OWNER: INDIAN SPACE RESEARCH ORGANISATION PROJECT ... · SDSC SHAR 7 (a) SDSC SHAR may open part-1...
Transcript of OWNER: INDIAN SPACE RESEARCH ORGANISATION PROJECT ... · SDSC SHAR 7 (a) SDSC SHAR may open part-1...
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 1
Tender Specification
REALISATION OF NEW HYDRAULIC SYSTEMFOR CREW ACCESS ARM (CAA) & AUGMENTATION/MODIIFCATION OF EXISTING SCVRP-3 HYDRAULIC SYSTEM
FOR SERVICING GAGANYAAN MISSION AT UMBILICAL TOWER(UT) OF SECOND LAUNCH PAD (SLP)
Indent No. SHAR/VAST/2019012508
SPECIFICATIONS
OWNER: INDIAN SPACE RESEARCH ORGANISATION
PROJECT: GAGANYAAN PROJECT
LOCATION: SDSC SHAR, SRIHARIKOTA
GAGANYAAN LAUNCH PAD SYSTEMS SECOND LAUNCH PAD
SATISH DHAWAN SPACE CENTRE SHAR INDIAN SPACE RESEARCH ORGANIZATION
SRIHARIKOTA - 524 124, A.P.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 2
CONTENTS
SL. NO DESCRIPTION
1 GENERAL SPECIFICATIONS
2 VENDOR EVALUATION FORMAT
3 SECTION - A / GENERAL TERMS & CONDITIONS OF CONTRACT
4 SECTION - B / DESCRIPTION & SCOPE OF WORK
5 SECTION - C / TECHNICAL SPECIFICATIONS
6 SECTION - D / ANNEXURES
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 3
GENERAL SPECIFICATIONS
Proposals are invited from the interested bidders for the enclosed scope of work in two-
part bid. Part-1 technical and unpriced part of the work and Part-2 Priced commercial
part.
This tender specification document is organized in four sections as follows.
Section –A General Terms and Conditions of the Contract
Section –B Scope of Work
Section –C Technical Specifications
Section–D Annexures
Title of the proposal: “Realization of new hydraulic systemforcrew access arm (CAA) & augmentation/modification of existing SCVRP-3 hydraulic system for servicing GAGANYAANmissionat Umbilical Tower(UT) of Second Launch Pad (SLP)”.
1.0 General Instructions to Bidders:
1.1. Bidder shall sign and stamp each page of the tender document (proposal) as token
of his acceptance, scan & submit online along with his offer. in case, if the bidder
is unable to upload all the documents, they can submit the same through post in a
sealed cover by indicating tender no. with due date as per details given in clause
2.6.1(h)
1.2. Transfer of Proposal document issued to one Bidder to another is not permissible.
1.3. The online bid shall be submitted before the time limit specified in the letter inviting
the bid.
1.4. The online bids will be opened on the date and time specified in the letter inviting
bid or as soon as thereafter as convenient. Offers not received in time will not be
considered.
1.5. Proposal documents shall remain the property of SDSC SHAR and shall not be
used for any other purpose without the consent of the SDSC SHAR.
1.6. The proposal shall be completely filled in all respects and shall be tendered
together with requisite information and Annexure. Any offer incomplete in any
particulars is liable to be rejected.
1.7. Bidders shall set their quotations in firm figures and without variations/additions in
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 4
the terms given in technical tender specification.
1.8. Proposal containing qualifying expressions such as "subject to minimum
acceptance” or "subject to prior sale" or any other qualifying expressions or
incorporating terms and conditions at variance with the terms and conditions
incorporated in the Proposal documents are liable to be rejected.
1.9. ADDENDA /CORRIGENDA
Addenda/corrigenda to the tender document may be issued by SDSC SHAR prior
to the date of opening of the tenders, to clarify or reflect modifications in the
contract terms and conditions.Such addendum/corrigenda will be distributed to
each firm or person who had purchased the tender documents.
1.10. AMBIGUITY
Should there be any ambiguity or doubt as to the meaning of any of the tender
clause/condition or if any further information is required, the matter shall be
immediately brought to the notice of Head, Purchase & Stores, of the SDSC
SHAR in writing.
2.0 PREPARATION OF BIDS
2.1 Site Visit
2.1.1 Bidder is advised to visit and examine the site and its surrounding to familiarize
himself of the existing facilities and environment and shall collect all other
information which may require for preparing and submitting the bid and entering
into the contract. Claims and objections due to ignorance of existing conditions or
inadequacy of information will not be considered after submission of the bid and
during implementation.
2.2 Validity of Offer
Bid shall remain valid for acceptance for a period of 4 (four) months from the due
date of submission of the Bid. The Bidder shall not be entitled during the said period
to revoke or revise his Bid or to vary the Bid except and to the extent required by
SDSC SHAR in writing. Bid shall be revalidated for extended period as required by
SDSC SHAR in writing. In such cases, unless otherwise specified, it is understood
that validity is sought and provided without varying either the quoted price or any
other terms and conditions of Bid finalized till that time.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 5
2.3 Cost of Bidding
All direct and indirect costs associated with the preparation and submission of bid
shall be to Bidder's account and the SDSC SHAR will in no case be responsible or
liable for those costs, regardless of the conduct or outcome of the bid process.
2.4 Applicable Language
The bid and all correspondence incidentals to and concerning the bid shall be in the
English Language. For supporting document and printing literature submitted in any
other language, an accurate English Translation shall also be submitted.
Responsibility for correctness in translation shall lie with the Bidder.
2.5 Schedule of Prices
The schedule of prices in Annexure-1 shall be read in conjunction with all the
sections of proposal document. The price must be filled in the price bid format.
2.6 Documents Comprising the Bid
Bids shall be arranged in the following order.
2.6.1 Part – I Technical and Unpriced Commercial Part
Technical and unpriced commercial part shall comprise the following document
&they shall be signed and uploaded in ISRO e-procurement portal. In case of space
problem, these documents shall be submitted in signed and stamped hard copy in
sealed cover
(a) Submission of bid letter along with one set of tender specification document
duly signed and stamped as token of acceptance
(b) Power of attorney in favour of authorized signatory of the bid / proposal
documents.
(c) All the annexure enclosed in proposal duly filled, signed and sealed.
(d) Unpriced copy of schedule of prices with all other commercial terms, taxes,
duties, exemption certificates and conditions duly filled (Prices to be kept
blank), signed and stamped
(e) Data sheets for all the equipment & checklists enclosed in proposal duly
filled, signed, & stamped.
(f) Technical details, catalogue, etc. as applicable and any other document as
mentioned in the proposal.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 6
(g) Conceptual layout/ design with preliminary inputs.
(h) Deviation statement, filled, signed & stamped.
(i) Any other relevant document, bidder desires to submit.
PART-1 TECHNO COMMERCIAL BID
Name Of The Client Satish Dhawan Space Centre SHAR
Indian Space Research organization
Name of the proposal “Realization of new hydraulic
systemforcrew access arm (CAA) &
augmentation of existing SCVRP-3
hydraulic system for Gaganyaan
mission at Umbilical Tower(UT) of
Second Launch Pad (SLP)”
Tender No:
SHAR/VAST/2019……..
Due Date & Time of opening DD/MM/YYYY
From (Name of the bidder with
address)
To:
The Head, Purchase & Stores
Satish Dhawan Space Centre SHAR
ISRO, Dept. of Space
Govt. of India
Sriharikota – 524124
SPSR Nellore Dist, Andhra Pradesh, India
2.6.2 Part – II Priced Commercial Bid
Priced commercial bid shall contain price bid form which shall be duly filled and
submit to purchase. No deviations, terms and conditions, assumptions, conditions,
discounts etc. shall be stipulated in price bid. SDSC SHAR will not take cognizance
of any such statement and may at their discretion reject such bids.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 7
(a) SDSC SHAR may open part-1 of the bid on the due date of opening, subject
to meeting the minimum evaluation criteria. Price bids (part-2) of technically
and commercially acceptable offers will be opened at a later date.
(b) SDSC SHAR reserves the right to reject any or all the bids without assigning
any reasons thereof.
(c) Party shall quote for the complete system as given in the scope of supply as
per the format mentioned in Annexure-1. Bids containing the offers for partial
supply will be rejected. However, SDSC SHAR reserves right to place order for
either full quantities of all items or partial quantities and partial items based on
the unit rates available.
3.0 DETERMINATION OF RESPONSIVENES:
SDSC SHAR will scrutinize tenders to determine whether the tender is substantially
responsive to the requirements of the tender documents. For the purpose of this
clause, a substantially responsive tender is one which inter-alia conforms to all the
terms and conditions of the entire Tender document without any deviations and
reservations. The decision of SDSC SHAR shall be final in this regard.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 8
4.0 BID EVALUATION
4.1 During evaluation, SDSC SHAR may request Bidder for any clarification on the
bid,additional documents.
4.2 Techno-commercial discussion shall be arranged with Bidder, if needed. Bidder shall
depute his authorized representatives for attending discussions. The representatives
attending the discussions shall produce authorization from his organization to attend
the discussion and sign minutes of meeting on behalf of hisorganization if required.
The authorized representative must be competent and empowered to settle/decide
on all technical and commercial issues.
4.3 Bidder must provide the point by point compliance to the technical specifications &
commercial terms & conditions by filling the enclosed checklists along with
deviationsin enclosed format as given in Annexure-2, 3 & Format-J. The tender can
be rejected if the deviations are not acceptable to the Department.
4.4 The bids received without providing the exception / deviation, scheduled of prices &
check list as given in Annexure-1, 2, 3 & Format –J will not be considered for Bid
evaluation.
4.5 The time schedule for completion is given in the Proposal document. Bidder is
required to confirm the completion period unconditionally.
4.6 If necessary, to arrive at evaluated prices, wherever applicable, loading on total
quoted prices shall be done.
4.7 SDSC SHAR reserves the right to reject any bid if technically/commercially not
meeting the requirement/terms & conditions. Such decisions by the SDSC SHAR
shall bear no liability whatsoever consequent upon such decision.
4.8 The Bidder, whose bid is accepted by SDSC SHAR, shall be issued a Letter of Intent
(LOI) /Purchase Order (PO) to proceed with the work. Bidder shall confirm
acceptance by returning a signed copy of the LOI/PO. Bidder shall confirm
acceptance by returning a signed copy of the LOI/PO along with 10% of total order
value as security deposit within 10 days from LOI/POS.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 9
5.0 PRE-QUALIFICATION CRITERIA
All the tenderers shall meet the following pre-qualification criteria. Offers of Those
parties not meeting the criteria will be duly rejected and will not beconsidered for
evaluation.Bidder shall submit the compliance for the questionnaire given in this
document.
A. Technical Qualification Requirements
The bidder shall meet the following technical qualifying requirements and shall
submit relevant certificates to establish his credentials.
1. Bidder shall be an organization with at least 5 years in execution of contracts in
the field of hydraulic systems.
2. The firm shall have successfully completed design, manufacture/procurement,
Installation, commissioning of hydraulic system related works of the order during
last 5 years ending with 30.09.2019.
3. Bidders have to provide relevant certificates, purchase orders and amendments
etc. to the values along with the Techno-Commercial Bid, without which the offer
will be summarily rejected.
B. Financial Qualification Requirements
1. The Bidder’s average annual financial turnover shall be not less than
Rs250lakhs per year during last three financial years ending with 31.03.2018.
2. During Last 5 Years ending with 30.09.2019, the bidders should have
successfully completed the following:
One Completed work of similar hydraulic system, single order having
worth not less than Rs. 100lakhs or two orders of 50 lakhs.
C. Documents to be submitted along with the bid submission
1. Firm establishment certificate and nature of work.
2. Details of work similar type completed during the last 5 years ending
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 10
3. Satisfactory work completion certificates from the clients, with the work
order copies
4. The Bidders PAN, GST Registration No.
5. IT/ TDS certificate shall be submitted for last three years.
6. Structure and Organization chart of the company.
7. List if personnel with qualification & experience in the firm in the areas of
design, production, quality, safety, administration etc.,
8. List of Machinery & Equipment’s to be used for the work.
D. Bid Selection Procedure and Process of Pre –Qualification
1. Short listing based on documents submitted, satisfying the all eligibility
criteria given above by the firm or individual along with their Bid /
application. (Non – submission of any document as given in above list
within stipulated time leads to rejection of Bid).
2. Subsequently Bidder’s competency, their technical achievements and
financial status will be evaluated suitable for this project.
3. Feedbacks from Bidder’s clients will be verified.
4. Visit to sites by technical team (ISRO or Third party) where Bidder has
established facilities for above mentioned works.
5. If required, visit will be made to their factory/ firm by technical team (ISRO
or third party) for accessing the capability of manufacturer.
6. Scrutiny of all technical specification and supply conditions mentioned in
techno-commercial bid.
7. Vender shall provide the data in the format givenbelow.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 11
Vendor Evaluation Format
SDSC SHAR seeks response to the following questionnaire for assimilating data which
would be used for evaluating the capability of the supplier for executing the referred
work. Hence, the supplier is requested to provide only genuine data and any
discrepancy found at a later point of time may result in rejection of the supplier from
purchase process. Furnishing of data cannot be construed as automatic qualification
for participation in the tender. Questionnaire should be signed by a responsible and
authorized person of the Company / Agency.
S.No Description Supplier Response
1. Name of the company :
2. Type of the Company
(Proprietary/Pvt.Ltd/Public Ltd/Joint
Venture/Consortium)
:
3. Registration Number :
4. Year of Inception of the Company :
5. Registered address :
6. Name & Address of the Office of the
Chief Executive of the Company
:
7. Contact person for this tender with
name & address, email and contact
number
:
8. Locations of the Branches of
Company (if any)
:
9. Current Annual turn-over of the
company
:
10. Major customers (Enclose copies of
the Purchase Orders)
:
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 12
S.No Description Supplier Response
11. Any customers feedback on the
services which is in writing (Pl.
enclose copies)
:
12. Latest income tax certificate :
13. PAN Card Copy :
14. Details of last 5 years of experience
of tenderer in executing similar type
of work.
PO numbers & description of work
Note: copy of purchase orders
may be enclosed.
Signature of Authorized Person with Seal
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 13
SECTION -A
GENERAL TERMS AND CONDITIONS OF THE CONTRACT
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 14
1.0 INTRODUCTION
SDSC SHAR invites tenders from reputed firms with proven ability for “Realization of
new hydraulic systemfor Crew Access Arm (CAA) & augmentation/modification
of existing SCVRP-3 hydraulic system for servicing Gaganyaan mission at
Umbilical Tower(UT) of Second Launch Pad (SLP)”.” as per the specifications.
2.0 SCOPE OF WORK AND TECHNICAL SPECIFICATIONS
The detailed scope of work and technical specifications are given in Section B & C of
technical specification document. The drawings are attached in Annexure-4.The
general terms and conditions are given below.
3.0 SUPPLIER's OBLIGATIONS & FUNCTIONS
3.1. SPECIFICATIONS AND DRAWINGS
The Supplier shall execute the works in compliance with the provisions of
CONTRACT, good engineering practices and code requirements.
3.2. APPROVAL OF TECHNICAL DOCUMENTS / DRAWINGS
Supplier shall prepare and submit to SDSC SHAR for approval of the following
3.2.1. Preparation of General arrangement drawing based on preliminary drawings
issued by department indicating Bill of material and its technical specification.
3.2.2. Clear plan for manufacturing of manifold blocks, actuator, procurement of
bought items, trail suiting at supplier place, supply to site,erection, commissioning
trails of hydraulic elements.
3.2.3. Quality Assurance Plan(QAP) document.
3.2.4. List of suppliers/dealers forprocurement of brought out item including catalogs.
3.2.5. FMECA & Reliability analysis report on the designed system.
3.2.6. Operational/trouble suiting/Maintenance manual after realization.
Note: No activity shall be executed unless SDSC SHAR’s approval is obtained.
3.3. DELIVERY AND STORAGE
3.3.1. Dispatch Instructions given in the Contract shall be strictly followed. Failure to
comply with the instructions may result in delay in payment apart from imposing
any other charges as may be deemed to fit.
3.3.2. The Supplier shall be responsible for transporting all the equipment/materialto site,
unloading and storage.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 15
3.3.3. No equipment/material shall be delivered without obtaining dispatch clearance
from SDSC SHAR.
3.3.4. All the equipment/material shall be properly packed to avoid any damage during
transportation / handling / storage.
3.3.5. The equipment/material received at site shall be stored at a place assigned for this
purpose. Arrangement of any container for the storage of item is in scope of
Supplier.
3.3.6. Supplier shall take proper care while storing the equipment and shall provide
watch and ward at his own cost.
4.0 ERECTION
4.1. GENERAL
4.1.1. Supplier’s staff shall include adequate number of competent erection supervisors
with proven experience on similar works to supervise the erection works and
sufficient skilled, unskilled and semiskilled labor to ensure completion of work in
time.
4.1.2. During erection, Department's engineer will visit site from time to time with or
without Supplier’s supervisor to establish conformity of the work with specification.
Any deviations, deficiencies or evidence of unsatisfactory workmanship shall be
corrected as instructed by Department.
4.1.3. Supplier shall carry out work in a true professional manner and strictly adhere to
the approved drawings. Any damage caused by Supplier during erection to new
or existing structures shall be made good at no extra cost to Department.
4.2. RECORDS
4.2.1. Supplier shall maintain records pertaining to the quality of erection work in a
format approved by Department. Whenever erection work is complete, Supplier
shall offer erected equipment for inspection to Department's engineer who along
with Supplier's engineer will sign such records on acceptance.
4.3. EQUIPMENT ERECTION
4.3.1. Supplier shall carry out the works in accordance with the specific instructions
given on the approved drawings, procedure, manufacturer’s drawings / documents
or as directed by Department. Equipment shall be erected using skilled work men
so that proper care will take for alignment. While fixing the components.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 16
4.3.2. Supplier shall provide all supervisor, labour, tools, machines, local handling
equipment like chain pulley block, jacks etc. scaffolding, and erection tools such
as bolts, welding material etc. required to complete the works.
4.3.3. Supplier shall take at most care while handling instruments, delicate equipment
etc. and protect all such equipment on erection.
4.3.4. All the material handling equipment like hydra, fork lift for shifting of material at
ground during erection works will be provided by department in chargeable basis.
4.4. SAFETY
Supplier shall follow the safety regulations / codes and shall take necessary
measures at their own cost.
4.5. ERECTION & CONSTRUCTION POWER SUPPLY
4.5.1. Electrical power may be extended by SDSC SHAR on chargeable basis, as per
the tariff rules of State Electricity Board. Reasonable quality of normal
Construction power will be made available at one point (415V, 3 phases, 50 Hz).
However onward distribution shall be arranged by the supplier. Installation of
necessary energy meters, switchgear & distribution system etc to derive
construction power in a safe manner in strict conformity to local rules & regulations
will be responsibility of the supplier.
4.5.2. During non-availability of power, supplier shall make their own arrangement of
alternate power source at their cost.
4.6. WORK RULES
The work shall be carried out in working days. Any work during night or public
holidays, shall be carried out with written permission of the contract manager and
same will be cleared by department.
4.7. SITE CLEARANCE
Upon completion of work, supplier shall remove all their equipment and material
from the site within one month or time mutually agreed upon. Supplier shall keep
site in neat condition and remove all unwanted material at regular intervals. In case
supplier fails to remove all their equipment and material within the mutually agreed
time it is deemed that SDSC SHAR will arrange to remove the same at supplier’s
cost.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 17
4.8. ACCOMMODATION& INSURANCE
4.8.1. Very limited accommodation may be provided by SDSC SHAR to senior
supervisory staff on chargeable basis subject to availability. Supplier shall make
their own arrangement for accommodation & canteen facility for all its staff,
technicians, labor& workers including transportation to the staff. No labor camp
is permitted at work place.
4.8.2 Before starting the site work, the tenderer has to insure all his personnel working
at site in Sriharikota against accidents.
4.8.3 Transit insurance for the transportation of the total system from tenderers site to
the purchaser’s site is the scope of Supplier only.
4.9. MEDICAL FACILITIES
No medical facilities will be provided by SDSC SHAR. Supplier shall make their own
arrangement at their own expenses for medical facilities for site personnel.
4.10. WORK PROGRAMME
Supplier shall prepare a detailed programme schedule for review / approval by SDSC
SHAR. Supplier as per exigencies of work shall revise and update programme
periodically.
4.11. SUB-CONTRACTS
4.11.1. Whole of the work shall not be subcontracted.
4.11.2. Any subcontracting shall be after approval of SDSC SHAR.
4.11.3. Supplier shall be responsible for the proper execution of any sub-contract
placed by their, in connection with this purchase order.
4.11.4. Supplier shall furnish to SDSC SHAR the copies of all un-priced sub-orders
showing promised delivery dates and places.
4.12. CHANGES AND MODIFICATION TO SPECIFICATIONS, DESIGNS,
DRAWINGS AND QUALITATIVE / QUANTITATIVE REQUIREMENTS
4.12.1. Supplier shall obtain approval for the detailed engineering/fabricated drawings
from SDSC SHAR before initiating the action for procurement / fabrication.
4.12.2. If any changes in the design are called for at site during work execution, same
will be incorporated in drawing before starting of that particular work.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 18
5.0 TAXES AND DUTIES
5.1 As per Notification No. 47/2017-Integated 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 of goods made by the Dept. of Space
(DOS) being a Public Funded Research Institution. We will provide IGST
Exemption Certificate. For fabrication, erection and commissioning, 12% GST will
be given as per work contract rule.
5.2 CGST/SGST/UTGST/IGST (whichever is applicable) shall not be included in the
lump sum quote, but indicated (both percentage of tax applicable & amount on
which it is applicable) separately in schedule of prices.
5.3 It is the responsibility of the contractor to issue the Tax Invoice strictly as per the
format prescribed under the relevant applicable GST law (CGST Act/SGST
Act/UTGST Act/IGST Act). Contractor to indicate the proper GSTN Registration/
HSN code in their tax invoices.
5.4 CGST/SGST/UTGST/IGST shall be paid at actuals against Tax Invoice but
restricted to the amount and percentage in the contract.
GST details of SDSC SHAR are given below
GSTIN: 37HYDF00385A1DZ
LEGAL NAME: SATISH DHAWAN SPACE CENTRE SHAR
VALIDITY FROM:06/10/2018
TYPE OF REGISTRATION: REGULAR
6.0 RISK COVERAGE
The Supplier shall arrange comprehensive risk coverage at his own cost covering
the value of equipment including transportation to the site from manufacturer’s
works, storage at site, fabrication, erection, testing and commissioning at site. The
period of such coverage shall be up to contractual completion period or any
extension granted by Department thereof.
7.0 INCOME TAX
Income tax at the prevailing rate as applicable and if applicable from time to time
shall be deducted from the supplier's bills as per Income Tax Act. and a certificate
issued (TDS Certificate).
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 19
8.0 EARNEST MONEY DEPOSIT (EMD)/BID SECURITY
The tenderer has to submit an Earnest Money Deposit (EMD) for Rs.3,00,000
(Rupees three Lakh) in a single installment through Demand Draft (DD)/Banker’s
Cheese/ Fixed Deposit Receipts or Bank Guarantee from any of the Scheduled
Banks executed on non-judicial stamp paper of appropriate value. In case of Bank
Guarantee, it shall be valid for a period of 45 days beyond the final tender validity
date. It shall be taken in favor of Sr. Accounts Officer, SDSC SHAR payable at State
Bank of India, Sriharikota branch. Any tender not accompanied with EMD shall be
treated as invalid tender and rejected.
EMD of a vendor shall be forfeited if the tenderer/Contractor
withdraws or amends his tender or deviates from the tender in any respect
within the period of validity of the tender. Failure to furnish
securitydeposit/performance bond by a successful vendor within the specified period
shall also result in forfeiture of EMD.
EMD shall be refunded to all the unsuccessful vendors within thirty days after
placement of the Purchase Order. EMD shall be refunded to the successful
tenderer/Contractor after payment of the Security Deposit or may be adjusted against
the Security Deposit. EMD shall be refunded to all the participants in cases where the
tender is cancelled or withdrawn by the Centre/Unit, within thirty days from the
date of such cancellation or withdrawal.
NOTE: This clause is not applicable for the vendors registered under e- procurement
with SDSC SHAR.
9.0 SECURITY DEPOSIT
9.1. The supplier, whose tender is accepted, will be required to furnish by way of
Security Deposit for the due fulfillment of the contract such a sum as will amount to
10 % of the contract price of the work awarded.
9.2. The security deposit (bearing no interest) shall be held by the Department as
security till satisfactory completion, testing and handing over of all the system and
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 20
for the due performance of all suppliers’ obligations under the contract as per
delivery period or extension granted thereof by the Department.
9.3. The supplier within 10 days of Purchase Order or signing of Contract, deposit with
the Accounts officer, Satish Dhawan Space Centre SHAR, Sriharikota as detailed
above by any one or more of the following modes namely
i. By a crossed demand draft in favor of Accounts officer, Satish Dhawan
Space Centre SHAR drawn on SBI and payable at Sriharikota.
ii. By an acceptance bank guarantee. The bank guarantee shall be from a
nationalized bank for & shall be valid for 30 days beyond completion
period.
9.4. In case of breach of contract, the Security deposit shall be forfeited in addition to
other relief available to the Department under this contract.
10.0 PACKING AND FORWARDING
10.1. The Supplier shall arrange to have all the material suitably packed as per
the standards and as specified in the contract. Unless otherwise provided for in the
contract, all containers (including packing cases, boxes, tins, drums, and
wrappings) used by the Supplier shall be non-returnable.
10.2. All packing and transport charges, transit handling costs, transit risk
coverage and transport fees of agents employed at the place of delivery or
elsewhere, shall be deemed included in the price to be paid to the Supplier.
11.0 APPLICABLE LAW AND JURISDICTION
The laws of India shall govern this purchase order for the time being in force. The
Courts of Andhra Pradesh, India only shall have jurisdiction to be with and decide
any legal matters or disputes what so ever arising out of the purchase order.
12.0 FORCE MAJEURE
Should a part or whole work covered under this purchase order be delayed due
to reasons of Force Majeure which shall include legal lockouts, strikes, riots, civil
commotion, fire accident, quarantines, epidemic, natural calamities and
embargoes the completion period for work, equipment referred to in this
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 21
agreement shall be extended by a period not in excess of the duration of such
Force Majeure. The occurrence shall be notified within reasonable time.
13.0 GUARANTY
The Supplier shall guarantee that the equipment/material furnished by him is in
conformance with the requirement of the specifications. Goods covered by the
contract shall be free from defects in design, materials or workmanship for a
period of twenty-four (24) months from the date of successful commissioning &
acceptance by Department. During the warranty period, supplier has to provide
and adhere to the following:
13.1 He has to attend quarterly based preventive maintenance visits and brake down
maintenance calls. All the defective components have to be replaced or rectified
on one to one basis.
13.2 Breakdown maintenance should be responded within 48hours time and shall be
completed within 48 hours after respond.
13.3 Department will not provide any transport/accommodation for technician
attending the maintenance calls.
13.4 Incase vendor failed to attend and repair the system within 7 days from the date
of reporting the problem, department will reserve right to forfeiting the BG apart
from withheld of any payment payable to vender.
13.5 Where defects in items are remedied under warranty, the period for which the
warranty operates shall be extended by such period, as the items were not
available to SDSC SHAR. Where defect items are replaced by new ones, the full
warranty period stipulated in the purchase order shall apply to such replacement
items as from the date of their delivery.
13.6 Standby duty: Supplier has to agree to engage standby duty personnel for a
period of 5 days in the warranty period during Gaganyaan missions (Maximum-3
Launches). Same need to be considered while submitting the price bid.
14.0 SCHEDULE OF PRICE
14.1 CONTRACT price shall include all costs of “Design of hydraulic
elements/circuit, procurement of raw materials for machining items, brought
out item, machining cost, trail suiting, transport to site, unloading, erection &
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 22
commissioning, maintenance in warranty period, standby etc.and any other
cost for proper and complete execution of the CONTRACT.
14.2 CONTRACT prices shall also include all travelling expenses, living expenses,
salaries, overtime, benefit and any other compensation for supervisors, skilled,
semiskilled workmen, watch and ward staff, labourer and other staff employed
by the Supplier, cost of tools, tackles and cranes required for erection and
other consumable material required, and all taxes, duties, and levies as
applicable on the date of submission of bid.
14.3 Price shall be firm & fixed.
14.4 Supplier shall quote the prices as per the price bid format (i.e., as per
Annexure – 1) in the E-procurement only.
14.5 The rate quoted shall be on FOR SDSC SHAR, Sriharikota basis.
14.6 The taxes applicable for supply and erection & commissioning shall be
indicated separately in terms of percentage in the price bid (if it is not a lump
sum work). If the offers submitted by the tenderers are silent on taxes, it will be
presumed that quoted rates are inclusive of taxes & duties and no claim in this
regard will be entertained later.
14.7 Department is exempted from Customs Duty and necessary Exemption
Certificate will be provided by the Department for the imported items. This may
be taken into account while quoting. A list of imported items along with
quantities required for the scope of work shall be furnished along with
technical bids for our evaluation.
15.0 DISCOUNTS
Tenderer shall not indicate any discount separately and quoted price should be
after deducting the discount.
16.0 TERMS OF PAYMENTS
Our standard payment term is 100% within 30days from the date of acceptance. However, if the bidder make request for any pro-rata basis payment following payment terms shall be followed.
16.1 For supply of equipment’s /fabrication
20 % of PO value as an advance against submission of bank guarantee for an
equal amount from a reputed nationalized/scheduled bank and shall be valid till
Contract completion period. A format of Bank guarantee form shall be obtained
from Department.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 23
60% payment will be made after supplying the finished items to site.
20% payment after installation and commissioning at site against PBG (10% of
P.O) for two years of guarantee period.
This is to be noted that before each milestone payment, the extent of work
completed shall be certified by CLIP inspection-SDSC SHAR & third party
engaged by supplier and certification by site Engineer in charge.
Wherever advance payment is requested by tenderer, Bank Guarantee from any
Nationalized Bank/Scheduled Bank should be furnished. In case of advance
payments, if the vendor/supplier is not supplying the material within the delivery
schedule, interest will be levied as per the Marginal Cost of Lending Rate
(MCLR) of SBI plus 2% penal interest.
Interest will be loaded for advance payments/stage payments as per the MCLR
of SBI 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.
17.0 PERFORMANCE BANK GUARANTEE(PBG)
17.1 The supplier shall guarantee for the performance of the system/workman ship
byproviding bank guarantee from a Nationalized / Scheduled Bank infavor of
the Department for an amount equivalent to 10 % (ten percent) of the total
value of this contract valid till the completion of warranty period plus 60 days.
17.2The performance bank guarantee shall be submitted by the supplier with in
fifteen days from the date of accepting the material as per the contract. The
format for the performance bank guarantee shall be obtained from the
Department.
18.0 DELIVERY SCHEDULE
Bidders are requested to adhere to the schedules given below. The Hydraulic
system works shall be completed within8months from the date of release of
LOI/Purchase Order, including the site erection & commissioning and acceptance
by the Department.
Tenderer shall follow the following schedule for executing the contract:
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 24
Sl. No
Work involved Time durati
on
Time line
Compliance
(YES/NO)
01 Release of P.O -- T0 --
02 Release GA Drawing and QAP
1months T0+1 months
--
03 Supply of hydraulic actuator
11/2 months T0+21/2 months
03 Supply of materials like manifold blocks, pump, valves, motor etc.
31/2month T0+6 months
--
04 Erection, testing and commissioning
2 months T0+8 months
--
Note:-
1. The supplier should strictly comply the schedule highlighted above and should
give highest priority for this work.
2. The erection of hydraulic system shall be taken up during launch pad free period
i.e. in between the launches.
19.0 LIQUIDATED DAMAGES
In the event of the Supplier failing to complete the work within the delivery period
specified in the contract agreement or in extension agreed thereto, Department
shall reserve the right to recover from the Supplier as liquidated damages, a sum
@0.5 percentage per week for the undelivered portion of the total contract price
of equipment or work. The Total liquidated damages shall not exceed the 10.0
percentage of the total Contract price.
20.0 DISCLOSURE AND USE OF INFORMATION
20.1 If the documents supplied by the SDSC SHAR are marked 'restricted use',
supplier shall take all necessary steps to ensure the same.
20.2 Supplier shall guarantee that all information and data received during
execution of Purchase Order from SDSC SHAR shall be classified as “confidential”
within the meaning of the Official Secrets Act and will not be divulged to any third
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 25
party without prior written permission of SDSC SHAR. All drawings & documents
shall be returned after execution of work.
20.3 No publicity of any kind whatsoever regarding this work shall be given
without prior clearance from SDSC SHAR.
21.0 SUSPENSION:
Department may notify the Supplier to suspend performance of any or all of his
obligations under the Contract. Such notice will specify the reasons for suspension
and the effective date of suspension. Supplier there upon shall suspend the
performance of such obligations until ordered in writing to resume performance of
Contract by Department.
22.0 CANCELLATION
The Department shall have the right at any time to cancel a contract either wholly
or in part by giving written notice by registered mail. From the time of receipt of the
written notice the Supplier shall undertake to observe the instructions of the
Department as to the winding up of the contract both on his own part and on the
part of his sub-suppliers.
23.0 ARBITRATION:
In the event of any dispute or difference arising under these terms & conditions or
any condition contained in the Purchase Order or in connection with this Contract.
(except as to any matter the decision of which is specially provided for by these
conditions), the same shall be referred to the sole arbitration of the Head of the
Purchase Office or of some other person appointed by him, and the dispute further
processed in terms of the Arbitration & Conciliation Act, 1996. There will be no
objection that the arbitrator is a Government Servant that he had to deal with matter
which the Contract relates to or that in the course of his duties as Government
Servant has expressedviews on all or any of the matters in dispute or difference.
The award of the arbitrator shall be final and binding on the parties of this
Contract.
If the arbitrator is the Head of the Purchase Office –
(i) In the event of his being transferred or vacating his office by resignation or
otherwise, it shall be lawful for his successor in office either to proceed with
the reference himself for to appoint another person as arbitrator, or
In the event of his being unwilling or unable to act for any reason, it shall be
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 26
lawful for the Head of the Purchase Office to appoint another person as
arbitrator.
If the arbitrator is a person appointed by the Head of the Purchase Office – In the
event of his denying or neglecting or refusing to act, or resigning or being unable
to act, for any reason, shall be lawful for the Head of the Purchase Office either to
proceed with the reference himself or to appoint another person as arbitrator in
place of the outgoing arbitrator subject, as aforesaid, to the Arbitration &
Conciliation Act, 1996, and the rules thereunder and any statutory modifications
thereof for the time being in force shall be deemed to apply to the arbitration
proceeding under the clause. The Arbitrator shall have the power to extend with
the consent of the Purchaser and the Contractor the time for making and
publishing the award. The venue of arbitration shall be the place as the Purchaser
in his absolute discretion may determine. Work under the Contract shall, if
reasonably possible, continue during Arbitration Proceedings.
Incase of Imported Stores, all disputes arising in connection with this Contract
shall be finally settled under the Rules of Conciliation and Arbitration of the
International Chamber of Commerce by one or more arbitrators appointed in
accordance with the said Rules. The Contract shall be interpreted, construed and
governed by the laws of India.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 27
SECTION -B
SCOPE OF WORK
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 28
1.0 Introduction:
Umbilical tower (UT) at Second Launch Pad (SLP) of SATISH DHAWAN SPACE
CENTRE (SDSC), Sriharikota is a 70m tall octagonal shape steel structure, which is
used for launching of ISRO launch vehicles like PSLV, GSLV MKII & GSLV Mk-III.
Three sets (3X2 each) of Swing Cum Vertically Repositionable Platforms (SCVRPs)
are provided for approaching the total vehicle and UT front face for various
activities. The hoist operation is carried out through winch mechanism and swing is
carried out by dedicated hydraulically powered system with rack and pinion type
actuator. The swing operations are carried out through a local control panel
provided on the platform itself being operated by an operator.
As part of Gaganyaan system, forcrew ingress and egress, the top platform i.e.
SCVRP-3 will be utilized at an elevation of 42.9m. The SCVRP-3 will be interfaced
with a new Crew Access Arm(CAA) which will be erected at EL 42.9m extension
platform of UT by deriving support from EL 46m platform. The new CAA will swing
from 0 deg. to 130 deg. hydraulically with rack and pinion actuator similar to existing
SCVRP-3. The arm which is 12-meter-long with clear walking space of 1.5m X
2.3m has an interface with SCVRP-3 for crew ingress & egress. After crew entry,
the CAA and SCVRP-3 will be swing out remotely through a PLC based system
remotely from the control room situated at 10Km from the pad.
The existing SCVRP-3(having both halves i.e. SCVRP-3A & 3B) is operated locally
and not having much redundancy required for increased reliability for Gaganyaan
Mission. Hence it is planned to modify the circuit similar to CAA and will be
interfaced to PLC for remote operation. Apart from remote operation, local control
panel near to the hinge shall be provided for manual swing in/out operation for both
CAA & SCVRP-3, independently.
Realization of PLC systems in control room, routing of cable from control room to
field/site & electrical interfacing of the field instruments will be carried out by a
separate contract by department. Installation of process instrument like Pressure
transmitters (PTs), Oil level measurement, temperature sensors, clog indicator, limit
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 29
switches etc. &mechanical integration of same to the circuit is the scope of tenderer
and included in this contract.
The detailed scope of work including technical specification of hydraulic system
along with circuit of existing SCVRP-3 &modified circuitfor SCVRP-3 and new circuit
for CAA aregiven in section 2.0.
2.0 Scope of work:
The scope of the contractor shall include understanding the requirement of hydraulic
system for swing of CAA and SCVRP-3, preparation of detailed hydraulic circuit
based preliminary circuit issued by department, design of components like manifold,
piping, hoses etc., procurement of raw material, manufacturing of manifold block,
procurement of bought out items, component level testing, trail assembly at
supplier’s place, painting, packing & forwarding, storage at site, erection of
components, commissioning trails which involves manual movement and remote
operation(after installation of PLC system by department) of the integrated system
as per procedural document of ISRO &engagement of Third Party Inspection
Agency(TPIA) based on finalised drawings &QAP.
Master list for scope of work:
1. Realization of new hydraulic system for CAA. Qty: 1 set
2. Augmentation/modification of existing hydraulic circuit of SCVRP-3. Qty: 2 sets
A. Realization of new hydraulic system for (CAA):
Being CAA is a new boom that is going to be realized by department, a
complete new hydraulic system will be installed to make the arm swing around
hinge shaft. Following is the major scope of work for CAA.
Preparation of GA drawing based on preliminary drawing supplied by
department.
Design of hydraulic elements like manifold blocks suiting to the new
valves, selection of piping, hoses etc. The selection of electric motor,
pump shall be in line with the existing SCVRP-3 motor & pump. The
selection of filter unit, various flow valves, rotary actuator, PTs, oil level
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 30
transmitter, oil level indicator, oil temperature sensor etc. shall be as per
the specification given in this tender document and in line with the
finalized drawings and QAP. However, the tenderer can suggest any
improvement in the hydraulic circuit/component specification as per the
latest developments and same need to cleared by department before
implementation.
Procurement of all raw materials to be used for manifold blocks and
bought out items like electric motor, pump, valves, filter unit, rotary
actuator, pipes, hoses, PTs, temperature transmitter, level indicators,
limit switches, filed junction boxes etc.
Manufacturing/machining of manifold, component level testing, trail
assembly and painting in supplier’s site.
Supply of items to site, storage, erection of hydraulic systems,
radiography, DP test, pickling & passivation, hydro test for pipe lines&
commissioning trails as per department procedure.
B. Augmentation of SCVRP-3 hydraulic systems:
Being SCVRP-3(which consists of SCVRP-3A & 3B) hydraulic system exists for
swing of platform, following modification/ augmentation is planned to be carried
out to increase the reliability of the system.
The scope of work for SCVRP-3 (i.e. for SCVRP-3A & 3B) is same as
CAA (i.e. supply of new power pack and new manifold block with
associated piping) except the following:
Existing hydraulically operated rotary actuator mounted on hinge pivot
shaft will be used as it is however all the interfacing hoses shall be
replaced with new ones.
Due to space constraint in the platform carriage area, the total hydraulic
circuit must be accommodated in a stainless steel enclosure having
dimension of 850mm (W) and 700mm (thickness) and 1800mm (Height)
(As shown in the attached drawing in sec-D).
Tenderer is requested to visit site for assessment of existing system
before submitting the quotation.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 31
3.0 Description of existing hydraulic system for SCVRP-3.
Hydraulic system of SCVRP-3 (both SCVRP-3A & SCVRP-3B) comprises of the following sub systems- 1. Power pack
2. Valve unit/Manifold block
3. Rack & pinion type rotary actuator
4. Associated piping and hoses
3.1.1 Power Pack
The Power pack is located on carriage (which is used for hoist movement) of
platform near to pivot system. The power pack being an integral part of platform
moves along with the platform. Power pack consists of Main & standby/redundant
flame proof, Zone-1, Gr-IIC, T4 class motors of 11Kw capacity each.
Each motor is coupled with a Pressure Variable Pressure Compensated (PVPC)
variable displacement type axial piston pump independently. Out let of the pumps
is independently connected to corresponding unloading valve (solenoid operated
spool valve) named as main & stand by. Outlet of unloading valves is branched to
a common pressure line which is connected to the single manifold. Direction
control valve, flow control valve and pressure relief valve is used for controlling the
direction and flow of oil. The pressured oil is fed into rotary actuator for movement
of platform. The return oil from actuator is collected in tank through a 10micron
return line filter. The overall hydraulic system is designed for an operating pressure
of 210bar and flow is controlled in such a that, the platform swings in a speed of
24deg./min.
There is no pressure line filter and pressure transmitter are available in the existing
circuit, however pressure gauges, oil level indicator, local oil temperature
monitoring systems are available in the circuit and are being used presently. The
existing hydraulic circuit is shown in fig-3.1-1.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 32
Figure 3.1-1: Existing Hydraulic system for SCVRP-3
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 33
Figure 3.1-2: Hydraulic system for SCVRP-3
3.1.2 Valve unit/Manifold block
The manifold valve units are positioned in an enclosure, above the hydraulic tank as shown in the figure 3.1-2. The manifold block consists of below four major flow components: 1. Solenoid operated 3 postion-4-way spool type
direction control valve,
2. Line check valve:
3. Flow regular with bypass check valve
4. Pressure Relief Valve
3.1.3 Rack and Pinion Type Rotary Actuator
Rack & pinion type rotary actuator is mated to pivot shaft through three nos. of
keyways & fixed to the carriage assembly. Power will be transmitted from actuator
to pivot shaft which in turn will rotate the platform. To avoid pressurization of gear
compartment oil in case of leakage from piston to gear compartment, drain oil tube
is connected to tank. There is no LVDT position sensor and end cushioning
arrangement for the actuator. The existing actuator in the circuit will be retained
as it is however, all the supply hoses will be changed to new to avoid any ageing
issue.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 34
Specification of existing actuator:
Weight: 6.3t
Max. operating pressure: 210bar
Proof pressure: 420
Rotation 135 deg. Multi-position
Load torque: 860kNm (at 210 bar)
Mounting orientation: vertical axis of stub shaft
Output type: 3 female key
Angular speed: 24deg/min
Volume capacity: 96ltrs
4.0 Proposed modification in the existing hydraulic system for SCVRP-3.
To increase the reliability of the hydraulic system for SCVRP-3 towards Gaganyaan
mission following modifications are proposed in the hydraulic circuit. The modified
hydraulic circuit is shown in Fig: 4-1
4.1 Modifications in power pack.
There will not be any major change in the SCVRP-3 power pack. However,
following minor changes will be introduced into the circuit-
1. Introduction of independent 5micron pressure line filter with clog indicator before
unloading valve to avoid contamination for both pumps.
2. Introduction pressure transmitter(PTs) after filter: 02 nos. of PTs are planned for
each pump for remote monitoring of pump pressure apart from pressure gauges.
3. Logging of oil temperature and oil level in the tank. Presently the oil temperature
and oil level in the tank is being monitored locally. Instead it is planned to log the
data in remote operation for post flight analysis.
4. Introduction of dual line check valves after unloading valve to avoid oil entry from
one pump to other pump instead of going to system in case of one pump is not
working.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 35
4.2 Modification in the valve unit:
1. Replacing the solenoid operated spool type valve to poppet type valve to
eliminate the pressure drop. Tenderer is requested to study the
implementation of dual coil solenoid valves if possible.
2. Parallel manifold for redundancy to existing manifold: To eliminate single point
failure in one manifold in the existing circuit, a parallel manifold is envisaged.
3. Introduction of PTs before actuator to monitor the pressure oil for post flight
analysis.
4.3 Proposal for measurement of angle of platform due to unavailability of
LVDT in actuator:
1. As The present actuator is not provided with LVDT sensors for angle
monitoring. Hence it planned to introduce limit switches at critical angle of
operation like 0 deg., 45 deg., 90 deg. & 102 deg. for discrete monitoring of
platform position. At each position dual limit switches shall be provided for
redundancy in data logging. All the limit switches will be installed on a
structural frame in a circular profile.
As an additional improvement, it is planned to introduce an oil filtration
/recirculation circuit with associated filters as described in the Section-C for
SCVRP-3 & CAA.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 36
Fig-4-1: Modified hydraulic circuit for SCVRP-3 & CAA
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 37
5.0 Description of new hydraulic system for Crew access arm (CAA):
The CAA is the new system going to be realized at EL 42.9m and same will be
interfaced with SCVRP-3 for crew ingress/egress, hence a new hydraulic system is
required for swing the arm around hinge. The modified hydraulic circuit for
SCVRP-3 is applicable for CAA also.
Following are the changes in the CAA circuit, 1. New actuator with spline connection with shaft, 0-130 deg, rotation type, LVDT
mounted and end cushion type shall be considered. It is planned to procure 02
actuators for CAA. One will be used in the system, other will be kept as standby.
2. Due to constraint in space near to the drive unit, it is planned to position the
power pack and manifold block at 54m elevation of UT. From manifold block,
pipe line will be connected to rotary actuator which be erected at EL 46m. The
total length of pipe line will be around 15m considering all bents. Pressure loss
due to same shall be considered during design of the circuit. The power pack and
manifold unit shall be kept inside stainless steel enclosure similar to SCVRP-3.
6.0 Functional requirements& philosophy of hydraulic operation:
6.1 Functional requirement:
The hydraulic system after installation with be interfaced with independent PLC
system for remote operation of SCVRP3& CAA. Similarly, for manual/local mode
operation local control panel shall be provided near to the drive unit. All the electrical
interfacing works and PLC works will be carried out by department.
i. Manual/local mode operation:
o From parking/storage position to mated position with the local control panel
available on the SCVRP
o Swing in and swing out operations for intermediate positions of the platform.
ii. Auto/remote mode operation:
o In auto mode swing out/swing in operation will be initiated as per requirement of
crew ingress/egress. The logic for the same will be built in the PLC.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 38
6.2 Philosophy of hydraulic operation:
It is planned to start both the pumps in same time with single command to avoid
delay in selection of main pump /redundant pump. Output of each pump is routed
through associated unloading/pressure relief valve and latter branched together to
fed into the manifold block. Pressure transmitter and pressure gauges are provided at
appropriate locations to record the pressure in the circuit. The flow of the pump will
be controlled in such a way that, due to combination of both outlets the system
should rotate in the designated speed and incase of any failure of one pump, the
system will rotate in half of the designated speed.
7.0 Detailed Scope of the work:
Tenderer should visit site for clear understanding of the work before quoting the
price.
The contractor has to submit the GAD based on the preliminary hydraulic circuit
issued by department, detailed circuit drawing indicating hydraulic elements, its
position and fixing details, QAP, Micro schedule, details of bought out items
along with specifications & quantity, plan for execution within one month of order
placement for department approval.
FMECA and reliability analysis shall be carried out tenderer and to submitted for
department clearance.
All electrical equipment used in hydraulic power unit & its control system shall be
suitable for flame proof group IIC environment (IS: 2148-1981), for hazardous
area zone-1(IS: 5572-1994) and temperature classification T4(IS: 8239-1976).
Ingress protection IP55 shall be considered motors and IP55/IP65/IP67 shall be
considered for any other filed items.
Material for manifold block shall be GGG-40 to DIN1693 Part 1-1993. Test
certificate for same shall be submitted.
All the valves shall be either ATOS/Bosch make. Any other make of valves will
not be accepted.
As per the department site clearance, the contractor has to mobilize skilled
manpower & machinery/ tools & accessories to site.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 39
No accommodation & transportation will be provided by department.
All the fabrication related machines, consumables required towards completion of
the work is in the scope of tenderer.
Pipelines shall be connected to mechanical equipment after final alignment and
leveling thereof. The connections shall be free from stresses.
Piping which is close to equipment shall be installed in such a way that
dismantling and inspection of the equipment will not be hindered.
All systems and piping shall be pressure tested at 1.5 times system working
pressure. Performance test and pressure drop test shall be carried out during
inspection.
The welding surfaces shall be uniform, smooth and free from surface defects,
rust, scale, grease, paint etc. and the welding shall be free from slag.
All the welding shall be Tungsten Inert Gas(TIG) welding method and butt weld.
All the weld joints (100% weld joints) shall be inspected and qualified by
conducting DP & Radiography. In case of any deviation/joint repair, same shall
be approved by the department.
Repair work if any, on account of improper/poor workmanship, shall be carried
out at free of cost. No additional time will be given for the repairs.
All the pipes shall be suitably clamped with metallic pipe clamps and supported,
wherever necessary, to avoid vibrations /shock in any portion of pipe work.
Generally, pipes shall be clamped at every 1.5mtrs in straight run. At bends,
clamps shall be provided on either side of bend, on straight length of pipe, as
close to bend as possible
The clamp can be directly welded to the structural body or to the angle/
channel welded to the structural body depending on site condition.
Proper care shall be taken to protect the existing systems/equipment during
execution of the job. If any damage is made, it shall be rectified/replaced at free
of cost within given schedule.
After Completion of work including hydro test, all the equipment & piping shall be
painted as per following scheme
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 40
Two coats of red oxide chromate primer.
One coat of finish enamel paint as per ISRO color code.
Thickness of each coat shall be around 30 micron and total thickness
shall not be less than 100 microns.
It is the responsibility of the contractor to take care of the safety of his personnel
and machinery. Department is not responsible for any untoward
incidents/accidents.
Contractor has to plan sufficient no. of spares where ever required for successful
commissioning of the system
The modifications proposed to the existing circuits and the specifications of the
hydraulic components given in this document are only indicative for reference. If
contractor is proposing any changes for further improvement, contractor has to
regenerate the circuit and submit for department approval.
The contractor is fully responsible for proving the system performance and
meeting the functional/operational/ maintenance requirement after modifications.
Tenderer has to work out the detailed feasibility study for incorporation of the
above changes in the existing circuit
Tenderer has to arrange all the required modifications within the space available
at site.
Interfacing the circuit with the existing circuit i.e. power pack & actuator is in the
scope of tenderer.
After successful completion of the work the contractor has to submit the
operation & maintenance manual of systems including as built drawings, bill of
material/ catalogues/technical information of relevant items and test/inspection
reports in soft coy and hard copy (10 nos).
The hydraulic oil required for operations is in the scope of supplier.
All the electrical cables to be used in the system shall confirm to flame proof type.
The system shall be guaranteed for a minimum period of two years (24 months)
from the date of handing over.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 41
8.0 Drawings & documents to be submitted:
The tenderer shall submit the following drawings & documents in 05 sets apart
from soft copy including the AutoCAD drawings for approval/reference:
Signed copies of this technical specifications s a proof of compliance to all the
requirements of the document.
A bar chat/pert network for all activities such as design, approval, procurement,
manufacturing, assembly, testing, inspection, delivery, erection, commissioning,
etc. will be submitted for department clearance.
Detailed specifications, scheme drg., bills of material (B.O.M) complete with
makes, & model no. of all components incorporating all the required details
against the features indicated in the order specifications.
Calculations for selecting sized and model number of each component.
Wiring &terminal details with connection scheme.
General arrangement drawings & cross sectional details indicating dimensional
details for the equipment and bills of material.
Interconnecting piping layout Drg., & BOM.
3D-CAD Simulation model with dynamics of operation.
Fabrication drawings indicating material &dimensional details.
Certified detailed technical literatures of all components highlighting all the
features of the items finally selected
Safety, Reliability & quality assurance plans followed for each type of equipment
and results obtained.
Testing & calibration procedures for each type of instrumentation.
Installation Drgs.& instructions for various units & for each type of equipment.
Weight of each unit.
Operation &maintenance manuals.
6 sets of guarantee, calibration and test certificates as per quality assurance
plan.
6 sets of test/work inspection certificates for all major components (both
manufactured and bought out) shall be submitted along with inspection call.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 42
FINAL DOCUMENTATION
Five (5) sets of operation and maintenance manuals, spare parts catalogues,
engineering data sheets and part lists covering each items including bought out
components along with all drawings shall be compiled and submitted.
One set of reproducible and soft copy on for all drawings and operation and
maintenance manuals.
As built drawings approved by inspection agency.
Design calculation and analysis data, along with CAD model.
Inspection/reliability/ESS test results.
Inspection certificate released by inspection agency.
9.0. SAFTEY RELIABILITY & QUALITY ASSURANCE:
The tenderer shall have an established and effective safety reliability & quality
assurance (SR & QA) system in his organization. The programmer shall be
applicable for all hardware and software associated with the work connected
with this project. The SR & QA plan shall be submitted for approval of
department.
The tenderer shall perform reliability engineering study to ensure safe &
reliable operation of systems/ equipment. The following outputs shall be
furnished on completion of BASIC DESIGN:
Functional block diagram
Typical component list with identification of critical ones
Redundancies provided
System level FMECA (failure mode effect & criticality analysis)
Fault diagnosis program
Qualification status record of all critical components used in the system
Integrated test plan/procedures used to establish system performance
Maintainability analysis
Self-diagnostics/ trouble shooting/ interlock details.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 43
The reliability engineering analysis output shall be used to eliminate system
deficiencies by means, viz introducing redundancies, providing interlocks /
self-diagnostic features, specification control.
The vendor shall ensure that the items supplied by him are absolutely safe
for use in the stipulated work environment and conform to applicable safety
norms and standards.
Safety analysis shall be performed with the objective of elimination of
operational hazards, making the design fail safe by providing safety /
operational interlocks, monitors, self-diagnostic features, alarm annunciation
etc.
During manufacture, fabrication, assembly, testing and delivery the vendor
shall strictly comply with quality assurance instructions including cleanliness
control, procurement control, design change control, failure reporting &
analysis, calibration control, documents control, training/ qualification
requirements.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 44
SECTION –C
TECHNICAL SPECIFICATIONS
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 45
1.0 Detail specification of components of hydraulic system for SCVRP-3
Following is component wise specification for the existing component to be retained and the new elements to be introduced in the hydraulic of SCVRP-3. 1. Axial piston pump (New to be considered):
a. Type: PVPC variable displacement axial piston pump, model no: PVPC-R-
3029
b. Flow: Maximum flow @ 1470 RPM of motor: 22lpm@210bar
c. Maximum working pressure: 280bar
d. Peak pressure: 350bar
e. Make: ATOS make
f. Qty: 2 nos for each circuit
2. Electric motor (New to be considered):
a. Type: Flame proof group-IIC environment(IS:2148-1981), Zone-I (IS:5572-1994)
and T4 class, Protection: IP55, Squirrel cage motor.
b. Power: 11kW, Speed: 1470 RPM, Voltage: 415(+10%), Frequency: 50Hz(+5%)
c. Duty class: S1duty, Class F
d. Make: ABB electrical motor
e. Qty: 2 nos for each circuit
3. Oil tank/reservoir (New to be considered):
a. Capacity: 250Ltrs,
b. Make: Inox
c. Material: 316 stainless steel
d. Fittings: Suction strainer, return filter, filters breather, level indicator,
manhole for maintenance etc.
e. Qty: 1 nos for each circuit
4. Unloading valve/pressure relief valve (Newly proposed):
a. Make: ATOS/BOSCH, Model: DLOH 2A/equivalent i.e. 02 way & 02 position
valve
b. Max pressure: 350bar
c. Max. flow: 12LPM
d. Internal leakage: Less than 5 drops(<.36cm3/min) at max. working pressure.
e. Normally open type
f. Qty: 2 nos (for each circuit)
5. Solenoid operated spool type direction control valve (Newly proposed):
a. Make: ATOS/BOSCH
b. Model: DPHA 2713-GK-24VDC/equivalent
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 46
c. Max. flow: 250LPM
d. Max. operating pressure: 350 bar
e. Qty: 2 nos (for each circuit)
6. Line check valve(Newly proposed):
a. Make: ATOS/BOSCH, model: KR 01/2-PE/equivalent b. Spring cracking pressure: .5 bar c. Operating pressure: 4bar d. Max. Flow: 100lpm e. Max. Pressure: 315bar
7. Flow regular with bypass check valve (Newly proposed):
a. Model: ATOS/BOSCH, Model: KQ 022/PE/equivalent b. Double acting type on port A&B
8. Pressure Relief Valve(Newly proposed):
a. Make: ATOS/BOSCH,
b. model: KM 012/350/PE/equivalent
c. SET pressure: 250BAR
9. Rack & pinion type rotary actuator (to be retained):
Specification of actuator: a. Make: AGOP, Itely
b. Max. operating pressure: 210bar
c. Proof pressure: 420
d. Rotation 135 deg. Multi-position
e. Load torque: 860kNm (at 210 bar)
f. Mounting orientation: vertical axis of stub shaft
g. Output type: 3 female key
10. Hydraulic fluid (New oil of same specification to be used):
a. FH51(Fuchs Grade) MIL-H-5606 suitable for flame proof operation.
b. Cleanliness: NAS 1638 (class 7 which is equivalent to ISO 4406 std. class
16/13)
c. Appearance: Red liquid
d. Kinematic viscosity:
at 1000C: >4.9 mm2/S
400C: >13.2 mm2/S
-540C: < 2500 mm2/S
e. Flash point: > 82 0C
f. Pour point: < -600C
g. Acid Number: < -0.2 MgKOH/g (PH-11)
h. Qty: 1000Ltrs.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 47
11. Pressure line filter with clog indicator (newly to be introduced)
Capcity: 5 micron
Make: Hydac/Equivalent
12. Return line filter (similar model/any new model shall be used)
Capacity:10 micron
Model: X-FER-40/10/V-PE
Make: ATOS/equivalent
Qty: 1 Nos
13. Pressure gauges with isolation valve(any new model shall be used)
Range: 0-400 bar, Oil filled
Type: Bourden sed.
Make: INOX make/equivalent
Model: MEX3.D2.3B.38
Qty: 2 Nos
14. Visual Oil level indicator
Make: MP/ equivalent
Model: LVA20T-Viton
Qty:1 No
Apart from the above hydraulic component following instrumentation system also
need to be considered:
Technical Specification for various items used for instrumentation purpose:
15. RTD Sensors:
Description Essential specification
Make Rosemount (Tentative Model: 3114 + 214C + 114C)
Type of Sensor RTD, PT100 4-wire RTD stem dia shall be chosen as per process requirement and shall be submitted to the department.
Accuracy IEC 60751 Class A & DIN 60751
Temperature Range 0-1000C suitable for better vibration and physical shock
Sensor Wire PTFE insulated, nickel coated copper stranded wire
Sensor immersion length Up to bottom of tank and shall be as per process requirements
Sheath Sensor shall be housed with SS316 sheath
Protection IP 55/65/67 better
Calibration certificate Required and Traceable to NIST/ NABL
Cable Entry Suitable size with Double compression gland and dummy plugs
Thermowell Ensures sensor is threaded into thermowell and torqued for process ready installation.
Application Hydraulic oil temperature measurement, Oil details are mentioned in the tender.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 48
Transmitter suitable for above model
Make Rosemount
Temperature Range 0-1000C suitable for better vibration and physical shock
Primary element type 4 wire Class A for the above RTD
Integral Display LCD
Output Linearized
Isolation Required between Input and Output
Long term stability 0.2% full scale or better over a period of 5 years minimum
EMC As per EN61326 or equivalent
Calibration certificate Required and Traceable to NIST/ NABL
Power supply through intrinsic safety barriers
Output Signal PROFIBUS PA HART communication protocol Suitable for transmitters wired to PLC Analog Input modules of 4 to 20mA.
Span/ zero adjustment Required
Transmitter Standard and all transmitter diagnostics are required
Protection IP 55/65/67 better
Junction Box and terminations
The input and output shall be terminated in a Flameproof Junction box with terminations at the hydraulic pack suitable for cable length of 250m to marshalling chamber along PLC panels are located without any performance deviation. (JB is in the scope of tenderer)
Relevant Information
Protection All standard electrical protection shall be provided along with surge protection IEC 61326
Environment Hazardous Group IIC, Zone-1, Corrosive, RH: 5-95%, ambient temperature: 500C Equipment Input/ output shall be compatible to intrinsic safety barriers Ex-i protection.
Standards ATEX, IEc Ex, NAMUR NE95 type test report is available upon request. Complies with NAMUR NE21
Mounting arrangement Suitable mounting accessories as per the process requirement shall be provided. Approach shall be provided for future maintenance.
Calibration, Installation and Commissioning
Under scope of bidder along with all required accessories
Span range and Calibration Range
Appropriate to the process requirements shall be selection and mention during detailed engineering for approval from department.
16. Pressure Transmitters:
Description Specification
Make Rosemount (Tentative Model: 3051S2TG5A2E11A1AB4I1M5Q4T1)
Integral Display LCD
Mounting Location, Shall be as per process requirements mentioned in the tender
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 49
Range and Quantity -1to -689bar
Output Linearized
Accuracy 0..025% of span
Long term stability 0.2% full scale over a period of 5 years minimum
EMC As per EN61326 or equivalent
Calibration certificate Required and Traceable to NIST/ NABL
Power supply through intrinsic safety barriers
Output Signal PROFIBUS PA HART communication protocol Suitable for transmitters wired to PLC Analog Input modules of 4 to 20mA.
Span/ zero adjustment Required
Transmitter Standard and all transmitter diagnostics are required
Protection IP 55/65/67 better
Over pressure protection Required. 150-200% operating pressure
Pressure range -1 to -689 bar
Process Connection As per the process requirement
Cable Entry Suitable size with Double compression gland and dummy plugs
Quantity and location As per the hydraulic circuit enclosed
Junction Box and terminations
The input and output shall be terminated in a Flameproof Junction box with terminations at the hydraulic pack suitable for cable length of 20m.
Relevant Information
Protection All standard electrical protection shall be provided along with surge protection IEC 61326
Environment Hazardous Group IIC, Zone-1, Corrosive, RH: 5-95%, ambient temperature: 500C Equipment Input/ output shall be compatible to intrinsic safety barriers Ex-i protection.
Standards ATEX, IEc Ex, NAMUR NE95 type test report is available upon request. Complies with NAMUR NE21
Mounting arrangement Suitable mounting accessories as per the process requirement shall be provided. Approach shall be provided for future maintenance.
Installation and Commissioning
Under scope of bidder along with all required accessories
Span range and Calibration Range
Appropriate to the process requirements shall be selection and mention during detailed engineering for approval from department.
17. Level Sensor and Transmitter:
Description Specification
Make Rosemount (Tentative model : 5300 GWR)
Integral Display LCD
Mounting Location, Range and Quantity
Shall be as per process requirements mentioned in the tender and hydraulic circuit enclosed
Output Linearized
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 50
Accuracy 0.1% of span
Long term stability 0.2% full scale over a period of 5 years
EMC As per EN61326 or equivalent
Calibration certificate Required and Traceable to NIST/ NABL
Power supply through intrinsic safety barriers
Output Signal PROFIBUS PA HART communication protocol Suitable for transmitters wired to PLC Analog Input modules of 4 to 20mA.
Span/ zero adjustment Required
Transmitter Standard and all transmitter diagnostics are required
Protection IP 55/65/67 better
Over pressure protection Required. 150% operating pressure
Pressure range 0-420bar
Process Connection As per the process requirement
Electrical connection Suitable size with Double compression gland and dummy plugs
Quantity and location As per the hydraulic circuit enclosed
Junction Box and terminations
The input and output shall be terminated in a Flameproof Junction box with terminations at the hydraulic pack suitable for cable length of 250m to marshalling chamber along PLC panels are located without any performance deviation.
Relevant Information
Protection All standard electrical protection shall be provided along with surge protection IEC 61326
Environment Hazardous Group IIC, Zone-1, Corrosive, RH: 5-95%, ambient temperature: 500C Equipment Input/ output shall be compatible to intrinsic safety barriers Ex-i protection.
Standards ATEX, IEc Ex, NAMUR NE95 type test report is available upon request. Complies with NAMUR NE21
Mounting arrangement Suitable mounting accessories as per the process requirement shall be provided. Approach shall be provided for future maintenance.
Calibration, Installation and Commissioning
Under scope of bidder along with all required accessories
Span range and Calibration Range
Appropriate to the process requirements shall be selection and mention during detailed engineering for approval from department.
Certifications NAMUR, ANSI, CSA, SIL2 certified and SIL3 capable- IEC61511, FM, ATEC flameproof and intrinsically safe approval, IEC ex ia IIC T4/ T6 Zone-1
18. Level switch for high and low level with intermediate level indication on
tank:
Description Specification
Make Rosemount
Type Piezoelectric type/ capacitive/ silicone resonant/ magnetic float
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 51
or latest model as per the process requirement in tender.
Purpose Level indication on tank. High level and low level relay output for tripping motor interlock implementation.
Mounting Location, Range and Quantity
Shall be as per process requirements mentioned in the tender
EMC As per EN61326 or equivalent
Calibration certificate Required and Traceable to NIST/ NABL
Power supply through intrinsic safety barriers
Output Signal HART communication protocol Suitable for transmitters wired to PLC Analog/ Digital Input modules of 4 to 20mA. As per standard product availability.
Span/ zero adjustment Required
Transmitter Standard and all transmitter diagnostics are required
Protection IP 55/65/67 better
Over pressure protection Required. 150% operating pressure
Pressure range Max pressure 420 bar
Process Connection As per the process requirement
Electrical connection Suitable size with Double compression gland and dummy plugs
Quantity and location As per the hydraulic circuit enclosed
Junction Box and terminations
The input and output shall be terminated in a Flameproof Junction box with terminations at the hydraulic pack suitable for cable length of 250m to marshalling chamber along PLC panels are located without any performance deviation.
Relay External SPST relay for high and low levels
Relevant Information
Protection All standard electrical protection shall be provided along with surge protection IEC 61326
Environment Hazardous Group IIC, Zone-1, Corrosive, RH: 5-95%, ambient temperature: 500C Equipment Input/ output shall be compatible to intrinsic safety barriers Ex-i protection.
Standards ATEX, IEc Ex, NAMUR NE95 type test report is available upon request. Complies with NAMUR NE21
Mounting arrangement Suitable mounting accessories as per the process requirement shall be provided. Approach shall be provided for future maintenance.
Calibration, Installation and Commissioning
Under scope of bidder along with all required accessories
Span range and Calibration Range
Appropriate to the process requirements shall be selection and mention during detailed engineering for approval from department.
Certifications NAMUR, ANSI, CSA, SIL2 certified and SIL3 capable- IEC61511, FM, ATEC flameproof and intrinsically safe approval, IEC ex ia IIC T4/ T6 Zone-1
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 52
19. Limit Switch:
Description Specification
Make Schneider, BCH ,EMM, SPEED-O-CONTROL
Environment Hazardous Group IIC, Zone-1, Corrosive, RH: 5-95%, ambient temperature: 500C Equipment Input/ output shall be compatible to intrinsic safety barriers Ex-i protection.
Standards ATEX, IEc Ex, NAMUR NE95 type test report is available upon request. Complies with NAMUR NE21
Type Heavy Duty Lever with Roller mechanism
Output SPST ,2NO + 2NC
EMC As per EN61326 or equivalent
Power supply through intrinsic safety barriers
Output Signal Suitable for wiring to PLC DI
Protection IP 55/65/67 better
Electrical connection Suitable size with Double compression gland and dummy plugs
Quantity and location As per the site requirements (14 no.s for each arm)
Junction Box and terminations
The input and output shall be terminated in a Flameproof Junction box with terminations at the hydraulic pack suitable for cable length of 250m to marshalling chamber along PLC panels are located without any performance deviation.
Relevant Information
Protection All standard electrical protection shall be provided along with surge protection IEC 61326
Mounting arrangement Suitable mounting accessories as per the process requirement shall be provided. Approach shall be provided for future maintenance.
Installation and Commissioning
Under scope of bidder along with all required accessories
Span range and Calibration Range
Appropriate to the process requirements shall be selection and mention during detailed engineering for approval from department.
Certifications NAMUR, ANSI, CSA, SIL2 certified and SIL3 capable- IEC61511, FM, ATEC flameproof and intrinsically safe approval, IEC ex ia IIC T4/ T6 Zone-1
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 53
20. JUNCTION BOXES AND CABLING PHILOSOPHY
20.a Junction Box
Make: Baliga/ FCG/ STAHL
In general junction boxes shall be used for the following:
a) 4-20 mA DC signals (IS)
b) Contact signals (Field switches, push buttons etc.)
c) Interlock and shutdown signals (Solenoid valves)
d) Power supply to various instruments and motors
The multi-cable entry for 6-pair JB. Each junction box shall be provided with 2 multi
cable entries from the bottom of the junction box with one plugged with flameproof &
weather proof plugs.
Junction boxes, cable glands, plugs and accessories shall be flameproof & weather
proof with double compression in general. Slipper type PVC sleeves shall be used
over cable glands for all cable entries in junction boxes to avoid water entry in
junction boxes. In case of explosion-proof components used, the respective junction
boxes, cable glands and accessories shall be certified weatherproof and explosion
proof.
Only one cable entry shall be used in the junction box. The other cable entry shall be
plugged.
The junction boxes in the field as well as in local panel shall be provided with
sufficient number of terminals to terminate all the pairs of multi-cable (including
spare pairs) and shields of individual pairs as applicable.
The power terminations in JB for pump motor shall be provided with two incoming
(power source) and single outgoing (motor feeder) in a separate Junction Box.
20.b. Cable
Make of cables: Uniflex/ Finolex/ Universal/ IGUS/ LAPP/ Paramount/ RPG
Single / multiple pair cables from instrument to junction box shall be through
perforated trays. Cable glands shall be provided at instrument end and junction box
end. Cable glands and cables from JB to the control panel shall be in SDSC scope.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 54
All cable shall be suitable to hazardous environment. Minimum FRLS cable shall be
selected and inert to the chemical environment withstanding high temperatures.
Cable selection shall be as per NFPA/ IEC/ BIS standard.
Note:
a. Selected model and catalog of instruments shall be submitted to department for
approval and department can suggest during detailed engineering phase.
b. All the selected instruments shall be compatible for process requirements,
ambient and operating conditions, type of hydraulic oil, site requirement etc.
c. Any deviations in spec shall be brought to the notice of department for prior
approval.
d. All instruments in the unit area shall be certified for Zone 1 Gas Group IIC, T4/
T6.
e. Instruments, which are not available as per their standard design from any
reputed manufacturer as intrinsic safe, can be supplied in flameproof design. All
such instruments shall be certified flameproof for the area classification and
requirements indicated.
f. Flame-proof (explosion proof) junction boxes as applicable shall be certified for
IEC-Zone-1, IIC, T4/ T6 for all the classified areas for flame proof instruments.
g. The sizing for all instruments is bidder’s responsibility.
h. Any change in instrument size or revision in line sizes because of sizing shall be
carried out by bidder without any financial implications to SDSC.
i. In case of recommended brands or model are not available, other brands
will be considered based on Technical evaluation and approval by the
PURCHASER.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 55
2.0 Realization of new hydraulic system for CAA
The modified hydraulic circuit for SCVRP-3 will be followed for CAA also. Being the CAA hydraulic is newly realized all the hydraulic/electrical elements shall be considered new for this.
Specification of CAA for design of hydraulic system:
Total weight =5.2t =6t
Angle of rotation (ϴ)= 0O to 130O
Time for swinging of Arm = 6 minutes
Rotation Speed = 24 deg/min.
Operational wind speed: 30m/s
Length of boom: 12m
Specification for hydraulic power pack:
The new power pack of CAA shall be designed inline with the modified
power pack of SCVRP-3. Following measure points shall be considered
Power pack should have two sets of hydraulic pump & motor assembly
temperature gauges, pressure gauge, thermostat, oil level transmitter,
pressure transmitter oil level indicator, two sets of manifold blocks with
control valves such as direction control valve, relief valve flow control valve.
Oil tank made of stainless steel grade SS 316. Capacity of the oil tank will
be 250 liters.Following parameter shall be planned for oil tank,
Man hole
Oil level indicator & oil level transmitter
Filler/breather
Drain valve, 40 NB
Return line filter with clog indicator
Thermostat with temperature indicator
Junction box for motor
Flame proof, Gr-IIC, Zone-1, T4 class electric motor –ABB or other make,
similar to existing SCVRP-3 motor shall be selected.
PVPC type variable displacement axial flow pump of Maximum flow @
1470 RPM of motor: 22lpm@210bar, Maximum working pressure: 280bar,
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 56
Peak pressure: 350bar,make: ATOS/equivalent make shall be considered
similar to SCVRP-3. Apart from this, following assembly items are also to
be included
Coupling for pump motor
Bracket for pump
Pump housing
High pressure hose assembly at pump delivery
Anti-vibration pads etc.
All the valves, instrumentation system etc. shall be same type of SCVRP-3.
Specification of actuator for crew access arm:
Following specification shall be strictly followed for supply of actuators for
CAA.
Torque capacity: 300 KN-m @ 210 bar,
Rotation: 130 Deg. Multi position
Complete with linear position transducers
Rotation Stroke: 0 Deg. (nominal working range)
-1 Deg. (Mechanical working range)
Max. Angular Backlash: 3’
Max. Break way operation: 3 BAR
Mounting orientation: Vertical Axis of Stub Shaft
Seals: Viton, PTFE-BRONGE
Weight including oil: 2830kg (approx.)( can be varied- to be confirmed)
Max. Working Pressure: 210 bar
Proof Pressure: 420 bar( Under rating actuators will not be selected)
Operating temperature: 0 Deg.C to 100 Deg.C
Output type: Involute Tooth System DIN 5480
Angular Speed: Variable / Deg. Per Minute
Operating Hydraulic Oil: Fire Retardant type-Hydra Fluid
FH 51(MIL5606)
Gear oil: FH 51(MIL5606)
Actuator Port Size: 2’’ SAE 6000 PSI (X1-left&X2-Right)
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 57
Leakage / Drain port Size: ½’’ BSP (L1, L2, T1,T2)
Angular Range: 00 – 130deg.
Qty: 02 Nos( 1 to be used and 1 stand by)
Make: AGOP/PARKER / equivalent.
Note: Incase of any other brand of actuator is preferred by tenderer, same need to be
tested for the above technical parameter in presence of department engineer before
clearing the actuator to be used in the circuit.
3.0 Oil recirculation/filtration circuit (Qty-1): For auto cleaning of oil a separate removable circuit containing electric motor, pump,
dual filtration unit of five-micron capacity shall be considered. The quantity of this
circulation unit is- 1no, as same unit will be used for both CAA and SCVRP-3.
However, interfaces in the oil tanks shall be provided to interface the unit for filtration.
Redundancy of this circuit shall not be considered as filtration of oil is considered as
offline activity/maintenance activity. Sample Oil collection port shall be provided
before and after filtration unit. The motor for this circuit shall confirm to flame proof,
Gr-IIC, Zone-1, T4 class compatible.
4.0 Electrical interfacing to the hydraulic system: The following inputs to be considered for interfaces of electrical and instrumentation for
satisfactory performance of hydraulic system as a complete system. In order to
interface with PLC and Electrical panels, power and control junction boxes shall be
considered in the scope of this contract.
Sl.
No.
Description for pump motor in hydraulic pack
1. DOL Starting suitable motor to be
considered
--
2. Junction box for each hydraulic
motor
Two Incoming three phase – single
outgoing 3 phase
-Terminations shall be considered.
3. Winding Temperature and
Vibration Sensing devices shall
be provided for each motor
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 58
The following sensors supply and interfacing with hydraulic pack shall be
considered:
The electrical termination shall be provided in a junction box, from where the sensors
are interfaced to PLC and electrical panels. The power and control junction box shall be
separate. The requirement of electrical item for each circuit is given below.
Sl.
No.
Sensors/
Instruments
Requirement for
each system
Quantity Number for CAA
Qty for SCVRP-3 (containing both 3A& 3B)
1. Electrical Motors for Pump
Main and Redundant
2 Nos 4Nos
2. Pressure
Transmitters
02Nos. for each
pump and 02 for
actuator
6 Nos 12 Nos Note: Extra-4Nos. PT shall be considered as spare
3. Limit Switches for
position
For CAA- at 0 deg.
and 130 deg.
For SCVRP-3- at
0,10, 45, 90 and
102 deg.
All position will
have redundancy
limit switch.
4 Nos 20 Nos Note: Extra 10 Limit switches shall be provided as spare.
4. Oil Level Sensor High and Low Level
only
2nos 4 Nos Note: 2 extra as spare
5. Temperature
Sensor
Single 1 No 2 No Note: 2 extra as spare
6. Solenoid Operation 4 single coil
solenoid
4 8
7. Lock and Unlock
System
Requirement
Power and trip
status
2 4
Note:
All the above sensors shall be compatible to the Flameproof, Group-IIC, Zone-1,
T4 environmental conditions and weather proof suitable exposed to extreme
environment and climatic conditions.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 59
The sensors shall be provided with at least 2 NO + 2NC.
The make shall be of ISRO approved/ reputed make.
The sensors and field elements should be UL, IEC, BIS and other international
certified components.
Exploration of dual coil solenoid shall be done by the supplier.
5.Human rating aspects /Standards/Codes: Following standards shall be followed while designing the Hydraulic system make the
system as human rated:
1. ASME B31.3 (Process Piping)
2. ISO 4413 (Hydraulic fluid power — General rules relating to systems)
3. MIL-A-24533B (Military specification actuators, rotary hydraulic rack and pinion)
Following are the major design guidelines as per the above mentioned Standards:
A. Distribution Piping or tubing:
1. Tubing runs shall be either seamless stainless steel tubing or seamed bright
annealed and passivity super austenitic stainless steel.
2. Fitting sizes shall be limited to ¼ to 2-inch tube size.
3. Maximum operating temperature for fittings is limited to 425OF (218OC).
4. The pressure rating of component shall not exceed the rated pressure of the
corresponding tube fitting size.
B. Pipe Runs:
5. The preferred pipe material is seamless, cold drawn, type 316L stainless steel.
6. All Piping installations shall be designed as per ANSI/ASME B31.3.
7. Use of type 17-4PH and type 303 stainless steel shall be avoided (due to
sensitivity to stress corrosion cracking)
8. The piping shall be made of seamless stainless steel confirming to
DIN17458/ASTM A213 TP316Ti.
9. All the flanges shall be of SAE high pressure series (3000psi).
10. Edge preparation of pipes for welding shall confirm to ANSI B16.25-1992 and
shall be ground smooth.
C. Hoses:
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 60
11. Maximum operating pressure for hose should not exceed ¼ of specified
minimum burst pressure.
D. Pressure Relief Device:
12. Overpressure protection for GSE should be provided by conventional safety
relief valve or pilot operated pressure relief valve only.
13. The body and pressure containing parts for pressure relief device shall be of
300-series stainless steel.
14. All pressure relief valves shall be retested periodically for the proper set
pressure.
E. Shutoff/Metering Valve:
15. Valve bodies and other appropriate parts shall be constructed of 300-series
stainless steel.
F. Filters:
16. Filter shall be installed upstream of all interfaces where control of particulate
matter is critical.
17. Wherever possible, filter elements should be designed to withstand a differential
pressure equal to or great than maximum operating pressure.
Code: ASME B31.3
A. Process Piping
18. Butt welding of pipe lines shall be followed.
19. The welding process is SMAW or GTAW or a combination thereof.
20. Hydrostatic test pressure at any point in metallic piping system shall not be less
than 1.5 times the design pressure.
21. 100% radiography for the buttweld joints shall be carriedout.
Code: ISO 4413
22. All parts of the system shall be designed or otherwise protected against
pressures exceeding the maximum working pressure of a system or any part of
the system or the rated pressure of any specific component.
23. Systems shall be designed, constructed and adjusted to minimize surge
pressures and intensified pressures. Surge pressures and intensified pressures
shall not cause hazards.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 61
24. Hydraulic pumps and motors shall either be mounted where they are protected
from predictable damage, or be suitably guarded.
25. All drive shafts and couplings shall be suitably guarded.
26. Drains, air bleeds and auxiliary ports shall be so installed that they do not allow
ingress of air into the system and shall be so dimensioned and installed that no
excessive back pressure will be generated.
27. The contamination level shall be expressed in accordance with ISO 4406.
28. Filter assemblies whose elements cannot withstand full system differential
pressure without damage shall be equipped with bypass valves.
29. If used, suction filtration devices shall be equipped with an integral bypass valve
to limit the maximum pressure drop at rated system flow to a value.
30. If the failure of a hose assembly constitutes a fluid ejection or fire hazard, it shall
be shielded.
31. The upper limit of the pressure gauge range should exceed the maximum
working pressure by not less than 25%.
32. Pressure damping devices should not be an integrated part of pressure
transducers.
33. A temperature sensing device should be installed in the reservoir.
Code: MIL-A-24533B
34. The minimum torque required shall be obtained at a differential pressure not
more than two-thirds the rated operating pressure.
35. Breakaway Pressure: Differential pressure required to start motion of the shaft
in either direction under no-load conditions shall not exceed 100 Psi (6.89 bars).
36. Transfer of hydraulic fluids across the actuator shall be by internal porting within
the actuator.
37. The maximum design bearing loads shall not exceed the basic dynamic
capacity rating (capacity for one million revolutions) of the bearing used.
38. Gearing shall be fully enclosed and shall operate in an oil bath.
39. An air space shall be provided to allow for thermal expansion of the fluid in gear
case or main shaft cavity.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 62
40. The actuator shall be cycled at least 10 times to ensure the chambers are
properly filled with hydraulic fluid and that any trapped air is purged from the
actuator.
41. Rotary actuators that require a sealed, fluid-filled gear chamber shall be
equipped with a relief valve or other pressure-limiting device.
6.0 Erection methodology:
Tenderer will prepare erection procedure indicating detail of erection sequence
requirements of handling equipment’s and temporary fixtures etc., and furnish the
same for Purchaser’s approval.
The method and sequence of erection will have prior approval of Purchaser. The
Tenderer will arrange for most economical method and sequence available to him
consistent with the Drawings and Specifications. Tenderer shall prepare site
erection procedure. The procedure shall clearly bring out erection sequence of all
components, temporary fixtures requirement and their erection procedure, etc.
Tenderer will provide necessary temporary power connections and establish
erection site office. Tenderer will arrange all the erection/material handling
equipment/machines; else same will be arranged by department in chargeable
basis depending on the availability.
All field connection materials like bolts, nuts, washers and electrodes will also be
supplied by the tenderer. In addition, the tenderer will supply all other materials like
paints, lubricants, which are necessary for the execution of the work in accordance
with the contract.
All material required to be supplied by the Tenderer under this contract will
conform to the relevant Indian standard specifications.
Equipment delivered at site to be inspected and checked as per packing list.
Different units to be placed on respective positions. Different units to be level and
aligned. Packing plates. shims to be used as required. The general erection
tolerances allowed are:
Pumping unit: These shall be placed on their anchor position and levelled to
the following tolerances:
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 63
Level tolerance: + 02mm/m
Elevation tolerance: + 02mm
Alignment tolerance: + 02mm
The pumps shall be aligned with motors with help of two dial gauges and
filler gauges to the following tolerance:
Radial: + 0.05mm eccentricity (0.1mm on dial gauge)
Angular (coupling upto 300mm dia.): + 0.05mm
Coupling clearance: + 0.10mm
7.0 Procedure for pressure test, degreasing, pickling & oil flushing of SS pipe lines and filling of clean hydraulic oil:
PRESSURE TEST:
Purpose: Welding joint piping : In order to ensure correct quality of welding joint
and sealing of pipe joints
Weld less piping: In order to ensure correct sealing of pipe joints
Procedure: Make the loop of pipes together as per size/rated pressure, connect
one end of loop with pressure test source and block the other end.
Refer the operating of particular pipes as per circuit and the test pressure will be
1.5 times of working pressure.
Apply the pressure into pipe loop till it reaches to the desired value
Hold the pressure for a period of 30 minutes’ duration
Observe for any leakage in the pipe looping
If any visible leakage from any joint/welding, depressurize the line & attend the
leakage
Repeat the test till there will be no leakage
PICKLING/DEGREASING:
Purpose: Degreasing is done in order to clean the pipes /remove grease and other
unwanted material from the piping
Procedure:Make the loop of pipes together connect one end of loop with INLET
and connect other end to source tank (return)
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 64
Prepare a temporary Chemical Cleaning circuit consisting of suitable Motor Pump
set, Circulation Tank and necessary Hose connection.
Water Circulation: Fill up the system again with fresh water and carry out the mass
circulation till the pH at the outlet and inlet of the system approach the neutral
value.
De-greasing: The complete temporary circuit and the system are flushed with
water to remove all loose deposits, dirt, dust, etc. Add Sodium Hydroxide(caustic
soda) of 3 to 4% with water. This circulation can be carried out to the duration of
30 to 60 minutes.
Drain the entire Degreasing Solutions.
Water Circulation: Fill up the system again with fresh water and carry out the mass
circulation till the pH at the outlet and inlet of the system approach the neutral
value.
Air/nitrogen Drying: Circulate dry air/nitrogen into the loop to take out the water
content
OIL FLUHSHING:
Purpose: To remove any leftover mini/micro foreign particles inside the pipe lines
Procedure: Make the suitable piping loop as per Pipe diameters
Prepare the Flushing set pump consist of Tank, Pump Motor assembly, Set of
filters
Circulate the oil into piping loop from one side and another side is connected to
tank through filter
The process is run till the desired oil cleanliness (NAS-7) is achieved
NEW OIL FILLING:
Before filling the oil into the system, the cleanliness oil should be maintained better
than NAS Level 7 or ISO16/13.
The oil should be filtered through an external filtration unit to achieve NAS-7 class.
8.0 Testing of components and full system:
After manufacturing/procurement of each components individual element shall be
tested to its rated capacity as per its functionality in Suppler’s place in presence of
TPIA/Department engineering and certificate of same shall be produced.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 65
System level trail suiting with required functional test shall be carried out in
supplier place in presence of TPIA/Department engineering and certificate of same
shall be produced.
Full scale testing of hydraulic element after its erection in UT/SLP site shall be
carried out in presence of TPIA/Department engineering and certificate of same
shall be produced.
Procedure for carrying the above tests shall be clearly explained in QAP.
In all the above testing, precaution shall be taken to avoid any entry of foreign
particle/contamination.
Following test certificate shall be issued by the supplier:
Raw materials identification & physical and chemical test certificates for all
manifold materials used in manufacture of the equipment
Welding procedure specification (WPS), procedure qualification record (
PQR), welding procedure qualification (WPQ)
Details of stage wise inspection &rectification records for fabricated items,
castings, forgings and machined articles.
Manufacturers material and performance/relevant test certificates for all
bought-out items.
Non-destructive test reports as per respective code.
Static/dynamic balancing certificate for rotating components/machines.
Pressure test certificate.
Performance test certificates for all characteristics.
Routine/type/calibration/acceptance special test certificates for electrical
items.
Surface preparation and painting certificates.
Certificates from competent authority for this items coming under statutory
regulations.
Control assembly, alignment & geometrical accuracy certificates.
Polishing, degreasing, pickling & passivation certificates.
No load full load run test certificate.
Safety device test certificate.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 66
Relevant catalogues of bought out items including assembly/erection
procedure.
As built hydraulic system drawings.
9.0 Commissioning and acceptance of the system:
After carrying out the modification/erection work, completing the required interfaces
and inspection by Third Party Inspection Agency (TPIA)& department CLIP team,
sufficient number of manual mode operations and 10 Nos. of auto/remote operation
in normal mode and all the failure modes for each SCVRP will be carried out as part
of commissioning trials. Department will provide detailed Test & Evaluation document
prior to conduction of the tests. After successful completion of these commissioning
and T&E trials only, system can be handed over to the department.
7.1 Storage of materials
All material will be stored as to prevent deterioration and to ensure the
preservation of their quality and fitness for use in the works. Any material which
has been deteriorated or damaged beyond repairs and has become unfit for use
will be removed immediately from the Site, failing which, the Purchaser will be at
liberty to get the materials removed by other agency and the cost incurred thereof
will be realized from the Tenderer’s dues.
7.2 Covered Store
All field connection materials, paints, hydraulic oil etc., will be stored on well-
designedracks and platforms off the ground in a properly covered store building
to be built at the cost of the tenderer.
All the components shall be wrapped with 0.5 mm thick High density
polyurethanesheet prior to the packing and transportation.
7.3 Temporary platforms / scaffolds
It will be the responsibility of the tenderer to provide free of cost planking and
tocover such floors during the work in progress as may be required by any Act
ofParliament and / or bye-laws of State, Municipal or other local authorities.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 67
7.4 Final Cleaning
Upon completion of erection and before final acceptance of the work by the
purchaser, the tenderer will remove at free of cost all false work, rubbish and all
temporary Works resulting in connection with the performance of his work.
8.0 ACCEPTANCE After completing the erection of a unit or portion thereof, the tenderer will give a
notice in writing, stating that the job is complete in all respects and ready for
acceptance. The job will be jointly inspected visually by the representatives of
tenderer and Purchaser. All observed defects and omissions from the drawings and
specification will be noted down. If he defects are not major in the opinion of
Purchaser / or Purchaser’s representative, the tenderer will be issued a acceptance
certificate mentioning the defects, deficiencies and omissions which will be made
good by the tenderer within a period mutually agreed to with thePurchaser.
9.0 MAINTENANCE & GUARANTEE. Commencing from the date of issue of final acceptance certificate or conclusion of
final acceptance test, the tenderer will stand guarantee for a period of 24 calendar
months, for the satisfactory performance of Hydraulic systems. In the event of issue
of more than one certificate by the Purchaser, maintenance period will commence
from the date of issue of last certificate for the particular unit. The Tenderer will
replace / rectify all parts / components which become defective due to poor quality
of material, bad fabrication or erection or due to any act of oversight or omission. All
such rectification or replacements of defective materials or workmanship will be
done free of cost by the Tenderer.
10.0 THIRD PARTY INSPECTION:
A third party inspection agency like BVQ, DNV, MN Dastur, LLoyds etc. shall be
engaged to inspect all the items as per the cleared Genral arrangement
drawings, components drawings etc.& approved QAP from raw material & bought
out item procurement stage to final assembly of item at site and testing.
The supplier shall execute the contract for third party agency and provide all
approved drawings to the party. The cost of the same shall be included in the
quotation.
11.0 QUALITY SYSTEM AND INSPECTION
11.1 GENERAL
11.1.1 Inspection will be carried out at the works of the tenderer during
fabrication and on final product to ensure conformity of the same
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 68
with the acceptable criteria of technical specifications, approved
fabrication drawings and indicated standards.
11.1.2 This specification is in addition to the provisions laid down in
Purchaser’s General Condition of Contract (GCC) and special
instructions to tenderer, if any.
11.2 QUALITY SYSTEM REQUIREMENTS
The tenderer must recognize the importance of quality and follow the defined
quality program in all manufacturing and quality control activities of the product.
The tenderer will define and implement the tasks and controls that will provide
needed assurance in case manufacturing of product is sub-contracted either
partly or fully and / or for the procured components of the product.
Purchaser reserves the right to verify the quality program and entire product
characteristics to assure the intended and specified quality of the product.
11.3 QUALITY ASSURANCE PLAN (QAP)
11.3.1 The tenderer will furnish the Quality Assurance Plan (QAP) for the
respective hydraulic unit / component after finalization of billing schedule
for Purchaser’s approval at least two months prior to start of
manufacturing.
11.3.2 The tenderer will indicate the procurement source and furnish to
Purchaser during discussions on QAP, copies of Purchaser Order, Sub-
Purchaser Order, data sheets as backup reference materials for scrutiny
& finalization of QAP.
11.3.3 Detailed QAP will be prepared by the tenderer based on the general plan
given by Purchaser to avoid any complication later.
11.3.4 QAP will clearly indicate the followings through use of codes in the
appropriate columns:
11.3.4.1 Suggestive check / hold points for Purchaser’s inspection and
witnessing of tests during the fabrication and final product
inspection.
11.3.4.2 Details of test certificates, internal inspection reports and
calibration certificates to be furnished by the tenderer to
Purchaser.
11.3.4.3 Inspection documents to be furnished by the tenderer to
Purchaser for reference during inspection.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 69
11.3.5 While submitting the QAP, the tenderer will indicate the acceptance
criteria regarding check parameters of each component. Acceptance
criteria will have reference of documents viz., Purchaser Order, Sub-
Purchaser Order, T.S., Approved fabrication drawings. Wherever the
acceptance criterion is not available in above documents, the same will
be specified with traceability to national / international specifications.
11.4 TEST CERTIFICATES AND DOCUMENTS.
11.4.1 For each of the items being manufactured/procured, the following test
certificates and documents, as applicable, in requisite copies including
original will be submitted to Department. All test certificates must be
endorsed by the tendererrelated to project, Purchaser order and acceptance
criteria.
11.4.1.1 Raw materials identification & physical and chemical test
certificates for all materials used in fabrication of the component
11.4.1.2 WPS, PQR & WPQ documents as per applicable code
11.4.1.3 Qualification of the welding procedures to be used and the
performance of welder & welding operators shall confirm to the
requirements of the BPV codes and section IX. For equipment
under the purview of IBR, these also shall meet the requirement of
IBR
11.4.1.4 No production welds shall be undertaken until qualification
requirements are completed to the specification of the department.
11.4.1.5 Details of stage wise inspection & rectification records for fabricated
items and machined articles.
11.4.1.6 Surface preparation and painting certificates.
11.4.1.7 Certificates from competent authority for the items coming under
statutory regulations.
11.4.2 The inspection agency will have the right to be present and witness all tests
being carried out by the tenderer at their own laboratory or approved
laboratories. Also, the Inspection agency will reserve the right to call for
confirmatory test on samples, at his discretion.
11.5 INTERNAL INSPECTION BY TENDERER
11.5.1 Inspection and tests will be carried out by the tenderer in accordance with
approved drawings, Technical specification, Purchaser Order, and
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 70
approved QAP. The tenderer will maintain records of each inspection
and test carried out and signed documents will be submitted to
Purchaser for verification.
11.5.2 The tenderer will ensure use of appropriate calibrated measuring
equipment during their internal inspection, as well as, make available the
same during Purchaser’s inspection and test. Also, they will make
necessary arrangement for access and use of Purchaser owned
measuring equipment during inspection.
11.5.3 The tenderer will identify all the inspected component / raw materials & will
maintain the record of status of inspection viz. inspected & found
acceptable, require rectification / rework, rejected etc.
11.5.4 The tenderer will establish and maintain procedures to ensure that product
that does not conform to specified requirements, is prevented from
inadvertent use or installation. The description of non-conformity that
has been accepted subsequently by Purchaser by concession and / or of
repairs will be recorded.
11.5.5 Repaired and reworked product will be offered for re-inspection to
Purchaser along with records of corrective action taken.
11.5.6 The tenderer will not dispatch any equipment till receipt of dispatch
clearance from Purchaser.
11.6 METHOD OF UNDERTAKING INSPECTION & TESTING BY PURCHASER
11.6.1 Agency Responsible: - Inspection / Waiver of component will be
undertaken by purchaser depending upon the location of
manufacturers.
11.6.2 Method of Issuing Inspection Call to Purchaser:
11.6.2.1 Inspection call will be floated to Purchaser with ten days clear
margin, enclosing all documents like test certificates, Internal
inspection reports, Purchase order, Sub-purchase order, T.S.,
Approved QAP, approved GA drawings / data sheets and
fabrication drawings with a copy of call letter to purchaser.
Inspection calls without above documents will be ignored.
11.6.2.2 Department shall have all rights to ask for replacement or accept
with rectification starting from raw material to finished
component/sub-assembly if the requirements/ specifications are not
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 71
complied. All the rectification/ replacement works thus derived from
each inspection shall be carried out without any additional claim.
11.6.2.3 Supplier should prepare all the inspection report like dimensional
report, DP test report, assembly report, functional check report and
produce to department for review and clearance for next process.
11.7 STAMPING AND ISSUE OF INSPECTION DOCUMENTS.
11.7.1 Inspection Memo: -
For stage inspection & for rejected items / items which do not conform
to Technical Specification in one or more quality characteristics
requiring rectification / rework, Inspection Memo will be issued in
standard form indicating therein the details of observation & remarks.
All the non-conformities with respect to specification of the product will
be indicated in the Inspection Memo for further control by Fabricator.
11.7.2 Inspection Certificate: -
On satisfactory completion of final inspection & testing, all accepted plant
& equipment will be stamped suitably and Inspection Certificate in
standard form will be issued by the Inspection Engineer for the accepted
items.
11.7.3 Inspection Waiver Certificate: -
For the waiver category of items identified in the approved QAP,
Purchaser will issue Inspection Waiver Certificate after scrutiny of
tenderer’s Internal Inspection Report, Test Certificates and other
Documents as identified in QAP.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 72
SECTION –D
ANNEXURES
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 73
Annexure -1
SATISH DHAWAN SPACE CENTRE SHAR
Schedule of Price
S.No Description Units Qty
Cost
Unit Total
1.
Supply of hydraulic power pack, manifold, flow components, pipes, hoses and rotary actuator(02Nos) for Crew Access Arm(CAA) as per the tender specification
Lot 1
2. GST for Supply
3.
Supply of hydraulic power pack, manifold, flow components, pipes and hoses for SCVRP-3 as per the tender specification
Lot 2
4. GST for Supply -- --
5.
Erection and commissioning of hydraulic system for CAA & SCVRP-3 including the system engineering works like preparation of all drawings, FMECA, reliability study, QAP, work scheduling etc as per tender specification
Lumps
um 1
6. GST for Service/work contract -- --
7. Engagement of Third party inspection Agency
Lumps
um 1
8. GST for Service -- --
9. Total (sum of 1 to 8) -- --
10 Unit rate of actuator shall be indicated for
information purpose.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 74
Terms & Conditions:
a. The rate quoted shall be on FOR DESTINATION BASIS i.e., FOR DEPARTMENT,
Sriharikota basis. Even unloading of the material at our site shall be your
responsibility at your cost. Thus transportation of material from your works to
DEPARTMENT and unloading at our site shall be the responsibility of tenderers.
b. The taxes applicable for supply and erection/installation shall be indicated separately
in terms of percentage in the unpriced techno commercial offer as well as price bid.
If the offers submitted by the tenderers are silent on taxes, it will be presumed that
quoted rates are inclusive of taxes & duties and no claim in this regard will be
entertained later.
c. Being all the works are interdependent and technically interconnected, overall L1
who is complying to all terms and condition of tender will be selected for P.O.
placement.
Signature of Authorized Person with Seal
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 75
ANNEXURE-2
INFORMATIONS TO BE FURNISHED WITH THE TENDERER
SATISH DHAWAN SPACE CENTRE SHAR
NAME OF THE WORK : ________________________________________
_______________________________________
NAME OF BIDDER : ________________________________________
CHECK LIST FOR TECHNICAL SPECIFICATIONS
Sl. No Technical parameter
(to be followed)
Response by supplier
(Yes/No)
01 Supplier has visited to site for clear understanding of requirement
02 Preparation of work flow chart and QAP
03 Design of the system based on preliminary circuit provided by department, generating the GA drawing, final hydraulic component drawings etc.
04 Procurement of raw materials for manifold block, actuators pipes etc
05 Procurement of bought out item
06 Supply of template of actuator spline for carrying out shaft maching within two month of P.O. release.
07 Supply of one actuator of CAA within 3 months from order release to issue it hinge manufacturer to trail assembly.
08 Assembly of all item at supplier site and no load trail in presence of department engineer
09 Painting, packing & forwarding, storage at site will by supplier
10 Erection of components at site as per department cleared erection procedure.
11 All the machines, material handling equipment& consumables, Jigs & fixtures etc. in scope of supplier. Any material handling equipment used from department will be on chargeable basis.
12 Sufficient no. of erection support items like bolts, jacks etc. shall be kept as spares to use in case of requirement.
13 Commissioning trails in normal mode and failure mode after interfacing of items with control system to be done by department
14 Engagement of third party and inspection of items in component level and after final assembly.
15 Compliance to all relevant human rating standards/code
16 Components level inspection, assemble stage inspection and final commissioning inspection shall be arranged by supplier
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 76
17 Issue of all documents and catalogues, warranty paper for bought out item.
18 Warranty of total work for 24 months from the date of acceptance.
19 Sufficient no. of experienced work force shall be deployed to carryout parallel works
20 Confirm total hydraulic system for CAA(Qty-1 No) is considered for quotation
The total hydraulic system will include: New power pack with dual motor & pump, manifolds, filters, flow components& valves, piping & hoses and actuator (02 nos).
21 Confirm following conditions are considered for SCVRP-3(Qty-2Nos)
- Existing actuators will be utilized as it is.
- New power pack i.e. motor & pump & oil tank to be provided
- New manifold with associated pipes, hoses, flow components &
valves etc. in dual configuration
- The total hydraulic circuit shall be kept in a stainless steel enclosure
having dimension of 850mm(W) and 700mm(thickness) and 1800mm
(Height)(As shown in the attached drawing).
23 Supply & installation of all filed instrument system like Smart PTs, Oil level transmitter, temperature transmitter, pressure switch if any in scope of supplier. Only electrical interfacing will be done by department
All the instrumentation item shall be compatible for flame proof Gr-IIC, Zone-1, T4 class.
24 Supply of flame proof Gr-IIC, Zone-1, T4, IP55 class compatible motors along with necessary junction boxes for motor for SCVRP-3 & CAA
25 Supply of flame proof Gr-IIC, Zone-1, T4, IP 55/IP65/IP67 class compatible limit switches and associated filed junction boxes.
26 All the solenoid operated valves shall be ex-proof compatible for flame proof Gr-IIC, Zone-1, T4 class.
27 Supply of fresh FH51 oil -1000Liters confirming to NAS-7
28 Provision for removable type oil recirculation/filtration circuit shall be considered for CAA & SCVRP-3. Interfaces for same shall be provided in the oil tank.
29 FMECA & Reliability study shall be carried out & report to be submitted to department
30 System Operational document, trouble shouting manual, catalogs, seal details shall be provided
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 77
Annexure-3
INFORMATIONS TO BE FURNISHED WITH THE TENDERER
SATISH DHAWAN SPACE CENTRE SHAR
NAME OF THE WORK : ________________________________________
_______________________________________
NAME OF BIDDER : ________________________________________
CHECK LIST FOR COMMERCIAL TERMS & CONDITIONS
S.No Description Response by
Supplier
1. The detailed scope of work and technical specifications are under
stood and price was quoted accordingly.
Yes / No
2. Signed & stamped copy of tender document is attached with tender
quotation as a token of understanding the complete work
Yes / No
3. EMD attached Yes / No
4. Validity of Offer is 4 months Yes / No
5. Vendor Evaluation Format is attached Yes / No
6. EDEC shall be provided the by Dept. list of EDEC items are provided. Yes / No
7. CDEC shall be provided by the Dept. List of imported items with
quantities are provided.
Yes / No
8. GST at the prevailing rates. If not mentioned it will be assumed that the
price quoted are inclusive of taxes. Being this work is a composite
work GST of 5% is being considered.
Yes / No
9. Delivery Schedule is 8 months from P.O date with milestones Yes / No
10. Accepted the Department Payment Terms Yes / No
11. Warranty for the fully commissioned and accepted system is 24
months
Yes / No
12. 10 % of the Order Value shall be submitted as Security Deposit for the
performance of the contract. Valid till acceptance of the system plus 60
days.
Yes / No
13. 10 % of the Order Value shall be submitted as Performance Bank
Guarantee. Valid till completion of the warranty period plus 60 days.
Yes / No
14. Liquidated Damages (Ref. Clause 19 of Section A.) acceptable Yes / No
15. Latest income tax certificate is enclosed Yes / No
16. Registration certificate of the company is enclosed Yes / No
Signature of Authorised Person with Seal
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 78
EXCEPTIONS AND DEVIATIONS (FORM-J)
In line with Proposal Document, Bidder may stipulate Exceptions and deviations to the
Proposal conditions if considered unavoidable.
SL.
NO
Reference in
Specification
Dept.
Specification
OfferedSpécification DEVIATION
PAGE
NO
CLAUSE
NO
NOTE :
Only deviations are to be written in this FORM-J.
Any deviations taken by the Bidder to the stipulations of the Proposal document
shall be brought out strictly as per this format and enclosed along with the bid.
Any deviations not brought out as per this Proforma (FORM-J) and written
elsewhere in the Proposal document shall not be recognized and the same is
treated as null and void.
Any willful attempt by the Bidders 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.
Absence of any technical information/detail/specification will be considered as
acceptance to tender clauses if not explicitly brought out in deviation/exclusion
summery table.
Signature of Authorised Person with Seal
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 79
Annexure-4
LIST OF TENDER DRAWINGS ENCLOSED
Sl.No. Description Dwg. No. Sheets
01 GAD of hydraulic circuit with
BOQ it of the existing SCVRP-3
UT/SLP-GP-2019-01 02
02 GAD for the proposed new
hydraulic circuit to be followed for
CAA and SCVRP-3
UT/SLP-GP-2019-02 01
03 Conceptual drawing of CAA &
SCVRP-3 in mated and locked
condition.
UT/SLP-GP-2019-03 01
04 Schematic layout of proposed
control system for remote
operation. Attached for overall
understanding for the supplier
Note: The control system is not
part of tender scope of work.
UT/SLP-GP-2019-04
(Annexure on control
system)
04
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 80
Existing SCVRP-3 hydraulic circuit Dwg. No: UT/SLP-GP-2019-01
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 81
S.
No.
Qty./
one
system
Description Part number Make
1 1 TANK 250 LT
INOX 316
DWG.19.372.358 REVA
2 1 VISUAL LEVEL
INDICATOR
LVA20T-VITON MP
3 1 BALL VALVE
2WAY +PLUG
ALBA ½ “ GAS F-F EFFETI
5 2 AXIAL PISTON
PUMP
PVPC-R-3039/ID-PE 17cm3 P.C.
280BAR
ATOS
6 2 FLANGE L35C-101E OMT
7 2 ELASTIC JOINT ND108B-110-42-12+ R103+ND108-34-
22.22-4.76-6.35
OMT
8 2 ELECTRIC
MOTOR
MJA 160-MA4-11KW IM-DELTA
415V(±10%) 50Hz(±5%)/IIG-EExd-IIC
T4IP55ENV.TEMP.+450C (OPERATION
80% RATED VOLTAGE 5MIN.)-
OP.+150% RATED CURRENT 2MIN)
TROPICALIZED FOR TROPICAL
SALTED,WET AND MARINE
ENVIRONMENT.
ABB
9 2 CHECK VALVE ADR-15 ATOS
11 1 ELECTRIC LEVEL Ex Mod-LSA200.SFS.S27S0188
EExd-IIC-T6 Stem and float mat.:
INOX Connection flage contact SPDT
REED
L1=160 L2=80
INDRA
12 1 THERMOMETER Ex Mod.T11E7A.0551.202.150.06 DN
150 Contact EExd-IIC-T6 0/100 L=150
D=8
BOURDONSED
13 1 PRESSURE
SWITCH
Mod.RP2EL0353-ALUMINIUM CASE
EExd-IIC-T6-IP65 0/10 BAR Pmax
40BAR SENSIBLE ELEMENT IN AISI
316-SPDT
BOURDONSED
14 1 STEEL MANIFOLD DWG. 19.144.570 REVA
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 82
15 1 CHARGE PLUGE
AIR FILTER
TCO 501/V FBO
16 2 CHECK
COUPLING
MCS
17 1 RELIFE VALVE KM 012/350/PE SET 250BAR ATOS
18 1 FLOW
REGULATOR
KQ 022/PE ATOS
19 1 SOLENOID VALVE
Ex
DPHA 2713-GK-24VDC-PE-E ATOS
20 1 RETURN FILTER X-FER-40/10/V-PE ATOS
22 3 PRESSURE GAUG INOX MAKE MOD.MEX3.D2.38.38
RANGE 0/400BAR
BOURDONSED
23 2 GAUGE
ISOLATOR VALVE
FT291 TOGNELLA
24 2 PILOTED RELIFE
VALVE
AGAM 10-10-350-GK-A0 24V DC PE ATOS
25 2 CARTRIGE
CHECK VALVE
CAE50/P/VITTON FLUCOM
26 1 CHECK VALVE ADR 20/4 ATOS
27 1 STEEL MANIFOLD DWG. 19.144.569 REVA
28 1 PILOTED CHECK
VALVE
KR 01/2-PE ATOS
29 1 STEEL MANIFOLD DWG.19.144.568 REVA
30 2 SCREW WITH
HOLE
1/16” NPT HOLE DIA. 0.8 39.153.002 REVA
31 2 FLEXIBLE HOSE SAE100R2 ¼ F90. ¼-T6SWA L=610 REVA
32 2 FLEXIBLE HOSE SAE100R2 ¼ F90. ½-T16SWA L=835 REVA
33 2 RELIFE VALVE LPA 20/T-N FLUCOM
40 1 JUNCTION BOX GUB011-SCHEMA 02P122 REVA
Existing SCVRP-3 hydraulic circuit BOQDwg. No: UT/SLP-GP-2019-01
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 83
Proposed new circuit for SCVRP-3 & CAA Dwg. No: UT/SLP-GP-2019-02
44
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 84
S.
No.
Description Part number Qty.
for
CAA
Qty. for
SCVRP-3A
& 3B
Make
1 TANK 250 LT
INOX 316
DWG.19.372.358 1 2 REVA/Equivalent
2 VISUAL OIL
LEVEL
INDICATOR
LVA20T-VITON 1 2 MP/ Equivalent
3 BALL VALVE
2WAY +PLUG
ALBA ½ “ GAS F-F 1 2 EFFETI/ Equivalent
5 AXIAL PISTON
PUMP
PVPC-R-3039/ID-PE 17cm3 P.C.
280BAR
2 2 ATOS
6 FLANGE L35C-101E 2 2 OMT/Equivalent
7 ELASTIC JOINT ND108B-110-42-12+ R103+ND108-
34-22.22-4.76-6.35
2 2 OMT
8 ELECTRIC
MOTOR
MJA 160-MA4-11KW IM-DELTA
415V(±10%) 50Hz(±5%)/IIG-EExd-
IIC T4IP55ENV.TEMP.+450C
(OPERATION 80% RATED
VOLTAGE 5MIN.)-OP.+150%
RATED CURRENT 2MIN)
TROPICALIZED FOR TROPICAL
SALTED,WET AND MARINE
ENVIRONMENT.
2 2 ABB/Equivalent
9 CHECK VALVE ADR-15 2 4 ATOS/equivalent
11 ELECTRIC OIL
LEVEL transmitter
PROFIBUS PA
HART communication protocol
Suitable for transmitters wired to PLC
Analog Input modules of 4 to 20mA.
1 2 Rosemount (Tentative
model : 5300 GWR)
12 THERMOMETER RTD,PT100
4-wire
RTD stem dia shall be chosen as per
process requirement and shall be
submitted to the department.
1 Rosemount (Tentative
Model: 3114 + 214C +
114C)
13 PRESSURE
SWITCH in return
line
Mod.RP2EL0353-ALUMINIUM
CASE EExd-IIC-T6-IP65 0/10 BAR
Pmax 40BAR SENSIBLE
ELEMENT IN AISI 316-SPDT
1 2 BOURDONSED/equiva
lent
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 85
14 STEEL
MANIFOLD
All manifold material must be
GGG40. As per supplier design
2 4 REVA/equivalent
15 CHARGE PLUGE
AIR FILTER
TCO 501/V 1 2 FBO/equivalent
16 CHECK
COUPLING
MCS 4 8 --
17 RELIFE VALVE KM 012/350/PE SET 250BAR 2 4 ATOS/Bosch
18 FLOW
REGULATOR
KQ 022/PE 2 4 ATOS/Bosch
19 SOLENOID
VALVE Ex
DPHA 2713-GK-24VDC-PE-E 2 4 ATOS/Bosch
20 RETURN FILTER X-FER-40/10/V-PE 1 2 ATOS/Equivalent
22 PRESSURE
GAUG
INOX MAKE MOD.MEX3.D2.38.38
RANGE 0/400BAR
2 4 BOURDONSED/Equiv
alent
23 GAUGE
ISOLATOR
VALVE
FT291 2 4 TOGNELLA/Equivalent
24 PILOTED RELIFE
VALVE
Poppet type valve,
Model no: DLOH2A/WPU/24DC
/Equivalent
2 4 ATOS/Bosch
25 CARTRIGE
CHECK VALVE
CAE50/P/VITTON/ Equivalent
model
4 8 FLUCOM/ATOS/BOSC
H
26 CHECK VALVE ADR 20/4 1 2 ATOS/Bosch
27 STEEL
MANIFOLD
All manifold material must be
GGG40. As per supplier design
2 4 REVA/Equivalent
28 PILOTED CHECK
VALVE
KR 01/2-PE 4 8 ATOS/equivalent
29 STEEL
MANIFOLD
All manifold material must be
GGG40. As per supplier design
1 2 REVA/Equivalent
30 SCREW WITH
HOLE
1/16” NPT HOLE DIA. 0.8
39.153.002
2 4 REVA/ Equivalent
31 FLEXIBLE HOSE SAE100R2 ¼ F90. ¼-T6SWA
L=610
2 4 REVA/ Equivalent
32 FLEXIBLE HOSE SAE100R2 ¼ F90. ½-T16SWA
L=835
2 4 REVA/ Equivalent
33 RELIFE VALVE LPA 20/T-N 2 4 FLUCOM/ATOS/BOSC
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 86
H
40 JUNCTION BOX GUB011-SCHEMA 02P122 1 2 REVA/Equivalent
41 Presuure
transmitter
PartNo.-
3051S2TG5A2E11A1AB4I1M
5Q4T1
6 12 Rosemount 3051S
42 Pressure line filter
with clog indicator
5 micron, wire mesh type 2 4 Hydac/equivalent
43 Oil
filtration/recirc
ulation unit
Including flame proof motor,
pump, filter
elements(5micron)
1
(removable type
due to space
constarint)
As per supplier
design
44 Actuator Hydraulically operated rotary
actuator
2 Same
actuator
will be
used
Agop/Parker/Equiv
alent
Note: The design of new circuit is carried out based on existing hydraulic circuit with the
required modification. Based on that, BOQ of circuit is preperaed. Any
suggestion/improvement in cicuit and make/model may be proposed by tenederer and
same will be discussed during finalisation of QAP.
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 87
Proposed new circuit for SCVRP-3 & CAA Dwg. No: UT/SLP-GP-2019-03
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 88
Note on Remote Operation and Monitoring Of SCVRP-3A & 3B& CAA:
As shown in the figure the SCVRP-3 (both 3A &3B) and CAA will be controlled from
the control centre away from the launch pad area. As per the shown philosophy of remote control, the command will be given at mission control centre which will be connected to controller through a network. The controller will be interfaced with motor control centre (i-MCC) which can provide the local and remote control for the SCVRP-3 & CAA.
Proposal
1. Remote Operation of SCVRP-3A and 3B from zero point. 2. Monitoring and logging of electrical and mechanical system parameters:
a) Voltage, Current, Frequency and other power quality parameters b) Incoming MCC Panel switchgear status
Figure: Block Diagram of SCVRP-3A operation remotely
Crew Access arm interfaced with SCVRP-3 Dwg. No: UT/SLP-GP-2019-03
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 89
Figure : Single line diagram of SCVRP-3Aoperation remotely
c) Overload relay status d) Solenoid valves operation status e) Oil Levels of pump f) Oil temperature levels g) Position of SCVRP h) Lock and Unlock status i) Limit Switch Status j) Other Parameters required during realization phase
13.2 Existing System Description and Modifications:
In the
existing scheme, the Power and control circuit of SCVRP is housed in panel
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 90
room near UT. The Local control panel consisting of all push buttons for operation is placed on SCVRP of UT itself. The SCVRP is manually locked and unlocked according to the requirement.
Requirement of Remote Operation: One of the major modifications at UT for Gaganyaan mission is to provision of remote operation of SCVRP-3A and 3B. 1. Swing IN and Swing OUT of SCVRP-3A, 3B and Crew Ingress Arm.
2. Monitoring of operational status.
3. Unlock of SCVRP-3A and 3B
Proposed Scheme: In the proposed scheme new redundant system consisting of following attributes: 1. Intelligent motor control centre panels
2. PLC and SCADA based system for control, monitoring and interfacing
remote control station at Mission Control Centre to Control Panels at UT.
3. Introduction of redundant sensors for critical parameters required for
operation. The Block Diagram of proposed scheme is as shown in the fig
13.2-3.
Figure: schematic diagram of existing system remotely
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 91
System Description: 1. Main and Redundant iMCC panels for remote operation will be introduced.
2. Power Junction box consisting changeover mechanism with remote and
local selection will be introduced.
3. If Selection is Local, the control and operation from existing panels only.
4. If Selection is remote, the control is from either main or redundant panels.
All the field status will be communicated through PLC and SCADA based
system. The control commands through SCADA at control station will be
transmitted through PLC to control panels which in turn operate the
SCVRP.
5. The SCVRP will be automatically locked once it reaches the parking
position. But to unlock the system, the actuating commands to mechanism
shall be given.
6. Interlocks:
a) Either Pump-1 or Pump-2 shall be in operation.
b) Either Main or standby system shall be in operation for remote system.
c) System shall be tripped and bypass provision will be provided for
overload, short circuit, overvoltage and under voltage conditions.
d) System will prompt alarm if oil level is Low.
Figure: Proposed scheme for remote operation of SCVRP-3
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 92
e) System shall prompt alarm if temperature of oil reaches 65 degrees
f) System shall be tripped and prompt alarm if Park Limit is reached during
Swing OUT and Mate Limit for Swing IN operations.
If system trips due to any of the above interlocks, the operator will be alerted by the display of fault along with alarm on SCADA.
Redundancy is provided according to KSC-DE-512-SM REVISION L, CHANGE 5, FACILITY SYSTEMS, GROUND SUPPORT SYSTEMS, AND GROUND SUPPORT EQUIPMENT GENERAL DESIGN REQUIREMENTS, published in the year of 2012.
Figure: Proposed scheme block diagram
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 93
System Architecture
The system consists of hot standby redundant PLC system with redundant
I/O station.
All the field signals and operational status from iMCC panels will be
connected to Remote I/O station of PLC system.
The redundant iMCC modules shall be directly interfaced to PLC system
through network switch.
The operating commands and field status are communicated between
PLC and remote station through fiber optic cable, optical converters and
network switch.
The PLC based on input commands received from remote station
executes and output signals are communicated to panels.
The panel in turn controls the field equipment of SCVRP based on signals
received from PLC.
The status of SCVRP operation is communicated to remote station
similarly.
The redundancy for Remote I/O station, network switches and communication cables and all associated equipment is ensured at each phase as per standards.
Figure 13.3-1: System architecture
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 94
Illustration of Power interfaces under scope of Tender:
PLC and SCADA Control Architecture scheme for SCVRP and CAA System
(which will be realised by department):
Note: The above information on control system is provided for understanding of supplier on control system being planned by SDSC SHAR, which will be carried out by department.
Department scope
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 95
Existing hydraulic circuit of SCVRP-3 UT/SLP
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 96
Existing hydraulic power pack
with manifold block inside the SS enclosure
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 97
Existing hydraulic power elevation view
Tender Specifications : Hydraulic system for SCVRP-3 & Crew Access Arm SECOND LAUNCH PAD
SDSC SHAR 98
Existing hydraulic actuator of SCVRP-3