Upload
vodieu
View
242
Download
0
Embed Size (px)
Citation preview
Note: - 1. Full details and specifications of the items and general instructions to be followed
regarding submission of tenders are indicated in the tender documents.
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, Purchase Unit-I, Main Purchase, RFF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph: 0471-2563139.
For Sl. No. 2 : Sr. Purchase & Stores Officer, Purchase Unit-II, AVN Purchase, ATF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph : 0471-2565141.
For Sl. No. 3 : Sr. Purchase & Stores Officer, Purchase Unit-III, PRSO Purchase, RFF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph : 0471-2563775.
For Sl. No. 4 & 5 : Sr. Purchase & Stores Officer, Purchase Unit-V, MME Purchase, RFF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph : 0471-2562831.
While requesting for Tender Documents please indicate on the envelope as “Request for Tender Documents- Tender No……….. dt……………”.
3. Tender Fee (Rs. 573/- per tender) 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 : Sr. Accounts Officer, Main Accounts, VSSC (for item under Sl. No. 1), Sr. Accounts Officer, AVN Accounts, VSSC (for item under Sl. No. 2), Accounts Officer, PRSO Accounts, VSSC (for item under Sl. No.3) & Sr. Accounts Officer, MME Accounts, VSSC (for item under Sl. No. 4 & 5)payable at State Bank of India, Thumba Branch, Thiruvananthapuram – 695 022 [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 superscripted with Tender
No. and Due Date and to be sent to the following address.
For Sl. No. 1 : Sr. Purchase & Stores Officer, Purchase Unit-I, Main Purchase, RFF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph: 0471-2563139.
For Sl. No. 2 : Sr. Purchase & Stores Officer, Purchase Unit-II, AVN Purchase, ATF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph : 0471-2565141.
For Sl. No. 3 : Sr. Purchase & Stores Officer, Purchase Unit-III, PRSO Purchase, RFF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph : 0471-2563775.
For Sl. No. 4 & 5 : Sr. Purchase & Stores Officer, Purchase Unit-V, MME Purchase, RFF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph : 0471-2562831.
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.
Annexure-II
General Terms and Conditions
1. VSSC has a right to cancel the tender without assigning any reason etc,
thereof.
2. EMD: The vendors who are not registered with VSSC, shall submit an
EMD (Earnest Money Deposit) or Bid Security in the form of
DD/Banker’s Cheque/Fixed Deposit Receipt for Rs. 50,000/-. The EMD of
the unsuccessful vendor will be returned without any interest within 30
days from the date of finalization. Foreign vendors, registered vendors or
vendors who have already applied for renewal of registration, Central
PSUs/PSEs/Autonomous Bodies, Micro & Small Vendors, Vendors
registered with NSIC etc., shall be exempted from payment of EMD.
Vendors seeking exemption from payment of EMD shall submit necessary
proof like registration number (vendor code), etc. The quotation submitted
by unregistered vendor without EMD will not be considered. The EMD
submitted by unregistered vendors will be forfeited in the case of
withdrawal of quotation or amendments in quotation or any such deviation
in a later period.
3. SECURITY DEPOSIT: The successful Vendor shall submit a Security
Deposit @ 10% of the order value at the option of the Purchaser within the
specified period, failing which will leads to breach of Contract, forfeiture
of EMD, Risk Purchase, Compensation for damages any thereby etc. The
SD shall be valid for a period of 60 days beyond the delivery date. The SD
will be returned without any interest within 30 days after completion and
acceptance of all contractual obligations.
4. SHORT CLOSING/ TERMINATION: VSSC reserves the right to
terminate the Contract wholly or partially in the event of continued non-
performance of the Contract resulting in ordinate delay schedule. The
termination shall be on mutually agreed conditions by giving ONE
month’s notice in writing.
5. ARBITRATION: All disputes, differences, claims and demands arising
under or pursuant to this agreement shall be referred to Arbitration of a
sole Arbitrator to be appointed by Director, VSSC. Arbitration shall be
held in Trivandrum and shall be subjected to and governed by the
provisions of the Arbitration and Conciliation Act 1996 or any statutory
modifications or re enactment thereof.
6. PARALLEL/ADHOC CONTRACTS: VSSC reserves the right to enter
into Parallel/ Adhoc Contract simultaneously or at any time during the said
period with one or more agencies.
7. FORCE MAJEURE : Should a part or whole of the items covered by this
contract be delayed in delivery due to reason of force majeure condition
which shall include lockouts, strikes, riots, civil commotion fire ,
accidents, acts of God and War, stoppage of deliveries by Govt. etc. each
party undertakes to advise the other as soon as it becomes away of the
circumstances of such force majeure, so that action under the provisions of
this order can be mutually reviewed and agreed upon between the party
and VSSC. If the force majeure condition extended over a period of six
months both the parties of the order shall mutually discuss and arrive at an
agreement for the continuation or termination of the order.
8. FALL CLAUSE: The prices charged for the stores shall in no event
exceed the lowest rates at which you supply spares of identical description
to any other party during the period of this contract. If at any time, during
the said period, you reduce the rates of such spares to any other customers,
it shall be forthwith notified to VSSC and the charges payable under the
contract for the supply done after the date of coming into force of such
reduction of rates shall stand correspondingly reduced.
Form No. P003
GOVERNMENT OF INDIA DEPARTMENT OF SPACE
VIKRAM SARABHAI SPACE CENTRE
PURCHASE UNIT I, MAIN PURCHASE, RFF AREA
ISRO PO, Thiruvananthapuram – 695 022
INVITATION TO TENDER
To M/s. ………………………………… ………………………………………. Dear Sir,
The Sr. Head, Purchase & Stores / Purchase Officer for and on behalf of the President of India (The Purchaser) invites sealed tender for the supply of stores detailed in the tender form here to annexed. The conditions of contract which will govern any contract made are printed on the reverse / enclosed. If you are in a position to quote for the supply in accordance with the stated requirements, please submit your quotation in the attached tender form. Your tender must reach us on or before the due date and time as indicated in the attached tender schedule.
Yours faithfully,
For and on behalf of the President of India (The Purchaser)
INSTRUCTIONS TO TENDERS
1. Tenders should be sent in sealed envelopes superscribing the relevant tender No. and the due date of opening.
Only one tender should be sent in each envelope. 2. Late tenders will not be considered. 3. Sales Tax / VAT and / or other duties / levies where legally leviable and intended to be claimed should be
distinctly shown separately in the tender. 4. As a Government of India Department this office is exempted from the payment of Octroi and similar local levies.
Tenderers shall ensure that necessary exemption certificates are obtained by them from the Purchase Officer concerned to avoid any payment of such levies.
5. a) Your quotation should be valid for 90 days from the date of opening of the tender. b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations
are given in terms of units other than those specified in the tender form relationship between the two sets of units must be furnished.
6. Preference will be given to those tenders offering supplies from ready stocks and on basis of FOR destination / delivery at site.
7. a) All available technical literature catalogues and other data in support of the specifications and details of the items should be furnished along with the offer.
b) Samples if called for, should be submitted free of all charges by the tenderer and the Purchaser shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender will have to remove the samples at his own expense.
c) Approximate net and gross weight of the items offered shall be indicated in your offer, if dimensional details are available the same should also be indicated in your offer.
d) Specifications :- Stores offered should strictly conform to our specifications. Deviations, if any should be clearly indicated by the tenderer in their quotation. The tenderer should also indicate the Make / Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary along with the quotations. Test Certificate wherever necessary should be forwarded along with supplies. Whenever options are called for in our specifications, the tenderer should address all such options. Wherever specifically mentioned by us the tenderer could suggest changes to specifications with appropriate response for the same.
8. The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance
of the whole or any part of the tender or portions of the quantity offered and the tenderer shall supply the same at the rates quoted.
9. Corrections, if any must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amounts quoted in words and figures, amount quoted in words shall prevail.
10. The tenderer should supply along with his tender, the name of his bankers as well as the latest Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser.
11. The Purchaser reserves the right to place order on the successful tenderer for additional quantity up to 25% of the quantity offered by them at the rates quoted.
12. The authority of the person signing the tender, if called for should be produced.
TERMS AND CONDITONS OF CONTRACT
1. Definitions :- a) The term ‘Purchaser’ shall mean the President of India or his successors or assigns. b) The term ‘Contractor’ shall mean, the person, firm or company with whom or with which the Order for the
supply of stores is placed and shall be deemed to include the Contractor’s successors, representatives, heirs, executers and administrators unless excluded by the contract.
c) The term ‘Stores’ shall mean, what Contractor agrees to supply under the contract as specified in the Purchase Order including erection of plant and machinery and subsequent testing should such a condition be included in the Purchase Order.
d) The term ‘Purchase Order’ shall mean, the communication signed on behalf of the Purchaser by an Officer duly authorized intimating the acceptance on behalf of the purchaser on the terms and conditions mentioned or referred to in the said communication accepting the Tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof.
2. Prices Tenders offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotations with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at a time of tendering and also the formula for any such variations.
3. Security Deposit On acceptance of tender, the Contractor shall, at the option of the Purchaser and within the period specified by him deposit with him in cash or in any other form as the Purchaser may determine security deposit not exceeding ten percent of the value of the contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, ‘Security’ and the Contractor fails to provide the security with in the period specified, such failure shall constitute a breach of the contract and the Purchaser shall be entitled to make other arrangement for the re-purchase of the stores contracted for at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and / or to recover from the Contractor damages arising from such cancellation.
4. Guarantee and Replacement a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down,
for material, workmanship and performance. b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any
defects therein found to have developed under proper use, arising from faulty stores design or workmanship Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any part thereof are faulty.
c) If in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months from the date of acceptance thereof.
d) The Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores.
e) The decision of the Purchaser not withstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defects has developed within the said period of 12 months or as to whether nature of the defects requires renewal or replacement, shall be final, conclusive and binding on the Contractor.
f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the Purchaser furnish a Bank Guarantee (as prescribed by the Purchaser) from a Bank approved by the Purchaser from an amount equivalent to 10% of the value of the contract along with first shipment documents. On the performance and completion of the contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest.
g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of store at purchaser’s site.
h) Even While the 12 months guarantee applies to all stores in case where a greater period is called for by our specifications then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be asked for guarantee period plus two months.
5. Packing, Forwarding & Insurance The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done by and at the expense of the Contractor. The Purchaser will not pay separately for
transit insurance all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition in accordance with the contract.
6. Despatches The Contractor is responsible for obtaining a clear receipt from the transport authorities specifying the goods dispatched. The consignment should be despatched with clear Railway Receipt / Lorry Receipt. If sent in any other mode it is at the risk of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on said to contain basis. Purchase shall pay for only such stores as are actually received by them in accordance with the contract.
7. Test Certificate Whenever required, test certificates should be sent along with the despatch documents.
8. Acceptance of stores a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the
Purchaser at the contractor’s own risk, expense and cost. b) It is expressly agreed that the acceptance of the stores contracted for is subject to final approval by the
Purchaser, whose decision shall be final. c) If, in the opinion of the Purchaser all or any of the stores that do not meet the performance or quality
requirements specified in the purchase order, they may be either rejected or accepted at a price to be fixed by the Purchaser and his decision as to rejection and the prices to be fixed shall be final binding on the Contractor.
d) If the whole or any part of the stores supplied are rejected in accordance with Clause No. 8 (c) above the Purchaser shall be at liberty with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor, stores meeting the necessary performance and quality contracted for in place of those rejected, provided that either the purchase or the agreement to purchase from another supplier is made within six months from the date of rejection of the stores as aforesaid.
9. Rejected stores Rejected stores will remain at destination at the contractor’s risk and responsibility, if instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the Purchaser or his representative has, at his discretion the right to scrap or sell or consign the rejected stores to contractor’s address at the contractor’s entire risk and expense Freight being payable by the Contractor at actuals.
10. Delivery a) The time for and the date of delivery of the stores stipulated in the purchase order shall be deemed to be
essence of the contract and delivery must be completed on or before the specified dates. b) Should the Contractor fail to deliver the stores or any consignment there of within the period prescribed for
such delivery, the Purchaser shall be entitled at his option either. i. to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum of 0.5% per
week subject to a maximum of 10% of the order value. or ii. to purchase elsewhere, without notice to the Contractor on the account and at the risk of the Contractor the
stores not delivered or others of a similar description (where others exactly complying with the particulars, are not in the opinion of the Purchaser readily procurable, such opinion being final) without cancelling the contract in respect of the consignment (s) not yet due for delivery, or
iii. to cancel the contract of a portion thereof and if so desired to purchase or authorize the purchase of stores not so delivered or others of a similar description (where others exactly complying with the particulars are not in the opinion of the Purchaser readily procurable such opinion final) at the risk and cost of the Contractor.
In the event of action being taken under sub-clause (ii) & (iii) of clause 10 above, the Contractor, shall be liable for any loss which the Purchaser may sustain on that account, provided that the re-purchase, or if there is an agreement to re purchase then such agreements is made within six months from the date of such failure. But the Contractor shall not be entitled to any gain on such re-purchase made against default. The manner and method of such re-purchase shall be at the discretion of the Purchaser, whose decision shall be final. It shall not be necessary for the Purchaser to serve a notice of such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the Purchaser to recover damages or breach of contract by the Contractor.
11. Extension of time As soon as it is apparent that contract dates cannot be adhered to an application shall be sent by the Contractor to the Purchaser if failure, on the part of the Contractor to deliver the stores in proper time shall have arisen from any cause which the Purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow, such additional time as be considers it to be justified by circumstances of the case without prejudice to the purchaser’s rights to recover liquidated damages under clause 10 thereof.
12. Erection of Plant & Machinery Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the contract and in case of Contractor fails to carry out the erection as and when called upon to do so within the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through any source of his
choice. In such an event, the Contractor shall be liable to bear any additional expenditure that the Purchaser is liable to incur towards erection. The Contractor shall, however, not be entitled to any gain due to such an action by the Purchaser.
13. Payment
Contractor’s bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser.
14. Mode of payment Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials.
15. Recovery of sums due Whenever any claim for the payment of whether liquidated or not, money arising out of under this contract against the Contractor, the Purchaser shall be entitled to recover such sum by appropriating. In part or whole the security deposited by the Contractor, if a security is taken against the contract. In the event of the security being insufficient or if no security has been taken from the Contractor, then the balance or the total sum recoverable, as the case may be, shall be deducted from any sum then due or which at any time thereafter may become due to the Contractor under this or any other contract with the Purchaser. Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the Purchaser on demand the remaining balance due. Similarly, if the Purchaser has or makes any claim, whether liquidated or not, against the Contractor under any other contract with the Purchaser, the payment of all moneys payable under the contract to the Contractor including the security deposit shall be with-held till such claims of the Purchaser are finally adjudicated upon and paid by the Contractor.
16. Indemnity The Contractor shall warrant and be deemed to have warranted that all stores supplied against this contract are free and clean of infringement of any Patent, Copyright or Trademark, and shall at all times indemnity the Purchaser against all claims which may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for sufficiency of all means used by him for the fulfillment of the contract.
17. Arbitration In the event of any question, dispute or difference arising under these conditions or any conditions contained in the purchase order or in connection with this contract, (except as to any matter the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration of the Head of the Purchase office or of some other person appointed by him. It will be no objection that the Arbitrator is a Government servant, that he had to deal with matter to which the contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the Arbitrator shall be final and binding on the parties of this contract. It is a term of this contract a) If the arbitrator be the Head of the Purchase Office (i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his
successor-in-office either to proceed with reference himself, or to appoint another person as Arbitrator, or (ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful or the Head of the
Purchase Office to appoint another person as arbitrator, or b) If the arbitrator be a person appointed by the Head of the Purchase Office in the event of his dying, neglecting
or refusing to act or resigning or being unable to act, for any reason it shall be lawful for the Head of the Purchase office either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing Arbitrator.
Subject as aforesaid the Arbitration and Conciliation Act 1996 and the rules thereunder and any statutory modifications there of for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as Purchaser is his absolute discretion may determine. Work under the contract shall, if reasonably possible continue during Arbitration proceedings.
18. Counter Terms and Condition of Suppliers Where counter terms and conditions / printed or cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained.
19. Security for Purchaser’s Materials Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the Purchaser towards adequate security for the materials / property provided by the Purchaser for the due execution of the contract.
20. ARBITRATION:
In the event of any question, dispute or difference arising under these conditions or any conditions contained in the Purchase Order or in connection with this Contract (except as to any matter the decision of which is specially provided for by these conditions), the same shall be referred to the sole arbitration of the Head of the Purchase office or some other person appointed by him. It will be no objection that the arbitrator is a Government servant that he had to deal with matter to which the Contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this Contract.
If the arbitrator be the Head of the Centre/Unit – (i) In the event of his being transferred or vacating his office by resignation or otherwise, it
shall be lawful for his successor-in-office either to proceed with reference himself, or to appoint another person as arbitrator, or
(ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful for
the Head of the Centre/Unit to appoint another person as arbitrator.
If the arbitrator be a person appointed by the Head of the Purchase Office – In the event of his dying, neglecting or refusing to act or resigning or being unable to act, for any reason, it shall be lawful for the Head of the Centre/Unit either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing arbitrator.
Subject as aforesaid the Arbitration & Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible, continue during arbitration proceedings.
In the event of any dispute or difference relating to the interpretation and application for the provisions of the Contracts, such dispute or difference shall be referred by either party to Arbitration of one of the Arbitrations in the Department of Public Enterprises. The Arbitration Act 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute provided however any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs. Ministry of Law & Justice, Govt. of India. Upon such reference, the dispute shall be decided by the Law Secretary or the Special Secretary / Additional Secretary when so authorized by the Law Secretary, whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally, the cost of arbitration as intimated by Arbitrator.
21. Your quotation should be valid for 90 days from the date of opening of the tender or any other period as specified in the tender enquiry. Offer with validity lesser than that specified is liable for exclusion from the procurement process.
1
Tender No. 9301-2015-3683-01
Annexure – 1
RFP for “Design, supply, installation and commissioning of a Clean Room having two partitions: (i) Class - 100,000 (ISO-8), (ii) Class - 10000 (ISO-7): both should have Class - 1000 (ISO-6) workbenches. Specs and conditions as per Annexures 1 - 4”Involving Plumbing, Electrical, HVAC and Allied Works at Room No 168 on theFirst Floor of Space Physics Laboratory Main Block,Vikram Sarabhai Space Centre, Thiruvananthapuram.
1. Design Philosophy and Technical Details
Space Physics Laboratory(SPL), Vikram Sarabhai Space Centre intends to build a Clean Room
facility on for its activities over a floor area of about 1050 sq. feet in an already finished lab-space
with antistatic flooring located on the first floor of the main block of Space Physics Laboratory on a
turnkey basis.
The following systems/activities are to be considered in the scope of work. This is only a broad
mention about the activities and not a comprehensive one and the bidder has to use his expertise
for the proper understanding of the work before submitting their proposal: better after a site visit.
1. Building the clean rooms with the right type of panels (above a height of 1.2m prefer
toughened glass with suitable thickness)for the walls as well as the ceiling.
2. Electrification
(a) Electrification of the clean rooms for the Heating Ventilation and Air Conditioning
(HVAC)system. – Existing electrical power points located at the HVAC plant room
may be usedfor the plants.
(b) Lighting and the lab equipments power points at the existing walls and ceiling.
- Twin tube light fittings at the ceiling - 20 Nos.
- Switch module 5 switches + 5A socket - 2 Nos.
- Switch module 1 switch - 1 No.
- Socket module, 5A socket with control - 4 Nos.
- Socket module 2, 5A socket with controls - 2 Nos.
- Twin Network port - 14 Nos.
- 32A reroll socket with ELCB switch - 4 Nos.
- Power distribution board - 1 No
- 15A socket with control - 9Nos.
All these existing points are to berelocated and finally fixedto the clean room wall panels and the
ceiling.
2
3. An efficient HVAC system which can meet the rigorous demands of air pressure, air velocity,
humidity and temperature regime for the cleanrooms of this type. (As per the detailed
specification enclosed as Annexure- 2).
4. An efficient Building Management System (BMS) which manages and controls the various
parameters liketemperatures, pressures, humidity and air velocity in the clean room.
5. Supply of cleanroom furniture like garment storage,fume hood, pass boxes, etc.
6. Minor civil works for the installation of the HVAC system.
7. Instrumentation in the form of magnehelic gauges in the cleanrooms for indication of room
pressures.
8. The existing fire alarms control system may be suitably modified and integrate with the clean
room.
9. Door Interlocks, communication system, telephone & networking terminals,CCTV, Dynamic
pass boxes.
10. Validation of the facility for the parameters at rest condition of design carried out in the
presence of SPL approved validators.
11. Air lock system should be provided at the emergency door near to corridor.
12. Certification:Standard certification of the clean rooms as per Class 10 K (ISO - 7) and100 K
(ISO - 8) as per ISO 14644-1, ISO14644-2, and FS209EU using NIST traceable calibrated
instruments, Particle count, Room differential air pressure, HEPA Airflow withVelgrid,
Temperature, Humidity, Detailed test report with data map, Mountable inspection certificate.
The following pages describe the requirements of the SPL with respect to the space, layout, inside
temperature conditions, pressure regimefor containment and others are enumerated in detail from
which a detailed design can be submitted by the prospective vendors.
1.1 Facility layout
A single line layout of the area of proposed labs is enclosed. Before submission of tender document
to the Department, the vendor can visit thesite and confirm with dimensions, etc.
Room No. 168 of size 28 feet (width) ×37.5 feet (length) ×9 feet (height-floor to false ceiling) to be
utilized for the building of two vertical laminar flow recirculating clean rooms as per the schematic
given in Pages8-9.Theyare of(1)Class 10,000 (ISO 7) Standard of area about 40% of the
existingand (2)Class 100,000 (ISO 8)standard of remaining 60%. Also, the clean room facility shall
have a utility area for clean room administration with the accessibility of Building Management
System on the desktop, a gowning area, two pass boxes,etc. built around1050 sq. feet area. It is the
responsibility of the vendor to dismantle the existing false ceiling and associated accessories like
light fittings, AC ducts, relocation of fire sensors, cables, ceiling tiles, temporary relocation of
existing light fittings, power sockets, power distribution boards, switches etc.
3
The cleanrooms shall have progressive positive pressure in the order Class 10 K �100 K �utility. A
clean room classification as per the enclosed layout is to be followed with clean rooms from ISO
class 7 to ISO Class 8. (all at rest conditions).
The entry to cleanrooms shall be through a common room/Air Lockas per the layout on Page 8-9.
The clean rooms shall have one entry change room through which the researcher will be able to
follow a strictdress change and gowning routine. The station for the Building Management System
(BMS) can be housed in the Service Area.
1.2 Construction of the facility
The whole clean room facility shall be constructed with wall panels and ceiling panels of fire
retardanttype that generally used for clean room application butbuilt stronger to withstand rigors of a
containmentfacility.
The emergency doors in the corridoropening to the Atrium shall be constructed for leak proof service
with drop seal and side seals.
The wall and ceiling panels for clean room construction shall have provision for penetration forthe
service lines and utilities and at the same time, such penetrations, should be compatible for leak-
proof sealing.
All the cleanroom equipment requires power outlets on the wall panels as source of power. Most of
them are single phase/3 phase power sockets or outlets from the existing power pointsof raw power
and UPS power. These power boards are to be relocated inside the clean-rooms on the wall panels.
1.3 The HVAC system
The HVAC design is vital to give the researchers the re-assurance of a good containment. Similarly,
for the cleanroom areas, a graded positive pressure will give the researchers the required re-
assurance on cleanliness.
Temperature for cleanrooms having cleanliness class ISO class 7 and 8 is required to be 22° ±
2degrees Celsius and relative humidity not more than 60%. The HVAC system shall be re-
circulatory. Return air riser / return air chase shall be provided to re-circulate the room air back to
supply air. Terminal filters provided at the supply air grilles can give the filtration. Care has to be
taken to design the filter housings for integrity test of the filter, be it particle counts or the DOP tests.
Annual filter integrity tests are a must for lab operation as a matter of lab validation. Magnehelic
gauges of the right pressure ranges shall be introduced at each entry point of the clean room so that
the researchers can view the room pressure prior to entry into the cleanrooms. These gauges
provide the researchers the assurance whenever they enter into the labs that the right pressures are
maintained.
A sufficient capacity DX type Central A/C of suitable capacitywith standby provision is to be
provided. The system shall have suitable capacity AHU with ducting and other accessories.
4
The average airflow velocity for different class of room should follow minimum airflowvelocity as
below.
a) Class 10,000 (ISO 7) clean room: 20 ft/min
b) Class 100,000 (ISO 8) clean room: 15ft/min
The recovery time from rest shall be less than 30 minutes for all the clean rooms. Noise level shall
confirm NC 50 curve.
Double skinned air handling units is the requirement of this application for the clean rooms. All the
fan motor drives are to be variable frequency drives to gain control through the building
management system. The entire work is under the scope of the Contractor.
The design and the installation of the HEPA filters in the filter housings shall be such as to facilitate
filter integrity tests of particle tests and DOP tests not only during the installation but also during the
annual validation of the clean rooms.
1.4 The Building Management System(BMS)
The reliability of positive pressure regime required for thecontainment is to be achievedand
maintained by the Building Management System (BMS). Thus the BMS system has a veryimportant
function to perform in a clean room facility of this type. The BMS should be on the BACnet platform
andwith adequate number of pressure and temperature sensors, the variable frequency drives for
the fan motors. The desired conditions inside the cleanroom are to be achieved and maintained.
The software for BMSshould be written with the right logic to take care of following functions.
The major parameters to be controlledand monitored are a) Temperature, b) Humidity, c)Differential
Pressure and d) Airflow. The supplier shall provide a portable Airborne Particlecounter for 0.3/0.5/5
µm particles with a reputed make to the specified flow rate of 0.1 cubic feet per minute (cfm).
Maintain the set positive pressures in the clean rooms and the change room and take
correctiveaction through the variable frequency drives whenever changes to
positivepressuresagainst set values occur.
Create history-sheet of the actual positive pressures, humidity & temperature in the labs and the
change room to be recorded every thirty minutes. Minimum six months data on the system should
be available forscrutiny at any given point of time.Any variations in the positive pressures recorded
for over a two minute period of timeshould show in the form of an alert of an audio signal as well as
a pop up on the screen of themonitor(should be capable of varying thetime duration from 2 minutes
to 30 or 60 minutes) in the interval of 2 minutes.
Static pressures on the upstream side of the High Efficiency Particulate Air (HEPA) filters with the
possibility of indication of a clogging of the filters for filter replacements are needed.An alert in the
drop of positive pressure in the clean room to have an audio alert in the clean room and atthe BMS
Control Room.
The vendor has to supply preliminary schematics and engineering drawings for the control
systems.The vendor must incorporate particulate monitoring and filter unit controls at a central
5
location.The sensors for pressure and temperature used for the BMShave to be supplied withtheir
factory calibrated certificates& warranty.The BMS software is to be loaded into a PC of suitable
specs&the whole system to be set in the Control Room. The PC to be provided by the vendor with a
suitable configurationwith licensed OS & utilities (specify make, model number and specification).It
shall include a 24” wide screen LED monitor suitable for multiple window monitoring and HDMI &
VGA switchable input provisions.
1.5 Clean room Electrification
The lighting level at the work bench height in both the clean rooms as well as the change rooms
shall beover 500 lux measured with a lux meter at 1 meter above the clean room floor. Access for
any service for the light fittings are fromover the bottom of the ceiling panels of the clean room.One
lighting fixture in each room shall be brought on the UPS power for handling situationsduring
powerinterruptions.All electrical sockets / equipments / circuits are to be protected with MCBs and
MCCBs.
1.6 Fire detection system
The whole clean room area to be covered witha fire/smoke detection system with photo-electric type
offire & smoke detectors distributed to cover all areas of the labs and the change room. An
addressablefire panel shall be located near the BMS station. It shall also have an audible alert
signal hooter ofa good decibel valueto attract attention of the staff for action.In the event of
fire/smoke alert shall also triggerthe release of the access control system on the doors as well as
initiate the fire dampers in thesupply air ducts to close.The penetrations in the proposedceiling
panels for the cabling of the fire/smoke detectors to be leak sealed and should be done in
consultation with SPL/VSSCand should be compatible with the existing system.
Scope of the work is to relocate the existing fire system.
1.7 Door interlocks and access control for entry to clean rooms
All doors should have provision for installing biometric sensors. The network & electric connectivity
for this purpose should be provided by the vendor. The bio-metric system will be provided by VSSC.
The system should be interconnected with BMS for monitoring.
Each air-shower should be able to open only after successful verification / validation ofproximity type
access control system validates the authorization for the person / proximitycard.The access control
system shall be controlled through software and it should be possible for logging the dataof
personnel movement in and out of the labs and to be stored in the PC as a record. Storage of at
least 6 month's data is the minimum requirement and this should be able to copy and kept in
another storage medium.
1.8 Clean Room Accessories
6
Air showers, Pass Boxes, Fume hood, Garment Storage, Locker for storing clean room garment of
12 persons at a time,Cubicles,Air-Lock, etc. are part of clean room Accessories. All these are to be
provided by the vendor.
1.9 CCTV Camera
Provide 3units of HDMI type CCTV cameras (Megapixel level) tobe provided by the vendor. The
vendor has to install electrical power cable and suitable sockets for all the 3 CCTV cameras; supply
and installation of compatible signal cable to the CCTV control and monitoring system at service
area (BMS control room). Electrical power supply for theCCTV cameras shall be brought on the
UPS power for handling situations during powerinterruptions. The location of thisCCTV shall be as
follows and is marked in the layout plan.
1 Class 10 K
2 Class 100 K
3 Clean room Entrance
The three camera outputs are to be stored in an HD compatible DVR with a minimum HDD capacity
of 500GB and it should be able to display through the available display unit.
1.10 Class 1000 work bench
Two numbers of Class-1000 work benches of 1.5m(L) x 1m (D) should be added in the quote as
optional item. Include full details with catalogue make, model number and data sheet.
1.11 Validation of the clean rooms
Validation of the clean rooms forms a very important deliverable function for the vendor who
isbuilding the facility. The clean rooms shall be put up for researchers’ beneficial use only afterit
passes through the validation tests mentioned below. SPL will have their own representative as
validator for witnessing the whole processof validation and this person will also certify for the
validation. Not more than three personsshallcarry out the validation. Researchers’ movement in the
clean rooms are strictly forbidden except for thesethree persons.The agency conducting the
validation shall hand over the latest valid copy of the calibrationcertificates for the instruments used
for the validation for SPL's records.
A running-in of the HVAC system for seven days continuously under the required conditions shallbe
considered as adequate period for stabilization of conditions. It is only after this period is overthat
the clean rooms shall be open for the validation.
1.12 Clean room validation
After the mandatory running-in period for seven days, the validation procedure is commencedfirst
with checking that the door interlocks with respect to the fire alert and adjacent dooropeningwork as
expected and this is recorded. The supply air volumes and temperatures at the supply air-grilles are
measured in both the clean rooms and the values are checked with the design values. If thereare
7
discrepancies, corrections shall be immediately effected. For air volume measurement a
calibratedVelometer is to be provided by the vendor of reputed brand.
After a thorough cleaning of the cleanrooms and allowing a stabilization period of two hours,
particlecounts with a calibrated laser particle counter are taken in the cleanroom at rest first at the
level of all thesupply air grilles and then at the work bench table top and these are recorded for 0.5
µm and0.3 µm size particles. The readings of the particle count at the table top height are to be
taken one readingfor every 3m2 area to cover the total area of the room and a matrix of the readings
made to getat the average.
General stipulation for air quality is given below
Class per ISO 14644 (Old FS 209 e)
Average Airflow (Across Entire Room)
Air Changes (per hour)
Particle count
ISO 8
(Class 100,000)
0.076 m/sec
(15ft/min) 48
<3520000 for 0.5µm per m3
<29300for 5µm per m3
ISO 7
(Class 10,000)
0.1 m/sec
0.2 (20ft/min) 90
<352000for 0.5µm per m3
<2930 for 5µm per m3
The terminal HEPA filters shall be tested for the integrity of the HEPA filters with a DOP test.
Percentage leaks through the filters shall be checked for being within acceptable limits.All the
validation certificates of the pressure sensors and the temperature sensors in the HVACsystem are
to be submitted to SPL for clearance.Various pressures of the individual rooms indicated by the
Magnehelic gauges as well as theBMS system shall be cross checked with validated instruments
brought for the purpose.
The light intensity in clean rooms shall be measured at 1 m above the floor level with luxmeter and
recorded. The BMS system is tested for its stable operation. Response tests on BMS shall be
carried out bychanging parameters of pressure, air velocity, humidity and temperature and noting
down theresponse time for conditions to stabilize.Alerts in the form of pop ups on the screen for
variations of pressures, humidity and temperaturesother than the set values shall be checked.
The clean room facility shall be handed over to the researchers after all the points for checking
thevalidation enumerated above pass for this laboratory ensuring that all the labequipment are in
their place installed and commissioned.
1.13 Requirement of facilities to be considered in the layout
1. First Air Shower shall serve the entry into the change room and the second Air Shower
into the 10 K and 100 K cleanrooms as per the layout on pages8-9.
2. Exit from the cleanrooms shall be through the first Air Shower from the change room and
then second Air Shower shall be used for final exit (without activating either of them).
3. During exit the air shower shall serve as air lock.
8
4. Each air shower should be able to open only after successful verification / validation of
(biometric) access system.
5. Vendorshould provide and install fume hoods as detailed in the layout.
6. Provision for the equipment movement during the initial stages ofcommissioning using
double leaf doorswhich will remain closed thereafterand provide perfect seal / isolation
from outside toprevent anycontamination.
Proposed Plan layout
1.14 Supplies
1. Electrical work for motor control, control panels for various HVAC equipmentsuch as AHUs,
Condensing Units, inter connected cabling is included in the scope of the airconditioning
package. The electrical raw mains and UPS mains in theplant room will be provided by SPL.
2. Civil works such as construction of plant room, AHU room, cut outs, foundation formounting
AHUs, roof shed over the AHU/condensing unit for protection from rain water are in the scope of
the work. The required marking, drawings are to be provided by the vendor. Airconditioning
ducts are to be insulated with closed cell cross linked polyethylene foam / nitrile rubber of 12mm
thick with aluminium foil.
9
1.15 Documentation
All documentation shall be in English language. Drawing shall be submitted in soft (AutoCADformat)
and hard copy. In addition to the hard copies, soft copies to be submitted in CD media. The
successful vendor has to submit their detailed Engineering Report for Design Review and clearance
for further activity.
Documents to be submitted along with the ‘Technical Bid’ are as follows:
a) Point wise confirmation of the specifications
b) Preliminary design document and drawings including clean room walls, ceiling, lighting,Fan
filter unit / HEPA filters, AHU, etc.
c) Air Distribution ductwork showing ducting arrangement, size, supporting arrangement,etc.
d) Electrical distribution network.
e) Technical write up on installation / erection / commissioning procedures, quality
checkprocedure, etc.
f) Material data sheet, QA and testing plan.
g) Specifications of all standard components to be used.
h) Schematics and engineering drawings for the control systems of building
managementsystem (BMS)
i) Delivery / job schedule with break-up of milestones shall be provided along with the offer
j) The bidder shall provide Bill of Quantities (BOQ) in a format.
k) The bidder shall provide their compliance/response in the format given in Annexure- 3.
l) Any other technical detail needed for evaluation of the bid.
m) Deviations, if any, from these specifications needs to be clearly specified.
n) Documents on the vendor’s previous experience of erecting similar class of clean rooms in
India along with contact details of the personnel / person in the respective establishment.
o) Documents highlighting the company profile of the vendor.
Documents to be submitted along with the Commercial bid:
a) Detailed system wiseprice break-up(with prices masked).
b) Delivery terms.
c) Payment terms.
d) Taxes & Duties.
e) Installation,Commissioning & Training Charges to be shown separately under Price Bid.
2. General Description of HVAC
The scope of this article comprises of the design, manufacture, testing at manufacturers
works,installation, testing and commissioning of HVAC system. HVAC systemcapable of theduty as
specified in the schedule of equipment shall be provided by the bidder.
10
2.1. Codes and Standards
The design, manufacture, inspection testing of HVAC system shall comply with all currently
applicable statutes, regulation, and safety codes in the locality where the HVAC systems are to be
installed. Theequipment shall also conform to the latest applicable Indian/International Standards
i.e. ARI/CENCertified. Nothing in this specification shall be construed to relieve the Vendor of his/her
responsibility.
3. Clean Room & Civil Finishes
The internal finishes for the clean rooms are using 8.00 mm Toughened Glass panel in anodized
Aluminium frames/SS frames. The vendor can quote separately for anodised aluminium frames and
SS frames.
- Lights shall be outside clean room side serviceable type.
- Luminaire shall be 3x36W CFL or 2 to 4 tubular lamps or better.
4. Clean Room Accessories
4.1 Garment Storage
This shall be used to store clean room garments. Brief specifications shall be as under:
a) Size : 1200 mm x 600 mm x 2200mm (approx.) to keep 12 pairs of garments.
b) Cabinet :SS construction AISI 304.
c) Doors : Swing Open type with locking facility.
4.2 Pass Box - Dynamic type
Two Pass boxesare to be installed.One pass box between 100 K & 10 K clean rooms and the other
one between 100 K & the service area as shown in the layout. Required features for the pass box
are as below
• Wall mounting type as shown in the layout.
• Material: SS with swing type door.
Doors : SS Frame with Toughened Glass
Base / Platform: SS 304
Interlocking: Electronic type pre-wired unit with interlocking for doors and alarm circuit.
In-built Clean Air flow (HEPA Filtered) system.
Specifications for PASS THROUGH CHAMBER.
(DYNAMIC TYPE)
1. Passage transfer front area dimensions should be approximately 2 feet x 2 feet.
2. Hinged double doors on either side with mechanical interlock should be provided.
3. Doors are fitted with good quality stainless steel handles on either side and the view panels
should be with high quality materials.
11
4. The filter used should have more than 99 % efficiency with 0.3 µm holes.
5. Minimum one year warranty should be given after installation.
6. The party should install and fix the pass through chamber on the locations specified in the
clean room walls / partitions. Hence necessary support frames or stands should be provided
for fixing it on the aluminium partition walls. Perfect sealing between pass through chamber
and fixing wall have to be assured. The installation work may also include cut-out making at
glass partition.
4.3 Fume Hood
4.3.1 Location
The locations of Fume Hood is indicated in layout plan.
4.3.2 Specification of Fume Hood
All materials, including service fittings and exhaust systems, shall be resistant to the chemicals
/solvents and shall be a fire-retardant grade. Coatings and finishes shall be fire resistant.
Workspace : 6’ W x 2.5’ D x 2.5’H (approx.) of capacity 300 cfm.
Hood face velocity : 60 ft/min to 150 ft/min adjustable type.
Construction Design : Double Skin Type
Interior Lighting : Illuminated by a vapour proof incandescent light fixture containing
minimum two fluorescent lights and about 500 lux intensity at worktop
level.
Front Top Panel : Easily open-able hinged top panel for easy access to flow control
valveand electrical lighting fixtures for maintenance.
Corner Post : Triangular profiled corner post shall be placed on left and right hand
side ofthe fume hood and it houses the utility line fittings and electrical
receptacles.
Interior construction : Chemical and heat resistant, fire retardant, smooth finish and easily
cleanable panels
Door : Sliding type front door with polycarbonate sash
Work area : Work area surfaces shall be non-porous, non-conductive, thermal
and scratchresistant. Worktop shall be splash and spillage proof
Air Flow regulators : 2 quantities of air flow regulators (CDA and N2)
Maintenance ports : Openable top panel for easy maintenance of tube light & flow control
valve. Triangular service panel for maintenance of utility valves and
tubing.
Shutter : Vertical rising shutter counter-balanced with pulley and counter-weight
system.Breaking stress value for fully toughened glass (tempered
glass) shall be 24,000 psi
Base Cabinets : Fume Hood shall contain acid resistant base cabinets with locking
12
system.
Electrical utilities : Minimum 2 quantity of 230V/15 A, 50Hz single phase electrical
sockets (Indian standard) on the fume hood, in which 1000 W may be
connected by the user. Eachelectrical socket shall have independent
ON/OFF switches as well as MCB. Cables andwires shall be fire
retardant grade. All electrical utilities shall be on the right hand side.
Control Panel : For turn ON/OFF of internal lights, adjust the hood face velocity and
switching the exhaust fan on or off.
Auto fire extinguisher : Fire extinguisher to take care of fire erupting within the fume-hood.
The sensing tube/sensor will activate immediately after fire breaks out
within thehood. Sensor threshold: 68oC. Media: ABC Dry Powder.
Level adjusting screws: Made of SS Bolts to adjust the fume hood level by ± 10 mm.
Exhaust Port : Unique exhaust port design to ensure that the fumes are being
exhaustedsmoothly without any turbulence at the exhaust port. Also it
shall ensure low noise level.
Noise level : <60 dB at 1 meter from fume hood.
Blower : For air suction in the fume hood, efficient remote centrifugal blower
andchemical resistant impeller.
Ducting : Chemical resistant ductwork from fume hood to exhaust stack point
withweatherproof canopy.
4.3.3 Air Shower.
Specifications for Air Showers.
1. The dimensions of Passage should be such that minimum 3 persons can shower at a time.
Both the showers have to be fixed in the prescribed area as shown in layout diagram.
2. The air nozzles should be located in the ceiling and side walls.
3. Doors are fitted with good quality handles on either side with mechanical interlock. The view
panels should be high quality materials.
4. The filter used should have more than 99 % efficiency with 0.3 micron holes.
5. Minimum one year warranty should be given after installation.
The party should install and fit the pass through chamber on the location specified in the clean
room. Hence necessary masonry works have to be done on the walls which include the cutting of
brick wall or cement concrete of clean room.
13
5. List of Approved Makes
S.No. Material Manufacturer / Supplier
1. DX AC Plant: Voltas/ Blue Star/ Trane / York / Carrier/ Climaventa
2. Air Handling Units (DoubleSkin):Zeco/ Waves/ Edgetech/ Clivet/ Flaktwood/Caryaire /Blue
Star / Voltas.
3. Centrifugal Fan: Nicotra / Kruger / Comefri
4. Motorised Actuator: Crompton / ABB / Siemens/ Belimo
5. Insulation for Duct: Trocellen / Beardsell / Equivalent**
6. Controls / MeasurementInstrument (MagnehelicGauges): Dwyer / Waaree /H-Guru/
Sensocon/Mark Air
7. Grills / Diffusers: Carrier / Dynacraft / Cosmos/Dynamic / Konark / Equivalent**
8. Damper / Fire Damper: Carrier / Airflow/Anvin CRP/ Dynamic/ Konark / Equivalent**
9. Pre Filter / Fine Filter: Pyramid / CRP / Klenzaids/ Thermadyne / Aerosol
10. HEPA filters: CRP / Klenzaids / Pyramid/ AAF/Dyna/Thermadyne/Camfil Farr/Aerosol
11. Strip Heaters: Dasspass / Escorts/ KEPL / Equivalent**
12. Clean Room Light and fittings:Superlite/ Wipro/ Philips/ Bajaj/Crompton/Equivalent**
13. Pre fab Ducting:Zeco/ Rolastar / Equivalent**
14. Air Shower: Esco/ Klenzaids / RST/ Sai Samarth/Mark Air /Thermadyne/Terra Universal/Sam
/ Mark Air.
15. Garment Storage:Esco/Mark AirKlenzoids RST/ Sai Samarth/Iclean
16. Dynamic PassBox:Klenzaids /Mark Air/ RST/ Sai Samarth/Thermadyne/Fabtech
17. BMS System Controller/Router:Automated Logic Corp. Carrier /Siemens /Honeywell/Sauter/
Creston / Equivalent**
18. Fume Hood: LabGuard/Dynaflow/Mark Air / BMC/Esco Micro/Equivalent** (Air quantity
should bespecified)
19. Cables and wires:Finolex/National/Delton/Ecko/Havells/Cord/CCI/V-Guard / RRkable.
20. Switches/Sockets/MCB/MCCB: ABB /Alstom/Siemens/Legrand/Havells/ABB
** (All equivalent items quoted by the party Should be supported by detailed technical specifications,
which will be evaluated for equivalence. Any additional supporting documents and information may
also to be provided for determining the equivalence.)
14
6. Installation and Training
Clean rooms' mechanical assembly has to be done by the Supplier.
Electrical system installation has to done by the Supplier.
The clean room fire safety system has to re-installed by the Supplier's licensed and certified
firesafety sub-tier supplier after approval by the SPL.
Supplier has to arrange for materials unloading and staging. Any damage to the SPL equipments or
building structure shall be borne by the supplier.The Supplier shall provide full training on the clean
room’s operations, equipment preventivemaintenance and repair. Final documentation shall include
the training manuals. Operation andmaintenance manuals should be provided by the supplier.
7. Acceptance and Completion
The supplier shall install and commission all utilities covered under the contract and
demonstrateperformanceand quality parameters of theclean rooms/equipments/systems/networks at
the ratedcapacityas per design. The Supplier shall supply clean room certifications complying with
ISO14644 requirements. Following Performance tests shall be carried out in as built state:
a) Air borne particle count for ultrafine particles
b) Airborne particle count for macro-particles
c) Airflow test, air velocity measurement, leakage test, room pressurization test.
d) Air pressure difference test
e) Installed filter system leakage test
f) Airflow direction test and visualization using fog generator
g) Temperature test
h) Humidity test
i) Electrostatic and ion generator test
j) Particle deposition test
k) Recovery test
l) Containment leak test
m) Illumination level measurement according to DIN 5035.
SPL Personnel shall witness all these performance tests.
The order is considered to be complete when all of the following are satisfied:
a) The supplier has completed all construction and assembly to specification as mentioned
inchapter 1-7.
b) All HVAC, electrical systems,CCTV, telephoneand LAN points to be tested and activated.
c) The fire protection system, Building Management System (BMS) andwith a facility to
integrate biometric access control systems has been tested and activated.
d) Acceptance tests have to be completed and should be satisfactory.
15
Vendor shall include a detailed preliminary layout of the clean room facility in the technical part of
the quotation. Detailed design report shall be submitted at a later stage after the award of the
Contract. The vendor shall commence the erection activities only after the design review and after
obtaining clearance from SPL.
The vendor must attach the following documents& meet the safety requirements:
Time schedulefor supply of the detailed design report.
• Minimum 5 years committed Annual Maintenance Contract (AMC) after 1 year warranty.
• Completed work certificates for CMD.
• Assurance to arrange the visit of indenters to completed works.
• All equivalents makes should be specified in the quotations with make and detailed
specifications.
• Party should have successfully completed a minimum of 2 Nos. of Clean rooms of same
Class during the last 3 years and a performance report from the agency where such system
has been provided should be submitted along with the offer. SPL at its option may visit the
facility for which necessary support should be provided.
• Vendor shall quote separately the required consumables for a minimum period of 5 year
maintenance.
• All the standard equipment procuring for this installation should specify the make / brand of
the item specifically as per the list of approved makes given in chapter 5. If the vendor goes
for any equivalent brand, vendor should specify / mention the make / brand and model of the
equipment along with detailed specifications. The quote shall accompany the data- sheet /
catalogue of such items.
• Any civil works / modifications required for the commissioning shall be borne by the vendor.
After the installation the vendor should specify specifically the modified areas with respect to
the original functionality and aesthetics.
• Under AMC period, the vendor should arrange calibrations of the clean room parameters
with an approved clean room calibrating agency once every year.
• All the equipments and installations should comply safety standards.
• During installation work the existing finished anti-static epoxy flooring should be protected
suitably by providing a layer of Plaster of Paris (PoP) prior to the initiation of the activities.
8 Vendor qualification Criteria
8.1 Vendor must be a recognized company registered under Indian Company Act-1956 with
majority of Directors with Indian nationality. The company should have been in existence for
a minimum period of five years prior to date of issue of this tender.
8.2 The vendor should be certified for ISO 9001:2008 or above. Copy of ISO certificate is to be
enclosed.
8.3 The vendor should have successfully completed at least two works of the same class of
clean room installation in the last three years.
16
8.4 The documentary evidence(s) such as purchase order copies, acceptance / completion
report(s) with contact details of the client should be submitted along with the technical
proposal.
8.5 The vendor should have back end support from OEM during warranty and post warranty
period. Vendor’s association with OEM should be clearly brought out with authorisation
letters, for all the equipments used. The agreement letters should be provided to SPL before
incorporating in the system.
9. Other terms and conditions
9.1 Submission of tender
Tender should be submitted in two parts. First part should contain all technical details, terms and
conditions and documents in proof of vendor qualification. Both should be sealed with clear
identification. Rate for additional AMC for each subsequent years are to quoted along with the
commercial.
The vendor should arrange a presentation on their proposal if called for by the Department during
the technical evaluation. Technical proposal of the vendor is liable to be rejected unless the claims
made by it substantiate / satisfy the technical requirements laid down in this RFP.
9.2 Drawings for approval
Drawings showing the clean room, DX AC plant layout, electrical drawings showing the single line
diagram for power distribution, lighting scheme, earthing schemeetc,should be forwarded to
Department within three weeks from the date of the order. Work should be taken up as per the
drawingsapproved by SPL.
9.3 Pre-delivery Inspection
The Department reserves the right to inspect and test all the equipments at the manufacturer’s
works. The items should be dispatched only after getting clearance from the Department.
9.4 Schedule of completion
Stage-wise Time Schedule
Submissions:
(i) Detailed design and drawing within 3 weeks from the date of confirmed Purchase Order.
(ii) Review and Finalization by VSSC within 2 weeks from the date of submission by vendor.
(iii) Procurement of items by the vendor within 10 weeks.
(iv) Total time for the complete Installation and Commissioning of the Clean-rooms is 24weeks
from the date of confirmed Purchase Order including the above three steps.
The work should be completed in all respects and handed over to the Department within six months
from the date of confirmed purchase order.
17
9.5 Compensation for delay
The delivery date as mentioned in the schedule is the essence of the Contract. Work will be deemed
to be been completed only when all the deliverables, installations, commissioning & acceptance of
the system is completed. Liquidated damages will be levied @0.5% of the total order value per
week for the delayed period will be recovered subject to a maximum of 10%.
9.6 Warranty
All the devices in the clean room should be guaranteed for trouble free performance for the period of
one year from the date of acceptance. Any failure reported during this period should be attended
and rectified within seven working days. Performance Bank Guarantee (BG) for 10% of the order
value should be furnished before effecting final payment. The performance BG should be valid for a
period of 18 months including a claim period of six months.
9.7 Training
Training should be imparted to selected members related to each system.
9.8 Annual Maintenance Contract (AMC)
• Comprehensive AMC for the entire system coming under this contract should be provided
against payment, for five years from the date of expiry of performance warranty.
• During this period, the supplier should attend any number of breakdown calls within a time
frame of seven working days and also preventive maintenance as per a schedule finalized
on mutual agreement with the Department on completion of the work.
• The annual AMC charges for the above period should be indicated in the price bid. The
AMC charges also will be accounted to decide the merit of the offer.
• In case the vendor fails to undertake the AMC from the date of expiry of warranty, the
Department will have the right to claim the losses or additional expenses (incurred in availing
maintenance services through alternate means) from the performance BG.
• On completion of the warranty, BG equivalent to the extended warranty cost for five years,
subject to a maximum of 10% of the value of this contract, should be submitted by the
vendor as a proof of their commitment to undertake AMC for the extended warranty period.
This BG should remain valid till the expiry of the paid AMC.
• The performance BG will be released only on furnishing of BG as above. In case the vendor
fails to furnish the BG as given above the Department will be at liberty to realize the same
from the performance BG.
9.9 Payment- As per the Standard VSSC norms.
18
10. General Tender Conditions
• The party should quote only if they can quote for all the items mentioned in the tender within
the delivery period of 4-12 weeks from the date of confirmed order.
• Party has the freedom to visit the site for exact measurements of the existing Laboratory and
should quote as per the site dimensions. The measurements given in the tender are
approximate only.
• Tenderer should be able to give warranty for minimum one year and can be capable of
offering Annual Maintenance Contract for minimum 5 years after Warranty period.
• Should be complied with the specs attached and if any violation found, tender can be
rejected by the department. Any false submission of information or false interpretation of
specifications will automatically disqualify the tenderer. One to one compliance statement
against technical specifications should be attached.
• Tenderers must have completed supply and installation of similar items to any of the
Government Department. The applicant should submit certificate of satisfactory completion
of any such one work of value not less than 70L. The tenderer should also submit the PO
from the client.
• The Company should have ISO 9001: 2008 certifications – For product manufacturing
consistency.
• The Company should have ISO 14001:2004 certification – For manufacturing under
environmental friendly conditions.
• Company should be in profit for the last three years, Audited Profit and Loss Statement and
Balance sheet has to be given – to ensure organizational sustenance & serviceability.
• Company should have a manufacturing facility and List of machines has to be attached.
• Company should have a testing facility and List of equipments has to be given.
• Company should have a VAT registration certificate.
• Company should have an Excise Registration certificate.
• Company should have Factory License.
• PAN Details has to be given.
• Certificate of incorporation has to be attached.
• Department has the right to conduct factory visit before opening the price bid for verification
of the compliances.
Annexure - 2
PART -A1 AIR COOLED SCROLL DX CONDENSING UNIT
Design, supply, installation, testing and commissioning of
air cooled DX-type, factory fabricated compact system of
scroll multiple compressor A/c plant of minimum capacity
16TR (48000 Kcal/hr), operating at 1.11°C suction and
41.67°C condensing temperature and refrigerant shall be
R-134a/ R407C & R 410A. The unit shall have advanced
microprocessor based controller with BMS compatibility
Note: Detailed Specification are as per ANNEXURE – I
2 Air Handling UnitDesign, supply, installation, commissioning and testing of
25 mm thick PUF insulated double skinned Air Handling
Unit (Recirculation AHU) of sectionalized sheet steel
construction of minimum capacity as indicated below,
draw through type and suitable for pumping air against a
minimum static head as indicated and complete with
backward curved plug fan section, empty section, coil
section with cooling coil, face and by-pass damper section,
filter section with 25mm thick HDPE media with SS frame
with 90% efficiency down to 10 microns particle.
The AHU shall be complete with 2Nos. of VFD drive TEFC
induction motors (one no. standby) and capacity of the
motor as indicated below with suitable starter as specified
elsewhere and cooling coil drain pan shall be SS 22g with
insulated and drain piping which shall be terminated at the
required drain point with nitrile rubber insulation and
aluminium cladding. The blower assembly and motor
assemblies of AHU’s shall be mounted inside AHU on a
separate base frame made up of spring type vibration
isolators. The AHU motor shall be VFD compatible.
The AHU discharge shall be connected with fire retardant
double layer plastic coated canvass with provision of
measuring coil outlet temperature by providing suitable
type thermometer. AHU shall be provided with access
doors, vapour proof light & limit switches etc. The
complete AHU shall be mounted over foundation with
DUNLOP cushy foot. AHU and sub systems shall be
operated and controlled through Microprocessor and as
per clean room requirements & standard.
Detailed specification is enclosed in annexure -I
ESTIMATE FOR AIR CONDITIONING WORKS IN
CLEAN ROOM FACILITIES AT SPL
AMOUNT
(RS.)
SL.
NO.
DESCRIPTION OF ITEMQTY
RATE
(RS.)unit
Page 2
AMOUNT
(RS.)
SL.
NO.
DESCRIPTION OF ITEMQTY
RATE
(RS.)unit
i Min. supply air qty - 10520 CMH
ii De-humidified air qty- 9520CMH
iii Capacity for AHU motor -10 HP (2 nos. 1 nos st by)
iv Minimum coil face area - 1.06 sqm.
v Maximum coil face velocity -150 mpm
vi Number of rows-8 (2 ref. circuit x 4 rows)
vii No of fins / meter- 500 ± 10
viii Minimum cooling capacity of coil - 48,000kcal/hr
ix ADP of cooling coil-11 deg.C
x Static pressure (minimum)-100 mm of wg
3 Air Distribution SystemSupply, fabricate, handle and erect Aluminium ducting
conforming to latest IS 655 and complete with dampers,
vanes, anchor fasteners, supports, access doors, neoprene
rubber gaskets,etc compatible with clean room
construction standards. The aluminium sheets shall
conform to latest IS 737. Joints and duct ends shall be
sealed after fabrication and during storage prior to
erection to ensure dust proof conditions. All ducts running
inside the clean rooms shall be provided with vibration
isolation hangers and supports. All duct entry points in the
walls between clean room and adjacent spaces shall be
provided with soft material .
a) Duct-0.8 mm thick
b) Duct-1.0 mm thick
4 Grills/DiffusersSupply & return air powder coated all aluminium diffusers
with volume control dampers with necessary frame work
compatible for clean room standards etc.
a) SA diffusers with VCD
b) RA diffusers without VCD
5 Five micron filters for class 10000 & Class 100000 clean
room areas for pre filtration to filter air down to 5 microns
at an efficiency of 98.5% plus. Each filter shall be of size
as 610 x 610 x 150 mm and shall handle air quantity of
1700 cum/hr. Filters shall be complete with MS filter
frames duly painted with epoxy paint and complete as
required.
Note: 1 no. of filter shall be installed at fresh air duct.
Page 3
AMOUNT
(RS.)
SL.
NO.
DESCRIPTION OF ITEMQTY
RATE
(RS.)unit
6 Absolute HEPA filters ( flange type) filter air down to 0.3
microns. Filters shall be complete with neoprene gaskets
and microglass media. Filter casing for housing filters shall
be of anodised aluminium construction and the filter box
shall be fixed to stainless steel frame work. All HEPA filters
shall be provided with protective Stainless steel metal
mesh on clean room side. The efficiency of absolute filter
shall be not less than 99.97% for 0.3 microns particles
and that of filter bank not less than 99.95% for 0.5
microns particles.
Of size 610x610x300 mm to filter 1700 cum/hr. These
filter shall be installed in the SS framework in clean room
supply air path. Terminal HEPA fitters whenever required
may be provided by the vendor.
7 Supply and installation of factory fabricated, insulated
supply air filter plenums to house 5 micron filters and
HEPA filters for class 10000 & class 100000 clean room.
The supply air plenum shall be made of extruded
aluminium frame work and detachable PUF panels of
double skin construction. The external surface of the
panels shall be 0.8 mm thick powder coated GSS and
inner surface cladded with 0.6 mm thick aluminium and 25
mm thick PUF insulation of 40 Kg/cum density sandwiched
in between. The plenum shall be provided with MS filter
frames duly painted with epoxy paint to accommodate
Microvee & Super fine filters. Necessary access doors shall
be provided with air tight locking arrangement with PVC
hinges for easy approach to all filters provided inside. All
the joints shall be provided with soft rubber gasket to
ensure air tightness.
8 Heating kit comprising of strip heaters, thermostats,
humidistat, safety thermostat, contactors including cabling
and interconnections. The capacity of strip heaters shall be
as indicated below. The heaters shall be arranged in three
independently operating banks in the main supply air path
at suitable location and complete as required. Strip heater
capacity shall cater to all seasonal variations and changes
in the equipment loads from 0% to 100%. One bank shall
be manually operated and other two banks on thermostat
and humidistat respectively. Heaters shall be connected in
equal capacity across each phase and shall be compatible
for clean room standards. Heater capacity (1 KWx3 phase
x3 banks)
Strip heaters Make: Common wealth/Escort/ Spearhot/
Kleertone
Page 4
AMOUNT
(RS.)
SL.
NO.
DESCRIPTION OF ITEMQTY
RATE
(RS.)unit
9 Factory assembled class 100 air shower, shall be complete
with aluminium grated floor,fluoroscent lights, prefilters,
HEPA filters and door interlocks. Unit shall be prewired and
ready for assembly.
Make:klenzaid/Kirlosker/Class/Laminar/CRP
10 Fresh air inline fan
Supply, installation, testing & commissioning of 1000 CMH
(static pressure shall be 15 mm - minimum) inline fan,
with TEFC squirrel cage induction motor, 1 phase 50Hz
230 V 1 HP, 25 mm thick HDPE media filter with volume
control damper etc., including mounting and fixing
arrangement.
Make:Greenheck/fantech/nuaire etc.
11 Fresh air intake louvers made of aluminium with bird/
insect screen provided. The lowest louvers of the of the
assembly shall extend out slightly to facilitate disposal of
rainwater without falling on the door/wall on which it is
mounted and complete with all aluminium construction
volume control dampers.
12 Provision of spring loaded motorised fire and smoke
dampers in the supply, return & fresh air ducts of
conditioned air in the AHU room. Fire dampers shall be
complete with actuator, control panel, in-built temperature
and smoke sensors and auxiliary switch to trip the AHU
and close the dampers automatically. These dampers shall
also actuate in response to signal from central smoke
alarm system and shall trip the AHU along with closing the
damper. Testing of fire &smoke dampers shall be as per
relevant UL 555 and certified by CBRI. The material of
dampers shall be of Aluminium.
13 Thermal insulation of supply and return air ducting with 13
mm thick nitrile rubber stuck with fire retardant adhesive
and nitrile rubber class shall be `O’ and cladded with
26SWG aluminium sheet. Insulation joints shall be sealed
with aluminium foil tapes and cladded joints shall be
fastened with metallic POP screws. The whole work shall
be carried out as per the instruction of the Engr.-in-Charge
and as per site conditions.
Make:Armaflex/Aeroflex/vidoflex
Page 5
AMOUNT
(RS.)
SL.
NO.
DESCRIPTION OF ITEMQTY
RATE
(RS.)unit
14 Supply and installation of duct silencers in the SA& RA
paths shown in the drawing. The silencers shall be
designed to attenuate noise to meet NC-50 curve. The
material of construction of the silencer, internal and
external, shall meet clean room standards. Silencers shall
consist of incombustible,inorganic,inert non shedding glass
fibre as acoustic fill to obtain sufficient density for the
noise reduction.
Note: Quantity indicated is the total outer surface area of
the attenuator/silencer frame work.
Make:Airmaster/caryair/revistar/Tristar
15 Acoustic insulation of supply air ducting immediately after
fan discharge with 25 mm thick fibreglass insulation of
suitable density covered with RP tissue and perforated
aluminium sheet, to meet clean room conditions, and
complete as required.
16 Design, supply and commissioning of VFD panel consisting
of following UNIDRIVE VTC module stand alone system
along with static pressure sensor, temperature sensor
,other switch gear suitable for 3Ph, 440 V input supply,
line choke and all controls and accessories with IP 41
enclosure for controlling the static pressure &
temperature.
Note: a) Detailed specifications are as per Annexure-IV
b) VFD should ensure that a positive pressure of 1.0 mm
wg is maintained inside clean room with respect to air lock
room by regulating fan speed.
Recirculation AHU- 10 HP (static pressure control required
for recirculation AHU's)
Page 6
AMOUNT
(RS.)
SL.
NO.
DESCRIPTION OF ITEMQTY
RATE
(RS.)unit
17 Electrical WorkSupply, installation testing and commissioning of Indoor
floor mounted cubicle, dead front type, main MV panel,
powder coated with approved shade of paint, dust and
vermin proof, fully tropicalised construction with 14 SWG
MS sheet with necessary anti-corrosive treatment.
The panel shall be suitable for operation on 500V, 3 phase,
4 wire, 50 Hz AC supply complete with all interconnections
and consisting of: Main incoming MCCB of suitable rating
with 25 KA symmetrical breaking capacity,(Service
breaking capacity) earth leakage protection, shunt trip
release and auxiliary contact block and having door
interlocking facility. The MCCB shall have a leakage
current tripping sensitivity of 100 milli amp.
Instrumentation, consisting of Digital ammeter with
selector switch and CT's of suitable range and accuracy
class I, Digital voltmeter with selector switch, indication
lamps, MCB and controls.
TPN aluminium bus bar of suitable capacity, mounted on
non-hygroscopic, glass fiber reinforced insulators.
a) All switches in the panel shall be of MCCB of appropriate
rating with factory made rotary handle & door interlocking
facility.
Ac 23 duty air break contractor of suitable rating shall be
provided for heater banksTwo numbers of earthing strips on each side of the panel.
Earthing all switches with suitable Cu wire strip connection
to common earth bar & A/ C panel to be earthed with 2
Nos 24 X 3 mm copper strip to the existing earth system.
b) Necessary armoured cabling / wiring in approved metallic
enclosures for all power and control circuits in between all
equipment and main panel. All power control wiring shall
be laid in factory fabricated GI cable tray of minimum 2
mm thick.
C) Necessary earthing with CU wire/ strips between all
equipments, ele. Panel, earth stations etc. as per
standard. Earthing work comprising of providing two
numbers of GI pipe earth stations and earthing of
electrical equipment/ motors including interconnection
with suitable size of GI strip/ wires as per IS-3043 with
latest amendments. The length of pipes shall be selected
as 3.5 mtr. depending on soil resistivity. the size of the
strip/ wires shall be decided in consultation with Engr.-in-
charge which shall be based on CMD, electrical works.
Page 7
AMOUNT
(RS.)
SL.
NO.
DESCRIPTION OF ITEMQTY
RATE
(RS.)unit
d) The panel shall have necessary interface like 24 V DC/230
V AC relays, air break contactors etc to trip the MCCB
controlling the incoming supply on receiving signal from
smoke detection and fire alarm control panel which
operates on 24 V DC supply. Required number of NO/NC
contacts with the LED shall be provided for visual
(Actuation / off) indication of this trip signal along with a
by-pass key type actuator (lockable in two positions)
Notes for electrical panel works:1. All panels shall have silicon based Fire / heat resistant
coating, fire retarding DMC/SMC filling for the opening
around the busbar near to the sectional barriers, and door
interlocking facility for all compartments.
2. All terminations shall be made with proper lugs in the
approved manner.
3. All exposed cables laid in trench/wall/ ceiling/ floor/
trusses shall be provided with silicon based fire resistant
coating.
4. All components, panels, cable etc shall conform to
relevant IS specifications and shall also be got approved
by engineer in charge.
5. Erection, testing and commissioning of the system and
various components shall be done as per the relevant IS
specifications. All steel works used in construction of panel
shall undergo 7 tank metal treatment process.
6.Electrical panel fabricator should be in possession of test
certificate issued by CPRI or any other recognized agency
for the panel of same capacity already fabricated by them
for short circuit test and temperature rise test.
7.The panel manufacturing facility should possess ISO
9001 accreditation.9. Fire retardant paint shall be applied inside switch
chambers and busbar chambers.Note:
Incoming cables to the A/C panel will be provided by the
dept.
End termination of the incoming cables to the A/C panel
included in the A/C scope of works.
18 PAINTING Painting of all equipments piping work support & other
accessories like duct flanges etc indicated in this BOQ
with epoxy primer & two coats of epoxy paint of approved
color & shade as directed.
Page 8
AMOUNT
(RS.)
SL.
NO.
DESCRIPTION OF ITEMQTY
RATE
(RS.)unit
19 CIVIL WORKS Minor civil works like brick/RCC pedestals for condensing
unit, PCC blocks for the AHUs etc, cut away & making
good of openings for running supply/return air ducts, ref.
pipes, drain water pipes etc in walls/floors/ ceilings/
trenches where ever etc complete as required and as
directed by the Engr. In-charge.
TOTAL
PART- B
Minor civil Modification works inconnection
with airconditioning
1 Civil works for extension of existing packaged AC room at
Terrace floor for installing clean room AHU, Modification
slab opening from Terrace floor to first floor etc.
Dismantling of existing packaged units, piping, cooling
tower, ducts etc.
Page 9
Sl No Compliance Statement YES/NO
Whether supporting
documents attached
YES/NO
Deviation if
any
1 Do you have green certification
2Do you have ISO 9001 : 2008 certification for
product manufacturing consistency
3
Do you have ISO 14001: 2004 certification for
manufacturing under environmental friendly
conditions
4
Do you have a Permanent Service facility in
South India headed by professionally qualified
person, If So Please furnish the person name,
Qualification, Address of the Office with
Phone NO etc
5Are you offering warranty on your products for
minimum one year
6
Can you enter into an Annual Maintanance
Contract with us for atleast 5 years after
warranty
7Do you have an annual turn over not less
than 2 Crores?
8Is your Company is in profit for the last three
years?
9Did you furnish the P&L statements and
Balance sheet for the last three years?
10 Do you have a manufacturing facility?
11Did you furnish the list of machines used in
your factory?
12Do you have a testing facility for products? If
so furnish the list of equipments.
13Did you furnish the list of equipments used for
testing in your factory?
14Did you furnish the VAT regsitration
Certificate?
15Did you furnish the Excise Registration
certificate?
16 Did you furnish Factory License?
17 Did you furnish the PAN details?
18Did you furnish the certificate of
Incorporation?
19a
Have you done a similiar work not less than
100L or above in any Govt. Department with
in India especially in Kerala in the last three
19b
If so Did you furnish the PO Copy and
Satisfactory Completion certificate for the
same
20Have you fully accepted the delivery period
mentioned in the tender
21Have you quoted for all the items mentioned
in the tender
Compliance Statement PART- I
Annexure - 3
Sheet1
Sl.No. Deliverable Detailed Specifications with make & model Compliance
1 DX AC Plant
2 Air Handling Units (DoubleSkin)
3 Cooling / Heating Coil
4 Centrifugal Fan
5 Motorised Actuator
6 Insulation for Duct
7Controls / Measurement Instrument
(Magnehelic Gauges)
8 Grills / Diffusers
9 Damper / Fire Damper
10 Pre Filter / Fine Filter
11 HEPA filters & 5 Micron filters
12 Strip Heaters
13 Clean Room Lights
14 Pre fab Ducting
15 Air Shower
16 Garment Storage
17 Dynamic PassBox
18 Wall & Ceiling Panels
19 Clean Room Doors
20 BMS System Controller/Router
21 Fume Hood
22 Aluminium Honeycomb core wall panels
23 Cables and wires
24 Switches / Sockets / MCB / MCCB
25BMS: variable frequency drives of the fan
motors
26 BMS: Temp. Sensors
27 BMS: Presure Sensors
LIST OF DELIVERABLES
Annexure-4
Page 1
Sheet1
28BMS: PC with licensed OS & utilities
loaded with the BMS Software
29 Work benches
30 Locker cabinets
31 CCTV (HDMI type,3 units)
32 HVAC system: temp sensors
33 HVAC system: RH sensors
34
Portable Airbone Particle counter for
0.3/0.5/5 um particles with a flow rate of
0.1cfm
35 Signal hooter of suitable decibel value
36Door interlocks: (Should be compatible
with biometric access provided by SPL)
37Laminar flow table ( 2 nos.),dimension
1500x1000 mm
38Drawing in soft ( Auto CAD 2010 or above
format) and hard form
39 Air lock system at the emergency exit door.
40Any item not added here may be added
here.
Page 2
Annexure 5 PurchaseTerms
Description Vendor
Terms
payment Term: Our normal payment term is Sight Draft [ Import] / by within 30 days after receipt and acceptance [ Indigenous] . Please confirm acceptance in your quote.
Agency Commission: Specify name of Indian Agent and percentage of Agency commission, if any.
Offer Validity: Minimum Offer validity should be 120 days from the date of Tender Opening. Offer validity less than 120 days will not be considered.
Delivery Date of the item quoted:
Liquidated Damages: The delivery period stipulated in the Purchase order is the essence of the Order. If you fails to deliver the stores within the time specified in the Order, the purchaser shall recover from the supplier as Liquidated Damages a sum of one half of a percent (0.5%) per week or part thereof the ordered price of the undelivered stores. The total liquidated damages shall in no event exceed ten percent (10%) of the order price of the unit or units so delayed. Stores will be deemed to have been delivered only when all its components are delivered. If all its components are not delivered in time, the stores will be considered as delayed until such time as missing parts are delivered.
Performance bank guarantee: PBG [as per format] at 10% of the value of Purchase Order shall be provided through Bank Guarantee from any of the nationalized or scheduled Banks executed on non-judicial stamp paper of appropriate value, and shall be valid for a period of sixty days beyond the date of completion of all the term as and conditions of the Purchase Order/expiry date of warranty period. This PBG shall be interest free and the same shall be returned to you on successful completion of all contractual obligations.
Purchase / Price preference to MSEs: Purchase/Price preference will be applicable to the product reservation admissible to the Micro and Small Enterprises. Purchase/Price Preference shall be extended to the MSEs under the Public Procurement Policy for MSEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006.
Earnest Money Deposit : Earnest Money Deposit amounting Rs.2,00,000/- shall be invariably submitted by you along with your offer . Offer without EMD will be rejected. The EMD shall be submitted in the form of Demand Draft/Bankers Cheque/FD receipts or Bank Guarantee drawn in favour of Sr.Accounts Officer, AVN and payable at Thiruvananthapuram. Submission of EMD is exempted in respect of Foreign vendors, registered vendors or vendors who have already applied for renewal of registration,CPSU/CPSE, MSE, KVIC, NSIC. Vendors seeking exemption from payment of EMD shall submit necessary proof like registration number, copy of relevant valid certificates along with your offer, failing which the said offer will be rejected. The EMD of vendor will be forfeited if the vendor withdraws or amends their tender or deviates from the tender in any respect within the validity period of the tender.
Security Deposit: Successful Tenderer shall submit Security Deposit [As per format] equivalent to 10% of the total order value valid for a period of 60 days beyond the date for completion of the Purchase Order. This security deposit is collected towards the performance of the Contract. The said Security Deposit shall be submitted either in the form of Bank Guarantee duly endorsed in the name of the Centre. The Security Deposit will be returned to you on successful completion of the Contractual obligations; failing which it shall be forfeited/adjusted.
SPECIFIC TERMS AND CONDITIONS TO TENDERERS 1. Sales Tax: The facility of Inter-State purchase by Government Department against Form-D stands withdrawn w.e.f 01.04.2007. As such, please indicate the applicable CST/VAT.
2. Excise Duty: We are completely exempted from payment of Excise Duty in terms of Notification No.10/97-CE Dt.01.03.97s amended by Notification No. 16/2007 Central Excise Dt.01.03.2007. The necessary ED Exemption Certificate shall be provided by VSSC for availing exemption. Tenders are requested to take note of the ED exemption available to ISRO/VSSC and accordingly submit the offer without ED element.
3. Customs Duty: - We are completely exempted from payment of Customs Duty in terms of Notification No.12/2012-Cus dated 17.03.2012 The necessary Customs Duty Exemption Certificate shall be provided by VSSC for availing CD Exemption. Tenderers are requested to take note of the CD Exemption available to ISRO/VSSC and accordingly submit the offer without CD Element.
4. Where an agent participate in a tender; (a) Either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender. (b) If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another principal/ OEM in the same tender for the same item/product. 5. VSSC has a right to cancel the tender without assigning any reason etc.
Warranty: Period of applicable warranty shall be specified.
Annual Maintenance Contract: AMC Charges for the equipment after the Guarantee/ warranty period shall be quoted separately. Type of AMC also should be specified.
Installation & Training : Installation & Training cost, if any, should be shown separately
Tender No. : ..............................................
Due on : ..............................................
Ref. No. : ..............................................
Date : ..............................................
[To be filled & signed and enclosed along with the quotation to consider your offer]
Sl. No. Conditions
Compliance
1.
Quote Validity: 120 Days [Mandatory to consider quote]
2.
Applicable Warranty Period shall be specified. [Mandatory to consider quote]
3.
Performance Bank Guarantee equivalent to 10% of order value valid till the
warranty period shall be provided. [Mandatory to consider quote]
4.
Specify minimum delivery period required.
[Mandatory to consider quote]
5.
Liquidated Damages @ 0.5% per week subject to a maximum of 10% of the
order value is applicable for the delayed delivery. [Mandatory to consider
quote]
6.
Security Deposit: Successful Tenderer shall provide Security Deposit
equivalent to 10% of order value, valid till completion of the work.
[Mandatory to consider quote]
7.
Specify Make if applicable.
8
Earnest Money Deposit amounting Rs.1,00,000/- shall be invariably
submitted by you along with your offer . Submission of EMD is exempted in
respect of Foreign vendors, registered vendors or vendors who have already
applied for renewal of registration,CPSU/CPSE, MSE, KVIC, NSIC.
MOST IMPORTANT Quote shall be submitted only in sealed covers superscribing Tender No. and Due Date.
FAX / E-MAIL TENDER will not be considered for any reasons.
Annexure - 6
INSTRUCTIONS TO TENDERS (TWO-PART TENDERS) Important Note: Copy of Price Bid masking the prices shall be enclosed with Technical Bid to know the pattern of quoting. Quotations against this tender are being called for in Two Parts. They are : Part – 1 : (a) Technical & (b) Commercial & Part – 2 : Price Please go through the following instructions as to how you have to prepare your offer and send to us to become a valid tender. Part – 1 : (a) Technical & (b) Commercial Part: (a) Technical : The specifications / Job offered by you for the product / service in response to our tender are required to be incorporated in this tender by you. If there is a compliance statement called for, you have to provide the compliance statement duly confirming all the parameters of the product / service offered by you. All the points are to be properly responded with the specifications / Job of the product / service instead of simply mentioning “ compliant” or otherwise. The corresponding data sheets, test results, brochures wherever applicable are required to be enclosed in support of the specifications / Job offered by you. (b) Commercial: The commercial terms applicable for this tender such as delivery terms, delivery period, installation charges, commissioning charges, submission of bank guarantees, validity of offer etc shall come in this section. The applicable taxes and duties or requirement of duty exemption certificates also shall be indicated in this part. In case a questionnaire is provided to be filled by you with the information, you are required to do so. A copy of the price offer by masking prices shall be enclosed to the technical and commercial part (Part-I) to clearly understand as to whether you have provided the prices as desired by the tender document. The technical and commercial part prepared as above has to be enveloped and super scribed as follows and sealed:
Ref. No. 9301-2015-00-3683-01 Due Date: Part – 1 (Technical and commercial part) To Sr. Purchase & Stores Officer, Unit II, ATF Area, Vikram Sarabhai Space Centre, Thumba P.O, Trivandrum – 22 From
Part – II Price Part: The prices applicable for the product as per the specifications and for the commercial terms indicated by you in Part-1, shall into this part. Apart from the cost of the items packing charges, forwarding charges, freight charges (if applicable), installation and commissioning, training charges etc shall come to this part. The taxes and duties applicable also shall come in this part. In case a format is provided to give the prices the same shall be filled and attested by you. The price part prepared as above has to be enveloped and super scribed as follows and sealed:
Ref. No. 9301-2015-00-3683-01 Due Date: Part – II (Price Part) To Sr.Purchase & Stores Officer, Unit II, ATF Area, Vikram Sarabhai Space Centre, Thumba P.O, Trivandrum – 22 From
The Part-1 (Technical and Commercial Part) cover and the Part-II cover (Price Part) prepared as above shall be inserted in another envelope and super scribed as follows and sealed.
Ref. No. 9301-2015-00-3683-01 Due Date: Part – 1 & Part II are kept inside and individually sealed To Sr.Purchase & Stores Officer, Unit II, ATF Area, Vikram Sarabhai Space Centre, Thumba P.O, Trivandrum - 22 From --------------------------------------
The tender prepared as above shall be delivered to the addressee so that they receive the tender before the due date and time. The offers received after the due date and due time shall be summarily rejected and will not be considered.
, Form No. DOS:PM:20 GOVERNMENT OF INDIA DEPARTMENT OF SPACE
VIKRAM SARABHAI SPACE CENTRE PURCHASE UNIT - II ATF AREA, ISRO P.O.
THIRUVANANTHAPURAM - 695 022 Tele. No: 0471-256 5141 / 5859 / 5063 Fax No: 0471-256 4174 / 4170
E-Mail ID: [email protected] INSTRUCTIONS TO TENDERERS
1. Tenders should be sent in sealed envelopes superscribing the relevant Tender No., and the due date of opening. Only one
tender should be sent in each envelope.
2. Late tenders and delayed tenders will not be considered.
3. Sales Tax and / or other duties / levies legally leviable and intended to be claimed should be distinctly shown separately in the tender.
4. As a Government of India Department, this office is exempted from payment of Octroi and similar local levies. Tenderers shall ensure that necessary Exemption Certificates are obtained by them from the Purchase Officer concerned to avoid any payment of such levies.
5. a) Your quotation should be valid for 120 days from the date of opening of the tender.
b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations are given in terms of units other than those specified in the tender form, relationship between the two sets of units must be furnished.
6. Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR destination/delivery at site.
7. a) All available technical literature, catalogues and other data in support of the specifications and details of the items should be furnished along with the offer.
b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender, the tenderer will have to remove the samples at his own expense.
c) Approximate net and gross weight of the items offered shall be indicated in your offer. If dimensional details are available the same should also be indicated in your offer.
d) Specifications: Stores offered should strictly confirm to our specifications. Deviations, if any, should be clearly indicated by the tenderer in his quotation. The tenderer should also indicate the Make / Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary, along with the quotations. Test Certificates, wherever necessary, should be forwarded along with supplies. Wherever options have been called for in our specifications, the tenderer should address all such options. Wherever specifically mentioned by us, the tenderer could suggest changes to specifications with appropriate response for the same.
8. The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance of the
whole or any part of the tender or portions of the quantity offered and the tenderers shall supply the same at the rates quoted.
9. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amount quoted in words and figures, amount quoted in words shall prevail.
10. The tenderer should supply along with his tender, the name of his bankers as well as the latest Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser.
11. The Purchaser reserves the right to place order on the successful tenderer for additional quantity up to 25% of the quantity offered by them at the rates quoted.
12. The authority of the person signing the tender, if called for, should be produced.
TERMS & CONDITIONS OF TENDER
1. DEFINITIONS:
a) The term ‘Purchaser’ shall mean the President of India or his successors or assigns.
b) The term ‘Contractor’ shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's successors, representative, heirs, executors and administrators unless excluded by the Contract.
c) The term ‘Stores’ shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order including erection of plants & machinery and subsequent testing, should such a condition is included in the Purchase Order.
d) The term ‘Purchase Order’ shall mean the communication signed on behalf of the Purchaser by an Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof.
2. PRICES: Tender offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering and also the formula for any such variation/s.
3. SECURITY DEPOSIT:
On acceptance of the tender, the Contractor shall, at the option of the Purchaser and within the period specified by him, deposit with him, in cash or in any other form as the Purchaser may determine, security deposit not exceeding ten percent of the value of the Contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, ‘Security’ and the Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the Contract, and the Purchaser shall be entitled to make other arrangements for the re-purchase of the stores Contracted at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and/or to recover from the Contractor, damages arising from such cancellation.
4. GUARANTEE & REPLACEMENT:
(a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance.
(b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use, arising from faulty stores design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who shall state in writing in what respect the stores or any part thereof are faulty.
(c) If, in the opinion of the purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the purchaser, provided the notice informing the Contractor of the defect is given by the purchaser in this regard within the said period of 14 months from the date of acceptance thereof.
(d) Should the Contractor fail to rectify the defects, the purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores.
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection thereof on behalf of the purchaser, as to whether or not the stores supplied by the Contractor are defective or any defect has developed within the said period of 12 months or as to whether the nature of the defects requires renewal or replacement, shall be final, conclusive and binding on the Contractor.
(f) To fulfill guarantee conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the purchaser, furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank approved by the purchaser for an amount equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of the Contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest.
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of the stores at purchaser's site.
(h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be the ’asked for’ guarantee period plus two months.
5. PACKING FORWARDING & INSURANCE:
The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done by and at the expense of the Contractor. The purchaser will not pay separately for transit insurance, all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition in accordance with the Contract.
6. DESPATCH:
The Contractor is responsible for obtaining a clear receipt from the Transport Authorities specifying the goods despatched. The consignment should be despatched with clear Railway Receipt / Lorry Receipt. If sent in any other mode, it shall be at the risk of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on 'said to contain' basis. Purchaser shall pay for only such stores as are actually received by them in accordance with the Contract.
7. TEST CERTIFICATE:
Wherever required, test certificates should be sent along with the despatch documents.
8. ACCEPTANCE OF STORES:
a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the purchaser at the Contractor's own risk, expense and cost.
b) It is expressly agreed that the acceptance of the stores Contracted for, is subject to final approval by the purchaser, whose decision shall be final.
c) If, in the opinion of the purchaser, all or any of the stores do not meet the performance or quality requirements specified in the Purchase Order, they may be either rejected or accepted at a price to be fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and binding on the Contractor.
d) If the whole or any part of the stores supplied are rejected in accordance with Clause No. 8 (c) above, the purchaser shall be at liberty, with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor stores meeting the necessary performance and quality Contracted for in place of those rejected, provided that either the purchase, or the agreement to purchase, from another supplier is made within six months from the date of rejection of the stores as aforesaid.
9. REJECTED STORES:
Rejected stores will remain at destination at the Contractor's risk and responsibility. If instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the purchaser or his representative has, at his discretion, the right to scrap or sell or consign the rejected stores to Contractor's address at the Contractor's entire risk and expense, freight being payable by the Contractor at actuals.
10. DELIVERY:
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the Contract and delivery must be completed on or before the specified dates.
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period prescribed for such
delivery, the purchaser shall be entitled at his option either.
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum of 0.5% per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during which the delivery of such store may be in arrears subject to a minimum of 10%, or
(ii) to purchase from elsewhere, without notice to the Contractor on the account and at the risk of the Contractor, the
stores not delivered or others of a similar description (where others exactly complying with the particulars, are not, in the opinion of the purchaser, readily procurable, such opinion being final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery, or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of stores not so
delivered or others of a similar description (where others exactly if complying with the particulars are not, in the opinion of the purchaser, readily procurable, such opinion final) at the risk and cost of the Contractor.
In the event of action being taken under sub-clause (ii) & (iii) of clause 10 (b) above, the Contractor shall be liable for any loss which the purchaser may sustain on that account, provided that the re-purchase or if there is an agreement to re-purchase then such agreement is made within six months from the date of such failure. But the Contractor shall not be entitled to any gain on such re-purchase made against default. The manner and method of such re-purchase shall be at the discretion of the purchaser, whose decision shall be final. It shall not be necessary for the purchaser to serve a notice of such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the purchaser to recover damages for breach of Contract by the Contractor.
11. EXTENSION OF TIME:
As soon as it is apparent that the Contract dates cannot be adhered to, an application shall be sent by the Contractor to the purchaser. If failure, on the part of the Contractor, to deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow such additional time as he considers it to be justified by circumstances, of the case without prejudice to the purchaser's right to recover liquidated damages under clause 10 thereof.
12. ERECTION OF PLANT & MACHINERY: Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the purchaser, the purchaser shall have the right to get the erection done through any source of his choice. In such an event, the Contractor shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection. The Contractor shall, however, not be entitled to any gain due to such an action by the purchaser.
13. PAYMENT: Contractor's bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser.
14. MODE OF PAYMENT: Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials.
15. RECOVERY OF SUM DUE: Whenever any claim for the payment of, whether liquidated or not, money arising out of or under this Contract against the Contractor, the purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if no security has been taken from the Contractor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum then due or which at any time thereafter may become due to the Contractor under this or any other Contract with the purchaser. Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the purchaser on demand the remaining balance due. Similarly, if the purchaser has or makes any claim, whether liquidated or not, against the Contractor under any other Contract with the purchaser, the payment of all moneys payable under the Contract to the Contractor including the security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid by the Contractor.
16. INDEMNITY: The Contractor shall warrant and be deemed to have warranted that all stores supplied against this Contract are free and clean of infringement of any Patent, Copyright or Trademark, and shall at all times indemnify the purchaser against all claims which may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for sufficiency of all means used by him for the fulfilment of the contract.
17. ARBITRATION: In the event of any question, dispute or difference arising under these conditions or any conditions contained in the Purchase Order or in connection with this Contract (except as to any matter the decision of which is specially provided for by these conditions), the same shall be referred to the sole arbitration of the Head of the Purchase office or some other person appointed by him. It will be no objection that the arbitrator is a Government servant, that he had to deal with matter to which the Contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties of this Contract.
If the arbitrator be the Head of the Centre / Unit – (i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his
successor-in-office either to proceed with reference himself, or to appoint another person as arbitrator, or (ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Centre / Unit to
appoint another person as arbitrator.
If the arbitrator be a person appointed by the Head of the Purchase Office –In the event of his dying, neglecting or refusing to act or resigning or being unable to act, for any reason, it shall be lawful for the Head of the Centre / Unit either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing arbitrator.
Subject as aforesaid the Arbitration & Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible, continue during arbitration proceedings.
In the event of any dispute or difference relating to the interpretation and application for the provisions of the Contracts, such dispute or difference shall be referred by either party to Arbitration of one of the Arbitrations in the Department of Public Enterprises. The Arbitration Act 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute provided however any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Govt. of India. The parties to the dispute will share equally, the cost of arbitration as intimated by Arbitrator.
18. COUNTER TERMS AND CONDITION OF SUPPLIERS: Where counter terms and conditions printed or cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained.
19. SECURITY FOR PURCHASE OF MATERIALS: Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the purchaser towards adequate security for the materials and properties provided by the Purchaser for the due execution of the Contract.
FORM NO. DOS:PM:23
(Seal of the Company)
Tender No. : .......................................
Due on : .......................................
Ref. No. : ......................................
Date : .......................................
TENDER FORM From: .................................................
.................................................
.................................................
To: THE PURCHASE & STORES OFFICER,
VIKRAM SARABHAI SPACE CENTRE
PURCHASE UNIT – II
ATF AREA, ISRO P.O
TRIVANDRUM – 695 022
Dear Sir,
1. I/We hereby offer to supply the stores detailed below at the price hereunder quoted
andagree to hold this offer open till…………… I/we shall be bound to supply the stores
herebyoffered upon the issue of the Purchase Order communicating the acceptance thereof on
orbefore the expiry of the last mentioned date. You are at liberty to accept any one or more of
theitems of stores tendered for or any portion of any one or more of the items of such stores.
I/We,notwithstanding that the offer in this tender has not been accepted in whole, shall be bound
tosupply to you such items and such items and such portion or portions of one or more of theitems
as may be specified in the said Purchase Order communicating the acceptance:
SL.
No Description Quantity Unit Rate (Rs)
Delivery
Date
Note: All the rates should be given both in figures and words
2. I/We have understood the items of the tender annexed to the invitation to tender andhave
thoroughly examined the specifications/drawing and/or pattern quoted or referred to hereinand
am/are fully aware of the nature of the stores required and my/our offer is to supply the stores strictly
in accordance with the requirements subject to the terms and conditions stipulatedin the enquiry
and contained in the Purchase Order communicating the acceptance of this tendereither in whole
or in part.
Signature of Tenderer
Date: ………………………
(Seal)
Place at which delivery will be made
Date by which the ordered item/s will be
supplied
ANNEXURE-I: SPECIFICATION FOR HIGH SPEED 3D DIGITAL IMAGE CORRELATION (DIC) SYSTEM CAMERA
High speed 3D Digital Image Correlation (DIC) system camera with following specification is required for Dynamic Strain and Displacement Measurements in SHPB tests. Sl. No.
Technical Specification Quantity Compliance Remarks
YES NO
Introduction
Three dimensional Digital image correlation (3-D DlC) system is used for measurement of full field displacement, strain and acceleration on various materials under various dynamic loading conditions
such as shock loading, impact loading, High Strain Rate Tests and Hopkinson Bar Tests. The s y s t e m records t h e data through non-contact mode using the images taken by two digital high speed cameras.
01 High Speed Camera (Monochrome) 2 nos
1.1 Frame Rate – 1000 to 5 Million fps or higher
1.2 Resolution –900 X 700 pixels or better for the entire range of 1000 to 5 Million fps
1.3 Minimum Exposure Time : 100 ns or less
1.4 Digitisation – minimum 10-bit Monochrome
1.5 Gigabit Ethernet interface
1.6 Camera should not have any Image Intensifier Circuit
1.7 Number of Frames captured at full resolution:- 150 or more.
1.8 Synchronization between two cameras : 10 ns or better
1.9 Trigger - Make / Break Type. Programmable delay on selected input and output triggers, 100ns resolution
1.10 Image Sensor fill factor : minimum 40 % (average)
1.11 Lens Mount – Interchangeable F-mount
1.12 Carry Case for each camera with foam for easy transport of camera.
1.13 Power – 240 V AC 50 Hz. All power plugs must be compatible with Indian Standard.
02 Lenses
2.1 Tamron Telephoto Macro Lens -180mm with UV and IR filters (F mount)
2 nos
2.2 Nikon Telephoto zoom lense 80-400 mm with UV and IR filters
2 nos
2.3 The sample areas to be viewed are likely to vary between 20 mm
2 to 225 cm
2. The safe
distance of the cameras from the target will vary between 0.75 m to 5 m. The bidder can suggest additional lenses suitable for DIC measurements to meet the above requirements.
03 Illuminating Device
3.1 Flash Lamp with minimum 2 ms duration 4 nos
3.2 Control system - Trigger - Independent and simultaneous
1 no
Sl. No.
Technical Specification Quantity Compliance Remarks
YES NO
trigger for the 4 nos flash lamps Rise Time - 50 µs or less Delay - 30µs or less
04 Camera Control and Image Acquisition Software 1 no
4.1 Both the cameras should be controllable from single Laptop Workstation simultaneously.
4.2 Control Software must provide the option for setting frame rate, exposure time, trigger delay etc. for the cameras.
4.3 Acquired images must be formatted into *.tiff, *.jpeg, *.bmp, *.raw etc. for the use of co relation.
05 High End Laptop Workstation with Printer and UPS
1 no
5.1 3.0 GHz core i7, 16GB RAM, , 512 GB SSD, 1 TB HDD, 1GB Graphics Card, DVD-RW, 17 inch Monitor, 64 bit Windows 7, HP all-in-one colour Laserjet duplex printer and 1 KVA UPS. Other features suitable for Camera Control and Image Acqusition software for controlling two cameras simultaneously.
5.2 All the required items for successful functioning and interfacing with two high speed cameras should be quoted and provided by the vendor.
6 ACCESSORIES AND SPARES
6.1 The firm should provide a list of essential spares/accessories for the equipment required for 5 years of smooth functioning
7 VENDOR ELIGIBILITY CRITERIA
7.1 OEM/authorized dealers are only eligible for quoting the tender. OEM authorization certificate shall be provided in case of authorized dealers.
7.2 Vendor should have supplied same item to reputed laboratories/ organizations. Some specific test results / technical papers published by such laboratories/organization, on the use of quoted High Speed Camera System for DIC applications, should be attached with the offer.
7.3 Bidder must attach a list of commercial 3D DIC software compatible with the proposed camera.
7.4 Vendor must provide a list of their customers holding the same system along with details of their contact.
8 OTHER TERMS AND CONDITIONS
8.1 Installation and Commissioning
The system should be installed and commissioned by the supplier at VSSC – Trivandrum. This includes demonstration of synchronization between two high speed cameras and simultaneous image acquisition.
8.2 Training on Operation, Troubleshooting & Maintenance
5 days detailed and cost free training for VSSC Engineers on the use of the systems should be provided by supplier at VSSC, Trivandrum. This would include Basic training on , instructions
Sl. No.
Technical Specification Quantity Compliance Remarks
YES NO
for operation, measurement / acquisition of data during test, instructions for routine and periodical maintenance, handling of error messages and trouble shooting. All costs related to travel, accommodation, food, transportation during installation, training and subsequent tests must be borne by you.
8.3 Inspection of the system at VSSC and acceptance
The system shall be subjected to final inspection and acceptance at VSSC and for performance based on sample tests to be carried out at VSSC, Trivandrum.
8.4 Documentation in English Language
At least two copies in original form shall be provided. The manual shall contain instructions or guide lines in English with details on – • General information about system i.e. hardware / software • Instructions for fixing / mounting i.e. readying the system for measurements • Calibration procedure • Instructions for operation i.e. Measurement / acquisition of data during test • Instruction for routine and periodical maintenance • Error message manual & Trouble shooting manual • Complete list of parts with identification numbers and brief specifications • Technical notes / application notes on the system.
8.5 Warranty The firm has to provide three years comprehensive on-site warranty. Any software updates as well as technical requirements / problems need to be supported during the warranty period.
8.6 Performance Bank Guarantee(PBG)
In the event of placement of order, you have to submit a PBG from a Nationalized/Scheduled bank, for 10% of order value valid beyond two months from the expiry of warranty period,
8.7 Annual Maintenance Contract
You must be willing to undertake annual maintenance contract for a minimum of 5 years beyond the period of warranty.
8.8 LD LIQUIDATED DAMAGES: The delivery period quoted by you and
Sl. No.
Technical Specification Quantity Compliance Remarks
YES NO
stipulated in the Purchase Order shall be deemed to be the essence of the order and delivery must be completed not later than the date specified therein as otherwise VSSC shall have the right to recover a sum @ 0.5% of the order value per week or part thereof, as the case may be, subject to a maximum of 10% of the order value.
8.9 Security Deposit In the event of placement of order, you have to submit a Security Deposit at 10% of the order value of the P.O. The Security Deposit shall valid for a period of 60 days beyond the date of completion and acceptance of P.O/Contract. The Security Deposit will be discharged without any interest within 30days after completion and acceptance of the Contractual obligations and on submission of PBG.
1
Annexure-II
General Terms and Conditions
1. Please keep and confirm the offer validity minimum 120 days from the
date of opening of tender.
2. To avail of the benefits extended by Government of India to the Micro and
Small Sectors, please submit attested copy of the valid Entrepreneur
Memorandum Part-II signed by the General Manager, District Industries
Centre along with your offer.
3. VSSC has a right to cancel the tender without assigning any reason etc,
thereof.
4. EMD: The vendors who are not registered with VSSC, shall submit an
EMD (Earnest Money Deposit) or Bid Security in the form of
DD/Banker’s Cheque/Fixed Deposit Receipt for Rs. 5,00,000/-. The EMD
of the unsuccessful vendor will be returned without any interest within 30
days from the date of finalization. Foreign vendors, registered vendors or
vendors who have already applied for renewal of registration, Central
PSUs/PSEs/Autonomous Bodies, etc., shall be exempted from payment of
EMD. Vendors seeking exemption from payment of EMD shall submit
necessary proof like registration number (vendor code), etc. The quotation
submitted by unregistered vendor without EMD will not be considered.
The EMD submitted by unregistered vendors will be forfeited in the case
of withdrawal of quotation or amendments in quotation or any such
deviation in a later period.
5. PERFORMANCE BANK GUARANTEE: You shall furnish
Performance Bank Guarantee in Rs.200/- non judicial stamp paper from a
Nationalised/Scheduled Bank equivalent to 10% of order value which shall
be valid beyond two months from the expiry of warranty period.
2
6. SECURITY DEPOSIT: The successful Vendor shall submit a Security
Deposit @ 10% of the order value at the option of the Purchaser within the
specified period, failing which will lead to breach of Contract, forfeiture of
EMD, Risk Purchase, Compensation for damages etc. The SD shall be
valid for a period of 60 days beyond the delivery date. The SD will be
returned without any interest within 30 days after completion and
acceptance of all contractual obligations and on submission of PBG.
7. ARBITRATION: All disputes, differences, claims and demands arising
under or pursuant to this agreement shall be referred to Arbitration of a
sole Arbitrator to be appointed by Director, VSSC. Arbitration shall be
held in Trivandrum and shall be subjected to and governed by the
provisions of the Arbitration and Conciliation Act 1996 or any statutory
modifications or re enactment thereof.
8. LIQUIDATED DAMAGES: The delivery period quoted by you and
stipulated in the Purchase Order shall be deemed to be the essence of the
order and delivery must be completed not later than the date specified
therein as otherwise VSSC shall have the right to recover a sum @ 0.5% of
the order value per week or part thereof, as the case may be, subject to a
maximum of 10% of the order value.
9. FORCE MAJEURE : Should a part or whole of the items covered by this
contract be delayed in delivery due to reason of force majeure condition
which shall include lockouts, strikes, riots, civil commotion fire ,
accidents, acts of God and War, stoppage of deliveries by Govt. etc. each
party undertakes to advise the other as soon as it becomes away of the
circumstances of such force majeure, so that action under the provisions of
this order can be mutually reviewed and agreed upon between the party
and VSSC. If the force majeure condition extended over a period of six
months both the parties of the order shall mutually discuss and arrive at an
agreement for the continuation or termination of the order.
ANNEXURE-III
INSTRUCTIONS TO TENDERERS (TWO-PART TENDERS)
Quotations against this tender are being called for in Two Parts. They are:
Part-1: (a) Technical & (b) Commercial &
Part-2: Price.
Please go through the following instructions as to how you have to prepare your offer and
send to us to become a valid tender.
Part-1;
(a) Technical & (b) Commercial Part:
(a) Technical:
The specifications offered by you for the product in response to our tender are required to
be incorporated in this tender by you. If there is a compliance statement called for, you
have to provide the compliance statement duly confirming all the parameters of the
product offered by you. All the points are to be properly responded with the
specifications of the product instead of simply mentioning “compliant” or otherwise. The
corresponding data sheets, test results, brochures wherever applicable are required to be
enclosed in support of the specifications offered by you.
(b) Commercial:
The commercial terms applicable for this tender such as delivery terms
(FOB/FOR/FCA/Ex-Works etc), delivery period, taxes & duties, applicability of packing,
forwarding, freight charges, installation charges, commissioning charges, training period,
training charges, warranty period, submission of bank guarantees, validity of offer etc
shall come in this section. The applicable taxes and duties or requirement of duty
exemption certificates also shall be indicated in this part. In case a questionnaire is
provided to be filled by you with the information, you are required to do so. A copy of
the price offer by masking prices shall be enclosed to the Technical and Commercial Part
(Part-I) to clearly understand as to whether you have provided the prices as desired by the
tender document.
The Technical and Commercial Part prepared as above has to be enveloped and super
scribed as follows and sealed:
Ref: No:_______________
Due date: ________________
Part-1(Technical and Commercial Part)
To
The Sr.Head,
Purchase & Stores Division
From _____________________
Part- II
Price Part:
The prices applicable for the product as per the specifications and for the commercial
terms indicated by you in Part 1, shall come into this part. Apart from the cost of the
items, Taxes & Duties, Packing charges, forwarding charges, freight charges (if
applicable), installation and commissioning, training charges etc shall clearly mentioned
in this part. The taxes and duties applicable also shall come in this part. In case a format
is provided to give the prices, the same shall be filled and attested by you.
The price part prepared as above has to be enveloped and super scribed as follows and
sealed:
Ref: No:_______________________
Due date:______________________
Part-II (Price part)
To
The Sr.Head,
Purchase & Stores Division,
From: ______________________
The Part-1 (Technical and Commercial Part) cover and the Part-II cover (Price part)
prepared as above shall be inserted in another big envelope and super scribed as follows
and sealed.
Ref: No:________________________
Due date:________________________
Part-1& Part II are kept inside and individually sealed
To
The Sr.Head,
Purchase & Stores Divsion,
From: ____________________
The tender prepared as above shall be delivered to the addressee so that they receive the
tender before the due date and time. The offers received after the due date and due time
shall be summarily rejected and will not be considered.
, Form No. DOS:PM:20 DEPARTMENT OF SPACE VIKRAM SARABHAI SPACE CENTRE
PURCHASE UNIT-III PRSO PURCHASE,
RFF AREA, ISRO P.O., THIRUVANANTHAPURAM- 695 022
Tele No: 0471-256 3775, 3617, 3609 Fax No: 0471-256 2105 E-Mail ID: spso_prso@vssc,gov.in
INSTRUCTIONS TO TENDERERS
1. Tenders should be sent in sealed envelopes superscribing the relevant tender No, and the due date of opening. Only one
tender should be sent in each envelope.
2. Late tenders and delayed tenders will not be considered.
3. Sales Tax and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the
tender.
4. As a Government of India Department, this office is exempted from payment of Octroi and similar local levies. Tenderers
shall ensure that necessary Exemption Certificates are obtained by them from the Purchase Officer concerned to avoid any
payment of such levies.
5. a) Your quotation should be valid for 90 days from the date of opening of the tender.
b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations are given in
terms of units other than those specified in the tender form, relationship between the two sets of units must be furnished.
6. Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR destination/delivery at
site.
7. (a) All available technical literature, catalogues and other data in support of the specifications and details of the items should
be furnished along with the offer.
(b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser shall not be responsible for
any loss or damage thereof due to any reason whatsoever. In the event of nonacceptance of tender, the tenderer will have
to remove the samples at his own expense.
(c) Approximate net and gross weight of the items offered shall be indicated in your offer. If dimensional details are available
the same should also be indicated in your offer.
(d) Specifications: Stores offered should strictly confirm to our specifications. Deviations, if any, should be clearly indicated
by the tenderer in his quotation. The tenderer should also indicate the Make/Type number of the stores offered and
provide catalogues, technical literature and samples, wherever necessary, along with the quotations. Test Certificates,
wherever necessary, should be forwarded along with supplies. Wherever options have been called for in our
specifications, the tenderer should address all such options. Wherever specifically mentioned by us, the tenderer could
suggest changes to specifications with appropriate response for the same.
8. The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance of the whole
or any part of the tender or portions of the quantity offered and the tenderers shall supply the same at the rates quoted.
9. Corrections, if any, must be attested. All amounts shall be indicated both in words as well as in figures. Where there is
difference between amount quoted in words and figures, amount quoted in words shall prevail.
10. The tenderer should supply along with his tender, the name of his bankers as well as the latest Income- Tax clearance
certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by
the Purchaser.
11. The Purchaser reserves the right to place order on the successful tenderer for additional quantity up to 25% of the quantity
offered by them at the rates quoted.
12. The authority of the person signing the tender, if called for, should be produced.
TERMS & CONDITIONS OF TENDER 1. DEFINITIONS:
(a) The term ‘Purchaser’ shall mean the President of India or his successors or assigns.
(b) The term ‘Contractor’ shall mean, the person, firm or company with whom or with which the order for the supply of stores is
placed and shall be deemed to include the Contractor's successors, representative, heirs, executors and administrators unless
excluded by the Contract.
c) The term ‘Stores’ shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order
including erection of plants & machinery and subsequent testing, should such a condition is included in the Purchase Order.
d) The term ‘Purchase Order’ shall mean the communication signed on behalf of the Purchaser by an Officer duly authorised
intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said
communication accepting the tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part
thereof.
2. PRICES:
Tender offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotation with a
reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the
time of tendering and also the formula for any such variation/s.
3. SECURITY DEPOSIT:
On acceptance of the tender, the Contractor shall, at the option of the Purchaser and within the period specified by him, deposit
with him, in cash or in any other form as the Purchaser may determine, security deposit not exceeding ten percent of the value
of the Contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, ‘Security’ and the
Contractor fails to provide the security within the period specified, such failure shall constitute a breach of the Contract, and
the Purchaser shall be entitled to make other arrangements for the re-purchase of the stores Contracted at the risk of the
Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and/or to recover from the Contractor, damages arising
from such cancellation.
4. GUARANTEE & REPLACEMENT:
(a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for
material, workmanship and performance.
(b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein
found to have developed under proper use, arising from faulty stores design or workmanship, the Contractor shall remedy
such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance
thereof by the purchaser who shall state in writing in what respect the stores or any part thereof are faulty.
(c) If, in the opinion of the purchaser, it becomes necessary to replace or renew any defective stores such replacement or
renewal shall be made by the Contractor free of all costs to the purchaser, provided the notice informing the Contractor of
the defect is given by the purchaser in this regard within the said period of 14 months from the date of acceptance thereof.
(d) Should the Contractor fail to rectify the defects, the purchaser shall have the right to reject or repair or replace at the cost of
the Contractor the whole or any portion of the defective stores.
(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection thereof on behalf of the
purchaser, as to whether or not the stores supplied by the Contractor are defective or any defect has developed within the
said period of 12 months or as to whether the nature of the defects requires renewal or replacement, shall be final,
conclusive and binding on the Contractor.
(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the purchaser,
furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank approved by the purchaser for an amount
equivalent to 10% of the value of the Contract along with first shipment documents. On the performance and completion of
the Contract in all respects, the Bank Guarantee will be returned to the Contractor without
any interest.
(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of the stores at
purchaser's site.
(h) Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications
then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be the ’asked
for’ guarantee period plus two months.
5. PACKING FORWARDING & INSURANCE:
The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or
air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done
by and at the expense of the Contractor. The purchaser will not pay separately for transit insurance, all risks in transit being
exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition in
accordance with the Contract.
6. DESPATCH:
The Contractor is responsible for obtaining a clear receipt from the Transport Authorities specifying the goods despatched. The
consignment should be despatched with clear Railway Receipt/Lorry Receipt. If sent in any other mode, it shall be at the risk
of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are
booked on 'said to contain' basis. Purchaser shall pay for only such stores as are actually received by them in accordance with
the Contract.
7. TEST CERTIFICATE:
Wherever required, test certificates should be sent along with the despatch documents.
8. ACCEPTANCE OF STORES:
(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the purchaser at the
Contractor's own risk, expense and cost.
(b) It is expressly agreed that the acceptance of the stores Contracted for, is subject to final approval by the purchaser, whose
decision shall be final.
(c) If, in the opinion of the purchaser, all or any of the stores do not meet the performance or quality requirements specified in
the Purchase Order, they may be either rejected or accepted at a price to be fixed by the purchaser and his decision as to
rejection and the prices to be fixed shall be final and binding on the Contractor.
(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No. 8 (c) above, the purchaser shall be
at liberty, with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor stores
meeting the necessary performance and quality Contracted for in place of those rejected, provided that either the purchase,
or the agreement to purchase, from another supplier is made within six months from the date of rejection of the stores as
aforesaid.
9. REJECTED STORES:
Rejected stores will remain at destination at the Contractor's risk and responsibility. If instructions for their disposal are not
received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the purchaser or his
representative has, at his discretion, the right to scrap or sell or consign the rejected stores to Contractor's address at the
Contractor's entire risk and expense, freight being payable by the Contractor at actuals.
10. DELIVERY:
(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be the essence of the
Contract and delivery must be completed on or before the specified dates.
(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period prescribed for such delivery,
the purchaser shall be entitled at his option either.
(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum of 0.5% per week of the
price of any stores which the Contractor has failed to deliver as aforesaid or during which the delivery of such store may
be in arrears subject to a minimum of 10%, or
(ii) to purchase from elsewhere, without notice to the Contractor on the account and at the risk of the Contractor, the stores
not delivered or others of a similar description (where others exactly complying with the particulars, are not, in the
opinion of the purchaser, readily procurable, such opinion being final) without cancelling the Contract in respect of the
consignment (s) not yet due for delivery, or
(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of stores not so
delivered or others of a similar description (where others exactly if complying with the particulars are not, in the
opinion of the purchaser, readily procurable, such opinion final) at the risk and cost of the Contractor.
In the event of action being taken under sub-clause (ii) & (iii) of clause 10 (b) above, the Contractor shall be liable for any
loss which the purchaser may sustain on that account, provided that the re-purchase or if there is an agreement to
repurchase then such agreement is made within six months from the date of such failure. But the Contractor shall not be
entitled to any gain on such re-purchase made against default. The manner and method of such re-purchase shall be at the
discretion of the purchaser, whose decision shall be final. It shall not be necessary for the purchaser to serve a notice of
such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the purchaser to recover
damages for breach of Contract by the Contractor.
11. EXTENSION OF TIME:
As soon as it is apparent that the Contract dates cannot be adhered to, an application shall be sent by the Contractor to the
purchaser. If failure, on the part of the Contractor, to deliver the stores in proper time shall have arisen from any cause which
the purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow such
additional time as he considers it to be justified by circumstances, of the case without prejudice to the purchaser's right to
recover liquidated damages under clause 10 thereof.
12. ERECTION OF PLANT & MACHINERY:
Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the Contract and in case
the Contractor fails to carry out the erection as and when called upon to do so within the period specified by the purchaser, the
purchaser shall have the right to get the erection done through any source of his choice. In such an event, the Contractor shall
be liable to bear any additional expenditure that the purchaser is liable to incur towards erection. The Contractor shall,
however, not be entitled to any gain due to such an action by the purchaser.
13. PAYMENT:
Contractor's bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser.
14. MODE OF PAYMENT:
Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials.
15. RECOVERY OF SUM DUE:
Whenever any claim for the payment of, whether liquidated or not, money arising out of or under this Contract against the
Contractor, the purchaser shall be entitled to recover such sum by appropriating in part or whole, the security deposited by the
Contractor, if a security is taken against the Contract. In the event of the security being insufficient or if no security has been
taken from the Contractor, then the balance or the total sum recoverable as the case may be, shall be deducted from any sum
then due or which at any time thereafter may become due to the Contractor under this or any other Contract with the purchaser.
Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the purchaser on demand the
remaining balance due. Similarly, if the purchaser has or makes any claim, whether liquidated or not, against the Contractor
under any other Contract with the purchaser, the payment of all moneys payable under the Contract to the Contractor including
the security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid by the Contractor.
16. INDEMNITY:
The Contractor shall warrant and be deemed to have warranted that all stores supplied against this Contract are free and clean
of infringement of any Patent, Copyright or Trademark, and shall at all times indemnify the purchaser against all claims which
may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark
and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the
entire responsibility for sufficiency of all means used by him for the fulfilment of the contract.
17. ARBITRATION:
In the event of any question, dispute or difference arising under these conditions or any conditions contained in the Purchase
Order or in connection with this Contract (except as to any matter the decision of which is specially provided for by these
conditions), the same shall be referred to the sole arbitration of the Head of the Purchase office or some other person appointed
by him. It will be no objection that the arbitrator is a Government servant, that he had to deal with matter to which the Contract
relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or
difference. The award of the arbitrator shall be final and binding on the parties of this Contract.
If the arbitrator be the Head of the Centre/Unit –
(i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor-
in-office either to proceed with reference himself, or to appoint another person as arbitrator, or
(ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Centre/Unit to
appoint another person as arbitrator.
If the arbitrator be a person appointed by the Head of the Purchase Office –
In the event of his dying, neglecting or refusing to act or resigning or being unable to act, for any reason, it shall be lawful for
the Head of the Centre/Unit either to proceed with the reference himself or appoint another person as arbitrator in place of the
outgoing arbitrator.
Subject as aforesaid the Arbitration & Conciliation Act 1996 and the rules thereunder and any statutory modifications thereof
for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The Arbitrator shall have
the power to extend with the consent of the purchaser and the Contractor the time for making and publishing the award. The
venue of arbitration shall be the place as purchaser in his absolute discretion may determine. Work under the Contract shall, if
reasonably possible, continue during arbitration proceedings.
In the event of any dispute or difference relating to the interpretation and application for the provisions of the Contracts, such
dispute or difference shall be referred by either party to Arbitration of one of the Arbitrations in the Department of Public
Enterprises. The Arbitration Act 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall
be binding upon the parties to the dispute provided however any party aggrieved by such award may make a further reference
for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs. Ministry of Law & Justice, Govt.
of India. The parties to the dispute will share equally, the cost of arbitration as intimated by Arbitrator.
18. COUNTER TERMS AND CONDITION OF SUPPLIERS:
Where counter terms and conditions printed or cyclostyled conditions have been offered by the supplier, the same shall not be
deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained.
19. SECURITY FOR PURCHASE OF MATERIALS:
Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the purchaser
towards adequate security for the materials and properties provided by the Purchaser for the due execution of the Contract.
************
FORM NO. DOS:PM:23
(Seal of the Company)
Tender No. : .......................................
Due on : ............................................
Ref. No. : ..........................................
Date : ...............................................
TENDER FORM From: .................................................
.................................................
.................................................
To: THE PURCHASE & STORES OFFICER,
VIKRAM SARABHAI SPACE CENTRE
PURCHASE UNIT – III
PURCHASE DIVISION
RFF AREA, ISRO P.O
TRIVANDRUM – 695 022
Dear Sir,
1. I/We hereby offer to supply the stores detailed below at the price hereunder quoted and
agree to hold this offer open till…………… I/we shall be bound to supply the stores hereby offered
upon the issue of the Purchase Order communicating the acceptance thereof on or before the
expiry of the last mentioned date. You are at liberty to accept any one or more of the items of
stores tendered for or any portion of any one or more of the items of such stores. I/We, not
withstanding that the offer in this tender has not been accepted in whole, shall be bound to supply
to you such items and such items and such portion or portions of one or more of the items as may
be specified in the said Purchase Order communicating the acceptance:
SL.No Description Quantity Unit Rate (Rs) Delivery
Date
Note: All the rates should be given both in figures and words
2. I/We have understood the items of the tender annexed to the invitation to tender and have
thoroughly examined the specifications/drawing and/or pattern quoted or referred to herein and
am/are fully aware of the nature of the stores required and my/our offer is to supply the stores strictly
in accordance with the requirements subject to the terms and conditions stipulated in the enquiry
and contained in the Purchase Order communicating the acceptance of this tender either in whole
or in part.
Signature of Tenderer
Date: ………………………
(Seal)
Place at which delivery will be made
Date by which the ordered item/s will be
supplied
Annexure-I to Tender Enquiry No.6031 2015 00 4362
TITANIUM ALLOY FORGINGS: Technical Specification
1 . Material
1.1 The forgings shall be manufactured from Ti6Al4V material and supplied
in annealed condition for high pressure vessel application, conforming to
AMS 4928N (or latest revision) and the specifications defined herein.
1.2 The forgings shall be supplied in the annealed condition.
2. Material Composition
2.1 The material composition shall conform to AMS 4928N
2.2 The nominal composition of the material is to be guaranteed to conform to
the composition stated in AMS 4928N and as given below:-
Element Wt%
Nitrogen, max : 0.05
Carbon, max : 0.08
Hydrogen, max : 0.0125
Iron, max : 0.30
Oxygen, max : 0.20
Aluminium : 5.50 to 6.75
Vanadium : 3.50 to 4.50
Yttrium, max : 0.005
Residuals, each, max : 0.10
Residuals, Total, max : 0.40
Remainder : Titanium
2.3 Chemical composition of the material shall be determined from each heat
(if materials from more than one heat is used) by using spectrographic
method, in accordance with Federal Test Method Standard No.151,
Method 112 as per AMS 4928N. In addition to the above, the analysis by
wet chemical method as per ASTM E 120 shall be carried out. Chemical
analysis must include gas analysis also.
2.4 The material shall be produced by at least double vacuum arc re-melting.
1/5
3. Mechanical Properties
3.1 The following minimum mechanical properties are to be guaranteed:
UTS, min : 895 MPa
YS (0.2%), min : 825 MPa
Elongation, min : 10% on L = 4D
Minimum Fracture toughness (K I C) : 50 MPa.m1/2
3.2.1 Tensile properties and fracture toughness shall be evaluated from the
integral test specimen (prolongation) provided in each forging. One half
of the prolongation of each forging shall be used by the party and second
half need to be sent alongwith deliverables. Prolongation (half) can come
as integral of forgings also.
3.2.1 Two specimens in each of two directions L and T, for each forging is
shall be subjected to Tensile testing.
3.2.2 Tensile properties shall be evaluated in accordance with ASTM E8.
3.2.3 Fracture toughness (F.T): F.T shall be evaluated using two specimens
each in L & T directions for each forging in accordance with ASTM E
399. Testing shall be carried out on a sample of sufficient thickness to get
a valid KIC.
3.3 Hardness: Hardness in annealed condition shall be in the range of 290-
330 BHN and shall be measured as per ASTM E10.
3.4 FAI (First Article Inspection): One forging representing all the three
types of products, is proposed for qualification as “FIRST ARTICLE”
before commencement of production (since forgings shall be same/
common for all the three drawings). Party shall submit test plan
indicating specimen location for prior approval of VSSC.
2/5
4. Ultrasonic Inspection
4.1 The forgings are to be guaranteed free from external and internal defects
such as seams, laps, folds, laminations, hairline cracks etc.
4.2 The forgings shall be 100% ultrasonically inspected in accordance with
AMS 2631/ AMS 2630 and ASTM E 2375.
4.3. Acceptance criteria: Acceptance criteria shall be Single, multiple/ linear
indications < 0.8 mm FBH with Normal beam and equivalent to 0.8 mm
FBH with Angle beam. Noise level upto 70% of reference is acceptable.
4.4. Any indications > 50% of 0.8mm FBH observed during scanning shall be
reported.
5. Fluorescent Dye Penetrant Inspection
The forgings shall be 100% fluorescent dye penetrant inspected as per
AMS 2645 H or ASTM E165.
6. Metallographic Structure
6.1 Microstructure representative of each forging shall be evaluated
6.2 Microstructure shall essentially contain equiaxed primary α in
transformed β resulting from α-β processing. Occasional elongated
primary α in transformed β matrix resulting from α-β processing is
acceptable.
6.3 Microstructure with continuous grain boundary α at prior β grain
boundary is not acceptable. Product shall be free from α case or other
surface contamination Photomicrograph: 100X and 500X, indicating % of
α shall be provided for each forging.
6.4 The test samples for micro-structural examination shall be prepared as per
AMS 2643.
3/5
7. Test Reports & Certificates
7.1 First Article inspection (FAI): VSSC shall reserve the right to participate
in FAI if required.
7.2. Third party Inspection(TPI):
All the tests and inspection are to be carried out in the presence of an
approved third party inspection agency such as: Bureau Veritas, Llyods.
Witnessing of all the sampling, testing and inspection shall be carried out
by the third party inspection agency. Scope of inspection shall be as given
in 7.3.
7.3 Following test results be duly certified by the third party agency shall be
submitted to VSSC before the shipment of forgings. VSSC shall provide
dispatch clearance after scrutiny of these reports. Forgings together with
remaining portion from test ring (integral) or test ring parted from the
forgings shall be shipped to the purchaser after obtaining dispatch
clearance from VSSC.
1. Material Composition : (Ref. para 2.2)
2. Tensile properties : (Ref. para 3.1)
3. Fracture Toughness : (Ref. para 3.1)
4. Hardness : (Ref. para 3.3)
5. Ultrasonic Inspection : (Ref. para 4)
6. Fluorescent penetrant Inspection : (Ref. para 5)
7. Photomicrographs : (Ref. para 6.2)
8. Dimensional Inspection : (As per drawing)
7.4 Each forging need to be analysed for Hydrogen and TPI agency shall be
authorised to carry out in-process and or final inspection at purchaser’s
discretion.
4/5
8. Drawings
8.1 Three copies of your production drawings shall be sent to the Purchaser
for approval by the Purchaser, within 3 weeks from the date of receipt of
order.
8.2 The production drawings mentioned in para 8.1 shall indicate the
locations for the integral test specimens.
8.3 Deliverable forgings shall be strictly in conformance with the approved
drawings.
9. Marking
Each forging shall be marked with identification details of part number,
heat number etc as per MIL-STD-129
10. Packing
10.1 Forgings shall be prepared for shipment in accordance with good
commercial practice for export of forgings for aerospace application and
in compliance with applicable rules and regulations pertaining to
handling, packing and transportation of the product.
10.2 The packing shall be done in such a way that it will not obliterate the
identification marks and the inside packing shall be water proof.
10.3 Net weight and total weight shall be marked on the packings.
5/5
ANNEXURE-II TO TENDER ENQUIRY NO.6031 2015 00 4362
Titanium Alloy Forgings:
COMMERCIAL TERMS & CONDITIONS
1. Price :
The prices of the items are FIRM and FIXED, at respective airport nearest to the
manufacturer (party/supplier). No extra cost is applicable
1.1 The FCA /CIF price includes:
1.1.1 Airworthy packing in heat treated (fumigated) as well as de-bugged wooden boxes.
1.1.2 Mill Test Certificate charges.
1.1.3 Third Party inspection charges by Bureau Veritas/ Lloyds Register.
1.1.4 Tooling Cost. Toolings shall be a property of VSSC.
2. The invoice value shall not be declared in the AWB for carriage purpose.
3. Quantity tolerance: ±10% of the ordered quantity.
4. Reference:
The purchase Order Number and Date shall be quoted in all correspondences, Order
Acceptance, Invoices, Air way Bill, packages, Despatch documents etc.
5. Acceptance of Order :
Please confirm acceptance of the Purchase Order clearly showing scheduled date of delivery
and other conditions by fax immediately; in any case within 15 days of date of order. For
this purpose Purchase order will be faxed to you.
6. Payment :
a) Our standard payment terms are `100% payment within 30 days on receipt & acceptance
of item’ for indigenous suppliers and `Sight Draft’ for foreign suppliers.
b) All Test Certificates / Inspection reports duly attested by Bureau Veritas/Lloyds Register along
with clearance letter issued by VSSC and other despatch documents listed at clause no.5 shall be
presented for realizing payment .
c) Bank Charges outside India shall be borne by the manufacturer (party/supplier).
7. Despatch Documents:
7.1 Despatch documents to be presented to bank while negotiating for payment are:
7.1.1 Invoice in triplicate
7.1.2 Packing list
7.1.3 Original AWB
7.1.4 Certificate of Country of Origin declared in the invoice itself
7.1.5 Third party inspection certificates and “VSSC’s Clearance Letter” for shipment.
7.1.6 Declaration by the manufacturer (party/supplier) in duplicate confirming that the
contents in each package are not less than those entered in the invoice and the
quality of the goods are guaranteed as new and to the specifications of the order.
¼
7.2 Non-negotiable copies of all the above despatch documents must be sent immediately
after shipment by courier service to the Senior Purchase & Stores Officer (Purchase),
VSSC, Trivandrum-695 022, India.
8. Delivery and Liquidated Damages:
Delivery: Delivery schedule shall be strictly complied with by the manufacturer
(party/supplier) enabling us to keep up our project schedules.
Liquidated damages (LD): In the event of failing to comply with the mutually agreed
delivery schedule stipulated in the purchase order, LD shall be applicable @ 0.5% of the
order value per week subject to maximum of 10% of the order value.
9. Warranty:
Warranty of minimum 1 year from the date of receipt and acceptance of the item should be
confirmed.
10. Performance Bank Guarantee :
Successful bidder shall submit Performance Bank Guarantee at 10% of the value of the
Purchase Order obtained from any Nationalized/Scheduled Indian Bank/Foreign Bank of
International repute (in the case of an import order) executed on non-judicial stamp paper of
appropriate value, and valid for a period of sixty days beyond the date for completion of all
the terms and conditions of the Purchase Order/expiry date of warranty period.
11. Packing, Marking and Forwarding:
11.1 Export quality packing in wooden cases/boxes shall be done in conformity with
International packing standards to withstand the Tropical Climate and any other transit
hazards without extra charges. However, the sizes of the packages clearly mentioning
whether the same are normal or Over Dimensional Consignments (ODC) of
International Standards shall be intimated to us well in advance of despatch for making
proper arrangements.
11.2 Packing list giving details of the identification of the items and quantities in each box
shall be provided.
11.3 As per plant quarantine (Regulation of Control into India) Order 2003, articles packed
with packaging material of plant origin viz. Hay, straw, wood shavings, wood chips,
saw dust, wood waste, wooden pallets, dunnage mats, wooden packages, coir pith,
peat or sphagnum moss etc. Will be allowed entry by Customs only with a
Phytosanitary Certificate. Therefore please ensure that the consignment is
accompanied by such a certificate issued by your local Plant Quarantine Authority, if
any of the above mentioned packaging material is used by you. In case of delay/denial
in Customs clearance in the absence of Phytosanitary Certificate, the entire
responsibility including additional expenditure shall solely rest with you.
2/4
12. Mode of Despatch:
a) By Air (Freight to pay basis).
b) Port of Entry : AIR PORT (To be informed)
c) Air Cargo Consolidation Agency proposed by the manufacturer (party/supplier) shall
be clearly mentioned in their offer. However VSSC reserves the right to select any
other cargo consolidation agency depending on the geographical location of the mill.
Please inform and over the consignment to them against MAWB/HAWB if the
consignment is not ODC (In case of ODC please refer the clause No.9.1 of this
Annexure.)
d) Separate insurance shall not be arranged at our cost. However, you should take
adequate precaution to ensure safe delivery of the consignment.
e) Part shipment shall be allowed and Transhipment allowed. However the number of
part shipments shall be limited to 3 or 4 sets (set comprises of 3 nos. of forgings of
one type each i.e AE Dome, FE Dome and CBH Dome) only.
f) Immediately after despatch, copies of one set of all documents should be faxed to us
without fail for our verification and tracing the consignment.
13. Demurrages:
Any demurrages / warehouse rent that become payable due to delay in presentation of
despatch documents shall be passed on to your account. To avoid demurrage, the
manufacturer (party/supplier) shall present the negotiable despatch documents specified
under Clause 5.1 above immediately, in any case within 3 (three) days from the date of
despatch. Also, the manufacturer (party/supplier) shall send the non-negotiable copies of
despatch document specified under Clause 5.2 above to VSSC immediately after despatch
by fax as well as through courier.
14. Default Liability/Termination on part of the manufacturer (party/supplier):
14.1 VSSC may upon written notice of default to the manufacturer (party/supplier), cancel
the order either in whole or in part in circumstances detailed hereunder:
a) If in the judgement of VSSC, the manufacturer (party/supplier), fail to make
delivery of stores within the time specified in the Order or within the period
of which extension has been granted by VSSC to the manufacturer
(party/supplier).
b) If in the judgement of VSSC, the manufacturer (party/supplier) fails to
comply with any of the other provisions of this order.
14.2 In the event VSSC cancelling the order in whole or in part as provided in Clause
No.12.1, VSSC reserves the right to purchase upon such terms and in such a manner as
they may deem appropriate, stores similar to that cancelled and the manufacturer
(party/supplier) shall be liable to VSSC for any additional costs towards purchase of
such similar stores.
¾
14.3 If the Order is terminated as provided in Clause 12.1, VSSC in addition to any other
rights provided in this article, may require the manufacturer (party/supplier) to transfer
title and deliver under any of the following case in the manner and as directed by
VSSC.
a. Any completed Stores.
b. Such partially completed stores, information and Order rights (hereinafter
called manufacturing material) as the manufacturer (party/supplier) has
specifically produced or acquired for the performance of the order as
cancelled. VSSC shall pay to the manufacturer (party/supplier), the order
price for completed stores delivered to and accepted by VSSC and for
manufacturing materials delivered and accepted.
15. Settlement of Disputes:
Except as otherwise specifically provided in the Order, all disputes concerning questions of
act arising under the Order shall be settled amicably between VSSC and the manufacturer
(party/supplier). If amicable settlement cannot be reached, the disputes shall be settled by
arbitration.
16. Arbitration:
In the event of dispute or difference arising out of or in connection with this Purchase Order,
which cannot be resolved through amicable settlement by mutual consultations, the same
shall be settled under the Rules of Conciliation and Arbitration of the International Chamber
of Commerce.
17. Language and Measures:
All deliverable documents pertaining to the order, including specification schedule notices,
correspondence at any other writings shall be in English Language only. The metric system
of measurement shall be used exclusively in this order.
18. Insolvency:
In the event of the manufacturer (party/supplier) becoming insolvent or going into
liquidation, VSSC shall be entitled to treat such insolvency, from the moment it occurs as
breach of contract on the manufacturer’s (party/supplier) part.
19. Secrecy:
The entire contents of this Order shall be treated as confidential by the manufacturer
(party/supplier) and shall not be disclosed directly or indirectly to the third parties without
the prior consent of VSSC.
20. Indemnity:
The manufacturer (party/supplier) shall warrant and be deemed to have warranted that all
the items supplied against this order are free and clean of infringement of any patent, copy
right, trade mark, and shall at all times indemnify VSSC against all claims which may be
made in respect of the items of infringement of any right protected by patent registration of
design or Trade mark.
4/4
ANNEXURE-III TO TENDER ENQUIRY NO.6031 2015 00 4362-01
GENERAL TERMS & CONDITIONS:
1. Sales Tax/VAT and other duties/levies where legally leviable are intended to be
claimed should be distinctly shown separately in the tender. We are exempted from
Customs Duty/Excise Duty, Octroi etc., for which necessary certificate will be issued,
if required. In case of Fabrication Order, if FIM (Free Issue Material) is involved,
please note that we are exempted from payment of Service Tax vide Notification
No.25/2012 dated 20/6/2012. While submitting your quotation, these points shall be
taken into account.
2. Your quotation should be valid for 120 days from the date of opening of tender.
3. Preference will be given to those tenders offering supplies from ready stocks and on
the basis of F.O.R. Destination/Delivery at site.
4. The Purchaser shall be under no obligation to accept the lowest or any tender and
reserves the right of acceptance of the whole or any part of the tender or portions of
the quantity offered (split quantity) and the tenderer shall supply the same at the
rates quoted.
5. The Purchaser reserves the right to place order on the successful tenderer for
additional quantity up to 25% of the quantity offered by them at the rates quoted.
6. The Contractor shall guarantee that the stores supplied shall comply fully with the
specifications laid down, for material, workmanship and performance.
7. The stores shall be tendered by the Contractor for Inspection at such places as may be
specified by the Purchaser at the Contractor’s own risk, expense and cost.
8. The time for and the date of delivery of the stores stipulated in the Purchase Order
shall be deemed to be essence of the contract and delivery must be completed on or
before the specified dates.
9. Should the contractor fail to deliver the stores or any consignment thereof within the
period prescribed for such delivery, the Purchaser shall be entitled at his option :
(a) To recover from the Contractor as agreed Liquidated Damages and not by way of
penalty, a sum of 10% (ten) of the price of any stores which the Contractor has
failed to deliver as aforesaid for each month or part of a month during which the
delivery of such store may be in arrears.
10. Contractor’s bill will be passed for payment only after the stores have been received,
inspected and accepted by the Purchaser.
11. Our normal payment term for the accepted stores is “within 30 days from the date of
receipt of the materials at our site” for indigenous suppliers and `Sight Draft’ for
foreign suppliers.
12. Warranty: Warranty of minimum 1 year from the date of receipt and acceptance of
the item should be confirmed.
13. Performance Bank Guarantee : Successful Bidder shall submit Performance Bank
Guarantee at 10% of the value of the Purchase Order obtained from any
Nationalized/Scheduled Indian Bank/Foreign Bank of International repute (in the
case of an import order) executed on non-judicial stamp paper of appropriate value,
and valid for a period of sixty days beyond the date for completion of all the terms
and conditions of the Purchase Order/expiry date of warranty period.
Contd..2:
: 2 :
14. Guidelines for quoting and placing orders on/through Indian Agents:
14.1 The Indian Agent on behalf of the foreign principal directly could bid in a tender
but not both. Percentage of Agency commission if any included in the offer should
be explicitly mentioned and will be paid only in Indian Currency.
14.2 Foreign Principal’s Proforma Invoice/quote indicating the commission payable to
the Indian Agent and nature of after sales service to be rendered by the Indian
Agent shall be mentioned.
14.3 Copy of the agency agreement between the foreign principal and the Indian Agent,
and the precise relationship between them and their mutual interest in the
business shall be mentioned.
14.4 Registration and item empanelment of the Indian Agent.
14.5 Agency Commission shall be paid only in Indian Currency.
14.6 Compliance of Tax Laws by the Indian Agent.
Note:
• Duty Exemption: We are exempted from payment of Excise Duty/Customs
Duty/Octroi Duty etc. Necessary duty exemption certificate will be provided by
us. Pl. quote accordingly.
• Ours is a Govt. of India Department and we cannot issue any concessional form.
Hence pl. quote the normal rate of CST/VAT.
• You shall provide Performance Bank Guarantee for 10% of Order Value towards
Warranty support.
ANNEXURE –IV (TWO-PART TENDER INSTRUCTIONS)
REF.NO.6031 2015 00 4362 M/s. Dear Sirs, Sub: Manufacture & Supply of Titanium Alloy Ti6Al4V closed die forgings for PS4 Propellant Tank Domes Vikram Sarabhai Space Centre, Trivandrum invite tenders for the above item through Public Tender in TWO-PART basis. Pl. find enclosed herewith a set of tender documents along with important terms and conditions/specifications and other details and General Commercial terms & conditions set out for this tender enquiry. Please send your offer in TWO PART as follows: PART-I : Should contain TECHNICAL AND COMMERCIAL Bid Only PART-II : Should contain PRICE Bid Only.
PROCEDURE TO BE FOLLOWED BY TENDERERS PART-I : TECHNICAL & COMMERCIAL BID: (a) TECHNICAL DETAILS: Our tender enquiry contains technical requirements and specification of items. The detailed technical specifications of your offer should be covered in this part. This part should not contain Price Details. This should be sent in a sealed envelope duly super scribing the following details on the top of the envelope. (b) COMMERCIAL DETAILS: The commercial terms applicable for this tender such as Delivery terms, Delivery period, Payment Terms, Mode of Despatch, Validity of the Offer, Warranty, Guarantee, Performance Guarantee, Liquidated Damages (for delayed supply), Quantity tolerance etc. shall be covered . The applicable taxes and duties or requirement of Duty Exemption Certificates also shall be indicated in this part. A copy of the price offer by masking prices shall be enclosed to the technical and commercial part (Part-I) to clearly understand as to whether you have provided the prices as desired by the tender document. The technical and commercial part should be put in a sealed envelope and super scribed as follows :
Quotation against Tender Enquiry No. 6031 2015 00 4362-01 DATED Due on : …………….. for Manufacture & Supply of Titanium Alloy Ti6Al4V closed die forgings for PS4 Propellant Tank Domes PART I : Technical &Commercial Bid To : The Sr.Purchase & Stores Officer Purchase Unit-V, MME Purchase VSSC, ISRO POST, RFF AREA Trivandrum – 695 022 (Kerala) From :
PART –II : PRICE BID The price of the item should be indicated in this part with unit rate. The prices are to be mentioned both in figures as well as in words and each page is to be signed by your authorized signatory. Apart from the cost of the items, packing charges, forwarding charges, freight charges (if applicable), installation and commissioning, training charges etc shall be clearly mentioned. Taxes and Duties applicable shall also be mentioned. PART –II (Price bid) should be in a separate sealed envelope super scribing as follows on the top: Quotation against Tender Enquiry No.6031 2015 00 4362-01 DATED Due on: …………………. for Manufacture & Supply of Titanium Alloy Ti6Al4V closed die forgings For PS4 Propellant Tank Domes PART – II (PRICE BID) To : The Sr.Purchase & Stores Officer Purchase Unit-V, MME Purchase VSSC, ISRO POST, RFF AREA Trivandrum – 695 022 (Kerala) From : NOTE : The Part-1 (Technical and Commercial Part) cover and the Part-II cover (Price Part) prepared as above shall be put in another envelope and super scribed as follows and sealed. Quotation against Tender Enquiry No.6031 2015 00 4362-01 DATED Due on : ………………. for Manufacture & Supply of Titanium Alloy Ti6Al4V closed die forgings For PS4 Propellant Tank Domes. PART I (TECHNICAL & COMMERCIAL BID) & PART II (PRICE BID) To : The Sr.Purchase & Stores Officer Purchase Unit-V, MME Purchase VSSC, ISRO POST, RFF AREA Trivandrum – 695 022 (Kerala) From : Contact Phone Nos.0471 – 256-2831/3577/3611 IMPORTANT : Your offer duly complying with the above formalities should reach us on or before the due date and time prescribed in the Tender Enquiry. Late offers, Delayed offers, Fax Offers and e-mail offers will summarily be rejected.
ANNEXURE-V TO TENDER ENQUIRY NO.6031 2015 00 4362 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.5.00 Lakhs (Rupees Five Lakhs Only) drawn in favour of Sr.Accounts Officer, MME 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 lot 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.
……….
Annexure I to Tender Enquiry No.6031 2015 00 4367
IMPORTANT TECHNICAL TERMS AND CONDITIONS
1. SCOPE OF SUPPLY
• Supply of Titanium alloy Ti6Al4V Plates of size 20mm x1730mm x1730 mm-
35nos. in hot rolled, annealed and pickled/polished condition.
• The plates shall meet the technical requirements specified in AMS 4911.
• Additionally Ultrasonic inspection and Fracture toughness testing shall be carried
out as specified in clause 5 & 6 given below.
2. RAW MATERIAL
The supplier shall procure the raw materials required for realization of plates ordered.
The Department will not supply any raw material in this regard.
3. PROCESS OF MANUFACTURE
3.1. Applicable Clauses for Indigenous manufacture and supply:-
3.1.1. The party shall prepare detailed process layout and also submit a quality
assurance plan, indicating critical processing and QC check points, test
specimen layout, test plan etc to VSSC for approval before manufacture.
3.1.2. QC Personnel of VSSC shall witness identified stages of processing & testing
as per mutually agreed process/QC Plan.
3.1.3 VSSC QC personnel shall duly sign the test certificates.
3.2. Applicable Clauses for import supplies:-
3.2.1. Mill test reports/ certificates of plates duly certified by reputed third party
agencies (Lloyds, Bureau Veritas) shall be submitted to VSSC for review
and approval before dispatch of the material from the manufacturers’ premise.
Prior permission shall be obtained from VSSC for utilizing the services of any
other third party agency. The technical offer shall contain details regarding the
third party agency.
3.2.2. The scope of Third party Inspection shall cover all the test requirements as per
AMS 4911 as well as additional requirements of Ultrasonic testing and
Fracture toughness testing mentioned below.
3.2.3. In the absence of third party certification or non compliance to any tests
specified in AMS4911, the same shall be performed by the supplier in NABL
approved test facilities / labs in presence of VSSC personnel. The same is
applicable for the additional tests – namely Ultrasonic inspection and Fracture
toughness testing specified for the product. The charges for such testing shall
be borne by the supplier.
3.2.4. If any additional re-confirmatory tests are called for (at the discretion of
VSSC-QC), the supplier shall arrange for carrying out the same in NABL/
VSSC approved labs / agencies. The testing charges in such cases shall be
paid to the party in actuals by VSSC.
3.2.5. Dispatch of items shall be done only after final clearance is obtained from
VSSC after review of all mill Test certificates and satisfactory completion of
re-confirmatory checks/tests.
4. TENSILE TESTING
4.1 Tensile testing shall be done on specimens representing each Heat/ heat treatment
batch of plates.
4.2 Three (3) specimens each, representing both longitudinal and transverse directions
shall be tested and results shall meet the requirements specified in AMS4911.
.
5. ULTRASONIC TESTING
5.1 In addition to Ultrasonic testing specified in Clause 3.6.1 of AMS4911, the plates
shall be ultrasonically inspected for 100% of their volume by both normal beam and
angle beam. Acceptance for single, multiple/ linear defects shall be 0.8mm FBH with normal
beam and equivalent to 0.8mm FBH with Angle beam. Noise level up to 70% of reference is
acceptable.
5.2 All acceptable indications between 50% & 100% of DAC shall be reported.
5.3 Ultrasonic test equipment, probes and reference blocks required for inspection
shall be arranged by the party at their own expenses.
6. Fracture Toughness Testing:
6.1 Testing shall be done on specimens representing both L&T directions per Heat/heat
treatment batch and shall meet the acceptance criteria specified in Clause 6.3 below.
6.2 Thickness of FT specimens realized from plates, shall not be less than 17mm.
6.3 Fracture toughness test shall be carried out as per ASTM E 399 and K1C thus
determined shall meet 50MPam1/2
(min.). In case of invalidity in thickness/ crack
length, the KQ value thus determined shall meet 60MPam1/2
(min.).
7. Dimensional Tolerances:
Dimensional tolerances for plates shall be:
(+1/-0) mm on thickness
(+25/-0) mm on length & width
8. QC Personnel & Engineers of VSSC shall witness identified stages of testing as per mutually
agreed Inspection Plan. They shall duly sign the test certificates and release note.
9. The following certificates shall be provided
a. Chemical analysis of heat
b. Microstructure report of the product
c. Chemical test report at product stage
d. Heat treatment details
e. Ultrasonic test reports
f. Mechanical Property Test report
g. Dimensional and visual inspection report
ANNEXURE-II TO TENDER ENQUIRY NO.6031 2015 00 4367-01
SPECIFIC TERMS & CONDITIONS:
1. Sales Tax/VAT and other duties/levies where legally leviable are intended to be
claimed should be distinctly shown separately in the tender. We are exempted from
Customs Duty/Excise Duty, Octroi etc., for which necessary certificate will be issued,
if required. In case of Fabrication Order, if FIM (Free Issue Material) is involved,
please note that we are exempted from payment of Service Tax vide Notification
No.25/2012 dated 20/6/2012. While submitting your quotation, these points shall be
taken into account.
2. Your quotation should be valid for 120 days from the date of opening of tender.
3. Preference will be given to those tenders offering supplies from ready stocks and on
the basis of F.O.R. Destination/Delivery at site.
4. The Purchaser shall be under no obligation to accept the lowest or any tender and
reserves the right of acceptance of the whole or any part of the tender or portions of
the quantity offered (split quantity) and the tenderer shall supply the same at the
rates quoted.
5. The Purchaser reserves the right to place order on the successful tenderer for
additional quantity up to 25% of the quantity offered by them at the rates quoted.
6. The Contractor shall guarantee that the stores supplied shall comply fully with the
specifications laid down, for material, workmanship and performance.
7. The stores shall be tendered by the Contractor for Inspection at such places as may be
specified by the Purchaser at the Contractor’s own risk, expense and cost.
8. The time for and the date of delivery of the stores stipulated in the Purchase Order
shall be deemed to be essence of the contract and delivery must be completed on or
before the specified dates.
9. Should the contractor fail to deliver the stores or any consignment thereof within the
period prescribed for such delivery, the Purchaser shall be entitled at his option :
(a) To recover from the Contractor as agreed Liquidated Damages and not by way of
penalty, a sum of 10% (ten) of the price of any stores which the Contractor has
failed to deliver as aforesaid for each month or part of a month during which the
delivery of such store may be in arrears.
10. Contractor’s bill will be passed for payment only after the stores have been received,
inspected and accepted by the Purchaser.
11. Our normal payment term for the accepted stores is “within 30 days from the date of
receipt of the materials at our site” for indigenous suppliers and `Sight Draft’ for
foreign suppliers.
12. The Indian Agent on behalf of the foreign principal directly could bid in a tender but
not both. Percentage of Agency commission if any included in the offer should be
explicitly mentioned and will be paid only in Indian Currency.
13. Warranty : Warranty of minimum 1 year from the date of receipt and acceptance of
the item should be confirmed.
14. Performance Bank Guarantee : Successful bidder shall submit Performance Bank
Guarantee at 10% of the value of the Purchase Order obtained from any
Nationalized/Scheduled Indian Bank/Foreign Bank of International repute (in the
case of an import order) executed on non-judicial stamp paper of appropriate value,
and valid for a period of sixty days beyond the date for completion of all the terms
and conditions of the Purchase Order/expiry date of warranty period.
15. Guidelines for quoting and placing orders on/through Indian Agents:
a. The Indian Agent on behalf of the foreign principal directly could bid in a tender
but not both. Percentage of Agency commission if any included in the offer should
be explicitly mentioned and will be paid only in Indian Currency.
b. Foreign Principal’s Proforma Invoice/quote indicating the commission payable to
the Indian Agent and nature of after sales service to be rendered by the Indian
Agent shall be mentioned.
c. Copy of the agency agreement between the foreign principal and the Indian Agent,
and the precise relationship between them and their mutual interest in the business
shall be mentioned.
d. Registration and item empanelment of the Indian Agent.
e. Agency Commission shall be paid only in Indian Currency.
f. Compliance of Tax Laws by the Indian Agent.
Note:
• Duty Exemption: We are exempted from payment of Excise Duty/Customs
Duty/Octroi Duty etc. Necessary duty exemption certificate will be provided by
us. Pl. quote accordingly.
• Ours is a Govt. of India Department and we cannot issue any concessional form.
Hence pl. quote the normal rate of CST/VAT.
• You shall provide Performance Bank Guarantee for 10% of Order Value towards
Warranty support.
ANNEXURE –III (TWO-PART TENDER INSTRUCTIONS)
REF.NO.6031 2015 00 4367 DATE:
M/s.
Dear Sirs,
Sub: Supply of Titanium Alloy Ti6Al4V plates for PS4 Propellant Tank Domes.
Vikram Sarabhai Space Centre, Trivandrum invite tenders for the above item through Public Tender in TWO-PART basis. Pl. find enclosed herewith a set of tender documents along with important terms and conditions/specifications and other details and General Commercial terms & conditions set out for this tender enquiry. Please send your offer in TWO PART as follows:
PART-I : Should contain TECHNICAL AND COMMERCIAL Bid Only PART-II : Should contain PRICE Bid Only.
PROCEDURE TO BE FOLLOWED BY TENDERERS
I.PART-I : TECHNICAL & COMMERCIAL BID:
(a) TECHNICAL DETAILS:
Our tender enquiry contains technical requirements and specification of items. The detailed technical specifications of your offer should be covered in this part. This part should not contain Price Details. This should be sent in a sealed envelope duly super scribing the following details on the top of the envelope.
(b) COMMERCIAL DETAILS:
The commercial terms applicable for this tender such as Delivery terms, Delivery period, Payment Terms, Mode of Despatch, Validity of the Offer, Warranty, Guarantee, Performance Guarantee, Liquidated Damages (for delayed supply), Quantity tolerance etc. shall be covered . The applicable taxes and duties or requirement of Duty Exemption Certificates also shall be indicated in this part. A copy of the price offer by masking prices shall be enclosed to the technical and commercial part (Part-I) to clearly understand as to whether you have provided the prices as desired by the tender document.
The technical and commercial part should be put in a sealed envelope and super scribed as follows:
Quotation against Tender Enquiry No. 6031 2015 00 4367-01 DATED Due on : …………….. for Supply of Titanium Alloy Ti6Al4V plates for PS4 Propellant Tank Domes PART I : Technical &Commercial Bid
To : The Sr.Purchase & Stores Officer Purchase Unit-V, MME Purchase VSSC, ISRO POST, RFF AREA Trivandrum – 695 022 (Kerala)
From :
II. PART –II : PRICE BID:
The price of the item should be indicated in this part with unit rate. The prices are to be mentioned both in figures as well as in words and each page is to be signed by your authorized signatory. Apart from the cost of the items, packing charges, forwarding charges, freight charges (if applicable), installation and commissioning, training charges etc shall be clearly mentioned. Taxes and Duties applicable shall also be mentioned.
PART –II (Price bid) should be in a separate sealed envelope super scribing as follows on the top:
Quotation against Tender Enquiry No.6031 2015 00 4367-01 DATED Due on: ………………. for Supply of Titanium Alloy Ti6Al4V plates forPS4 Propellant Tank Domes
PART – II (PRICE BID)
To : The Sr.Purchase & Stores Officer Purchase Unit-V, MME Purchase
VSSC, ISRO POST, RFF AREA Trivandrum – 695 022 (Kerala)
From :
NOTE : The Part-1 (Technical and Commercial Part) cover and the Part-II cover (Price Part) prepared as above shall be put in another envelope and super scribed as follows and sealed.
Quotation against Tender Enquiry No.6031 2015 00 4367-01 DATED Due on : …………… for Supply of Titanium Alloy Ti6Al4V plates for PS4 Propellant Tank Domes PART I (TECHNICAL & COMMERCIAL BID) & PART II (PRICE BID)
To : The Sr.Purchase & Stores Officer
Purchase Unit-V, MME Purchase VSSC, ISRO POST, RFF AREA
Trivandrum – 695 022 (Kerala) From :
Contact Phone Nos.0471 – 256-2831/3577/3611
IMPORTANT : Your offer duly complying with the above formalities should reach us on or before the due date and time prescribed in the Tender Enquiry. Late offers, Delayed offers, Fax Offers and e-mail offers will summarily be rejected.
ANNEXURE-IV TO TENDER ENQUIRY NO.6031 2015 00 4367 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.5.00 Lakhs (Rupees Five Lakhs Only) drawn in favour of Sr.Accounts Officer, MME 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 lot 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.
……….