111

VSSC/P/ADV/173/2015 Dt.27.10.2015

  • Upload
    vodieu

  • View
    246

  • Download
    0

Embed Size (px)

Citation preview

Page 1: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 2: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 3: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 4: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 5: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 6: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 7: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 8: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 9: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 10: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 11: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 12: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 13: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 14: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 15: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 16: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 17: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 18: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 19: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 20: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 21: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 22: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 23: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 24: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 25: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 26: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 27: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 28: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 29: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.)

Page 30: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 31: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 32: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 33: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 34: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 35: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 36: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 37: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 38: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 39: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 40: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 41: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 42: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 43: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 44: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 45: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 46: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 47: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 48: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 49: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 50: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 51: VSSC/P/ADV/173/2015 Dt.27.10.2015

, 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.

Page 52: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 53: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 54: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 55: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 56: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 57: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 58: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 59: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 60: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 61: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 62: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 63: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 64: VSSC/P/ADV/173/2015 Dt.27.10.2015

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 _____________________

Page 65: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 66: VSSC/P/ADV/173/2015 Dt.27.10.2015

, 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.

Page 67: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 68: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 69: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

************

Page 70: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 71: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 72: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 73: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 74: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 75: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 76: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 77: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 78: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 79: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 80: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 81: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 82: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 83: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 84: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 85: VSSC/P/ADV/173/2015 Dt.27.10.2015

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:

Page 86: VSSC/P/ADV/173/2015 Dt.27.10.2015

: 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.

Page 87: VSSC/P/ADV/173/2015 Dt.27.10.2015

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 :

Page 88: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 89: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

……….

Page 90: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 91: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 92: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 93: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 94: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 95: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 96: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 97: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 98: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 99: VSSC/P/ADV/173/2015 Dt.27.10.2015

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:

Page 100: VSSC/P/ADV/173/2015 Dt.27.10.2015

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

Page 101: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 102: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 103: VSSC/P/ADV/173/2015 Dt.27.10.2015

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 :

Page 104: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

Page 105: VSSC/P/ADV/173/2015 Dt.27.10.2015

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.

……….

Page 106: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 107: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 108: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 109: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 110: VSSC/P/ADV/173/2015 Dt.27.10.2015
Page 111: VSSC/P/ADV/173/2015 Dt.27.10.2015