Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing,...

15
भारत सरकार Government of India अतरर विभाग Department of Space सतीश धिन अंतरर केSatish Dhawan Space Centre शार SHAR ीहररकोटा डा . . 524124 आं . . भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेलिफोन+:91 8623 225023 Telephone: +91 8623 225023 फे स+ :91 8623 225170 Fax: + 91 8623 225170 GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P) GLOBAL TENDER Notice No. SHAR/Sr.HPS/PT/10/2019-20 Sl. No File Ref No. Item Description Due Date for Bid Submission 01 SHAR LS 2019 0 10732 GLOBAL e-TENDER [Two Part basis] Design, Manufacture, Inspection, Testing and supply of Seal Less Centrifugal type Canned Motor Pumps 06.08.2019 @ 1600 hrs. Instructions to Tenderers: 01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures. 02. Tender documents are also available on ISRO website www.isro.gov.in; SDSC SHAR, Sriharikota website www.shar.gov.in; http://itj.gov.in for the web version of Indian Trade Journal. The same can be down loaded and offer submitted. 03. Quotations received after the due date/time will not be considered. 04.Tender documents can be downloaded by tenderers from the ISRO website. In case a tenderer is using the documents and forms downloaded from the website, the cost of tender document shall be sent by the tenderer to the Centre/Unit in the form of Bank Draft attached to a forwarding letter in a separate envelope along with the other envelopes containing the quotations. 05. One set of tender documents can be supplied free of cost to Government Departments, Public Sector Undertakings (both Central & State) and Small Scale Industries Units included in the list of National Small Industries Corporation. Vendors registered as MSEs and Registered with KVIC are also eligible for free tender documents. In case the requirement is for imported stores, including Fabrication/Developmental Orders of critical items, in addition to the advertisement in national dailies & Indian Trade Journal, a complimentary copy of the tender document shall be sent direct to the foreign manufacturer/supplier and the Embassies of the foreign countries concerned in India. 06. Sr. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations. DT.12.07.2019 SR.HEAD, PURCHASE & STORES

Transcript of Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing,...

Page 1: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

भारत सरकार Government of India

अन्तररक्ष विभाग Department of Space

सतीश धिन अंतररक्ष केन्र Satish Dhawan Space Centre शार SHAR

श्रीहररकोटा डा .घ. 524124 आं .प्र .भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेलिफोन+:91 8623 225023 Telephone: +91 8623 225023 फेक्स+ :91 8623 225170 Fax: + 91 8623 225170

GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)

GLOBAL TENDER Notice No. SHAR/Sr.HPS/PT/10/2019-20

Sl. No

File Ref No.

Item Description

Due Date for Bid Submission

01

SHAR LS 2019 0

10732

GLOBAL

e-TENDER

[Two Part basis]

Design, Manufacture, Inspection,

Testing and supply of Seal Less

Centrifugal type Canned Motor

Pumps

06.08.2019 @ 1600 hrs.

Instructions to Tenderers:

01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures.

02. Tender documents are also available on ISRO website www.isro.gov.in; SDSC SHAR, Sriharikota website

www.shar.gov.in; http://itj.gov.in for the web version of Indian Trade Journal. The same can be down loaded and

offer submitted.

03. Quotations received after the due date/time will not be considered.

04.Tender documents can be downloaded by tenderers from the ISRO website. In case a tenderer

is using the documents and forms downloaded from the website, the cost of tender document shall

be sent by the tenderer to the Centre/Unit in the form of Bank Draft attached to a forwarding letter

in a separate envelope along with the other envelopes containing the quotations.

05. One set of tender documents can be supplied free of cost to Government Departments, Public

Sector Undertakings (both Central & State) and Small Scale Industries Units included in the list of

National Small Industries Corporation. Vendors registered as MSEs and Registered with KVIC are

also eligible for free tender documents. In case the requirement is for imported stores, including

Fabrication/Developmental Orders of critical items, in addition to the advertisement in national

dailies & Indian Trade Journal, a complimentary copy of the tender document shall be sent direct

to the foreign manufacturer/supplier and the Embassies of the foreign countries concerned in India.

06. Sr. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the

quotations.

DT.12.07.2019 SR.HEAD, PURCHASE & STORES

Page 2: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

Page 1

Specification of seal-less centrifugal canned motor pumps

1. Scope: Design, Manufacture, Inspection, Testing and Supply of Seal less

Centrifugal type Canned Motor Pumps (Horizontal, Zero leak)

2. Utility: The pumps are meant for transfer of specified liquid from one tank to another tank in closed loop pressure communication system.

3. Quantity: 2 Numbers with one set of spares.

4. Fluid to be handled: Isrosene. As per MIL-DTL-25576D standard, RP-1 grade kerosene properties are as follows which is applicable for Isrosene also :

S.No. Property Specification

1 SP Gravity at 60/60 F 0.799-0.815

2 Viscosity at 30F, cSt 16.5

3 Specific Heat(K J/kg K) 2.01 -2.5

4 Thermal Conductivity (W/mK) 0.1367

5 Vapour Pressure 0.4 mm of Hg at 20 Deg.C

10.5 mm of Hg at 38 Deg C

6 Boiling Point range ( Deg.C) 176-273

7 Freezing point (Deg C) -48

5. Pump/ Process/ Motor parameters: S.No. Description Specification

1. Capacity (Cu.m/Hr) 50

2. Minimum Flow rate (Cu.M/Hr) 10

3. Operating Temperature (Deg.C) 5 to 45

4. Pump rated Head (MLC) 120

5. NPSH Available (m) 03

6. Suction pressure (source vessel pressure)

1.5 bar (a)

7. Motor details

7.1 Insulation class H

7.2 Voltage / phase / Hz 415 ± 10%/3 Ø/50 Hz

7.3 Type of motor, motor model No., Power rating (KW), Speed (rpm), Full load Current (A),

To be specified

7.4 Method of starting Star- Delta type

7.5 Cable Gland Entry

2 Nos shall be suitable to 3CX35 Sq.mm copper Cable

7.6 Motor Enclosure/Rotor Enclosure / Terminal box Enclosure

As per IP 67/Flame Proof as per class II B/ Gas & Vapour tight.

6. Design features :

6.1 The pumps shall be zero leak, gland less, seal less, canned motor pumps with

good efficiency and compact design. 6.2 Pump design shall ensure easy maintainability at hazardous locations.

Page 3: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

Page 2

6.3 Pump shall be preferably single stage. 6.4 Pump shall have built-in safety features for remote bearing monitoring, winding

temperature monitoring, dry run protection, etc.

7 Pump specifications:

S.No Parameters Specification

1. Pump model No. To be specified by the supplier

2. Pump suction and Delivery size (NB)

3. Pump impeller type & No. of stages

4. Flanges (Suction/ Delivery): Drilling standard as per Flange Facing Rating

ANSI B16.5, Serrated raised face, 150 LBS (preferable suction: 100NB, discharge : 80NB)However manufacturer shall mention as per the pump manufacturing standard

5. Drain nozzle for pump 15NB,150#, Serrated Raised Face

6. Type of bearing Journal (SiC30 or Superior)

7. Bearing lubrication Self

8. Details of Pump internal Re-circulation with working fluid (if any)

To be provided

9 Casing mounting Foot mounted only. No overhung casing allowed.

8. Pump Material of construction:

8.1. Pump casing, Motor casing cover, Impeller, shaft, rotor lining, bearing cover,

Base plate, bearing monitor, bearing sleeve etc. shall be of Stainless Steel SS 304/SS 304L.

8.2. All the parts which are coming in contact with the working fluid shall be of Stainless Steel SS 304/SS 304L/316L

8.3. Along with offer, cross sectional view of pump with bill of material and material of construction is to be submitted for our reference and the same will be reviewed & approved after placing the order.

8.4. Manufacturer shall use Stainless Steel of “SS304L/SS316L” grade where ever welding is involved.

8.5. The MOC of soft parts / gaskets & seals shall be of PTFE / RPTFE or compatible with working fluid. The ‘can’ material shall be 1.4571/Hast C4

8.6. Safety features: 8.6.1. Canned motor winding temperature thermostat with control module along

with suitable instrument for remote monitoring as a hardware interlock. 8.6.2. Fluid temperature measurement systems at rear side with suitable

instrument for remote monitoring via 4-20mA DC. 8.6.3. Monitoring of Axial Shaft position with Power supply unit integrated with

the Pump with suitable instrument for remote monitoring via 4-20mA DC to control room to monitor displacement in mm.

Page 4: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

Page 3

9. Pump spare parts

Supplier shall provide the list for one set of essential spares with cost break up

for maintenance of the pump.

S.No. Part /spare details Part No. Material of construction Quantity Cost

1 Wetted O rings / Gaskets

* * * **

2 Set of Bearings * * * **

3 Bearing condition monitoring unit

* * * **

* - Details shall be provided in technical bid

** - Cost details shall be provided in Price bid.

10. General conditions / technical specifications:

10.1. The pump & motor shall be mounted on a common SS base frame (SS304/316) with casing drain provision.

10.2. The Pump shall be statically and dynamically balanced. 10.3. The Pump casing should be Hydro-tested (i.e., minimum 1.5 times of the

shut-off pressure of the pump). 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1 or

Equivalent 10.6. IGC testing of all wetted parts to be done as per ASTM A 262 Practice–E or

Equivalent 10.7. Copper & Copper alloy materials should not be used in Pump wetted Parts

(i.e., parts which are in contact with working fluid). 10.8. The Bearing material shall be free from any Resin Bonding. 10.9. The pump shall be fitted with nameplate indicating the type, capacity

material, serial number, etc. 10.10. Pump shall be of self cooling type with service fluid without any external

cooling. Drawing showing the details of Pump internal Re-circulation with working fluid has to be submitted along with offer. If any external cooling is required, the fluid medium, flow rate & interface details shall be provided. The cooling media shall be compatible with the working fluid.

10.11. The detailed general assembly drawing of pump with parts list details shall be submitted along with the technical bid.

10.12. The pump shall be tested for the performance curves with water for the both pumps under different operating conditions. The extrapolated values for the actual working fluid also shall be tabulated and the details shall be provided.

10.13 Heat budget / temperature budget of the pump shall be provided. Also the heat added by the pump to the fluid for one hour of running with rated flow rate , with self cooling shall be provided to estimate the heat load calculation.

10.14 Pump selection criteria : The following points shall be considered for pump selection as per Specifications / requirements:

• Capacity (Delivery & flow rate)

• Head

• Shaft power (power consumption)

Page 5: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

Page 4

• Required/specified suction head

• Impeller dia 10.15 Motor design criteria :

• The pump service factor shall be selected for best efficiency for the given Impeller dia.

• The bhp / kW rating of motor shall be optimum so that the heat added by the pump is least for the given motor rating.

• The heat generation computation shall be provided for the given rated horse power.

The catalogue with data sheets of pump & motor rating with the range shall be provided for the indented pumps and the selection shall be highlighted. 11. Drawings approval: The Supplier has to furnish the Design calculations, Pump

cross sectional drawings with parts list, indicating material of construction & details regarding special features of the pump, QAP for our approval before commencing production.

12. Inspection: Inspection shall be carried out by the Quality department of manufacturer at their premises as per the approved Quality Assurance Plan. 12.1. Third party inspector & Purchaser/Purchaser’s representative may carry out

the inspection as per QAP. Third party inspection charges shall be quoted for inspection/witnessing the tests as per QAP. However, Purchaser reserves the right to participate during inspection.

12.2. Quality Assurance Plan (QAP):

S.No.

Characteristic Method of check

Quantum of Check

Supplier’s QC

Third Party inspection (TPI)/ purchaser

1 Dimensional inspection as per approved drawing

Measurement 100%P 100%R

2 Hydro test Testing 100%P 100%W

3

Verification of Chemical (Including IGC), Mechanical and Heat treatment test reports

Verification of test reports

100%R 100%R

4 Static & Dynamic balancing for impeller and shaft of PUMP

Testing 100%P 100%W

5 Helium Test for Stator Can with MSLD (mass spectrometer leak detector)

Testing 100%P 100%W

6 RPM, Insulation Test Testing 100%P 100%R

7 Interlocks Verification Test Verification 100%P 100%W

8 Performance test (Flow, Head, efficiency and power)

Testing 100%P 100%W

9 Mechanical run test (Bearing temperature, Noise and vibration)

Test/ Verification

100%P 100%W

10 Endurance test for pump by Testing 100%P 100%W

Page 6: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

Page 5

running 3 hours continuously

11 Dis-assembly and drying after test run and internal inspection

Visual inspection

100%P 100%R

12 Final inspection including painting

Visual inspection

100%P 100%R

W-Witness R-Review P-Perform 13. Painting: The pump shall be painted with high build epoxy paint as primer coat

and aliphatic polyurethane paint as finish coat. Primer coat film thickness : 120-130 micron.

• Finish coat film thickness : 30-40 micron.

• Total dry film thickness (min) : 150-170 micron

14. Delivery: 14.1. Supplier shall submit all test certificates & inspection reports as per QAP,

performance curves with water to the purchaser for the review & clearance before dispatch of the pumps. Items shall be dispatched only after written clearance from the purchaser. The predicted performance parameters of the pump with actual fluid (kerosene) also shall be provided.

14.2. Delivery is the essence of the contract. Delivery period of all items shall be within 12 months from the date of release of purchase order. The drawings / QAP shall be provided for approval within a month and after drawings approval within 11 months items shall be supplied.

15. Production master file: Supplier has to furnish “production master file” along with

supply and it should contain the following details.

• Purchase Order Copy

• Design calculations/Pump data sheets.

• Cross sectional drawing of Pump with parts details & Special feature details

• Material test certificates, Static and Dynamic Balancing report.

• Performance test details, including Curves with water and estimated values for actual working fluid.

• Heat budget / temperature budget of the pump shall be provided. Also the heat added by the pump to the fluid for one hour of running shall be provided to estimate the heat load calculation.

• Instruction manual for installation, operation, assembly and dis – assembly of pump in English language.

• Warrantee/Guarantee certificates.

15.1. The supplier has to provide Performance Guarantee, for satisfactory performance of the Pump at Purchaser’s premises (during Commissioning & final Acceptance Tests) with the Specified fluid.

16. Training on pumps operation & maintenance: The supplier shall provide brief training on pumps operation & maintenance for minimum period of three days for the purchaser nominated engineers at the

Page 7: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

Page 6

purchaser’s cost. The training shall be provided at the supplier’s premises during inspection of pumps. 17 Bidder’s eligibility criteria:

17.1 The offer from manufacturer or his authorized dealers only will be considered. Offers from Traders / Agents without authorization letter from OEM will not be considered. The Supplier has to furnish the Factory address, manufacturing and testing facilities etc. along with offer

17.2 Bidder should have manufactured & supplied similar type of Canned Motor Pumps. The documentary evidence shall be provided along with technical bid . 17.3 The bidder should have executed supply of canned motor pumps for chemical applications equivalent to Indian currency worth of 500 lakhs or more in a single / multiple purchase order in each year during last five years. Documentary evidence shall be provided along with the offer.

17.4 The supplier should have experience on design and production of hermetically sealed centrifugal pumps of capacity 10 to 100 m3/hr for chemical applications in the petro-chemical & process industry. Documentary evidence shall be provided.

17.5 The supplier should have experience on design & production of pumps can operate with fluid temperatures from -120 to 480 Deg C (Volatile / corrosive / toxic / dense/ Hazardous lethal fluids). Documentary evidence shall be provided.

17.6 The supplier shall support for ‘after sales service’ also by means of supply of spares and technical support for complete maintenance of pumps at site.

17.7 The supplier shall submit the complete product catalogue in English along with the offer.

17.8 Documentary evidence for the performance of supplied pumps in last five years shall be provided, list of parties supplied in India. Purchaser reserves the right to evaluate the supplier in case of need or as per purchaser’s requirement. The supplier shall co-operate for the vendor evaluation.

Bid submission details

18 Supplier shall present the bids on two-part basis as highlighted below:

� Part-I: Technical bid � Part-II: Price bid indicating the price.

18.1Part-I: Technical bid: The Bidder shall necessarily present the following in the technical bid:

18.1.1 The Bidder shall furnish point-wise confirmation for the technical specifications given in the enquiry (from point number 1 to 16). However change of specifications/ deviations (if any) shall be brought out in the offer with detailed justification. Offers fulfilling the above conditions only will be short

Page 8: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

Page 7

listed for price bid opening. The following are the list of Documents to be submitted.

18.1.2 Signed copy of each page of Tender/Indent specifications. 18.1.3 Necessary supporting documents like pump cross sectional drawings, catalogues

indicating the model no. , part no. of the items offered/quoted for the tender. 18.1.4 Filled copy of Technical compliance as per Annexure-I. 18.1.5 Deviations & Exceptions if any as per Annexure-II and additional points as per

Annexure-III. 18.1.6 Bidder need to furnish the details related to commercial terms indicating

payment terms, details of bank guarantee in case of advance payments & name of Third Party Inspection Agency proposed etc.

18.1.7 Bidder shall quote the prices on “FOR Sriharikota” basis. 18.1.8 The Bidders shall indicate clearly the delivery/time period for supplying the

items to SDSC SHAR. 18.1.9 Bidder need to submit Unpriced price bid copy (as highlighted below)

indicating the description of all the cost elements considered, without indicating the price.

FORMAT OF UN-PRICED PRICE BID:

S. No

Description Qty (No.s)

Unit Cost

Tax

Total Cost

Supplier Confirmation (YES/NO)

1. Design, Manufacture, Inspection, Testing and Supply of Seal less Centrifugal Canned Motor Pumps (Horizontal, Zero leak)for Isrosene fluid service as per enclosed specifications.

2

Unpric

ed

Unpric

ed Unpri

ced

2 Spares (wetted O rings /

gaskets, bearings, bearing

monitoring unit)

1

set Unpric

ed

Unpric

ed

18.2 Part-II: Price bid indicating the price.

Price bid should be submitted by the Bidder in the following format with price

break-up. This filled format has to be submitted in the price bid cover only.

S. No

Description Qty (Nos)

Unit Cost

Tax GST /CDEC

Total Cost

1. Design, Manufacture, Inspection, Testing and Supply of Seal less Centrifugal Canned Motor Pumps (Horizontal, Zero leak) for Isrosene fluid service as per enclosed specifications.

2

2 Spares (wetted O rings / gaskets, bearings, bearing monitoring unit)

1 set

Page 9: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

Page 8

S. No

Description Qty (Nos)

Unit Cost

Tax GST /CDEC

Total Cost

The price bid of the supplier who is qualifying in the technical bid only will be considered.

18.3 Landed cost (Base item cost including spares + TPIA inspection charges +

Transportation charges + Taxes) only will be taken as reference for finalizing placement of Order.

18.4 The pump cost shall include basic cost of the pump (including base frame), testing & TPI charges

18. Points to be noted before despatch of pumps:

18.1Prior to dispatch of the items, supplier shall forward the below highlighted documentation (duly signed by TPIA) in confirmation with Approved Quality Assurance Plan to the purchaser.

���� Test reports of bought out items like pipes, flanges, studs and gaskets etc., ���� Complete test documentation as specified in QAP.

18.2 Dispatch clearance will be provided by the purchaser, upon review of the test documentation.

18.3 Delivery of Pumps: Supplier has to complete the qualification and testing of the pumps and deliver to SDSC SHAR within 11 months from the date of release of Purchase Order. The following is the tentative schedule.

S.No. Time (EDC) Major events

1 T0 Date of release of Purchase order

2 T0 + 1 month Submission of pump assembly drawing along with parts list to Purchaser’s approval.

3 T0 + 11 months Machining, Assembly ,testing & delivery of pumps

Bidder has to confirm the above schedule.

18.4 Warranty: All the items shall be warranted for satisfactory performance for a period of 12 months from the date of receipt and acceptance at our SDSC SHAR Sriharikota.

Annexure-I

Format to be filled by the bidder

Sl No Description Supplier has to confirm his acceptance.(Yes / No)

1

All the tender document specifications from

point number 4 to 18 read and confirmed. The

supplier shall specifically sign on the each

page of the specification and shall be uploaded

(11 pages)

*

*To be filled by the bidder

Page 10: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

Page 9

Annexure-II

Exceptions and Deviations (To be filled, Technical Bid ) In line with Tender Document, Bidder may stipulate Exceptions and deviations to the Proposal conditions if considered unavoidable.

S.No. Reference in Specification

Tender Specification

Offered Specification Reason

1 Point No

2

NOTE : 1. Only deviations are to be written in this Annexure. 2. Any deviations taken by the Bidder to the stipulations of the Indent /Tender

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

3. Any deviations not brought out as per this Pro-forma and written elsewhere in the Proposal document shall not be recognized and the same is treated as null and void.

4. Any willful attempt by the Tenderer to camouflage the deviations by giving them in the covering letter or in any other documents that are enclosed may render the Bid itself non-responsive.

(Signature of the Bidder)

Annexure-III

ADDITIONAL TERMS & CONDITIONS TO TENDER ENQUIRY

1. Offer Validity: The validity of the offers / tenders should be 120 days from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation.

2. GST: As per Notification No.47/2017-Integrated Tax (Rate) Dt:14.11.2017 Issued by Ministry of Finance (Dept. of Revenue), SDSC SHAR is eligible to avail a reduced rate of IGST @ 5% for the procurements made by the Dept. of Space (DOS) being a public funded research Institution. Accordingly, SHAR will provide IGST Exemption Certificate.

3. Customs Duty: As per Notification no. 05/2018 Customs Dt.25.01.2018 ISRO is eligible to pay reduced rate of customs duty @10.775% (CD @5%+IGST @5%). Hence party need to indicate whether mentioned rates are inclusive of this Customs Duty @10.77% or extra.(SHAR will provide Customs Duty Exemption Certificate in case of Import Orders/ imported supplies).

Page 11: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

Page 10

4. Suggested Payment Terms: Our general payment terms are within 30 days after receipt and acceptance of items at purchaser’s (SDSC-SHAR, Sriharikota) site. However, the following payment terms also will be considered, if required.

4.1. 30% of order value as advance against submission of Advance Bank Guarantee.

4.2. 60% of order value against receipt of items at SDSC SHAR. 4.3. Balance 10% of order value against satisfactory performance of items

against Performance Bank Guarantee. 5. Advance Payment: Wherever advance payment is requested, Bank Guarantee

from any Nationalized Bank/Scheduled Bank should be furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest.

6. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.

7. Liquidated Damages: In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value.

8. Security Deposit: 10% value of the order shall be deposited with SDSC within 10 days from the date of the Purchase Order towards security deposit in the form of Bank Guarantee towards performance of the contract plus sixty days towards claim period( This will be returned by SDSC immediately on execution of the order satisfactorily as per order terms. If not, the amount will be forfeited.

9. Performance Bank Guarantee: Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.

10. Delivery: Delivery is the essence of the contract. Delivery period of all items

shall be within 12 months from the date of release of purchase order.

11. Arbitration: Disputes, if any, shall be settled mutually failing which it shall be referred to an One man Arbitrator to be appointed by Director, SDSC SHAR in accordance with the Indian Arbitration and Conciliation Act 1996, whose decision shall be final and binding on both the parties.

12. Special conditions against Indian Agents submitting quotations in Foreign Currency (on behalf of their Principals.

(a) Agency commission of Indian Agent has to be borne by Foreign Principals only (b) Copy of Agency agreement with the Foreign Principal, precise relationship between them and their mutual interest in the business.

(c) The enlistment of the Indian Agent with Director-General of Supplies &

Disposals under the compulsory Registration Scheme of Ministry of Finance.

13. The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive.

14. The Department will have the option to consider more than one source of supply and final orders will be given accordingly.

15. The bidders should note that conditional discounts would not have edge in the evaluation process of tenders.

Page 12: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

Page 11

16. Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Advance Bank Guarantee, Performance Bank Guarantee, Liquidated damages are liable for disqualification.

17. Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation.

18. The specifications given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party.

19. EXCLUSION OF TENDERS The following tenders shall be summarily rejected from the procurement process:-

(a) Unsolicited tenders from vendors.

(b) The tenders which materially depart from the requirements specified in the tender document or which contain false information.

(c) The tenders of vendors who have not agreed to furnish Advance Bank Guarantee or Performance Bank Guarantee.

(d) The validity of the tenders is shorter than the period specified in the tender enquiry.

(e) The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process.

( f ) The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.

(g) The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).

(h) In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product.

( i ) If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un- responsive and will not be considered.

Page 13: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR

Welcome, Materials Master (isro)31 August 2017,

17:16:08 IST

MAIN VIEW HELP

Preview For STANDARD TERMS AND CONDITIONS

Page Destination: Tender Header Format Type : Normal

. :

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTRE

PURCHASE DIVISION

Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-Mail ID : [email protected], [email protected], [email protected]

STANDARD TERMS & CONDITIONS

1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.

2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-

1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid

In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part

tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below

GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017

TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.

This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be

furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.

9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank

Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.

Page 1 of 3

Page 14: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till

completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.

13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.

15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and

commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.

19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS

The Tenderer should submit the following documents/information while quoting:- a)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. b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual

interest in the business. c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.

e)Compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.

b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. GST as applicable d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.

e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable.

1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices

4.GST Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS

The following tenders shall be summarily rejected from the procurement process a.Tenders received from vendors who have not qualified in terms of their registration. b.Tenders received against publishing of a limited tender in the CPP portal.

c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.Unsolicited tenders from vendors. e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.

f.The tenders which are not accompanied by the prescribed Earnest Money Deposit. g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.The validity of the tenders is shorter than the period specified in the tender enquiry.

i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.

Page 2 of 3

Page 15: Design, Manufacture, Inspection, · 10.4. No welding is allowed on cast components like casing, impeller etc. 10.5. All casting shall be solution annealed as per ASTM A 351 S 11.1

k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).

l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.

Page 3 of 3