¦ÉÉ®úiÉ ºÉ®úEòÉ® ú/ +iÆÉÊ®úIÉ Ê´É¦ÉÉMÉ Ê´ÉGò¨É … · Note :- 1....

42
¦ÉÉ®úiÉ ºÉ®úEòÉ®ú/GOVERNMENT OF INDIA iÉÊ®úIÉ Ê´É¦ÉÉMÉ/DEPARTMENT OF SPACE Ê´ÉGò¨É ºÉÉ®úɦÉÉ<Ç iÉÊ®úIÉ Eå òpù/VIKRAM SARABHAI SPACE CENTRE Êiɯû´ÉxÉÆ iÉ{ÉÖ ®ú¨É/THIRUVANANTHAPURAM – 695 022 Ê´ÉYÉÉ{ÉxÉ ºÉÆ . ´ÉÒBºÉBºÉºÉÒ/{ÉÒ/Ê´ÉYÉÉ{ÉxÉ/259/2018 ÊnùxÉÉÆ 23.08 .2018 ADVT. NO. VSSC/P/ADVT/259/2018 DT. 23.08 .2018 भारत के रापित के िलए तथा उनक ओर से, वर धान, बय एवं भंडार, वबम साराभाई अंतर कि (वीएसएससी), ितवनंतपुरम िननिलखत के िलए (बम सं बम सं बम सं बम सं. . . . 1 1 1 1 ) ) ) ) मोहरबंद िनवदाएं. (बम सं बम सं बम सं बम सं. . . . 2 - 12) ई-ापण ारा ापण ारा ापण ारा ापण ारा तथा (बम सं बम सं बम सं बम सं. . . . 13-14 के िलए के िलए के िलए के िलए) ) ) ) अिभिच क अिभय आमंऽत करता है। For & on behalf of the President of India, the Sr. Head Purchase & Stores, Vikram Sarabhai Space Centre (VSSC), Thiruvananthapuram invites Sealed Tenders (for Sl. No. 1 ), through e- procurement (for Sl. No. 2 - 12) & Expression of Interest (for Sl. Nos. 13 -14) for the following :- बम बम बम बमसंस सं . Sl. No. िनवदा स िनवदा सं िनवदा स िनवदा सं . Tender No. वणन वणन वणन वणन / Description माऽा माऽा माऽा माऽा Qty. ÊxÉÊ´ÉnùÉ ¶ÉÖ ±Eò/ Tender Fee 01 8081-2018000077-01 [ एकल एकल एकल एकल भाग भाग भाग भाग / SINGLE PART] वीएसएससी के ववध वाहन के पेइटंग काय के िलए आरसी RC for Painting Works of VSSC Vehicles 2 Years / वष . 560/- नोट:- विनदशन तथा वःतृत िनबंधन एवं शत िनवदा दःतावेज़ के अनुसार Note :- Specification and detailed terms & conditions as per Tender document 02 VSSC/ADMNAUX/2018E1220 201 [ एकल एकल एकल एकल भाग भाग भाग भाग / SINGLE PART] A4 कॉपयर पेपर कॉपयर पेपर कॉपयर पेपर कॉपयर पेपर A4 Copier Paper 20000 पै पैपै पै ./PKT लागू नहं लागू नहं लागू नहं लागू नहं / NA 03. VSSC/AVN- PUR/2018E1228601 [ एकल एकल एकल एकल भाग भाग भाग भाग / SINGLE PART] रेचन णाली रेचन णाली रेचन णाली रेचन णाली Exhaust System 1संस सं ./No. 04. VSSC/ AVN- PUR//2018E1191501 [ एकल एकल एकल एकल भाग भाग भाग भाग / SINGLE PART] तांबा तांबा तांबा तांबा-पटल व ीेग पटल व ीेग पटल व ीेग पटल व ीेग Copper laminate &Prepregs 1लॉट लॉट लॉट लॉट/Lot . 05. VSSC/ PRSOPURCH /2018E1257701 [ दो दो दो दो भाग भाग भाग भाग / TWO PART] दकार शांसफॉमर दकार शांसफॉमर दकार शांसफॉमर दकार शांसफॉमर Rectifier Transformer 1लॉट लॉट लॉट लॉट/Lot 06 VSSC/CMSEPUR/2018E1214 901 [ दो दो दो दो भाग भाग भाग भाग / TWO PART] सीएफआरपी ैत मोचन एडैटर सीएफआरपी ैत मोचन एडैटर सीएफआरपी ैत मोचन एडैटर सीएफआरपी ैत मोचन एडैटर CFRP Dual Launch adaptor 4 सं संसं सं./Nos.

Transcript of ¦ÉÉ®úiÉ ºÉ®úEòÉ® ú/ +iÆÉÊ®úIÉ Ê´É¦ÉÉMÉ Ê´ÉGò¨É … · Note :- 1....

  • i E/GOVERNMENT OF INDIA +iI M/DEPARTMENT OF SPACE

    G

  • 07

    VSSC/PRSOPURCH/2018E1260501

    [ ////TWO PART]

    @ < -

    High End workstation with GPU

    2 ..../Nos

    08

    VSSC/ADMNAUX/2018E1270101

    [ ////TWO PART]

    S T S T S T S T

    High Speed Precision Lathe & accessories

    1 ..../Nos.

    09

    VSSC/CMSEPUR/2018E1228401

    [ / TWO PART]

    U U U U K K K K

    M M M M

    CFRP Mould with built in Heat & PLC for Ogive

    Panel

    1..../No

    10

    VSSC/AVN-PUR/2018E1236001

    [ / SINGLE PART]

    W W W W

    X K

  • Detailed Technical Specifications and Terms & Conditions are available in our website www.isro.gov.in and www.vssc.gov.in

    S `

  • ( G ./against Sl. No.11)

    ( G ./against Sl. No.12)

    Upto 23.10.2018 [17:00 Hrs.]

    Upto 24.09.2018 [17:00 Hrs.]

    Jx E il/ Bid Opening date ( G ./against Sl. No.2)

    (G ./against Sl. No.3)

    (G ./against Sl. No.4)

    (G ./against Sl. No.5)

    (G ./against Sl. No.6)

    (G ./against Sl. No.7)

    ( G ./against Sl. No.8)

    ( G ./against Sl. No.9)

    ( G ./against Sl. No.10)

    ( G ./against Sl. No.11)

    ( G ./against Sl. No.12)

    11.09.2018 [10:05 Hrs.]

    14.09.2018 [11:00 Hrs.]

    17.09.2018 [11:00Hrs.]

    21.09.2018 [10:01 Hrs.]

    07.11.2018 [10:00 Hrs.]

    17.09.2018 [10:01 Hrs.]

    10.09.2018 [12:05 Hrs.]

    07.11.2018 [10:00 Hrs.]

    09.10.2018 [14:00 Hrs.]

    07.11.2018 [10:00 Hrs.]

    28.09.2018 [10:00 Hrs.]

    . 1 K www.isro.gov.in /

    www.vssc.gov.in ]

    EMD applicable for tender at Sl. No. 1 and details are available on ISRO Website www.isro.gov.in / VSSC Website www.vssc.gov.in

    . 2 12 -

  • 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, MAIN Purchase, Purchase Unit I, RFF

    Area, VSSC, ISRO PO, Thiruvananthapuram 695 022, Ph : 0471-256 3139/2065.

    While requesting for Tender Documents please indicate on the envelope as Request for Tender Documents- Tender No.. dt.

    3. Tender Fee (` 560/-) 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 : Accounts Officer, MAIN Accounts, VSSC (for item under Sl. No. 1) payable at State Bank of India, Thumba, Thiruvananthapuram. [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 superscribed with

    Tender No. and Due Date and to be sent to the following address.

    For Sl. No. 1: Sr. Purchase & Stores Officer, MAIN Purchase, Purchase Unit I, RFF

    Area, VSSC, ISRO PO, Thiruvananthapuram 695 022, Ph : 0471-256 3139/2065.

    5. Quotations received after the Due Date/Time will not be considered.

    6. VSSC, Thiruvananthapuram is not responsible for any postal delay/loss of documents in transit.

    7. Sr.Head, Purchase & Stores, VSSC, Thiruvananthapuram reserves the right to

    accept or reject any/or all the tenders in part or full without assigning any reasons thereof.

  • Annexure-1

    Page 1 of 5 Seal & signature of the bidder

    Terms and conditions of Rate Contract for Painting of Various VSSC Vehicles (To be

    submitted by the bidder along with the quotation in the prescribed format Annexure-A to L)

    Sl.

    No. SCOPE OF WORK, TERMS & CONDITIONS

    Strike off

    whichever is

    not applicable

    Remarks,

    if any

    1.0

    Period of Contract:

    The Contract shall be valid for a period of Two years

    from 01.10.2018 to 30.09.2020. However, VSSC

    reserve the right to extend the same for further

    periods at the same rate, terms & conditions on

    mutual agreement. We also reserve the right to short

    close the same by giving one month prior notice in

    writing without any financial obligations on our side.

    ACCEPTED/

    NOT ACCEPTED

    2.0

    Scope of Work:

    The scope of works listed in Annexure A to L and is

    only a general outline of works to be carried out.

    As it is only a general outline, the works shall be done

    according to the type of vehicle and applicability to

    the particular vehicle as instructed by the contact

    person or his authorised representative. During all

    stages of painting, the contact person or his

    authorised representative will inspect the work and

    any discrepancy felt by them should be rectified as

    per their instructions. In any case, the work has to be

    done to the utmost satisfaction of the contact person

    or his authorized representative.

    Contractor is responsible to maintain the painting

    area clean after completion of the daily work and

    carry out daily minor maintenance of the equipments

    as instructed by the contact person. Any other related

    works as instructed by the contact person or his

    authorized representative have to be strictly adhered

    to and no excess amount will be given other than that

    quoted in the quotation.

    ACCEPTED/

    NOT ACCEPTED

    3.0

    Charges:

    You shall quote the charges for each work in

    Annexure A - L. The rate will remain firm and fixed till

    completion of the contract period.

    ACCEPTED/

    NOT ACCEPTED

    4.0

    Approximate Quantum of Work:

    The approximate quantum of work for two years is

    given in the Annexure A-L. But, there is no upper or

    lower limit for the quantum of works.

    ACCEPTED/

    NOT ACCEPTED

  • Annexure-1

    Page 2 of 5 Seal & signature of the bidder

    Sl.

    No. SCOPE OF WORK, TERMS & CONDITIONS

    Strike off

    whichever is

    not applicable

    Remarks,

    if any

    5.0

    5.1

    Eligibility Criteria:

    The contractor shall have minimum 5 years of

    experience in painting of Cars, MUVs, Light & Heavy

    Commercial vehicles for which necessary proof shall

    be submitted along with the quotation.

    PROOF

    SUBMITTED/

    NOT

    SUBMITTED

    5.2

    The contractor shall have minimum 4 workers

    including skilled workers for carrying out painting

    works of vehicles. If required, additional workers

    shall be deputed for completing the works on time.

    ACCEPTED/

    NOT ACCEPTED

    06

    Payment:

    Payment shall be made monthly basis for the job

    executed satisfactorily within 30 days of receipt of

    your bill duly certified by the Contact person and

    approved by Head, TOMD, VSSC and the same shall

    be sent to the Accounts Officer (Bills) for arranging

    payment.

    ACCEPTED/

    NOT ACCEPTED

    07

    Security Deposit:

    In case of an order, you have to submit an interest

    free security deposit equivalent to 10% of the Annual

    contract value in the form of Fixed Deposit

    Receipt(FDR) or Bank Guarantee which will be

    refunded after due performance of this Contract or

    shall be adjusted/forfeited against any dues.

    ACCEPTED/

    NOT ACCEPTED

    08

    Parallel/Adhoc Contract:

    VSSC reserves the right to enter into parallel/Adhoc

    contracts simultaneously with one or more agencies.

    ACCEPTED/

    NOT ACCEPTED

    09

    Termination:

    VSSC reserves the right to terminate the contract, if

    the performance of the contractor or his employees is

    found to be unsatisfactory during its currency by

    giving one-month notice in writing.

    ACCEPTED/

    NOT ACCEPTED

    10

    Sublet of Contract:

    Contractor shall not sublet, transfer or assign the

    contract or any part thereof without our prior written

    approval.

    ACCEPTED/

    NOT ACCEPTED

  • Annexure-1

    Page 3 of 5 Seal & signature of the bidder

    Sl.

    No. SCOPE OF WORK, TERMS & CONDITIONS

    Strike off

    whichever is

    not applicable

    Remarks,

    if any

    11

    Fall Clause:

    The rates quoted shall in no event exceed the lowest

    charges at which the Contractor is undertaking job of

    identical description to any other party during the

    period of this Contract. If at any time during the said

    period, the Contractor reduces the charges of such

    works to any other customers, it shall be forthwith

    notified to VSSC and the charges payable under this

    contract for job done after the date of coming into

    force of such reduction of charges, shall stand

    correspondingly reduced.

    ACCEPTED/

    NOT ACCEPTED

    12

    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 subject to and governed by

    the provisions of the Arbitration and Conciliation Act

    1996 or any statutory modifications or reenactment

    thereof.

    ACCEPTED/

    NOT ACCEPTED

    13

    General:

    The work is to be carried out at TOMD workshop,

    VSSC, Thumba on working days from 08.45 AM to

    5.15 PM and if situation warrants, beyond this time

    and on holidays as per the instructions of the Contact

    Person or his authorized representative. If the jobs

    are to be executed at our Vattiyoorkavu or Valiamala

    (near Nedumangad) site in case of exigency

    situations, free transport arrangement for

    contractor/his workers will be made by the

    department.

    ACCEPTED/

    NOT ACCEPTED

    13.1

    Contractors authorized and skilled representative of

    supervisory cadre shall be present every day at VSSC

    work site and Contractors workers shall be under his

    direct supervision. Required number of skilled

    workers having sufficient experience in the line shall

    be deputed daily.

    ACCEPTED/

    NOT ACCEPTED

    13.2 The Contact person or his authorized representatives

    instructions have to be strictly adhered to.

    ACCEPTED/

    NOT ACCEPTED

  • Annexure-1

    Page 4 of 5 Seal & signature of the bidder

    Sl.

    No. SCOPE OF WORK, TERMS & CONDITIONS

    Strike off

    whichever is

    not applicable

    Remarks,

    if any

    13.3

    Required equipment, water, power and materials like

    paints, thinner, etc. except painting brushes will be

    supplied by the VSSC free of cost.

    ACCEPTED/

    NOT ACCEPTED

    13.4

    Necessary personal protective equipments for the

    contractor and his workers shall be used while

    working at your cost. VSSC will not bear any cost

    related to this and not responsible for any

    occupational hazards to your workers due to the

    nature of work.

    ACCEPTED/

    NOT ACCEPTED

    13.5

    In the event of damages to VSSC property or injury to

    VSSCs/Contractors personnel due to the negligence

    of contractors employees, the responsibility shall

    solely rest with the contractor. VSSC shall not be

    responsible for loss of life of the contractors workers

    due to accidents/natural calamities/explosions, etc.

    ACCEPTED/

    NOT ACCEPTED

    13.6

    If any of the equipment or materials given by the

    department is damaged due to carelessness of

    Contractor/ his workers, the entire loss thus caused

    to the department will be recovered from the

    Contractors bills/security deposit.

    ACCEPTED/

    NOT ACCEPTED

    13.7

    The contractor shall make his own arrangement for

    transport, canteen, safety, medical, EPF and other

    amenities for his personnel deputed to VSSC.

    ACCEPTED/

    NOT ACCEPTED

    13.8

    The contractor/his workers shall observe the security

    regulations of the Department and any loss or

    damage incurred by the Department on account of

    the contractors/his workers failure of any nature to

    observe the security regulations shall be to

    contractors account. Contractors workers shall be

    instructed to behave in a good manner in VSSC

    campus.

    ACCEPTED/

    NOT ACCEPTED

    13.9

    Contractor/ his workers shall adhere to the Laws and

    Statutes on the subject while employing personnel for

    such jobs, and shall pay them reasonable wages and

    contractor will be held responsible for any breach of

    the same.

    ACCEPTED/

    NOT ACCEPTED

  • Annexure-1

    Page 5 of 5 Seal & signature of the bidder

    Sl.

    No. SCOPE OF WORK, TERMS & CONDITIONS

    Strike off

    whichever is

    not applicable

    Remarks,

    if any

    13.10

    In case after award of the contract the contractor fails

    to execute the same, Department shall get the works

    done through other agencies at the Contractors risk

    and cost.

    ACCEPTED/

    NOT ACCEPTED

    13.11

    As the requirement is urgent, for any

    doubts/clarification regarding the nature of work, you

    can contact Mr. Sathis Kumar N, Engr., TOMD, VSSC

    (Ph: 0471-256 2351). Any doubts in works have to be

    cleared before submitting the quotation. If required,

    contractor may visit our worksite and the facilities

    available before offering the quotation.

    ACCEPTED/

    NOT ACCEPTED

    13.12

    All bidders are requested to submit your quotation in

    the prescribed format as annexure 1 & Annexure A-L.

    Quotations should be completely filled and affix your

    signature and seal on each pages of the Annexures.

    Quotations submitted in any other format will not be

    considered.

    SUBMITTED IN

    PRESCRIBED

    FORMAT/ ANY

    OTHER

    FORMAT

  • SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB

    1 Bus 1

    2 Heavy Open Truck 1

    3 Heavy Closed Truck 1

    4 Heavy Open Truck National Permit 1

    5 Heavy Closed Truck National Permit 1

    6 Tempo Traveller (26 seater) 1

    7 Tempo Traveller (17/20 Seater) 1

    8 Tempo Traveller (13/14 Seater) 1

    9 Tata Ace 1

    10 Tata 207 Open Body 1

    11 Tata 207 Closed Load Body 1

    12 Tata 207 Explosive Van 1

    13 Tata 407 Closed Load Body 1

    14 Tata 709 Open Load Body 1

    15 Tata 709 Closed Load Body 1

    16 Tata 709 Explosive Van 1

    17 M&M Bolero or Equivalent 1

    18 M&M Bolero camper Gold 1

    19 M&M Thar Jeep (Soft Top) or Equivalent 1

    20 Toyota Innova or Equivalent 1

    21 G M Tavera or Equivalent 1

    22 Ford Fiesta Car or Equivalent 1

    23 GM Optra Magnum Car or Equivalent 1

    24 Toyota Etios Car or Equivalent 1

    25 Fire Tender 1

    26 Ashok leyland Prime mover/Tractor 1

    27 Flat bed Trailer 1

    28 Explosive Trailer 1

    29 Semi Low Bed Trailer 1

    30 Well Bed Trailer 1

    31 Motor Cycles 1

    Complete Scrapping & Two coats of Brush Painting of Complete Body Outside, Inside, Under chassis

    including writing Name boards & Number boards and Polishing for following Vehicles

    ANNEXURE - A

  • SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB

    1 Bus 1

    2 Heavy Open Truck 1

    3 Heavy Closed Truck 1

    4 Heavy Open Truck National Permit 1

    5 Heavy Closed Truck National Permit 1

    6 Tempo Traveller (26 seater) 1

    7 Tempo Traveller (17/20 Seater) 1

    8 Tempo Traveller (13/14 Seater) 1

    9 Tata Ace 1

    10 Tata 207 Open Body 1

    11 Tata 207 Closed Load Body 1

    12 Tata 207 Explosive Van 1

    13 Tata 407 Closed Load Body 1

    14 Tata 709 Open Load Body 1

    15 Tata 709 Closed Load Body 1

    16 Tata 709 Explosive Van 1

    17 M&M Bolero or Equivalent 1

    18 M&M Bolero camper Gold 1

    19 M&M Thar Jeep (Soft Top) or Equivalent 1

    20 Toyota Innova or Equivalent 1

    21 G M Tavera or Equivalent 1

    22 Ford Fiesta Car or Equivalent 1

    23 GM Optra Magnum Car or Equivalent 1

    24 Toyota Etios Car or Equivalent 1

    25 Fire Tender 1

    26 Ashok leyland Prime mover/Tractor 1

    27 Flat bed Trailer 1

    28 Explosive Trailer 1

    29 Semi Low Bed Trailer 1

    30 Well Bed Trailer 1

    31 Motor Cycles 1

    ANNEXURE - B

    Complete Scrapping & Two coats of Spray painting of Complete Body Outside, Inside, Under chassis

    including writing Name boards & Number boards and Polishing for following Vehicles

  • SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB

    1 Bus 1

    2 Heavy Open Truck 1

    3 Heavy Closed Truck 1

    4 Heavy Open Truck National Permit 1

    5 Heavy Closed Truck National Permit 1

    6 Tempo Traveller (26 seater) 1

    7 Tempo Traveller (17/20 Seater) 1

    8 Tempo Traveller (13/14 Seater) 1

    9 Tata Ace 1

    10 Tata 207 Open Body 1

    11 Tata 207 Closed Load Body 1

    12 Tata 207 Explosive Van 1

    13 Tata 407 Closed Load Body 1

    14 Tata 709 Open Load Body 1

    15 Tata 709 Closed Load Body 1

    16 Tata 709 Explosive Van 1

    17 M&M Bolero or Equivalent 1

    18 M&M Bolero camper Gold 1

    19 M&M Thar Jeep (Soft Top) or Equivalent 1

    20 Toyota Innova or Equivalent 1

    21 G M Tavera or Equivalent 1

    22 Ford Fiesta Car or Equivalent 1

    23 GM Optra Magnum Car or Equivalent 1

    24 Toyota Etios Car or Equivalent 1

    25 Fire Tender 1

    26 Ashok leyland Prime mover/Tractor 1

    27 Flat bed Trailer 1

    28 Explosive Trailer 1

    29 Semi Low Bed Trailer 1

    30 Well Bed Trailer 1

    31 Motor Cycles 1

    Necessary Scrapping & Two Overcoats of Brush Painting of Complete Body Outside, Inside, Under chassis

    including Writing Name Boards & Number Boards and Polishing for the following Vehicles

    ANNEXURE - C

  • SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB

    1 Bus 110

    2 Heavy Open Truck 5

    3 Heavy Closed Truck 5

    4 Heavy Open Truck National Permit 15

    5 Heavy Closed Truck National Permit 10

    6 Tempo Traveller (26 seater) 2

    7 Tempo Traveller (17/20 Seater) 6

    8 Tempo Traveller (13/14 Seater) 26

    9 Tata Ace 2

    10 Tata 207 Open Body 12

    11 Tata 207 Closed Load Body 6

    12 Tata 207 Explosive Van 2

    13 Tata 407 Closed Load Body 10

    14 Tata 709 Open Load Body 10

    15 Tata 709 Closed Load Body 10

    16 Tata 709 Explosive Van 8

    17 M&M Bolero or Equivalent 8

    18 M&M Bolero camper Gold 8

    19 M&M Thar Jeep (Soft Top) or Equivalent 5

    20 Toyota Innova or Equivalent 15

    21 G M Tavera or Equivalent 10

    22 Ford Fiesta Car or Equivalent 1

    23 GM Optra Magnum Car or Equivalent 1

    24 Toyota Etios Car or Equivalent 2

    25 Fire Tender 6

    26 Ashok leyland Prime mover/Tractor 26

    27 Flat bed Trailer 1

    28 Explosive Trailer 8

    29 Semi Low Bed Trailer 6

    30 Well Bed Trailer 10

    31 Motor Cycles 15

    Necessary Scrapping & Two Overcoats of Spray Painting of Complete Body Outside, Inside, Under Chassis

    including Writing Name Boards & Number Boards and Polishing for the following Vehicles

    ANNEXURE - D

  • SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB

    1 Tempo Traveller (13-26 Seater) 5

    2 Toyota Innova/Crysta or Equivalent 15

    3 G M Tavera or Equivalent 2

    4 Ford Fiesta Car or Equivalent 3

    5 GM Optra Magnum Car or Equivalent 1

    6 Toyota Etios Car or Equivalent 12

    7 M&M Bolero Jeep (Soft Top) or Equivalent 1

    8 M&M Bolero camper Gold or Equivalent 1

    9 M&M Bolero or equivalent 2

    10 M&M Thar Jeep or Equivalent 1

    11 Tata Ace 1

    12 Motor Cycles 5

    SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB

    1 Tempo Traveller (13-26 Seater) 1

    2 Toyota Innova/Crysta or Equivalent 1

    3 G M Tavera or Equivalent 1

    4 M&M Bolero or equivalent 1

    5 Ford Fiesta Car or Equivalent 1

    6 GM Optra Magnum Car or Equivalent 2

    7 Toyota Etios Car or Equivalent 2

    8 Motor Cycles 1

    ANNEXURE - F

    Rubbing & Wax Polishing for the following Vehicles

    Touching & Polishing including Writing Name Boards & Number Boards of following Vehicles

    ANNEXURE - E

  • SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB

    1 Toyota Innova/Crysta or Equivalent 5

    2 G M Tavera or Equivalent 1

    3 M&M Bolero Jeep Closed or equivalent 1

    4 Ford Fiesta Car or Equivalent 1

    5 GM Optra Magnum Car or Equivalent 1

    6 Toyota Etios Car or Equivalent 5

    SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB

    1 Bus 1

    2 Heavy Truck 1

    3 Tempo Traveller (26 seater) 1

    4 Tempo Traveller (17/20 Seater) 1

    5 Tempo Traveller (13/14 Seater) 4

    6 Tata Ace 1

    7 Tata 207 1

    8 Tata 407 1

    9 Tata 709 1

    10 M&M Bolero or Equivalent 1

    11 M&M Bolero camper Gold or Equivalent 1

    12 M&M Thar Jeep (Soft Top) or Equivalent 1

    13 Toyota Innova or Equivalent 5

    14 G M Tavera or Equivalent 3

    15 Ford Fiesta Car or Equivalent 1

    16 GM Optra Magnum Car or Equivalent 1

    17 Toyota Etios Car or Equivalent 1

    18 Fire Tender 1

    19 Ashok leyland Prime mover/Tractor 1

    20 Flat bed Trailer/Explosive Trailer 1

    21 Semi Low Bed Trailer 1

    22 Well Bed Trailer 1

    Two coats of Under Chassis Painting for the following vehicles

    Wax Polishing for the following Vehicles

    ANNEXURE - H

    ANNEXURE - G

  • SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB

    1 Bus/Truck/Mini Bus/Mini Truck or Equivalent 200

    2 Car/Jeep/Toyota Innova/Tavera or Equivalent 50

    SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB

    1 Writing of Name Boards & Number Boards 20

    2 Writing of Explosive Information Labels 10

    SL. NO. DESCRIPTION QUANTUM OF WORKRATES IN RS PER

    Sq. Feet

    1 Bus/Truck/Mini Bus/Mini Truck or Equivalent 10

    2 Car/Jeep/Toyota Innova/Tavera or Equivalent 4

    SL. NO. DESCRIPTION QUANTUM OF WORKRATES IN RS PER

    Sq. Feet

    1 Bus/Truck/Mini Bus/Mini Truck or Equivalent 500

    2 Car/Jeep/Toyota / Innova/Tavera or Equivalent 500

    Rubbing, Two Coats of Spray Painting & Polishing per Sq. Feet for the following Vehicles

    Rubbing, Two Coats of Brush Painting & Polishing per Sq. Feet for the following Vehicles

    Writing of Boards as follows

    Painting of Wheel disc (For One No.) for the following vehicles

    ANNEXURE - J

    ANNEXURE - K

    ANNEXURE - L

    ANNEXURE - I

  • E-Procurement No. VSSC/ADMNAUX/2018E1220201 and Print Media Advertisement ref. No.

    VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of A4 Copier Paper

    through our E-procurement site https://eprocure.isro.gov.in. Tender documents can be

    downloaded upto 09.09.2018[14:00 Hrs.], Tender Opening date : 11.09.2018 [10:05Hrs.].

    Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be

    entertained. No manual tender document will be issued. Parties interested to participate in

    this e-Tender are required to register themselves as vendors, if not already registered, in our

    e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos

    listed on the home page of the e-procurement link mentioned above to complete the vendor

    registration process. They can seek help from help desk 080 6780 7786 also as provided in the

    home page of e-procurement portal in case of any problem for registration and subsequent

    process. Vendors may please note that without registering in our e-procurement portal, they

    will not be able to quote for this e-tender.

    Important Notice : Tender shall be opened on the first day of the schedule [ie. 11.09.2018

    10:05Hrs. ]. If the tender could not be opened on the first day due to any technical snag, it

    will be opened on the subsequent day as per the schedule. Bidders who are desirous of

    attending the tender opening may make arrangements for attending the tender opening at

    their cost.

  • E-Procurement No. VSSC/AVN-PUR/2018E1228601and Print Media Advertisement ref. No.

    VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of Exhaust System

    through our E-procurement site https://eprocure.isro.gov.in. Tender documents can be

    downloaded upto10.09.2018 [11:00 Hrs.], Tender Opening date: 14.09.2018 [11:00Hrs.].

    Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be

    entertained. No manual tender document will be issued. Parties interested to participate in

    this e-Tender are required to register themselves as vendors, if not already registered, in our

    e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos

    listed on the home page of the e-procurement link mentioned above to complete the vendor

    registration process. They can seek help from help desk 080 6780 7786 also as provided in the

    home page of e-procurement portal in case of any problem for registration and subsequent

    process. Vendors may please note that without registering in our e-procurement portal, they

    will not be able to quote for this e-tender.

    Important Notice : Tender shall be opened on the first day of the schedule [ie14.09.2018

    [11:00Hrs.]. If the tender could not be opened on the first day due to any technical snag, it

    will be opened on the subsequent day as per the schedule. Bidders who are desirous of

    attending the tender opening may make arrangements for attending the tender opening at

    their cost.

  • E-Procurement No. VSSC/ AVN-PUR//2018E1191501and Print Media Advertisement ref. No.

    VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of Copper laminate

    &Prepregs through our E-procurement site https://eprocure.isro.gov.in. Tender documents

    can be downloaded upto12.09.2018[11:00 Hrs.], Tender Opening date : 17.09.2018

    [11:00Hrs.].

    Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be

    entertained. No manual tender document will be issued. Parties interested to participate in

    this e-Tender are required to register themselves as vendors, if not already registered, in our

    e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos

    listed on the home page of the e-procurement link mentioned above to complete the vendor

    registration process. They can seek help from help desk 080 6780 7786 also as provided in the

    home page of e-procurement portal in case of any problem for registration and subsequent

    process. Vendors may please note that without registering in our e-procurement portal, they

    will not be able to quote for this e-tender.

    Important Notice : Tender shall be opened on the first day of the schedule [17.09.2018

    [11:00Hrs.]. If the tender could not be opened on the first day due to any technical snag, it

    will be opened on the subsequent day as per the schedule. Bidders who are desirous of

    attending the tender opening may make arrangements for attending the tender opening at

    their cost.

  • E-Procurement No. VSSC/ PRSOPURCH /2018E1257701and Print Media Advertisement ref. No.

    VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of Rectifier

    Transformer through our E-procurement site https://eprocure.isro.gov.in. Tender documents

    can be downloaded upto 18.09.2018[14:00 Hrs.], Tender Opening date : 21.09.2018

    [10:01Hrs.].

    Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be

    entertained. No manual tender document will be issued. Parties interested to participate in

    this e-Tender are required to register themselves as vendors, if not already registered, in our

    e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos

    listed on the home page of the e-procurement link mentioned above to complete the vendor

    registration process. They can seek help from help desk 080 6780 7786 also as provided in the

    home page of e-procurement portal in case of any problem for registration and subsequent

    process. Vendors may please note that without registering in our e-procurement portal, they

    will not be able to quote for this e-tender.

    Important Notice : Tender shall be opened on the first day of the schedule 21.09.2018

    [10:01Hrs.]. If the tender could not be opened on the first day due to any technical snag, it

    will be opened on the subsequent day as per the schedule. Bidders who are desirous of

    attending the tender opening may make arrangements for attending the tender opening at

    their cost.

  • E-Procurement No. VSSC/CMSEPUR/2018E1214901and Print Media Advertisement ref. No.

    VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of CFRP Dual Launch

    adaptor through our E-procurement site https://eprocure.isro.gov.in. Tender documents can be

    downloaded upto 23.10.2018[17:00 Hrs.], Tender Opening date : 07.11.2018 [10:00Hrs.].

    Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be

    entertained. No manual tender document will be issued. Parties interested to participate in

    this e-Tender are required to register themselves as vendors, if not already registered, in our

    e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos

    listed on the home page of the e-procurement link mentioned above to complete the vendor

    registration process. They can seek help from help desk 080 6780 7786 also as provided in the

    home page of e-procurement portal in case of any problem for registration and subsequent

    process. Vendors may please note that without registering in our e-procurement portal, they

    will not be able to quote for this e-tender.

    Important Notice : Tender shall be opened on the first day of the schedule 07.11.2018

    [10:00Hrs.].If the tender could not be opened on the first day due to any technical snag, it

    will be opened on the subsequent day as per the schedule. Bidders who are desirous of

    attending the tender opening may make arrangements for attending the tender opening at

    their cost.

  • E-Procurement No. VSSC/PRSOPURCH/2018E1260501 and Print Media Advertisement ref. No.

    VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of High End

    workstation with GPU through our E-procurement site https://eprocure.isro.gov.in. Tender

    documents can be downloaded upto 12.09.2018[12:00 Hrs.], Tender Opening date: 17.09.2018

    [10:01Hrs.].

    Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be

    entertained. No manual tender document will be issued. Parties interested to participate in

    this e-Tender are required to register themselves as vendors, if not already registered, in our

    e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos

    listed on the home page of the e-procurement link mentioned above to complete the vendor

    registration process. They can seek help from help desk 080 6780 7786 also as provided in the

    home page of e-procurement portal in case of any problem for registration and subsequent

    process. Vendors may please note that without registering in our e-procurement portal, they

    will not be able to quote for this e-tender.

    Important Notice : Tender shall be opened on the first day of the schedule 17.09.2018

    [10:01Hrs.].If the tender could not be opened on the first day due to any technical snag, it

    will be opened on the subsequent day as per the schedule. Bidders who are desirous of

    attending the tender opening may make arrangements for attending the tender opening at

    their cost.

  • E-Procurement No. VSSC/ADMNAUX/2018E1270101 and Print Media Advertisement ref. No.

    VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of High Speed Precision

    Lathe & accessories through our E-procurement site https://eprocure.isro.gov.in. Tender

    documents can be downloaded upto 07.09.2018[10:00 Hrs.], Tender Opening date :

    10.09.2018 [12:05Hrs.].

    Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be

    entertained. No manual tender document will be issued. Parties interested to participate in

    this e-Tender are required to register themselves as vendors, if not already registered, in our

    e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos

    listed on the home page of the e-procurement link mentioned above to complete the vendor

    registration process. They can seek help from help desk 080 6780 7786 also as provided in the

    home page of e-procurement portal in case of any problem for registration and subsequent

    process. Vendors may please note that without registering in our e-procurement portal, they

    will not be able to quote for this e-tender.

    Important Notice : Tender shall be opened on the first day of the schedule 10.09.2018

    [12:05Hrs.].If the tender could not be opened on the first day due to any technical snag, it

    will be opened on the subsequent day as per the schedule. Bidders who are desirous of

    attending the tender opening may make arrangements for attending the tender opening at

    their cost.

  • E-Procurement No. VSSC/CMSEPUR/2018E1228401and Print Media Advertisement ref. No.

    VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of CFRP Mould with built

    in Heater & PLC for Ogive Panel through our E-procurement site https://eprocure.isro.gov.in. Tender

    documents can be downloaded upto 23.10.2018[17:00 Hrs.], Tender Opening date: 07.11.2018

    [10:00Hrs.].

    Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be

    entertained. No manual tender document will be issued. Parties interested to participate in

    this e-Tender are required to register themselves as vendors, if not already registered, in our

    e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos

    listed on the home page of the e-procurement link mentioned above to complete the vendor

    registration process. They can seek help from help desk 080 6780 7786 also as provided in the

    home page of e-procurement portal in case of any problem for registration and subsequent

    process. Vendors may please note that without registering in our e-procurement portal, they

    will not be able to quote for this e-tender.

    Important Notice: Tender shall be opened on the first day of the schedule 07.11.2018

    [10:00Hrs.].If the tender could not be opened on the first day due to any technical snag, it

    will be opened on the subsequent day as per the schedule. Bidders who are desirous of

    attending the tender opening may make arrangements for attending the tender opening at

    their cost.

  • E-Procurement No. VSSC/AVN-PUR/2018E1236001and Print Media Advertisement ref. No.

    VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of PCI Express compliant

    ADC Card for SSLVthrough our E-procurement site https://eprocure.isro.gov.in. Tender documents

    can be downloaded upto 01.10.2018[11:00 Hrs.], Tender Opening date : 09.10.2018

    [14:00Hrs.].

    Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be

    entertained. No manual tender document will be issued. Parties interested to participate in

    this e-Tender are required to register themselves as vendors, if not already registered, in our

    e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos

    listed on the home page of the e-procurement link mentioned above to complete the vendor

    registration process. They can seek help from help desk 080 6780 7786 also as provided in the

    home page of e-procurement portal in case of any problem for registration and subsequent

    process. Vendors may please note that without registering in our e-procurement portal, they

    will not be able to quote for this e-tender.

    Important Notice : Tender shall be opened on the first day of the schedule 09.10.2018

    [14:00Hrs.]..If the tender could not be opened on the first day due to any technical snag, it

    will be opened on the subsequent day as per the schedule. Bidders who are desirous of

    attending the tender opening may make arrangements for attending the tender opening at

    their cost.

  • E-Procurement No. VSSC/CMSE-PUR/201801216401 and Print Media Advertisement ref. No.

    VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of Uni-directional

    Carbon Fabric through our E-procurement site https://eprocure.isro.gov.in. Tender documents

    can be downloaded upto 23.10.2018[17:00 Hrs.], Tender Opening date: 07.11.2018

    [10:00Hrs.].

    Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be

    entertained. No manual tender document will be issued. Parties interested to participate in

    this e-Tender are required to register themselves as vendors, if not already registered, in our

    e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos

    listed on the home page of the e-procurement link mentioned above to complete the vendor

    registration process. They can seek help from help desk 080 6780 7786 also as provided in the

    home page of e-procurement portal in case of any problem for registration and subsequent

    process. Vendors may please note that without registering in our e-procurement portal, they

    will not be able to quote for this e-tender.

    Important Notice: Tender shall be opened on the first day of the schedule 07.11.2018

    [10:00Hrs.].If the tender could not be opened on the first day due to any technical snag, it

    will be opened on the subsequent day as per the schedule. Bidders who are desirous of

    attending the tender opening may make arrangements for attending the tender opening at

    their cost.

  • E-Procurement No. VSSC/MVITPUR/2018E1268101 and Print Media Advertisement ref. No.

    VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of Storage Bin

    Shelving System through our E-procurement site https://eprocure.isro.gov.in. Tender documents

    can be downloaded upto 24.09.2018[17:00 Hrs.], Tender Opening date: 28.09.2018

    [10:00Hrs.].

    Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be

    entertained. No manual tender document will be issued. Parties interested to participate in

    this e-Tender are required to register themselves as vendors, if not already registered, in our

    e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos

    listed on the home page of the e-procurement link mentioned above to complete the vendor

    registration process. They can seek help from help desk 080 6780 7786 also as provided in the

    home page of e-procurement portal in case of any problem for registration and subsequent

    process. Vendors may please note that without registering in our e-procurement portal, they

    will not be able to quote for this e-tender.

    Important Notice: Tender shall be opened on the first day of the schedule 28.09.2018

    [10:00Hrs.].If the tender could not be opened on the first day due to any technical snag, it

    will be opened on the subsequent day as per the schedule. Bidders who are desirous of

    attending the tender opening may make arrangements for attending the tender opening at

    their cost.

  • GOVERNMENT OF INDIA

    DEPARTMENT OF SPACE, ISRO

    VIKRAM SARABHAI SPACE CENTRE

    PURCHASE & STORES DIVISION

    Tel: (0471) 2563676; Fax: (0471) 2562105

    EXPRESSION OF INTEREST

    Ref.No. VSSC/SPRE/APEP/EOI/MLTP Date: 14/08/2018

    REALISATION OF A SEMI-AUTOMATIC BOWL CLEANING SYSTEM

    . VSSC/SPRE/APEP/EOI/MLTP 17/09/2018

    [16:00 Hrs.] $ & '() *

    VSSC invites, EOI from prospective bidders for ESTABLISHING MOTHER LIQUOR TRETMENT

    PLANT AT APEP/VSSC, ALUVA, KOCHI -683112. Interested parties can furnish their

    Expression of Interest in Sealed Envelope quoting our Reference No. VSSC/SPRE/APEP/EOI/MLTP

    on or before 17/98/2018 [16:00 Hrs.] to the following address:

    -. 1 / Sr. Purchase & Stores Officer,

    III /Purchase Unit- III, PRSO

    8, / RFF Area, ISRO. PO,

    $/Thiruvananthapuram- 695022.

    /Ph: 0471-256 3775 /

  • GOVERNMENT OF INDIA

    DEPARTMENT OF SPACE, ISRO

    VIKRAM SARABHAI SPACE CENTRE

    PURCHASE & STORES DIVISION

    Tel: (0471) 2563775; Fax: (0471) 2562105

    INVITATION FOR EXPRESSSION OF INTEREST

    Ref.No. VSSC/SPRE/APEP/EOI/MLTP Date: 14.08.2018

    ESTABLISHING MOTHER LIQUOR TRETMENT PLANT AT APEP/VSSC, ALUVA, KOCHI -

    683112

    Ammonium Perchlorate Experimental Plant (APEP) of VSSC, ISRO located at Aluva, Kerala, is

    entrusted with manufacture and supply of Ammonium Perchlorate (AP) for various ISRO programmes.

    Patented technology has been developed by VSSC in 0.3 m3 pilot scale batch process for converting

    mother liquor into raw materials in the manufacturing of AP. This technology involves various process

    operations like reactive precipitation, liquid-solid separation, filtrate acidification, residue purification,

    acidification etc. All these operations have been developed in 0.3 m3 batch scale and process is

    optimized. This EOI is aimed at short listing suitable vendors from competent Engineering firms for

    executing a full scale Mother Liquor Treatment Plant on a turnkey basis. The scope of work involves

    process scale up from 0.3 m3/batch to 20 m

    3/day in semi-batch or continuous process, plant design,

    manufacture, installation, platforms & structures, construction of building, commissioning and

    performance demonstration.

    Interested parties may submit their Expression of Interest to Senior Purchase & Store Officer,

    Unit III, PCM/PRSO Purchase, VSSC, Thiruvananthapuram -695022 quoting reference number. The EOI

    should contain the details about the supplier as mentioned in the document Ref No.

    VSSC/SPRE/APEP/EOI/MLTP, which is available in our website www.isro.gov.in and www.vssc.gov.in.

    For further details, terms & conditions, Senior Purchase & Store Officer, Unit III, PCM/PRSO

    Purchase, VSSC, Thiruvananthapuram -695022 may be contacted (preferably through e-mail:

    [email protected]) quoting the Ref No. VSSC/SPRE/APEP/EOI/MLTP.

  • P a g e | 1

    Ref.No. VSSC/SPRE/APEP/MLTP Dt: 13/07/2018

    1.0 INTRODUCTION

    Ammonium Perchlorate Experimental Plant (APEP) of VSSC, ISRO located at

    Aluva, Kerala, is engaged in the manufacture of Ammonium Perchlorate (AP) for various

    ISRO programmes. During the manufacturing of AP, crude mother liquor is generated,

    which contains saturated Sodium Chloride, minor quantity of Ammonium Perchlorate and

    traces of Sodium Chlorate. A new patented technology has been developed by VSSC in

    0.30 m3 pilot scale batch process for converting this mother liquor into materials, which can

    be used as raw materials in the manufacturing of AP. This technology involves various unit

    operations/processes like double decomposition reactions, precipitation, filtration,

    acidification, decomposition, purification, scrubbing, etc.

    In order to establish a full scale plant for converting mother liquor into raw materials,

    process scale up & design and establishment of Mother Liquor Treatment Plant (MLTP) is

    planned at APEP on a turnkey basis from competent engineering firms. The scope of work

    involves process & design scale up of the technology using semi-batch or continuous process

    and the plant shall have mother liquor treatment capacity of 20 m3/day. This document

    describes the functional requirements, simplified process description, materials and other

    terms and conditions.

    2.0 OBJECTIVE

    The main objective of the EOI is to identify suitable vendors for carrying out the process

    scale up from 0.3 m3/batch to 20 m3/day in semi-batch or continuous process, plant design,

    required structural building & other civil works, procurement of equipments, installation,

    integration, commissioning and establishing 20 m3/day capacity Mother Liquor Treatment

    Plant at APEP-Aluva, Kochi, Kerala 683112.

    3.0 SCOPE OF WORK

    The scope of work includes design, realization of subsystems, installation,

    commissioning and demonstration trials of 20 m3/day Mother Liquor Treatment Plant at APEP,

    Aluva. This includes process scale up from 0.3 m3/batch to 20 m3/day in semi-batch or

    continuous process, plant design, manufacturing, testing, supply, erection, test run and

    commissioning of all equipments including structural building & other civil works as per the

    details given in this document and all associated safety machineries to operate the plant safely

    and smoothly. Patented technology (Batch type) shall be provided by VSSC to the successful

  • P a g e | 2

    bidder upon the awarding of Purchase Order/ Contract and signing of Non-Disclosure

    Agreement (NDA).

    Location of site

    Ammonium Perchlorate Experimental Plant (APEP)

    VSSC/ISRO, Erumathala (P.O), Aluva - 683112

    Ernakulam, Kerala, India

    The plant is located at Aluva in the Aluva - Munnar Road, about 15 km away from

    Cochin Airport and 6 Km away from Aluva town.

    4.0 ELIGIBILITY CRITERIA

    The vendor shall furnish the following details to qualify for the bidding:

    a) The vendor shall be a reputed engineering firm with minimum 7 years of experience in

    process scale up, plant design and establishment of similar chemical plants on turnkey

    basis. Parties shall be supported with documentary evidence for three similar completed

    works costing not less than Rs 4 Crores OR two similar completed works costing not

    less than Rs 5 Crores OR one similar completed work costing not less than Rs 8

    Crores. Please provide successfully executed purchase order details with addresses for

    a probable visit by VSSC team. Also provide contact details of the respective customers

    at such installations.

    b) Audited/certified copies of annual turnover and balance sheet for the last three years.

    c) Company profile detailing technical manpower. Vendor shall furnish the quality

    implementation certification (like ISO) awarded to them. Also a brief write up on the

    quality department existing with them, total number of staff, in-house capabilities in

    process scale up, plant design and realization, details of items/works which will be out

    sourced in this contract, etc.

    d) The vendor must ensure themselves that they fulfill the eligibility criteria mentioned

    above before submitting the offer.

    5.0 MODE OF SUBMISSION OF EOI

    Vendor shall furnish their interest in participating in this EOI in their own letterhead with

    details of contact person. No mention of price shall be given in the EOI.

    Party shall furnish the EOI in the following format.

    Part A

    Covering note expressing the interest to participate in the bid. This is to be typed on

    companys letter head and signed by the authorized signatory.

    Part B

    Declaration of understanding on process description and list of equipments as per section 6, 7

    and 8.

  • P a g e | 3

    Part C

    Documentary evidences towards fulfilling the eligibility criteria as given in section 4.

    Based on the EOIs received, vendors shall be shortlisted on technical competence,

    conformance to the general specifications, experience in handling similar projects etc. VSSC

    may also choose to visit the vendors office/projects, as and when required. Short listed

    vendors shall be invited to VSSC for giving detailed presentation and relevant technical inputs.

    RFP (Request For Proposal) shall be issued to the short listed parties for submitting detailed

    offer in two part bid mode. After further technical scrutiny and price bid opening, final vendor

    shall be selected for carrying out the total work on a turnkey project basis.

    6.0 SIMPLIFIED PROCESS DESCRIPTION

    The basic process description given below show different unit operations/processes in

    MLTP. The plant shall convert mother liquor @ 20 m3/day into raw material for manufacturing

    of AP. Interested parties can get the specifications of Chemicals-A, B, C, D & E mentioned in

    the process chart shown below

    Basic Process Flow Diagram

  • P a g e | 4

    7.0 SELECTION OF MATERIALS FOR EQUIPMENTS

    Sl. No Process Step Material Of Construction & Suggested Equipments

    1 Reactive Precipitation Suggested MOC: SS 316 L/Suitable materials (Material

    shall have good resistance to corrosion). The solution will

    have pH in the range of 5 to 8, temperatures variations from

    25 to 50 deg.C

    Suggested Equipments: Jacketed Continuous Stirred Tank

    Reactor/Plug Flow Reactor/Suitable equipment

    2 Filtration Suggested MOC: SS316 L (Material shall have good

    resistance to corrosion)

    Suggested Equipments: Continuous pusher type

    centrifuge/Suitable Equipments. Equipment shall have

    maximum filtration efficiency

    3 Acidification &

    decomposition

    Suggested MOC: MS Glass lined/Suitable material

    (Material shall have good resistance to corrosion). The

    solution will have pH in the range of 1 to 8 and temperature

    variations from 20 to 100 deg.C

    Suggested Equipments: MS Glass lined Reactor/Suitable

    non-metallic equipments.

    4 Residue purification Suggested MOC: MS Glass Lined Reactor (Material shall

    have good resistance to corrosion. The solutions will have

    pH in the range of 4 to 11 and temperature variations from

    25 to 100 deg.C

    Suggested Equipments: MS Glass lined Reactor/Jacketed

    SS316 L reactor/ Suitable equipment

    5 Acidification Suggested MOC: MS Glass lined (Material shall have good

    resistance to corrosion. The solutions will have pH in the

    range of 2 to 11 and temperature variations from 20 to 100

    deg.C

    Suggested Equipments: MS Glass lined Reactor/Suitable

    equipment

    6 Evaporation Suggested MOC: Titanium/ SS316 L (Material shall have

    good resistance to corrosion). The solutions will have pH in

    the range of 4 to 7 and temperature variations from 20 to

    110 deg.C

    Suggested Equipments: Titanium/SS316 L Evaporator

    /Suitable equipment

  • P a g e | 5

    8.0 INSTRUMENTATION AND CONTROL

    Plant shall be equipped with fully automated PLC based control system with monitoring

    and controlling features of essential parameters. Corrosive nature of the plant environment

    shall be taken care while designing the control system, sensors etc. Provision for manual

    operation and suitable safety interlocks shall also be provided.

    9.0 General Terms and Conditions

    a) The entire work shall be executed on a TURNKEY basis by the vendor and handed

    over to VSSC in fully operational condition.

    b) The vendor shall be responsible for process scale up, plant design, plant layout,

    procurement, erection, testing and commissioning of all the equipments, pipelines,

    fittings, structures, platforms etc and as a whole plant.

    c) Civil works related to erection of all equipments, piping system, etc. including building

    structures shall be carried out by the Vendor.

    d) Electrical works of the entire facility complete in all respect shall be the responsibility

    of the vendor.

    e) The vendor shall indicate if it intends to sub contract to a third party any part of the

    work.

    f) The responsibility of hiring necessary manpower, tools, transport, loading and

    unloading of equipments for the total work lies with the vendor.

    g) Demonstration/performance of the plant has to be carried out for 3 months by the

    party to confirm satisfactory performance of the plant in all the respects.

    h) VSSC also reserves the right to cancel the whole process without assigning any

    reasons thereof.

    i) Interested parties can visit APEP/VSSC, Aluva on any working days (10:00 hrs to

    16: 00 hrs) with prior intimation within three weeks from the date of advertisement for

    getting firsthand knowledge regarding the plant location before submission of EOI.

    [Contact Person:: Shri. Rama Chandra Rao Adduru, Scientist/ Engineer, APEP,

    VSSC(Ph. #0484- 258 3578, E-mail: [email protected])]

    j) Party shall ensure the emission/discharge levels within the permissible limits of

    KSPCB/CPCB.

    k) Intellectual Property Rights (IPR)

    a. To the best of their knowledge, both parties do not infringe on any intellectual

    property rights of any third party on any matter as stipulated in the scope of the EOI.

    In the event of any future litigation, the obligation of the parties will be restricted to

    defending themselves.

  • P a g e | 6

    b. Any Intellectual Property Right related to the Project generated out of the project

    will be the joint property of the party and ISRO and the benefit out of the same will be

    mutually decided by the party and VSSC.

    l) Vendor should have valid registrations for GST. Vendor should submit GST

    Registration details.

    m) Vendor should submit PAN card details.

    n) Vendor should submit bankers details.

    o) Vendor should submit letter that their firm is not blacklisted by any PSU/Govt

    body.

  • GOVERNMENT OF INDIA,

    DEPARTMENT OF SPACE,

    ISRO, PURCHASE UNIT IV,

    MVIT ENTITY, THIRUVANANTHAPURAM-695 547

    EXPRESSION OF INTEREST

    Ref : VSSC/MVIT PUR/2018012486 09/08/2018

    EXPRESSION OF INTEREST FOR DESIGN, REALIZATION, INSTALLATION AND

    COMMISSIONING OF REMOTE BAND PROOF LOADING SYSTEM.

    To meet ISRO requirements, it is proposed to develop / find sources for design,

    realization, installation and commissioning of remote band proof loading Test rig.

    The scope of work is :-

    Design and realization of loading mechanism and base fixture as per the requirements.

    Design and realization of hydraulic jack and hydraulic actuation system as per the specification requirements.

    Qualification and acceptance of components at system level. Assembly of all components in the test rig. Pressure testing and integrated functional testing at partys site. Installation and commissioning of the system at actual site.

    Interested industries may visit our website www.isro.gov.in & www.vssc.gov.in and

    download further details. Interested vendors can furnish their Expression of Interest

    quoting our reference VSSC/MVIT PUR/2018012486 on or before 15th September,

    2018 to the following address : The Sr. Purchase & Stores Officer, Purchase Unit IV,

    MVIT, VSSC, Valiamala, Thiruvananthapuram - 695 547, Ph:0471 256 7507,

    Fax:0471 256 7207,Email: [email protected]

  • DESIGN, REALIZATION, INSTALLATION AND

    COMMISSIONING OF REMOTE BAND PROOF

    LOADING TEST RIG1. Introduction

    A remote band proof loading test rig

    of maraging steel of different diameter

    hydraulic system.

    Major system elementsof

    A loading mechanism and fixture.

    Hydraulic jacks and a dedicated hydraulic

    Instrumentation system (under the scope of

    2. Brief description about the band system The band strips are used for separation of two different cylindrical structures (2) and it

    consists of two maraging steel band halves passing over wedge shaped blocks. The two halve

    segments are connected at diametrically opposite locations by bolts. Required tension in the band

    is applied through the bolt assemblies, which gives the necessary clamping force/load to the joint

    interface. Conceptual description of a band is shown in figure 1.

    Diameters of band used are 937mm, 1194mm and 2800mm and its width and thickness

    ranging from 30 to 55mm and 1.5 to 3 mm respectively, depending on the diameter of the band.

    3. System Requirements

    3.1 Objectives and Scope of work

    i. Objectives

    Maraging steel bands have to be structurally proof loaded to ensure sufficient design

    margin.

    Three type of band strips

    single set up.

    Operational easiness has to be provided for loading unit as well as hydraul

    Remote operation during loading is the prime objective of this requirement.

    System should be as safe as possible in case of Band failure/damage.

    ii. Scope of work

    Design and realization of loading mechanism and base fixture as per the requirements

    mentioned in the subsequent chapters

    from reputed make (Specifications/Make).

    Design and realization of hydraulic jack and hydraulic actuation system, as per the

    DESIGN, REALIZATION, INSTALLATION AND

    COMMISSIONING OF REMOTE BAND PROOF

    LOADING TEST RIG

    remote band proof loading test rig is required to enable ground testing of

    of different diameters in a single set upwith the help of a remotely operated

    the test rig include:

    A loading mechanism and fixture.

    a dedicated hydraulic actuation system.

    Instrumentation system (under the scope of the department).

    Brief description about the band system

    The band strips are used for separation of two different cylindrical structures (2) and it

    consists of two maraging steel band halves passing over wedge shaped blocks. The two halve

    nected at diametrically opposite locations by bolts. Required tension in the band

    is applied through the bolt assemblies, which gives the necessary clamping force/load to the joint

    interface. Conceptual description of a band is shown in figure 1.

    Diameters of band used are 937mm, 1194mm and 2800mm and its width and thickness

    ranging from 30 to 55mm and 1.5 to 3 mm respectively, depending on the diameter of the band.

    Scope of work

    steel bands have to be structurally proof loaded to ensure sufficient design

    Three type of band strips ( 937mm, 1194mm and 2800mm) have to be tested with a

    Operational easiness has to be provided for loading unit as well as hydraul

    Remote operation during loading is the prime objective of this requirement.

    System should be as safe as possible in case of Band failure/damage.

    Design and realization of loading mechanism and base fixture as per the requirements

    entioned in the subsequent chapters (3.2.1), selection and procurement of components

    from reputed make (Specifications/Make).

    Design and realization of hydraulic jack and hydraulic actuation system, as per the

    DESIGN, REALIZATION, INSTALLATION AND

    COMMISSIONING OF REMOTE BAND PROOF

    testing of band strips made

    remotely operated

    The band strips are used for separation of two different cylindrical structures (2) and it

    consists of two maraging steel band halves passing over wedge shaped blocks. The two halve

    nected at diametrically opposite locations by bolts. Required tension in the band

    is applied through the bolt assemblies, which gives the necessary clamping force/load to the joint

    Diameters of band used are 937mm, 1194mm and 2800mm and its width and thickness

    ranging from 30 to 55mm and 1.5 to 3 mm respectively, depending on the diameter of the band.

    steel bands have to be structurally proof loaded to ensure sufficient design

    2800mm) have to be tested with a

    Operational easiness has to be provided for loading unit as well as hydraulic system.

    Remote operation during loading is the prime objective of this requirement.

    Design and realization of loading mechanism and base fixture as per the requirements

    , selection and procurement of components

    Design and realization of hydraulic jack and hydraulic actuation system, as per the

    2

    1

  • Qualification and acceptance of components at system level.

    Assembly of all components in the test rig.

    Pressure testing and integrated functional testing at partys site.

    Installation and commissioning of the system at actual site.

    3.2 Elements of the Test rig

    As briefed earlier, the test rig shall have the following elements:

    3.2.1 Loading mechanism and Fixture

    The mechanism and fixture should work on radially loading principle.The fixture shall

    consist of the following elements:

    i. Two rigid semi-discsof diameter 3m mounted on a base structure (1) as shown in the

    figure 1. The base structure made of mild steel has to be grounded.

    ii. The interface rings (4)for the band strips of different diameters has to be simulated on the

    discs. Test will be carried out for one band at a time.

    iii. Of the two discs, one semi-disc-1 (2) is hingedand other semi-disc 2 (3)can slide apart

    when actuated from the hinged semi-disc.

    iv. The sliding disc shall be guided and supported by linear bearings (5).

    v. Centrally mounted hydraulic jack (6), actuated through the remotely operated hydraulic

    system, has to provide linear motion to the semi disc (2), which in turn ensure radial

    loading on the band strips.

    3.2.2 Hydraulic actuation system

    As explained earlier, the hydraulic jack has to be operated by a remote hydraulic system

    (Schematic representation of the hydraulic circuit is shown in figure 3), which shall consist

    of the following elements:

    i. The system shall consist of power pack (2) having pump/motor unit, pressure line filter,

    oil tank (50 litre capacity), filler/breather unit, float switch, oil temperature sensor and

    manual safety relief valve.

    ii. A proportional relief valve (3) is provided in the system to set the pressure remotely

    according to the loading pattern.

    iii. 3/2 solenoid operated directional control valve (4) is provided in the pressure line.

    1 5

    4 2

    4

    6

    3

  • iv. The second chamber of the jack is connected to a line rupture safety valve (5) and a 3/2

    solenoid operated directional control valve (6).

    v. A gas-charged bladder type accumulator (5 litres capacity) (7) is also provided in the

    circuit, when the band system has to be loaded for a specified periodat a particular set

    pressure without the support of pump.

    3.2.3 Instrumentation system

    A dedicated instrumentation system for operating the hydraulic system as well as to

    monitor the performance parameters of the band is planned by the department and this

    does not come under the scope of work.

    4. Brief Specifications of the System

    Sl.No. Components/Parameters Specification

    1 Rated design load of Semi-discs and fixture 500 kN

    2 Rated load of linear bearing 200 kN

    3 Design load of hydraulic jacks 200 kN

    4 Rated pressure for jacks 25 MPa

    5 Pressure rating for valves, pumps-motor units

    and accumulators

    35 MPa

    6 Pressure rating for pipes/fittings/hoses 50 MPa

    7 Flow rating of Proportional relief control valve 0.1 to 1.0 lpm

    1

    2

    3

    7

    4 5

    6

  • Page | 4

    5. Pre-qualification Terms and Conditions

    It is mandatory for the Party to have prior experience of having successfully designed, fabricated,

    integrated and commissioned an analogous hydraulically operated systems with actuator/hydraulic jack. In

    the Expression of Interest (EOI),the Party need to submit documentation citing experiences of having

    executed the design of hydraulic circuits/mechanical elements, fabrication, integration and

    operationalisation of similar hydraulic test systems or larger. The documentation must contain

    location/institution/industry/country where installed, year of commissioning and brief specification of the

    installed facility including details of hydraulic jacks, loading systems/actuators, range of pressure and flow

    rate, type of testing, types of valves, pipes/fittings/hoses with standards followed and its performance

    parameters with respect to the intended functions and other salient features of the facility.

    For the cases cited above, the Party must be the main contractor (shall not be sub-contractor) on

    whom the order was placed for installing and commissioning of such a system. Failing the above, the party

    shall be discontinued from further scrutiny by department and the Party no longer competes in the further

    process.

    The primary criteria for adjudging disqualification by a given Party is the lack of previous experience,

    as a main contractor, of having designed, built and operationalized similar hydraulically operated systems.

    If the Party is qualified as per the above terms, department shall provide the detailed specificationsto

    participate in the tendering stage.