23
Page 1 of 23 Work contract for Operation and Maintenance of IS (Instrumentation System) facilities.

Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 1 of 23

Work contract for Operation and Maintenance of IS

(Instrumentation System) facilities.

Page 2: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 2 of 23

Introduction

IS (Instrumentation system) Group is one of the major group in LSSF, SDSC SHAR

Sriharikota. IS comprise of more than 20 facilities at various locations of SDSC SHAR.

The system is responsible for control & monitoring of various processes related to the

propellant and pneumatic servicing of launch vehicle sub systems at various propellant

storages, assembly buildings Including vehicle assembly buildings and launch vehicles

servicing at both the launch pads. The team is also responsible for the periodical

qualification and testing of IS Process elements and associated equipment.

Due to increase in launch frequency, Systems and projects, non-critical console

operations and Semi-skilled & skilled works of various Instrumentation systems

activities are proposed to be off-loaded to a service provider, who has got experience

in the similar nature of works.

The facilities under IS are grouped into four:

1. First Launch Pad (FLP)

2. Second Launch Pad (SLP)

3. Stage preparation systems (SPS)

4. Bulk Propellant Storage Facility (BSF)

List of facilities under these groups are listed in Annexure-1.

1.0. Period of Contract: The duration of the Work order contract is for two years from date

of release of Purchase Order, extendable for one more year. However, Satish Dhawan

Space Centre (SDSC) SHAR will have the option to extend or curtail the contract period.

2.0. Scope of work contract & Mode of tender: The scope of works include carrying out

identified operations as per the approved procedures and maintenance documents of

the facilities. The contractor’s personnel have to work along with Department staff and

under the supervision of facility engineers/ supervisors.

Mode of Tender: Two part tender basis Viz: Techno-Commercial Bid & Price Bid

separately.

3.0. Department Scope of supply: Department scope is as follows.

• All the tools/equipments and consumables for operation and maintenance of the

facilities

4.0 Terms and Conditions

• Sriharikota is an island and situated around 100 kms north of Chennai and the work site is

located at about 20 kms from main entrance gate. Bidder has to make their own transport for

their personnel for carrying out the work.

• Bidder is solely responsible for coverage of their work force under different statutory

regulations including workmen’s compensation act, factory act, labour act, minimum wages

act and other relevant statutory regulations.

• Bidder has to give an undertaking that they will comply with prevailing safety norms at site

put forth by department.

• The bidder shall pay all the relevant taxes as per rules and regulations prevailing at the time of

payment and government shall not entertain any claim whatsoever in this respect.

• The bidder should observe the security procedures applicable at SDSC SHAR. SDSC SHAR,

Sriharikota is declared as Prohibited Place under Official Secrets Act, 1923 and infiltrators in to

the Premises of SDSC SHAR are liable for prosecution. The bidder should ensure that persons

of trustworthy, bearing good Character, discipline and Antecedents are only posted

/employed to carry out works related to contract awarded and take the responsibility for their

Page 3: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 3 of 23

proper conduct during the period of employment. The security regulations of the center

should be faithfully observed and any loss or damage incurred by us on account of your failure

of any nature to follow such security regulations will be to your account.

• There may be a requirement of around 240 man days per month (Per day 11 to 12 Persons)

required to complete the given works with in schedule based on need and urgency.

• The minimum qualification for the man power deployed shall be ITI (electronic-

Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent).

• The copies of ITI/Diploma certificates for Educational qualifications certificates shall be

submitted to the Contract Coordinator depending on nature of work.

• The proposed candidates by the party, after getting the contract, will be verified for technical

suitability and final clearance will be given by SDSC SHAR.

• The bidder shall carry out the instructions of Department Coordinator / authorized

representative in all technical aspects.

• Department will reserve the Right to cancel the contract at any time in case of failure of the

bidder to fulfill the various requirements mentioned in the bid.

• Contractor supervisor shall ensure that their personnel are strictly confined to the assigned

job and place of work.

• The bidder must ensure his team is available for work between 9.00 AM to 5.30 PM on all

working days, after office hours and work during holidays as demanded by Department.

• The Tender contains information proprietary to Competent Authority.

• Competent Authority requires the recipients of this Tender to maintain its contents in the

same confidence as their own confidential formation and refrain from reproducing it in whole

or in part without the written Permission of Competent Authority.

• Competent Authority will not return the bids/responses to the Tender received.

• The information provided by the bidder/s will be held in confidence and will be used for the

sole purpose of evaluation of bids. The successful bidder shall ensure the integrity of data in

the respective offices.

• They shall ensure that the engaged resources do not carry away any copy/backup of any data

in any form which they are handling.

5.0 Bidder’s Employees related:

• Employee details: For security reasons the successful bidder shall submit the following

documents of all his employees before deploying at works for review & acceptance of the

Department:

� Bio-data with two passport size photos.

� Proof of qualification.

� Proof of residential address issued by State Govt. / Govt. of India.

� Police verification of the character and antecedents of the work force:

The Character and Antecedents of the workforce shall be verified by the Service

Provider/Contractor from the concerned Police authorities and the Original Police

Report (within 12 months validity, received from nearer police station of their

Aadhaar contact address) shall be submitted to this office on the first day of the

contract.

Page 4: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 4 of 23

• The personnel deputed by the contractor shall remain the employees of the contractor and

they will not acquire any claim for future employment in ISRO or right for regularization as

employees of the department of space. The personnel engaged by supplier have to follow the

time to time safety and security guidelines of SDSC SHAR.

• SDSC SHAR shall have the right to advise the contractor to terminate the services of any

employee for any violation of security provisions and / or indiscipline / violent behavior,

agitation, instigating other peaceful works. In case of such advice, contractor shall comply with

the same with immediate effect with or without assigning any reason.

• It is the responsibility of the contractor to ensure his workforce safety at work spot.

• It is the responsibility of the contractor to ensure his workforce to stay within the

circumstances of Sullurupeta to ensure positive attendance with timely discipline.

Accommodation and medical facilities for all the contract workforce is in the contractor scope

only.

• The contractor and/or his personnel will not be entitled for subsidized canteen facilities of

SDSC SHAR.

6.0 Payment Terms

6.1 Invoice along with the detailed work carried out report should be sent to the department

by the contractor. Payment will be approved within one month after submission of the

invoice, and work report

6.2 Payment will be made on pro rata basis

6.3 Party shall note no payment will be made in advance by the department.

6.4 Payment shall be made on pro rata basis after successful completion of Instrumentation

system works operational activities and duly certified by Contract coordinator and

Approved by competent authority.

6.5 Supplier has to pay salary to his employees through bank. The party should pay wages to

his employees as per the minimum wages fixed by State / Central Govt. of India or as

approved by Department, whichever is higher.

6.6 The party shall abide by all the law of land including Labour Laws. (EPF,ESI, Income Tax,

Service Tax (GST) or any other extra taxes levied by the Government)

6.7 Invoice to be submitted by party before next bill along with copies of work completion

certificate and proof of payment of salary, EPF, ESI etc.,

6.8 Income Tax: The party shall have certificate from Income Tax Officer of tax exemption

otherwise, Income Tax at the prevailing rate as applicable from time to time shall be

deducted from the successful Bidders bill as per the Income Tax Act, 1961 and the rules

there-under or any re-enactment or Modifications thereof.

6.9 The Contractor shall verify/certify the conduct of the work force at frequent intervals. If

any of the work force misbehaves or commits any misconduct, SDSC SHAR reserves the

right to refuse permission to such persons to enter the premises and such work force

shall be withdrawn by the contractor immediately.

7.0 Basis for Cost Estimation:

The following are the major factors to be considered for estimating the cost.

• Minimum man power requirements as per the work order defined in the tender

• Transportation: Sullurpeta to SDSC and back including internal trips

• ESI, EPF, Bonus, paid holidays and minimum wages hike as per AP/center govt labour act.

Page 5: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 5 of 23

• Validity of Contract: 2 years

• Registration charges towards labour license, ESI, EPF and other statutory requirements.

• Contract value: Bidder has to quote the contract value by considering the minimum wages to

his workers including all the allowances and taxes etc for a period of 2 years. Contractor

shall take a note of future revisions of basic wage (for the contract period of two years) in

his quotation. The price quoted is firm and fixed during the contract period of 2 years.

Further revision of purchase order value in this aspect will not be entertained during the

contract period.

8.0 Submission of Bids

• All the documents are to be submitted in e-procurement portal only. Documents submitted

by hand / post shall not be considered.

• A signed, stamped, scanned copy of this Tender shall be uploaded in e-procurement portal

along with the Techno-commercial proposal as a token of acceptance of Tender terms &

conditions.

9.0 Validity of Offer

• The Proposals submitted by bidders shall be valid for a period of “120 days” from the date of

opening of Bid.

• On completion of the validity period, in case required, SDSC SHAR would solicit the bidder’s

consent to an extension of the period of validity.

• The request and the responses thereto shall be made in writing by post and e-mail.

• Validity of contract: The period of contract is for 2 years from date of release of purchase order

and extendable for one more year.

• Security Deposit: Contractor shall furnish a Security Deposit of 10% of the purchase order value

within 15 days from the date of award of contract in the form of Bank Guarantee valid for

entire contract period with a claim period of six months beyond the validity of the Contract.

10.0 Arbitration, Applicable law & Jurisdiction

The jurisdiction lies in the courts situated at Sullurpeta, SPSR Nellore District, Andhra Pradesh.

11.0 Force Majeure

� In the event of either party being rendered unable by Force majeure to perform any

obligations required to be performed by them under the contract the relative obligation of

the party affected by such Force majeure shall upon notification to the other party be

suspended for the period during which Force Majeure event lasts. The cost and loss

sustained by either party shall be borne by respective parties.

� The term "Force majeure” as employed herein shall mean acts of God, earthquake, war

(declared or undeclared), revolts, riots, fires, floods, rebellions, explosions, hurricane,

sabotage, civil commotions and acts and regulations of Government.

� Upon the occurrence of such cause(s) and upon its termination, the party alleging that it has

been rendered unable as aforesaid thereby, shall notify the other party in writing

immediately but not later than 7 (seven) days of the alleged beginning and ending thereof,

giving full particulars and satisfactory evidence in support of its claim.

� Time for performance of the relative obligation suspended by the Force majeure shall then

stand extended by the period for which such cause lasts.

Page 6: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 6 of 23

� If deliveries of services to be executed by the contractor are suspended by Force majeure

conditions lasting for more than 3 (three) months, the Department shall have the option to

terminate the contract.

12.0 Award of contract:

Contract will be awarded on technically qualified Overall L1 basis only (as the works are

inter related the order can’t be split).

13.0 Bidder Eligibility/Pre-Qualification Criteria

Criteria for evaluation of Techno-Commercial Bids: Bidders has to fulfill the following

criterion.

Sl.No Criteria

1

The Bidder should be a Company/Society/Firm registered in India since last 4 (four) years

or more. Company Profile along with documentary evidence of services offered with

relevant enclosures.

2

The bidder should have executed similar works in last 3 years (Financial year 2015-16,

16-17 and 17-18). Relevant documentary evidence shall be submitted. Documents like

Purchase order/ work order & Work completion certificates.

3 Copy of the IT return filed / audited financial statements for FY 2015-16,

FY 2016-17 & FY 2017-18.

4 The bidder shall have necessarily executed order of more than 10 Lakh during the past

three years. Copies of purchase orders to be submitted along with the quotation, failing

which the offer will not be considered.

5 If Contractor has failed to execute any contract or not fulfilled the contract terms and

conditions in last five year, the details shall be furnished along with offer.

6 If any contract in SDSC, SHAR/ISRO is short closed by the contractor or terminated by the

dept, Bidder(s) offer is liable to be rejected.

7 Self-declaration for not having any criminal case pending

8

Should not have been blacklisted by Central / State Government organization /

department in India at the time of submission of the Bid (Self-declaration has to be

attached)

9 Registration certificate for GST & Copy of PAN card has to be attached

10 Copy of ESI and EPF certificates executed for last one year

11 Copy of Power of Attorney/ Board Resolution authorizing the person for signing the bid

documents.

14.0 Earnest Money Deposit (Bid Security)

14.1 The tenderer has to submit an Earnest Money Deposit (EMD) for Rs. 90,000.00 in a single

instalment through Demand Draft (DD)/Banker’s Cheque/ Fixed Deposit Receipts or Bank

Guarantee from any of the Scheduled Banks executed on non-judicial stamp paper of

appropriate value. In case of Bank Guarantee, it shall be valid for a period of 90 days

Page 7: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 7 of 23

beyond the final tender validity date. It shall be taken in favour of Sr. Accounts Officer,

SDSC SHAR payable at State Bank of India, Sriharikota branch. The bid will be disqualified if

the EMD is not submitted along with the Techno commercial Bid (Annexure 4).

14.2 Registered vendors under E-procurement portal or vendors who have already applied for

renewal of registration, Central PSUs/PSEs/Autonomous Bodies, Micro and Small Enterprises,

KVIC, National Small Industries Corporation, etc., shall be exempt from the payment of EMD.

Vendors seeking exemption from payment of EMD shall submit necessary documentary proof.

14.3 EMD of a 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 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.

14.4 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 or may be adjusted against 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.

15.0 Time schedule: The entire assignment has to be completed within the period mentioned

below:

Activity Duration

Release of Purchase Order T

Submission of Security Deposit T+15 days

Submission of the necessary documents to the focal point

at SDSC SHAR

T+25 days

Deployment of manpower and commencement of works

by the Contractor T + 45 days

16.0 General conditions:

16.1 Submission of Bids

Mode of Tender: Two part tender basis Viz: Techno-Commercial Bid & Price Bid separately.

16.1.1 Part-1 (Techno-Commercial Bid)

Bidder shall confirm specifications mentioned in Tender document, annexures and check

lists. Tenders fulfilling the above conditions only will be short listed for Price bid opening.

The following documents shall be scanned and uploaded in SDSC SHAR

E-procurement portal.

� A signed, stamped, scanned copy of this tender along with the Techno-commercial

proposal as a token of acceptance of tender terms and conditions.

� Signed and stamped Techno-commercial Bid format (Annexure-3)

� Compliance to Techno-commercial terms indicated in Annexure-4 duly signed &

stamped.

� Signed, stamped, unfilled price bid format (Annexure-5).

Page 8: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 8 of 23

� Signed Unfilled Minimum wages confirmation form (Annexure-6).

� Deviations if any with reference to techno-commercial terms and conditions shall be

clearly brought out under deviations list (Annexure-7). If deviations are not listed

separately, it will be presumed that bidder is adhering to all the technical and

commercial conditions given in the document.

16.1.2 Part-2 (Price Bid).

� Price bid data to be entered in E-procurement portal only.

� Signed, filled Minimum wages confirmation form (Annexure-6)

Note:

a) Disclosure of Price in Techno-commercial bid shall be sufficient grounds for rejection of

the bid.

b) All the documents are to be submitted in E-procurement portal only. Documents

submitted by hand/post shall not be considered.

16.2 Validity of Offer

� The Proposals submitted by bidders shall be valid for a period of “120 days” from the

date of opening of Techno-Commercial Bid.

� On completion of the validity period, in case required, SDSC SHAR would solicit the

bidder’s consent for extending period of validity.

� The request and the responses thereto shall be made in writing by post and e-mail.

16.3 Validity of contract: The period of contract is for 2 years and one and half months.

However contractor has to consider the clause No.20.3.1

16.3.1 Validity extension for one more year: Incase, contractor is unable to complete the PO scope

of works before delivery due date, contractor has to complete the works by giving

acceptance to extend the purchase order time period for one more year without any

additional cost.

16.4 Transportation, Accommodation and Canteen facility:

The contractor shall make own arrangements for total transportation, accommodation and

canteen facility of the persons engaged in the works. Hostel or any other mode of

accommodation and transportation will not be provided by the department. The vehicles

arranged by the contractor should be Passenger travel worthy and shall be certified by the

RTO. Copy of relevant documents has to be submitted by the successful bidder to the

department. Entry permit to two /three wheelers will not be issued due to security

reasons.

16.5 Income Tax: The party shall have certificate from Income Tax Officer of tax exemption

otherwise, Income Tax at the prevailing rate as applicable from time to time shall be

deducted from the successful Bidders bill as per the Income Tax Act, 1961 and the rules

there-under or any re-enactment or Modifications thereof.

16.6 Arbitration, Applicable law & Jurisdiction

Page 9: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 9 of 23

The jurisdiction lies in the courts situated at Sullurpeta, SPSR Nellore District, Andhra

Pradesh.

16.7 The personnel deputed by the contractor shall remain the employees of the contractor and

they will not acquire any claim for future employment in ISRO or right for regularization as

employees of the department of space. The personnel engaged by contractor have to

follow the time to time safety and security guidelines of SDSC SHAR.

16.8 Contractor shall not interchange the employees allotted to one unit to the other unit

without confirmation from the Department.

16.9 The loss caused to Department on account of negligence/dereliction of duties by the

employees of the contractor, shall be established after a joint inquiry comprising the

representatives of Department and contractor, and Department shall be within its right to

make it good from the contractor.

16.10 The contractor shall not engage or remove or change any person without the knowledge

and concurrence of the Department in charge. SDSC SHAR shall have the right to advise

the contractor to terminate the services of any employee for any violation of security

provisions and / or indiscipline / violent behavior, agitation, instigating other peaceful

works. In case of such advice, contractor shall comply with the same with immediate effect

with or without assigning any reason.

16.11 Resignation of contract employees shall be informed to department in advance and also

copy of relieving order shall be sent to Department incharge

16.12 Force Majeure.

16.12.1 In the event of either party being rendered unable by Force majeure to perform any

obligations required to be performed by them under the contract the relative obligation of

the party affected by such Force majeure shall upon notification to the other party be

suspended for the period during which Force Majeure event lasts. The cost and loss

sustained by either party shall be borne by respective parties.

16.12.2 The term "Force majeure” as employed herein shall mean acts of God, earthquake, war

(declared or undeclared), revolts, riots, fires, floods, rebellions, explosions, hurricane,

sabotage, civil commotions and acts and regulations of Government.

16.12.3 Upon the occurrence of such cause(s) and upon its termination, the party alleging that it

has been rendered unable as aforesaid thereby, shall notify the other party in writing

immediately but not later than 7 (seven) days of the alleged beginning and ending

thereof, giving full particulars and satisfactory evidence in support of its claim.

16.12.4 Time for performance of the relative obligation suspended by the Force majeure shall

then stand extended by the period for which such cause lasts.

16.12.5 If deliveries of services to be executed by the contractor are suspended by Force majeure

conditions lasting for more than 3 (three) months, the Department shall have the option

to terminate the contract.

16.13 Short closure of the contract by the contractor: Due to own reasons if contractor desires to

short close the contract, notice of the closure has to be submitted to the department

with minimum time of 6 months advance with proper justification and necessary

supporting documents. In such cases the Security Deposit submitted by him will be

forfeited.

Page 10: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 10 of 23

16.14 The contractor shall not sub contract this works to anybody without the written approval of

the department.

16.15 Successful bidder will be provided with time to time safety and security regulations to be

followed at work site by his employees. Violation of the same will attract penalty as per

department norms

16.16 Termination for any fault of the contractor

16.16.1 Not withstanding anything elsewhere herein provided and in addition to any other right

or remedy of the Department under the condition the contract or otherwise (including

the right of the Department to claim compensation for inadequacy in the services), the

Department shall be entitled to terminate the contract by written notice at any time

during its currency on or after the occurrence of any one or more of the following

events/contingencies, namely Default or failure by the Contractor of any of the terms of

the Contractor under the contract including but not limited to:

16.16.2 Failure to start the work within T + 45 days of handing over the facilities to the

Contractor.

16.16.3 Failure to provide sufficient labour, uniform, shoes, and/or facilities required for the

proper and/or due execution of the work or any part thereof.

16.16.4 Failure to execute the works or any of them in accordance with the contract.

16.16.5 Failure to perform the services within the time specified herein or any Department

approved extension thereof.

16.16.6 Disobedience of any order or instruction of the department affecting the services within

the scope of the contract.

16.16.7 Negligence in carrying out the works or carrying out, of work found to be unsatisfactory.

16.16.8 Abandonment of the works or any part thereof.

16.16.9 Substantial suspension of the works or any part thereof for a period of 14 (fourteen)

days or more without the authority.

16.16.10 Any other breach of any of the terms, conditions or provisions of the contract on the

part of the Contractor to be performed and/or observed.

16.16.11 If there is any change in management or organization of the Contractor, which is

detrimental to the interests of the Department or to public interest.

16.16.12 If the Contractor shall assign or attempt to assign his interest or any part thereof in the

contract.

16.16.13 The decision of the Department as to whether any of the events/contingencies thereof

entitling the Department to terminate the contract, has occurred or not shall be final

and binding upon the Contractor.

16.16.14 The notice of termination shall set forth, in addition to a statement of the reason or

reasons for terminating the contract, the time(s) and place(s) when the survey and

assessment of the work performed under the contract up to the date of termination

shall be conducted, for the purpose of determining the final amount(s) due to the

Contractor therefore.

16.16.15 The decision of department focal point as to whether or not any works have been

completed, services provided satisfactorily for the purpose of settlement of payment(s)

shall be binding upon the Contractor.

16.16.16 In case of termination for fault of the Contractor, the Department, at its option and at

the risk and cost of Contractor may:

Page 11: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 11 of 23

(a) Have the work performed under its direct responsibility,

or

(b) Have the work performed by way of a replacement contract with a third party

and in either case the contractor shall be charged with all additional costs arising

out of the solution.

16.16.17 Further, where the use of intellectual property rights is required, defaulting Contractor

shall, to ensure completion of the supply of the equipment or services, do everything in

its power to enable the new contractor or the Department to use the rights concerned.

The defaulting Contractor shall make no claim in respect of such use, and shall bear the

cost of the fees due to third parties for the use of their rights.

16.17 Cancellation in special cases

Department may at any time cancel this contract by giving written notice with

immediate effect in either of the following cases:

16.17.1 If the contractor is adjudged insolvent or if its financial position is such that within the

framework of its national law, legal action leading towards bankruptcy may be taken

against it by its creditors or its Govt., or

16.17.2 If Department has sufficient reason to believe and it is determined through arbitration

or through court proceedings, that the contractors has resorted to fraudulent or corrupt

practices in connection with its securing or implementation of this contract. In the event

of cancellation pursuant to this Sl.No.7.4 such cancellation shall, for purposes of

treatment of the rights of the parties, be treated as a cancellation in accordance with

Sl.No.7.5, “Cancellation with fault of the contractor”

Page 12: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 12 of 23

Annexure-1

List of facilities under FLP, SLP, SPS & BSF:

Sl.No Facility Name

UNIT-1: First Launch Pad (FLP)

1. N2O4 Instrumentation system

2. UH-25 Instrumentation system

3. MON-3 Instrumentation system

4. MMH Instrumentation system

5. Gas Instrumentation system

UNIT-2: Second Launch Pad (SLP)

1. N2O4 Instrumentation system

2. UH-25 Instrumentation system

3. MON-3 Instrumentation system

4. MMH Instrumentation system

5. Gas Instrumentation system

6. LOX Instrumentation System

7. LH2 Instrumentation System

8. NSS Instrumentation System

UNIT-3: Stage Preparation Systems (SPS)

1. Stage preparation Building (SPB) Instrumentation system

2. L110 service Building Instrumentation system

3. Vehicle assembly Building (VAB) Instrumentation system

4. Solid Strap on Assembly Building (SSAB) Instrumentation system

5. Second VAB (SVAB) Instrumentation system

UNIT-4: Bulk Propellant Storage Facility (BSF)

1. N2O4 Instrumentation system

2. UH-25 Instrumentation system

3. MON-3 Instrumentation system

4. MMH Instrumentation system

Page 13: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 13 of 23

Annexure-2

Following is the complete list of works being carried out by the dept staff in four facilities of IS (Instrumentation system). Contractor’s manpower will assist in

executing these works.

Sl.No. Work Description Scope of Work Qty

1. Removal of Pressure , temperature , Flow &

Level Transmitters

• Removal of field terminations

• Removal of cable glands

• Cleaning of Transmitters

1250 Nos

2. Installation of Pressure , temperature , Flow

& Level Transmitters

• Collection of transmitters from calibration lab

• Cable Entry through gland

• Normalisation of Field termination

1250 Nos

3.

Cleaning of UT Process Instruments as part

of post launch activities and storage process

elements in both launch pads

(6-8 times per annum)

• Removal of Dust sooth after completion of every launch

• Cleaning of process instruments 18000 Nos

4. Cleaning of panels

• Cleaning of Remote Distribution boards

• Cleaning of Field & & Instrumentation junction box

• Cleaning of Instrument Racks

1000 Nos

5. Maintenance of equipment

• Maintenance of Exhaust fans in Instrumentation Junction box & racks

• Maintenance of Cross flow impellers in Instrument racks 1000 Nos

6. Removal of cable • Removal of Multipair/Triad data cable from trench

• Removal of Multipair/Triad control cable from trench 3500 Mtrs

7. Removal of cable glands • Removal of 11/4” cable gland from Instrument Junction box

• Removal of 11/4” cable gland from Filed Junction box 1000 Nos

Page 14: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 14 of 23

Sl.No. Work Description Scope of Work Qty

8. Extraction of connector pins from connectors • Extraction of pins from connectors in UT

• Extraction of pins from connectors in Instrumentation rooms 30000 Nos

9. Replacement of Aluminum cable tags in UT

&Storages

• Replacement of Aluminum cable tags for data cable

• Replacement of Aluminum cable tags for control cable 10000 Nos

10. Replacement of ¾” cable gland

• Replacement of ¾” cable gland for field transmitters

• Replacement of ¾”cable gland for Electro Pneumatic valve Limit switch

• Replacement of ¾” cable gland for Liquid sensors

1000 Nos

11. Pig tails connector preparation

• Cable preparation for connector termination

• Insertion of pins into connectors 6400 Nos

12. Cable laying & removal between UT/VAB &

MLP (6 times per annum)

• Cable shifting from N2O4 Instrumentation room to UT/VAB at SLP

• Laying of cables between UT/VAB and MLP

• Removal of laid cables in VAB prior to vehicle movement to launch pad.

• Removal of laid cables after completion of launch

4500 Mtrs

13. Console operations

• Console operations support (Man days) for offline activities in Stage

preparation building.

• Console operations support (Man days) for offline activities in Bulk

propellant storage facility.

1200 Nos

14. Insertion of connector pins • Cable preparation for connector termination

• Insertion of pins into connectors 25000 Nos

15. ½” NPT glanding and termination of process

instruments

• Cable glanding for process instruments

• Termination of process instruments 1000 Nos

16. Insulation Resistance checks of data, control

&power cables

• Cable Insulation resistance check with Megger for data cable

• Cable Insulation resistance check with Megger for control cable 1000 Nos

Page 15: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Page 15 of 23

Sl.No. Work Description Scope of Work Qty

• Cable Insulation resistance check with Megger for power cable

17. Cleaning of process instruments in MLP after

launch (6 times per annum)

• Cleaning of dust/soothe over process instruments in MLP after launch 900 Nos

18. Cleaning of cables in MLP after launch (6

times per annum)

• Cleaning of dust/soothe over cables in MLP after launch 2400 Nos

19. Removal of charred cables and laying of new

cables inside MLP

• Removal of charred cables after launch in MLP

• Laying of new cables in MLP 800 Nos

20. Removal & Installation of process

instruments in MLP

• Removal of Process elements in MLP

• Cleaning of process elements

• Installation of process elements in MLP

900 Nos

21. Compressor panel maintenance • Maintenance of compressor panel 50 Nos

22. Weighing system calibration with standard

weights (50Kg & 500 Kg)

• Loading/Unloading the weights as per requirement during calibration

• Unloading of weights after calibration 2 Nos

23. Support for standards weights calibration in

SPROB lab (50Kg & 500 Kg)

• Loading & Unloading of weights into vehicle for movement

• Loading/Unloading the weights as per requirement during calibration

• Unloading of weights after calibration

2 Nos

24. Applying of thermal paint and Teflon tapes

• Applying of thermal paint to FLP UT cables

• Provision of Teflon tapes to all process instruments at cable entry point in

FLP & SLP

1500 Nos

Page 16: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Annexure-3

Techno-Commercial Bid form

(To be signed, stamped and uploaded in Techno-Commercial Bid Proposal)

Date: --/--/20--

To

Sathish Dhawan Space Centre

ISRO, Sriharikota,

SPSR Nellore dist

PIN. 524124

Subject: Techno-commercial Bid for Work Contract for IS/LSSF, SDSC

Dear Sir/Madam,

Having examined the Tender Document, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer to provide services for Work contract for IS (Instrumentation system) and to

meet such requirements & provide such services as are set out in the Bid Document.

1. We hereby attach the Techno-Commercial Bid as per the requirements of the tender document.

2. We undertake, if our Bid is accepted, to adhere to the implementation plan (Key Events/

Activities and dates of the project) put forward in the Tender document or such adjusted plan as

may subsequently be mutually agreed between us and SDSC or its appointed representatives.

3. If our Bid is accepted, we will submit a Security Deposit (10% of the P.O. value) for a period of 6

months post expiration of contract period. In case of the delay in execution of the project, the

Security Deposit will be extended accordingly.

4. We agree to follow all the statutory laws related to prevailing labour acts including the

amendments during the contract period

5. We have noted that the contract value is fixed for two years and we will not propose any

request for P.O. value amendment.

6. We agree that you are not bound to accept the lowest or any Bid Response you may receive. We

also agree that you reserve the right in absolute sense to reject all or any of the

products/services specified in the Bid Response without assigning any reason whatsoever.

It is hereby confirmed that I/We are entitled to act on behalf of our corporation /company /firm

/organization and empowered to sign this document as well as such other documents which may be

required in this connection.

Dated this …………………………. Day of …………………..20XX

(Signature) (In the capacity of)

Duly authorized to sign the Bid Response for and on behalf of:

……………………………………………………………….(Name and address of the Bidder)

Seal/Stamp of Bidder

Page 17: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Annexure-4

Compliance for techno-commercial terms: The contractor has to fill / confirm the following format

towards the compliance of the techno commercial terms.

Sl.No Description Compliance

(Yes / No)

1.

Each page of the tender document was studied fully, understood the

technical specifications, terms and conditions of the document and

acceptable.

2. Each page of tender document is signed, stamped and submitted.

3. Monthly working days are 24 days (22 regular working days + 2

optional working days).

4. Depending on the work front, the people may have to be provided.

5. Confirmation for submission of Employee’s police verification

certificate by the successful bidder.

6. Confirm minimum wages will be paid to the contract employees time

to time as per prevailing norms

7. Contractor has to give an undertaking that they will comply with

prevailing safety norms at site put forth by Department

8. Contractor shall make his own arrangement for transportation,

accommodation and canteen facility for his employees

9.

Confirm any contract is failed (short closed by contractor /

terminated by Department (Bidder’s offer is liable to be rejected)) to

execute by the contractor or not fulfilled the contract terms and

conditions in SDSC/ISRO in last five year, the details shall be furnished

along with offer.

10. Deviation (if any) shall be clearly spelt out in the offer itself.

Confirm the following factors considered while estimation and same shall be

provided to the contract employees after release of PO

Considered/

Not

Considered

11. Confirm the tender all line items considered for each category

12. Confirm minimum wages are considered for each employee category

13. Confirm the EPF, ESI, Bonus, any other allowances and etc., are

considered.

14. Expenditure towards Transportation

15. Expenditure towards Canteen facility of employees

16. Expenditure towards Accommodation of employees

17. Expenditure towards Labour licence fee/registration

18. Expenditure towards over head charges

Documents to be submitted along with Techno-commercial offer Submitted/

Not Submitted

19. Document for registration as a Company/Society/Firm registered in

India since last 4 (four) years

Page 18: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

20. Company Profile along with documentary evidence of services

offered and all relevant enclosures.

21. Work completion certificate by the end user for the previous

executed orders related to Operation and maintenance contracts.

22. Confirm all the contract employees to be deployed at the work site

are medically/mentally fit for the specified works.

23. Copy of the IT return filed for FY 2015-16 & FY 2016-17 & FY 2017-18

24.

Proof of satisfactory running of similar contracts, if any in ISRO

especially in SDSC, executed in last 3 years shall be furnished along

with offer for department verification.

25. Notary Self-declaration for not having any criminal case pending.

26.

Notary Self declaration to confirm that the company is not

blacklisted by Central/State Government organization/ department in

India at the time of submission of the Bid

27. Registration certificate for GST, labour licence & Copy of PAN card

28. Confirm documents related to the all the above points are submitted.

Page 19: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Annexure-5

Price Bid Format

(To be printed on letterhead, without filling the details, signed, stamped and to be uploaded in

Techno-Commercial Bid)

To,

Sathish Dhawan Space Centre

ISRO, Sriharikota

SPSR Nellore dist

PIN. 524124

Dear Sir/ Madam,

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, I / we,

the undersigned, offer to supply and work as service providers to provide services for the Operation

and Maintenance of IS (Instrumentation system) facilities as mentioned in the scope of the work &

in conformity with the said bidding documents.

I / We undertake that the prices are in conformity with the requirement as specified in the tender.

Price Format

Description of the work Qty. Unit rate

(Rs)

Applicable

taxes (%)

Total cost

inclusive of

taxes (Rs)

Sl.No. Description of the work

1. Removal of terminations and glanding,

cleaning of transmitters 1250 Nos

Should not be filled here.

(price to be quoted in

E-procurement portal only)

2.

Collection of transmitters, Handing over to

process for Installation, glanding and

termination

1250 Nos

3.

UT Process elements cleaning of as part of

post launch activities and storage process

elements cleaning at Second & First Launch

pad

18000 Nos

4.

Cleaning of Electrical remote distribution

boards, field junction box , Instrument racks,

Instrument Junction boxes & Annunciator

panels

1000 Nos

5.

Maintenance of Exhaust fans, Louvers & Cross

flow impellers in Instrument Racks & Junction

Box

1000 Nos

6. Removal of Multipair/ Triad Data & control

cables from trench 3500 Mtrs

7. Removal of 11/4” BSP cable glands 1000 Nos

8. Extraction of connector pins from old

connectors 30000 Nos

9. Replacement of Aluminum cable tags for

Data/Control cables in UT. 10000 Nos

10.

Replacement of ¾” NPT cable glands for

process instruments like Transmitters, EPV

micro switches, Liquid Sensors etc.

1000 Nos

11. Preparation of UT to MLP Pig tails connector

terminations 6400 Nos

12.

Shifting of cables to UT, Laying and removal of

cables between UT and MLP at second Launch

Pad and VAB.

4500 Mtrs

Page 20: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

13. SPB, L-110 & Bulk storage console operational

support. 1200 Nos

14. New connector preparation & Insertion. 25000 Nos

15. ½” NPT glanding and termination of process

instruments 1000 Nos

16. Insulation Resistance checks of data, control

&power cables 1000 Nos

17. Cleaning of process instruments in MLP after

launch 900 Nos

18. Cleaning of cables inside MLP after launch 2400 Nos

19. Removal of charred cables and laying new

cables inside MLP 800 Nos

20. Removal & Installation of process elements in

MLP 900 Nos

21. Compressor control panel maintenance 50 Nos

22. Weighing system calibration with standard

weights 2 Nos

23.

Support for standards weights calibration at

SPROB lab (50Kg & 500 Kg), Loading, un-

loading & movement

2 Nos

24.

Applying of thermal paint to FLP-UT cables and

Teflon tapes to all the process elements in FLP

& SLP UT.

1500 Nos

Note: I / we confirm that

1. The contract value is firm and fixed for two years

2. The quoted contract value is by considering the minimum wages to the workers (as per the AP State /Central

Govt labour act (Order No. F.No.1/10 (1)/2018-LS-II, Dated 03.04.2018) whichever is high and further

revisions if any in the contract period).

3.The offered quote is inclusive of all the allowances and taxes as per the statutory norms of State/ Central

govt. etc

4. It is also noted and accommodated the future revisions of basic wage (for the contract period of two years) in

quotation. Further revision in purchase order value in this aspect will not be requested during the contract

period

# Note: Base price consists of

a) Wages,

b) EPF Components

(Employee & Employers contribution)

c) Insurance/ESI

d) Transportation charges

e) Accommodation

f) bonus

g) safety gadgets

h) Company Over heads, etc….

Yes / No

# for reference only.

It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company

/firm/organization and empowered to sign this document as well as such other documents which

may be required in this connection.

Dated this …………………………. Day of …………………..20XX

(Signature) (In the capacity of)

Duly authorized to sign the Bid Response for and on behalf of:

……………………………………………………………….

(Name and address of the Bidder) Seal/Stamp of Bidder

Page 21: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Annexure-6

Minimum wages confirmation form

(Without filling the details, to be signed, stamped and uploaded in Techno-Commercial Bid

Proposal)

Date: --/--/20--

To

Sathish Dhawan Space Centre,

ISRO, Sriharikota,

SPSR Nellore dist

PIN. 524124

Subject: Techno-commercial Bid for work contract for Operation and Maintenance of IS

(Instrumentation system) facilities.

Dear Sir/Madam,

Having examined the Tender Document, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer to provide services for Operation and Maintenance of IS (Instrumentation

system) facilities and to meet such requirements & provide such services as are set out in the Bid

Document.

1. We have noted that the contract value is fixed for two years and we have considered the

hike in wages for next two years and one and half month. We will not propose any request

for P.O. value amendment.

2. We agree to follow all the statutory laws related to prevailing labour acts including the

amendments during the contract period.

3. We will be paying the minimum wages to our employees as per AP State Govt/ Central Govt.

/ SDSC Fair wages whichever is high.

4. We have quoted contract value by considering the minimum wages to the workers as per

the AP State / Central Govt labour act (Order No. F.No.1/10(1)/2018-LS-II, Dated 03.04.2018)

whichever is high and further revisions if any.

5. The offered quote is inclusive of all the allowances and taxes as per the statutory norms of

State/ Central govt. etc

6. We have also noted and accommodated the future revisions of basic wage (for the contract

period of two years) in quotation. Further revision in purchase order value in this aspect will

not be requested during the contract period.

7. We considered in our price the minimum wages, EPF, ESI, Bonus, medical expenses, and

transportation charges for the workers engaged and the same are as indicated below.

Page 22: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Indicative Minimum wage considered per head (*)

Sl.No. Factors considered Tech.Asst. Technician Helper

1 Basic wage

To be mentioned as part of price bid

only.

2 EPF

3 ESI

Gross salary per head

4 Bonus

5 Transportation charges

6 Uniform

7 Safety shoes

8 Accommodation

8. We also understood that the above indicated price is for reference only and not for

finalisation of the Lowest offer (L1).

9. To be filled by the contractor in the price bid format only.

It is hereby confirmed that I/We are entitled to act on behalf of our corporation /company /firm

/organization and empowered to sign this document as well as such other documents which may be

required in this connection.

Dated this …………………………. Day of …………………..20XX

(Signature) (In the capacity of)

Duly authorized to sign the Bid Response for and on behalf of:

……………………………….

(Name and address of the Bidder) Seal/Stamp of Bidder

Page 23: Work contract for Operation and Maintenance of IS … · 2019-10-23 · Mechanic/Electronic-Instrumentation or equivalent) or Diploma (ECE /EIE or equivalent). • The copies of ITI/Diploma

Annexure-7

Exceptions and Deviations

(To be filled, if any, signed, stamped and uploaded in Techno-Commercial Bid Proposal)

In line with Proposal Document, Bidder may stipulate Exceptions and deviations to the Proposal

conditions if considered unavoidable.

Sl.No. Reference in Specification Tender

Spécification

Offered

Spécification Déviations

1 Page No Clause No

2

3

4

NOTE :

1. Only deviations are to be written in this Annexure.

2. Any deviations taken by the Bidder to the stipulations of the Proposal document shall be

brought out strictly as per this format and enclosed along with the bid.

3. Any deviations not brought out as per this Pro-forma and written elsewhere in the Proposal

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

4. Any wilful attempt by the Tenderer to camouflage the deviations by giving them in the

covering letter or in any other documents that are enclosed may render the Bid itself non-

responsive.

(Signature of the Bidder)