55
¦ÉÉ®úiÉ ºÉ®úEòÉ®ú/GOVERNMENT OF INDIA iÉÊ®úIÉ Ê´É¦ÉÉMÉ/DEPARTMENT OF SPACE Ê´ÉGò¨É ºÉÉ®úɦÉÉ<Ç iÉÊ®úIÉ Eå òpù/VIKRAM SARABHAI SPACE CENTRE Êiɯû´ÉxÉÆ iÉ{ÉÖ ®ú¨É/THIRUVANANTHAPURAM – 695 022 Ê´ÉYÉÉ{ÉxÉ ºÉÆ . ´ÉÒBºÉBºÉºÉÒ/{ÉÒ/Ê´ÉYÉÉ{ÉxÉ/249/2018 ÊnùxÉÉÆ Eò 20.04.2018 ADVT. NO. VSSC/P/ADVT/249 /2018DT. 20.04.2018 भारत के रापित के िलए तथा उनक ओर से वर धान, बय एवं भंडार, वबम साराभाई अंतर क ि (वीएसएससी), ितवनंतपुरम, िननिलखत के िलए मोहरबंद िनवदाएं (बम सं बम सं बम सं बम सं. 1 के िलए के िलए के िलए के िलए) ई-ापण ापण ापण ापण के ज़रए के ज़रए के ज़रए के ज़रए िनवदाएं (बम सं बम सं बम सं बम सं. . . . 2 से से से से 5 तक तक तक तक) आमंऽत करते : For & on behalf of the President of India, the Sr. Head Purchase & Stores, Vikram Sarabhai Space Centre (VSSC), Thiruvananthapuram invites Sealed Tenders (for Sl. No. 1) & Tenders through e-procurement (for Sl. No. 2 to 5) for the following :- बम स बम सं बम स बम सं . Sl. No. िनवदा स िनवदा सं िनवदा स िनवदा सं . Tender No. वणन वणन वणन वणन / Description माऽा माऽा माऽा माऽा Qty. ÊxÉÊ´ÉnùÉ ¶ÉÖ ±Eò/ Tender Fee 01. 3046-2017007195 [दो दो दो दो भाग भाग भाग भाग / TWO PART] दाब पाऽ क दर संवदा Rate Contract for Pressure Vessels दो वष / 2 years . 560/- ित िनवदा / per Tender नोट:- विनदशन तथा वःतृत िनबंधन एवं शत िनवदा दःतावेज़ के अनुसार Note :- Specification and detailed terms & conditions as per Tender document बम स बम सं बम स बम सं . Sl. No. िनवदा स िनवदा सं िनवदा स िनवदा सं . Tender No. वणन वणन वणन वणन / Description माऽा माऽा माऽा माऽा Qty. लागू नहं / NA 02 VSSC/MVITPUR/ 2018E1104301 [एकल एकल एकल एकल भाग भाग भाग भाग / SINGLE PART] ऐलुिमिनयम बहवधन Aluminium Extrusions 1 लॉट / Lot 03. VSSC/PRSOPURCH/ 2018E1046801 [दो दो दो दो भाग भाग भाग भाग / TWO PART] एपीईपी क संयंऽ सीसीटवी णाली का संवधन Augmentation of Plant CCTV system of APEP 1 लॉट / Lot 04. VSSC/PRSOPURCH/ 2018E1076401 [दो दो दो दो भाग भाग भाग भाग / TWO PART] शीतलन टावर 1500 टआर Cooling Tower 1500 TR 1 सं ./Nos 05. VSSC/PRSOPURCH/ 2018E1065901 [दो दो दो दो भाग भाग भाग भाग / TWO PART] नए 1 टन, 2 टन तथा 5 टन ईओट बे न आपूित Supply of New 1T,2T and 5T EOT cranes 1 सं ./Nos

¦ÉÉ®úiÉ ºÉ®úEòÉ® ú/ GOVERNMENT OF INDIA +iÆÉÊ®úIÉ … · 2018. 4. 20. · Full details and specification of the item and general instructions to ... safety diaphragm,

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Microsoft Word - Pt249¦ÉÉ®úiÉ ºÉ®úEòÉ®ú/GOVERNMENT OF INDIA
+ÆiÉÊ®úIÉ Ê´É¦ÉÉMÉ/DEPARTMENT OF SPACE
Ê´ÉGò¨É ºÉÉ®úɦÉÉ<Ç +ÆiÉÊ®úIÉ Eåòpù/VIKRAM SARABHAI SPACE CENTRE
Êiɯû´ÉxÉÆiÉ{ÉÖ®ú É/THIRUVANANTHAPURAM – 695 022
Ê´ÉYÉÉ{ÉxÉ ºÉÆ. ´ÉÒBºÉBºÉºÉÒ/{ÉÒ/Ê´ÉYÉÉ{ÉxÉ/249/2018 ÊnùxÉÉÆEò 20.04.2018 ADVT. NO. VSSC/P/ADVT/249 /2018DT. 20.04.2018
, ,
! (), $, &' ( .... 1 ) ----
(((( . . . . 2 5 )))) 5:
For & on behalf of the President of India, the Sr. Head Purchase & Stores, Vikram Sarabhai Space Centre (VSSC), Thiruvananthapuram invites Sealed Tenders (for Sl. No. 1) & Tenders through e-procurement (for Sl. No. 2 to 5) for the following :-
.... Sl. No.
.... Tender No.
6666 / Description Qty.
ÊxÉÊ´ÉnùÉ ¶ÉÖ±Eò/ Tender Fee
01. 3046-2017007195
[[[[ / TWO PART] 9
Rate Contract for Pressure Vessels
6 / 2 years
/ per Tender
:- < @ Note :- Specification and detailed terms & conditions as per Tender document
.... Sl. No.
.... Tender No.
6666 / Description Qty.
B / NA
PART]
1 / Lot
VSSC/PRSOPURCH/ 2018E1046801
[[[[ / TWO PART]
B
6
04. VSSC/PRSOPURCH/ 2018E1076401
[[[[ / TWO PART]
1500 B Cooling Tower 1500 TR
1 ./Nos
05. VSSC/PRSOPURCH/ 2018E1065901
[[[[ / TWO PART]
1 , 2 5 B 9
6
cranes
[
ÊxÉÊ´ÉnùÉ ¡òÉì ÉÇ VÉÉ®úÒ Eò®úxÉä EòÒ +ÆÊiÉ¨É ÊiÉÊlÉ Last Date for issue of Tender Forms
(Gò¨É ºÉÆ./ Sl. No. 1)
14/05/2018 16:00 ¤ÉVÉä iÉEò/up to 16:00 Hrs.
ÊxÉÊ´ÉnùÉ º´ÉÒEÞòÊiÉ EòÒ ÊxɪÉiÉ ÊiÉÊlÉ Due Date for Receipt of Tender
(Gò¨É ºÉÆ./ Sl. No. 1)
15/05/2018 16:00 ¤ÉVÉä iÉEò/up to 16:00 Hrs.
ÊxÉÊ´ÉnùÉ JÉÉä±ÉxÉä EòÒ ÊiÉÊlÉ / Tender Opening Date
(Gò¨É ºÉÆ./ Sl. No. 1)
16/03/2018 10:00 ¤ÉVÉä/at 10:00 Hrs.
ÊxÉÊ´ÉnùÉ ¡òÉì ÉÉç EòÉä b÷É=xɱÉÉäb÷ Eò®úxÉä EòÒ ºÉ¨ÉªÉ-ºÉÒ¨ÉÉ / Time limit for download of Tender Forms
(Gò¨É ºÉÆ./against Sl. No. 2)
(Gò¨É ºÉÆ./against Sl. No. 3)
(Gò¨É ºÉÆ./against Sl. No. 4)
(Gò¨É ºÉÆ./against Sl. No. 5)
Upto 09.05.2018 [17:00 Hrs.]
Upto 24.05.2018 [12:00 Hrs.]
Upto 21.05.2018 [14:00 Hrs.]
Upto 24.05.2018 [14:00 Hrs.]
¤ÉÉä±ÉÒ |ɺiÉÖiÉ Eò®úxÉä EòÒ ºÉ¨ÉªÉ-ºÉÒ¨ÉÉ / Time limit for submission of Bid
(Gò¨É ºÉÆ./against Sl. No. 2)
(Gò¨É ºÉÆ./against Sl. No. 3)
(Gò¨É ºÉÆ./against Sl. No. 4)
(Gò¨É ºÉÆ./against Sl. No. 5)
Upto 09.05.2018 [17:00 Hrs.]
Upto 24.05.2018 [12:00 Hrs.]
Upto 21.05.2018 [14:00 Hrs.]
Upto 24.05.2018 [14:00 Hrs.]
(Gò¨É ºÉÆ./against Sl. No. 2)
(Gò¨É ºÉÆ./against Sl. No. 3)
(Gò¨É ºÉÆ./against Sl. No. 4)
(Gò¨É ºÉÆ./against Sl. No. 5)
13.05.2018 [10:00 Hrs.]
29.05.2018 [10:01 Hrs.]
24.05.2018 [11:01 Hrs.]
29.05.2018 [14:01 Hrs.]
. 1 B www.isro.gov.in /
´ÉÒ www.vssc.gov.in K EMD applicable for tender at Sl. No. 1 and details are available on ISRO Website
www.isro.gov.in / VSSC Website www.vssc.gov.in
. 3 8 - 6 http://eprocure.isro.gov.in K For Sl. No. 2 to 5, details are available on ISRO e-procurement portal
http://eprocure.isro.gov.in
NNNN, , , , D D D D , , , , www.vssc.gov.in / www.isro.gov.in ! D ! D ! D ! D
Corrigendum, if any will be published in our websites : www.vssc.gov.in / www.isro.gov.in only.
½þºiÉÉIÉÊ®úiÉ/Sd/-
Q , / Senior Head, Purchase & Stores
Note :-
1. Full details and specification of the item and general instructions to be followed regarding submission of tender is indicated in the tender document.
2. Tender Documents can be downloaded from our websites and also be obtained
from the following address on request and submission of tender fee :
For Sl. No. 1 : Sr. Purchase & Stores Officer, Main Purchase, Purchase Unit-I, RFF
Area, VSSC, ISRO PO, Thiruvananthapuram – 695 022, Ph : 0471-256 3139/3523
While requesting for Tender Documents please indicate on the envelope as “Request for Tender Documents- Tender No……….. dt……………”.
3. Tender Fee (` 560/-) shall be paid in the form of CROSSED DEMAND DRAFT ONLY.
Other mode of payment is not acceptable. The Demand Draft should be in favour of : Accounts Officer,Main Accounts, VSSC (for Sl. No. 1) payable at State Bank of India, Thumba, Thiruvananthapuram [The tender fee is NON- REFUNDABLE].
Government Departments, PSUs (both Central and State), Small Scale Industries units borne in the list of NSIC and foreign sources are exempted from submission of tender fee. Those who are coming under the above category should submit documentary evidence for the same.
4. While submitting your offer, the envelope shall be clearly superscribed with
Tender No. and Due Date and to be sent to the following address.
For Sl. No. 1 : Sr. Purchase & Stores Officer, Main Purchase, Purchase Unit-I, RFF
Area, VSSC, ISRO PO, Thiruvananthapuram – 695 022, Ph : 0471-256 3139/3523
5. Quotations received after the Due Date/Time will not be considered. 6. VSSC, Thiruvananthapuram is not responsible for any postal delay/loss of
documents in transit. 7. Sr. Head, Purchase & Stores, VSSC, Thiruvananthapuram reserves the right to
accept or reject any/or all the tenders in part or full without assigning any reasons thereof.
Page 1 of 8
Annexure-1 to Tender No.3046-2017007195
Sub: Rate contract for Periodic Maintenance & Testing of Pressure Vessels
The indent specification is for the Rate Contract of maintenance of the pressure vessels
and its associated systems, which includes the periodic maintenance, pressure testing
and repair services of all the pressure vessels available at VSSC. List of pressure vessel
is enclosed in the Annexure A.
1. SCOPE OF WORK
The bidder shall provide the service as per the requirement on demand basis by
VSSC. At present approximately 306 pressure vessels are in operational at VSSC,
which are located at different places namely three locations (1) VSSC, (2)
CMSE&IISU, Vattiyoorkavu, (3) Valiamala for the following work.
• The work involves cleaning, inspection, testing and certification of all pressure
vessels, its associated systems such as pressure gauges, relief valves, vent
valves, check valves, drain valves, safety diaphragm, plumbing, flange joints etc.,
and associated piping systems including changing of damaged gaskets, bolts,
nuts and flanges up to first mountings and inclusive of first mounting to ensure
that the pressure vessel is operational.
• Hydraulic pressure testing of pressure vessels up to first mounting at a pressure
of1.5 times the maximum operating pressure of each Vessel or 1.25times the
design pressure whichever is less. Test procedure is enclosed as Annexure B.
The periodicity of testing of pressure vessel shall be decided by VSSC (minimum
once in two years) asper the Kerala Factories Rules.
• A detailed drawing showing pressure vessels and its associated systems up to
first mountings is enclosed as Annexure B1.
• Pressure Vessels owing to its use or construction, not possible to conduct
hydrostatic test, a through systematic thickness measurement survey shall be
carried out. Before the thickness measurement, the party shall obtain separate
approval for doing the same from the user Division. A detailed procedure for
thickness measurement is enclosed as Annexure B.
• Cleaning, inspection, testing of pipelines and its accessories other than first
mountings also shall be under the scope of the work, Testing of Pipelines
beyond first mounting is not mandatory. It shall be done only based on the
requirement of the user division, VSSC. The pipeline shall be hydrostatically
tested once in two years at a pressure of 1.25 times the maximum operating
pressure.
• Painting of the pressure vessels & its associated systems and pipelines is under
the scope of the work. However, it is optional and shall be carried out as per the
requirement of the user division, VSSC. Painting includes cleaning of all the
surfaces(external& Internal) and painting one coat of light colour enamel paint
over one coat of metal primer.
• Date of testing, due date for next testing, pressure vessel id no., Division etc.,
shall be clearly displayed on the vessel.
Page 2 of 8
• Dismantling of components, movement of the pressure vessels and its system for
testing and reinstalling at its original location are under the scope by the party.
• The pressure relief valve shall be tested in a separate work bench or any other
approved method over the required operational range and refitting into the vessel
shall be done by the party. The periodicity of testing of relief valve is once in a
year. The smaller safety relief valves which are not economically feasible to test
every year and are not used in corrosive environment shall be replaced with the
new one in every two years during the periodic cleaning, inspection and testing of
the pressure vessels. The party shall issue a certificate (Annexure-H) after the
successful of testing of each relief valve separately.
• The pressure gauges shall be calibrated once in two years or as per the
requirement of VSSC. The pressure gauges shall be calibrated using dead weight
tester/ calibrated master gauge (calibrated in a lab accredited by NABL at least
every six months). Calibration certificate of master gauge shall be submitted to
focal point for verification and record. Separate calibration certificate for the
pressure gauges shall be provided by the party.
• The party shall arrange sufficient number of qualified and experienced person’s
as per Section-6 to ensure the testing before the due dates.
• Installation of new pipelines and extension of existing pipelines is not covered
under the scope of this contract. However, the replacement of existing
corroded/damaged pipelines and its fittings is permitted. Before the replacement
of damaged/corroded pipelines the party shall obtain prior approval from user
division and focal point Centre Safety Division, clearly indicating the length and
size of pipeline to be replaced.
• Providing scaffolding for accessing the hi-rise pressure vessels is under the
scope of the contractor. Applicable only for PV 281 at CMSE.
• All the necessary tools and equipments including calibrated torque wrench, chain
puller, high pressure and low pressure hand operated hydraulic pump essential
for maintenance and testing of pressure vessel shall be brought by the contractor.
2. WORK EXPERIENCE & COMPETENCY
• Contractor should have at least 2-year experience in the testing and maintenance
of pressure vessels. In support of work experience, contractor should furnish
details of work carried out in last two years and current works in hand. Contractor
should submit self-attested copy of such works executed along with technical bid.
• Contractor shall submit the complete details of manpower available including
educational qualification and experience details in the maintenance of pressure
vessels after the placement of Purchase Order and before the commencement of
work
• Required replacement materials, spares, components like gaskets, pressure
gauges, safety relief valve, adaptor, pipelines, etc. shall be under the scope of the
Page 3 of 8
party and rate for the same shall be quoted separately in Annexure-D. Only
genuine and high quality spares shall be supplied by the party and same shall be
ensured / replaced only with the approval of concerned Division Head.
• The list of essential spares is provided along with this document as Annexure-D.
However, the contractor is free to include other essential spares to the list
provided.
• The spares not included in the Annexure-D, the contractor shall be authorised by
the respective Division Head / DGM’s to procure them themselves and the same
can be billed as per the actual material / spares cost to a ceiling of
RS10,000/pressure vessel. The contractor shall produce documentary evidence
for the actual expenditure made in procuring the material /spares and the same
shall be verified and certified by the Division Heads / DGM’s. In case the cost of
spares / materials required for maintenance is more than the ceiling value
(Rs.10,000/-), regular purchase procedures / approval from concerned Deputy
Director shall be followed by the Division.
4. VSSC OBLIGATIONS
• Required water, electricity for the hydraulic testing shall be arranged by the
concerned user division, VSSC
5. ORDERING AUTHORITY
• After the finalisation of the rate contract, the purchase order for the maintenance
of pressure vessels shall be placed by the respective pressure vessel user
division of VSSC, as per the rates mentioned in the rate contract.
• The works not mentioned/included under this rate contract which needs to be
carried out for the functioning of the pressure vessel shall be done by the
respective division through separate purchase order by following due purchase
procedures.
6. MANPOWER AND RESPONSE TIME
The bidder shall mobilise their skilled manpower immediately up on the call/
placement of order by the VSSC. The contractor shall ensure the response time is
contained within 12hours, in case of emergency.
The bidder shall mobilize the following minimum qualified and experienced
maintenance personnel for the above said work forthe maintenance of the pressure
vessels.
1. Supervisor B.Tech / Diploma in Mechanical/Electrical engineering with
two years’ experience in maintenance of pressure vessels.
2. Fitter
experience in maintenance of pressure vessels
Or 10 th class with minimum five years’ experience in
maintenance of pressure vessels. (subject to approval of the
Department focal point)
electrical licence holder.
4. Helpers 7 th class with experience in maintenance of pressure vessels.
The following work force needs to be deployed by the contractor for the
maintenance work
• Depending on the workload, the bidder may have to increase the work-force and
if required work beyond office hours as per the instructions of the Engineer-in-
charge at times of urgency.
• The bidder shall furnish complete details of the manpower deployed (number of
persons, qualification and experience, for work to the engineer-in-charge / Focal
point, Centre Safety Division before the commencement of the work for arranging
entry passes.
7. COMPLIANCE OF SAFETY REGULATION
• Bidder shall ensure that the person deployed to render the service shall observe
all safety norms at his cost. VSSC will not be responsible for any eventuality
arising out of any negligence on the part of contractor in observing the safety
norms.
• Contractor should engage only those workers who are qualified and experienced
for the work to be done and for which contract has been awarded.
Sl.No Category No of persons
(minimum) Remark
each pressure vessel.
2. Fitter 1
3. Electrician 1
4. Helper 1
Page 5 of 8
• Work shall be supervised all the time during the execution period either by the
contractor himself or by qualified authorized supervisor of the contractor.
• It is the responsibility of the contractor to ensure safe working of his workers while
carrying out the work and shall follow all statutory safety norms and precautions.
Contractor shall provide and ensure use of PPE’s such as face shield, nose
masks, goggles, glasses, ear plug, welding shields, hand gloves, safety shoes,
etc. by his workers for safe working.
• In case of any damage to VSSC property/equipment/personnel by the contractor
due his negligence or otherwise, the total expenses shall be borne by the
contractor.
• Special precautions shall be taken while working at height or handling heavy jobs.
Contractor shall ensure that none of his workers work at a height without using
safety belts. Contractor himself or his qualified supervisor only shall supervise the
work while his personnel’s work at heights or while handling heavy jobs.
8. COMPLIANCE OF WORKMAN’S COMPENSATION INSURANCE
• Person deployed to render the services must be insured under the Workman’s
Compensation Act Policy. The contractor shall keep such policy always current
and in force. The contractor at his cost shall settle all the claims of his personnel
under this policy.
• All statutory requirements as per labour laws, ESI, PF etc. shall be met by the
contractor.
9. TAXES AND DUTIES
The contractor shall clearly indicate the HSN code and respective GST rates
applicable for the services rendered under this contract. Also the contractor shall
submit to VSSC documentary evidence of GST registration certificate specifying
name of services covered under this contract. Contractor shall submit numbered
GST invoice, signed by him or a person authorized by him in respect of taxable
services provided, and shall contain the following, namely,
a. The name, address and the registration number of the contractor,
b. The name and address of the party receiving taxable service,
c. Description, classification and value of taxable service provided and,
d. The GST payable thereon.
All the Four conditions shall be fulfilled in the invoice before release of GST
payment.
10. PRICE BID EVALUATION CRITERIA & AWARD OF CONTRACT
• The pressure vessels available at VSSC are available in various divisions
geographically located at 4 different areas. VSSC reserves the right to engage
more than one agency in addition to the agency whose quote rate is found to be
the lowest. In such cases, VSSC shall give counter offer based on the L-1 rates
to the remaining unsuccessful contractors (L-2, L-3& L-4…….so on) for their
acceptance of L-1 rates for further award of Rate Contract.
Page 6 of 8
• The quotation shall be submitted in two parts in separate sealed envelopes
super scribing ‘Part 1 Technical & Commercial bid’ and ‘Part 2 ‘Price bid’
with tender reference number and due date enclosed in a single envelope
super scribing ‘tender reference number and due date’ so as to reach ‘The
Senior Purchase & Stores Officer, Purchase Unit 1, RFF area,
VSSC,Thumba,Thiruvananthapuram 695 022 within the due date.
11. REJECTION OF TENDER & OTHER CONDITIONS
The acceptance of tender shall rest with VSSC, which does not bind itself to accept
any tender and reserves to itself full rights for the following: -
a. To reject any or all tenders.
b. To split the work amongst two or more tenderers.
c. To award the work in part.
d. Either of the contingencies stated above or to modify the time for completion
suitably.
e. Conditional tenders, tender containing unrealistic rates, tenders which are
incomplete or otherwise defective and tenders not in accordance with the
tender conditions, annexures, specifications, etc., are liable to be rejected.
12. SECURITY DEPOSIT
The successful contractor shall remit an amount Rs.2,00,000/-(Rupees Two Lakhs
only) as security deposit before execution of work towards the performance of the
rate contract. This interest free security deposit shall be returned on successful
completion of all the contractual obligations or shall be forfeited /adjusted against
non fulfilment of any of the contractual obligations.
13. DOWNTIME COMPENSATION
In case the maintenance is not attended in time, downtime compensation at the
rate of 0.5% of the order value per week shall be recovered from the contractor. The
reasons for non-attending the maintenance calls in time shall be informed to the
division within 12 hours and if the reasons are genuine and convincing, the Engineer
in charge shall certify service report condoning the delay with the approval of
Division Head. The total amount of compensation for delay to be paid under this
condition shall not exceed 10% of the maintenance value of the pressure vessel.
14. VALIDITY OF CONTRACT
This contract shall be for a period of Two years from the date of acceptance of your
offer/ date of award of contract. The contract is renewable for additional one year on
mutual consent at same rates and P.O terms & conditions.
15. TERMS OF PAYMENTS
• Payment shall be made on pro-rata basis after the completion of periodical
maintenance or annual maintenance with pressure testing of each pressure
vessels. The maintenance charges shall be paid as per the rates quoted by the
party. The bills for which shall be certified by the concerned engineer in charge
and Division Head.
Page 7 of 8
• The contractor shall also submit the monthly status of the maintenance of
pressure vessels performed to Engineer in charge focal point, Centre Safety
Division.
• For arranging payments, the contractor shall submit invoice, Service Call Report,
to accounts after duly certified by the Engineer incharge and concern Division
Head. The invoice shall include the following:
Maintenance works attended
16. CANCELLATION OF ANNUAL MAINTENANCE RATE CONTRACT
In case the contractor does not carry out the work as per terms and conditions of the
rate contract or their services are not satisfactory, the Department reserves the right
to cancel the maintenance rate contract with the party by giving an advance notice
of two weeks.
17. EXTRA WORK
No extra work other than the works specified in scope of the rate contract is
permitted. Any extra work to be carried out shall be done only by the issuance of
separate purchase order by the concerned divisions.
18. REPLACED COMPONENTS/SPARES
All components/spares replaced during the maintenance work shall be returned to
VSSC on completion of each work.
19. SCHEDULE OF WORK
On receipt of the individual purchase order, the contractor shall contact the
concerned contact person- Engineer in charge for the maintenance schedule of the
pressure vessels. The maintenance work shall be executed by the contractor as per
the schedule provided by VSSC.
20. SUB-CONTRACT
The contractor shall not subcontract the job or part of it to any other agency without
the written permission of VSSC. In case VSSC permits to employ a subcontractor if
found competent and in the interest of the work, it shall not imply any limitation of
contractor's liability to fulfil the work order. This applies in the case of maintenance
the subcontractor shall also abide to the terms & conditions as per the rate contract.
21. ENTRY PASSES
• The contractor and his staff need photo entry passes issued by the Department to
enter the work areas in VSSC. For this purpose, the contractor shall provide 2
numbers passport size photographs of all their staff and address proof, conduct
certificate from local authorities (Police verification certificate, etc.) to the
Department before starting the work. The contractor should abide by the security
restrictions imposed by the Department for their personnel, tools and materials
from time to time.
Page 8 of 8
• The request for entry pass and complete details of the manpower deployed along
with their qualification and areas of work shall be submitted to the Sr. Purchase
and Stores Officer, Central Purchase with the approval of engineer in charge/
focal point, Centre Safety Division.
• The contractor’s shall ensure that entry passes of his service personnel’s
removed from his rolls are return back to the Department immediately with a
covering note. Non-surrender or misplacement of any entry pass shall be charged
from the contractor at the rates prescribed by the Department from time to time.
• As VSSC is a highly restricted and sensitive area, service personnel’s deployed
by the contractor shall have high integrity and shall be certified by the contractor.
• If the contractor needs to add any manpower to the contract, the party shall
submit necessary documents as mentioned as per rate contract
List of Annexures
1. Annexure A List of pressure vessels available at VSSC
2. Annexure B Test procedure
Annexure B1 Scope of the work
3. Annexure C Charges for cleaning, inspection, testing &certification of
pressure vessels
4. Annexure D List of standard spares
5. Annexure E Report of examination of pressure vessel or plant
6. Annexure F Completion report/ feedback form
7. Annexure G Calibration certificate for pressure gauge
8. Annexure H Safety relief valve test report
9. Annexure I Certificate for pipeline pressure test
ANNEXURE-‘B’ to Tender Enquiry No.3046-2017007195
TEST PROCEDURE
VESSELS:-
1. The safer method of pressure testing is the hydraulic rather than the pneumatic
method, because in the latter, the energy available is large and any failure during
the test may result into explosion.
2. All the pressure vessels (which terminology in the VSSC context includes
compressors of different variety, autoclaves, air-receivers and pressure-reactors)
should be got pressure tested by the hydraulic method only.
3. Pneumatic testing can be carried out only on-
a. Vessels of such design and construction that it is not practicable for them to
be filled with liquid, or
b. Vessels for use on processes that cannot tolerate trace of liquids and where
the removal of such liquids is impracticable.
c. In such cases also pneumatic pressure testing can be carried out only after
getting a specific clearance from Centre safety committee.
d. Suitable NDT test shall be carried to ascertain the thickness of the vessel
before the pneumatic test is carried out.
4. While carrying out the hydraulic pressure testing the following stipulations be
observed/precautions be taken:-
a. The pressure testing should be carried out under the direct supervision of the
Divisional Safety Officer / Facility in charge who will issue the completion
report (Annexure G) in the prescribed format.
b. Inspection and testing of pressure vessels shall be done in the presence
competent person who is certified under Factories Act. Necessary test
certificates shall also be issued by contractor after testing as per the
conditions specified in certificate of competency (Annexure F).
c. The hydraulic medium should normally be water. Other liquids may be
utilized instead, if necessary, if any liquid other than water is used,
appropriate additional precautions should be observed in consultation with the
Divisional Safety Officer. The liquid should be well below its boiling point and
if flammable, should have a flash point above 45 o C.
d. The possibility of over pressure due to liquid temperature and expansion
should be considered and if necessary, a liquid relief valve should be
provided.
e. When water is used with austenite stainless steel it is essential to control the
chloride and alkali content of the water. The use of demineralized water with
chloride content less than 1 PPM is recommended.
f. Checks should be made on the effects of static head, on the ability of the
vessel and structure to with-stand the weight of the hydraulic liquid, and on
the strength of any temporary pipes, connections or blanks.
g. The hydraulic liquid shall be completely drained after the completion of tests.
h. Wherever possible the pressure vessels should be cleaned internally, dried,
inspected for corrosion, crack etc. and the internal and external surfaces,
painted to protect it from corrosion.
5. While doing these operations with vessels, which had contaminated
flammable/toxic liquids or gases, necessary personal protective appliances as
directed by the Divisional Safety Officer should be worn by the operators.
a. While emptying out and cleaning pressure vessels containing flammable/toxic
liquids or gases, it should also be ensured that toxic/flammable liquids of
gases do not get out of containment and get released into atmosphere posing
health hazard and fire hazard. They should be suitably collected appropriate
containers, or vented into atmosphere at suitable heights after sufficiently
diluting with an inert gas.
b. Whenever persons are required to enter into any vessel, necessary "Vessel
Entry Permit" should be obtained. The permit will be issued jointly by the
engineer-in-charge of the vessel and the Divisional Safety Officer after
making sure that:-
flammable/toxic/liquids/gases.
• The Vessel has been thoroughly cleaned and is made free of any
flammable toxic gases.
• The oxygen concentration of the air inside the vessel is more than 20%.
c. Divisional Safety Officer will also suggest suitable personal protective
appliances to be worn appropriate to the job to be done inside the vessel.
6. The test should normally be carried out at about ambient temperature. The hazard
of brittle fracture should be considered and, if necessary test temperature should
be chosen so that it exceeds the ductile/brittle transition temperature.
7. Accurate and reliable means of measuring the pressure should be provided. This
can be in the form of a pressure gauge.
a. The gauge should be indicating type and be connected directly to the vessel.
The dial of the gauge should be readily visible to the operator controlling the
pressure applied to the vessel. The range of the gauge should be as per IS:
2825 or ASME pressure Vessel code-section VIII. It is normally 2 times the
test pressure but in any case not less than 1.5 times.
b. The pressure gauges shall be calibrated against standard dead weight tester
or a calibrated master gauge (calibrated in a lab accredited by NABL at least
every six months). At least two pressure gauge shall be used for ensuring the
correct application and recording of pressure.
c. A test certificate shall be issued in the format (Annexure-H) enclosed
8. All filling lines and other fittings (such as pressure relief valve rupture disc etc)
which are not intended to be subject to the test pressure, should be disconnected
and the openings blinded before pressure is applied.
9. Suitable vents should be provided to the vessel at the highest point so that air can
be completed removed. Pockets of air left in the vessel constitute a pneumatic
explosion hazard.
10. While testing the pressure vessels which have removable cover plates heads or
doors, the holdings bolts, cover plate bolts, slots and retaining rings should be
checked for wear and hammer-tested for soundness. Since these parts are badly
abused in service and receive considerable wear, it is advisable to replace them
periodically.
11. All components of the pressure vessel should be secured to rigid support using
adequate number of screws of bolts, hoses and tubing’s should be firmly
supported, and the ends secured to prevent whipping or lashing in case of the
connection fails under pressure.
12. The pressure vessels should be tested behind a barricade. If barricading is
impractical, the test controls and the operator(s) should be adequately shielded and
the test area evacuated before applying pressure.
13. Warning signs such as “DANGER-PRESSURE TESTING IN PROGRESS – KEEP
OUT” shall be posted at all approaches to the test area. The access doors to the
test area must be off or got locked so that unauthorized persons do not stray into
the area.
14. Pressure tests should be conducted at the pressure designated by the appropriate
code to which the vessel has been designed and fabricated. It is normally 150% of
the maximum operating pressure.
15. The pressure, during testing, should be increased gradually to a value of 50% of
the test pressure and thereafter in stages of approximately 10% of the test pressure
until the test pressure is reached.
16. At each stage, it should be ensured that the pressure has been maintained without
any drop for a period of at least 10 minutes before increasing the pressure to the
next stage.
17. In case of pressure drop at any stage, it should be ensured that no person
approaches the vessel for close inspection immediately. The pressure should
be reduced to the previous lower stage where the pressure was maintained without
any pressure drop, and then only close inspection locate the leak can be carried
out.
18. When the final test pressure is reached it should be maintained for 20 minutes any
pressure drop.
19. Examination for leakage should be made of all joints and connections and all region
of high stress as head, knuckles, regions around openings and thickness transition
sections.
20. On completion of the test, the pressure should be reduced gradually, step by step.
After the pressure is fully relieved and the vessel is brought to ambient pressure the
test liquid should be drained out gradually such that no under pressure is created
inside the vessel. The vessel shall also be thoroughly dried internally and shall be
clearly stamped with the marks and figure indicating the person by whom the test
has been carried out.
21. The pressure relief valve shall be tested in a separate work bench over the required
operational range before the same is got fitted onto the vessel. The reseat pressure
shall also be checked during the testing of safety valve. The pop up pressure of
Safety Relief Valve shall be within ± 10% of set pressure or marked pressure and
reseat pressure shall be above 90% of the pop up pressure. A separate test
certificate (Annexure-I) shall be issued after the test.
22. Procedure for thickness measurement of pressure vessel.
a. Minimum eight readings shall be taken on both top and bottom end cover.
b. Minimum four readings on each nozzle weld joint in four direction shall be
taken.
c. Shell plate shall be checked for any corrosion and erosion by measuring
thickness at four points in four directions.
d. Nozzle pipe shall be checked by ultrasonic thickness survey for corrosion and
erosion.
e. Thickness of dome and shell near the shell and dome welding shall be taken
in all four directions (E, W, N and S).
f. The details of thickness survey shall be furnished on a line sketch of vessel
along with the testing certificate in the form-08(As per Kerala Factories Rule).
The preparation of line sketch for vessels shall be in the scope of contractor.
g. The rate for thickness survey shall be quoted separately in prescribed format
only. (Annexure D). The total number of thickness survey points shall be
limited to 5000 points for 261 pressure vessels, wherever applicable.
23. Testing of Pipelines and associated systems after painting
Pressure test of pipelines and associated systems includes valves, flanges etc.
Test Procedure:
a. Before testing all pipelines shall be cleaned internally and externally by fresh
potable water or blown with compressed air where water flushing is not
desirable to make it free from dirt, loose scale, debris and other loose foreign
material.
b. The minimum hydrostatic test pressure shall be 1.25 times the operating
pressure or as per instructions of the user division.
c. All vents and other connections used as vents shall be left open while filling
the line with test fluid for complete removal of air.
d. Pressure shall be applied only after the system / line is ready and approved
by the user division.
e. Pressure shall be applied by means of a suitable test pump or other pressure
source which shall be isolated from the system, as soon as test pressure is
reached.
f. Piping systems shall be pressurized slowly and evenly to prevent vibrations.
g. The test pressure shall be retained long enough to facilitate inspection of the
complete system. Duration of the test in each case shall be fixed up by the
user division but in no case it will be less than 2 hours. Leakage of any kind
will not be permissible. The glands of the valves in the system being tested
shall be tightened by the party, so as to stop the leakage or leakage is within
the leakage specification.
h. After completion of hydrotest, the pressure shall be released gradually. All
vents and drains shall be kept open till the lines are fully drained. After
draining, lines / systems shall be dried by air.
i. Pressure test shall be considered, complete only after approval by the
Divisional Safety Officer.
j. Defects, if any noticed during testing shall be rectified immediately and
retesting of the system / line shall be done by the party at his own cost.
k. Party shall reassemble all the accessories and mountings after the
completion of the test.
SCOPE OF THE WORK
Scope of the work related to RC of Pressure Vessels
Dwg No : Date :
1 2 3 4 5 6 7 8 9 10
A
B
C
D
E
F
G
H
I
A
B
C
D
E
F
G
H
I
SRV
AIR IN LET
Scope of the work related to RC of Pressure Vessels
Dwg No : Date :
1 2 3 4 5 6 7 8 9 10
A
B
C
D
E
F
G
H
I
A
B
C
D
E
F
G
H
I
CHARGES FOR CLEANING, INSPECTION, TESTING & MAINTENANCE
Sl.No. Description Unit Rate
Vessels (Includes piping systems up to first Mountings)
(a) Up to 100 Litres Per Vessel
(b) Above 100 Litres and up to 300 Litres Per Vessel
(c) Above 300 Litres and up to 500 Litres Per Vessel
(d) Above 500 Litres and up to 1000 Litres Per Vessel
(e) Above 1000 Litres and up to 5000 Litres Per Vessel
(f) Above 5000 Litres and up to 10000 Litres Per Vessel
(g) Above 10000 Litres and up to 30000
Litres
(k) Scaffolding work for p.v.281 at CMSE,
Vattiyoorkavu
(a) Dismantling the safety relief valves from
the pressure vessel, servicing, testing,
painting, certification and reassembly in
to the original orientation of the pressure
vessel up to the size of 1’’
Per Valve
the pressure vessel, servicing, testing,
painting, certification and reassembly in to
the original orientation of the pressure
vessel above the size of 1’’ and upto 2’’
Per Valve
the pressure vessel, servicing, testing,
painting, certification and reassembly in to
the original orientation of the pressure
vessel above the size of 2”.
Per Valve
1.2 Servicing,testing and painting of pipelines and its associated systems
(a) Pipe Line:
lines.
1.5(a)]
Above 2” NB and upto 4” NB Per metre
Above 4” NB and upto 8” NB Per metre
Above 8” NB and upto 12” NB Per metre
(b) Valves:
both flange joints cleaning, servicing,
testing, painting marking and cutting of
new gaskets into the valves and pipelines
and re-erection of the valve into the
pipeline in different sizes
Above 1” to 2” NB Per valve
Above 2” NB and upto 4” NB Per valve
Above 4” NB and upto 8” NB Per valve
Above 8” NB and upto 12” NB Per valve
(c) Flanges:
pressure vessels to pipe.
Upto 2” Per flange
1.3 Testing and Calibration of pressure gauges
Dismantling & Testing / Calibration of
of pressure vessels along with the
thickness survey report.
(a) Painting charges
and pipelines
re-assemble with replacement of
oil etc. to the compressor
Upto 100 Ltr Each
a) Single Cylinder
b) Double Cylinder
(c) Pipeline Welding
Butt welding above 2” & upto 3” Each
Butt welding above 3” & upto 4” Each
Fillet welding above 2” and upto 3” Each
Fillet welding above 3” and upto 4” Each
(d) D.P Testing of welded joints all sizes
upto 4”
(f) Moisture absorption/thermal ballast (TIN)
Containers) filled in 3 vessels vide
no.029, 030 & 031 at SWTD, VRC Div.
unloading the above ballast from the 3 Pr.
Vessels, stacking and reloading to the 3
pressure vessels after completion of
testing & painting.
Sl.No. Description of Spares Make Unit Rate
1. Cock Valve ½” Brass Each
2. Brass/Gun Metal Ball Valve ½” Each
3. Brass/Gun Metal Ball Valve 1” Each
4. Brass/Gun Metal Ball Valve 1 ½” Each
5. Pressure Gauge with calibration Certificate
Make, Gluck/Guru/KI
b 0 to 20 kg/cm 2 Each
c 0 to 78 kg/cm2 Each
d 0 to 100 kg/cm2 Each
6. Adaptors Brass ¼” to 1” BSP threaded male
or female
provided)
Each
b Above 2” and up to 4” Each
c Above 4” and up to 8” Each
8. Paint enamel any color and best quality like
Addision, Aurolec, Asian Paints
Primer Best Quality
a Up to 1/4” BSP Brass Each
b Up to ½” BSP Brass Each
c Up to 3/4” BSP Brass Each
d Up to 1” BSP Brass Each
11. Pressure Switch range up to 15 kg/cm2 Each
12. Glob valves flanged type as per standard of
AST M and ANSI branch ADCO-AIL L & T
make
Each
13. Stud & Nuts High Tensiled Each
a Upto 12m x 100length and stud, 2 nuts
and 2 washer
b Above 12 and up to 16 x 150 length
one stud + 2 nuts and 2 washers
Each
the category No.1, 100 Lit Capacity
Each
b Piston ring set for 70 ø Each
c Read valve plate Each
d Bearing SKF No. 6304 to 6306 Each
e ‘V’ Belt up to size 46” Each
f Single phase mini starter Each
g Engine Oil SAE-40 grade Each
15. Carbon steel seamless pipe as per the stds.
of the ASTM and ANSI
Each
a Up to 2” Sch. 40 Qty minimum 30 mtr.
maximum no limit including
minimum 30 mtr. maximum no limit
including manufacturers test certificate
std. ASA B.16.5, suitable to S.C.H. 40,
Forged steel clause 300#
17.
a size upto 2” as per std. ASA-B 16.9
SCH No.CS
b Above 2” and upto 3” Each
• The list given above is only bare essential. The party shall quote for the essential spares
not listed here but required for the maintenance
ANNEXURE-‘E’ to Tender Enquiry No.3046-2017007195
Report of Examination of Pressure Vessel or Plant
1. Name of occupier (or factory)
2. Situation and address of factory
3. Name description and distinctive number of pressure
vessel or plant
their test certificate or certificate of competent person
5. Nature of process in which it is used
6. Particulars of pressure vessel or plant.
a) Dateofconstruction
c) Date on which the pressure vessel or plant was
first taken to use.
recommended by the manufacturer
briefly given, and the examiner should state
whether he has seen the last previous report)
7. Date of last hydrostatic test (if any) and pressure
applied.
8. Is the pressure vessel or plant in open, or otherwise
exposed to weather or to damp
9. What parts (if any) were inaccessible?
10. What examination and test were made? (Specify
pressure if hydrostatic test was carried out)
11. Condition of pressure vessel or plant (State any defects
materially affecting the maximum permissible working
pressure or the safe working of the pressure vessel or
plant)
External:
Internal:
settings been checked and corrected?
13. Repairs (if any) required, and period within which they
should be executed and any other condition which the
person making the examination thinks it necessary to
specify for securing safe working;
I certify that on..........………...the pressure vessel or plant described above was
thoroughly cleaned and (so far as its construction permits) made accessible for thorough
examination and for such tests as were necessary for thorough examination and that on
the said date, I thoroughly examined this pressure vessel or plant including its fittings and
that the above is a true of my examination.
Signature of the contractor:
Facility in charge, VSSC
(If employed by a Company or Association, Give name and address)
14. Maximum permissible working pressure, calculated
from dimensions and from the thickness and other data
ascertained by the present examination, due allowance
being made for conditions of working if unusual or
exceptionally severe. (State minimum thickness of walls
measured during the examination);
are required, state the working pressure;
a) Before the expiration of the period specified in
(14)
b) After the expiration of such period if the required
repairs have not been completed.
c) After the completion of the required repairs
16. Other observations
Signature of: Facility In charge : Safety Engineer Signature of Divisional Head/ PD/GD
ANNEXURE- ‘F’ to Tender Enquiry No.3046-2017007195 Confidential
COMPLETION REPORT/FEEDBACK FORM ( shall be forwarded to CSD separately)
Name of the Equipment:
Capacity: Working Pressure: Tested Pressure:
Tested On: Test Due On:
Sl. No. Description Remarks
1. Has all the maintenance & Testing done as per the contract and
documented. Yes No
2. Whether the Pressure Vessel has been tested in the presence of competent
person and certificate received. Yes No
3. Whether a register for the maintenance & Pressure test of the Pressure
Vessels & has been maintained & updated during maintenance. Yes No
4. Whether the work has been undertaken as per the schedule within the
stipulated time period, if No Yes No
(i) Reason for the delay
5. Assessment of the performance of the maintenance work/Pressure testing
undertaken by the contract personnel. Satisfactory Not satisfactory
6. If not satisfactory, give reasons ( if necessary attach additional sheets)
ANNEXURE-‘G’ to Tender Enquiry No.3046-2017007195
CALIBRATION CERTIFICATE FOR PRESSURE GAUGE
1. PRESSURE GAUGE DETAILS:
Sl No Equipments Make & Model Calibration Details
3. DETAILS OF CALIBRATION
SAFETY RELIEF VALVE TEST REPORT
(Shall be tested once in a year)
1. General
User division :
Valve Tag No : Orifice Designation :
Service : Set Pressure :
Remarks Specification
ANNEXURE- ‘I’ to Tender Enquiry No.3046-2017007195
PIPELINE PRESSURE TEST CERTIFICATE
Length of the pipeline :
Sl.
No.
(hr:min) Pass Fail Remarks
Start Finish
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
1 VSSC-PV-002 MME PPFF PPFF AR/AC 250.00 7.00
2 VSSC-PV-003 MME RPFF PFF workshop/TERLS AR/AC 320.00 8.00
3 VSSC-PV-005 MME MMD RPFF Lab AR/AC 320.00 7.00
4 VSSC-PV-006 MME RPFF RPFF/PFF AR/AC 320.00 10.50
5 VSSC-PV-007 MME PPFF O/S KTM bay TERLS AR/AC 320.00 7.50
6 VSSC-PV-008 MME PPFF RFF(Mech.mtce) AR/AC 118.00 7.00
7 VSSC-PV-009 MME RPFF RPFF(Fabrication workshop) AR/AC 105.00 4.60
8 VSSC-PV-015 MME RPFF WorkShop AR/AC 250.00 10.50
9 VSSC-PV-020 PCM PED Veli AR/AC 30.00 5.50
10 VSSC-PV-024 MVIT MID VMC AR 4000.00 15.00
11 VSSC-PV-029 AERO ATFD Veli AR/AC 7100.00 40.00
12 VSSC-PV-030 AERO ATFD Veli AR/AC 7100.00 40.00
13 VSSC-PV-031 AERO ATFD Veli AR/AC 28500.00 40.00
14 VSSC-PV-045 MVIT AMFD VMC AC 255.00 12.00
15 VSSC-PV-046 MVIT AMFD VMC AR/AC 265.00 15.00
16 VSSC-PV-047 MVIT AMFD VMC AR/AC 1500.00 7.00
17 VSSC-PV-051 CMSE ABSD Vattiurkkavu Hydroclave 12000.00 65.00
18 VSSC-PV-052 AVN PCF Out side MSB AR/AC 500.00 8.00
19 VSSC-PV-053 AVN PCF Out side MSB AR/AC 3000.00 8.00
Annexure - A LIST OF PRESSURE VESSELS- 2018
ANNEXURE-‘A’ TO ENQUIRY NO. DATED
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
20 VSSC-PV-054 PCM SMD INSTEF AC 400.00 8.00
21 VSSC-PV-056 PCM MMG/BTD INSTEF AR/AC 16.00 2.50
22 VSSC-PV-057 PCM BTD INSTEF AR/AC 75.00 7.00
23 VSSC-PV-058 PCM BTD INSTEF AR/AC 16.00 7.00
24 VSSC-PV-059 PCM BTD INSTEF AR/AC 60.00 7.00
25 VSSC-PV-062 CONT TOMD TERLS AR/AC 250.00 8.00
26 VSSC-PV-065 CONT TOMD TERLS AR/AC 250.00 7.00
27 VSSC-PV-066 PRSO RPP RPP(R-90) STVES 250.00 5.00
28 VSSC-PV-068 PRSO RPDF RPP(R-42) Autoclave 14850.00 4.60
29 VSSC-PV-069 PRSO RPP RPP(R-19) AR/AC 1500.00 7.00
30 VSSC-PV-070 PRSO RPP RPP(R-19) AR/AC 1000.00 7.00
31 VSSC-PV-071 PRSO RPP RPP(R-90) STVES 284.00 5.00
32 VSSC-PV-073 PRSO RPP RPP AR/AC 70.00 6.50
33 VSSC-PV-074 PRSO RPP RPP (R-53) AR/AC 70.00 5.00
34 VSSC-PV-075 STR EXMD VELI AR/AC 85.00 60.00
35 VSSC-PV-084 STR EXMD VELI AR/AC 100.00 8.25
36 VSSC-PV-086 STR HPDD VELI AR/AC 400.00 8.00
37 VSSC-PV-088 STR ISDTF VELI AC 95.00 9.00
38 VSSC-PV-091 CMSE ABSD VKAVU Autoclave 10000.00 8.75
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
39 VSSC-PV-093 CMSE ABSD VKAVU AR/AC 10000.00 45.00
40 VSSC-PV-104 AVN PCF/EPG VELI (MSB) AR/AC 115.00 7.00
41 VSSC-PV-105 AVN CADD 70 ACRE AR/AC 75.00 7.00
42 VSSC-PV-110 PRSO RMCF RPP 160 Hydratic Air Comprossor 76.00 7.00
43 VSSC-PV-119 CMSE PES VKAVU AC 500.00 10.00
44 VSSC-PV-121 MVIT VFTF TERLS Hydratic Air Comprossor 95.00 5.00
45 VSSC-PV-123 MVIT VFTF TERLS Hydratic Air Comprossor 95.00 5.00
46 VSSC-PV-124 MVIT VFTF TERLS AR/AC 153.00 5.00
47 VSSC-PV-126 MME PPFF RFF Hydratic Air Comprossor 900.00 7.00
48 VSSC-PV-127 MME PPFF RFF STVES 900.00 7.00
49 VSSC-PV-128 MME RPFF RFF Hydraulic/ Air receiver 118.00 7.50
50 VSSC-PV-129 MME RPFF RFF Hydraulic/ Air receiver 320.00 7.00
51 VSSC-PV-130 PCM PED VELI AC 50.00 10.00
52 VSSC-PV-131 PCM PED VELI PROC VESS 30.00 4.00
53 VSSC-PV-134 CONT EMD-RPP RPP (R-63) AR/AC 160.00 5.00
54 VSSC-PV-138 CONT EMD VELI AR/AC 120.00 8.50
55 VSSC-PV-143 CONT EMD/EAC TERLS AR/AC 100.00 7.50
56 VSSC-PV-144 CONT EMD-RPP RPP AR/AC 100.00 5.00
57 VSSC-PV-145 CONT EMD-RFF RFF AR/AC 100.00 7.00
58 VSSC-PV-147 CONT EMD/EAC TERLS AR/AC 85.00 30.00
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
59 VSSC-PV-148 CONT EMD-RFF RFF AR/AC 35.00 3.00
60 VSSC-PV-151 CONT EMD/EAC TERLS (T-44) Hydratic Vertical AR 150.00 10.00
61 VSSC-PV-164 PRSO DTD TERLS Hydratic Air Comprossor 500.00 7.00
62 VSSC-PV-166 PRSO ETD RPP Hydratic/AC 67.00 6.00
63 VSSC-PV-167 PRSO RPP RPP AR/AC 70.00 5.00
64 VSSC-PV-171 PRSO RPP RPP AR/AC 70.00 5.00
65 VSSC-PV-175 CMSE RPF/CMS VKAVU Autoclave 10000.00 12.00
66 VSSC-PV-176 CMSE CSTG Machine shop, REPLACE AC 357.00 5.00
67 VSSC-PV-187 SR QDTE VELI AR/AC 175.00 10.00
68 VSSC-PV-188 SR QDTE VELI AR/AC 75.00 6.00
69 VSSC-PV-193 PCM ASD VELI AR/AC 16.00 5.00
70 VSSC-PV-195 PRSO ETD TERLS Hydratic Air Comprossor 530.00 10.00
71 VSSC-PV-196 PRSO ETD IPD Hydratic Air Comprossor 110.00 7.00
72 VSSC-PV-197 PRSO RPP R-25 B AR/AC 70.00 5.00
73 VSSC-PV-199 PRSO RPP R-10 AR/AC 65.00 5.00
74 VSSC-PV-201 STR ISDTF VRC AC 95.00 8.00
75 VSSC-PV-202 AVN CADD 70 ACRE AR/AC 75.00 7.00
76 VSSC-PV-210 PRSO RSTD TERLS Air receiver 300.00 12.00
77 VSSC-PV-211 PRSO RSTD TERLS(T-43) PORTABLE 70.00 7.00
78 VSSC-PV-216 PRSO RSTD TERLS (T-216) PORTABLE 300.00 8.00
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
79 VSSC-PV-217 TOMD TOMD TERLS Air receiver 250.00 7.00
80 VSSC-PV-218 TOMD TOMD TERLS Air receiver 250.00 12.00
81 VSSC-PV-220 AVN EXMD VRC Air compressor 100.00 8.25
82 VSSC-PV-224 PRSO RPD/RPP RPP (R-42) Air receiver 320.00 7.50
83 VSSC-PV-225 PRSO PRSO/ RPP RPP Air receiver 90.00 5.00
84 VSSC-PV-226 STR ISDTF VRC AC 150.00 8.50
85 VSSC-PV-229 CMSE CPCC/ CMS REPLACE AIR COM 50.00 8.00
86 VSSC-PV-232 CMSE CSTD/ CMS REPLACE AIR COM 150.00 7.00
87 VSSC-PV-235 PCM ADS/CEC PFC AC 500.00 8.50
88 VSSC-PV-236 MME QCI RFF AIR COMPR 250.00 10.00
89 VSSC-PV-237 MME QCI PPFF AIR COMPR 250.00 10.00
90 VSSC-PV-238 CONT EMD/ EAC VRC PSC/AC 110.00 7.00
91 VSSC-PV-245 AVN MFF/AVN VRC COM AIR R 500.00
92 VSSC-PV-247 AERO ATFD VRC Air compressor 237.00 12.3
93 VSSC-PV-250 PCM BTD INSTEF AIR COMPR 185.00 7.00
94 VSSC-PV-251 CMSE CSTD/ CMS REPLACE A/R 15000.00 14.00
95 VSSC-PV-252 CMSE CSTD REPLACE AIR COMPR 250.00 7.00
96 VSSC-PV-253 CMSE CSTD REPLACE A/R 400.00 8.00
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
97 VSSC-PV-254 PRSO RPP STOVES 70.00 5.00
98 VSSC-PV-255 PRSO RPP STOVES 70.00 5.00
99 VSSC-PV-257 PRSO RPP STOVES 70.00 5.00
100 VSSC-PV-258 PCM PSCD VRC Air storage 300.00 10.00
101 VSSC-PV-259 PCM PSCD VRC AR 250.00 7.00
102 VSSC-PV-262 AVN CADD 70 ACRE AIR HEATER 250.00 35.00
103 VSSC-PV-263 PRSO RMCF R-16 RPP AR 1000.00 10.00
104 VSSC-PV-264 SR QDEF INSTEF AR 500.00 7.70
105 VSSC-PV-265 SR QDEF INSTEF AR 500.00 10.00
106 VSSC-PV-266 CMSE CSTD REPLACE Reaves Curing Chamber 19000.00 3.40
107 VSSC-PV-267 AVN ALFD VRC AR 500.00 10.00
108 VSSC-PV-268 PCM SMF/ MMG M-219 Pressure Storage Vessel 300.00 10.00
109 VSSC-PV-270 CMSE ABSD RPC Hydraulic A/C 150.00 8.00
110 VSSC-PV-271 CMSE ABSD RPC Pressure Storage Vessel 45.00 8.00
111 VSSC-PV-272 CMSE ABSD RPC COM AIR 250.00 12.00
112 VSSC-PV-273 SR QDEF INSTEF AR 500.00 7.00
113 VSSC-PV-274 CMSE ABSG/ ABPD RPC AC 160.00 12.00
114 VSSC-PV-275 PRSO DTD R.80 Pressure Storage Vessel 100.00 9.00
115 VSSC-PV-277 PCM BTD INSTEF AR 500.00 10.00
116 VSSC-PV-279 PCM BTD INSTEF AC 146.00 10.00
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
117 VSSC-PV-280 CMSE CSTD REPLACE Autoclave 63000.00 10.00
118 VSSC-PV-281 CMSE CSTD REPLACE Air receiver 60000.00 30.00
119 VSSC-PV-282 CMSE CPCC VKAVU Air receiver 500.00 10.00
120 VSSC-PV-283 PRSO RPDF R.53 Autoclave 380.00 4.50
121 VSSC-PV-284 PRSO ETD SOG Pressure Storage Vessel 250.00 5.00
122 VSSC-PV-285 PRSO ETD SOG Pressure Storage Vessel 200.00 10.00
123 VSSC-PV-286 PRSO ETD SOG Autoclave 800.00 2.00
124 VSSC-PV-287 PRSO RMCF/ RPP RMCF Air receiver 500.00 10.00
125 VSSC-PV-288 TOMD TOMD TERLS AR 250.00 12.00
126 VSSC-PV-289 TOMD TOMD TERLS AR 100.00 1.00
127 VSSC-PV-291 PRSO RPDF RPP AR/AC 160.00 7.00
128 VSSC-PV-292 MME RPFF/IFF RFF Portable AIR COMPR R 120.00 10.00
129 VSSC-PV-293 AERO INSTEF INSTEF AC 210.00 10.00
130 VSSC-PV-294 PRSO IID/SOG R 57 SOG AC 100.00 6.00
131 VSSC-PV-295 PRSO IID/SOG R 57 SOG AC 110.00 6.00
132 VSSC-PV-296 CMSE CCID/ CCQG REPLACE AR 360.00 8.00
133 VSSC-PV-297 AERO AHTD KHS Lab VRC AC 400.00 10.00
134 VSSC-PV-298 PCM BTD/SPSS INSTEF Air storage 280.00 7.50
135 VSSC-PV-299 IISU TFG IISU AC 300.00 12.00
136 VSSC-PV-301 IISU PFAF IISU AR 45.00 8.00
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
137 VSSC-PV-302 IISU TFG IISU AC 500.00 12.00
138 VSSC-PV-303 IISU PFAF IISU AC 90.00 8.00
139 VSSC-PV-304 IISU PFAF IISU AR 310.00 8.00
140 VSSC-PV-305 IISU TFG IISU AC 250.00 12.00
141 VSSC-PV-307 IISU PFAF IISU AC 96.00 8.00
142 VSSC-PV-309 STR ISDTF VMC Air storage 150.00 6.00
143 VSSC-PV-310 TOMD TOMD TERLS Air storage 220.00 8.00
144 VSSC-PV-313 PRSO RSMD/ SMG Project Complex, TERLS Pressure Storage Vessel 220.00 10.00
145 VSSC-PV-319 PCM MPD
Alloy Processing Facility, INSTEF
146 VSSC-PV-320 PRSO
SOG TERLS (SOG Annexe) Storage Vessel 200.00 6 - 8 bar
147 VSSC-PVP321 PRSO SPF/SOG
Special Seals, DPF/SPF TERLS,
148 VSSC-PV-322 PRSO SPF/SOG
149 VSSC-PV-323 PRSO SPF/SOG
Test & Evaluation Facility, SOG
Annexe AR/AC 45.00 4.00
150 VSSC-PV-324 IISU TFG/IISU
Vibration Facility, Behind C-Block,
151 VSSC-PV-328 STR ISDTF ISDTF, Valiamala Storage Vessel 220.00 12.00
152 VSSC-PV-329 IISU PFAF/ISP IISU, Vattiyoorkavu Air Receiver 1000.00 8.00
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
153 VSSC-PV-330 CMSE
154 VSSC-PV-331 SR QDTE VRC Air Comprossor 200.00 9.00
155 VSSC-PV-332 SR QDTE VRC Air Comprossor 200.00 9.00
156 VSSC-PV-333 CMSE ABDD/ABSG CMSE, Vattiyoorkavu Air Comprossor 220.00 10.00
157 VSSC-PV-334 CMSE
158 VSSC-PV-335 CMSE
159 VSSC-PV-336 CMSE
160 VSSC-PV-337 CMSE
161 VSSC-PV-338 CMSE
CSTG CMSE, Vattiyoorkavu Pressure Storage Vessel 250.00 10.00
162 VSSC-PV-339 PCM PED VRC, V 15 Air compressor 300.00 10.50
163 VSSC-PV-340 PRSO HTCL/PRG TERLS (Bldg No.T114) Pressure Reservoir (Ballast tank) 15.00 70.00
164 VSSC-PV-342 CMSE ABDD At S200 Building Hydroclave 48000.00 70.00
165 VSSC-PV-343 PCM CMPD V19, VRC Pressure reactor 7.00 70.00
166 VSSC-PV-344 PRSO RMPF/RPP R-10
Pressure Storage Vessel/air
167 VSSC-PV-345 PRSO TSS/RPP R-51 Maintanance Section Air rreceiver reactor 70.00 8.00
168 VSSC-PV-346 PRSO TSS/RPP 51A. RPP/VSSC Air receiver reactor 270.00 10.50
169 VSSC-PV-347 PRSO RMPF/RPP R-31-A Air receiver reactor 835.00 8.00
170 VSSC-PV-348 AERO AHTD/ADTG
AeroThermo Structural Test Facility,
171 VSSC-PV-349 MME AMCD Bldg No M-107, INSTEF Area
Resin Impregnation
equipment/compressed gas
vessel 43.31 10.00
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
172 VSSC-PV-350 PCM CMPD V/18 Autoclave 167.00 10.00
173 VSSC-PV-351 CMSE ABPD Ablative Machining Facility Air Compressor 200.00 10.00
174 VSSC-PV-352 CMSE ABPD Ablative Machining Facility Air Compressor 200.00 10.00
175 VSSC-PV-353 CMSE
CSTG P5 Building Pressure storage vessel 200.00 10.00
176 VSSC-PV-355 PCM PED Building No4 VRC Air compressor 160.00 8.00
177 VSSC-PV-356 STR ISDTF Vibration test facility of STF/TERLS Air compressor with air receiver 220.00 12.00
178 VSSC-PV-357 MVIT AMFD Mechanism Laboratory, AMFD Pressure storage vessel 220.00 12.00
179 VSSC-PV-358 MME HTSTF/IFF Bldg No. F14, RFF Pressure Storage Vessel 100.00 7.00
180 VSSC-PV-359 PRSO RPDF R90, RPP
Blast generator for portabl;e
181 VSSC-PV-360 STR EXMD
laboratory, VRC Pressure storage vessel 200.00 10.00
182 VSSC-PV-361 PRSO RSTD S200 FNC Facility, TERLS Pressure storage vessel 220.00 10.00
183 VSSC-PV-362 PRSO RMPF/RPP Vertical Mixer facility, RPP Air Receiver 100.00 8.00
184 VSSC-PV-363 PRSO RPP VM Service room, rpp Air Receiver 1000.00 8.00
185 VSSC-PV-364 PRSO RMPF/RPP VM New Casting Facility, RPP Pressure storage vessel 100.00 8.00
186 VSSC-PV-365 PRSO RMPF/RPP V.M Bowl Cleaning Facility, RPP Pressure storage vessel 1000.00 10.00
187 VSSC-PV-366 PRSO RMPF/RPP R-31, Compressor Room, RPP Pressure storage vessel 100.00 9.00
188 VSSC-PV-367 PRSO RMPF/RPP 2T Double Cone Blender Facility. Air Receiver 70.00 6.00
189 VSSC-PV-368 PRSO RPDF/FPP R 53(RPDF), RPP Air Compressor 220.00 7.00
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
190 VSSC-PV-369 PRSO LBSD TERLS,SOG Anexxure Pressure storage vessel 500.00 10.00
191 VSSC-PV-370 PCM PFC PFC Pressure storage vessel 2000.00 5.00
192 VSSC-PV-371 PCM PFC Nitrogen Generation Unit,PFC Pressure storage vessel 1000.00 7.00
193 VSSC-PV-372 PCM PFC HTPB plant,PFC Pressure storage vessel 1000.00 9.00
194 VSSC-PV-373 PCM PFC HTPB plant,PFC Pressure storage vessel 220.00 9.00
195 VSSC-PV-374 PCM PFC HTPB plant,PFC Pressure storage vessel 45.00 9.00
196 VSSC-PV-375 MME AMCD Building No107,INSTEF Slurry Moulding Equipment 63.64 3.00
197 VSSC-PV-376 MVIT TERLS VSFT Fitting Shop,TERLS Pressure storage vessel 420.00 9.00
198 VSSC-PV-377 SR VRC
Thermo Vaccum Chamber room
Environmental Test Facility,VRC Air Receiver 200.00 10.00
199 VSSC-PV-378 STR INSTEF Main Bay Pressure Storage Vessel 500.00 10.00
200 VSSC-PV-379 PCM PED V-8, Burn rate lab,VRC Pressure Vessel 0.82 70.00
201 VSSC-PV-380 PCM PED V-8, Burn rate lab,VRC Pressure vessel 0.82 70.00
202 VSSC-PV-381 PCM PED V-8, Burn rate lab,VRC Pressure Vessel 0.82 70.00
203 VSSC-PV-382 PCM PED V2 , PED Area(casting area) Pressure vessel 100.00 3.50
204 VSSC-PV-383 PCM ASD-02 Polimer complex,VRC Room 107 Air reciever 118.00 7.00
205 VSSC-PV-384 PCM ASD-03 VRC, PCX Building Pressure vessel 120.00 10.00
206 VSSC-PV-385 PCM ASD-04 Polimer complex,VRC Room 005 Air reciever 50.00 10.00
207 VSSC-PV-386 PCM ASD 05 Polimer complex,VRC Room 005 Air reciever 40.00 10.00
208 VSSC-PV-387 PCM ASD 07 Polimer complex,VRC Room 107 Air reciever 25.00 7.00
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
209 VSSC-PV-388 PCM ASD 06 Polimer complex,VRC Room -001 Pressure storage vessel 24.00 8.00
210 VSSC-PV-389 CMSE CMSE(RPC) Imprigination plant,CMSC Air reciever(compressor) 160.00 10.00
211 VSSC-PV-390 CMSE ABSD CMSE, Vattiyoorkavu Pressure storage vessel 170.00 5.50
212 VSSC-PV-391 PCM QIT 02 Metrology compressor room RFF Air reciever 5.00 13.00
213 VSSC-PV-392 PCM ASD 01 Polimer complex VRC Room - 106 Air reciever 40.00 40.00
214 VSSC-PV-393 PRSO RMPF/RPP RPP Room num -R31 paste feed cylinder 83.79 4.00
215 VSSC-PV-394 PRSO RMPF/RPP RPP Room num -R31 propellant feed cylinder 83.79 4.00
216 VSSC-PV-395 PRSO RMPF/RPP RPP Room num -R31 propellant feed cylinder 83.79 4.00
217 VSSC-PV-396 PRSO RMPF/RPP RPP Room num -R31 propellant feed cylinder 83.79 4.00
218 VSSC-PV-397 CMSE CSSD Near P5 building air reciever 1000.00 8.00
219 VSSC-PV-398 CMSE CSSD Pultrrusion bay air reciever 200.00 10.00
220 VSSC-PV-399 MME TPML/AMCD C&VP Room compressor 300.00 12.00
221 VSSC-PV-400 PRSO SPF/SOG Building No T/234/4 Pressure Vessel 500.00 7.50
222 VSSC-PV-401 PRSO SPF/SOG Buildiong No T/180 Pressure Vessel 500.00 7.50
223 VSSC-PV-402 IISU AIS-01 AIS-NO-906 pressure storage vessel 33.91 7.00
224 VSSC-PV-403 INSTEF MCD-AC-01 TMF Building air compressotr 160.00 7.00
225 VSSC-PV-404 CMSE CCDD P-17 Building, near VIF area compressor with air receiver 500.00 12.00
226 VSSC-PV-405 PCM PED PED casting hall pressure vessel 100.00 2.50
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
227 VSSC-PV-409 PCM PED Building No V 8, Compressor 45.00 4.00
228 VSSC-PV-410A AERO AHTD/ADTG Test Bay outside,T-199,TERLS Air receiver 1500.00 13.50
229 VSSC-PV-410B AERO AHTD/ADTG Test Bay outside,T-199,TERLS Air receiver 1500.00 13.50
230 VSSC-PV-410C AERO AHTD/ADTG Test Bay outside,T-199,TERLS Air receiver 1500.00 13.50
231 VSSC-PV-411 TOMD TOMD
TOMD light vehicle maintenance
section Compressor 500.00 9.00
232 VSSC-PV-412 CMSE CCDD
Near VIF area compressor with air receiver 200.00 10.00
233 VSSC-PV-413 PCM PED VRC, building No: V15 Air compressor 1000.00 9.50
234 VSSC-PV-414 PRSO RPPF/RPDF
Near to 15L rubber kneader Air receiver 150.00 15.00
235 VSSC-PV-415 AERO WTLD/HWT Shock tunnel hall/ Near driver tube Pressure storage vessel 110.00 8.00
236 VSSC-PV-416 AERO WTLD/HWT Shock tunnel / ABCR control room Pressure storage vessel 110.00 8.00
237 VSSC-PV-417 AERO WTLD/HWT Shock tunnel/ Chiller room Pressure storage vessel 225.00 10.00
238 VSSC-PV-418 AERO WTLD/HWT Shock tunnel/ GSH Pressure storage vessel 225.00 10.33
239 VSSC-PV-419 AERO WTLD/HWT Terls/LPG control room Pressure storage vessel 225.00 10.33
240 VSSC-PV-420 AERO WTLD/HWT Wind tunnel building/ Heater bay Pressure storage vessel 225.00 10.33
241 VSSC-PV-421 AERO WTLD/HWT Vacuum pump house/vacuum system Pressure storage vessel 420.00 10.33
242 VSSC-PV-422 PRSO RMPF/RPP
243 VSSC-PV-423 CMSE CCID/ CCQG Building number-P15/CMSE Air receiver 500.00 7.50
244 VSSC-PV-424 CMSE CPSD/CLSG FWF, CMSE-P06 Pressure storage vessel 200 10.2
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
245 VSSV-PV-425 AVN QIDM Building no. 6, Room No. 5A, 70 Acre AR/AC 200 8
246 VSSC-PV-426 AVN QIDM Building no. 6, Room No. 5A, 70 Acre AR/AC 200 8
247 VSSC-PV-427 AVN ACFD
005 Air Receiver 200 7
248 VSSC-PV-428 SR QDEF/QRMG
Advanced thermovacuum test facility
249 VSSC-PV-429 SR QDEF/QRMG
Advanced thermovacuum test facility
250 VSSV-PV-430 AVN CSL/CASG
workshop, separate compressor
251 VSSC-PV-431 AVN CSL/CASG
workshop, separate compressor
252 VSSC-PV-432 PCM PED
room Air Receiver 2000 10
253 VSSC-PV-433 PCM PED
room Air Dryer 500 10
254 VSSC-PV-434 PCM PED
room Air Dryer 500 10
255 VSSC-PV-435 MME QIT/QCG RFF
Pressure storage vessel,
Pressure storage vessel,
room Pressure storage vessel 100 10
258 VSSC-PV-438 PRSO APLD TERLS, 89/11, Arc plasma lab, AHIP Pressure storage vessel 220 12
259 VSSC-PV-439 PRSO APLD
260 VSSC-PV-440 PRSO APLD
facility,Back side of gas storage room Air reciever 10000 70
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
261 VSSC-PV-441 PRSO APLD TERLS, Behind 89/11 Air reciever 6000 54
262 VSSC-PV-442 AERO PWT PWT Workshop Air receiver 70 litres 8.6
263 VSSC-PV-443 CMSE CCTD/CCQG VKC AIR RECEIVER 272 15.6
264 VSSC-PV-444 IISU ISP/MDP VKC Stationary Type 1000 8
265 VSSC-PV-445 PCM PSCD Space Crude Blg No V-12 GN2 Surge Tank 7
266 VSSC-PV-446 PCM PSCD Space Crude Blg No V-13 GN2 Storage Tank 200 5
267 VSSC-PV-447 MME HWMD/MPRG INSTEF, M106 Pressure Storage Vessel 6200 5
268 VSSC-PV-448 MME HWMD/MPRG INSTEF, M107 Pressure Storage Vessel 2900 5
269 VSSC-PV-449 MME HWMD/MPRG INSTEF, M108 Pressure Storage Vessel 100 10
270 VSSC-PV-450 MME HWMD
271 VSSC-PV-452 AVN QIDM 70 Acre, Bldg. No.06
AIR RECEIVER / AIR
COMPRESSOR 220 12
272 VSSC-PV-453 AVN AMFF 70 Acre, Bldg. No.15, AMFF Building AIR RECEIVER 500 8
273 VSSC-PV-454 CMSE CSSD CNC Laser Cutting Facility AIR RECEIVER 272 14.5
274 VSSC-PV-455 CMSE CSSD Optical structures facility AIR RECEIVER 2000 10
275 VSSC-PV-456 MME PPFF RFF, RLV Bay AIR RECEIVER 1000 7
276 VSSC-PV-457 MME PPFF RFF, Main Compressor Bay AIR RECEIVER 2000 7
277 VSSC-PV-458 MME IFF / HTSTF RFF, Sand Blasting Bay (F/28) AIR RECEIVER 1500 8.5
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
278 VSSC-PV-459 STR ISDTF VRC, RD Hall Extn., Vibration Lab Air compressor with air receiver 220 12
279 VSSC-PV-460 STR ISDTF
Facility Air compressor with air receiver 220 12
280 VSSC-PV-461 PRSO SPPD/SOPG
281 VSSC-PV-462 PRSO RTSS/RPP R19, Centralised Compressor Facility AIR RECEIVER 2000 10
282 VSSC-PV-463 PRSO RTSS/RPP R19, Centralised Compressor Facility AIR RECEIVER 2000 10
283 VSSC-PV-464 PRSO RPDF/RPP R53, Near calendering machine AIR RECEIVER 150 12.3
284 VSSC-PV-465 PRSO RPDF/RPP R53, Near Small Autoclave AIR RECEIVER 150 12.3
285 VSSC-PV-466 PRSO RPP R25B, RPP Workshop AIR RECEIVER 150 12.3
286 VSSC-PV-467 MME CMPD HTCML/TERLS AIR RECEIVER 100 8
287 VSSC-PV-468 MME CMPD ICMPF,TERLS AIR RECEIVER 100 10
288 VSSC-PV-469 MME CMPD HTCML/TERLS AIR RECEIVER 100 10
289 VSSC-PV-470 MME CMPD ICMPF,TERLS AIR RECEIVER 100 11
290 VSSC-PV-471 PRSO IPMD RPP Pressure Storage Vessel 100 4.5
291 VSSC-PV-472 AVN ACFD Gas storage shed,70 ACRE Pressure Storage Vessel 250 250
292 VSSC-PV-473 AVN ACFD Gas storage shed,70 ACRE Pressure Storage Vessel 500 250
293 VSSC-PV-474 AVN ACFD Gas storage shed,70 ACRE Pressure Storage Vessel 500 250
294 VSSC-PV-475 AVN ACFD Gas storage shed,70 ACRE Pressure Storage Vessel 500 250
295 VSSC-PV-476 AVN ACFD Gas storage shed,70 ACRE Pressure Storage Vessel 500 250
296 VSSC-PV-477 AVN ACFD Gas storage shed,70 ACRE Pressure Storage Vessel 500 250
297 VSSC-PV-478 AVN ACFD Gas storage shed,70 ACRE Pressure Storage Vessel 1000 250
298 VSSC-PV-479 AVN ACFD Gas storage shed,70 ACRE Pressure Storage Vessel 1000 250
299 VSSC-PV-480 AVN ACFD Gas storage shed,70 ACRE Pressure Storage Vessel 1000 250
300 VSSC-PV-481 AVN ACFD Gas storage shed,70 ACRE Pressure Storage Vessel 1000 250
Sl.No Pressure Vessel No. Entity Division Location Vessel Type Volume (Ltr) Operating Pressure
301 VSSC-PV-482 MME RPFF CNC Vertical Machine Centre, F-02 Pressure Storage Vessel 200 10
302 VSSC-PV-483 MME RPFF EB welding room, RPFF Pressure Storage Vessel 200 10
303 VSSC-PV-484 PCM ASD
304 VSSC-PV-485 STR HPDD
Area Pressure Storage Vessel 1000 8
305 VSSC-PV-486 PCM PFC
306 VSSC-PV-487 AERO SWTD
VRC Air Recevier 500 12
EARNEST MONEY DEPOSIT / BID SECURITY:
1. Earnest Money Deposit (EMD) or Bid Security is obtained to ensure the earnestness of the vendor in the
procurement process. Registered Vendors of VSSC shall not furnish EMD or Bid Security in the
procurement process. Other Vendors participating in the tender process has to furnish EMD through
Demand Draft/Banker's Cheque for Rs. 1,00,000/- (Rupees One Lakh Only) drawn in favour of
Sr. Accounts Officer, Main Accounts, VSSC-Trivandrum payable at State Bank of India, Thumba
Branch. EMD shall be interest free. EMD shall also be furnished in the form of Fixed Deposit Receipts
or Bank Guarantee from any of the Scheduled Banks executed on non- judicial stamp paper of value
Rs.200/-. In case of Bank Guarantee, it shall be valid for a period of 45 days beyond the final tender validity
date.
2. Also, Foreign Vendors, Registered Vendors who have already applied for renewal of registration,
Central PSUs, PSEs, Autonomous Bodies, Micro and Small Enterprises, KVIC, National Small
Industries Corporation etc., are exempted from the payment of EMD.
3. Any tender not accompanied with EMD shall be treated as invalid tender and rejected. Vendors seeking exemption from payment of EMD shall submit necessary proof like registration number etc.
4. EMD of vendor shall be forfeited if the tenderer / contractor withdraws or amends his tender or deviates
from the tender in any respect within the period of the validity of the tender. Failure to furnish Security
Deposit/Performance Bond by a successful vendor within the specified period shall also result in forfeiture
of EMD.
5. EMD shall be refunded to all the unsuccessful vendors within thirty days after placement of the Purchase
Order. EMD shall be refunded to the successful tenderer/contractor after payment of the Security Deposit.
EMD shall be refunded to all the participants in cases where the tender is cancelled or withdrawn by the
Centre/Unit, within thirty days from the date of such cancellation or withdrawal.
E-Procurement No. VSSC/MVITPUR/2018E1104301 Dt. 04.04.2018 and Print Media
Advertisement ref. No. VSSC/P/ADVT/249/2018 Dt. 20.04.2018. E-Tenders are invited for
Aluminium Extrusions through our E-procurement site https://eprocure.isro.gov.in. Tender
documents can be downloaded upto 09.05.2018 [17:00 Hrs.], Tender Opening date :
13.05.2018 [10:00 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [ie. 13.05.2018
[10:00 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
E-Procurement No. VSSC/PRSOPURCH/2018E1046801 Dt. 13.05.2018 and Print Media
Advertisement ref. No. VSSC/P/ADVT/249/2018 Dt. 20.04.2018. E-Tenders are invited for
Augmentation of Plant CCTV system of APEP through our E-procurement site
https://eprocure.isro.gov.in. Tender documents can be downloaded upto 24.05.2018
[12:00 Hrs.], Tender Opening date : 29.05.2018 [10:01 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [ie. 29.05.2018
[10:01 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
E-Procurement No. VSSC/PRSOPURCH/2018E1076401 Dt. 12.04.2018 and Print Media
Advertisement ref. No. VSSC/P/ADVT/249/2018 Dt. 20.04.2018. E-Tenders are invited for
Cooling Tower 1500 TR through our E-procurement site https://eprocure.isro.gov.in. Tender
documents can be downloaded upto 21.05.2018 [14:00 Hrs.], Tender Opening date :
24.05.2018 [11:01 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [ie. 24.05.2018
[11:01 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
E-Procurement No. VSSC/PRSOPURCH/2018E10659 Dt. 17.04.2018 and Print Media
Advertisement ref. No. VSSC/P/ADVT/249/2018 Dt. 20.04.2018. E-Tenders are invited for
Supply of New 1T,2T and 5T EOT cranes through our E-procurement site
https://eprocure.isro.gov.in. Tender documents can be downloaded upto 24.05.2018
[14:00 Hrs.], Tender Opening date : 29.05.2018 [14:01 Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [ie. 29.05.2018
[14:01 Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.