59
1 भारत सरकार Government of India अतर वभाग Department of Space सतीश धवन अंतर के Satish Dhawan Space Centre शार SHAR ीहरकोटा डा.घ.524124 आं.. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेलफोन:+91 8623 225023 Telephone: +91 8623 225023 फेस: +91 8623 225170 Fax: +91 8623 225170 GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P) TENDER NOTICE NO. SDSC SHAR/Sr.HPS/PT/20/2017-18 On behalf of President of India, Sr. Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following. Sl No Ref. No. Description Qty. 01 SHAR SPP 2017 00 6708 e-procurement [Two Part basis] 30t Cap Flatbed Drawbar Trailer 1 No 02 SHAR SPP 2017 00 6710 e-procurement [Two Part basis] 25t Cap Low/Well Bed Drawbar Trailer 1 No 03 SHAR SPP 2017 00 6853 e-procurement [Two Part basis] 20t Cap PSOM-XL Vertical Transportation Trailer 1 No 04 SHAR SPP 2017 00 6868 e-procurement [Single part basis] 75t Cap Air Craft Towing Tractor (Hauler) 1 No 05 SHAR SPP 2017 00 7394 e-procurement [Two Part basis] Steel + Concrete Test Load with Tackle 2 Nos. 06 SHAR SP 2017 00 7512 e-procurement [Two Part basis] Double Cone Blenders and Subsystems 1 Lot 07 SHAR SPP 2017 00 7599 e-procurement [Single Part basis] Shelter Structure for I & T Facility 27000 Kgs. 08 SHAR LS 2017 00 7611 e-procurement [Two Part basis] Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist., Maharastra .1 Lot 09 SHAR SC 2018 00 7744 e-procurement [Two Part basis] PCP Retreading of Tyres 1 Lot 10 SHAR SPP 2017 00 7756 e-procurement [Two Part basis] LT Panel Augmentation 2 Lot 11 SHAR VAST 2018 00 7810 e- procurement [Single Part basis] Fabrication, Supply and erection of eight different categories of handling, tilting and assembly fixtures for processing PSO-XL segments. 1 LS Last Date for downloading of tender documents : 13.03.2018 at 16:00 hrs. Due Date for submission of bids online : 13.03.2018 at 16:00 hrs. Due Date for Bid Sealing on : 13.03.2018 at 16:01 hrs. to 13.03.2018 at 17.30 hrs. Due Date for Open Authorization : 13.03.2018 at 17.31 hrs. to 15.03.2018 at 17:00 hrs. Due Date for opening of tenders : 16.03.2018 at 14:30 hrs. Instructions to Tenderers: No tender fee shall be applicable for tenders submitted through EGPS 01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures. 02. Interested tenderers can download the e-tender from ISRO e-procurement website https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not be considered. 03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can be down loaded and offer submitted on line in the e-procurement portal. 04. Quotations received after the due date/time will not be considered. 05. The tender documents are available for download upto 13.03.2018 at 1600 hrs. and last date for submission of tenders on line 13.03.2018 at 1600 hrs. and Tender Opening on 16.03.2018 at 14:30 hrs. 06. Sr. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations. DT: 19.02.2018 Sr. HEAD, PURCHASE AND STORES

भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

Page 1: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

1

भारत सरकार Government of India

अतर� �वभाग Department of Space

सतीश धवन अंतर� के� Satish Dhawan Space Centre

शार SHAR �ीहरकोटा डा.घ.524124 आं.". भारत SRIHARIKOTA P.O. 524124, AP, INDIA

टे#लफोन:+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/Sr.HPS/PT/20/2017-18

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

Sl

No

Ref. No. Description Qty.

01 SHAR SPP 2017 00 6708 e-procurement [Two Part basis]

30t Cap Flatbed Drawbar Trailer 1 No

02 SHAR SPP 2017 00 6710 e-procurement [Two Part basis]

25t Cap Low/Well Bed Drawbar Trailer 1 No

03 SHAR SPP 2017 00 6853 e-procurement [Two Part basis]

20t Cap PSOM-XL Vertical Transportation Trailer 1 No

04 SHAR SPP 2017 00 6868 e-procurement [Single part basis]

75t Cap Air Craft Towing Tractor (Hauler) 1 No

05 SHAR SPP 2017 00 7394 e-procurement [Two Part basis]

Steel + Concrete Test Load with Tackle 2 Nos.

06 SHAR SP 2017 00 7512 e-procurement [Two Part basis]

Double Cone Blenders and Subsystems 1 Lot

07 SHAR SPP 2017 00 7599 e-procurement [Single Part basis]

Shelter Structure for I & T Facility 27000 Kgs.

08 SHAR LS 2017 00 7611 e-procurement [Two Part basis]

Fire Hydrant System at Propellant Complex,

Rasayani, Raigad Dist., Maharastra .1 Lot

09 SHAR SC 2018 00 7744 e-procurement [Two Part basis]

PCP Retreading of Tyres 1 Lot

10 SHAR SPP 2017 00 7756 e-procurement [Two Part basis]

LT Panel Augmentation 2 Lot

11 SHAR VAST 2018 00 7810 e-procurement [Single Part basis]

Fabrication, Supply and erection of eight different

categories of handling, tilting and assembly

fixtures for processing PSO-XL segments.

1 LS

Last Date for downloading of tender documents : 13.03.2018 at 16:00 hrs.

Due Date for submission of bids online : 13.03.2018 at 16:00 hrs.

Due Date for Bid Sealing on : 13.03.2018 at 16:01 hrs. to 13.03.2018 at 17.30 hrs.

Due Date for Open Authorization : 13.03.2018 at 17.31 hrs. to 15.03.2018 at 17:00 hrs.

Due Date for opening of tenders : 16.03.2018 at 14:30 hrs.

Instructions to Tenderers:

No tender fee shall be applicable for tenders submitted through EGPS

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

02. Interested tenderers can download the e-tender from ISRO e-procurement website

https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers

sent physically by post/courier/in person will not be considered.

03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement website

https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can

be down loaded and offer submitted on line in the e-procurement portal.

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

05. The tender documents are available for download upto 13.03.2018 at 1600 hrs. and last date for

submission of tenders on line 13.03.2018 at 1600 hrs. and Tender Opening on 16.03.2018 at

14:30 hrs.

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

all the quotations.

DT: 19.02.2018 Sr. HEAD, PURCHASE AND STORES

Page 2: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

1

Turnkey contract for Fire Hydrant System at Propellant Complex

(Formerly HOCL), RASAYANI, Raigad District, MAHARASTRA

Contract period: 06 months from the date of purchase order release.

Note: This is a two part bid. The Bidder shall submit the un-priced techno

commercial bid and Price bid separately.

1.0 Introduction:

Fire protection system with yard fire hydrants for Propellant Complex at Rasayani,

Raigad district Maharashtra (formerly HOCL Mumbai) is to be realized as per the

requirements given in this document.

Scope: The following is the scope of work:

Part-A: Design of the Fire hydrant system, supply of the materials required, delivery

at site, handling at site, erection, testing, commissioning, and handing over of the

Fire Hydrant System at Propellant Complex, Rasayani.

Part-B: Cutting and Removal of existing yard Carbon steel pipeline and moving to

scrap yard. The quantity shall be as per table-2.

Supply & Work Location: The work shall be executed at Propellant Complex,

Rasayani, Raigad District, Maharashtra (formerly M/s HOCL) which is about 80 Km

from Mumbai & 15 Km from Panvel. The designated officer for the receipt of

materials at site works shall be DGM-Materials, Propellant Complex, Rasayani.

It is to be noted that the bidder shall quote the prices considering the work

place as Propellant Complex, RASAYANI only and not SDSC Sriharikota.

2.0 Scope of the Bidder: The total work is classified into two parts:

Part-A: Design, supply, fabrication, erection, testing and commissioning of Fire

hydrant system at Propellant Complex, Rasayani. The detailed scope includes the following: a) Design of Fire hydrant system for Propellant Complex, Rasayani as per the attached layout drawing (Drg no: LSSF/SDSC/PC/FPS/02) conforming to the relevant TAC/NFPA/IS codes such as:

• IS 5714-1981: Specification of Hydrant Stand pipe for Fire Fighting

• IS 5290-1993: Specification for Landing Valve.

• IS 636-1988: Non-percolating Flexible Fire Fighting Delivery Hose

• IS 903-1993: Fire Hose Delivery Couplings, Branch Pipe, Nozzles

• NFPA 14-2007: Standard for installation of Stand pipe and Hose systems

Page 3: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

2

b) Detailed engineering including generation of Bill of Materials. c) Preparation of layout & fabrication drawings, material specifications and submission to the purchaser for approval.

d) Procurement of materials after approval. e) Fabrication, erection, testing and commissioning of the system

2.1 Design Input:

� A tentative layout of the envisaged fire hydrant network covering different facilities of the plant is provided in Drg no: LSSF/SDSC/PC/FPS/02. The layout consists of indicative distances between different buildings of the plant.

� The main Fire water header indicated in the layout Drg no: LSSF/SDSC/PC/FPS/02 shall be designed to meet the requirement arising from simultaneous operation of 2 nos. of double hydrants. The minimum pipeline size shall be of 150NB.

� The material of piping shall be Mild Steel conforming to IS 3589, IS 1239 Heavy grade and routed above ground on pipe pedestals.

� The residual pressure at the farthest point from the source shall not be less than 5.25 ksc(g)

� The velocity in the yard piping shall not be more than 4m/s. � Double hydrants proposed for the grids G-H-I-J-K and G-L-M-N-O-P-Q(covering Concentrated Nitric Acid, N2O4 storage, Ammonia storage facilities) shall not be less than 12 and other areas shall be provided with single hydrants(of quantity not less than 16).

� The fire hydrants shall be positioned to cover the entire plant. � Four Nos of Two way Pump-in-breeching shall be provided in the plant at locations suitable for interfacing with fire tender.

� Necessary air vent/ vacuum breaker valves shall be provided in the network. � The pipeline network shall be provided with minimum two nos. of Safety relief Valves with sufficient relieving capacity for the probable pressure build up due to temperature rise in the designed pipeline.

� Pressure gauges shall be provided for a minimum of six hydrant posts erected at important locations in the network to enable monitoring of line water pressure. Such hydrant posts shall be suitably fabricated with tapping and root valve for the pressure gauge.

� A pressure switch is to be installed in the pump room to ensure that the minimum pressure of 6 bar (g) in the hydrant network is always maintained. The control circuit for automatic starting of pump with this pressure switch is in the scope of purchaser.

� Necessary isolation valves shall be provided in the network for ensuring uninterrupted supply in case of pipeline maintenance/yard pipe repair of any yard segment.

� It may be noted that the following main pumps and jockey pumps are available in the site (pump room). They shall be used for pumping of fire water. i) Two nos. of main fire pumps(270 cubic meter per hour capacity @ 70m

head)-one each electric motor driven and diesel engine driven ii) Two nos. of Jockey pumps(16 cubic meter per hour capacity @ 70m head)

Page 4: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

3

� The pipeline shall be supported on pipe RCC pedestals which shall be designed and constructed as per standard procedure matching the line size requirements.

� A typical schematic diagram indicating suction, delivery and recirculation lines at pump is attached in the Drg no: LSSF/SDSC/PC/FPS/01 shall be realized with all valves and components indicated in the drawing

� At present pump room with pumps in grouted condition and Ground level reservoirs(GLR-A&B-2 nos. of capacity 150 cubic meter each) are available. In addition, a GLR of 1500 cubic meter is being constructed by purchaser and this also is required to be interfaced with the suction manifold of pumps as part of this contract.

� Each hydrant shall be provided with a manual butterfly valve for isolation. � Each hydrant location is to be provided with a hose box comprising of Fire hoses and branch pipes which shall be provided by the bidder.

� Sufficient vent and drain nozzles along with isolation valves shall be provided for yard piping and inside pump room.

� Pipeline at road crossings shall be wrapper coated with AWWA C203 tape.

2.2 Specification for scope of supply: Since the scope of work includes supply of items, it is to be noted that the items to be used shall be of the prescribed make/brand(s) only, as listed in Table-1. The brief specifications for each of the supply items is available in the corresponding annexures as indicated in table-1.

Table 1: Details of Specifications of supply items for Part-A:

Sl. No

Description of the item to be supplied

Suppliers / Make Specification

as per

1. MS Pipes as per IS 1239 heavy grade,/ IS 3589

M/s MSL, M/s Jindal, M/s PSL, M/s Surya Roshni, M/s Ratnamani, M/s Welspun, M/s Mukat

Annexure-A1

2. Wafer Type Butterfly Valves

M/s L&T, M/s Audco, M/s Pentair

Annexure-A2

3. Fire Hydrants, hoses, branch pipes and hose boxes

M/s Newage, M/s Winco, M/s Shah Bhogilal AAAG

Annexure-A3

4. Rubberized expansion Bellow

M/s Cori Annexure-A4

5. Dual Plate Check Valves M/s Advance Valves, M/s Key Stone, M/s Velan,

Annexure-A5

6. Foot Valves and Air release valves

-- Annexure-A6

7. CS Pipe Fittings & Flanges M/s Sanghvi, M/s RD Forge, M/s Sawan, M/s Rajmani

Annexure-A7

8. CAF Gaskets M/s Champion, M/s Spittman, --

9. Carbon Steel Ball Valves M/s L&T, M/s Audco, M/s Microfinish

Annexure-A8

10. Pressure Gauges M/s Wika, M/S H Guru, Fiebig M/s Manometer India,

--

11. Pressure Switches M/s Switzer --

Page 5: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

4

12. Safety Relief Valves M/s Pentair Sanmar Ltd Annexure-A9

13. Electro Galvanized fasteners

----- Annexure-A10

14. Electro Galvanized U-clamps

----- Annexure-A11

Note: Procurement action shall be initiated with approved specifications after placement of Purchase order for all piping materials and flow components to avoid long lead time. All the items shall be delivered at Propellant Complex, Rasayani within 3 MONTHS after PO release.

3.0 Fabrication, Erection, Testing & Commissioning

Detailed Scope of Work: Mobilization of the following for completing the total scope of the work:

� Machinery (welding, grinding, cutting, painting, 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 � Design and Construction of RCC Pipe Pedestals � Wrapper coating at road crossings � Transportation to and from work spot, boarding and lodging of contract staff � Welding consumables, RT, DPT consumables

3.1 Specification for Fabrication, erection, testing and commissioning of Mild Steel (MS) piping:

3.1.1 Fabrication and erection of MS pipelines (Butt-welding & Socket Welding)

This work includes supply of requisite materials, marking, cutting, profiling, aligning, fit up, Tack welding, cleaning, chipping, placement of wind shields and / or weather protection, DP testing of Root & Final Pass (Both Butt and Socket weld types), X- Ray/gamma Ray radiography (for 10% Butt weld joints).

• For Carbon steel pipes welding shall be by GTAW for root pass. The filler material used shall conform 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 shall be deployed to carry out the welding works. Qualification of welder need to be carried out in the presence of the purchaser’s representative suiting to the pipe size/schedule requirements. Fitters/Fabricators/Grinders should be well experienced.

• Cutting and edge preparation of pipelines and fittings shall be attempted only with exclusive grinders meant for Carbon steel material.

Page 6: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

5

3.1.2 Dye-Penetrant Test:

All welding joints shall be tested with Dye-Penetrant test after root pass and final pass welding for both Butt welding and Fillet / Socket welds of pipe line joints as per ASME Sec.V.

3.1.3 Radiography:

a. All butt-welds shall be subjected to 10% Radiography, Radiographic Examinations as per ASME sec. V for a sensitivity of 2-2T.

b. Interpretation of weld joints radiographs shall be done by Department representative as per relevant codes such as ANSI B 31.3 and ASME-Sec.V

c. Exclusive radiography machine / Gamma ray source has to be arranged by the contractor.

d. D2 films shall be used for Gamma Rays and D5 films shall be used for X-rays. Elliptical shots (double wall double image) may be employed upto 2” size.

e. The penetrometer used shall conform to ASTM E 1025/ASTM E747 (or) relevant DIN standards.

f. Retake due to rejection of Radiograph owing to bad image quality shall be at the cost of contractor.

g. Radiography shall be carried out by qualified technicians (i.e.) minimum level- I of ISNT/ ASNT and qualification certificates shall be produced with latest renewal to the Department before proceeding with the work.

h. Radiography film shall be evaluated and report shall be submitted by Level II ISNT/ ASNT (or) equivalent qualified person. However department Engineer will carry out the final Evaluation.

3.2 Piping system erection

Erection of piping includes doubling of pipes, positioning of completed pipeline segments at required locations as per the design drawings approved by the purchaser and instructions of the purchaser personnel depending on the site conditions.

This work includes alignment of pipes & pipe fittings, maintenance of required slopes, proper fixing of flow components, pipe fittings & instruments and laying such pipelines over RCC pedestals.

3.3 MS Structural Fabrication works:

• Fabrication of MS structural pipe supports, access platforms and approach ladders shall be carried out by means of SMAW welding with arc electrodes of AWS E6010/E6011/E6013. Drilling and / or bolting as defined in the approved drawings. Drilling and anchoring of pipe supports, hangers and other wall / floor / roof embedment shall be carried out as required.

• Supplier shall supply the required M.S structural material consisting of channels, angles, M.S plates etc., as per IS: 2062 of reputed makes like TATA/SAIL/RINL/VSP only( Rerolled structures not acceptable) and carry out fabrication & Erection and painting.

Page 7: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

6

3.3.1 Wrapper coating:

Wrapper coating for pipes below the road crossings with 4 mm thick multi layer

wrapper coating tapes as per AWWA C203 has to provided. It may be noted that

for pipelines which will project above ground level, shall be protected by wrapper

coating for the entire Carbon steel portion inside ground and upto 200mm

minimum from formed ground level.

3.4 Pipe pedestals: Design and construction of RCC pipe pedestals including

supply of Reinforcement Steel, cement, Bricks, sand, Shuttering material etc.

required for pipe pedestals and casting, Curing. The pipe pedestal is to be

designed as per the pipe size. The works comprises of the following:

3.4.1 Earth work:

Earthwork in excavation for Pipe pedestals in all kinds of soils including

dressing of sides, ramming of bottom prior to casting of pedestals and

back filling and leveling after completion of casting and curing.

3.4.2 Shuttering:

Providing rigid and water tight centering and shuttering using best quality

wood/ plywood/ steel forms and centering with steel props, acorn tubes

etc., including strutting, propping, bracing, staging etc., complete for all

RCC items fixed in position as required including labour for careful

removal of form work etc.,

3.4.3 RCC:

Providing & laying in position machine batched, machine mixed and

machine vibrated design mix cement concrete of specified grade for

reinforced cement concrete structural elements, using graded hard granite

stone aggregates of maximum 20mm nominal (downgraded) size obtained

from approved quarry including fine aggregates conforming to latest IS

383 and cement all as per approved design mix proportions conforming to

latest IS 10262 with minimum cement content for durability and

Page 8: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

7

plasticizer including supplying and providing concrete cover blocks etc.,

which shall be followed as per latest IS456-2000 including mixing,

transporting, placing, vibrating, compaction, finishing to required levels,

curing etc.

3.4.4 Reinforcement:

Steel reinforcement with high yield strength deformed bars of

SAIL/RINL/TATA or equivalent approved brands for all R.C.C items

including decoying, cutting, hooking, bending, cranking, fabricating to

required shape, placing in position and tying the system with soft drawn

annealed binding wire of diameter not less than 1.00mm with 2 strands

etc., complete all as per specifications.

Note: The scope also includes restoration of distributed areas where pipe pedestals, Pipeline road crossing areas.

3.5 Inspection & Testing:

a) The total work defined in the tender specification for site fabrication works, testing & commissioning shall be carried out under Third party Inspection Agency (TPIA). Towards TPIA charges shall be quoted separately. However Purchaser reserves right decide to engage or not to engage TPIA at the time of PO release.

b) The approved third party inspection agencies are M/s DNV, M/s LLOYDS, M/s TUV, M/s BVIS, M/s EIL.

c) Third Party Inspection Agency shall solely report and submit inspection reports to Purchaser focal point including the list of non-conformity reports (NCR) issued at site from time to time.

d) Copy of the P.O for TPIA shall be submitted to Purchaser for approval prior to engaging TPIA.

e) Scope of TPIA mentioned in the Quality Assurance Plan (QAP) shall include:

- Identification of materials, review of manufacturer’s test certificates, Serial Nos. / Heat / batch nos., schedule and class rating of pipes, fittings and flow components.

- Approval of all procedures for various stages of piping work like welding / equipment and piping erection, alignment of equipment, piping and pipe supports, slopes for in-plant and yard piping.

Page 9: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

8

- Approval of procedure (WPS & PQR) and qualification of welders. - Clearance of edge preparations, fit-ups, root & filler welds and welding techniques.

- Periodical recheck for compliance on scope of work at site. - Check on worthiness of contractor’s machinery, - Identification, evaluation, & clearance of radiography films. - Witness and clearance of all tests (hydro/pneumatic). - Clearance prior to painting of pipe segments. - Check on Integration & boxing-up of total system. - Final certification of as built drawings and compiled stage wise inspection document.

3.5.1 Testing:

After satisfactory completion of fabrication and erection, Hydrostatic test shall be carried out with potable water at 12 bar as per ASTM A 530.

Sequence of Testing:

• Flushing of piping segments with potable water. • Hydro test as per ASTM A 530. • Replacement of test gaskets with actual gaskets. • Cleanliness check of fluid circuits. • Leak check with operating fluid of the total system as an integrated system ready for process functional checks at operating conditions.

Note: Hydro test set up: Valves, flanges, spool pieces etc., including Pump, Hose and etc., required for conducting Hydro Tests shall be mobilized by contractor.

3.5.2 Quality Assurance Plan (QAP):

� The following Quality Assurance Plan (QAP) for fabrication, Erection, testing, and Commissioning is tentative. The bidder shall submit detailed QAP after awarding contract for approval and strictly follow the same during execution of work at site. The inspection shall be carried out by TPIA/Purchaser’s representative.

� The Bidder has to check and produce all the necessary certificates, procedures and plan, at various stages during progress of work for approval to the purchaser.

Page 10: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

9

QAP for fabrication Erection, Testing, & commissioning works:

Sl. No

Characteristics/ Type of Test

Method of Check

Quantum of Check

By Suppliers QC

By Purchasers Inspector/Third party inspection (TPI) agency#

1. Identification of materials Visual Inspection and material identification

100% H 100% W

2. Testing of all materials Verification of material test certificates for all bought out items

100% R 100% R

3. Fit-up reports of joints Physical Verification at site.

100% H 100% R

4. Dye penetrant test for root and final weld of butt joints and final run for fillet joints

On-site participation

100% H 10% W

5. 10% Radiography for butt joints

Review of films 100% R 100% R

6. Hydro Test of pipelines On-site participation

100% H 100% W

7. Painting Visual measurement of DFT as per PO Spec.

100% H 10% W

8. Functional testing of system

On-site participation

100% H 100% W

Legend: R: Review H: Hold W: Witness

Note: # The TPI charges shall be separately quoted by the bidder. The payment for TPI charges shall be made only if the services are utilized.

Page 11: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

10

3.6 Painting: After successful fabrication, erection and testing of piping circuits, the entire pipelines, flow components and structures shall be painted and Pipelines & flow components shall be Tag numbered. The scope of contract includes supply of requisite paints and carrying out painting and tag numbering as indicated below: (Approved make of paints: Berger /CDC Carboline / Asian Paints / Bombay Paints/ Goodlas Nuralac/GPC).

a. For pipelines:

Application of primer and finish coat paint shall be carried out on Pipelines after ensuring the surface is prepared with CS brushes in order to ensure metal surface free from scales, rust and subject to prevalence of dry weather.

Epoxy mastic coating (Primer) for CS surface of 120-130 micron Dry Film Thickness (DFT) followed by a finish coat of aliphatic polyurethane finish paint of 30-40 microns DFT shall be applied so that the total DFT achieved will be 150 +/- 10 microns. The tag numbering of pipelines and flow components shall be written at appropriate places as per approved diagram.

The finish color shade of Fire water system is Fire Red as per IS: 631.

b. for flow components:

Finish coat of aliphatic / acrylic, polyurethane finish paint of 40 microns DFT shall be applied. The color shade of flow components is Azure Blue.

c .For MS Structural’s:

Epoxy Mastic coating (primer):120-130 (DFT) Aliphatic polyurethane (Finish coat): 30-40 microns DFT Total DFT achieved will be 150 +/- 10 microns. The finish color shade: Structural Grey

The contractor shall take clearance from department engineers prior to application of paint and the final DFT measurement shall be offered for inspection.

3.7 Consumables:

The consumables such as Filler wires (ER 70S2), electrodes (E 7018 / E 6013), Grinding Wheels, Industrial Gases (Oxygen / Acetylene), Gas cutting set, Argon gas, Dye-Penetrant Test Kit, Argon regulator, Flow Meters, Face shields, Gloves, Wire Brush, Emery cloth, etc., required for the work shall be in the scope of contractor. Details of the consumables are as follows:

• Filler Wires: Size 1.6 mm / 2.0 mm / 2.5 mm, Make (Philips / ESAB / Advani). Manufacturers material test certificates shall be produced for approval.

• Electrodes: Size 2.5 mm / 3.15 mm Make (Philips / ESAB / Advani). Manufacturers material test certificates shall be produced for approval.

Page 12: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

11

• Argon Gas cylinder & Oxy / Acetylene cylinders: Grade Commercial, Purity 99.99%, Cylinder Capacity 50 Ltrs, Make (Praxair / Bhoruka / Inox / BOC)

• Dye-Penetrant test Kit Containing cleaner / Penetrant / Developer, Make (Magnaflux / Check Mate)

• Grinding wheels: Make Universal carburandum/ Norton

• Oxy- Acetylene cylinders: Capacity: 50 Lit, Pressure 140-150 bar (g)

4.0 Scope Of Purchaser

• Potable water at specified tapping point. • Electrical power at identified location approximately 100m from the work spot.

5.0 The following are minimum requirements need to be ensured by contract agency:

5.1 Manpower:

For carrying out above scope of work the contractor shall deploy minimum Three teams (One team shall contain minimum of 1 welder, 1 fitter, 1 grinder and required helpers) for MS piping and structural fabrication..

Adequate skilled, semi skilled manpower like 6G qualified TIG pipe welders, arc welders, fitter / fabricator, grinders, un-skilled helper gangs and site supervisor (Degree/Diploma in Mechanical Engg) with minimum 3-5 years experience in carrying out similar Fabrication works & documentation shall also be deployed throughout the contract period. Category wise Manpower shall be indicated while quoting considering minimum 3 teams engaged on an average throughout the contract period. Minimum wages shall be necessarily ensured for all the engaged personnel.

In case of urgent work demands, the contractor shall mobilize additional welder/Helpers within 2-3 days.

5.2 Machinery: (For Three independent teams working simultaneously)

Requisite machinery like TIG welding machine, arc welding machine, grinders-angle/pencil, gas cutting sets and bench / hand drilling machines and concrete drillers, tube benders, pipe cutting machine & hydro test pump shall be mobilized by the contractor for the above scope of work.

Minimum machinery required are Welding Machine: 3 Nos., Gas cutting Set with all accessories: 3 Nos, Grinding M/Cs: 3 Nos.

Portable Hand drilling M/CS: 2 Nos, Hydro test pump: 1 No., Concrete drilling Machine: 1 No. however if site demands more machinery, contractor shall mobilize the required machinery within 2/3 days.

Page 13: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

12

5.3 Transportation & Material Handling: The contractor shall ensure:

• Own Transport vehicles required for movement of contract personnel from /to work site including internal movement within site.

• Relevant derricks, hoists and fixtures for leading and positioning of pipelines & equipments on designated pipe pedestals/pipe trenches /foundations including alignment tools.

• Handling of pipes in yard and placing pipes on RCC pedestals, pipe supports below road crossings after fabrication is in the scope of the contractor.

5.4 Electrical:

• The contractor shall ensure Safe distribution of electrical power from single point source identified by Department to various contractors’ utility points / equipment.

• The nearest power source point will be 100m from the actual work site in yard. Necessary cables have to be arranged by contractor along with junction boxes, fuses, earth leak circuit breakers etc., as per the mandatory requirements of department electrical safety.

5.5 Evaluation of Machinery and Manpower and Consumables:

Machinery and manpower shall be subjected to technical evaluation by the Purchaser representative to ascertain their complete suitability / performance for the jobs described above. Based on this evaluation clearance shall be given for taking up the actual job. Work shall be treated as commenced only when the actual welding work is done and as per various technical conditions detailed in this contract.

5.6 Group Insurance:

Group Insurance for the manpower engaged shall be insured for this work. The proof of such claim shall be submitted immediately after awarding the contract.

5.7 Medical Assistance:

While executing this service contract work, if any of the workers engaged by contract agency is injured, contract agency has to take care of medical treatment.

5.8 Documentation:

I) Documents to be submitted along with the offer: • Preliminary design of the system • Layout of fire hydrant system. • Vendor evaluation format – (Annexure B3). • Power of attorney in favour of authorised signatory of the bid/ proposal documents.

• Compliance statement (refer Checklist in annexure: B4) to the technical specification given is to be duly signed & stamped and to be uploaded in SDSC SHAR portal as a part of acceptance.

Page 14: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

13

• Deviations, if any, w.r.t technical and commercial terms & conditions shall be clearly brought out under deviation list (annexure-B1). If deviations are not listed separately, it will be presumed that you are adhering to all the technical specifications and commercial terms & conditions given in this document.

II) Documents to be submitted after placement of order for approval from the purchaser:

a) Detail engineering document

b) Plant piping Layout & Fabrication drawings

c) Submission of specification of brought out items for approval

d) Quality assurance plan for site fabrication, erection and testing works

e) Work execution plan/PERT and manpower deployment plan

f) Procedure for PQR, WPS, Radiography, hydro test, conditioning of pipelines & painting etc.

III) During execution of work:

a) Preparation of Material identification

b) Preparation of line and weld history sheets

c) Preparation of test packs and reports

d) Preparation of as built drawings

IV) After commissioning (3 sets Hard copies and one soft copy):

1. Submission of as built drawings.

2. Submission of final test dossier with neatly bounded condition.

Part B: This work involves Cutting, dismantling and shifting to scrap yard (Which

is within 1 Km from work spot) of existing yard pipeline of different sizes as per the quantities listed in the following table: 2

Table: 2

Sl. No. Description Qty

1 Removal of existing pipeline 400/250NB 30 meter

2 Removal of existing pipeline 200/150NB 1200 meter

3 Removal of existing pipeline 100/80NB 50 meter

Page 15: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

14

6.0 Submission of bid: It may be noted that this is a two part bid. The bidder shall submit quote in two parts:

a) Techno commercial bid b) Price bid

6.1 Techno-Commercial Bid

� Technical and un-priced commercial bid shall comprise the documents indicated in clause 5.8 (I). All the documents shall be scanned and uploaded in the SDSC SHAR e-procurement portal.

Note:

1. No price amount shall be indicated in the techno commercial bid. If any price amount is indicated in Techno commercial offer, then the offer will be rejected.

2. Quote shall be based on FOR RASAYANI, Raigad District, Maharashtra. 3. Unpriced price bid copy to be attached along with this bid 4. All Taxes, duties etc applicable shall be indicated by Percentage (Not by

amount) clearly in quotation. 5. Transportation & Transit Insurance are fully in the scope of supplier and the

same shall be borne by the party. 6.2 Price Bid: The party shall quote for the tender items as follows:

Part-A:

a) Design of the Fire hydrant system, supply of the materials required, delivery at site, handling at site, Fabrication, erection, testing, commissioning, and

handing over of the Fire Hydrant System at Propellant Complex, Rasayani.

b) Third party inspection charges for fabrication, erection, testing and commissioning at site

Part B:

a) Cutting, dismantling and shifting to scrap yard of existing yard pipelines of different sizes as per the following quantities:

Sl no. Description Qty

1 Removal of existing pipeline 400/250NB 30 meter

2 Removal of existing pipeline 200/150NB 1200 meter

3 Removal of existing pipeline 100/80NB 50 meter

Page 16: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

15

7.0 General Conditions and Terms:

a. In all cases Purchaser reserves right to inspect during the procurement phase and can reject the material if technically found not acceptable. The bidder shall inform the Purchaser well in advance for pre-delivery inspection of the items as per the specification.

b. Contractor shall mandatorily comply all labor rules. c. The contractor shall not employ persons below 18 years of age. d. Conveyance for personnel from and to work spot has to be arranged by the contractor.

e. Contractor shall take enough care to ensure to progress of the work without any material and personnel damage. It is the sole responsibility of contractor to ensure all safety norms to his personnel. Purchaser will not hold responsibility to any mishap occurring to the bidder personnel.

f. Contractor has to give an undertaking that they will comply with prevailing safety norms at site put forth by Purchaser. Safety officer shall have full access to work spot for inspection.

g. The supplied materials shall be entered only through Purchaser’s Stores office and Gate Security endorsements at Propellant Complex, Rasayani.

h. In order to complete the work in time, it is recommended to deploy adequate manpower and supervisors and the work shall be carried out in two or three shifts based on requirement during execution of contract.

i. The purchaser reserves Right to cancel the PO at any time with the application of penalty & Security deposit in case of failure of bidder to fulfill various technical requirements.

j. During the entire work necessary precautions are to be taken. Equipments, pipes and fittings should not get damaged during erection, if any damage occurred equal cost will be recovered from the supplier.

k. Bidders should give compliance/deviation/remarks point wise. Bidders without enclosing this will not be considered.

l. Delivery Schedule: The time period for completing the intended works with items supply shall be within 6 months of release of PO.

m. General working days are Monday to Saturday 9:00 hrs to 17:30 hrs. However the contractor is free to work extended periods of the time with prior permission from the Purchaser.

n. Taxes: 1) Work Spot is located in the Maharashtra state and applicable under rules of GST.

2) Custom duties: For the imported items Purchaser is entitled to get the custom duties exemptions for the items which are not manufactured in India. The tenderer clearly shall bring out those items for which custom duty exemption is sought.

Page 17: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

16

o) Sub-contracting: The tenderer can award part of the work to a subcontractor prior to which the main contractor shall obtain the clearance from the Purchaser by submitting the credentials of subcontractor and technical specification of the subcontract. However the contractor is permitted to select any other subcontractor with the approval of Purchaser. The tenderer shall submit probable list of subcontractors along with offer.

p) The contractor shall ensure that the material pertaining to him shall be kept for minimum period at Purchaser’s premises/stores. The contractor shall undertake the full responsibility for transporting, handling and storage of the material during the course of execution of work.

q) Guarantee: Guarantee period shall be for a period of 12 months, commencing from the date of acceptance & taken over by the purchaser and 18 months from the date of supply of items, whichever is later.

r) Security Deposit & PBG:

o The Contractor shall furnish security deposit for an amount equivalent to 10% (Ten percent) of the contract value as specified for the purpose of security deposit in Contract. Such security deposit shall be held by the Purchaser as security till satisfactory completion of all the Contractor's obligations under the contract.

o The Contractor shall deposit the requisite sum with the Accounts Officer, Satish Dhawan Space Centre SHAR, Sriharikota within 10 (ten) days of placement of Purchase order.

o Performance Bank Guarantee: Bidder shall give PBG for the realized system for a minimum period of 1 year after commissioning and handing over the system.

s) Procurement of the items: The bidder shall procure items strictly as per the approved specifications & QAP for each item and no deviation is allowed. Subsequent to the order placement by the contractor, un-priced order copy shall be submitted to the Purchaser for records. Towards the follow up and inspection as identified in the QA plan, the contractor has to intimate the Purchaser.

t) Progress reviews and corrective actions: Progress reviews shall be conducted regularly at least once in a month. This review shall be based on the schedule chart /PERT chart submitted by the contractor. Slippages during the period shall be planned for correction in due course to avoid further slippages.

u) Liquidated damages:

0.5% per week and maximum of 10% of P.O value after the total delivery schedule.

Page 18: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

17

v) Payment terms:

Bidder shall submit clear payment terms for execution of the work based on mile stones. Advance amount may be considered by the department against the bank guarantee taken in any nationalized/ scheduled Bank for the supply portion.

w) Vendor Evaluation: Bid qualification criterion shall be as per the enclosed annexure-B2.

Page 19: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

Annexure-B1

EXCEPTIONS AND DEVIATIONS

In line with Proposal Document, Bidder may stipulate Exceptions and

deviations to the Proposal conditions if considered unavoidable.

SL.

NO

Reference in

Specification

Purchaser

Spécification

Offered

Spécification DEVIATION

PAGE

NO

CLAUSE

NO

NOTE :

Only deviations are to be written in this Annexure.

Any deviations taken by the Bidder to the stipulations of the Proposal

document shall be brought out strictly as per this format and enclosed along

with the bid.

Any deviations not brought out as per this Proforma and written elsewhere in

the Proposal document shall not be recognized and the same is treated as null

and void.

Any willful attempt by the Tenderer to camouflage the deviations by giving

them in the covering letter or in any other documents that are enclosed may

render the Bid itself non-responsive.

(SIGNATURE OF BIDDER)

Page 20: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

Annexure-B2

BID QUALIFICATION CRITERIA

Bidders who are qualifying / meeting following Technical and financial criteria are eligible to participate in the bid for supply of items. Bidder shall furnish all the information mentioned in the criteria with documentary proof and submit along with quotation. Bids of the parties which are not meeting the following criteria will not be considered for evaluation and will be rejected without seeking any further clarifications.

A. Technical Qualification Requirements:

1. The bidder shall meet the technical specification and other requirements and shall submit relevant certificates to establish his credentials.

2. The Bidder shall be a party who already executed turnkey projects with minimum 5 years of experience in executing similar projects of fire fighting systems.

3. The bidder shall provide the copies of at least 3 executed purchase orders in the last 2 years(of value not less than 100 lakhs each) in the domain of Fire fighting systems.

B. Financial Qualification Requirements:

1. The Bidder should have annual turnover of not less than a value of Rs 300 lakhs per year in the last three financial years ending with 31.03.2017.

2. IT/ TDS certificate shall be submitted with Loss & Profit for last three years.

3. Bidder shall submit audited statement of financial status for last three years.

C. The following documents shall be submitted along with the bid for prequalification of Bidder.

1. Firm establishment certificate and nature of work.

2. Details of work of similar type completed by providing copies of purchase orders during the last five years ending with 31.12.2017

3. Satisfactory work Completion certificates from the clients, with the work order copies

4. Performance Report of order completed (with years of service) from End users, with addresses and contact person with phone numbers.

5. Copy of the purchase orders related to similar type of works under Execution with purchase order name and address.

6. Structure and Organization chart.

7. List of personnel with qualification &. experience in the firm in the areas of design, production, quality, safety, administration etc.,

8. List of Machinery &Equipment proposed to be used for this work.

Page 21: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

Bid Selection Procedure and Process of Pre-Qualification

1. Short listing based on documents submitted, satisfying all the eligibility criteria given above by the firm or individual along with their Bid / application. (Non-submission of any document as given in above list leads to rejection of Bid).

2. Subsequently Bidder's competency, their technical achievements and financial status will be evaluated suitable for this work. Feedbacks from Bidder's clients will be verified, if required.

3. Party evaluation:

• Visit to vendor’s premises by our technical team for accessing the technical capabilities of bidder, if required.

• The documents listed in Sl No. C of this section will be reviewed by the purchaser during factory visit.

• It is proposed to evaluate the bidder based on the previous experience in execution of the similar nature of works. The supplier has to furnish/confirm the details as enclosed in the vendor evaluation format in annexure-B3.

3.1 Evaluation criteria for bidders: • After receipt of quotation from the bidders, their credentials will be

evaluated by the purchaser and their offers will be considered only after evaluation.

• Visit to earlier executed sites where major piping & flow components supplied, erected and commissioned by the party, to ascertain their complete suitability for the jobs described above.

Page 22: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

Annexure-B3

VENDOR EVALUATION FORMAT

The Bidder must submit the following table with documentary proof to confirm

his acceptance to meet the requirements detailed above, without which the

offer will not be considered.

SR.

NO.

DESCRIPTION To be filled /

confirmed by the

bidder

1. Name of Company

2. Address of Company

3. Type of Company (Proprietary/Pvt.Ltd /Public

Ltd/Joint Venture/Consortium)

4. Registration number

5. Year of inception of the company

6. Registered address

7. Name & address of the office of the Chief

Executive of the company

8. Name & Designation of the officer of the Bidder to

whom all correspondence shall be made for

expeditious technical/ commercial co-ordination.

Telephone number

Fax number

E-mail address

9. Bidder’s previous track record: The bidder should

be a Company/Society/Firm registered since last

5 (five) years or more.

10. Locations of the Branches of Company (if any)

11. Annual turn-over of the company for the last

three years

Page 23: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

SR.

NO.

DESCRIPTION To be filled /

confirmed by the

bidder

12. IT returns for the last 3 years

13. Enclose copies of minimum 3 similar Purchase

Orders of value > Rs 100 lakhs executed in last 2

years

14. Customers feedback on the services which is in

writing (Pl. enclose copies)

15. Quality certification of the company

16. PAN Card Copy

17. The Profit & Loss Account details for the last 3

years which is duly audited and Submitted as

part of the Annual Report

18. No. of employees (Supplier shall mention contract

personnel separately)

Engineers

Supervisors

Technicians

Quality control engineers

Administrative Staff.

19. List of personnel qualifications & experience

proposed to be used for this work.

20. List if machinery and equipment proposed to be

used for this work

21. Visit by Purchaser: During the Technical evaluation

of the Tender, if required the purchaser has right to

visit the bidder’s facilities to Clarify / confirm the

documents /claims submitted by him. It is the

responsibility of the bidder to submit necessary

supporting documents / to show his facilities.

Page 24: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

SR.

NO.

DESCRIPTION To be filled /

confirmed by the

bidder

22. The bidder should not have been blacklisted by

Central Government or any State Government

organization / department in India at the time of

submission of the Bid (Self-declaration has to be

attached)

23. D Details of purchase orders executed under Third

party Inspection shall be submitted

24. S Submission of Bid in two parts as indicated in

clause 6.0 of tender specification

SIGNATURE :

NAME :

DESIGNATION:

SEAL OF THE COMPANY DATE :

Page 25: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

Annexure-B4

Check list format

Check List to be filled and submitted by the Bidder along with the offer

(without which offer shall not be considered):

Sl.

No Description

To be filled /

confirmed by

the bidder.

1. Point wise acceptance for Scope of work as detailed in clause 2.0, 3.0, 4.0 of tender specification.

Design of the Fire hydrant system, supply of the materials required, Casting of RCC pipe pedestals, Fabrication, erection, testing, commissioning, and handing over of the Fire Hydrant System at Propellant Complex, Rasayani.

2. Acceptance of QAP, Inspection & testing as detailed in clause 3.5 of tender specification.

3. Cutting and removal of existing yard carbon steel piping and shifting to scrap yard (with 1 Km from work spot) of pipes indicated in table -2.

4. Third party inspection charges quoted separately for fabrication, erection, testing & commissioning.

5. Third party Inspection agency:

DNV /Lloyds/ TUV/BVIS/EIL

6. Ensuring of minimum requirements detailed in clause 5.0 of tender specification. Man power, Machinery, Group insurance documentation ete.,

7. Acceptance for the General conditions & terms as per

clause 7.0 of tender specification.

8. Delivery period within 6 months from date of P.O

9. Submission of vendor evaluation format (Annexure- B3)

10. Submission of check list format (Annexure- B4)

11. All works shall be quoted for supply and execution at

Propellant complex, RASAYANI, Raigad Dist,

Maharashtra

Page 26: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

1

List of Annexures:

Sl. No

Description Reference document

1 Specification of MS Pipes as per IS 1239 heavy grade, IS 3589

Annexure-A1

2 Specification of Wafer Type Butterfly Valves Annexure-A2

3 Specification of Fire Hydrants, hoses, branch pipes and hose boxes

Annexure-A3

4 Specification of Rubberized expansion Bellow Annexure-A4

5 Specification of Dual Plate Check Valves Annexure-A5

6 Specification of Foot Valves and Air release valves Annexure-A6

7 Specification of Carbon steel Pipe Fittings & Flanges Annexure-A7

8 Specification of Carbon Steel Ball Valves Annexure-A8

9 Specification of Safety Relief Valves Annexure-A9

10 Specification of Electro Galvanized fasteners Annexure-A10

11 Specification of Electro Galvanized U-clamps Annexure-A11

12 Pro-forma for listing out deviations and Exceptions Annexure-B1

13 Bid qualification criterion Annexure-B2

14 Vendor Evaluation format Annexure-B3

15 Bidder Compliance Check list format Annexure-B4

Page 27: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

2

Annexure-A1

SPECIFICATIONS OF MILD STEEL PIPES

Mild steel pipes as per the following specifications.

Sl.No. Specification

1 Code of Manufacturing & Testing : IS: 3589 for pipe size above 150NB IS 1239 part-

I,heavy grade for pipe size below 150NB

2 Method of Manufacture of pipe : ERW

3 Material of construction : Carbon steel pipes confirming to

IS:3589:1991,Gr.Fe410 above 150NB, IS 1239 , Heavy

grade up to 150NB

4. Service fluid : Water

5. Max. Operating pressure : 8 bar

6. Hydrotest pressure : As per standard.

7. Finish on Outer Surface : Anticorrosive protective coating for outer surface.

8. Tolerances on thickness : As per IS: 1239 /IS 3589

9. Length of pipe : Single random length of 5 to 7 m.

10. Marking required on the pipes : Manufacturer’s reference (Pipe Sl. No.), heat /lot

number, Code of manufacture, Dimensions of pipe

(Size, OD, and Thickness).

11. Ends : As per standard

12. Make of the pipes : Jindal/MSL/PSL/Surya Roshini / Ratnamani/Welspun/

Mukat

Page 28: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

3

13 GENERAL CONDITIONS:

i Pipes shall be cleaned and dried before dispatch

ii Inspection: By Purchaser’s s representative as per Approved QAP

iii Packing: Material shall be suitably packed to prevent damage during transit.

iv Certificates: (i.e., Chemical, Mechanical etc. Test certificate for chemical analysis, Mechanical and hydrostatic test shall be supplied along with dispatch documents.

v Marking required on pipes: Manufacturer’s reference (Pipe Sl. No.), heat /lot number, Material ,Code of manufacture, Dimensions of pipe (Size, OD, and Thickness).

vi Guarantee: Material supplied shall be guaranteed for 18 months from the date of supply.

vii Production master file: Three copies of production master file shall be supplied & shall contain the following:

- Dimensional & visual check reports - Material Analysis reports - Final inspection Report/release Note.

QUALITY ASSURANCE PLAN FOR INSPECTION OF MS PIPES

Sl No.

Characteristics /

Type of check

Reference Document

Method Of check

Supplier’s QC

Purchaser’s representative

1 Visual & Dimensional Check

IS: 3589 / IS 1239

Witnessing H 100%

W 10%

2 Chemical analysis

-Do- Verification of material test certificates

R 100%

R 100%

3 Mechanical tests per each ingot/parent metal heat no.

-Do- Verification of material test certificates

H 100%

R 100%

4 Hydro static test

-Do- Witnessing H 100%

W 10%

5 Stamping AS per P.O Perform H 100%

W 10%

Legend:

R- Review, W- Witness, H- Hold.

Page 29: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

4

Annexure - A2

SPECIFICATIONS FOR BUTTERFLY VALVES (WAFER)

Supply of the following wafer type Butterfly valves for the as per the following quantities and

specifications:

Mode of operation:

• Hand lever operated for valves upto 150NB

• Wheel with horizontal worm gear for valves above 150NB

Technical specifications:

i. a. Design ,manufacture : BS 5155/AP1 609/BS EN 593

b. Testing code : BS 6755 part I/ EN 12266 PART 1 & 2

c. Make : L&T Valves/Flowserve (AUDCO)/Pent air

ii. Type : Wafer design, Integral seat, Bubble tight shut off

iii. Design class rating : PN 16

iv. End connection : Wafer design suitable for ANSI B 16.5 flanges, 150#

v. Operating pressure : 08 bar

vi. Maximum operating pressure

for testing of Valves

: As per PN 16 class rating

vii. Material of construction

Body : CI to IS 210 Gr 250

Disc : ASTM A 351 Gr. CF8, Forged quality SS304

Shaft : SS 410 XYLON Coated

Seat : Black nitrile

Handle/worm gear : CI/GM.

viii. Name plate Tag : SS , Min. 1.5 mm thick to be riveted on body

ix Locking provision for handle/

Wheel

: To be provided for fully open & fully closed position of

valve.

Page 30: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

5

General conditions:

1. Dimensional drawing indicating parts and their material of construction including shall be sent

for approval after receipt of order.

2. The purchaser’s representatives will inspect all valves prior to dispatch

3. The scope of inspection as per BS 6755 part I/ EN 12266 PART 1

a). Dimensional verification.

b). Witness of shell & seat hydro test.

c).Disc strength test for sizes above 350NB

4. Painting: Outer surface of the valve body, Gear unit & wheel shall be painted With epoxy

paint ( Primer: Minimum 60 Microns and Finish coat: Minimum 40 Microns) Total DFT of

paint shall be 100 to 120 Microns. Paint Shade : Azure blue

5. SS Tag numbering plates of Size 50mm x15mmx 1.5mm thick shall be riveted on valve body at

a prominent location.

6. QAP for Manufacturer, Testing & Inspection :

Legend: R- Review W-Witness P-Perform

Sl.

no

Description of the test

By

manufacturer

By Purchaser’s Representative

Type of

inspection

Scope

A Raw material identification

Raw material identification 100% R Review of Material test

certificates

B Testing

1 Shell & seat Hydrotest and

pneumatic Test

100%

W

10% subjected to

minimum of 1 No.

C Painting

1 Paint thickness measurement 100% R Review of paint DFT

measurement report

D Stamping - P 100% stamping on

valve body

Page 31: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

6

Annexure- A3

Specifications for Fire Hydrants, Hoses, Branch pip es & Hose boxes

Make: Newage/Winco/Shah Bhogilal AAAG

1. Fire Hydrants valve, Single oblique outlet confi rming to IS 5290 along with companion flange: • Material: SS304/ Anodized Aluminum

• Inlet Flange size: 3” (80NB) Dimensions as per IS 5290

• Out let 63mm female inst. Oblique complete with PVC blank cap & chain.

• Valve shall have IS:5290 mark.

• Valve seat tight ness test is to be carried out at 14 Kg/cm2 and body test at 21

kg/cm2

• Flow test – 900 lpm at 7 kg/cm2.

• Painting: Epoxy paint of shade Fire red.

• Companion flange 80 NB, Material ASTM A105, SORF type

2. Fire Hydrants valve, Double oblique outlet confi rming to IS 5290along with companion flange: • Material: SS304/ Anodized Aluminum

• Inlet Flange size: 3” (80NB) Dimensions as per IS 5290

• Out let 63mm female inst. Oblique complete with PVC blank cap & chain.

• Valve shall have IS:5290 mark.

• Valve seat tight ness test is to be carried out at 14 Kg/cm2 and body test at 21

kg/cm2

• Flow test – 1800 lpm at 7 kg/cm2.

• Painting: Epoxy paint of shade Fire red.

• Companion flange 80 NB, Material ASTM A105, SORF type

3. Non percolating flexible fire fighting delivery hose three layered synthetic jacketed with elastomeric outer covering (resistant to liquids, chemicals, acids, alkalies, solvents, abrasion & heat) duly bonded with hose couplings made of Anodized Die cast Aluminium ,63mm size, instantaneous type, pair of male and female couplings heavy duty, bearing IS:903 mark.

• Burst pressure : 42 kg/cm2 • Proof pressure : 25 kg/cm2 • Working pressure : 18 kg/cm2 • Bearing IS: 638 : 88 Type B mark • Size: 63mm inside dia,15 m long.

Page 32: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

7

4.M.S Hose box/Cabinet– with Hose mounting hooks al ong with mounting frame

• Material :MS 16 gauge Mild steel • Size suitable to accommodate Two lengths of 15m long Fire hoses and Two Nos. of Branch pipes.

• Double door with Acrylic fittings with lock& Two keys and a break glass recess for keys

• Outside Colour – Red. • Inside Colour – White. • Mounting frame made of M S Angle of ISA 40.

5. Two way inlet – pump – in Breeching :

• Conforming to IS 903. • 63mm male Instantaneous inlets two nos. fitted with non – return valves. • Valve material: Body :SGI/CI , Instantaneous inlets: Gun metal,

Spring: Phosphor Bronze. • Two PVC blank caps along with Chain. • Flange size: 100 NB as per ANSI B16.5 class:150#.

6. Branch pipe and nozzle (20 mm dia bore) conformi ng to IS-903 :

• Branch pipe with nozzle shall be TAC approved. • Material: SS 304/Anodized Aluminium alloy • Inlet: 63mm Inst. • Out let: Male threaded outlet fitted with 20 mm bore hexagonal base nozzle

bearing IS 903 mark. Complete assembly shall be tested at a hydro static test pressure of 21 kg/cm2

QUALITY ASSURANCE PLAN

Sl. No.

Characteristics/ Type of test

Method of Check Quantum of Check

By Supplier ’s QC

By Purchaser’s

Inspector

1. Dimensional and Visual inspection

Measurement and visual inspection

100% H 10% W

2. Inspection of material Verification of material test certificates

100%R 100%R

3. Functional Check Performance check of items

100%R 10% W

LEGEND

R-Review, W-Witness, H-Hold

Page 33: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

8

Annexure- A4

TECHNICAL SPECIFICATIONS FOR RUBBER EXPANSION JOINT S

General conditions:

1. Guarantee: The quoted rubber expansion joints shall be guaranteed against all manufacturing

defects for a period of 12 months from the date of commissioning or 15 months from the date of

dispatch, whichever is earlier.

2. Inspection & Testing: F inal inspection will be carried out by Dept. engineers as per the following

Quality Assurance Plan (QAP).

Sl.No. Description

1 Flowing Medium Water

2 End Flanges Carbon Steel Forged A 105 rotating Flanges at Both Ends

With Dimensions As Per ANSI B 16.5 Class 150 Raised

Face With Concentric Serrated Finished.

3 No. of Arch To be specified as per size

4 Type of Arch Open

5 Design Pressure 2.5kg/Cm2

6 Hydro test Pressure 5kg/Cm2 at room temperature

7. Design Temp 50 Deg.C

8. Materials Of Construction.

Tube & Outer cover Nitrile Rubber tube with neoprene outer cover

Reinforcement(Fabric) High Strength Rayon cord.

(Metal) Carbon Steel Ring

Protective coating on

outer surface

Chlorinated rubber based paint compatible with neoprene.

Shore Hardness 65+/-5o Sh.A

Control Rod IS:1367 Cl 8.8

Nuts & Lock Nuts IS:1367 Cl 8.0

Stretcher plate material IS:2062 Gr.A (Electro-Galvanised)

9. Movements at design

Pressure

Axial expansion: 10mm

Axial Compression:10mm

Lateral Deflection:10mm

Page 34: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

9

QUALITY ASSURANCE PLAN

Sl.

No.

Characteristics/ Type of

test

Method of Check Quantum of Check

By Supplier’s

QC

By

Purchaser’s

Inspector

1. Dimensional and Visual

inspection

Measurement and visual inspection 100% H 10%W

2. Chemical analysis of

material of construction

Verification of material Chemical

test certificates

100%R 100%R

3. Mechanical tests for

material of construction

/parent metal heat no.

(Tensile strength and % of

elongation)

Verification of material Physical test

certificates

100%R 100%R

4. Manufacturer’s test

certificates of bought out

items

Verification of test certificates 100%R 100%R

5. Hydro test Visual 100% H 100%W

6. Performance test

(Measurement of

movements at design

pressure for

Axial expansion

Axial Compression

Lateral Deflection

Visual 100% H 100%W

7. Final documentation Verification of Documents &

Certificates

100% H R

LEGEND:

R-Review, W-Witness, H-Hold

Page 35: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

10

Annexure A5

Specifications of Dual plate Check valves (Non-return valves)

Make: Advance valves/Key stone /Velan

1. Type : Dual plate check valves

2. Service: : Water at 25° C - 60°C

3. Pressure Rating : PN 16

4. Design & Dimension Standard : API 594 & EN 12266 Part 1

5. Material of Construction:

Sl.No. Part Name Material

I. Body : Cast Iron to IS 210 Gr. FG 260

II. Plate : ASTM A 351Gr. CF8 / SS-410 / SS-316

III. Hinge Stop Pin : AISI SS 410

IV. Spring : SS 316

V. Internals : SS 316

VI. Body bearing : AISI SS 316

VII. Plate bearing : AISI SS 316

VIII. Spring bearing : AISI SS 316

IX. Eye bolt : Carbon steel

X. Body Seat : EPDM

6. Test Code : As per API 598

7. End connection : To locate in between flanges of ANSI B16.5 150#

8. Facing finish : Serrated finish

General Conditions:

GA Drawings with detailed specifications shall be sent along with offer.

1. Items are subjected to inspection prior to dispatch by our department

engineers as per the approved QAP and drawings. The readiness of item

shall be intimated in advance.

2. Valves shall be painted with colour of Azure blue.

3. All valves shall be packed in wooden boxes with Iron straps.

Page 36: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

11

Quality Assurance Plan

Sl.

No

Characteristics/

Type of Test

Method of

Check

Quantum of Check

By Suppliers

QC

By

Purchasers

Inspector

1. Dimension and Visual

Inspection

Measurement and

Visual Inspection

100% H 10% W

2. Chemical analysis of

material of construction

Verification of

materials as

chemical test

reports

100% R 100% R

3. Mechanical tests for

materials of

construction/parent metal

heat (Tensile strength and %

of elongation).

Verification of

material physical

test reports.

100% H 100% R

4. Seat surface inspection for

body seat and plate seat.

Visual inspection

for surface defects.

100% H 100% W

5. Hydro test for all shell and

seal.

As per API 598

visual

100% H 100% W

6. Performance Test Visual 100% H 100% W

7. Painting Visual as per PO

Spec.

100% H 100% R

8. Final documentation Verification of

documents and

certificate

100% H R

LEGEND:

R-Review W-Witness H-Hold

Page 37: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

12

Annexure-A6

SPECIFICATIONS FOR CAST IRON FOOT VALVE AND AIR REL EASE VALVE

A. Technical specifications for Cast Iron foot valve :

1. Type Cast Iron Lift type foot valve with strainer

3. Code of Construction and testing

As per IS :4038-1986

4. Pressure class 0.6Mpa.

5. End connection Flanged, Integral flanges as per ANSI 16.5 Class150,Raised face with concentric serrated finish, Material shall be ASTM A 105.

6. Hydro test pressure Body test pressure : 6 kg/cm2, Seat test pressure : 2 kg/cm2

7. Material o f construction:

i. Body & Strainer C l. as per IS:210:FG:200

ii. Bolts, Nuts & Gaskets Electro Galvanized Hexagonal bolts with nuts as per IS:1364 Part 1& 3 ,1992 class 8.8

iii. Trim Bronze/Stainless steel

B. Technical specifications for Air Releas e valve :

1. Type Air release valve

2. Size As per detailed engineering

3. Service Fire water

4. Pressure ratings (Max.) Working pressure : 8 kg/cm2

Design pressure : 12 kg/cm2

Test pressure : 18 kg/cm2

5. End connection Flanged, Integral flanges as per ANSI 16.5 Class150,Raised face with concentric serrated finish

Material of construction:

i. Body /Cover/Gland Cast steel as per ASTM A -216 WCB

ii. Bolts, Nuts & Gaskets Electro Galvanized Hexagonal bolts with nuts as per IS:1364 Part 1& 3 ,1992 class 8.8

iii. Pilot valve seat /face cap/Spindle

Bronze/Stainless steel SS AISI 410

Page 38: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

13

General conditions:

1. Guarantee: The quoted Foot valve and air release valve shall be guaranteed

against all manufacturing defects for a period of 12 months from the date of

commissioning or 18 months from the date of dispatch, whichever is earlier.

2. Data/ Drawings to be furnished:

2.1 The following documents may be furnished for approved:

General arrangement Drawings showing overall dimensions,

Sectional views, over all weight and with detailed specifications.

Page 39: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

14

Annexure A7

SPECIFICATIONS OF CARBON STEEL FITTINGS & FORGED FLANGES

Material:

° Butt weld fittings : ASTM A 234 WPB(Seamless)

° Socket weld fitting&: ASTM A105

° Forged carbon steel Flanges (SORF) and Blind Flanges with

concentric serrations as per ASTM A-105

° Pipe Nipples: ASTM A106

1. Dimensions of fittings shall conform to ANSI standard for Butt welded fittings as

per BS16.9 and B16.28. And socket welded fittings shall be as per ANSI B16.11.

2. Dimensions of Flanges shall conform to ANSI B16.5, 150#.

3. Mechanical, chemical, Micro analysis tests shall be carried out on one sample per

heat/lot. All testing charges shall be included in the quoted price.

4. Sampling for Material testing: One sample from each lot/Heat shall be given for

physical, chemical and micro analysis.

5. All the fittings and flanges shall be inspected and cleared by Purchaser’s

representative prior to dispatch. The readiness of the flanges for our inspection

shall be intimated in advance.

6. All Fittings and flanges shall be clearly marked indicating manufacturer’s

reference, Dimension, heat/lot number, class rating, Type, Material as

applicable.

7. All fittings are to be of Seamless quality. Butt-weld tees shall be of swaged type

only.

8. All the External/Internal threaded portions shall be protected with plastic caps to

avoid Damage to the threaded ends.

9. Protective coating: All C.S fittings shall be applied with suitable anti-corrosion

coat for external surface.

10.Dispatch: All C.S fittings shall be neatly packed in wooden boxes to avoid

damage due to transit.

Page 40: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

15

11. Inspections& testing:

The following tests shall be performed as per code:

Sl.

No

Type of test By

Manufacturer

(100%)

By Purchaser’s

representative

(10%)

1

Verifications of material test certificates

for physical and chemical & micro

analysis for Forgings.

W

R

2 All fittings shall be visually examined for absence of scratches dents, surface

irregularities etc.,

w W

3 Verifications of punched details like Size, class rating, Type, Material and heat number.

W W

4. Dimensional inspection as per code. W W

Note: W-WITNESS (PERFORM) R-DOCUMENT REVIEW

12. Production Master file

Three copies of production mater file shall be supplied and shall contain the following:

- Dimensional & Visual check reports.

- Physical, chemical, Micro analysis reports

- Final inspection Report / Release note

All the above reports/Test Results shall be bound neatly

Page 41: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

16

Annexure-A8

SPECIFICATIONS FOR CARBON STEEL MANUAL BALL VALVES

TECHNICAL SPECIFICATIONS:

Type Regular Bore, Three piece, Ball valve

Size 15 NB

End connections Conforming to ANSI B 16.11/B2.1 ( NPT Threaded- Female )

Class rating 800 #

Design & Dimension code BS 5351

Testing code BS 6755 Part –I/ API-598

Leakage Class Bubble Tight shut off

Make L&T, Audco, Micro finish

MATERIAL OF CONSTRUCTION:

Body Material A105

Ball Material CF8M/SS 316

Seat Material PTFE/GFT

Stem Material SS 316/304

Gland packing, Seals Grafoil /PTFE/GFT

Bolting / Nuts A 193 Gr. B 7/ A 194 Gr. 2H #

# All fasteners, studs, nuts, washers, Hand lever etc shall be Electro galvanized/ Surface plated for corrosion protection.

• The valves shall be punched with details like, size, class rating, material of construction etc.

• Valve test certificate shall be provided along with supply. • All valves shall be painted with high built epoxy primer & finish Coat

Page 42: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

17

Annexure- A9 SPECIFICATION FOR SAFETY RELIEF VALVES

Nozzle(Full/ Semi/ Modified) Full

Conventional/ Bellow Conventional

Bonnet type Closed

Inlet line Size/Outlet line Size To be calculated

Flange class rating ANSI B16.5 150 #

Type of facing Flanged, RF with serration

Body and Bonnet CS

Disc and Nozzle SS304

Guide A297Gr.HE(SS)

Spring SS304

studs/Nuts A320Gr.B8A/ 194 Gr.8

Gasket Soft SS

Bellows ---NA----

Seat/Disc SS

Cap: Screwed/Bolted Bolted

Test gag YES

Code ASME SecVIII Div I

Sizing basis API 520

Relieves to Atmosphere

Fluid Liquid Water

Required capacity (N m3/hr) To be calculated

Specific gravity (gm/cc) 1

Molecular weight 18

Operating pressure (Bar g) 7

Set pressure (Bar g) 7.7

Operating temperature (0C) Ambient

Relieving temperature (0C) Atmosphere

Back pressure –Constant (Bar) Atmosphere

Over pressure/Blow down (%) 10%

Calculated orifice area (Sq.In) Shall be submitted to purchasers for approval

Selected orifice area (Sq.In)

Orifice designation

Page 43: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

18

Annexure-A10

SPECIFICATION FOR CS ELECTRO- GALVANISED FASTENERS:

Supply of Electro-galvanized Carbon steel Studs with two Nos. of Hexagonal nuts

and two Nos. of 1.75 mm thick washers up to M12 size, 2 mm thick washers for

M16 size & 3 mm thick washers for M18 & above (one set containing 1 No. of stud

+ 2 Nos. of Hexagonal nuts +2 Nos. of washers).

Material of construction:

Material: IS 1367, Class 4.6, Nut/ lock nut: IS 1363

Washer: Carbon steel- Electro Galvanized, Dimension: IS 1364

General conditions:

1. Pre-delivery inspection will be carried out by our department Engineers. The readiness of item should be intimated well in advance. The inspection

shall be carried out as per the enclosed Quality Assurance plan.

2. Chemical composition certificates and mechanical properties certificates

shall be furnished from government –approved laboratory for samples chosen by our inspection engineer.

(One sample will be chosen from each lot/heat for Chemical and mechanical testing. Minimum 3 nos. of samples will be selected for

testing.) 3. Threads of studs shall be made by thread rolling Machine only to have

better finish and strength.

4. Purchaser reserves right to inspect the material at any stage and reject

the material if it is not meeting the specification.

5. Purchaser clears the material for dispatch only after review of the test results. In case, the results are not satisfactory, purchaser reserves right

to reject the material.

6. All carbon Steel Fasteners shall by Electro galvanized.

7. All the items shall be packed in wooden boxes while despatch to avoid thread damage.

8. All material & test certificates shall be supplied along with consignment.

9. All nuts shall be made forged / machined from bar stock. Cast nuts are

not acceptable.

10. Quality assurance plan as indicated below

Page 44: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

19

QUALITY ASSURANCE PLAN (QAP)

Sl.

No

Type of Check Method of

Check Method of Check

Quantum of Check

Suppliers

QC

Purchasers

Inspector

1. Dimensional and

visual inspection

As per code

Measurement and

Visual Inspection 100% H 10% RN

2. Chemical analysis

and mechanical

testing

Review of Test

Certificates 100% R 100% R*

3. Final Document As per P.O

Verification of

certificates 100% H 100% R

R-Review RN-Randomly H-Hold

*Sample will be chosen by Department engineer.

Page 45: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

20

Annexure-A11

SPECIFICATIONS FOR ELECTRO GALVANISED U–CLAMPS

Supply of Electro Galvanized U-Clamps with 2 nuts, 2 lock nuts &2 washers

as per the enclosed specifications.

i).U-Clamp (Round bar as per IS-1732)

ii). Nut/Lock Nut as per IS: 1363

iii). Washers as per IS: 5369

iv). Threading and Electro galvanization as per IS: 1364/IS: 1367)

General conditions:

1. Chemical composition certificates and mechanical properties certificates

shall be furnished from government approved laboratory shall be furnished for samples choosen by inspection engineer.

2. Threads of U- clamps shall be made by thread rolling Machine only to have better finish and strength.

3. All Carbon Steel U –Clamps Fasteners shall be Electro galvanized. 4. All the items shall be packed in wooden boxes while despatch to avoid

thread damage.

LEGEND: R-Review RN-Randomly H-Hold

QUALITY ASSURANCE PLAN (QAP)

Sl. No

Type of Check Method of Check Method of Check

Checked by

Suppliers QC

Purchasers Inspector

1. Dimensional/Visual

inspection

i) U- Clamp (Round bar as

per IS-1732)

ii) Nut/lock Nut as per IS-

1363

iii) Threading and Electro

g

Measurement

and Visual

Inspection

100% H 10% RN

2.

Chemical analysis and

mechanical testing

Chemical composition

certificates and

mechanical properties

certificates shall be

furnished from

government approved

laboratory shall be

furnished for 10 samples

choosen by our

inspection.

Review of Test

certificates 100% R 100% R*

Page 46: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

21

Annexure-B1

EXCEPTIONS AND DEVIATIONS

In line with Proposal Document, Bidder may stipulate Exceptions and

deviations to the Proposal conditions if considered unavoidable.

SL.

NO

Reference in

Specification

Purchaser

Spécification

Offered

Spécification DEVIATION

PAGE

NO

CLAUSE

NO

NOTE :

Only deviations are to be written in this Annexure.

Any deviations taken by the Bidder to the stipulations of the Proposal

document shall be brought out strictly as per this format and enclosed along

with the bid.

Any deviations not brought out as per this Proforma and written elsewhere in

the Proposal document shall not be recognized and the same is treated as null

and void.

Any willful attempt by the Tenderer to camouflage the deviations by giving

them in the covering letter or in any other documents that are enclosed may

render the Bid itself non-responsive.

(SIGNATURE OF BIDDER)

Page 47: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

22

Annexure-B2

BID QUALIFICATION CRITERIA

Bidders who are qualifying / meeting following Technical and financial criteria are eligible to participate in the bid for supply of items. Bidder shall furnish all the information mentioned in the criteria with documentary proof and submit along with quotation. Bids of the parties which are not meeting the following criteria will not be considered for evaluation and will be rejected without seeking any further clarifications.

A. Technical Qualification Requirements:

1. The bidder shall meet the technical specification and other requirements and shall submit relevant certificates to establish his credentials.

2. The Bidder shall be a party who already executed turnkey projects with minimum 5 years of experience in executing similar projects of fire fighting systems.

3. The bidder shall provide the copies of at least 3 executed purchase orders in the last 2 years(of value not less than 100 lakhs each) in the domain of Fire fighting systems.

B. Financial Qualification Requirements:

1. The Bidder should have annual turnover of not less than a value of Rs 300 lakhs per year in the last three financial years ending with 31.03.2017.

2. IT/ TDS certificate shall be submitted with Loss & Profit for last three years.

3. Bidder shall submit audited statement of financial status for last three years.

C. The following documents shall be submitted along with the bid for prequalification

of Bidder.

1. Firm establishment certificate and nature of work.

2. Details of work of similar type completed by providing copies of purchase orders during the last five years ending with 31.12.2017

3. Satisfactory work Completion certificates from the clients, with the work order copies

4. Performance Report of order completed (with years of service) from End users, with addresses and contact person with phone numbers.

5. Copy of the purchase orders related to similar type of works under Execution with purchase order name and address.

6. Structure and Organization chart.

7. List of personnel with qualification &. experience in the firm in the areas of design, production, quality, safety, administration etc.,

8. List of Machinery &Equipment proposed to be used for this work.

Page 48: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

23

Bid Selection Procedure and Process of Pre-Qualification

1. Short listing based on documents submitted, satisfying all the eligibility criteria given above by the firm or individual along with their Bid / application. (Non-submission of any document as given in above list leads to rejection of Bid).

2. Subsequently Bidder's competency, their technical achievements and financial status will be evaluated suitable for this work. Feedbacks from Bidder's clients will be verified, if required.

3. Party evaluation:

• Visit to vendor’s premises by our technical team for accessing the technical capabilities of bidder, if required.

• The documents listed in Sl No. C of this section will be reviewed by the purchaser during factory visit.

• It is proposed to evaluate the bidder based on the previous experience in execution of the similar nature of works. The supplier has to furnish/confirm the details as enclosed in the vendor evaluation format in annexure-B3.

3.1 Evaluation criteria for bidders: • After receipt of quotation from the bidders, their credentials will be

evaluated by the purchaser and their offers will be considered only after evaluation.

• Visit to earlier executed sites where major piping & flow components supplied, erected and commissioned by the party, to ascertain their complete suitability for the jobs described above.

Page 49: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

24

Annexure-B3

VENDOR EVALUATION FORMAT

The Bidder must submit the following table with documentary proof to confirm

his acceptance to meet the requirements detailed above, without which the

offer will not be considered.

SR.

NO.

DESCRIPTION To be filled /

confirmed by the

bidder

1. Name of Company

2. Address of Company

3. Type of Company (Proprietary/Pvt.Ltd /Public

Ltd/Joint Venture/Consortium)

4. Registration number

5. Year of inception of the company

6. Registered address

7. Name & address of the office of the Chief

Executive of the company

8. Name & Designation of the officer of the Bidder to

whom all correspondence shall be made for

expeditious technical/ commercial co-ordination.

Telephone number

Fax number

E-mail address

9. Bidder’s previous track record: The bidder should

be a Company/Society/Firm registered since last

5 (five) years or more.

10. Locations of the Branches of Company (if any)

11. Annual turn-over of the company for the last

three years

Page 50: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

25

SR.

NO.

DESCRIPTION To be filled /

confirmed by the

bidder

12. IT returns for the last 3 years

13. Enclose copies of minimum 3 similar Purchase

Orders of value > Rs 100 lakhs executed in last 2

years

14. Customers feedback on the services which is in

writing (Pl. enclose copies)

15. Quality certification of the company

16. PAN Card Copy

17. The Profit & Loss Account details for the last 3

years which is duly audited and Submitted as

part of the Annual Report

18. No. of employees (Supplier shall mention contract

personnel separately)

Engineers

Supervisors

Technicians

Quality control engineers

Administrative Staff.

19. List of personnel qualifications & experience

proposed to be used for this work.

20. List if machinery and equipment proposed to be

used for this work

21. Visit by Purchaser: During the Technical evaluation

of the Tender, if required the purchaser has right to

visit the bidder’s facilities to Clarify / confirm the

documents /claims submitted by him. It is the

responsibility of the bidder to submit necessary

Page 51: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

26

SR.

NO.

DESCRIPTION To be filled /

confirmed by the

bidder

supporting documents / to show his facilities.

22. The bidder should not have been blacklisted by

Central Government or any State Government

organization / department in India at the time of

submission of the Bid (Self-declaration has to be

attached)

23. D Details of purchase orders executed under Third

party Inspection shall be submitted

24. S Submission of Bid in two parts as indicated in

clause 6.0 of tender specification

SIGNATURE :

NAME :

DESIGNATION:

SEAL OF THE COMPANY DATE :

Page 52: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

27

Annexure-B4

Check list format

Check List to be filled and submitted by the Bidder along with the offer

(without which offer shall not be considered):

Sl.

No Description

To be filled /

confirmed by

the bidder.

1. Point wise acceptance for Scope of work as detailed in clause 2.0, 3.0, 4.0 of tender specification.

Design of the Fire hydrant system, supply of the materials required, Casting of RCC pipe pedestals, Fabrication, erection, testing, commissioning, and handing over of the Fire Hydrant System at Propellant Complex, Rasayani.

2. Acceptance of QAP, Inspection & testing as detailed in clause 3.5 of tender specification.

3. Cutting and removal of existing yard carbon steel piping and shifting to scrap yard (with 1 Km from work spot) of pipes indicated in table -2.

4. Third party inspection charges quoted separately for fabrication, erection, testing & commissioning.

5. Third party Inspection agency:

DNV /Lloyds/ TUV/BVIS/EIL

6. Ensuring of minimum requirements detailed in clause 5.0 of tender specification. Man power, Machinery, Group insurance documentation ete.,

7. Acceptance for the General conditions & terms as per

clause 7.0 of tender specification.

8. Delivery period within 6 months from date of P.O

9. Submission of vendor evaluation format (Annexure- B3)

10. Submission of check list format (Annexure- B4)

11. All works shall be quoted for supply and execution at

Propellant complex, RASAYANI, Raigad Dist,

Maharashtra

Page 53: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

28

List of Drawings:

Sl. No Description Reference document

1 Schematic diagram of Fire pump room

piping circuit Drg No:LSSF/SDSC/PC/FPS/01

2 Plant Hydrant piping layout Drg No:LSSF/SDSC/PC/FPS/02

Page 54: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,
Page 55: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,
Page 56: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,
Page 57: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

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

Welcome, Materials Master (isro)31 August 2017,

17:16:08 IST

MAIN VIEW HELP

Preview For STANDARD TERMS AND CONDITIONS

Page Destination: Tender Header Format Type : Normal

. :

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTRE

PURCHASE DIVISION

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

STANDARD TERMS & CONDITIONS

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

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

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

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

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

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

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

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

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

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

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

Page 1 of 3

Page 58: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

Page 2 of 3

Page 59: भारत सरकार अ तर वभाग सतीश धवन अंतर के Satish Dhawan …Fire Hydrant System at Propellant Complex, Rasayani, Raigad Dist.,

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

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

Page 3 of 3