https://eprocure.isro.gov.in) the vendors need to have Class - III Digital
Certificate. The Digital Certificate can be obtained from any digital certifying authority. The following e-
tokens with their current drivers are tested and working fine with our system. Aladdin, Vasco, Starkey,
Moser baer, E-pass-2003, Safenet-2032, WD Proxkey Grey / SPC Token and Trustkey.
3. The parties are advised to download the tender and submit the bid on online at least two days prior
to Tender Closing Date to avoid last minute network problem. The due date shall not be extended due
to network or computer related problems.
4. TENDER FEE NOT APPLICABLE.
5. If the tender Enquiry is a two part tender i.e., Technical & Commercial Offer Part - I and Price Part- II
separately, the tenderers should not attach any documents containing Pricing information along with
Technical & Commercial bid (Part- I). Normally we do not open PART-II (Price Part-II), if PART-I (Technical
& Commercial Offer) does not meet with our technical specification requirements.
6. Our tender enquiry contains technical requirements and specification. The detailed Technical
Specification of your offer should be covered in the Technical & Commercial bid (Part- I). The Technical
Documents need to be attached online as a single PDF file without any prior information. The tender
attachment containing Price details in Technical & Commercial bid (Part- I) will be treated as unsolicited
offers and rejected.
7. The quote should indicate quantity wise unit rate separately which have to be filled online in Price
Part-II. The Prices are to be mentioned both in figures as well as in words. The GST, Duties, etc., are to
be calculated and indicated in the column provided in online forms explicitly.
8. Bidders are expected to comply with the technical & commercial and other terms and conditions
given in vendor specified terms of this tender. In case of any deviation, the reasons thereof should be
clearly specified in the vendor specified terms column.
Tender No: LPSCB/PUR/2019E0155701 5
9. The vendors have to compulsorily submit the compliance statement online otherwise their offer will
not be considered for further evaluation. Before entering the compliance statement, vendors are
advised to refer the detailed specification provided in the Technical Writeup/ Drawings document. The
specification offered by the vendors may also be indicated in the compliance statement wherever
necessary.
10. The Technical Specification / Drawing / Product Catalogues / Works carried by vendor / Make
offered etc,. as a single PDF file without any financial details has to uploaded online mode by the
vendor. This being TWO PART TENDER, the PDF document uploaded should not contain any pricing
details. If the attached PDF contains any pricing detail the offer will be treated as unsolicited and will be
summarily rejected.
11. Original Equipment Manufacturer (OEM) or their representative can submit bid to LPSC(B). Indian
agents while quoting on behalf of their principals are requested to attach necessary authorization letter
from their Principals in their bid.
12. Instructions to Indian Agent:- Bidders are required to provide the following information in respect of
their authorization from their Principal, if any, alongwith technical bid as the same is mandatory as it is
required for consideration of the bid. Name, Address, Telephone no. , Fax no., email of the Indian Agent
including the contact person to be provided.
13. A letter from the OEM in the current date certifying that the said Indian Agent is their authorised
Indian Agent and also indicating the responsibilities/role of the Indian Agent under the proposed
purchase. Remuneration /service charges payable to the Indian Agent under the proposed purchase to
be indicated in Price Part -II separately.
14. In a tender, either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself can bid
but both cannot bid simultaneously for the same Item/Product in this tender.
15. If an agent submits bid on behalf of the Principal/OEM the same agent shall not submit a bid on
behalf of another Principal/OEM in this tender for the same Item/Product.
16. The offer should be valid for a minimum period of 120 days from the due date of opening.
Tender No: LPSCB/PUR/2019E0155701 6
17. Bids will not be entertained after the due date and time.
18. The vendors who have submitted the bids before the closing have to give Open Authorization as per
schedule after the tender closing date. If Open Authorization is not provided within stipulated date &
time, your offer will not be considered.
19. Delivery Terms: In case of Indigenous items : FOR LPSC, BANGALORE In case of Foreign orders:
EX-WORKS / FOB /FCA
20. The vendors may contact 020-25315555 (Monday-to Friday 10.00 Hrs to 17.30 Hrs and on Saturday
10.00 Hrs to 13.00 Hrs), E-mail: support.isro@nextenders.com for any technical assistance in vendor
registration and bid submission.
21. The quoted price is fixed & firm. Once the offer is submitted in on line mode by the vendor and bid
sealing is done by LPSC(B), vendor will not be able to provide revised offer.
22. Request for the extension of the due date will not be considered.
23. The exact date and time of opening of price bid of successful tenderers will be intimated later.
24. Tenders which are not prepared in terms of these instructions are liable to be rejected.
25. Based on the response to the e-Public tender Notice, LPSC(B) reserves the right to change any
milestone date of the tendering activity.
26. LPSC(B) reserves the right to verify all claims made by the bidder.
Tender No: LPSCB/PUR/2019E0155701 7
27. Tender Opening : The Technical and Commercial bid [Part-I] will be opened on the specified day
mentioned in the schedule and in case any further clarification/ discussion are required, such
clarification/discussion shall be called for before opening the Price bid.
28. Tenderers can participate in the said tender opening for which, the representative of the firm shall
be duly authorized by Competent Authority. Against proper e-authorization only such representatives
shall be allowed to attend the tender opening.
29. Sr. Head, Purchase and Stores, LPSC, Bangalore, reserves the right to accept or reject any/or all the
tenders in part or full without assigning any reasons thereof.
30. EARNEST MONEY DEPOSIT NOT APPLICABLE:
31. Fax & Email offers are not accepted.
32. In case of any clarification to be sought to this tender you may please contact Purchase and Stores
Officer (PSO) through Email: purchase@lpscb.gov.in and Ph No: 080 250 37 170/171/140
33. All the procurement is assumed to be SEA FREIGHT ONLY, in case any change in mode of delivery,
this has to be clearly specified with justification
LPSC , BANGALORE
STANDARD TERMS AND CONDITIONS (PT)
Instruction to Vendors (PT)
Tender No: LPSCB/PUR/2019E0155701 8
STANDARD TERMS AND CONDITIONS (PT):
<font size=3>STANDARD TERMS AND CONDITIONS
1.Instruction to Indigenous Suppliers:
a)Our Normal payment terms are 100% within 30 days after receipt and acceptance of the item at our
site. Please confirm acceptance in your quotation.
b)Please specify GST percentage, if any, in your offer.
(i). Please refer Sl No: 1 of Government Of India, Ministry Of Finance, Notification Number 47/2017
Integrated Tax (rate) dated: 14/11/2017, the applicable percentage of GST is 5% only for the supply of
Goods (Procurement). Necessary Certificate will be issued later. (ii). Please refer sl no: 1 of
Government Of Karnataka, Finance Secretariat, Notification Number 45/2017 FD 48 CSL 2017,
BENGALURU, dated: 14/11/2017, the applicable percentage of GST is 5% only for the supply of Goods
(Procuremtnt). Necessary Certificate will be issued later. (iii). In case of service (i.e. Installation,
commissioning & testing and AMC, etc. ,) GST @18% extra. (iv). GST is not applicable for imported
items.
2.Instruction to foreign Suppliers:-
a)Our normal payment term is SIGHT DRAFT, Please confirm acceptance in your offer, if you insist for
L/C, and all bank charges shall be to your account. Confirm acceptance.
b)Confirm whether any Export clearance is required and for which End User Certificate is to be provided
by us, in case of an Order on you. (Enclose format for EUC, if applicable)
c)Warranty/Guarantee applicable for the item shall be mentioned in your offer
d)Special Certification for packing Material: as per Plant Quarantine (Regulation of lmport into India)
Order 2003, Articles packed with packing material of plant origin viz., hay, straw, wood shavings, wood
chips, saw dust, wood waste, wooden pallets, Dunn age Mats, wooden packages, coir pith, pear or
sphagnum moss etc., will be allowed entry by Customs only with a Phytosanitary Certificate. In case if a
Purchase Order, if you propose to us any of the above material for packing such a certificate issued by
your local Plant Quarantine Authority shall be furnished.
e) 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 No: LPSCB/PUR/2019E0155701 9
tender) the same will be not be considered.f) 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
will not be considered. (In either case an Indian agent cannot represent more than on principal against
the same tender)
g)If an agent submits Bid on behalf of the Principal/OEM the same agent shall not submit a bid on behalf
of another Principal/OEM in this tender for the same Item/Product. (In either case an Indian agent
cannot represent more than on principal against the same tender)
h)In case the quote is on Indian Rupee (High Sea Sale), the price shall include GST and duties if any,
Department will provide concessional certificates. If the item quote is of USA / France / Germany /
Japan/Italy and etc. make, please quote for all-inclusive price since we prefer to get the item on FOR
destination basis.
3.Purchase / Price preference to MSEs (Not aapplicable to foreign Suppliers/Vendors)
Purchase/Price preference will be applicable to the product reservation admissible to the Micro and
Small Enterprises. Purchase/Price Preference shall be extended to the MSEs under the Public
Procurement Policy for MSEs formulated under the Micro, Small and Medium Enterprises Development
Act, 2006. The participating MSEs in a tender, quoting price within the band of L-1 + 15% may also be
allowed to supply a portion of the requirement by bringing down their price to the L-1 price, in a
situation where L-1 price is from someone other than an MSE. Such MSEs may be allowed to supply upto
20% of the total tendered value. In case of more than one such eligible MSE, the supply will be shared
equally.
4.Warranty:-
Warranty for the offered item shall be from the date of installation/acceptance of the item at our site
for a minimum period of one year or as specified in the tender document.
5.Performance Bank Guarantee
Towards the performance of the systems during the warranty period you shall submit a performance
bank guarantee equivalent to 10% of the order value to cover the warranty period. This PBG shall be
interest free and the same shall be returned to you on successful completion of all contractual
obligations. The said PBG shall have a further claim period of 6 months.
6.Security Deposit
Tender No: LPSCB/PUR/2019E0155701 10
On acceptance of the order, you shall submit an interest free amount equivalent to 10% of the total
contract/order value towards security deposit. This security deposit is collected towards the
performance of the Contract. The said Security Deposit shall be submitted either in the form of Bank
Guarantee/Demand Draft/PDR receipts duly endorsed in the name of the centre. The Security Deposit
will be returned to you on successful completion of the Contractual obligations; failing which it shall be
forfeited/adjusted.
7.Offer Validity
Your offer shall be valid for 120 days from the date due date of tender opening. In case you offer validity
is less than 120 days, the said offer is liable for rejection which may please be noted.
8.Liquidated Damages:
If you fail to deliver the ordered items satisfactorily within the time specified or any extension thereof,
Liquidated Damage @ 0.5%(zero point five percent) of the order value or part thereof the un-delivered
items for each calendar weeks of delay shall be recovered from your bill. However total Liquidated
Damage shall not exceed 10% (ten percent) of the order value.
9.Offers received through fax or email or unsigned will not be considered.
10.JURISDICTION
The court of Bangalore only shall have jurisdiction to deal with and decide any legal matter or dispute
whatsoever arising out of this in case PO/contract.
11. Bank Details
You shall provide your bank details such as IFSC code, IBAN No. , SWIFT etc along with your offer which
shall be not be changed till completion of supply/service.
12. FORCE MAJEURE
Neither LPSC, Bangalore nor Supplier/ Contractor, shall be considered in default of the performance of
their obligations under this Purchase Order if such performance is prevented or delayed for any causes
beyond the reasonable control of the parties to the Order getting affected, such as Acts of God, war,
riots, civil, commotion, illegal strikes, legal lock-outs, epidemics, fire accidents, floods, earthquakes,
Tender No: LPSCB/PUR/2019E0155701 11
proclamation or regulation or ordinance of any Government thereof, provided notice in writing of any
such cause with necessary proof that the obligation under the Purchase Order is hereby affected or
prevented or delayed is given within 14 days from the happening of the event. As soon as the cause of
force majeure has ceased to exist, the party of the actual delay that has occurred due to such force
majeure condition.
13. APPLICABLE LAW
The Contract shall be governed by Indian Law for the time being in force and jurisdiction shall lie in the
Courts of India.
14. Custom Duty Concession Certificate:
LPSC is providing concession certificate towards the of payment of Customs Duty vide As per the
Customs Notification No. 50/2017, Sl. No. 539(b)-CUSTOMS Dated 30.06.2017 & Amendment No:
5/2018, Sl No.539(A) - CUSTOMS Dated: 25/01/2018.
LPSC , BANGALORE
Tender No: LPSCB/PUR/2019E0155701 12
Bid Templates
TECHNICAL SPECIFICATION
Item Specifications
Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks
1.0 TECHNICAL SPECIFICATION
FOR VACUUM AGEING
FURNACE:
1.1. Horizontally mounted
vacuum chamber, double
walled, water cooled,
fabricated with Mild Steel
epoxy coated both for
internal and external
chambers and guides shall
be provided between the
two chambers for uniform
water circulation. The
internal chamber shall
have dimensions of 2500
mm diameter and 2500
mm depth (Nominal). The
chamber shall be designed
as per ASME SEC VIII, DIV-
II for unfired pressure
vessels code.
1.0 1.2. The chamber shall be
provided with hinge
supported dished door
with vacuum sealing by
means of ‘O’ ring. The
Tender No: LPSCB/PUR/2019E0155701 13
door shall have a quartz
view port with shutter to
witness the process inside.
Backside of the chamber
shall be provided with a
welded dished end.
1.0 1.3 The chamber shall be
provided with number of
ports at different locations
for supplying connections
to Vacuum pumping
system, LT electrodes,
Thermocouple
feedthroughs, gas inlet
port, view ports etc. as per
schematic sketch
LPSCB/ITPF/VAF/01
1.0 1.4 LOADING/UNLOADING
TROLLEY: Manually
movable with caster
wheels and hydraulically
raised and lowered with
hand lever shall be
designed to carry charge
weight of 500 kgs. Suitable
with height adjustment for
both vacuum ageing
furnace and leak detection
chamber loading hearths.
Tender No: LPSCB/PUR/2019E0155701 14
2.0 HOT ZONE
SPECIFICATIONS: (For
furnace)2.1 HOT ZONE
SIZE (Minimum): Ø 2000
mmx2300 mm (L)
(Minimum)
2.0 2.2 MAXIMUM
TEMPERATURE:800°C
2.0 2.3 OPERATING
TEMPERATURE: 700°C
2.0 2.4 CHARGE WEIGHT:
Approx 500 kgs.
2.0 2.5 TEMPERATURE
UNIFORMITY: ±5°C
throughout hot zone area
above 400°c (temperature
uniformity at 9 locations)
2.0 2.6 METHOD OF HEATING:
Resistance heating by
Kanthal A1 heating
elements. Heaters shall be
Tender No: LPSCB/PUR/2019E0155701 15
supported and insulated
on heat shields. Suitable
water cooled power
feedthroughs shall be
provided. Heaters shall be
designed for easy
replacement and
maintenance.
2.0 2.7 NO.OF ZONES: 03
Zones.
2.0 2.8 HEAT INSULATION
(Radiation shield): The
radiation shield shall be
designed such that the
temperature of the outer
surface of the furnace
shall have a maximum of
30°C. Party shall submit
the supporting document
for design calculations for
heat shields.
2.0 2.9 HEATING RATE: 1-
15°C/min
2.0 2.10 COOLING METHOD:
Natural furnace cooling
Tender No: LPSCB/PUR/2019E0155701 16
under vacuum.
2.0 2.11 HEATER FEED
THROUGH: Heater feed
through made of
electrolytic copper to be
provided with water
cooling facility.
2.0 2.12 HEARTH SUPPORT:
Hearth support shall be
designed to take care of
the charge weight of
500kgs (Max) for two
different components like
PS4 prop tanks as per
sketch LPSCB/ITPF/PS4/03
and spacecraft prop.tank
as per sketch
LPSCB/ITPF/SAT/04
2.0 2.13 CHAMBER FRONT
DOOR:
i.Door, access ports and
pumping system shall have
suitable vacuum
compatible ‘O’ ring seals.
ii.Suitable
pneumatic/electrohydrauli
c lock shall be provided for
door lock and additional
Tender No: LPSCB/PUR/2019E0155701 17
manual hinge locks shall
be provided.
iii.Suitable support
wheels/rails at bottom
shall be provided for easy
opening of door.
iv.All the interfaces in the
chamber shall maintain an
ultimate vacuum level of
5x10-5 mbar.
3.0 FURNACE POWER SUPPLY:
Thyristor power controller:
M/s. EUROTHERM/
Reputed make a thyristor
power controller with
suitable power
transformer shall be
provided for smooth
power control. Party shall
submit the supporting
document for design
calculations for Power.
4.0 VACUUM PUMPING
SYSTEM:(FOR
FURNACE)The vacuum
furnace shall have a
separate vacuum pumping
system.
Tender No: LPSCB/PUR/2019E0155701 18
4.0 4.1 All components in the
entire vacuum system
shall be from the same
source/manufacturer and
it shall be of either of
Leybold/Agilent/Pfeiffer
makes only.
TECHNICAL SPECIFICATION
Item Specifications -I
Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks
4.0 4.2 Operating Vacuum
level:
i. 1 x10-4 mbar or better
within 40 minutes. (for
clean, dry & empty
condition)
4.0 4.3 Ultimate vacuum level:
5 x10-5 mbar or better for
clean dry empty chamber.
4.0 4.4 Vacuum pumps &
Tender No: LPSCB/PUR/2019E0155701 19
Gauges:
i.One line of roughing
station (Rotary & Roots)
shall be provided with
suitable pumping speed.
ii.One line of Diffusion
pump with suitable
pumping speed shall be
provided to obtain
vacuum level within the
pumpdown time.
iii.Separate rotary backup
pump for Diffusion pump
shall be provided.
iv.Suitable water cooled
Chevron baffle shall be
provided for the Diffusion
pump to avoid oil
migration to chamber.
v.Vacuum level shall
be measured by
Pirani/Penning/ Wide
range gauges.
vi.Party shall submit the
supporting document for
design calculations for
vacuum pumping
requirements.
Note:
i.All the vacuum pumps &
vacuum measuring gauges
shall be from same source
of manufacturer like
Leybold/Pfeiffer/Agilent.
Tender No: LPSCB/PUR/2019E0155701 20
4.0 4.5 TIC CONTROLLER
(minimum with 6
channels):
Make :
Leybold/Pfeiffer/Agilent.
4.0 4.6 VALVES:
All the valves shall be
fabricated from SS
304L/316L/304 material,
pneumatically operated
with position indicator. All
the valves shall be from
either of GNB/VAT/BRAY
makes.
4.0 4.7 Leak detection:
i.Provisions shall be given
for leak detection in
vacuum chamber pumping
line with leak detection
ports.
ii.The global leak rate
allowable for the vacuum
chamber shall be 1x10-3
std cc/sec max.
iii.Individual leak rate
allowable shall be 1x10-8
std cc/sec max.
Tender No: LPSCB/PUR/2019E0155701 21
4.0 4.8 Over-ride: Manual
over ride provisions for
vacuum pumps and valves
through man-machine
interface shall be
provided.
4.0 4.9 INERT GAS PURGING
SYSTEM:
A gas inlet system shall be
provided for filling the
chamber (800 mbar) with
argon gas for static
cooling. It shall consists of
gas manifold with solenoid
operated isolation valve,
absolute pressure gauge,
pressure switch and
pressure relief valve. A gas
storage tank of dia 1000
mm x 2500 mm long shall
be made of mild steel shall
be provided to accumulate
the argon gas at a
pressure of 8.0 bar.
5.0 INSTRUMENTATION
(CONTROL SYSTEM):
The vacuum furnace shall
have a separate control
Tender No: LPSCB/PUR/2019E0155701 22
system.
5.0 5.1 HMI:
M/s.GE/Siemens make
10” HMI interface may be
provided nearer to the
furnace with essential
display features for
operating the equipment
in all modes.
5.0 5.2 TEMPERATURE
PROGRAMMER
CONTROLLER:
Microprocessor based
temperature programmer
controller of either
M/s.YOKOGAWA/
EUROTHERM/
HONEYWELL makes shall
be provided with 30
programmes and each
programme shall have 20
segments for temperature
measurement and control.
5.0 5.3 OVER TEMPERATURE
PROTECTION:
A separate digital
temperature controller
Tender No: LPSCB/PUR/2019E0155701 23
M/s.YOKOGAWA/
EUROTHERM/
HONEYWELL make shall be
provided with a relay
output, which is
interlocked with the
furnace power supply. In
the event of any
malfunctioning in the
temperature
programmer/controller
and if the temperature
level shoots up beyond the
set temperature level, this
controller which shall be
set for safe over
temperature limit and
shall cut-off the power to
the furnace heater
through a independent
thermocouple which shall
be provided in the hot
zone and shall produce an
alarm.
5.0 5.4 THERMOCOUPLES
(FOR MONITORING THE
TEMPERATURE AND
CONTROL)03 nos of ‘K’
type Inconel sheathed
rigid/fixed thermocouples-
minimum one number in
each hot zone shall be
provided for temperature
measurement, control and
for over temperature
protection.
Tender No: LPSCB/PUR/2019E0155701 24
5.0 5.5 JOB THERMOCOUPLES:
(FLEXIBLE
THERMOCOUPLE)
09 Nos. MI sheathed
flexible ‘K’ type
thermocouples shall be
provided for measure the
job temperature at
different location in the
hot zone. One internal
plug and socket assembly
for 09 Nos of ‘K’ type
thermocouple along with
compensating cables and
connectors, shall be
provided.
5.0 5.6 RECORDER:
M/s.YOKOGAWA/
EUROTHERM/HONEYWELL
make 6 channels paperless
recorder shall be provided
to record the temperature
and vacuum levels.
5.0 5.7 PC with SCADA
SOFTWARE:
PC based control and
DATA acquistition
incorporating SCADA
Tender No: LPSCB/PUR/2019E0155701 25
software shall
provided.The minimum
technical features of the
PC shall be as follows:
i.Intel core processor i5 or
i7.
ii.20” Flat screen LED
colour monitor with full
HD native resolution.
iii.512 GB SSD.
iv.2GB RAM,
v.2 serial ports.(One shall
be RS 232C and the other
one shall be for
redundancy purpose)
vi.2 Ethernet with Giga bit
Ethernet.
vii.6 USB. (at least 2 USB
3.0 ports & 4 USB 2.0
ports.)
viii.1 Video graphics with
full HD graphic support.
ix.1 audio port.
x.Windows 101 keyboard
& USB cordless mouse.
xi.Colour Laser printer
with networking & duplex
printing with post script
compatibility.
Note:Interface application
will be run on windows 7
or higher edition.The
software will have
features for
Tender No: LPSCB/PUR/2019E0155701 26
•Real time plotting of all
parameters of the furnace.
•System shall have storage
& retrieval of all
parameters.
•Offline processing of
parameters.
5.0 5.8 COMPUTER TABLE:
A computer table with
ergonomic operator chair
shall be provided so that
the operator can sit and
operate the vacuum
furnace system.
5.0 5.9 PROGRAMMABLE
LOGIC CONTROLLER (PLC):
A programmable logic
controller of reputed make
like M/S GE/SIEMENS
shall be provided with
necessary number of
inputs and outputs is
provided in the system for
complete automation of
the vacuum and
temperature cycles.
Tender No: LPSCB/PUR/2019E0155701 27
5.0 5.10 CONTROL CONSOLE:
M/s RITTAL or Equivalent
make control console with
panel airconditioner shall
be provided for housing all
the instrumentation and
control. This control
console shall house
temperature programmer
controller, over
temperature controller,
micro processor based
vacuum gauge controller,
furnace control panel with
heating element, voltage
and current meters with
voltage and current
selector switch with
necessary circuit breakers.
Programmable logic
controller shall be housed
inside the control cubicle.
A separate power panel
shall be a part of the
above control console and
shall house mains ON/OFF
switch, RYB indication with
selector switches, fuses,
etc.
All the electrical switch
gear like control
transformers, contactors,
relay, fuses, timers and
motor starters, etc.., shall
be mounted on a plate
and fitted vertically for the
convenience of
maintenance. The control
console shall have full
Tender No: LPSCB/PUR/2019E0155701 28
opening doors for easy
approach of internal
components.The above
control console shall be
fully wired to operate at
415V AC, 3 phase, 50 Hz
mains power supply with
power neutral and ground
connection.
5.0 5.11 On-line UPS:
The system shall be
provided with on-line UPS
of adequate rating with 02
hours back up for PC, PLC
and other control
instrumentation to
monitor the parameters
during power failure and
also to bring the system to
a safe condition during
power failure.
TECHNICAL SPECIFICATION
Item Specifications -II
Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks
5.0 5.12: Cooling system:
Closed circuit Water
Chiller Unit (cooling tower)
of suitable capacity shall
Tender No: LPSCB/PUR/2019E0155701 29
be provided for cooling of
the vacuum chamber,
chevron baffles and
diffusion pump etc.
5.0 5.13. COOLING WATER
LINES:
Water lines for different
systems of the furnace
shall be taken from a
central manifold
distributing them into
various circuits providing
each with a control valve
for independent
operation.
Similarly the outlet water
from different systems of
the furnace shall be
connected to a common
outlet manifold. Water
flow switches shall be
provided on the outlet of
each system so that the
water flow rate of each of
the system can be sensed
and OK signal is given to
operate respective power
controls.
In case of water supply
failure, rate of water flow
is reduced, the switches
should de-energise the
electrical circuit and give
alarm showing the status
of the system through LED
Tender No: LPSCB/PUR/2019E0155701 30
indicators.
6.0 SAFETY DEVICES &
INTERLOCKS:
The furnace shall be
provided with adequate
quantity of safety devices
to protect the system and
the operator from mal-
function and possible
operator's error. All alarms
shall have audio visual
display indication with
logging of values.
6.0 6.1 OVER LOAD
PROTECTION:
The motors shall be fitted
with the thermal overload
protection to protect the
Rotary pump motor and
Roots pump motor from
drawing excessive current
due to overload.
6.0 6.2 THERMOSTAT:
The Diffusion pump shall
be fitted with a bi-metallic
thermostat to sense the
cooling coil temperature
Tender No: LPSCB/PUR/2019E0155701 31
and cut off power to the
diffusion pump heater in
case when the cooling coil
temperature raises due to
inadequate water supply
or water supply failure.
6.0 6.3 PRESSURE SWITCHES:
One pressure switch in
pneumatic line shall be
connected to alert the
operator by alarm in case
pneumatic supply drops
below the required
operating pressure.
6.0 6.4 MICRO SWITCH:
The high vacuum valve
shall fitted with micro
switch which provide the
signal on the valve fully
closed position so that
even if the electrical signal
gives any wrong status,
the micro switches will not
allow other operation to
be carried out.
7.0 TECHNICAL SPECIFICATION
FOR LD CHAMBER:
Tender No: LPSCB/PUR/2019E0155701 32
7.1 Horizontally mounted
vacuum chamber, shall be
fabricated with mild steel
with epoxy coated. The
internal chamber shall
have dimensions of 1500
mm (ID) diameter and
2000 mm depth. The
chamber shall be designed
as per ASME SEC VIII, DIV-
II for unfired pressure
vessels code.
7.0 7.2 The chamber shall be
provided with hinge
supported dished door
with vacuum sealing by
means of 'O' ring. The
door and one side portion
of the chamber shall have
view ports (02 nos) to
witness the process inside
as per schematic sketch
LPSCB/ITPF/LD/02
7.0 7.3 LD CHAMBER DOOR:
i.Door, access ports and
pumping system shall have
suitable vacuum
compatible 'O' ring seals.
ii.Suitable
pneumatic/electrohydrauli
c lock shall be provided for
door lock and additional
Tender No: LPSCB/PUR/2019E0155701 33
manual hinge locks shall
be provided.
iii.All the interfaces in the
chamber shall maintain an
ultimate vacuum level of
5x10-5 mbar.
7.0 7.4 Vacuum level:
i.1 x10-4 mbar or better
within 30 minutes. (for
clean, dry & empty
condition)
ii.5 x10-5 mbar ultimate
vacuum level.
7.0 7.5 Vacuum pumps &
Gauges:
i.One line of roughing
station (Rotary & Roots)
shall be provided with
suitable pumping speed.
ii.One line of Diffusion
pump with suitable
pumping speed shall be
provided to obtain
vacuum level within the
pumpdown time.
iii.Separate rotary backup
pump for Diffusion pump
shall be provided.
iv.Suitable water cooled
Tender No: LPSCB/PUR/2019E0155701 34
Chevron baffle shall be
provided for the Diffusion
pump to avoid oil
migration to chamber.
v.Vacuum level shall
be measured by
Pirani/Penning/ Wide
range gauges.
vii.Party shall submit the
supporting document for
design calculations for
vacuum pumping
requirements.
Note:
i.All the vacuum pumps
and vacuum measuring
gauges shall be from same
source of manufacturer
like
Leybold/Pfeiffer/Agilent.
7.0 7.6 CONTROL
INSTRUMENTATION FOR
LD CHAMBER:
Control console for leak
detection chamber
operation is basically an
industrial standard
console construction made
of MS sheet metal
fabrication which houses
all the control and
instruments required for
smooth operation of the
Tender No: LPSCB/PUR/2019E0155701 35
system shall be provided.
7.0 7.7 PROGRAMMABLE
LOGIC CONTROLLER (PLC):
A programmable logic
controller of reputed make
like M/S GE/SIEMENS
shall be provided for
complete automation of
the vacuum cycle to
acheive the various valve
logic sequences.
7.0 7.8 HMI: (LD chamber):
M/s.GE/Siemens make 10''
HMI shall be provided for
vacuum process control
sequence of operation in
conjunction with
programmable logic
controller.
7.0 7.9 SAFETY DEVICES AND
INTERLOCKS:
All the required safety
devices and interlocks
shall be provided for
smooth and trouble free
operation of the system
and as well as to prevent
accidental failures to the
machine as well as to the
Tender No: LPSCB/PUR/2019E0155701 36
operator.
8.0 The following terms are
common to both for
Vacuum ageing furnace &
LD chamber:
LPSC Scope (TO BE
PROVIDED BY THE
USER)The following
utilities will be provided by
LPSC for proper operation
of the high vacuum
furnace operation.
8.0 8.1 Engineering utilities at
installation site:
a.Electrical power supply
at 415V ±10%, 50Hz ±5%,
3 phase and neutral will be
provided by LPSC at
installation site. Suppliers
to indicate the total load.
b.LPSC will provide
filtered, regulated and
lubricated pneumatic
supply at site. Suppliers to
indicate the required
pressure.
9.0 TEST DATA AND
DOCUMENTATION:
i.Detailed testing for
Tender No: LPSCB/PUR/2019E0155701 37
satisfactory functioning of
Vacuum ageing furnace,
Leak Detection chamber
functions and components
shall be carried out and all
test data shall be
recorded. The same shall
be produced along with
the furnace & LD chamber.
ii.The above tests,
together with any
additional tests or trials
mutually agreed shall be
repeated in the presence
of LPSC personnel.
9.0 9.1 The following
documents (in English) to
be provided with the
Vacuum ageing furnace,
LD chamber.
i.Instruction manual -
Three sets.
ii.Maintenance manual -
Three sets.
iii.Diagrams for all
mechanical assemblies
with parts lists.
iv.Mechanical, Electrical
and electronic diagrams.
v.Technical
documentation for the
main components
purchased.
Tender No: LPSCB/PUR/2019E0155701 38
vi.Original licence for the
software which is
purchased.
vii.One soft copy of all the
manuals and diagrams in
PDF format, as well as the
specific programs (PLC and
man-machine interface).
viii.One re-installation CD
for the PC.
ix.Licensed version
software CD and
replaceable hard disk
installed with all the
software shall be included.
x.Calibration certificates
for all the vacuum gauges
and thermocouples shall
be provided.
TECHNICAL SPECIFICATION
Item Specifications -III
Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks
10.0 PRE-DESPATCH
INSPECTION:
The inspection and
calibration certification for
compliance to the
specified requirements for
vacuum ageing furnace
Tender No: LPSCB/PUR/2019E0155701 39
and LD chamber, control
system and other
requirements as per the
specification will be
conducted by reputed
third party inspection
agency and LPSC
personnel. Despatch
clearance will be provided
by LPSC representative,
based on the satisfactory
pre-despatch inspection
and testing at
manufacturer’s site.
11.0 INSTALLATION AND
COMMISSIONING OF
VACUUM AGEING
FURNACE & LD CHAMBER
AT LPSC, TUMAKURU
CAMPUS, TUMAKURU-572
103, KARNATAKA, INDIA
(Approximately 60 km
from Bengaluru):
11.0 11.1 The installation of the
specified vacuum ageing
furnace and LD chamber
systems shall be carried
out at LPSC, TUMAKURU
CAMPUS, TUMAKURU-572
103, KARNATAKA, INDIA
(Approximately 60 km
from Bengaluru).
Tender No: LPSCB/PUR/2019E0155701 40
11.0 11.2 Final acceptance will
be signed only after
satisfactory erection of the
entire system which
includes vacuum ageing
furnace, LD chamber
system, high voltage
power source and vacuum
pumping system, control
system, cabling the wiring,
complete integration,
commissioning and testing
at LPSC site.
11.0 11.3 On commissioning at
our site, the following
items are to be
demonstrated in addition
to the demonstration of
items specified during pre-
despatch inspection:
i.Operation of vacuum
pumping system.
ii.Operation of continuous
4 Hrs vacuum ageing cycle
in vacuum ageing furnace
system.
iii.Operation of LD
chamber system.
iv.Manual over ride for
pumps, valves etc., of
chamber vacuum system.
Tender No: LPSCB/PUR/2019E0155701 41
v.Safety interlocks.
vi.QA package for on-line
data acquisition and
storage.
vii.Demonstration of
vacuum ageing trials on Ti-
6Al-4V, Stainless steel
material.
12.0 TRAINING AT LPSC,
TUMAKURU CAMPUS,
TUMAKURU-572 103,
KARNATAKA, INDIA
(Approximately 60 km
from Bengaluru):
One week training shall be
given to LPSC operating
personnel at installation
site, after commissioning
& acceptance at free of
cost.
13.0 SPARES AND
CONSUMABLES
(OPTIONAL):
The party shall supply
adequate quantity of
spares including electronic
spares, vacuum
components, gauges, one
additional charge of oils
for Roots, Rotary &
Diffusion pumps shall be
Tender No: LPSCB/PUR/2019E0155701 42
supplied along with spares
etc., and also adequate
quantity of consumables
required for 2 years of
operation of the machine
on two shift basis. The list
of spares and consumables
with quantities shall be
clearly indicated in Part I:
Offer. Price breakup shall
be provided in Part II:
Offer.
14.0 GUARANTEE FOR THE
SUPPLY OF SPARES &
SERVICE SUPPORT:
The suppliers shall
guarantee supply of
spares, service and extend
AMC support for a period
of minimum 10 years from
the date of commissioning
and acceptance of the
system.
15.0 HERITAGE OF VACUUM
FURNACE BUILT FOR
AEROSPACE USERS:
The party should have
supplied similar VACUUM
FURNACE (minimum five
furnaces) working
satisfactorily for reputed
Aerospace industries in
India and the address and
details of the company
Tender No: LPSCB/PUR/2019E0155701 43
(year of supply,
commissioning date &
customer feedback) where
they have supplied shall be
mentioned in their offer.
Offers not meeting the
above criteria will not be
considered.
16.0 AUTHORISED SERVICE
PERSONNEL TEAM IN
INDIA:
Foreign suppliers shall
have an authorised team
of trained service
personnel positioned in
India for extending service
support and for
undertaking Annual
Maintenance Contract
(AMC) for the supplied
vacuum furnace. The
address of the Indian
service provider shall be
mentioned in their offer.
17.0 NON-COMPREHENSIVE
ANNUAL MAINTENANCE
CONTRACT (AMC):
The suppliers shall
compulsorily undertake
AMC for the vacuum
ageing furnace and LD
chamber after completion
Tender No: LPSCB/PUR/2019E0155701 44
of warranty period. The
scope of work is given in
Enclosure-1. The quote (in
INR) shall be mentioned in
Part II: Price bid.
18.0 GENERAL REQUIREMENTS:
18.1 Installation and
commissioning of the
vacuum furnace shall be
carried out at our site by
the trained engineers from
the Principals.
18.0 18.2 All supplied heating
coils and vacuum pumps
shall be from reputed
make/brands as specified.
18.0 18.3 Three sets of
operation and
maintenance manuals (in
English) drawings &
documents for the
supplied systems with
electrical circuit diagrams,
mechanical drawings and
vacuum system etc., to be
supplied.
Tender No: LPSCB/PUR/2019E0155701 45
18.0 18.4 Metric system of
measurement shall be
followed in all
specifications, drawings,
manuals, etc.,
18.0 18.5 All documents,
manuals, drawings,
communications, etc.,
shall be in English
language only.
18.0 18.6 The colour of the
furnace shall preferably
Orange.
18.0 18.7 Sea-worthy packing in
case of import supply of
vacuum furnace shall be
included under supplier’s
scope.
19.0 CRITERIA FOR COST
COMPARISON:
Suppliers shall note that
the criteria for cost
Tender No: LPSCB/PUR/2019E0155701 46
comparison shall be for:
i.Cost of the basic system
as per specification &
scope of work document
of tender.
ii.Cost for installation,
integration, testing &
commissioning of the
vacuum ageing furnace
cum LD chamber and
training.
iii.Cost for Non-
comprehensive AMC for 3
years excluding airfare
which would be paid at
actual on production of
documentary proof.(in
case of outstation)
20.0 DELIVERY TERMS:
All items ordered shall be
supplied in ONE LOT
without any part / short
shipment, before the
expiry of delivery period.
Any part shipment without
permission shall be at
party’s cost.
TECHNICAL SPECIFICATION
Tender No: LPSCB/PUR/2019E0155701 47
Item Specifications -IV
Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks
21.0 PART -I : TECHNO-
COMMERCIAL This part
should contain:
i.Technical details and
specifications together
with technical catalogues.
ii.All commercial
conditions.
iii.Deviations, if any, to our
specifications shall be
brought out very clearly.
iv.Price details should not
be shown in Part I bid.
Note: Part-I: Techno-
Commercial bid should
clearly indicate technical
details, payment terms,
security deposit, warranty,
performance bank
guarantee, liquidated
damages, delivery terms,
validity, delivery period
etc.
Part-I (Techno
commercial) bid should
compulsorily include
compliance matrix
showing each & every
tender specification items
and details of offer made.
The specification offered
by the vendors may also
be indicated in the
compliance statement
Tender No: LPSCB/PUR/2019E0155701 48
wherever necessary.
Comments like YES,
AGREED, WILL BE GIVEN
AT THE TIME OF SUPPLY,
CONFIRMED, WILL BE
COMPLIED etc. are to be
avoided and where ever
numerical values are
required, the same shall
be mentioned.
PLEASE NOTE THAT PRICES
SHOULD NOT BE
INDICATED IN THE
TECHNO-COMMERCIAL
BID ELSE IT WILL BE
CONSIDERED AS
UNSOLICITED OFFERS AND
REJECTED.
21.0 21.1 Part-II : PRICE BID
Price part should only
indicate price.The offers
should include the
following details: i.Cost for
basic supply items.
ii.Cost for installation,
integration, testing &
commissioning of the
vacuum ageing furnace, LD
Chamber and training.
iii.Break-up cost for
spares/consumables.
iv.Cost of Non-
comprehensive annual
maintenance contract
Tender No: LPSCB/PUR/2019E0155701 49
(AMC) for the vacuum
furnace system after
expiry of warranty period
for a 3 years as defined in
Enclosure-1
21.0 21.2 DELIVERY SCHEDULE
AND INSTALLATION:
1)Delivery schedule shall
be 12 months from date of
acceptance of Purchase
Order. In case of foreign
supply export license shall
be obtained within this
period.
2)Installation shall be
carried out within one
month from the date of
supply.
4
ENCLOSURE-1 NON-COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (AMC)
Item Specifications -V
Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks
1.0 The party shall undertake
non-comprehensive AMC
for a period of three years,
after the expiry of
Tender No: LPSCB/PUR/2019E0155701 50
warranty period. The
quote shall be in Indian
rupees since, the non-
comprehensive AMC is to
be carried out only by the
Authorized Indian Service
Provider/The
Manufacturer. Party shall
give breakup cost for 1st
year, 2nd year and 3rd
year separately in the
Part-II: PRICE BID. The
scope shall be for two
preventive maintenance
visits per year and
duration shall be of 2 days
per visit minimum. The
scope shall also include
any number of breakdown
visits. In case of any
foreign supply major
breakdowns which would
need the intervention of
original equipment
manufacturer (OEM), the
quote shall be in terms of
foreign currency as man
day basis.
2.0 TYPE OF CONTRACT:
The proposed Annual
Maintenance Contract
shall be of Non-
Comprehensive type.
Tender No: LPSCB/PUR/2019E0155701 51
3.0 PERIOD OF CONTRACT:
The contract shall be valid
for a period of 3 years.
However it shall be open
to purchaser to terminate
the contract at any time
during its currency by
giving ONE MONTH notice
in writing.
4.0 PREVENTIVE
MAINTENANCE:
i.The authorized Indian
service provider shall
perform two half-yearly
preventive maintenance
visits in one year i.e. Two
days per visit (One service
engineer shall be assigned,
with mechanical &
electrical/electronics
background). Total
number of preventive
maintenance visits for 3
years shall be 6.
ii.The party shall quote
per man day basis which
shall include charges like,
local conveyance in
Bangalore, service charges
& miscellaneous expenses.
iii.In case the service
engineer is from
outstation of Bangalore,
the party shall quote for
per man day basis for
Tender No: LPSCB/PUR/2019E0155701 52
boarding/lodging;
conveyance charges,
service charges &
miscellaneous expenses
for each service engineer.
However, to and fro
airfare will be paid at
actual on production of
documentary proof.
5.0 BREAKDOWN
MAINTENANCE:
i.The authorized Indian
service provider shall
attend to any number of
breakdown calls per year,
immediately within 48
hours of intimation during
the contract period.
ii.The party has to quote
for per man day basis
towards breakdown
maintenance charges
which shall include
charges like, local
conveyance in Bangalore,
service charges &
miscellaneous expenses.
iii.In case the service
engineer is from
outstation of Bangalore,
the party shall quote for
per man day basis for
boarding/lodging;
conveyance charges,
service charges &
Tender No: LPSCB/PUR/2019E0155701 53
miscellaneous expenses
for each service engineer.
However, to and fro
airfare will be paid at
actual on production of
documentary proof.
iv.If the equipment is from
foreign supply, If any
major breakdown requires
intervention from original
equipment manufacturer
based outside India, the
same shall be quoted by
the party in terms of
foreign currency for per
man day basis which
includes expenses for
boarding and lodging, local
conveyance, service
charges and miscellaneous
expenses etc. excluding to
and fro air fare which will
be paid at actual on
production of
documentary proof.
6.0 PAYMENT TERMS :
i.Maintenance charges
shall be paid after every
half yearly on pro-rate
basis on completion of
each satisfactory service.
ii.However, at the end of
each service, a service
report duly signed by
contractor, Indentor and
Tender No: LPSCB/PUR/2019E0155701 54
Indentor’s Divisional Head
shall be obtained from the
user division to the effect
that the vacuum ageing
furnace has been serviced
and is working
satisfactorily and shall be
submitted to the Purchase
& Stores Officer, LPSC,
ISRO CAMPUS, Tumakuru,
Bengaluru along with
bill/Invoice in duplicate
with a copy to purchase &
Stores Officer. (Purchase)
Supporting Documents from Vendor
Attachment - I:
Attachment - II:
Vendor Specificied Terms
Description Vendor Terms
THIS IS A TWO PART TENDER do not mention price element in the
Technical Bid. If any price element mentioned in the technical bid, your
offer will not be considered.
(1) Packing and Forwarding (P&F):P & F charges, if any, (If mentioned
as EXTRA OR INCLUDED in your quote, please mention the percentage
in Vendor Terms).
Tender No: LPSCB/PUR/2019E0155701 55
(2)GST for Indigenous Supply:Please mention applicable GST
percentage in the offer
a)Please refer Sl. No: 1 of Government Of India, Ministry Of Finance,
Notification Number 47/2017 integrated Tax (rate) dated: 14/11/2017,
the applicable percentage of GST is 5% only for the supply of Goods.
Necessary Certificate will be issued later.
b)Please refer Sl. No: 1 of Government Of Karnataka, Finance
Secretariat, Notification Number 45/2017 FD 48 CSL 2017,
BENGALURU, dated: 14/11/2017, the applicable percentage of GST is
5% only for the supply of Goods. Necessary Certificate will be issued
later.
c)In case of services (i.e., Installation, commissioning & testing and
AMC, etc.,) GST @18% extra.
(3)Duties & Levies for Foreign supply:
a) LPSC is providing concession certificate towards the of payment of
Customs Duty vide as per the Customs Notification No. 50/2017, Sl.
No. 539(b)-CUSTOMS Dated 30.06.2017 & Amendment No: 5/2018, Sl.
No. 539(a) CUSTOMS Dated: 25/01/2018.
b) GST is not applicable for imported items.
(4) Installation Charges:If any, mentioned as EXTRA OR INCLUDED in
your quote, please mention the percentage in Vendor Terms.
(5) Delivery Terms: In case of Indigenous Supplier : FOR LPSC,
TUMAKURU CAMPUS, TUMAKURU - 572 103, KARNATAKA
(6) Delivery Terms:In case of Foreign Suppliers: FOB /FCA
(7) Freight charges:If any, mentioned as EXTRA OR INCLUDED in your
quote, please mention the percentage in Vendor Terms.
(8) Delivery Period:
1) Delivery schedule shall be 12 months from date of acceptance of
Purchase Order. Export license shall be obtained within this period.
Tender No: LPSCB/PUR/2019E0155701 56
2) Installation shall be carried out within one month from the date of
supply.
Refer Clause No. 21.2 of Annexure - 1
(9) Payment Terms for Indigenous Orders: 100% payment shall be
made through RTGS within 30 days after receipt (including installation
& commissioning) and acceptance of the item at our site.
(10) Payment Terms for Foreign Orders:Payment term shall be Sight
Draft OR 90% by Irrevocable Letter of Credit and balance 10% by wire
transfer after receipt (including installation & commissioning) and
acceptance of the ordered item.
NOTE: All bank charges within India shall be borne by Department and
all bank charges outside India shall be borne by supplier.
(11) Liquidated Damages (LD): If the ordered items are not supplied
within the delivery schedule, LD shall be levied from your bill @ 0.5%
of the order value per week or 0.5% of the value of the stores for
which the delivery is delayed for each week of delay subject to a
maximum of 10% of the order value. (NOTE : This is a mandatory
clause)
(12) Warranty : The vacuum ageing furnace shall be warranted for a
period of 12 months from the date of acceptance of the vacuum
ageing furnace & Leak detection system after installation and
commissioning at the site.
(13) Security Deposit (SD) : You have to furnish a Bank Guarantee for
10% of the order value within 10 days of receipt of order towards the
faithful execution of the order valid till the completion of the scope of
work as per order plus sixty days. (This will be returned to you
immediately on execution of the order satisfactorily as per order
terms. In case of non-performance / poor performance, the amount
will be forfeited).
(14) Performance Bank Guarantee (PBG) : You have to submit a PBG
from a Nationalised / Scheduled Bank for 10% of the order value
towards the performance of the system at the time of supply valid till
the completion of warranty period plus 60 days as per the format
Tender No: LPSCB/PUR/2019E0155701 57
provided by the Department. OR 10% of the order value shall be with
held till the completion of Warranty Period plus 60 days.
(15) Security Deposit cum Performance Bank Guarantee (SD cum
PBG):In case, if parties are unable to provide two separate BGs, i.e.,
one for SD and one for PBG, they can submit a combined BG for SD
cum PBG within 10 days of receipt of order for 10% of order value valid
till the completion of total contractual obligation (i.e., supply period +
warranty period + 60 days) as per the format provided by the
Department.
(16) Insurance : Being a Government of India Department, Insurance is
not required at our cost. Please ensure the safe delivery of the ordered
item with proper AIR / SEA / ROAD worthy packing.
(17) Validity of Offer : The validity of the offers should be 120 days (in
case two part tender) from the date of opening of the tenders. NOTE :
Tenders validity period shorter than offer validity mentioned above
will not be considered for evaluation.
(18) In case of foreign orders:(a) Please specify whether any Export
clearance is required. If it is required please provide End User
Certificate format along with offer. (b) Please specify whether any
Agency Commission is involved or not. If YES mention the percentage
of Agency Commission. [Agency Commission shall be claimed by the
Indian Agent through an Invoice. The Agency Commission shall be paid
to the Indian Agent in Indian Rupees worked out on the basis of
Telegraphic Transfer buying rate of exchange prevailing on the date of
placement of the Purchase order/Contract and shall be paid within 30
days from the date of satisfactory acceptance of the item at our site.
Distributers are not eligible for Agency Commission]
(19) Special conditions against Indian Agents submitting quotations in
Foreign Currency:(a) Foreign Principals proforma invoice 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 Indian agent, precise
relationship between them and their mutual interest in the business.
(c) Copy of registration and item empanelment of the Indian agent.
(20) 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)
Tender No: LPSCB/PUR/2019E0155701 58
the same will be not be considered.
Vendor Specificied Terms I
Description Vendor Terms
(21) 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 will not be considered.
(22) Purchase/Preference to MSEs: Purchase/Price Preference shall be
extended to the MSEs under the Public Procurement Policy for MSEs
formulated under the Micro, Small & Medium Enterprises
Development Act 2006. Necessary authenticated documentary
evidences shall be submitted along with your offer. NOTE: This is not
applicable for foreign Suppliers.
(23) ARBITRATION: In the event of dispute or difference arising out of
or in connection with this purchase order/contract, which cannot be
resolved through amicable settlement by mutual consultation, the
same shall be settled under the Rules of Arbitration & Conciliation act
1996 under the Indian statue only, whose decision shall be final and
binding on both the parties.
(24) JURISDICTION: The Courts in and around the City of Bangalore
alone shall have jurisdiction to deal with and decide any matter or
dispute whatsoever arising out of this agreement including those
arising under the Arbitration Act.
(25) Details of Principal:Address, contact details like Telephone
Number, Fax, e-mail etc., (if applicable)
(26) Details of Indian Agent:Address, contact details like Telephone
Number, Fax, e-mail etc., (if applicable)
(27) Address, contact details like Telephone Number, Fax, e-mail etc.,
on which order to be placed.
(28) Offers received through fax or email or unsigned will not be
considered.
(29) You shall provide suppliers bank details such as name of the bank,
IFSC code, IBAN Number, SWIFT etc., along with your offer which shall
Tender No: LPSCB/PUR/2019E0155701 59
be not be changed till completion of payment.
(30) PRE-DESPATCH INSPECTION:The inspection and calibration
certification for compliance to the specified requirements for vacuum
ageing furnace and LD chamber, control system and other
requirements as per the specification will be conducted by reputed
third party inspection agency and LPSC personnel. Despatch clearance
will be provided by LPSC representaive based on the satisfactory pre-
despatch inspection and testing at manufacturers site.
Refer Clause No. 10.0 of Annexure - 1
(31) INSTALLATION AND COMMISSIONING OF VACUUM AGEING
FURNACE & LD CHAMBER AT LPSC, TUMAKURU CAMPUS, TUMAKURU-
572 103, KARNATAKA, INDIA (Approximately 60 km from Bengaluru):
Refer Clause No. 11.0 of Annexure - 1
(32) TRAINING AT LPSC, TUMAKURU CAMPUS, TUMAKURU-572 103,
KARNATAKA, INDIA (Approximately 60 km from Bengaluru):One week
training shall be given to LPSC operating personnel at installation site,
after commissioning & acceptance, free of cost.
Refer Clause No. 12.0 of Annexure - 1
(33) AUTHORISED SERVICE PERSONNEL TEAM IN INDIA:Foreign
suppliers shall have an authorised team of trained service personnel
positioned in India for extending service support and for undertaking
Annual Maintenance Contract (AMC) for the supplied vacuum furnace.
The address of the Indian service provider shall be mentioned in their
offer.
Refer Clause No. 16.0 of Annexure - 1
(34) CRITERIA FOR COST COMPARISON:
Suppliers shall note that the criteria for cost comparison shall be for:
Tender No: LPSCB/PUR/2019E0155701 60
i. Cost of the basic system as per specification & scope of work
document of tender.
ii. Cost for installation, integration, testing & commissioning of the
vacuum ageing furnace cum LD chamber and training.
iii. Cost for Non-comprehensive AMC for 3 years excluding airfare
which would be paid at actual on production of documentary proof.
Refer Clause No. 19.0 of Annexure - 1
(35) Currency Quoted
(36) Weight of the consignment (Approx.)
(37) Do not mention price element in the Technical Bid. If any price
element mentioned in the technical bid, your offer will not be
considered
(38) Any other terms:
Vendor Specificied Terms for AMC
Description Vendor Terms
(1) Vendor shall offer Non- Comprehensive (AMC) after expiry of the
warranty period for a period of Three years. The scope of the non
comprehensive AMC shall be as under.
Refer Clause No. 1.0 of Enclosure - 1
PREVENTIVE MAINTENANCE:
2 (i) The authorized Indian service provider shall perform two half-
yearly preventive maintenance visits in one year i.e. Two days per visit
(One service engineer shall be assigned, with mechanical &
electrical/electronics background). Total number of preventive
maintenance visits for 3 years shallbe 6.
Tender No: LPSCB/PUR/2019E0155701 61
PREVENTIVE MAINTENANCE:
2 (ii). The party shall quote per man day basis which shall include
charges like, local conveyance in Bangalore, service charges &
miscellaneous expenses.
PREVENTIVE MAINTENANCE:
2 (iii) In case the service engineer is from outstation of Bangalore, the
party shall quote for per man daybasis for boarding/lodging;
conveyance charges, service charges & miscellaneous expenses
foreach service engineer. However, to and fro airfare will be paid at
actual on production ofdocumentary proof.
BREAKDOWN MAINTENANCE:
3 (i) The authorized Indian service provider shall attend to any number
of breakdown calls per year, immediately within 48 hours of intimation
during the contract period.
BREAKDOWN MAINTENANCE:
3 (ii) The party has to quote for per man day basis towards breakdown
maintenance charges whichshall include charges like, local conveyance
in Bangalore, service charges & miscellaneousexpenses.
BREAKDOWN MAINTENANCE:
3 (iii). In case the service engineer is from outstation of Bangalore, the
party shall quote for per man day basis for boarding/lodging;
conveyance charges, service charges & miscellaneous expenses
foreach service engineer. However, to and fro airfare will be paid at
actual on production ofdocumentary proof.
BREAKDOWN MAINTENANCE:
3 (iv) If the equipment is from foreign supply, If any major breakdown
Tender No: LPSCB/PUR/2019E0155701 62
requires intervention from original equipment manufacturer based
outside India, the same shall be quoted by the party in terms offoreign
currency for per man day basis which includes expenses for boarding
and lodging, localconveyance, service charges and miscellaneous
expenses etc. excluding to and fro air fare which will be paid at actual
on production of documentary proof.
(4) Other terms and conditions: For the AMC, lump sum cost may be
quoted. However, for breakdown maintenance call, cost may be
quoted on per day basis so that the breakdown maintenance charges
can be paid at actual depending on the number of days for which work
has been carried out.
(5) PAYMENT TERMS :
i. Maintenance charges shall be paid after every half yearly on pro-rate
basis on completion of each satisfactory service.
ii. However, at the end of each service, a service report duly signed by
contractor, Indentor andIndentors Divisional Head shall be obtained
from the user division to the effect that the weldingmachine has been
serviced and is working satisfactorily and shall be submitted to the
Purchase & Stores Officer, LPSC, ISRO CAMPUS, Tumakuru, Bengaluru
along with bill/Invoice in duplicate with a copy to purchase & Stores
Officer. (Purchase)
Refer Clause No. 6.0 of Enclosure - 1
(6)SECURITY DEPOSIT : The party shall submit the security deposit
equivalent to 10% of the AMC value till the completion of contract in
the form of bank guarantee or either form of negotiable instrument
valid for the total AMC period, issued by a nationalized or scheduled
bank in the form of Rs. 200 non-judicial stamp paper before
commencement of the work in favour of Senior Accounts Officer,
LPSC, Bangalore. This security deposit will be returned (interest free)
after the successful completion of Annual maintenance Contract. The
security deposit shall have a further claim period of 6 months.
(7) Maintenance shall be carried out at our premises only. In case any
item has to be taken to your premises for repairs, necessary Bank
Tender No: LPSCB/PUR/2019E0155701 63
Guarantee for the value of the item shall be furnished, and valid till
returning of the item.
(8) During AMC, in the event of damages to our property or injury to
our personnel due to the negligence of your employees, the
responsibility shall solely rests with you.
(9) ARBITRATION:In the event of dispute or difference arising out of or
in connection with this purchase order/contract, which cannot be
resolved through amicable settlement by mutual consultation, the
same shall be settled under the Rules of Arbitration & Conciliation act
1996 under the Indian statue only, whose decision shall be final and
binding on both the parties.
(10) JURISDICTION:The Courts in and around the City of Bangalore
alone shall have jurisdiction to deal with and decide any matter or
dispute whatsoever arising out of this agreement including those
arising under the Arbitration Act.
(11) Income Tax:As applicable shall be deducted from your Bill, at
source.NOTE: Applicable for Indian Service Providers.
(12) You shall provide suppliers bank details such as name of the bank,
IFSC code, IBAN Number, SWIFT etc., along with your offer which shall
be not be changed till completion of payment.
(13) NOTE: If the service provider is from INDIA, then the quotation
shall be in Indian Rupees only.
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
VACUUM
FURNACE SUPPLY
OF VACUUM
AGEING FURNACE
AND LEAK
DETECTION
CHAMBER
- 1 Lot - - -
VACUUM
FURNACE
- 1 Lot - - -
Tender No: LPSCB/PUR/2019E0155701 64
INSTALLATION
AND
COMMISSIONING
CHARGES
VACUUM
FURNACE SPARES
AND
CONSUMABLES[Br
eak up cost shall
be uploaded in
''Supporting
documents from
vendor (Price
bid/Breakup)'']
- 1 Lot - - -
VACUUM
FURNACE AMC
CHARGES FOR 03
YEARS
- 1 Lot - - -
Break-up of other taxes and other costs should be specified in respective narration columns.
Sum of these Break-up values should be specified in respective value columns.
Supporting Documents from Vendor(price bid/breakup)
Attachment - I:
Attachment - II:
Attachment - III:
Attachment - IV:
Tender No: LPSCB/PUR/2019E0155701 65
Please attach break up cost, if any.
Recommended