21
1 भारत सरकार Government of India अÛतिर िवभाग Department of Space सतीश धवन अंतिर के Û Satish Dhawan Space Centre शार SHAR Įीहिरकोटा डा..524124 आं .. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेिलफोन:+91 8623 225023 Telephone: +91 8623 225023 फे स: +91 8623 225170 Fax: +91 8623 225170 GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P) TENDER NOTICE NO. SDSC SHAR/HPS/PT/09/2016-17 On behalf of President of India, Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following. Sl No Ref. No. Description Qty. Tender Fee 01 SHAR SPP 2016 00 4188 e-procurement [Two Part basis] Fabrication and Supply of 55 sets of Agni Mould Fixtures 55 Sets No tender fee shall be applicable for tenders submitted through EGPS 02 SHAR SP 2016 00 4409 e-procurement [Two Part basis] Fabrication, Inspection, Testing, Supply and Alignment of Bowls (Jacketed Vessels) for 2.5t Vertical Mixer. 14 Nos. 03 SHAR SP 2016 00 4613 e-procurement [Two Part basis] Erection of New Fire Pumps and Piping system 1 Lot 04 SHAR SP 2016 00 4617 e-procurement [Two Part basis] Design, Supply Erection Testing and Commissioning of Rotary Vacuum Dryer (RVD) 1 Lot 05 SHAR SP 2016 00 4623 e-procurement [Two Part basis] Design, Supply Erection Testing and Commissioning of Hammer Mill, Dust Collection system and Subsystems 1 Lot Last Date for downloading of tender documents: 17.10.2016 at 16:00 hrs. Due Date for submission of bids online : 17.10.2016 at 16:00 hrs. Due Date for Bid Sealing on : 17.10.2016 at 16:01 hrs. to 17.10.2016 at 17.30 hrs. Due Date for Open Authorization : 17.10.2016 at 17.31 hrs. to 19.10.2016 at 17:00 hrs. Due Date for opening of tenders : 20.10.2016 at 14:30 hrs. Instructions to Tenderers: 01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures. 02. Interested tenderers can download the e-tender from ISRO e-procurement website https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not be considered. 03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can be down loaded and offer submitted on line in the e-procurement portal. 04. Quotations received after the due date/time will not be considered. 05. The tender documents are available for download upto 17.10.2016 at 1600 hrs. and last date for submission of tenders on line 17.10.2016 at 1600 hrs. and Tender Opening on 20.10.2016 at 14:30 hrs. 06. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations. DT: 25.08.2016 HEAD, PURCHASE AND STORES

भारत सरकार अतिरक्ष ... - ISRO

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: भारत सरकार अतिरक्ष ... - ISRO

1

भारत सरकार Government of India 

     अ तिरक्ष िवभाग        Department of Space 

 सतीश धवन अंतिरक्ष के द्र        Satish Dhawan Space Centre          शार        SHAR

ीहिरकोटा डा.घ.524124 आ.ंप्र. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेिलफोन:+91 8623 225023 Telephone: +91 8623 225023 फेक्स: +91 8623 225170 Fax: +91 8623 225170

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

SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)

TENDER NOTICE NO. SDSC SHAR/HPS/PT/09/2016-17

On behalf of President of India, Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following.

Sl No

Ref. No. Description Qty. Tender Fee

01

SHAR SPP 2016 00 4188 e-procurement [Two Part basis]

Fabrication and Supply of 55 sets of Agni Mould Fixtures

55 Sets

No tender fee shall be applicable for tenders submitted through EGPS

02 SHAR SP 2016 00 4409 e-procurement [Two Part basis]

Fabrication, Inspection, Testing, Supply and Alignment of Bowls (Jacketed Vessels) for 2.5t Vertical Mixer.

14 Nos.

03 SHAR SP 2016 00 4613 e-procurement [Two Part basis]

Erection of New Fire Pumps and Piping system

1 Lot

04 SHAR SP 2016 00 4617 e-procurement [Two Part basis]

Design, Supply Erection Testing and Commissioning of Rotary Vacuum Dryer (RVD)

1 Lot

05 SHAR SP 2016 00 4623 e-procurement [Two Part basis]

Design, Supply Erection Testing and Commissioning of Hammer Mill, Dust Collection system and Subsystems

1 Lot

Last Date for downloading of tender documents: 17.10.2016 at 16:00 hrs. Due Date for submission of bids online : 17.10.2016 at 16:00 hrs. Due Date for Bid Sealing on : 17.10.2016 at 16:01 hrs. to 17.10.2016 at 17.30 hrs. Due Date for Open Authorization : 17.10.2016 at 17.31 hrs. to 19.10.2016 at 17:00 hrs. Due Date for opening of tenders : 20.10.2016 at 14:30 hrs.

Instructions to Tenderers:

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

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

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

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

05. The tender documents are available for download upto 17.10.2016 at 1600 hrs. and last date for submission of tenders on line 17.10.2016 at 1600 hrs. and Tender Opening on 20.10.2016 at 14:30 hrs.

06. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations.

DT: 25.08.2016 HEAD, PURCHASE AND STORES

Page 2: भारत सरकार अतिरक्ष ... - ISRO

1

SPECIFICATION

FOR

ERECTION OF NEW FIRE PUMPS AND PIPING SYSTEMS

AT SPROB

July, 2016

SDSC SHAR, SRIHARIKOTA

Page 3: भारत सरकार अतिरक्ष ... - ISRO

2

ERECTION OF NEW FIRE PUMPS AND PIPING SYSTEMS AT SPROB

1.0 Introduction: The new fire water pumps of capacities 410 cu.m/hr electric driven, 410 cu.m/hr diesel driven, 170 cu.m/hr electric driven and 30 cu.m/hr electric driven are to be erected at the new pump house with necessary piping and valve systems for pumping fire water for our facilities in SPROB.

2.0 Scope of work of the Contractor / Vendor: 2.1 Supply of following materials including handling and unloading at work spot (refer BOQ

for quantity and other details): � CS ERW pipes and pipe fittings. � MS Structural and U clamps. � Electro Galvanized fasteners, washers and Gaskets (Factory cut CAF / Neoprene

rubber – 3 mm), Pressure Gauges, pressure switches and pressure transmitters � Paints for all piping system, anti vibration pads and expansion bellows for diesel

driven fire water pump � Butterfly valves, foot valves, non return valves, expansion bellows and ball valves for

piping system � The necessary supports & anchor fasteners required for the entire scope of work is

to be supplied & erected by the Contractor only. � The necessary material needed for the hydro test, blind flanges, dyes, cleaners etc

rests in the contractor scope only. 2.1.1 Mobilization of following work front for completing the total scope of the work

� Machinery (welding, grinding, cutting, NDT, testing etc) � Man power (skilled, semi skilled and helpers / labourers) � Tools and tackles and measuring instruments � Fabrication fixtures and scaffolding � Fabrication and testing consumables � Transportation to and from work spot, boarding and lodging of contract staff � Receipt of department free issue materials such as MS ERW pipes and pump sets

from department stores, loading / un-loading, handling and transportation to work spot.

2.2 Erection of new fire water pumps and piping system:

� Preparing GA & Piping and Instrumentation drawings for erection of new fire water pumps of capacities in the pump house of size 10 m x 5m x 4m ht. 410 cu.m/hr electric driven, 410 cu.m/hr diesel driven, 170 cu.m/hr electric driven and 30 cu.m/hr electric driven

� Erection of 4 numbers of new fire water pumps inside the pump house. � Erection of suction piping system with valves and pipe fittings for 4 numbers of new

fire water pumps.

Page 4: भारत सरकार अतिरक्ष ... - ISRO

3

� Erection of priming water piping system with valves and pipe fittings for 4 numbers of new fire water pumps.

� Erection of discharge piping system with valves and pipe fittings for 4 numbers of new fire water pumps.

� Erection of recirculation water piping system with valves and pipe fittings for 4 numbers of new fire water pumps.

� Erection of discharge header with valves and pipe fittings for 4 numbers of new fire water pumps and interconnecting the discharge piping with the existing discharge piping with necessary isolation valves.

� Erection of necessary brick, RCC, structural supports, clamps and gaskets for the piping system for 4 numbers of new fire water pumps.

� Supply and completion of painting for the new piping system. � Supply and erection of pressure gauges, pressure switches and pressure

transmitters for the piping system. � Supply and erection of anti vibration pads and expansion bellows for diesel driven

fire water pump. � After erection, testing and commissioning of the piping system including the pumps

is also in the scope of work of contractor.

2.3 Fabrication Procedure � Laying of pre fabricated piping spool over pedestals / pipe supports, assembly of flow

components, alignment, and field welding by SMAW process welding with arc electrodes of AWS E6010/E6011/E6013. (MS pipelines welding shall be TIG welding by GTAW for root pass the filler material used shall confirm to F-6 of ASME Section IX (70S2) and subsequent passes by manual metal arc welding (SMAW) with electrodes confirming to AWS classification E 7018. Only qualified welders to a level of 6G as per ASME Sec. IX with proven track record will be permitted to carryout of the welding works. Qualification of welder need to be carried out in the presence of department QC Engineer suiting to the pipe size / schedule requirements. Fitters/Fabricators/Grinders should be well experienced.)

� Providing slope, required vent and drain points as per code. � Necessary openings in walls of buildings for the pipeline work including making the

wall shall be carried out by the party. � Carrying out 100% DPT for root pass & final pass of butt welds and final pass of

socket and branch welds. The party shall supply consumables like cleaner; dye and developer spray canisters for carrying out the DPT.

� Preparation of weld joints and fabrication history sheet and taking clearance for hydro test from department inspector.

� Carrying out hydro test of piping spool, followed by integrated hydro testing of overall pipeline for leak tightness including the existing pipeline network as per approved procedure and as per relevant ASTM standards at 1.5 times the maximum operating pressure (MOP: Water: 10 ksc)

� Handing over the system including as built drawings and documents as per PO terms.

Page 5: भारत सरकार अतिरक्ष ... - ISRO

4

� Painting of pipelines and supports as per approved procedure with epoxy primer (DFT of 110 microns) and aliphatic poly urethane finish (DFT of 40 microns) for total DFT of 150 microns.

� Edge preparation, fittup, Fabrication of piping header spool pieces and branch headers consisting of pipe and pipe fittings as per approved P&I and Piping layout drawings

3.0 Scope of department (free issue for contractor):

� Construction Electrical power, water and compressed air at identified location approximately 50m from the work spot. (Vendor shall arrange for extending power / water /air supply from this point to the work spot).

� Pipes of sizes 150 NB, 200 NB, 80 NB, 400 NB, 100 NB will be given by the department (Vendor shall arrange for handling it from stores to the work spot).

4.0 Bill of Quantity & Quantity Variations

� It is to be noted that the BILL OF MATERIALS is only indicative and parties has to supply all the materials required to complete the work to meet the requirement as stipulated in the tender. The extra materials supplied and erected as per the site requirements shall be paid as the unit rates mentioned in the contractors quotation / purchase order.

� A quantity variation of 10% in each item as per BOQ shall be allowed to account for variation in routing owing to prevailing site conditions in the field. However, payment will be made for the actual quantity erected and tested.

5.0 General conditions

� Sriharikota is an island located 18km from Sullurupeta (the nearest railway station). It is bounded by Bay of Bengal and Pulicat Lake. The work site is located about 14.0 km from main gate of Sriharikota. Vendors have to arrange own transport for his personnel to and from the work spot.

� The parties are requested to quote after visiting the site for assessing the requirements and site conditions.

� Parties should give compliance/deviation/remarks point wise. Quotations of parties without enclosing this will not be considered.

� The parties should be in a position to complete the entire work in 60 days from the date of placing the order.

� The representative of the department shall have access and right to inspect the work at all times, during the course of installation and commissioning. The party without delay and without any extra cost shall correct any work, which is found faulty. The department has no obligation to discover defects in the work performed and it shall be the sole responsibility of the party (CONTRACTOR) to ensure such completed work is defect free and meets the technical specifications / requirements.

6.0 Quality assurance plan (QAP):

The supplier has to check and produce certificates, at various stages during progress of work as mentioned below

Page 6: भारत सरकार अतिरक्ष ... - ISRO

5

6.1 Before commissioning: � Test certificates from Govt. approved test houses for all pipes and flow components are to be presented along with the supply of the material. � All drawings are to be approved by the department.

6.2 During commissioning: � 100% root welding and final welding shall be DP tested. All the welds shall be free from crack or any other defect. � Box sections have to be closed after obtaining the clearance from the representative

of the purchaser for inside surface painting and for DP testing of welds. � Repair works, if any, shall to be carried out only after approval from the purchaser.

6.3 After commissioning:

� The supplier has to produce a quality report containing all the certificates / documents as mentioned above.

� The supplier has to show the satisfactory performance of the system by carrying out the test and evaluation in the subsystem level

� System level performance trail has to be shown to the purchaser after completion of system level test and evaluation.

The QAP given above is only indicative. The supplier has to give his detailed quality assurance plan before taking up this work, so as to identify the stages for clearance.

7.0 Guarantee

Guarantee period shall be for a period of 12 months, commencing from the date of acceptance & taken over by the purchaser. During the period of guarantee, the contractor shall be responsible for the performance of the Fire Protection system, parts and components and/or for the defects that may arise from the use of faulty planning, designing, materials or workmanship or from faulty erection but not otherwise (i.e. on account of the normal wear and tear) and shall remedy such defects at their cost when called upon by the purchaser, who shall state in writing as soon as such defects are noticed in the equipment in what respect the fire protection system is faulty or defective. The contractor shall rectify all such defects and set right the equipment including replacement of parts, if any, free of cost to the purchaser within the reasonable time.

The Quotation submitted by the party shall have validity of minimum 60 days from the tender due date.

8.0 Documents to be given during commissioning of the system

After erection, commissioning and testing of the system, four sets of hard bound copies of the system commissioning manual, with details of all the equipment erected, P&I diagram, pipeline layout drawing, GA drawing, pressure drop and flow calculation, circuit diagrams, Calibration certificate for Instruments and Test certificate for instruments and cables and cabling layout and a soft copy of the same in CD form are to be given.

Page 7: भारत सरकार अतिरक्ष ... - ISRO

6

Annexure -1 ITEM WISE TECHNICAL SPECIFICATIONS: 1. PIPES:

S.NO SPECIFICATIONS 1. Code of Manufacturing & Testing IS :1239 PART-I (2004) for pipe sizes of

80 NB, 100 NB and 150 NB IS :3589 for pipe sizes of 200 NB, 300 NB, 350 NB and 400 NB

2. Method of Manufacture of pipe ERW

3. Material of construction Steel pipes confirming to IS :1239 PART-I (2004) for pipe sizes of 80 NB, 100 NB and 150 NB IS :3589 Gr. Fe 410 for pipe sizes of 200 NB, 300 NB, 350 NB and 400 NB

4. Class/Type Black , Heavy P/E

5. Service fluid Fire water

6. Max. Operating pressure 12 bar

7. Hydrotest pressure As per standard.

8. Tolerances on thickness As per standard.

9. Length of pipe 6m

10. Marking/stamping required on the pipes

As per standard

2. PIPE FITTINGS:

ITEM

NOMINAL PIPE SIZE RANGE mm

MATERIAL SPECIFICATION

DIMENSIONAL STANDARD

REMARKS

THREADED FITTINGS

< 40 ASTM A105 ANSI B 16.11

3000 / 2000 CL, NPT / IS 554 TAPER AS REQUIRED

B

utt

wel

d F

ITT

ING

S ELBOWS,

CAPS, REDUCERS ,TEES

50 TO 150 ASTM A234 Gr. WPB

ANSI B16.9 SCH40, SMLS ( NOTE -2 )

STUB ENDS

Socket weld FITTINGS < 40 ASTM A105 ANSI B16.11 3000CL

FABRICATED REDUCERS

> 200 SAME AS PIPE INCLUDED ANGLE =300, SITE FABRICATED

Page 8: भारत सरकार अतिरक्ष ... - ISRO

7

MITRES > 200 SAME AS PIPE R=1.5 D 15 0 , 30 0 , 30 0, 15 0, SITE FABRICATED

BRANCH CONNECTIONS ALL SAME AS PIPE

USE STUB-IN TYPE (With Reinforcement pads as per requirement)

FLANGES

< 150 ASTM A105 ANSI B 16.5 SORF , 150 CL

200 TO 300 ASTM A105 ANSI B 16.5 SORF , 150 CL

350 TO 600 ASTM A105 ANSI B 16.5 SORF , 150 CL

BLIND FLANGES

< 150 ASTM A105 ANSI B 16.5 150 CL

200 TO 300 ASTM A105 ANSI B 16.5 150 CL

350 TO 600 ASTM A105 ANSI B 16.5 SORF , 150 CL

3. BUTTERFLY VALVES, BALL VALVES, NON RETURN VALVES & FOOT VALVES:

TYPE OF VALVE

SIZE RANGE MATERIAL

PRESSURE RATING

TYPE OF ENDS

SPECIFICATION OR REMARKS

mm BODY TRIM ANSI/ IS TAG NUMBER

GATE / GLOBE / CHECK

< 40 BRONZE ASTM B62

BRONZE ASTM B62

PN 1.6 NPT/ IS 554 TAPER

GATE / GLOBE / CHECK

> 50 CI IS 210 Gr. FG 200

BRONZE ASTM B62

125 FF

BUTTERFLY VALVE

>150 CI IS 210 Gr. FG 200

NITRILE PN 1.6 WAFER

SUITABLE FOR INSTALLATION BETWEEN FLANGES OF 150 CLASS

NON RETURN VALVES: Material of construction:

Body: SS O ring: Nitrile rubber

Pressure rating: PN 1.6 (KPa) Type: with spring Temperature: 20 to 220 degree celcius Installation: horizontal / vertical Flanges: between standard flanges Make: Normex

Page 9: भारत सरकार अतिरक्ष ... - ISRO

8

FOOT VALVES: Material of construction:

Body / strainer: cast iron Ball: nitrile rubber reinforced Seat Ring: LT bronze Fasteners: carbon steel

End connection: flanged Pressure testing: body:1.5 x PN, Seat : 1.1 x PN Pressure Rating (KPa): PN 0.6 Installation: vertical Temperature: suitable upto 80 degree celcius Paint: enamel paint Make: Normex

4. WELDING: SL. NO

MATERIAL

WELDING PROCESS

FILLER MATERIAL GAS Notes

Root Filler Root Filler PURGING FILLER

1.0 CARBON STEEL

1.1

≤ 50 mm NPS and/or up to and including 3 mm thick (both root and subsequent passes)

GAW/ GTAW

GAW/ GTAW

E 6010 E 6013 -- -- 1, 2

1.2

> 50 mm NPS (root welding) > 50 mm NPS (subsequent passes welding)

GTAW SMAW

GTAW SMAW

E 6010 E 6010

E 6010 E 6013

-- --

-- --

1, 2

NOTES: 1. FOR FILLET WELDS, E 6013 MAY BE USED. 2. MINIMUM TEMPERATURE FOR USE OF E 6013 SHALL BE 38 degree Celcius. 3. ELECTRODES AND FILLER WIRES SHALL BE FROM REPUTED MANUFACTURERS SUCH AS ADVANI / OERLIKON, ESAB, D&H SECHERON. LEGEND

� GAW - GAS ARC WELDING � GTAW - GAS TUNGSTEN ARC WELDING � SMAW - SHIELDED METAL ARC WELDING

Page 10: भारत सरकार अतिरक्ष ... - ISRO

9

5. NUTS, BOLTS AND GASKETS:

ITEM

NOMINAL PIPE SIZE RANGE mm

MATERIAL SPECIFICATION

DIMENSIONAL STANDARD

REMARKS

MACHINE BOLTS / HEAVY HEX. NUTS

ALL IS 1367 IS 1364 CL 4.6

GASKETS ALL BLACK RUBBER ANSI B16.21 CL150

3mm THICK RING , SELF CENTERING TYPE (USE FLAT FACE FLANGES AND FULL FACE GASKETS WITH CAST IRON FLANGED VALVES), SHORE HARDNESS 60

6. PRESSURE GAUGE:

Stainless Steel Pressure Gauge Range of Dial: 0 to 16 KSC Type: Bourdon Accuracy: +/- 1% of FSD Bourdon Material: SS316 Movement Material: SS304 Socket Material: SS 304 / SS 316 Connection: ½ “ NPT (M) (Standard) Case & Bezel: Cast Aluminium, Weather proof, Painted stove enameled black with screwed inner bezel of ABS plastic Glass: Plain Temp. Limitation (for sensing element system): 270 degree celcius Over range Protection: 125 degree celcius Standard Fitments: Micro adjustable pointer & blow out disc. Make: H Guru / Wika / Manometer India

7. PRESSURE TRANSMITTER: Type : Absolute pressure transmitter Sensor : Inductive type Range : 0 to 11 kg/cm2

Output : 4 to 20 Ma DC, linear, up to 30 Ma with reverse polarity protection HART protocol compatible digital process

variable superimposed on 4-20 signal Excitation : 11 to 28 V DC with reverse polarity power supply protection Span & Zero : Non-interacting zero & span adjustments accessible from terminal side Accuracy : ± 0.10% of calibrated span including combined effect of linearity, hysterisis & repeatability Power supply Effect : Better than ± 0.005% of calibrated span/V Load Effect : No load effect other than change in power supply Operating Temperature : 0 to + 50 0C Temp. effect on Zero : ± 0.01% of calibrated span/ 0C

Page 11: भारत सरकार अतिरक्ष ... - ISRO

10

Temp. effect on span : ± 0.02% of calibrated span / 0C Environment : Electronics shall be housed in weather proof dual

compartment (one for electronics & the other for wiring terminal blocks) conforming to a minimum degree of Protection up to IP 65

Over pressure limit : 1.5 times (minimum) of maximum pressure Failure mode alarm : The analog signal shall be driven below 3.9 Ma and alarm Low Turn on time : Maximum of 2 seconds with no warm up required Material of construction Wetted parts : All wetted parts including process diaphragm, shall be made of SS 316 Fill fluid : Flourolube or silicon oil ‘O’ rings : Viton/Buna-N Electronics housing : Low copper aluminum Process connection : 1/2 “NPT (Female) Electrical Connection : 1/2 “NPT (Female) Mounting : Party to quote for 2” pipe mounting brackets Local Indication : LCD 4 digit with 8 mm high 9 segment alphanumeric characters to display process variable s in engg units and digital LCD output indicator linear 4-20 Ma with an accuracy of ±0.1% of cal. Span Power : No external power required failure of local LCD meter shall not affect the functioning of transmitter Make : ABB / Rosemount. 8. PRESSURE SWITCH: Range : 0 – 10 kg/cm2 Sensor : Hydraulically formed seamless phosphor bronze 316L SS bellows : 316 L SS diaphragm Wetted parts : Brass for phosper bronze bellows 316SS for 316L SS bellows Repeatability : ± 0.5% FSR Scale Accuracy : 5% FSR Switching Element : SPCO micro Switch Differential : Fixed narrow or wide band adjustable Max. Working Temperature : 170 o C for SS Bellows, 70 0C for PB bellows, 316 LSS diaphragm for higher Temperature, use cooling devices. Process connection : ¼ “STD NDTF Electrical Connection : std ½ “NPTF Mounting : Pipe mounting brackets Pipe size : 1” Dia Casing : Weather Proof IP67 Make : Switzer / Danfoss / Indfoss

Page 12: भारत सरकार अतिरक्ष ... - ISRO

11

9. ANTI VIBRATION PADS: The number of anti vibration pads required shall be calculated and provided as per the design requirement (to be made by the contractor and submitted to the department). Make: POLYBOND, model: COMBI MOUNT-PC.

10. EXPANSION BELLOWS: Rubber Expansion Joint/Pump Connector

• Reduces noise and vibration • Self-cleaning • Floating flanges • Greater movement than a Metrasphere • EPDM, Butyl, Nitrile or Neoprene body • Max pressure: 225 psi • Max temperature: 230ºF

11. RCC PIPE SUPPORTS: RCC pipe supports shall be erected as per the drawing Ref.No:2

Page 13: भारत सरकार अतिरक्ष ... - ISRO

12

Annexure – 2 List of reference drawings: - Sl. No.

Drawing Title Drawing Reference Number:

1 Tentative layout of piping system for new pumps in pump house

Ref. No:1 : SPROB/SAFETY/GRII NEW PUMP HOUSE PIPING LAYOUT

2 RCC pipe support Ref.No:2: SPROB/SAFETY/FPS/RCC pipe supports

Page 14: भारत सरकार अतिरक्ष ... - ISRO

13

Annexure – 3 Bill of Materials: -

Sl. No

Description Standards / codes / make

Quantity to be supplied

Quantity to be erected

1 Erection of diesel driven fire pump of capacity 410 cu.m/hr (including handling and transportation of pump set from stores to pump house)

-- -- 1 lot

2

Erection of electric driven fire pump of capacity 410 cu.m/hr (including handling and transportation of pump set from stores to pump house)

-- -- 1 lot

3 Erection of electric driven fire pump of capacity 170 cu.m/hr (including handling and transportation of pump set from stores to pump house)

-- -- 1 lot

4 Erection of electric driven fire pump of capacity 30 cu.m/hr (including handling and transportation of pump set from stores to pump house)

-- -- 1 lot

5 Supply and erection of pipe fittings: 5.1 Approximate number of other Fittings required for the work are as follows : -

(a) 400 NB MS Bends

(b) 300 NB MS Bends

(c) 350 NB MS Bends

(d) 200 NB MS Bends

(e) 150 NB MS Bends

(f) 100 NB MS Bends

(g) 80 NB MS Bends

(h) 300 NB MS Tee

(i) 200 NB MS Tee

(j) 150 NB MS Tee

Echjay / CD Engg / Arvind /

B&M / VS / Abbas

2 nos

6 nos

2 Nos 5 Nos

7 nos

2 nos

4 Nos

2 nos

2 nos

2 nos

2 nos

7 nos

3 Nos 5 Nos

7 nos

3 nos

4 Nos

2 nos

2 nos

2 nos

Page 15: भारत सरकार अतिरक्ष ... - ISRO

14

(k) 80 NB MS Tee

(l) 300 x 200 NB MS eccentric Reducer

(m) 350 x 200 NB MS Reducer

(n) 150 x 125 NB MS Reducer

(o) 200 x 150 NB MS eccentric Reducer

(p) 300 x 200 NB MS eccentric Reducer

(q) 200 x 150 NB MS eccentric Reducer

(r) 100 x 65 NB MS eccentric Reducer

(s) 80 x 32 NB MS Reducer 5.2 Approximate numbers of Flanges required are as follows ( All the below are SORF – Slip On Raised Face Flange of Class 150

a) 300 NB MS Flanges b) 350 NB MS Flanges

c) 300 NB MS Blind Flange

d) 200 NB MS Flanges

e) 150 NB MS Flanges

f) 65 NB MS flanges

g) 80 NB MS flanges

h) 32 NB MS flanges

i) 200 NB MS Blind Flanges

j) 400 NB MS Flanges

k) 400 NB MS Blind Flanges

1 nos

1 nos

1 nos

1 nos

1 nos

1 nos

1 nos

1 nos

1 nos

20 nos

2 nos

2 nos

12 nos

14 nos

1 nos

10 nos

1 nos

2 nos

4 nos

2 nos

1 nos

1 nos

1 nos

1 nos

1 nos

1 nos

1 nos

1 nos

1 nos

20 nos

2 nos

2 nos

12 nos

14 nos

1 nos

10 nos

1 nos

2 nos

4 nos

2 nos

Page 16: भारत सरकार अतिरक्ष ... - ISRO

15

6 Supply and erection of butterfly valves a) 400 NB gear operated b) 300 NB gear operated c) 200 NB gear operated d) 150 NB gear operated e) 80 NB lever operated

L&T make AIL valves

1 no

2 nos 5 nos 2 nos 2 nos

1 no

2 nos 5 nos 2 nos

2 nos 7 Supply and erection of foot valves

a) 350 NB Normex

2 nos

2 nos

8 Supply and erection of non return valves a) 300 NB b) 200 NB c) 80 NB

Normex 4 nos 2 nos 2 nos

4 nos 2 nos

2 nos 9 Supply and erection of ball valves

a) ½ inch L&T make

10 nos

10 nos

10 Butt welding of pipes, fittings etc, by GTAW welding process for root and SMAW for subsequent passes

-- -- 920 Inch dia

11 Socket welding of fittings, slip on flanges etc by GTAW welding process for root and SMAW for subsequent passes

-- -- 690 Inch dia

12 MS piping erection, installation of flow components by providing adequate clamping, testing, painting tag numbering and commissioning

-- -- 1080 Inch m

13 Supply of Paint including thinner & Painting of pipelines – epoxy mastic primer and aliphatic polyurethane finish for a total DFT: 150 microns For Water Lines :-(Fire Red)(Confirming to IS Colour code No: 536 as per IS 5)

Make: Asian Paints, Berger Paints, Dulux Paints, GoodLass Nerolac Paints, Shalimar Paints

1 lot (Required quantity for

the job)

1 lot (Required quantity for

the job)

14 Supply of nuts, bolts and gaskets (as per site requirement)

Bolts and nuts – IS 1367 class 4.6 Gaskets – IS 2712

1 lot (Required quantity for

the job)

1 lot (Required quantity for

the job)

15 Fabrication and supply of air cushion tank (1.5 m height, 0.4 m diameter, 8 mm thick and Schedule 40 dished ends with inlet and air vent provision)

ASME / IS standard

2 nos 1 no

Page 17: भारत सरकार अतिरक्ष ... - ISRO

16

16 Supply and erection of pressure gauges H. Guru / Wika/

Manometer India (BS:1780/

IS: 3624)

6 nos 6 nos

17 Supply and erection of pressure transmitters

ABB / Rosemount

4 nos 4 nos

18 Supply and erection of pressure switches Switzer / Danfoss / Indfoss

3 nos (single acting), 1

no(differential pressure)

3 nos (single acting), 1

no(differential pressure)

19 Supply of MS ERW pipes a) 300 mm diameter, 6 mm thick

Jindal / Tata / Surya Roshini / SAIL (IS:3589)

12 m

12 m

20 Supply and erection of anti vibration pads POLYBOND make

1 lot (Required quantity for

the job)

1 lot (Required quantity for

the job) 21 Supply and erection of expansion bellows

a) 350 mm diameter b) 300 mm diameter

As per IS standard

2 nos 2 nos

2 nos 2 nos

22 Structural supports for pipelines As per IS standards

1 lot (Required quantity for

the job)

1 lot (Required quantity for

the job)

23 RCC pipe supports As per drawing and IS

standards

8 nos 8 nos

Notes:- 1. The party may be paid as per the actual materials supplied and erected at site.

2. The party may quote unit rates separately for supply and erection of items respectively.

3. A quantity variation of 10% in each item as per BOQ shall be allowed to account for

variation in routing owing to prevailing site conditions in the field. However, payment will be made for the actual quantity erected and tested.

4. The vendor comparison shall be done on the basis of the total cost and taxes as the work

requires interdependency of the items.

Page 18: भारत सरकार अतिरक्ष ... - ISRO

17

CHECKLIST FOR VENDORS: Vendor shall fill the following checklist and submit with the offer. This completed checklist is required for technical comparision of vendors. Deviation / confirmation from point wise shall be spelt out clearly.

SL.NO

Scope of work contractor Reference SL.No. & Page No.

Confirmation / Compliance

Deviations, if any

1 Introduction 1.0 & 2 YES / NO

2 Scope of work of the Contractor / Vendor

2.0 & 2 YES / NO

Supply by vendor 2.1 & 2

Erection of new fire water pumps and piping system

2.2 & 2

Fabrication Procedure 2.4 & 3

3 Scope of department (free issue for contractor)

3.0 & 4 YES / NO

4 Bill of Quantity & Quantity Variations

4.0 & 4 YES / NO

5 General conditions 5.0 & 4 YES / NO

6 Quality assurance plan (QAP) 6.0 & 4 YES / NO

Before Commissioning 6.1 & 5

During Commissioning 6.2 & 5

After Commissioning 6.3 & 5

7 Guarantee 7.0 & 5 YES / NO

8 Documents to be given during commissioning of the system

8.0 & 5 YES / NO

Annexure 1: Item wise Technical Specifications

1 Pipes 1 & 6 YES / NO

2 Pipes Fittings 2 & 6 YES / NO

3 Butterfly valves, Ball valves, Non return valves & Foot valves

3 & 7 YES / NO

4 Welding 4 & 8 YES / NO

5 Nuts, Bolts & Gaskets 5 & 9 YES / NO

6 Pressure Gauge 6 & 9 YES / NO

7 Pressure Transmitter 7 & 9 YES / NO

Page 19: भारत सरकार अतिरक्ष ... - ISRO

18

8 Pressure Switch 8 & 10 YES / NO

9 Anti Vibration Pads 9 & 11 YES / NO

10 Expansion Bellows 10 & 11 YES / NO

11 RCC Pipe supports 11 & 11 YES / NO

Annexure 2

1 List of reference drawings 1 & 12 YES / NO

Annexure 3

1 Bill of Materials 1 & 13 YES / NO

Page 20: भारत सरकार अतिरक्ष ... - ISRO

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

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.Excise Duty - SDSC-SHAR is eligible for Excise Duty Exemption under Notification No. 64/95 dated 16.03.1995 as amended by

Notification No. 15/2007 dated 01.03.2007 and as amended by Notification No. 07/2008 dated 01.03.2008 and necessary Exemption

Certificate will be provided. No claim, whatsoever, for payment of Excise Duty or Cenvat reversal will be allowed later. The suppliers have

to take this into account while submitting quotations.

Excise Duty Exemption Certificte will be issued only to finished product as per the PO/Contract. EDEC shall not be issued in favour of third

parties for raw materials, other components that go in to the manufacture of the end product.

Excise Duty Exemption Certificate will be issued in favour of original equipment manufacturer provided (i) the tender has been received

from the sole selling agent of OEM concerned (for which documentary proof shall be produced) and (ii) a request for issue of Excise Duty

Exemption Certificate was made in the original offer itself.

6.CST - With effect from 01.04.2007, Form-D has been withdrawn for Inter-State purchases by Government Departments. Now the

percentage of CST on the Inter-State sales to Government Departments shall be the percentage of VAT/State Sales Tax as applicable in

the State of the Seller/Dealer. Accordingly, the suppliers have to indicate clearly the % (full rate of tax) of CST applicable against each

item in their offers.

7.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 12/2012 dated 17.03.2012. 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.

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

Page 21: भारत सरकार अतिरक्ष ... - ISRO

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.Sales Tax is not 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.Excise Duty, VAT, Service Tax 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.

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.