Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
1
REQUEST FOR PROPOSAL (RFP) ON GSAT11 & I6K
SPACECRAFT COOLING SYSTEM
MAY2014
ISRO Satellite Centre
Bangalore.
2
���������
1. INTRODUCTION ............................................................................................................ 443
2. DESCRIPTION OF COOLING SYSTEMS .................................................................... 554
2.1. MOBILE COOLING SYSTEM ................................................................................. 554
2.2. RF LOAD PANEL COOLING SYSTEM .................................................................. 554
3. SPECIFICATIONS OF COOLING SYSTEMS .............................................................. 665
3.1. MOBILE COOLING SYSTEM (FIG.2) .................................................................... 665
3.1.1. Design Inputs for Mobile Cooling System ........................................................ 665
3.1.2. Subsystems of Mobile Cooling System ............................................................. 76
3.2. RF LOAD PANEL COOLING SYSTEM (FIG.2) ................................................. 13119
3.2.1 Design Inputs for RF Load Panel Cooling System ......................................... 13119
3.2.2 Subsystems of RF Load Panel Cooling System ............................................. 13119
4. SCOPE OF WORK .................................................................................................. 171412
4.1. SCOPE OF DEPARTMENT .............................................................................. 171412
4.1.1. Preliminary Design ..................................................................................... 171412
4.1.2. Documents Review ..................................................................................... 171412
4.2. SCOPE OF CONTRACTOR ............................................................................. 171412
4.2.1. Design ......................................................................................................... 171412
4.2.2. Selection of Sub-vendors/Sub-Contractors ............................................... 171412
4.2.3. Supply of Spares ........................................................................................ 181513
4.2.4. Fabrication .................................................................................................. 181513
4.2.5. Testing & Inspection ................................................................................... 181513
4.2.6. Transportation & Handling ......................................................................... 191614
4.2.7. Despatch ..................................................................................................... 191614
4.2.8. Packing ....................................................................................................... 201715
3
4.2.9. Installation & Commissioning ..................................................................... 201715
5. EXECUTION SCHEDULE ....................................................................................... 211816
6. DOCUMENTATION ................................................................................................. 221917
6.1. ALONG WITH QUOTATION ............................................................................. 221917
6.2. DESIGN REVIEW ............................................................................................. 221917
6.3. PRE-SHIPMENT REVIEW ................................................................................ 221917
6.4. COMMISSIONING ............................................................................................ 221917
7. WARRANTY ............................................................................................................ 232018
8. ANNUAL MAINTENANCE CONTRACT ................................................................. 242119
9. GENERAL CONDITIONS ....................................................................................... 252220
9.1. ENTIRE AGREEMENT ..................................................................................... 252220
9.2. MODIFICATIONS IN THE WORK .................................................................... 252220
9.3. ARBITRATION .................................................................................................. 252220
10. INSTRUCTIONS TO BIDDERS ........................................................................... 262321
10.1. SCOPE OF WORK ........................................................................................ 262321
10.1.1. Pre bid meeting ........................................................................................... 262321
10.2. FORM OF QUOTATION ................................................................................ 272421
10.2.1. Technical and commercial quotation ......................................................... 272421
10.2.2. Price quotation ............................................................................................ 272422
10.3. PRICES .......................................................................................................... 282422
10.3.1. Milestone payments:................................................................................... 282522
10.4. BIDDER’S PROFILE ...................................................................................... 282522
4
� �� ��������
GSAT 11/I6K Spacecrafts are high power advanced communication spacecrafts.
Spacecraft will carry maximum 92 numbers TWTA’s(Travelling Wave Tube Amplifier) on
board. To ensure on board performance of spacecraft, many tests on spacecraft are
essential on ground. To ensure spacecraft temperature with in acceptance limit on ground,
it is essential to realize suitable cooling systems.
Some of the keywords used in this document are defined as follows:
� ‘Department’ shall mean and include the President of India acting through the
Director, ISAC and any representative(s) of the Department duly authorized on his
behalf
� ‘Contractor’ shall mean the individual or firm or company whether incorporated or
not, chosen by Department among the bidders to this tender enquiry, undertaking
the works and shall include the legal personal representatives of such individuals or
the permitted assignee of such individual or firm(s) or company.
� ‘RFP’ shall means this Request for Proposal Document
5
� ���� �����������������������
General schematic diagram is given in Fig.1. There are two types of cooling systems:
a) Mobile cooling system
b) RF load panel cooling system
�� ��������������������
Mobile cooling system shall be used for cooling the payload panels of the spacecraft
with forced convection using air. Mobile cooling system shall consists of mobile Air
handling unit (AHU) which will take air from clean room and deliver cool air to
Spacecraft through end adapters at controlled humidity. Exhaust air from spacecraft will
be let out in the same clean room environment. An air distribution network shallCool aAir
supply from AHU will be brought in be used between92 nos.of flexible hoses, from
plenum, with and end adapters fixed at their ends. Finally,cool air will be injected inside
spacecraft through individual end adapters. These adaptors will be mounted on east and
west panels of the spacecraft. The specifications of the mobile cooling system are given
in section 3.1.
�� ���������������������������
RF load cooling system shall be used for cooling the RF load panels, attached to the
spacecraft, with a cooling jacket. The temperature of the cooling jacket shall be
maintained by circulating cold water from an external chiller unit. The RF load panels will
be mounted on the east and west sides of the spacecraft. The specifications of the RF
load panel cooling system are given in section 3.2.
�������������������
������� ����Are we asking for dehumidifier/humidifier in the AHU
6
� ������� �����!���"�#��$���%�%�"��$�!���"�����&���'"���(�)'"!'�
)"��� �* �$� )���(�'(�*#'� &��+",��� �* �$� '���� ��� !���"�#�
-�!.����� %�"���"�� ��% �(��*(�� �&� �� �����
����������������������������������
�� ��������������������/���0�
��� ���"#��� *���&�(���,"�������"�#��$���%�
Followings are the inputs for designing mobile cooling system:
S. No.
Description Specification
1. Source Air temperature to AHU (Ti)22 +/- 1 ºC (clean room
temperature)
1.2. Inlet air temperature (0C) to Spacecraft Ti22 ± 0.5 ºC(or clean
room temp ± 0.5)
3. Source air relative humidity (RH) to AHU 550 +/- 5 %
2.4. Inlet Air Relative Humidity (%) to Spacecraft 50 RH± 1+5/-0%
5. Inlet air quality to Spacecraft Same as source air
3.6. Inlet air mass flow rate (kg/s) to spacecraft 0.58 77 +10%/-0% kg/s( for 92 tubes)
4.7.
Max. allowed Spacecraft panel temperature (OC) : 60
Min. allowed Spacecraft panel temperature (OC) : 17
Location of inlet holes
Near every TWTA
5.8. Inlet hole diameter (mm ) in Spacecraft spacecraft for air circulation (approximately)
30 mm
6.9. Distance (mm) of inlet hole centre from East/West Panel edge (approximately)
~200 mm
7.10. Direction of impingement of air inside Spacecraft as shown in Fig.32
Normal to TWTAs
8.11. Material of fittings for air inlet injectors Aluminium alloy with red colour anodising.
9.12. No. of outlets from AHU unit 92
10.13. Inlet Diameter (mm) of above outlet from AHU(approximately)
~ 20 mm
11.14. Clamping & Laying design for flexible supply hose on ground
Refer Section 3.1.4
12.15. Material for flexible cooling tube Silicone or similar RF transparent material
13. Source Air temperature (0C) to AHU 22 +/- 1
���������������
������������� ���
������������� ���
7
S.No.
Description Specification
14. Source air RH(%) to AHU 55 +/- 5
15. Location of mobile AHU Near to spacecraft.
16. Location of Monitoring & Control panel Part of mobile AHU
17. Interface with Monitoring & Control panel RS 232
18. Air injection velocity (m/s) inside Spacecraft 10 +2.5/-0 m/s
19. Acceptable noise level from AHU ~<65db.
20. Total heat dissipation 10 kW ( 5 kW per panel)
��� �*,�$���%���&���,"�������"�#��$���%�
Mobile Cooling System consists of the following subsystems:
a) Mobile air handling unit
a)b) Air distribution network
b)c) Flexible supply hose
c)d) Control system
d)e) Control panel
e)f)End adapters
The specifications for the subsystems of mobile cooling system are provided in the
following subsections.
�������� ������� ��������������
S No.
SPECIFICATIONS DETAILS
1. Construction
• Single skin AHU Fabricated out of SS-304 Material, thickness typically 2mm.
• Mounted on mobile trolley.
• Mixing Chamber section, Fan section, Filter sections at the inlet with 5 micron filter, fan section, air collection section with VCD (Volume Control Damper).
• The fan to be mounted on anti vibration mounting to avoid transmission of
• vVibration.
���������������
�������������������
��������������������������������
�������������������
��������������������������������
�������������������
����������������������������������������������������������������� �� ������!
���������������
������������������"������#$#%&�����������
#$�&������������"�'�������� ������������#$�!&��
������������#$!&
8
S No.
SPECIFICATIONS DETAILS
• Air discharge shall be through flexible supply hoses from plenum of AHU.
• The fan should be designed to deliver themass flow rate of minimum 0.718m³/sec.
2. Fan discharge Minimum 0.975718 m³/sec
3. Air flow from Plenum to Spacecraft
Air flow through each of the outlets from plenum shall be uniform.
4. Static Pressure for fan 40 mm water gauge (Minimum)
5. Noise level 65dB or less when measured from 1.5m away
6. Size(LXBXH) ~1.5 m x 1.5m x 2.0 m
7. Weight ~400 kg.
8. Blower Centrifugal type with backward curved vanes
9. Capacity of motor 0.75 HP (Minimum.)
10. By pPass SystemValve
Bypass arrangement system shall consist of a built in control mechanism using Variable Air Volume (VAV) damper to regulate the required air flow from the plenumthrough built in controlled mechanism using Variable Air Volume (VAV) damper. The variable air volume damper shall be operated in a feedback control loop using Suitablea mass pressure flow sesensor to be provided at the plenum and interlocked with the variable air volume control damper to bypass the air directly from the plenum in the event of partial or full closing any of the 92 outlets. (Refer schematic )
11. Trolley
Trolley shall be fabricated out SS-304 material and wheel shall be PU castor wheel other than black colorcolour. Handle shall be provided to trolley to steer and move the AHU. Locking of the trolley shall be with lever locking arrangement without any jack.
12. Handling
Handling hookHandling hooks for crane handling with crane to be provided at suitable position.
Provision to handle with fork lift shall be provided.
������������������"������#$#%&�����������
#$�&
������� ����Actual vakue + 50 % Margin
������� ����
����������"���
������� ����
������� ����Basis for this value?
������� ����Is this required?
������� ����Is this required?
����������(������������
����������(������������
���������������
9
�������� ���������������� ����� ������������ ��
S No. SPECIFICATION DETAILS
1. TypeAir distribution network between plenum and end adapters shall be made of RF transparent flexible hoses.
2. Design
Air distribution network can be designed using the following optionsshall consist of two sections:
OPTION 1(Preferred)(Figure 3).
Air distribution system shall consist of the following sections:
• Section 1: This section shall consist
of four flexible header hoses of typically 100 mm diameter. Each flexible header hose shall beconnected between one of the outlets of the AHU plenum andconsisting of four header inlet of a distribution unit. The length of these hoses shall be 10metres (maximum) flexible hoses from plenum.
• Section 2: Each distribution unit shall
consist of one inlet of 100mm diameter and 23 outlets of 20 mm dia. Each outlet from the distribution unit shall be provided a manually operated valve to regulate air flow.
• Section 32: This section shall consist
of 92 flexible supply hoses of 20 mm diameter. Each flexible supply hose shall be connected between one of the outlets of the distribution unit and inlet of an end adapter. The length of these hoses shall be 10 metres (maximum).
OPTION 2(Figure 4)
• Plenum shall be provided with 92 outlets of 20mm diameter. Each of the 92 outlets shall be provided with a manual closing ball valve.
• 92 flexible hoses of diameter 20 mm and length 20m shall be
���������������
����������������������)��� ����
����������������������)��� ����
�����������������������������)��� ����
��������������������
����������"����*� �� ���������������"�'���
���� ������������#$�!&���������������#$!&
��������������������
��������������������
����������"����*� �� ���������������"�'������� ������������#$�!&���������������#$!&
��������������������
����������������������)��� ����
�����������������������������)��� ����
������������������"������#$�!&
����������"����*� �� ���������������"�'���
���� ������������#$!&���������������#$+!&
10
S No. SPECIFICATION DETAILS
connected from plenum outlets to end adapters.consisting of 92 flexible supply hoses from header hoses (23 Nos per header)
Refer Figure?
3. Air DistributionAir flow from each of the 92 supply hoses to spacecraftend adapters shall be uniform.
4. Interchangeability
OPTION 1
• All four header hoses and 92 supply hoses shall be interchangeable.
OPTION 2
• All 92 Nos. supply hoses shall be interchangeable.
1.5. Material
1.Silicone/ or similar RF transparent AND light weight material
2.Non RF transparent and light weight material.
2. Length(m) �15
3. Fluid Medium Air
Overall Length �15 m (from plenum to end adapters)
Diameter of header hoses
4. Diameter of supply hoses(mm) ~20 mm
5.6. Quantity (Nos.)Spares
OPTION 1
Header hoses: 2 Nos.
Supply hoses: 8 Nos.
OPTION 2
Supply hoses: 8 Nos 92+ spares (8)Header hoses: 2 Nos.
Supply hoses: 8 Nos.
6.7. Clamps Design of clamps to be done by Contractor for clamping & laying flexible supply hose on ground
8.
Manual Control Valve
Quantity (Nos.)
Type
Make
Size
End Connection
92 nos + spares (8)
Ball
Swagelok
To be specified by contractor
NPT
���������������
��������������������
������������������"������#$�!&
��������������������������#������
��������������������������#
����������"����*� �� ���������������"�'���
���� ������������#$�!&���������������#$!&
��������������������������#
������������������"������#$�!&
��������������������������#������
��������������������������#
����������"����*� �� ���������������"�'���
���� ������������#$�!&���������������#$!&
��������������������������#
�������������������
��������������������������������
����������(������������
������������������"������#$!&
�����������������������(������������
����������(������������
����������(� ,������������"������#$!&���(�
������� ��,� ���
������������������"������#$�!&
����������(������������
����������"����*� �� �������������"�����#$+!&������������"�'�������� ������������#$�!&
��������������#$!&
����������(������������
�����������������������(������������
������������������"������#$!&
�������������������
������� ����Cut-off method for supply hoses to be defined.
11
S No. SPECIFICATION DETAILS
9.
Mass flow sensor
Quantity (Nos.)
Size:
2 (Main) +1 (Redundant)+1 (Spare) Mass flow sensor to be installed for measuring quantum of air in the plenum and another mass flow sensor to measure the quantum of air being bypassed through the variable air volume damper.
To be specified by contractor
Note: Length of each of the 92 + 8 (spares)nos.of flexible supply hose shall be equal (15 m approx.)
���������������
12
�������� ���� ��������
S No. SPECIFICATIONS DETAILS
1.
Manual Control Valve
Quantity (Nos.)
Type
Make
Size
End Connection
92 nos + spares (8)
Ball
Swagelok
To be specified by contractor
NPT
2.
Mass flow sensor
Quantity (Nos.)
Size:
1(Main) +1 (Redundant)+1 (Spare)
To be specified by contractor
���������������� ���� ������
Control Panel shall accommodate main ON / OFF switch, protective devices such
as fuse/ELCB, indicators for voltage and current, alarm panel, monitors for
temperature, RH, pressure and flow rate. All indicators shall be digital.
S. No. SPECIFICATIONS DETAILS
1 Construction
The control panel shall be fabricated out of SS 304 , thickness 2mm (minimum) with branded Switch gears like Siemens/ Equivalent
2 Size (mm) of Electrical control panel
� 500 x 500 x 150 (tentative)
3 Weight (kg) ~20�
4 Location The control panel shall be located/provided at AHU for easy accessibility and convenience�
5 Parameters for monitoring in the control panel
Mobile AHU :
1. Temperature of Inlet air to Mobile AHU
2. RH of inlet air to Mobile AHU
3. AHU Plenum temperature
4. AHU Plenum RH
5. T1 – T12Temperatures from Spacecraft : (ThermocouplesT1 – T12 will be in the scope of the Department)Mass flow rate at the
����������������(������������������ �� ��
���������������������
������� ����Cut-off method for supply hoses to be defined.
���������������������
13
S. No. SPECIFICATIONS DETAILS
outlet of plenum
6. Voltage
7. Current
���������������� �������� ��
S. No. SPECIFICATIONS DETAILS
1 Material Aluminium
2 Fluid Medium Air
3 Dimensions As per Figure 5.drawing.
4 Quantity(Nos.) 92 + spares (8)
�� ���������������������������/���0�
�������"#��� *���&�(� �����������������"�#��$���%�
a) Total Heat dissipation (kW) = 8 kW (4kW per panel)
b) Maximum allowed RF Load panel temperature (oC)=60
c) Minimum allowed RF Load panel temperature (oC)=17
d)b) Acceptable noise level from chillers: ~65db.
e)c) Clamping design for flexible supply hose on ground: Refer Section
3.2.3
f) Clamping design for cooling jacket on Spacecraft: Refer Section 3.2.3
�����*,�$���%���&� �����������������"�#��$���%�
RF Load Panel consists of following subsystems:
a) Mobile Chiller
b) Control Panel
c) Flexible Supply duct
d) Cooling jacket
�������������������
������� �����Cooling jacket is ISRO responsibility.
�������������������
14
�������� �����!�� �
S No. SPECIFICATIONS DETAILS
1. TypeChiller with air-cooled refrigerating unit and circulation pump
1.2. RefrigerantOperating temperature range
CFC- and HCFC-free
Refrigerant R507 or equivalent.-10...40 °C
3. Control panel
In-built with digital display in English language
Control panel shall have provision to start and stop the chiller in addition to the built in safety features such as anti freeze cut out , high discharge cut out , overload protection etc.
Display for temperature, mass flow rate/velocity shall be made available on the control panel.
4. Safety classification Class I / NFL
5. Cooling capacity 11 kW at 15°C (minimum)
6. Flow rate 50 litre/min at 3.5 bar (minimum)
7. Automatic controlBoth internal and external temperature reference (pt100)
8. Reservoir volume 7 litre (minimum)
2. Temperature indication Digital
3. Temperature adjustment Automatic
4. Analogue Interface In/Out 4-20mA or 0-10V
5. Safety classification Class I / NFL
6. Cooling power at 15°C 11 kW (minimum)
7. Refrigeration machine
air-cooled, CFC- and
HCFC-free
Refrigerant R507 or equivalent.
8. Pressure drop
9. Overall dimensions( W X D x H) ~600x790x1614 mm
10. Net weight ~230 kg
11. Power supply (3 Phase) 415V ,3 Phase N 50Hz
������������������"������#&
15
S No. SPECIFICATIONS DETAILS
12. Fuse (3 phase) Suitable Rating
13. Environment temperature range -10 to 40 °C
14. Blow down system
As per block diagram provided by department (Figure 6)
Volume of tank shall be provided during pre-bid meeting(TBD).
13. Min. ambient temperature 5 °C
14. Max. ambient temperature 40 °C
15. Wheels Wheel shall be PU Castor wheel with other than black color.
16. Handling & Steering
Handling hook for handling with crane to be provided at suitable position
Provision to handle with fork lift shall be provided
Provision for steering with handle to be provided.
�������� ���� ��"���
S No.
SPECIFICATIONS DETAILS
1. Control Panel
Control panel shall have provision to start and stop the chiller in addition to the built in safety features such as anti freeze cut out , high discharge cut out , overload protection etc.
Display for mass flow rate/velocity shall be made available on the control panel.
2. Internal temperature sensor Pt100
���������������� �����#���������
S No. SPECIFICATION DETAILS
1. T TypeMaterial Non metallic hose/PVC with insulation
2. Length(m) �10
3. Fluid Medium Water
4. Diameter (mm) Diameter and quantity to be provided by vendor
���������������������
����������(������������
����������(� ,�����(��������� ��,� ���
16
5. Operating Pressure
6.5. Clamps
Design of clamps to be done by Contractor for clamping and laying flexible supply hose on ground as well as for clamping cooling jacket on Spacecraft
���������������� �������$�!������ %�!�
S No. SPECIFICATION DETAILS
1. Material of Cooling jacket for load panelType and model
SS 304L/CopperShall be specified by department during pre-bid meeting.
2. MakeFabrication SwagelokContractor shall fabricate as per design provided by Department.(TBD)
17
1 ���������2� 3�
The scope of the work and the demarcations of responsibilities between the department
and the Contractor in the realization of cooling systems are given in this chapter.
1� ������������� ������
The following are under the scope of the Department.
1�� �(��"%"��($����"#��
The preliminary design of both cooling systems has been carried out by the Department.
The system design inputs and specifications are given in detail in chapter 3. A joint design
review with Contractor will be conducted as detailed in 4.2.1.System design given is
minimum requirement.
1�� ��!*%����� �4"�)�
Upon award of contract and after design review, Contractor shall prepare drawings
and shall furnish final specifications of both cooling systems .The Department shall
review and approve the above documents prepared by contractor.
1� ������������� ���� �
The following are under the scope of the Contractor.
1�� ���"#��
As stated in chapter 4.1, upon award of contract, Contractor shall carry out design of
the both cooling systems. Within 15 days to 30 days of award of contract,
Department will organize a joint review meeting in which contractor’s
representative(s) shall participate. The objective of the design review is to finalize
specifications of both cooling systems. If the change proposed by Contractor is not
acceptable; the Department’s decision will be final.
1�� ����!�"����&��*,54����(�6�*,5����(�!��(��
The list of sub-vendors, along with their company profile, shall be provided in the
quotation. The list of sub-contractors, if any, through whom the Contractor proposes
to acquire the services for executing part of the work, shall also be given in the
quotation. The list of sub-vendors and sub-contractors is subject to review by
Department.
Nevertheless, the Department’s proposal or approval of sub-vendors and sub-
contractors shall not absolve the Contractor’s responsibility to comply with the
obligations of contract.
18
1�� �* �$��&�� �(���
The following spares shall be supplied along with the cooling system. The break up
prices of the spares shall be given in quotation.
�������� #�� ��� �������!���������%� ����������������!������������&�
For the materials used for both cooling systems, the contractor is responsible to
provide spare parts (like metal seat, body gasket) etc. For valves, fasteners and
consumables (like PTFE tape) to be replaced / used during installation and
commissioning. It is the responsibility of Contractor to account the required
quantity till the end of completion of commissioning.
�������� #�� ��� �������!���������%� ��� ������������������!&�
For the materials used in cooling system, the Contractor shall also supply the
spare parts (like seat inserts, body gasket) etc for valves, fasteners and
consumables and other applicable spares which are likely to be replaced / used
during operation and maintenance for a period of 4years after completion of
warranty period. The spare parts allocated for this purpose shall not be
consumed by the Contractor during installation and commissioning. List of spares
along with cost-breakup is to be provided by the Contractor along with quotation.
1�1 ��,("!��"���
All the fabrication shall be carried out at Contractor/Sub-Contractor’s factory. The
fabrication shall also include cleaning of the systems. All the consumables, tools etc
required for fabrication shall be arranged by Contractor/Sub-contractor.
1�7 ����"�#�8��� �!�"���
The tests for both cooling systems are described as follows:
�������� '����� �������&�
All the welded joints are to be subjected to Dye penetrant test (DPT).DPT shall
be carried out after fabrication at Contractor’s site and after installation at
Department’s site.
�������� (�� ������!�" ��� ����&�
All the fabricated hoses shall be subjected to hydrostatic pressure test at 1.5
times of MAWP.All the valves shall be subjected to pressure test with water (with
suitable corrosion inhibitor) at 1.1 times the maximum rated working pressure of
the particular pressure rating class of the valve.
19
�������� '�������������!����&�
Dimensional inspection shall be done wherever required. Inspection certificates
shall be produced for approval by Department
�������� ���!������)��� ���������&�
Functionality of all systems and sub-systems shall be verified at Contractor’s site
and certificates shall be produced for the same for approval by Department.
�������� " %� ���!� *�������&�
Contractor shall demonstrate performance of both cooling system at Contractor’s
site and Department’s site. Performance means both electrical as well as
mechanical tests. Any simulation models required for demonstration of tests shall
be realized by Contractor.
������+� ,������&�
All the joints shall be subjected to leak test at Contractor’s as well as
Department’s site. Test certificates shall be provided for approval by Department.
������-� ���������%��(.�����!�� �&�
Mobility of AHU and chiller shall be inspected by Department’s representative at
Contractor’s site before despatch of items.
������/� !� �!��!�!��&�
All electrical components and control elements need to be demonstrated for
nominal performance by testing.
1�9 �(��� �(���"���8�:����"�#�
All bought out and fabricated items etc shall be properly packed and transported to
the Department’s site at ISAC. The prices towards packing, handling, freight,
insurance etc. are to be borne by Contractor and shall be mentioned in quotation.
Upon receipt of consignment, Contractor shall unload and store the system at
Department’s site. For imported items, Contractor shall provide the list of items with
cost break up to be imported and Department shall provide Custom Duty Exemption
Certificate. The Contractor shall be responsible for customs clearance and
transportation of items from seaport/airport to ISAC.
1�; ��� ��!'�
The Contractor shall arrange to despatch the items on FOR ISAC basis
20
The ultimate consignee shall be as follows:
Purchase & Stores Officer
ISRO Satellite Centre (ISAC)
Bangalore
Karnataka,India.
1�< ��!."�#�
The Contractor shall pack and crate the items in such a manner so as to protect
them from damage and deterioration during transportation. The Contractor shall be
held responsible for all damages due to improper packing, transportation, unloading
and handling.
1�= ��������"���8���%%"��"��"�#�
The cooling systems shall be installed and commissioned by the Contractor as per
the functional requirements specified by Department in RFP.
21
7 �>���������:������
The total work period, reckoned from the date of award of contract to the date of
commissioning and final acceptance of the system shall be tentatively 3 months. The bidder
shall indicate, in the quotation, the schedules for various work phases, which shall not
exceed the overall period. Upon award of contract and before commencement of work, the
Contractor shall prepare a detailed and comprehensive schedule for review and approval
by the Department.
22
9 �������������
The following documents are to be provided by the Contractor in English at different phases
specified thereupon.
9� ������2�:�?��������
The following documents shall be provided along with quotation:
a) A complete clause wise technical compliance statement along with supporting
catalogues of the products quoted.
b) Bidder profile as per clause 11.3.
9� ������ �@�2�
The following documents are to be provided after design review:
a) Schematic Drawing of both cooling systems.
b) Drawing of end adapter
c) Detailed Specifications of sub-systems of both cooling system.
d) Detailed drawing of both cooling systems.
9� � �5�:������ �@�2�
During Pre-shipment review, the following documents to be provided:
a) Fabrication drawings
b) Material Test certificates and inspection reports of fabrication
c) Instruction manuals for installation, operation, maintenance and troubleshooting
of all equipments.
91 �����������
At the end of commissioning, the following documents shall be submitted:
a) Final acceptance report
b) Warranty certificate
23
; 2� �����
The Contractor shall provide warranty for the performance of the system for a period of 12
months from the date of final acceptance (after commissioning) of the system at
Department’s site.
24
< ���������������������� ����
The Contractor shall provide Non comprehensive Annual Maintenance Contract for a period
of 4 years after completion of warranty period.
25
= ���� ������������
=� ��� ���� �������
The contract to be entered into shall convey the final agreement between the
Department and the Contractor on the terms and conditions and be a complete and
exclusive statement of the terms of the agreement.
In the event of conflicts between general conditions of Contract and the specification
furnished by Department, the latter will take precedence.
=� ��������������:��2� 3�
This Contract may be amended or modified only in writing signed by both parties or their
duly authorized agents or representatives by a change order issued by the Department
and accepted by the Contractor, pursuant to the terms stated therein. Any modification
including addition or deletion of specifications can be done by mutual agreement
between Department and contractor for the better performance of both systems.
However, Department’s decision will be final.
=� � �� �����
Except matters in respect of which the decision of the Department is final as a specified
in the Contract, any dispute, disagreement or question arising out of or relating to or in
consequence of the work or fulfilment or the validity of the enforcement thereof which
cannot be settled mutually, shall within 30 days from the date that either party informs
the other in writing that such dispute or disagreement exists, be referred to arbitration.
The Arbitrator shall be a serving Law officer of the rank of Joint Secretary to the
Government of India. The arbitration proceedings shall be in compliance with the
Arbitration and Conciliation Act 1996.The performance under this work shall continue
during arbitration proceedings and no payment due or payable by the Department will
be with held unless any such payment is or forms part of the subject matter of the
arbitration proceedings.
26
�A ��� �������������� ��
The proposals are invited as sealed quotations on behalf of the President of India by the
Head, Purchase &Stores,ISAC,Bangalore, from reputed Contractors of high competence for
the following work for ISAC, Bangalore, India.
�A� ���������2� 3�
The scope of work includes design, fabrication, testing, installation and commissioning
of both cooling systems as per the specification mentioned in this document. The
bidder is required to submit quotation for the entire works mentioned herein. The
incomplete quotations shall be summarily rejected .The deviation, if any, in the
bidder’s proposal with respect to this document shall be explicitly mentioned in the
schedule of deviations to be provided in the quotation. Deviations, if any, from the
specifications offered by the bidder shall be justified by relative merit of the proposal. If
the bidder does not mention any deviation, it shall be construed by the Department that
the bidder agrees to comply with each and every aspect of this document.
�A�� �(��,"��%���"�#�
1. Date of the floating of tender or publishing of tender in newspaper is assumed to
be T0.
2. Working days shall exclude Saturday, Sunday and any other Government
holiday.
3. Within 10 working days from the date of floating of tender (T0+10), interested
Bidders shall provide complete details to Purchase fulfilling the requisite
conditions to be eligible and participate in the tender. Details provided by Bidders
shall include Bidder’s address, full name of the person/s (who are duly authorized
on behalf of the Bidder) attending pre-bid meeting, Contact email-id, Contact
number including mobile and landline number. This will facilitate to arrange entry
passes in advance to enter the campus for attending the pre-bid meeting.
4. 16th working day from the date of floating of tender (T0+16), it is proposed to brief
all Bidders on the requirement of this RFP at ISRO, ISITE, Marathahalli,
Bangalore – 560 037. It is mandatory for all the Bidders to attend and participate
in this meeting. Pre-bid meeting will be from 0900 Hrs to 1630 hrs. Bidders shall
come prepared for the second day in case of extension of technical discussion
being continued. NO OFFER WILL BE ACCEPTED FROM BIDDER/S WHO
HAVE NOT PARTICIPATED IN THE PRE-BID MEETING. Any clarification/s
����������������(�������
����������(,� �����"�'�������
(,� ������-����������.��/������ ���������
����,�����"������ ������������#$!&��������������#$+!&
����������������(�������
27
required from Department regarding this requirement shall be sought during the
pre-bid meeting.
5. If in any case , Pre-bid meeting is cancelled on 16th working day from the date of
floating of tender (T0+16), Department shall intimate all Bidders 3 days in
advance regarding cancellation of the meeting and new date for the pre-bid
meeting.
6. Bidders shall submit their quotation on or before T+40 days from the date of
floating of tender (T0)
14th day (if it happens to be a holiday, next working day)from the date of
floating of tender, it is proposed to brief all bidders on the requirement of this
RFP at ISRO, ISITE, Marathalli.It is mandatory for all the bidders to attend and
participate in this meeting. NO OFFER WILL BE ACCEPTED FROM VENDOR
NOT PARTICIPATING IN THE PRE BID MEETING.
Any clarification required from Department regarding this requirement shall be
furnished during this meeting.
�A�� �� �����?��������
The quotation shall be submitted in 2 separate sealed covers as follows:
�A��" ��!'�"!�������!�%%�(!"���B*����"���
The first cover shall contain the technical and commercial aspects along with the
format of price quotation without price. The first cover shall be super-scribed as
“Technical and commercial quotation for GSAT-11/ I6K Cooling systems ,
Enquiry No:________,Due on _______”
�A��"" �("!��B*����"���
The second cover shall contain the prices.The prices shall be quoted in figures as
well as in words.The second cover shall be super-scribed as “Price quotation
forGSAT-11/ I6K Cooling systems.Enquiry No:________,Due on _______”.
The first sealed cover containing the technical and commercial aspects shall be
opened first. The price regulator and the revision in prices thereof if any, submitted
subsequently based on authorization from the Department shall be opened only after
the evaluation of the technical and commercial quotation. The bidder not quoting for
this enquiry shall return the tender documents to the Head Purchase & Stores ,
ISAC, Bangalore within 15 days from due date of opening.
����������������(�������
����������(,� �����"�'�������
(,� ������-������������/������ ���������
����,�����"������ �������������&���������������$�!&
����������(,� �����"�'����.��(,� ������-����������������/������ ���������
����,�����0������� �������������$1.&���������
������$+!&
����������(,� �����"�'����.��(,� ������-����������������/������ ���������
����,�����0������� �������������$1.&���������
������$+!&
28
All corrections shall be attested by initials of the bidder with date.
�A�, � ����
The bidder shall quote firm and fixed prices valid during the currency of the Contract till
commissioning and final acceptance of the systems to the satisfaction of the
Department. The prices shall include all taxes, levies like octroi , duties, taxes, royalties,
permit charges etc. levied by any central , state, local or other Governments authority,
which the Contractor is required to pay in any country as well as in India with reference
to fabrication , purchase , transportation up to the delivery point stated in this document.
Price bid shall also include clear list of deliverables.
�A��" �"�������� �$%����C�
Payment terms and conditions shall be mutually discussed between Department and
Contractor. However, Department’s decision will be final.
Validity: The quoted price should be valid for a minimum period of 6 months on the
date of opening of the technical and commercial quotation.
�A1! ���� D��� �����
The bidder shall elaborately bring out in their quotation their company profile, which
shall be commensurate with level demanded for the execution of the work specified in
this document. The details shall include the following:
a) Previous experience in the execution of the projects of the nature and quantum on
par with those specified in this document.
b) Clientele, specifying the clients to whom they have executed works of nature similar
to that specified in this document. The address, telephone , fax, e-mail, and contact
person of the clients shall also be specified.
c) Quality management system: If any bidder is certified for ISO 9001:2008 quality
management system, a copy of the certificate by the accreditation agency shall be
submitted.
����������(,� �����"�'�������
(,� ������-������������/������ ��������� ����,�����"������ �������������&��������������
�$�!&
����������(,� �����"�'����.��
(,� ������-����������������/������ ���������
����,�����0������� �������������$1.&���������������$+!&
����������(,� �����"�'�������(,� ������-������������/������ ���������
����,�����"������ �������������&��������������
�$�!&
29
PRICE FORMAT
S No. Item Chapter to be
referred Quantity
Unit price
Total
1. Design 4.2.1
2. Testing& Inspection 4.2.5
3. Installation & Commissioning 4.2.9
4. Spares for installation & commissioning(*)
4.2.3.14
5. Spares for operation and maintenance(*)
4.2.3.24
6. Mobile cooling system (*) 3.12
7. RF Load Panel Cooling System (*)
3.12
8. Packing 4.2.78
9. Transportation & handling 4.2.76
10. Taxies, duties etc. 11.2
11. Annual Maintenance Cost 8
12. Other costs
PRICE FORMAT
(*)Attach separate sheets for break up details.
�
�
�
�