SHAR ह रक ट ड.घ आ.. भ रत

Size: px
Start display at page:

Download "SHAR ह रक ट ड.घ.524124 आ.. भ रत"

Transcription

1 भ रत सरक र अ त र वभ ग सत श धवन अ त र क श र Government of India Department of Space Satish Dhawan Space Centre SHAR ह रक ट ड.घ आ.. भ रत SRIHARIKOTA P.O , AP, INDIA ट लफ न: Telephone: फ स: Fax: GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P) TENDER NOTICE NO. SDSC SHAR/HPS/PT/13/ On behalf of President of India, Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following: Sl No Ref. No. Description Qty. Tender Fee SHAR SC 2015E e-procurement [Single Part basis] SHAR VAST e-procurement [Two Part basis] SHAR SPP e-procurement [Single Part basis] SHAR CMD e-procurement [Single Part basis] Work Contract for TOMD Workshop Works Procurement, Manufacture, Supply Erection, Testing & commissioning of Assembly Towers & Access Tower for Second Vehicle Assembly Building Supply of Fire Protection Pipe Lines Supply & Installation for 1.5TR Split Air Conditioner for various locations in SDSC SHAR, Sriharikota 1 LS 1 LS 1 Lot 1 Lot No Tender fee shall be applicable for tenders submitted through EGPS Last Date for downloading of tender documents : at 16:00 hrs. Due Date for submission of bids online : at 16:00 hrs. Due Date for Bid Sealing on : at 16:01 hrs. to at hrs. Due Date for Open Authorization : at hrs. to at 17:00 hrs. Due Date for opening of tenders : at 14:30 hrs. Instructions to Tenderers: 01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures. 02. Interested tenderers can download the e-tender from ISRO e-procurement website and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not be considered. 03. Tender documents are also available on ISRO website ISRO e-procurement website and SDSC SHAR, Sriharikota website The same can be down loaded and offer submitted on line in the e-procurement portal. 04. Quotations received after the due date/time will not be considered. 05. The tender documents are available for download upto at 1600 hrs. and last date for submission of tenders on line at 1600 hrs. and Tender Opening on at 14:30 hrs. 06. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations. DT: HEAD, PURCHASE AND STORES 1

2 ANNEXURE I 1.PERIOD OF CONTRACT This contract is valid for Two years and if required it can be extended by one more year with the same rates, terms and conditions on mutual agreement basis. 2.THE SCOPE OF WORK: a) In order to assist for while carrying out Maintenance works to Light Vehicles, Heavy Vehicles, Two Wheelers and also to carry out support works at Fuel filling station, Stores and carrying out wheel alignment works, service schedules to the light vehicles as per Manufacturers recommendations. The manpower deployment at TOMD is indicated tentatively and given below Sr. Mechanic 2; Assist Mechanic -2; Helper 13 nos b) The detailed scope of work is mentioned below under different category for which the parties have to quote adhering to the terms and conditions including the manpower deployment. TYPE A WORKS a. In this type, any of the following works are to be assisted in carrying out of the maintenance works of heavy vehicles. Each work is treated as one unit. One unit of work may consume up to 4 hours (i.e. 0.5 man day) per person. Likely quantity per month is approximately 60 units. General inspection of vehicle as per schedule/ Lubricating oils and filters changing & Air filter cleaning or changing/ All wheel brakes adjusting & testing / Any one of the Fuel system components like filters, fuel hoses, Fuel feed pump changing and fuel system bleeding/ Any one of the Engine cooling system components changing like hose, belt, coolant, water pump assembly, Thermostat/Turbocharger changing/steering system Hose changing/ One wheel hub overhauling/ One wheel Brake linings and drum or pads and disc changing/clutch hydraulic system units like Master/Slave cylinder overhauling/ Gear box Top cover overhauling/ Removing gear box/ Front/ rear seal changing/one wheel Cylinder changing or overhauling/tightening of Suspension spring/ Body U Clamps/Attending break down of vehicles enroute/replacing any one Electrical system units like Self starter/alternator/wiper motor/head Light/ Battery/Indicator Light/All Wheels removal and fitment to vehicle/tyre changing from the wheel disc/silencer pipe to Muffler changing/attending type 250 or 500 Hours service to Mahindra B 275 Tractors ( as per schedule)/ Battery Electrolyte Checking including complete electrical check up like S/s Overhaul, Alternator O/H, wiring check up etc., Any other miscellaneous works which consume 4 man hrs.

3 TYPE B WORKS a) In this type, any of the following works are to be carried out of the Light vehicles. Each work is treated as one unit. One unit of work may consume up to 4 hours (i.e. 0.5 man day) per team. Likely quantity per month is approximately 100 units. General inspection of vehicle as per schedule/ Lubricating oils and filters changing & Air filter cleaning or changing/ All wheel brakes adjusting, bleeding & testing / Any one of the Fuel system components like filters, fuel hoses, Fuel feed pump changing and fuel system bleeding/ Any one of the Engine cooling system components changing like hose, belt, coolant, water pump assembly, Thermostat/Turbocharger changing/steering system Hose changing/ One wheel hub overhauling/ One wheel Brake linings and drum or pads and disc changing/clutch hydraulic system units like Master/Slave cylinder overhauling/ Gear box Top cover overhauling/ Removed gear box front/ rear seal changing/one wheel Cylinder changing or overhauling/tightening of Suspension spring & Body U Clamps/Attending break down of vehicles enroute/replacing any one Electrical system units like Self starter/alternator/wiper motor/head Light/ Battery/Indicator Light/All Wheels removal and fitment to vehicle/tyre changing from the wheel disc/silencer pipe to Muffler changing/ Any other miscellaneous works which consume 4 man hrs/team. TYPE C WORKS a) In this type, any of the following works are to be carried out of the Two Wheeler vehicles. Each work is treated as one unit. One unit of work may consume up to 4 hours (i.e. 0.5 man day) per team. Likely quantity per month is approximately 60 units. General inspection of vehicle as per schedule/ Lubricating oils and filters changing & Air filter cleaning or changing/ Rear & front wheel brakes adjusting, chain inspection & adjusting / Starting trouble rectification related to electrical or mechanical/ Cylinder head removing and decarbonising/front fork removing and fixing/ Front and Rear wheel hub overhauling/ Replacement of Clutch, Accelerator cable, brake cable replacement etc.,/tyre changing from the wheel disc/silencer pipe to Muffler changing/ Any other miscellaneous works which consume 4 man hrs/team. TYPE D WORKS a) In this type, any of the following works are to be carried out of the Fuel Filling Station. Each work is treated as one unit. One unit of work may consume up to 4 hours (i.e. 0.5 man day) per team. Likely quantity per month is approximately 60 units. Petrol, Diesel fuel filling to vehicles/gear Oil, Engine Oil issuing to the vehicles/issue data entry in to the registers/collection of Kiosk coupons from the public/upkeep of Fuel Filling Station/Fuel Tanker Unloading into the Underground tank etc., and any other misc works which are not covered under the above Quantity.

4 TYPE E WORKS a) In this type, any of the following works are to be carried out at Automobile Stores. Each work is treated as one unit. One unit of work may consume up to 4 hours (i.e., 0.5 man day) per team. Likely quantity per month is approximately 100units. Issue of automobile spares i.e., removing from bin, entering the issue details in the bin car and issue of the material/collection of material from central stores and keeping in the racks/collection of tyres from Central stores and keeping in the slots/collection of oil from central stores and keeping in slot/dusting the racks by removing the materials from racks (min 30)/Upkeep of records and any other misc works which are not covered under the above. Maintenance of office Equipments register/ Furniture register, Asset register, Inward & Outward data enquires/ Despatch of office documents to various Sections etc., TYPE F WORKS a) In this type, assistance shall be given while carrying out any of the following works to the Light vehicles/heave vehicles. Each work is treated as one unit. One unit of work may consume up to 4 hours (i.e. 0.5 man day) per team. Likely quantity per month is approximately 100 units. Removal of front/rear door lock assy for repairs/glass regulator O/H/Body sounds rectification/window glass rectification/glass Channels replacement/body U Clamps tightening/silencer pipe removing & fixing/door rattling sound rectification/u beading replacement/front wind shield glass rubber beading replacement/rear wind shield glass replacement/floor removing/floor fixing/tinkering for 100 cm 2 / Painting for area of 100 cm 2 / and any other misc works which are not covered under the above TYPE G WORKS a) In this type, assistance shall be given while carrying out any of the following electrical works to the Light vehicles/heave vehicles. Each work is treated as one unit. One unit of work may consume up to 4 hours (i.e. 0.5 man day) per team. Likely quantity per month is approximately 100 units. Removal and fixing of S/s Assy/Overhualing of S/s Assy/Removal and fixing of Alternator Assy/Overhauling of Alternator Assy/Complete electrical check up/complete wiring Check up/battery removal and fixing after recharge/electrical trouble shooting of Singal Lights, Head Lights, Brake Lights/Wiper motor assy removing and refixing/wiper Motor Overhauling/ and any other misc works which are not covered under the above

5 TYPE H WORKS: a) In this type, the team shall carry out he maintenance works to light vehicles as per manufacturers schedules. One unit of work may consume up to 4 hours (i.e. 0.5 man day) per team. Likely quantity per month is approximately 100 units. General Check Up of Vehicle/10K Service/ 20K Service/Attending break down on route like starting trouble, clutch failure and if necessary toeing the vehicle to work shop/radiator remove and fixing/fan removing and fixing/fip removing and Fixing/Injectors removing and fixing/fuel System trouble rectification/brake pulling problem rectification/ Clutch MC Overhual/Clutch Slave Cylinder Overhaul/Tandem MC Overhaul/and any other misc works which are not covered under the above. b) In this type, the team shall carry out his maintenance works to light vehicles as per manufacturers schedules. One unit of work may consume up to 8hours (i.e. 1 man day) per team. Likely quantity per month is approximately 100 units. 40K Service/ 80K Service/1.0 Lakh KM Service/Brake Overhual/Clutch Overhual/Gear Box removing and fixing to the vehicle/gear Box Overhaul/Differential Overhual/Engine Top Overhaul/Water Pump Overhual/Attending break down on route like starting trouble, clutch failure and if necessary toeing the vehicle to work shop/suspension Overhual/Rear Spring removing and refixing/steering Box Overhaul etc., c) In this type, the team shall carry out the wheel alignment works to light vehicles as per manufacturers schedules. One unit of work may consume up to 4hours (i.e. 0.5 man day) per team. Likely quantity per month is approximately 100 units. Wheel alignment including wheel balancing/correction of alignment by replacing the tie rod ends, ball joints etc., DEPLOYMENT OF SERVICE PERSONNEL: 1. For executing the above works party has to deploy a minimum of two teams consisting of 1 Sr. mechanic, 1 Asst. Mechanic per team for type H works. For executing the works from A to G minimum of 13 persons are to be deployed. The eligibility criterion for the service personnel is given under. a) Sr. Mechanics 2 Nos Meeting the skilled category as per A.P Scheduled employment in Automobile Engineering Workshops including Servicing and Repairs. Qualification & Experience: ITI (Motor mechanic/diesel mechanic) with 3 years experience or) Non ITI with 6 years experience preferably with Light vehicle driving licence. The candidate should be able to repair Tata Light vehicles independently. Experience in overhauling/ repairs to gearbox, clutch, FIP removal& refixing, steering box, air brakes system, engine, major services, electrical system etc is required.

6 b) Asst. Mechanics 2 Nos - Meeting the Skilled category as per A.P Scheduled employment in Automobile Engineering Workshops including Servicing and Repairs. Qualification & Experience: ITI (Motor mechanic/ Diesel mechanic) with 2 years experience (or) Non ITI with 4 year. The candidate should be able to repair Tata Light vehicles independently. Experience in overhauling/repairs to gear box, clutch, FIP removal & refixing steering box, air brakes system, engine, major services, electrical system etc., c) Helpers of Unskilled category 13 Nos (Should have passed minimum Fifth standard and prior experience in Automobile field is preferred.) The approval of the candidate is subject to verification of the experience by TOMD, SDSC SHAR, if required through practical test also. The mechanics should be capable of doing all maintenance & repair works for all the above mentioned makes & models of vehicles. The spare parts required for all the above types of vehicles shall be provided by the Department. All the works will be supervised by the concerned Engineer in charge or any official authorized by the DGM,TOMD. The party/mechanics has to follow his instructions with regard to the day-to-day works of vehicles & for quality as well for quantity work output. The work shall be considered complete only after certification by the Engineer in charge. Contractor shall not sublet, transfer or assign the rate contract or any part thereof without our prior written approval. The work is to be carried out at TOMD workshop, SDSC SHAR, Sriharikota. The rate contract is for carrying out periodical maintenance, major, minor and other break- down maintenance of Heavy/Light/Two wheeler vehicles on all working days (Monday Friday) and on holidays/beyond office hours if required in urgency. The office hours will be from hrs to hrs. If required the services shall be extended to late office hours. However, contractor must be prepared to work during late hours or on holidays whenever called for. PAYMENT TERMS: 1. Pro-rata monthly at the end of each month against submission of your bill. Your bill for the actual work done for each month along with job completion report duly attested by the Engineer in charge and approved by Approving Authority shall be forwarded to Sr. Accts. Officer, SCF,SDSC SHAR, Sriharikota for arranging payment. 2. Contractor has to pay salaries to their personnel as per provisions of the minimum wages applicable. (as per Scheduled employment in Automobile Engineering Workshops including Servicing and Repairs ) The payment for working after office hours should be paid on prorate basis. 3. Income Tax as applicable as per IT act shall be recovered from the monthly bill payable to the contractor s respective account.

7 ANNEXURE II GENERAL TERMS AND CONDITIONS 1. The department will not provide any facilities like accommodation to stay inside Sriharikota, conveyance facility to travel in Dept vehicles, Dept. Canteen facility etc., the party has to seek their own arrangements to stay outside Sriharikota and for conveyance to attend to the works daily at Sriharikota or at Sullurpeta as per the dept. Working hours and extra hours if any required. 2. Tools and special tools required if any cleaning materials like cotton waste, kerosene oil and other sundry items will be provided by the Department. 3. Compensation for injuries: in case, when on duty and during the course of engagement in the work premises of SDSC SHAR under this agreement, if any of the contractor s workforce meet (s) with any injury/indisposition due to accident or other natural calamities, the contractor shall ensure that immediate and adequate medical and viz., first-aid and subsequent treatment facilities are provided to the person (s) concerned free of cost and without fail. In addition, the contractor shall also be liable for meeting the statutory liabilities under the ESI/PF or Workmen s Compensation Act. 4. As per deployment schedule 13 -Helpers, 2- Sr. Mechanic, 2- Assist Mechanics should be made available on all working days i.e., from Monday to Friday (except on Department holidays). If the absenteeism is more than 1 day for each individual of total working days in a month, a penalty of Rs. 100 per day will be levied against the short fall of each deployed work force. 5. Party has to ensure that only Indian nationals who have completed 18 years of age and above are employed for the work and employees deployed are physically and mentally fit. Such employees should possess requisite experience in maintenance to Automobiles. 6. To ensure that the background of the individual employee is verified before employing them, Contractor shall submit a declaration to the Contract Manager to the effect that none of the workers engaged has a criminal background before executing the work assigned to him. 7. The Contractor shall arrange for police verification of the workers and submit the police verification report to the Contract Manager. 8. Party shall ensure all your working personnel are covered by necessary licenses, permits, insurance policy against accidents etc., and you are solely responsible for insurance cover in case of such events occurring due to the performance of the personnel deployed by you at the Department premises during the contract period. 9. Group insurance shall be covered to the manpower deployed by the service provider. A copy of the Insurance Certificate shall be submitted to the Engr-in-charge on the first day of commencement of the contract.

8 10. Party shall make a declaration in every bill for payment that they do not come under the purview of EPF/ESI Acts as on date, in case proof for subscription towards the same is not furnished. 11. The Contractor or workers engaged by Contractor shall not have any rights to claim for employment based on the work done through this contract. 12. Contractor shall not change the workers except in unavoidable circumstances, without the consent of the Engineer-in-charge. 13. If any of the worker (s) is found unacceptable for any reason, the contractor shall be required to post a suitable substitute. 14. The Contractor shall maintain a register for the execution of work and obtain a certificate from the Office-in-charge every day, for having completed the work satisfactorily. 15. It shall be ensured that the persons deputed for the work are attending the duties regularly without any complaint. In case of their absence staying away from duty on account of sickness or otherwise, the Contractor shall provide suitable substitute. 16. If persons engaged by the Contractor is found responsible for any theft, damage, deface, break or destruction of any installations/fittings etc., in the Department, the Contractor shall make good the loss, at Contractor s cost. 17. Director, SDSC SHAR reserves the right to terminate the work order without assigning any reasons thereof by giving one month notice in writing without any financial implications on either side. 18. The contractor shall comply with all Acts, laws including Contract Labor (Regulations and Abolition) Act, 1970 or other statutory rules, regulations, bye-laws as applicable or which might be applicable. 19. All our department vehicles are not covered under insurance Act. In case of any accident while taking test drive if third party is involved, the Compensation to the third party will be borne by the Contractor only. Department is not responsible for the Third Party claims if involved mechanic is found at fault. 20. The Contractor shall pay strictly in accordance with statutory rules on monthly basis to the personnel deployed by him. All statutory requirements under any law applicable for the services under this contract shall be complied with by the contractor to the entire satisfaction of the law authorities. SDSC SHAR in no way will be responsible in this regard. Any liability/compliance disputes arising out of employment by the contractor under any act/statutory provision shall rest with the contractor. SDSC reserves the right to verify (or) demand the proof of payment made by the contractor to the labour as per the statutory rules. 21. Party has to strictly compile minimum wages to the work force deployed by them and for Senior Mechanic Rs 420/-, Asst Mechanic Rs 342 & Helper Rs 305/- from time to time as per minimum wages act.

9 22. Party has to provide uniform, safety shoes & Hand Glouses as a part of work shop safety practices. 23. The Satish Dhawan Space Centre SHAR (SDSC SHAR) reserves the right to terminate the said Contract at any time on the ground of unsatisfactory services rendered by the Agency or on any other ground detrimental in the interests of the Centre. The Centre will be the sole judge in this regard. The decision regarding whether the support works is effective / proper / accurate etc., shall rest with the Centre. SHAR observes that assisting in carrying out support works is not up to the satisfactory level, then the contractor has to take extra efforts in carrying out support works in TOMD. 24. Any dispute arising out of the terms of this contract on the interpretation of any clause here in shall be settled by mutual discussions between the Nominated authorities of the Centre and the authorized representatives of the Contract Agency. The Director, SDSC SHAR, will be final authority in resolving such disputes and his decision will be binding on the Agency. Any dispute arising out of the contract agreement shall come under the jurisdiction of the Hon. Courts in Andhra Pradesh. 25. The agency should possess the requisite registration, PF etc., from State / Central Government Departments as applicable from time to time. The agency will have to maintain registers / records as required under the provisions of various Acts and complete the formalities prescribed there under. The Centre shall not be responsible in any way for any breach of these rules and regulations by the Agency. The Contract is liable to be terminated if breach of rules & regulation is found after the award of contract. a. The attendance muster cum wages register of persons engaged during the month should be duly signed by the individual employees and countersigned by the representative of the Contract Agency & SDSC SHAR. b. All employees have to be paid wages, special allowance at rates, not less than the minimum rates prescribed by the Government under relevant rules. c. All the employees have to be extended coverage of PF/EPF as per the eligibility under PF Act. d. The following registers are required under provisions of various acts & to be maintained up to date in the prescribed format, kept available in the premises of the Centre for inspection of any statutory authority, on demand for example, Register of Persons Employed, Muster Roll, Register of Wages, Register of Deduction, Register of OT, Register of Fines, Register of Advance etc. e. The License under the provisions of Contract Labour (R&A) Act have to be obtained/ renewed and kept operative. The half-yearly /yearly returns are to be submitted in time, to the authority as per rules. 26. The Centre has a right to amend or modify any of the terms and conditions during the period of the contract. 27. All formalities and procedures prescribed under the Contract Labour (Regulation & Abolition) Act, 1970, payment of Wages Act and other related Act should be strictly adhered to. SDSC SHAR s responsibility as Principal Employer should be fully protected.

10 28.A list of the establishments (with their addresses, name of the contact person and telephone numbers) where the Agency is presently rendering its services / has rendered its services along with the performance certificate issued by such establishments must been closed with the quotation. 29.The Agency will have to follow the norms, rules and regulations, guidelines, security standing order of SDSC SHAR and instructions given by the concerned authorities from time to time. 30.In case the workers engaged by the Contract Agency have any grievances, they will take it up with the Agency without creating any disturbance on the campus. Under no circumstances agitation means are to be resorted to by workers of the Agency, on the premises of the Centre. On the expiry of the Contract the Agency undertakes to leave the premises in peace with all the workers without creating any disturbances. The Agency will be solely responsible if the workers engaged by it misbehave or create problems. 31. On award of work the agency shall deposit with the SDSC SHAR, Security Deposit of 10% of the work order cost, which shall bear no interest. This deposit shall be paid by way of Demand Draft within 15 days from the date of the award of contract. Or else the Agency can also furnish the Bank Guarantee of equal amount from a Nationalized Bank in an acceptable form safeguarding interests of SDSC SHAR. The performance Security Deposit will be released to the Agency within a period of two months after completion of the Contract and after fulfilling the all liabilities. 32. The agency may submit bills by 1st day of every month and payment will be made within 07 days from the date of receipt of the bills. Agency should make payment to its workers by depositing directly to the concerned Bank Accounts of the workers on or before 10th day of the Month without fail, irrespective of receipt of monthly bills from the Centre. All deductions due to the Centre shall be made from such bills.

11 S a t i s h D h a w a n S p a c e C e n t e r S H A R Page Destination: Tender Header Format Type : Normal. : GOVERNMENT OF INDIA DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTRE PURCHASE DIVISION Tele No /225174/ Fax No / ID : [email protected], [email protected], [email protected] STANDARD TERMS & CONDITIONS 1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE. 2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:- 1) Part-I Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II Price Bid In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.Excise Duty - SDSC-SHAR is eligible for Excise Duty Exemption under Notification No. 64/95 dated as amended by Notification No. 15/2007 dated and as amended by Notification No. 07/2008 dated and necessary Exemption Certificate will be provided. No claim, whatsoever, for payment of Excise Duty or Cenvat reversal will be allowed later. The suppliers have to take this into account while submitting quotations. Excise Duty Exemption Certificte will be issued only to finished product as per the PO/Contract. EDEC shall not be issued in favour of third parties for raw materials, other components that go in to the manufacture of the end product. Excise Duty Exemption Certificate will be issued in favour of original equipment manufacturer provided (i) the tender has been received from the sole selling agent of OEM concerned (for which documentary proof shall be produced) and (ii) a request for issue of Excise Duty Exemption Certificate was made in the original offer itself. 6.CST - With effect from , Form-D has been withdrawn for Inter-State purchases by Government Departments. Now the percentage of CST on the Inter-State sales to Government Departments shall be the percentage of VAT/State Sales Tax as applicable in the State of the Seller/Dealer. Accordingly, the suppliers have to indicate clearly the % (full rate of tax) of CST applicable against each item in their offers. 7.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 12/2012 dated This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers. 9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period. 11.Security Deposit Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party

12 shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period. 13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly. 15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself. 19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS The Tenderer should submit the following documents/information while quoting:- a)foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual interest in the business. c)registration and item empanelment of the Indian Agent. d)agency Commission will be paid only Indian Currency. e)compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk. b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c.sales Tax is not applicable d.customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided. e.high Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable. 1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices 4.Excise Duty, VAT, Service Tax Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS The following tenders shall be summarily rejected from the procurement process a.tenders received from vendors who have not qualified in terms of their registration. b.tenders received against publishing of a limited tender in the CPP portal. c.tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.unsolicited tenders from vendors. e.the tenders which materially depart from the requirements specified in the tender document or which contain false information. f.the tenders which are not accompanied by the prescribed Earnest Money Deposit. g.the tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.the validity of the tenders is shorter than the period specified in the tender enquiry. i.the tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.the tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition. k.the tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender). l.in case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.if a firm quotes NIL charges / consideration, the bid shall be treated as un-responsive and will not be considered.

13 SPEC.NO. TCE:7517A-D-862- SECOND VEHICLE ASSEMBLY BUILDING PROJECT ASSEMBLY TOWERS & ACESS TOWER FOR SVAB SECTION: TITLE SHEET : 1 of 2 ANNEXURE T0 INDENT NO. : SHAR/VAST/ REQUEST FOR PROPOSAL (RFP). FOR PROCUREMENT, MANUFACTURE, SUPPLY, ERECTION, TESTING & COMMISIONING OF ASSEMBLY TOWERS & ACESS TOWER FOR SVAB SPECIFICATIONS & PRICE SCHEDULE OWNER : INDIAN SPACE RESEARCH ORGANISATION PROJECT : SECOND VEHICLE ASSEMBLY BUILDING LOCATION : SDSC-SHAR, SRIHARIKOTA SECOND VEHICLE ASSEMBLY BUILDING SATISH DHAWAN SPACE CENTRE SRIHARIKOTA INDIAN SPACE RESEARCH ISSUE R0

14 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: CONTENTS TCE:7517A-D-862- ASSEMBLY TOWERS & ACESS TOWER FOR SVAB CONTENTS SHEET : 2 OF 2 REQUEST FOR PROPOSAL FOR ASSEMBLY TOWERS & ACESS TOWER SPECIFICATIONS & ANNEXURES SEC- TION SPECIFICATION NO: TCE:7517A-D-862- ISSUE NO. TITLE: REQUEST FOR PROPOSAL FOR ASSEMBLY TOWERS & ACESS TOWER SPECIFICATIONS A SVAB/TOWERS/SPEC R0 GENERAL SPECIFICATION B SVAB/TOWERS/SPEC R0 TECHNICAL SPECIFICATION C SVAB/TOWERS/SPEC R0 BILL OF QUANTITIES D SVAB/TOWERS/SPEC R0 QUALITY ASSURANCE PLAN E SVAB/TOWERS/SPEC RO WELDING SPECIFICATION ANNEXURES F1 SVAB/TOWERS/SPEC R0 SCHEDULE OF PRICES F2 SVAB/TOWERS/SPEC R0 PREQUALIFICATION CRITERIA F3 SVAB/TOWERS/SPEC R0 SCHEDULE OF GENERAL PARTICULARS / VENDOR EVALUATION FORMAT F4 SVAB/TOWERS/SPEC R0 CONFIRMATION OF ACHIVEING ACCURACY F5 SVAB/TOWERS/SPEC R0 DATA TO BE FILLED F6 SVAB/TOWERS/SPEC R0 SCHEDULE OF DEVIATIONS FROM SPECIFICATIONS F7 SVAB/TOWERS/SPEC R0 F8 SVAB/TOWERS/SPEC R0 SCHEDULE OF TIME FOR MANUFACTURE, DESPATCH AND SHIPMENT TO SITE. SCHEDULE OF BIDDERS EXPERIENCE & DETAILS OF PRESENT WORKS BEING EXECUTED. F9 SVAB/TOWERS/SPEC R0 CHECK LIST F10 SVAB/TOWERS/SPEC BREAK UP DETAILS FOR BOUGHT OUT ITEMS

15 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 1 OF 32 SECTION -A GENERAL TERMS AND CONDITIONS OF THE CONTRACT

16 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 2 OF 32 PROPOSAL DOCUMENT, CLARIFICATION AND ADDENDUM Quotations are invited from the interested bidders for the enclosed scope of work in two part bid. Part-1 technical & unpriced part of the work and Part-2 Priced commercial part. Only experienced Bidders who are qualifying in bid-qualification criteria given in Section F2 only should quote. The RFP document is organized in six sections as follows. Section A Section B Section C Section D Section- E Section-F General Specification, Terms and Conditions of the Contract Scope of Work & Technical Specifications Bill of Quantities. Quality Assurance Plan. Welding Specification. Annexures. Title of the proposal: Procurement, Manufacture, Supply, Erection, Testing and Commissioning of Assembly towers & Access towers for SVAB Date Public Notification issued by ISRO: as per the notification Last Date of downloading tender Document by tenderer: as per the notification Last date of submission of tender documents in online by tenderer: as per the notification Last date of Bid sealing in online by ISRO: as per the notification Last date for giving open authorisation in online by tenderer: as per the notification A PROPOSAL DOCUMENT 1.1. Successful Bidder shall sign & stamp each page of the tender document (RFP) as token of his acceptance and submit the same before order placement Proposal documents shall remain the property of SDSC SHAR and shall not

17 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 3 OF 32 be used for any another purpose without the consent of SDSC SHAR The proposal shall be completely filled in all respects and shall be tendered together with requisite information & Annexure. Any offer incomplete in any particulars is liable to be rejected The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents shall be up-loaded in ISRO e-procurement website The Proposals shall be submitted on-line before the time limit for bid submission specified in the Letter Inviting Bid Supplier shall submit the open authorisation on line with in the time limit specified in the Letter Inviting bid The Proposal will be opened on the date and on the time specified in the Letter Inviting Bid or as soon thereafter as convenient. Proposal not received in time will not be considered Bidders shall set their quotations in firm figures and without variations/additions in the terms of the Proposal documents 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 SDSC SHAR in writing B. PREPARATION OF BIDS 1.1 SITE VISIT Bidder is advised to visit & examine the site and its surroundings to familiarize himself of the existing facilities & environment and shall collect all other information which may require for preparing & 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.

18 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 4 OF VALIDITY OF OFFER Bid shall remain valid for acceptance for a minimum 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 & conditions of Bid finalized till that time. 1.3 COST OF BIDDING All direct and indirect costs associated with the preparation and submission of bid shall be to Bidder's account and SDSC SHAR will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bid process. 1.4 APPLICABLE LANGUAGE/ MEASUREMENTS The bid and all correspondence incidental 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. All the measurements shall be given in metric system. 1.5 ARRANGEMENT OF BID The Bid shall be neatly presented on white paper with consecutively numbered pages. It should not contain any terms and conditions which are not applicable to the Bid. The Bid and all details submitted by the Bidder shall be signed and stamped on each page as token of acceptance, by a person legally authorised to enter into agreement on behalf of the Bidder. (Corrections / alteration, if any, shall also be signed by the same person). 1.6 SCHEDULE OF PRICES The schedule of prices shall be read in conjunction with all the sections of proposal document. The price must be filled online in the same format of

19 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 5 OF 32 Schedule of Prices in Section F1. No copy of price bid shall be enclosed along with other document and upload the same any where in the e-procurement portal. 1.7 DOCUMENTS COMPRISING THE BID Bids shall be arranged in the following order Part I : Technical and Unpriced Commercial Part Technical and unpriced commercial part shall comprise the attachments, specifying attachment number arranged in the order as follows: (a) (b) Submission of bid letter. Demand draft of Rs: 1 lakh as Earnest money Deposit (EMD). (c) Power of attorney in favour of authorised signatory of the bid / proposal documents. (d) (e) (f) (g) (h) (i) (j) (k) All the annexure in Section-F1 to F9 enclosed in proposal duly filled, signed and sealed Bid qualification criteria for supply of assembly towers & access towers and all supporting documents. Write-up on the detailed procedure to be followed for erection and handling equipment including mobile cranes / winches proposed to be followed for erection of assembly towers & access towers. Fabrication shop layout where fabrication of towers are planned. Furnace details for stress relieving annular ring of Ø5m diameter. Details of machines for machining the sub-systems like annular ring of Ø5m diameter, columns of length 4m length, brackets, liners, pulleys, rope drum etc. Details of CNC machines for machining / drilling of Interface rings. Assembly Shop layout drawings suitable for control assembly of Full motor assembly fixture, nozzle end segment assembly fixture and nozzle support fixture

20 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 6 OF 32 (l) (m) (n) (o) (p) (q) (r) (s) (t) (u) (v) (w) (x) Pneumatic circuit for proposed platform folding movement. 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. Firm establishment certificate. Audited balance sheet including profit and loss account for last three financial years showing annual turn over Latest income tax returns certificates for last three years. Latest solvency certificate from a scheduled bank. Description of the procedures adapted for material procurement, fabrication with deviations from technical specification and proposed design modifications. Data sheets for all the equipment & checklists enclosed in proposal duly filled, signed & stamped. Technical literature & data sheets of equipment / machinery used by him and any other document as mentioned in the proposal. Project execution plan Bar chart for supply & erection schedule indicating the date of completion of various activities so as to complete the execution of the contract within the time frame stipulated in the tender specification. Any other relevant document, bidder desires to submit. Section: F10 should be submitted in a sealed cover along with hard copy of technical bid. Top of the cover should written as DONOT OPEN price break up details for bought out items Part II : Priced Commercial Bid Priced commercial bid shall be filled on line in the price bid format. Schedule of prices also to be filled in the online format and no separate document shall be attached. Deviations in terms and conditions, assumptions, conditions, discounts etc. shall be stipulated in format specified in the portal. SDSC SHAR will not take

21 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 7 OF 32 cognizance of any such statement and may at their discretion reject such bids. C. BID SUBMISSION Bids duly filled in by the Bidder should invariably be submitted as stipulated in the Letter inviting bid. Bids shall be submitted in the following manner. 1.1 PART I : UN PRICED TECHNO-COMMERCIAL PART OF THE BID FOR THE WORK 2 Complete Techno commercial part of the bid shall be filled online in the vendor Specified Terms form of the e-tender. Any documents related (demand draft for tender fee & EMD ), technical literature, guarantee / warrantee certificates and any other relevant documents as per the tender shall be scanned in lower resolution format and uploaded to the e-tender under Documents solicited from Vendor form only in ISRO e-procurement portal ( ). In case if the space for uploading is not sufficient, hard copy of the balance documents shall be submitted before due date. Envelope of technical bid shall be marked with following: PART-I TECHNO-COMMERCIAL BID Name of client : Satish Dhawan Space Centre SHAR Indian Space Research Organisation Title of the proposal : Supply, Erection, Testing and Due date and time of the opening : DD/MM/YYY Commissioning of Assembly towers & Access tower for SVAB From (Name of the bidder with address) : To: Head, Purchase & Stores Satish Dhawan Space Centre SHAR ISRO, Dept. of Space Govt. of India

22 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 8 OF 32 Sriharikota , SPSR Nellore Dist, Andhra Pradesh, India The deviation statement and checklist shall be filled online, without which the bid will not be considered. 2.1 PART II : PRICE PART OF THE BID FOR THE WORK Price bid shall be filled in the on-line price bid form of the e-tender only in ISRO e- procurement website The cost of spares and other prices shall be filled in the respective forms available on-line in the e- portal. Any other terms and conditions given in this part shall not be considered and if insisted upon by the Bidder, bids are liable for rejection. a) SDSC SHAR may open Part I of the bid on the due date of opening subject to meeting the minimum evaluation criteria. Price Bids (Part-II) of technically and commercially acceptable offers shall 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) Any bids/offers with price details in Techno-Commercial Offer (Part I) shall be rejected. d) SDSC SHAR reserve rights to place order for either full quantities of all items or partial quantities and partial items based on the unit rates available. D. Vendor Evaluation Format SDSC SHAR seeks response to the given 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. Schedule of general particulars / vendor evaluation format shall be filled as per Section: F3. Schedule of Bidders experience and details of present works being

23 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 9 OF 32 executed are to be filled as per Section :F7. Note: In order to consider as valid experience, all the experience has to be supported with the technical details, completion certificate and purchase order. E. DETERMINATION OF RESPONSIVENESS 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. F. EARNEST MONEY DEPOSIT 2.1 The tenderer shall remit Rs. 1 Lakh as Earnest Money Deposit (EMD) in the form of demand draft (DD) with the tender, failing which the tender will not be considered. 2.2 If any party is exempted from paying Earnest Money Deposit (EMD) relevant exemption certificate is to be provided along with offer. 2.3 The EMD shall be remitted by a DD from any Nationalized / Scheduled Bank in favour of ACOOUNTS OFFICER Satish Dhawan Space Centre SHAR, Payable at SBI, Sriharikota. 2.4 Cheque will not be accepted towards EMD. 2.5 EMD by the unsuccessful tenderer will be refunded after the finalization of tender. EMD shall not bear any interest. 2.6 EMD of the successful tenderer will be refunded after receipt of Performance Security. 2.7 DD Number and other reference details shall be filled on-line, and the original DD shall be sent to Head, Purchase & Stores, Satish Dhawan Space Centre SHAR, ISRO, Dept. of Space, Govt. of India,Sriharikota , before the tender due date. 2.8 Purchase preference will be extended to the MSME s under the public

24 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 10 OF 32 G procurement policy for MSMEs formulated under the Micro, Small and Medium development act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSMEs should clearly mention the same and submit all the documentary evidence to substantiate their claim along with tender itself. BID EVALUATION 2.1 During evaluation, SDSC SHAR may request Bidder for any clarification on the bid OR additional documents. 2.2 Techno-commercial discussion shall be arranged with Bidder, if needed. Bidder shall depute his authorised representatives for attending discussions. The representatives attending the discussions shall produce authorisation from his organisation to attend the discussion and sign minutes of meeting on behalf of his organisation if required. The authorised representative must be competent and empowered to settle/decide on all technical and commercial issues. 2.3 Bidder must provide the point by point compliance to the technical specifications along with deviations as per Schedule of deviations attached in section F5. The tender will be rejected, if the deviations are not acceptable to the Department. 2.4 Performance of Bidder on similar nature of works executed/ under execution shall be taken into consideration before selecting the Bidder for opening his price bid. 2.5 The time schedule for completion is given in the Proposal document. Bidder is required to confirm the completion period unconditionally. 2.6 If necessary, to arrive at evaluated prices, wherever applicable, loading on total quoted prices shall be done. Lowest offer is based on landed cost only along with taxes. 2.7 SDSC SHAR reserves the right to accept a bid other than a lowest and to accept or reject any bid in full or part without assigning any reasons. Such decisions by SDSC SHAR shall bear no liability whatsoever consequent upon such decision.

25 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 11 OF SDSC SHAR reserves the right to split the order or alter the quantities specified based on prices quoted for part work or unit rate quoted by BIDDER. 2.9 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.

26 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 12 OF 32 SECTION-A.1 GENERAL SPECIFICATION

27 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 13 OF INTRODUCTION SDSC SHAR invites tenders in sealed covers from reputed firms with proven ability to Procurement, Manufacture, Supply, Erection, Testing and Commissioning of Assembly towers & Access towers for SVAB as per the specifications 2.0 SCOPE OF WORK AND TECHNICAL SPECIFICATIONS The detailed scope of work and technical specifications are given in Sections B, C, D, & E of RFP document. 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 codes requirements SUBMISSION OF TECHNICAL DOCUMENTS Supplier shall prepare and submit to SDSC SHAR for approval of following documents and drawings: Technical literatures & data sheets of equipment used by him Fabrication shop layout for fabricating platforms, guide columns & support brackets etc Details of heat treatment / stress relieving equipment for annular ring of Ø5m diameter Details of machines for machining the sub-systems like annular ring of Ø5m diameter, columns of length 4m length, brackets, liners, pulleys, rope drum etc Assembly Shop layout drawings suitable for control assembly of Full motor assembly fixture, nozzle end segment assembly fixture and nozzle support fixture Erection sequence schedule Detailed Quality assurance Plan

28 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 14 OF No activity shall be executed unless SDSC SHAR s approval is obtained. The above documents shall be submitted in a format approved by SDSC SHAR DESIGN, FABRICATION & SUPPLY Supplier shall carry out detailed engineering, fabrication and supply the assembly towers and access towers in accordance with the scope, technical specifications and terms & conditions of contract DELIVERY AND STORAGE 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 The Supplier shall be responsible for transporting all the equipment to site, unloading and storage No equipment shall be delivered without obtaining dispatch clearance from SDSC SHAR All the equipment shall be properly packed to avoid any damage during transportation / handling / storage The equipment received at site shall be stored at a place assigned for this purpose Supplier shall take proper care while storing the equipment and shall provide watch & ward at his own cost. 4.0 INSTALLATION 4.1. GENERAL Supplier s staff shall include adequate number of competent erection engineers with proven experience on similar works to supervise the erection works and sufficient skilled, unskilled and semiskilled labour to ensure completion of work in time Supplier's erection staff shall arrive at site on date agreed by SDSC SHAR. Prior to proceeding to work, Supplier shall however, first ensure that required/sufficient part of his supply has arrived at site.

29 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 15 OF Erection of equipment may be phased in such a manner so as not to obstruct the work being done by other Suppliers and / or operating staff who may be present at that time During erection, Department's quality team / their engineer will visit site from time to time with or without Supplier s engineer to establish conformity of the work with specification. Any deviations, deficiencies or evidence of unsatisfactory workmanship shall be corrected as instructed by Department 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 building / environment shall be made good at no extra cost to Department RECORDS 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 TOWERS ERECTION Supplier shall carry out the works in accordance with the specific instructions given on the approved drawings, method statements, manufacturer s drawings / documents or as directed by Department. Equipment shall be erected in neat manner so that they are level, plumb, and square and properly aligned and oriented. Tolerances shall be as established in manufactures drawings or as stipulated by Department. No equipment shall be welded or bolted, until its alignment is checked and found acceptable by Department Supplier shall provide all supervision, labour, tools, machines, cranes, equipments, scaffolding, rigging material and incidental material such as bolts, wedges, anchors, etc. required to complete the works. Supplier shall also provide at his own cost all such consumables like oxygen - acetylene gas, welding rods, grinding wheels, temporary supports, shims etc. required to complete work Supplier shall take utmost care while handling instruments, delicate equipment, panels etc. and protect all such equipment on erection.

30 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 16 OF SAFETY Supplier shall follow the safety regulations / codes and shall take necessary measures at his own cost ERECTION & CONSTRUCTION POWER Electrical power and available material handling equipment may be extended by SDSC SHAR on chargeable basis, as per the tariff rules of State Electricity Board and SDSC SHAR. Reasonable quality of normal Construction power will be made available at one point (415V, 3 phase, 50 Hz). However onward distribution shall be by the supplier. Installation of necessary energy meters, switchgear & distribution system, etc for Construction power in a safe manner in strict conformity with local rules & regulations will be responsibility of supplier During non-availability of power, supplier shall make his own arrangement of alternate power source at their cost WORK RULES AT SDSC-SHAR The work shall be carried out on SDSC-SHAR working days only or permission to be obtained from the contract manager for late hours / holidays SITE CLEARANCE Upon completion of work, supplier shall remove all his equipment and material from the site within one month or time mutually agreed. Supplier at all times shall keep site in clean 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 ACCOMMODATION Accommodation will not be provided by SDSC SHAR to Contractors Supplier shall make their own arrangement for accommodation, transportation & canteen facility for all his staff, technicians, labour & workers MEDICAL FACILITIES

31 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 17 OF 32 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 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 SUB-CONTRACTS No work shall be sub-contracted with out prior approval of SDSC SHAR Supplier shall be responsible for the proper execution of any sub-contract placed by him in connection with this purchase order Supplier shall furnish to SDSC SHAR the copies of all un-priced sub-orders showing promised delivery dates and places CHANGES AND MODIFICATION TO SPECIFICATIONS, DRAWINGS AND QUALITATIVE / QUANTITATIVE REQUIREMENTS Supplier shall obtain approval from SDSC SHAR before initiating the action for procurement of bought out items During the fabrication review, supplier has to carryout the mutually agreed modifications to meet the overall requirement. 5.0 RECORD OF DRAWINGS AND O&M MANUALS 5.1. Supplier shall submit 3 hard copies & one soft copy of all the approved drawings incorporating any modification / changes made during the execution of CONTRACT. All these drawings shall be marked as 'As Built' Supplier shall submit 3 hard & one soft copy of O&M manual. These manuals should indicate weekly, monthly and yearly maintenance schedule and other instructions necessary for safe maintenance of equipment Submission of the drawings and manuals shall be a precondition for releasing of any final payment due to Supplier. 6.0 EXCISE DUTY

32 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 18 OF 32 SDSC-SHAR is eligible for Excise Duty Exemption under Notification No. 64/95 dated as amended by Notification No. 15/2007 dated and 10/97 with amendments SDSC-SHAR will provide necessary Exemption Certificate. No claim for payment of Excise Duty or Cenvat reversal will be allowed later. Department will issue Excise exemption certificate only to the final finished product only. No certificate will be issued to input raw materials or equipment / Bought out items. The supplier has to consider this into account while submitting quotations. 7.0 CUSTOMS DUTY 7.1. SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No.12/2012 dated This may be taken into account while considering the import of items, if any 7.2. The customs duty that becomes payable even against production of customs duty exemption certificate (limiting to the items as per the foreign exchange component indicated in the price schedule) will be reimbursed on production of documentary evidence (copy of assed Bill of entry & TR-6 Challan). Hence this component need not be included in the quoted price Customs clearance and other formalities at the destined port within the country shall be handled by the Supplier at his own cost. Further the transportation from the port to the work of Supplier or site shall be arranged by Supplier at his own cost Customs duty exemption will be issued to pneumatic motors, bearings, couplings, right angle gear boxes, if required by successful tenderer. 8.0 SALES TAX / VAT With effect from , the facility of Inter-State purchases by Government Departments against Form-D has been withdrawn. Now the rate of CST on the Inter-State sale to Government Departments shall be the rate of VAT/State Sales Tax applicable in the State of the selling dealer. Accordingly, the suppliers have to clearly indicate the percentage of CST/ VAT applicable against each case in their tenders. 9.0 SERVICE TAX Service tax, if applicable shall not be included but indicated separately in

33 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 19 OF 32 schedule of prices (percentage of service tax applicable & amount on which it is applicable) 10.0 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, 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 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) PERFORMANCE SECURITY The supplier, whose tender is accepted, will be required to furnish by way of Performance security for the due fulfilment of the contract such a sum as will amount to 10% of the contract price of the work awarded The Performance security (bearing no interest) shall be held by the Department as security till satisfactory completion, testing and handing over of all the system and for the due performance of all suppliers obligations under the contract as per delivery period or extension granted thereof by the Department 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 favour of Accounts officer, Satish Dhawan Space Centre SHAR drawn on SBI and payable at Sriharikota. ii. By a bank guarantee in the prescribed format (required format will be provided after award of contract). The bank guarantee shall be from a nationalized bank for & shall be valid for 30 days beyond completion period.

34 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 20 OF In case of breach of contract, the Performance Security shall stand forfeited in addition to other relief available to the Department under this contract PACKING AND FORWARDING 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 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 ARBITRATION In the event of any question, dispute of difference arising under these conditions or any conditions contained in the Purchase Order or in connection with this contract, (except as to any matters the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration of the head of the Purchase Office or some other person appointed by him, it will be no objection that the arbitrator is a Government Servant that he had to deal with matter to which the contract relates or that in the course of his duties as Government Servant he had expressed views on all or any of the matters in disputes or difference. The award of the arbitrator shall be final and binding on the parties of this contract. It is Term of this contract: a. If the arbitrator be the head of the purchase office. i. In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor-in office either to proceed with the reference himself, or to appoint another person as arbitrator, or. ii. In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Purchase Office to appoint another person as arbitrator: or

35 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 21 OF 32 b. If the arbitrator be a person appointed by the Head of the Purchase Office in the event of his dying, neglecting or refusing to act, or resigning or being unable to act, for any reason, it shall be lawful for the Head of the Purchase Office either to proceed with the reference himself or to appoint another person as arbitrator in place of the outgoing arbitrator. Subject as aforesaid, the Indian Arbitration and Conciliation Act, 1996 and the rules there under and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The arbitrator shall have the power to the extent with the consent of the Purchaser and the Contractor the time making and publishing the award. The venue of arbitration shall be place as the purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible, continue during arbitration Proceedings. c. In case order is concluded on the public Sector Undertakings, the following Arbitration Clause will be applicable. In the event of any dispute or differences relating to the interpretation and application of the provisions of contracts, such dispute or difference shall be referred by either party to the Arbitration of one of the Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Bureau of Public Enterprises. The Indian Arbitration and Conciliation Act, 1996 shall not be applicable to the Arbitration under this clause. The award of the arbitrator shall be binding upon the parties to the dispute provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such Additional Secretary when so authorised by the Law Secretary whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the arbitrator.

36 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 22 OF 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 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 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 GUARANTEES The Supplier shall guarantee that the equipment furnished by him is in conformance with the requirement of the specifications. Goods covered by the contract shall be free from defects in materials or workmanship for a period of Twelve months from the date of successful commissioning & acceptance by Department WARRANTY The bidder shall provide 12 months warranty for the entire system for a defect liability, after final official handing over at his cost. During this period, supplier has to provide and adhere to the following: He has to attend quarterly based preventive maintenance visits and breakdown maintenance calls. All the defective components have to be replaced or rectified on one to one basis Break down maintenance should be responded within 48 Hours time and shall be completed within 48 Hours after respond Department will not provide any transport/accommodation.

37 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 23 OF In case vendor fail 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 the vendor 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 SCHEDULE OF PRICE CONTRACT price shall include all costs of Procurement, Manufacture, Supply, Erection, Testing and Commissioning of assembly towers & access towers for SVAB, shop testing, packing, forwarding, transport to site, unloading, storage, all risk coverage, erection, installation, testing & evaluation and commissioning of equipment including any other cost for proper and complete execution of the CONTRACT CONTRACT prices shall also include all travelling expenses, living expenses, salaries, overtime, benefit and any other compensation for engineers, supervisors, skilled, semiskilled workmen, watch and ward staff, labours and other staff employed by the Supplier, cost of tools and tackles required for erection and other consumable material required, and all taxes, duties, and levies as applicable on the date of submission of bid Price shall be firm & fixed Supplier shall quote the prices similar to price bid format enclosed as Section F The rate quoted shall be on FOR SDSC SHAR, Sriharikota basis The taxes applicable for supply, transportation and erection & commissioning shall be indicated separately in the 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 Department is exempted from Customs Duty and Excise Duty. Necessary Exemption Certificate will be provided by the Department. This may be taken into account while quoting.

38 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 24 OF DISCOUNTS Tenderer shall not indicate any discount separately and quoted price should be after deducting the discount MODE OF PAYMENT All the payments due to Supplier will be made in Indian currency by crossed Account Payee cheque sent to the registered office of the Supplier. Bidders can submit the banker details and payments can also be made through ECS TERMS OF PAYMENTS General guideline TERMS OF PAYMENTS are as indicted below. Any deviation to these payment terms to be brought out FOR SUPPLY OF ITEMS INLCUDING BOUGHTOUT ITEMS (i.e. supply of fabrication items, supply of fabricated machined items, supply of forging machined items, supply of Bought out items) % of supply cost as advance against submission of bank guarantee for an equal amount from a reputed nationalized/scheduled bank and shall be valid till Contract completion period. Format of Bank guarantee shall be obtained from Department after award of contract % of supply cost payment on prorata basis against receipt of complete material at Purchasers / Department site, along with 100% VAT/CST % of supply cost after successful commissioning & acceptance by Department of equipment and system covered under contract and against submission of Performance bank guarantee of equal amount valid till warranty period plus 3 months claim period FOR ERECTION, TESTING AND COMMISSIONING OF ASSEMBLY TOWERS & ACCESS TOWER AT SITE % of erection cost as mobilisation advance after mobilisation at site & against submission of bank guarantee valid till erection, commissioning and acceptance.

39 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 25 OF % of erection cost against pro-rata progress at site (duly accepted by Department) % of erection cost along with Service tax after successful commissioning and acceptance by Department of equipment and system covered under contract and against submission of performance bank guarantee of equal amount valid for guarantee/warranty period FOR THIRD PARTY INSPECTION CHARGES % of third party inspection charges after receipt of complete material at purchasers / Department site % of third party inspection charges along with service tax after Erection, Commissioning and acceptance of the system PERFORMANCE BANK GUARANTEE The supplier shall guarantee for the performance of the equipment by providing bank guarantee in favour of the Department for an amount equivalent to 10 % (ten percent) of the total value of this contract valid till the warranty period of the contract plus 3 months claim period The performance bank guarantee shall be submitted by the supplier with in fifteen days from the date of accepting the equipment as per the CONTRACT. Format for the performance bank guarantee shall be obtained from the Department DELIVERY SCHEDULE The realization of fabrication works within the schedule is very essential. Hence, bidders are requested to adhere to the schedules given below. Contractor shall follow the following schedule for executing the contract: S.No Description of Target Respons ibility Target Completion Date 1 Purchase Order release Dept. T 2 Kick off meeting Vendor & Dept. T + 10 days 3 Preparation of fabrication / part drawings, bill of materials finalisation of QAP. Vendor & Dept. T + 1 month

40 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 26 OF 32 S.No Description of Target Respons ibility Target Completion Date 4 Release of orders for raw material, bought out items and fabrication works 5 Completion of fabrication / manufacturing of items and control assembly. Vendor Vendor T months T + 7 months 6 Receipt of all items at Department site. Vendor 1 months from the date of dispatch clearance 7 Erection, Commissioning of the equipment. Vendor 2 months from the date of site clearance for erection 25.0 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 of 0.5 percentage per week or part thereof of the undelivered portion of the total contract price of equipment or work. However, the total liquidated damages shall not exceed 10.0 percentage of the total Contract price. The LD reckoning date shall be T+8 months for supply portion and 2 months from the date of clearance for erection & commissioning portion of the contract price DISCLOSURE AND USE OF INFORMATION If the documents supplied by SDSC SHAR are marked Strictly Confidential, supplier shall take all necessary steps to ensure the same 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 party without prior written permission of SDSC SHAR. All drawings & documents shall be returned after execution of work No publicity of any kind whatsoever regarding this work shall be given without prior clearance from SDSC-SHAR ACCEPTANCE AND REJECTION:

41 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 27 OF 32 ACCEPTANCE AND REJECTION: On completion of the work or part of the work as specified in the contract, the representative of the Department referred to, shall check as soon as possible, but in any event within one month of notification of readiness for acceptance that the work performed complies with the contract requirements as regards quantity and quality. In the event of rejection of any of the articles, whereby the Supplier feels himself aggrieved, he may within eight days of the receipt of notification of rejection and before such articles have been removed from the place of inspection, give the Department notice of objection. Such objection shall be considered by a Board of Appeals of the Department. The Department shall, without prejudice to the arbitration clause in the contract, take a decision upon presentation of the Board's findings. On completion of tests, the members of the Inspection Organisation of the Department or Inspection agency appointed by Department shall prepare a report, which must be countersigned by the Supplier 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 If Supplier s performance or his obligations remain suspended or the rate of progress is reduced, then, the time of completion will be suitably extended and all costs incurred by Supplier as a result of suspension or reduction in rate of progress will be paid to Supplier provided that the suspension or reduction in the rate of progress is not by reasons of Supplier's default or breach of Contract CANCELLATION GENERAL RULE 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

42 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 28 OF 32 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 WITHOUT FAULT OF SUPPLIER In the case of cancellation of a contract by the Department without any fault of the Supplier, the Supplier shall on receipt of Department's instructions forthwith take the necessary steps to implement them. The period to be allowed to implement them shall be fixed by the Department after conclusion with the Supplier and, in general, shall not exceed three months. Subject to the Supplier confirming, Department shall take over from the Supplier at a fair and reasonable price all finished parts not yet delivered to the Department, all unused and undamaged material, bought-out components and articles in course of manufacture in the possession of the supplier and property obtained by or supplied to the Supplier for the performance of the contract, except such material, bought-out components and articles in course of manufacture as the supplier shall, with the agreement of the Department, elect to retain WITH FAULT OF SUPPLIER: The Department reserves the right, after full consideration of all relevant circumstances, including the observations of the supplier, to cancel a contract in any of the following circumstances In the event of the Supplier's failure to meet (i) (ii) The Technical requirements of the Supplier. The Progress and/or delivery requirements If the Supplier has not observed the provisions of the contract concerning the disclosure and use of information provided by the Department If the Supplier fails to comply with the provisions of the contract concerning the equipment, supplies and technical documents made available by the Department If the Supplier transfers his contract without the Department's authorization or concludes sub-contracts against the Department's explicit directives.

43 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 29 OF In the event that Supplier unjustifiably repudiates the Contract or fails to ship or dispatch all or part of the goods ordered for reasons other than those attributed to the Department s actions or as provided in the Force Majeure clause, the Department may, by giving an appropriate notice in writing to the Supplier, fix a Date of Essence by which the Supplier must complete the dispatch in full. If the Supplier fails to do so, the Department, in addition to his right to recover Liquidated Damages in terms of the Contract, shall also have the right to cancel this Contract and make substitute purchases from other sources. If the goods are in a partial state of fabrication, Department may have the fabrication completed by other means, in which event Supplier shall be liable to Department for the additional expenses incurred thereby, but shall not have any claim on savings, if any, in such cases. In the event of such cancellation, the Department shall unless otherwise specified in the contract, only pays. - In the case of a fixed-cost contract for the supply of equipment or material. The contractual value of items delivered and accepted under the contract before receipt of notification of cancellation, or to be accepted under the special conditions of cancellation. - In the other cases. A fair and reasonable price in respect of such work as has been carried out prior to the receipt by the Supplier of notification of cancellation FRAUDULENT PRACTICES, BRIBERY AND CORRUPTION OF GOVERNMENT SERVANTS The contractor represents and undertakes that he has not given, offered or promised to give, directly or indirectly any amount, gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the department or otherwise in procuring the contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the contract or any other contract with the Government for obtaining a contract or showing or forbearing to shoe favour or disfavour to any person in relation to the contract or any other contract with the government. Any breach of the aforesaid undertaking by the contract or any one employed by him or acting on his behalf or for his benefit (whether with or without the knowledge

44 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 30 OF 32 of the contractor) or the commissioning of any offence by contractor or any one employed by him or acting on his behalf, as defined in chapter IX of the Indian Penal code, 1860 or the prevention of corruption Act or any other Act enacted for the prevention of corruption shall, without prejudice to any other legal action, entitle the Department to cancel the contract either wholly or in part, and all or any other contracts with Contractor and recover from the Contractor such amount or the monetary value thereof and the amount of any loss arising from such cancellation without any entitlement or compensation to the Contractor. The Department will also have the right to recover any such amount from any contracts concluded earlier between the contractor and the Government of India. The contractor will also be liable to be debarred from entering into any contract with the Government of India for a minimum period of five years. A decision of the Department to the effect that a breach of the undertaking had been committed shall be final and binding on the Contractor GENERAL PROJECT INFORMATION: 1.0 Project Title : Second Vehicle Assembly Building (SVAB) 2.0 Location of Plant : Sriharikota, AP 3.0 Elevation : 4.2 m 4.0 Access to Site : Road From North of Chennai is apprx. 100 km. From East of Sullurpetta in Nellore dist is approx 28km. Rail Chennai Vijayawada rail track line. 5.0 Terrain : Uneven with level varying significantly. 6.0 Climatic Conditions a) Temperature Mean of daily max : C Mean of daily min. : C

45 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 31 OF 32 Maximum Temperature : 45 0 C i. Design ambient temperature : C for performance guarantee ii. For electrical system design : 50 0 C b) Relative humidity i. Range : 15% to 100% ii. Design relative humidity : 70% for performance guarantee c) Rainfall 7.0 Wind Load i. Annual average maximum : mm a) Basic wind speed : 65m/s (Enhanced by a factor 1.3) 8.0 Seismic Data : As per IS : 1893 latest issue Zone : Zone III 9.0 Auxiliary Power Supply : Electrical equipment to be supplied against this specification shall be suitable for operation on the following supply system : a. For motors rated 200kW : 415V, 3-phase, 3-wire, effectively and below and motors rated upto 250kW with VFD earthed AC b. Uninterrupted power : 230 V, 1 phase, 50 Hz, 2 wire supply AC supply c. Space heaters : 240V, 1-phase, 2 wire, 50Hz (for motors rated 30kW AC system with effectively and above) earthed neutral. d. Instrumentation controls : 24V, (including solenoid valves) and annunciation for instrumentation system only. This power supply has to be derived by the vendor from AC UPS supply.

46 SPEC.NO. SECOND VEHICLE ASSEMBLY BUIDING PROJECT SECTION: A REQUEST FOR PROPOSAL GENERAL SPECIFICATION FOR ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 32 OF 32 e. Lighting fixtures : 240V, 1 phase, 2 wire, 50 Hz, earthed system. f. Space heaters in panels : 240V, 1 phase, 2 wire, 50 Hz, earthed system g. Construction power : 415 V + 10%, 3 phase, 4 wire, 50 Hz + 5%, AC supply at one place. Further distribution by Bidder on Chargeable basis. h. All devices shall be suitable for continuous operation over the entire range of voltage and frequency indicated below without change in their performance : AC supply : Voltage variation + 10% Frequency variation + 5% Combined voltage & Frequency variation: 10%

47 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 1 OF 31 SECTION -B TECHNICAL SPECIFICATION

48 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 2 OF SCOPE This specification covers the description of scope of work, functional requirements, technical parameters, general design, materials, construction features, interfaces, list of drawings, and bought out items. The scope of the tenderer shall include understanding of Assembly towers & Access Towers and its functional requirement, procurement of raw material, fabrication, stress relieving / heat treatment, machining, assembly of subsystems along with bought out items, electrics, design & supply hydraulic system, shop inspection, testing at the manufacturer s works, packing, forwarding, transportation, delivery at site (SDSC-SHAR), handling at site, erection, testing, commissioning, performance / acceptance testing as per the enclosed specification under the supervision of ISRO & Third party Inspection agency (TPIA) and handing over of Platforms. 2.0 QUANTITY Total 1 set of Segment assembly tower (hereafter referred as SAT), 1 set of Nozzle assembly tower (hereafter referred as NAT), 2 sets of Full motor assembly fixture (hereafter referred as FMAF), 1 set of Nozzle end segment assembly fixture (hereafter referred as NESAF), 1 set of access tower. 3.0 ESTIMATED TOTAL WEIGHT The estimated finished weight of the system in each category is approximate only. The contractor shall agree for addition / deletion of the works and such variation is limited to ± 15% of the order value. Offer shall be valid for ± 15% of the order value. However payment will be made based on the final finished drawing weight only. 3.1 Fabricated structural items without machining. Procurement, fabrication, control assembly, transportation, handling and storage at site, erection & commissioning of structural steel / Mild steel components conforming to IS:2062 & IS:808 is 500 t (approximate). Items coming under above category are columns for tower, chequered plate, beams, bracings, foldable platform, fixed platform, hinge pin brackets, cut out covers, hand rails, etc Fabricated structural items with machining. Procurement, fabrication, stress relieving, machining, sub assembly, control assembly, transportation, handling and storage at site, erection & commissioning of structural steel / Mild steel components conforming to IS:2062 & IS:808 is 100 t (approximate). Items coming under above category are Columns for FMAF, Columns for NESAF, radial beams, Support / annular ring, rails, lead screw, lead screw nut, Vee grooved wheels, flat wheel, rope drum, shafts, etc Machined Special Steel components.

49 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 3 OF 31 Procurement, heat treatment if required, machining, sub assembly, control assembly, transportation, handling and storage at site, erection & commissioning of different items from alloy steels / forged steels / cast steels like cast steel IS:1030 grade N, 45C8, 40C8, 20C8 as per IS:1570, Alloy forged steel 40NiCr4Mo3,, Aluminium, Bronze or any other steel mentioned in the BOQ etc.. which is 10 t (approximate). Items coming under above category are pin, Wheels, axles, shafts, pulleys, spacers with special steel, fasteners, through bolts, etc Bought out items & Electrical work. Procurement of Bought out items as per the BOQ, assembly with sub-systems, control assembly if required, procurement of bearings, right angle gear boxes, lock nuts, lock washers, Wire ropes, couplings, Single stage worm gear reducer, Pneumatic motor along with accessories, Screw jacks, Plummer block, LM guides, Chain pulley blocks etc as mentioned in Section:F10, testing of the performance of the drive, transportation, handling at site, erection & commissioning and handling over. 3.5 Fabricated structural items with CNC machining / Drilling. Procurement, fabrication, stress relieving, machining and drilling on CNC machine, inspection on the CNC machine, tapping, control assembly, transportation, handling at site, erection & commissioning of structural steel / Mild steel components conforming to IS:2062 & IS:808.. Items coming under above category are two number of interface rings of dwg no: SVAB/SAT/IFR/ and one number of interface ring of dwg no:svab/nat/ifr/002. Tenderer shall note that partial offer / scope is not allowed in this tender and partial offer / scope will lead to rejection of offer. Hence tenderers are requested to quote for complete scope. 4.0 BACKGROUND INFORMATION / FUNCTIONAL REQUIREMENT 4.1 SVAB is a RCC building of 52m width, 70m length and a height of 96m and is planned near VAB & SSAB. 4.2 For carrying out Vehicle integration operations in the Second Vehicle Assembly Building (SVAB), personnel are required to reach the vehicle at various levels throughout its height and the approaches are required close to the vehicle sequentially as well as simultaneously from Civil portal area to the platforms area. In order to meet these requirements, Access tower is proposed from ground floor to 72m for approach the platforms from civil portal 4.3 The main function of the Access tower is to provide access to the platforms at required levels between ground floor to 72 m Elevation. 4.4 In order to carry out the S200 assembly operations, one Segment Assembly Towers (SAT) is proposed to be provided in Second Vehicle Assembly Building (SVAB). These towers are provided to facilitate the preparatory / assembly

50 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 4 OF 31 operations for the assembly of the various segments of the S200 motors and to carry out other functional tests. 4.5 Segment Assembly Tower (SAT) will accommodate two numbers of Full motor assembly Fixture for accommodating two numbers of S-200 motors. 4.6 Nozzle assembly tower (NAT) is provided to facilitate the nozzle assembly operation for Nozzle end segment. 4.7 Nozzle assembly tower (NAT) will accommodate one Nozzle end segment assembly fixture and one Nozzle support platform. 4.8 The main function of the Segment Assembly Towers (SAT) and Nozzle Assembly Tower (NAT) is to provide access to the S200 assembly operations at required levels between 4.4 m and m Elevation 4.9 Folding Platforms in SAT / NAT are planned to be driven by pneumatic operated motor winch drives for folding operation Similar Assembly towers are available in Second Launch Pad (SLP) at SDSC SHAR Sriharikota. Tenderer may visit SDSC SHAR for better understanding of the system and familiarizing the SVAB site for realising and commissioning the assembly towers and access towers for SVAB. 5.0 DETAILED SCOPE OF WORK / EQUIPMENT AND SERVICES TO BE PROVIDED BY CONTRACTOR For Successful realization of 1 set of SAT, 1 set of NAT, 2 sets of FMAF, 1 set of NESAF, 1set of Access tower, the scope of tender shall include but not limited to the following items: 5.1 Complete understanding of functional requirements of towers, interfaces and thereby ensuring satisfactory operation of the system. 5.2 Understanding of supplied drawings and preparation of part drawings, Only general arrangement drawings will be issued. 5.3 Procurement of raw materials and bought out items with qualification. 5.4 Preparation / Revision of drawings to incorporate changes in Bought out components. 5.5 Carrying out of fabrication as per approved fabrication drawings, stress relieving the fabricated components and machining of the items as per the drawing. 5.6 Control Assembly / assembly and testing of subsystems /system such as drive units, Full motor assembly fixture and Nozzle end segment assembly fixture at shop along with bought out items as per approved manufacturing /fabrication drawing and bills of materials. 5.7 Receipt of manufactured items and related materials at site, unloading, storing in tenderers own store, transportation at site. 5.8 Completing the towers fabrication at shop. 5.9 Finalizing the procedure for the erection, testing and the integrated towers to ensure all the functional requirements.

51 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 5 OF Carrying out erection, testing and commissioning of subsystems and the integrated towers to ensure all the functional requirements Foundation bolts for fixing brackets Foundation bolts for columns and grouting the columns base plate after alignment with Fosroc make GP2 conbextra cement All tools, tackles, cranes etc for erection Submission of execution plan for all major actives including manufacturing, testing packaging, delivery to ISRO site at Sriharikota, erection and commissioning Paint and painting of equipment, structures, supports etc.(inclusive of Primer Coating) Shop inspection (in Vendor s works & at project site) after installation along with all required calibrated measuring instruments Supply of pneumatic system for pneumatic motors for folding of platfroms First fill of oil, grease, lubricants consumables, etc. as required during start up and commissioning operations Testing, commissioning of complete towers and handing over Arranging the third party inspection agency to carry out the inspection works at various stages as per the approved QAP for manufacturing and testing procedures in the document are only for the general guideline of the tenderer. The tenderer shall furnish these details in their offer as required in the relevant articles of this specification Preparation / Revision of Drawings if any changes made and submission of As built drawings. 6.0 EQUIPMENT AND SERVICES TO BE PROVIDED BY SDSC SHAR AT SDSC SHAR: 6.1 Power supply on chargeable basis for erection. 6.2 Embedment plates for welding the Access tower platform interfaces for all platforms. 7.0 ELEVATIONS OF PLATFORMS IN TOWERS Six sets of platforms are located in the Segment Assembly Tower (SAT) so as to provide approach throughout the S200 tower height. Also, one set of platforms is located in the Nozzle Assembly Tower (NAT). Locations for the access platform for SAT and NAT at different levels are as given below. Sl no Elevation of platform Approach from Civil portal SEGMENT ASSEMBLY TOWER 1 For actuators / MI Sensor s etc inside SBS 4.4m Staircase from 0m & from 4 m

52 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 6 OF 31 floor For S200 Base Shroud aft end access For S200 Base Shroud fore end access For short motor case fore end access For Nozzle end segment fore end access For Middle segment fore end access For Head end segment fore end access NOZZLE ASSEMBLY TOWER Nozzle End Segment aft end Nozzle flange access. Nozzle End Segment aft end access. Nozzle End Segment fore end access. ACCESS TOWERS 6.5m 7.9m 10.7m From 7 m floor & stair case from 0 m floor Stool from 6.08m platform & from 7m floor Ladder From 11m floor 14.9m From 15m floor 23.02m From 23m floor 25.54m From 27m floor 1.67 m 3.918m 10.47m Staircase from 0m El Staircase from 0m El Staircase from 0m El 1 From Civil floor to Platform 4m From 4m floor 2 From Civil floor to Platform 7m From 7m floor 3 From Civil floor to Platform 11m From 11m floor 4 From Civil floor to Platform 15m From 15m floor 5 From Civil floor to Platform 19m From 19m floor 6 From Civil floor to Platform 23m From 23m floor 7 From Civil floor to Platform 27m From 27m floor 8 From Civil floor to Platform 31m From 31m floor 9 From Civil floor to Platform 35m From 35m floor 10 From Civil floor to Platform 38m From 38m floor 11 From Civil floor to Platform 42m From 42m floor 12 From Civil floor to Platform 47m From 47m floor 13 From Civil floor to Platform 51m From 51m floor 14 From Civil floor to Platform 55m From 55m floor

53 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 7 OF From Civil floor to Platform 59m From 59m floor 16 From Civil floor to Platform 63m From 63m floor 17 From Civil floor to Platform 67m From 67m floor 18 From Civil floor to Platform 70m From 70m floor 8.0 TECHNICAL SPECIFICATION OF TOWERS: Segment Assembly Tower (SAT), Nozzle Assembly Tower (NAT) & Access tower comprises following major subassemblies / components is composed of the following major subassemblies / components: a) Folding Platforms b) Fixed Platforms c) Sliding Platforms d) Support structure e) Hinges f) Drive systems for folding platform g) Drive system for sliding platform h) Full Motor Assembly Fixture i) Nozzle End Segment Support structure j) Handrails k) Catwalk along with supporting structure & railing SAT, NAT, Access tower Structures are configured such that towers are made of steel structures fabricated with suitable sections. Full Motor Assembly Fixture (FMAF) will be provided at the bottom of SAT. Similarly, Nozzle Assembly Fixture (NAF) and Nozzle End Segment Support Fixture (NSF) will be provided at the bottom of NAT. A suitable stepped structural ladder has been provided to access the platforms of SAT & NAT from the portal frame area. A brief description of the constructional features required for each of the above subassemblies / components is listed here below: 8.1 FOLDING PLATFORMS A Foldable Platform is provided at various elevations of SAT & Structure. The foldable platform is supported from the fixed platform by means of two hinges Foldable Platform is a structure fabricated from rolled steel sections. Chequered plate is provided on top of the Platform Provision is made on the Foldable Platform for connecting one end of wire rope which will be used for folding of platform.

54 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 8 OF FIXED PLATFORMS SAT & NAT structure are provided with Fixed Platform. The entry of persons from the Portal Frame into the SAT & NAT is through the Fixed Platform The Fixed Platform is a fabricated structure made up of rolled sections. Chequered plate is provided on its top surface for the movement of personnel A base frame for mounting of drive components is supported below the fixed Platform. 8.3 SLIDING PLATFORM SAT structure is provided with a Sliding Platform at EL m. Platform at this elevation has two parts. One is a fixed platform and other is a sliding platform which slides inside the fixed platform over the rails provided inside the fixed platform. Before folding of the platform at this elevation, sliding of front portion of the platform is carried out with the help of handle. Handle rotates the lead screw which enables forward and backward motion of the sliding platform The entry of persons from the Portal Frame into the SAT & NAT is through the Fixed Platform The Platform is a fabricated structure made up of rolled sections. Chequered plate is provided on its top surface for the movement of personnel 8.4 SUPPORT STRUCTURE The structure columns are connected by means of connecting beams Structure columns and support beams are standard ISMB sections. Support beams are interconnected by means of welded bracings Structure columns & support beams are to be stress relieved before machining Shims are to be provided suitable at site so as to achieve the specified verticality of each structural column as well as the parallelism of any two structural columns Drilling on support fixture to be after match marking the respective interface ring only. 8.5 HINGES Hinges are provided between the Folding Platform and Fixed Platform The Hinge brackets are to be stress relieved before finish machining to achieve the specified dimensional requirements 8.6 FOLDING DRIVE

55 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 9 OF The folding movement of the Folding Platform is achieved by means of the folding drive system. The folding operation is carried out by pneumatic motor driven folding drive system located on fixed platform and by using direction changing pulleys. The pneumatic motor shaft transmits power to a rope drum through a non-reversible worm gear box. In turn, the rope drum pulls up or releases down the free end of Foldable Platform by winding or unwinding the rope thereby folding or unfolding the platform about the hinges The drive elements (i.e. rope drum, gearbox, etc.) for the folding operation are located on a Base Frame mounted on the Fixed Platform Diverter pulleys are provided for the folding drive mechanisms No oil shall drip from the gear box or any part of the system. However suitable oil drip tray shall be provided for folding mechanism 8.7 WIRE ROPES FOR DRIVE SYSTEM The wire ropes shall be Usha Martin make and type Powerform 8, grade 2160, galvanised The wires shall be free from any surface defects One end of wire rope is attached to the folding platform through D-shackle arrangement. Rope end is fitted with thimble The other end of the wire rope shall be secured by means of lock plate and screws on the Rope Drum. 8.8 PULLEYS FOR DRIVE SYSTEM The Pulleys shall meet the requirements of IS: The grooves for wire rope shall be machined of appropriate shape to suit the rope & the surface shall be finished smooth and shall be free from surface defects The material for pulleys shall be Cast steel of grade as specified in the drawings The Pulley shall be annealed before machining The Pulley shall be subjected to Ultrasonic test 8.9 ROPE DRUM FOR DRIVE SYSTEM Rope Drum shall meet the requirements of IS: 3177.

56 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 10 OF The Rope Drum shall have helix grooves. The rope drum shall be machine grooved and the contour of the grooves shall be suitable for the selected wire rope. The grooves shall be finished smooth and the edges between the grooves shall be rounded The material for Rope Drum shall be E250-Quality A as per IS 2062:2011. The welded joints in Rope Drum shall consist of full penetration weld The Rope Drum shall be stress relieved before machining The weld joints of Rope Drum shall be subjected to Ultrasonic Testing The Rope Drum shall have provision for rope anchorage at both its ends The Stub shafts for Rope Drum shall be a forging of Material E250-Quality A as per IS 2062:2011. The Stub shafts shall be hardened and tempered before welding to the Rope Drum. The Stub shafts shall be subjected to Ultrasonic Testing REDUCTION GEAR BOX A single stage worm gearbox shall be used for the Folding It shall be ensured that the gearbox selected is of irreversible type i.e. it cannot be driven from the output shaft although it can be driven in both directions from the input shaft The efficiency of the selected gearbox shall be specified by the CONTRACTOR. The efficiency of selected gearbox shall not be less than 40 % The gearboxes shall be totally enclosed having splash lubrication. Bush shall have sufficient heat radiation area to maintain lubricant at temperatures below maximum operating temperature Gearboxes shall have fill and drain connections, breather, lubricant level indicator and shall have good accessibility for checking, maintenance and oil filling Reliable sealing arrangement shall be provided for shafts of gearboxes 8.11 BASE FRAME FOR DRIVE All drive elements shall be mounted on a fabricated and machined base frame Base frame shall be confined to material mild steel E250-Br, IS: GUARDS

57 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 11 OF All exposed couplings, shafts, gear wheels, pinions, drives etc. shall be safely encased and guarded Platforms shall be provided with toe guards for safety purpose of personnel moving on the platform 8.13 SLIDING DRIVE SYSTEM Sliding movement of the sliding platform is achieved by means of the sliding drive system. Sliding operation is carried out by hand wheel driven sliding drive system located on fixed platform and by using lead screw arrangement. The hand wheel shaft transmits power to lead screw through a gear box. Hence, rotation of handle transmits motion to the lead screw which enables forward and backward motion of the sliding platform The drive elements (i.e. lead screw, gearbox, hand wheel etc.) for the sliding operation are located on the Fixed Platform The handle provided for rotation of lead screw is removable. As the sliding operation of the platform completed, handle can be removed so that there will be no hindrance for personnel movement as well as during folding operation of the platform 8.14 HAND RAILS Foldable Handrails are provided for the Platforms which do not interfere with the support column when the Platform is folded Handrails are also provided for the fixed platform with required openings for entry from the catwalks All entry openings shall be provided with sliding hand rails All Platforms shall be provided with toe guards CATWALK WITH SUPPORT STRUCTURE Catwalks are required for the operating personnel to approach the Fixed Platform of SAT and NAT from the Portal Frames of SVAB Catwalk along with supporting structure & railing shall be provided at all elevations platforms, with toe guards.

58 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 12 OF The Catwalks shall be provided with Railing all around its periphery. At the interface between the platform & the catwalk, a sliding type Door (having pipe construction) shall be provided on the Catwalk BASE FRAME FOR DRIVE All drive elements shall be mounted on a fabricated and machined base frame The Base Frame shall be thermally stress relieved before machining GUARDS All exposed couplings, shafts, gear wheels, pinions, drives etc. shall be safely encased and guarded INTERFACE RINGS Two number of interface rings for full motor assembly fixture of drawing no: SVAB/SAT/IFR/ are to be supplied One number of interface ring for Nozzle assembly fixture of drawing no: SVAB/NAT/IFR/002 is to be supplied Machining and Drilling of holes is to be done on Computer numerical control machine only Inspection of Interfaces ring is to be done on CNC machine itself before tapping and dismantling. Hence prior intimation to be given to the purchaser for deploying departmental representative for inspection Interface rings are to be welded to the annular rings of FMAF and NESAF at site. 9.0 TECHNICAL SPECIFICATION FOR PNEUMATIC MOTOR AND CONTROL 9.1 A pneumatic motor of reversible air operated motor with brake of 0.79 rpm at 7 bar shall be used. 9.2 Suitable pressure regulator with pressure gauge, FRL unit to regulate the input air pressure for pneumatic motor shall be provided. 9.3 Suitable manual operated direction Control valves to be for reversing the direction of rotation of pneumatic motors. Silencers are to be used for Air out let in Directional control valves. 9.4 Suitable oil fog lubricator to be used. 9.5 A rigid plumbing stainless less pipe to be provided for extending pneumatic line from pneumatic source available at 20 meters away for each system.

59 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 13 OF One metre length flexible hose for connecting rigid plumbing to pneumatic motor with necessary end connections. 9.7 All flexible hoses & rigid plumbing s (SS pneumatic pipe line) are required to be selected to operating pressure of 20 bar. 9.8 Rigid plumbing fixtures for fixing with the tower or building wall is in the scope of supplier. 9.9 Proposed pneumatic circuit for operation of pneumatic motors in both the direction Pneumatic source of 10 bar pressure will available at a distance of 20 m from the pneumatic motor location Total 36 numbers (32 for SAT, 4 for NAT) of pneumatic motors along with brake and pressure regulators are required LIST OF DRAWINGS The list of drawings mentioned below are tentative general arrangement drawings only and for tendering purpose only. Fabrication drawings will be issued after finalisation of order. Sl no. Drawing No. Description 1 TCE.7517A.ME-GA-862- Segment assembly towers 2 TCE.7517A.ME-GA Nozzle assembly tower 3 TCE.7517A.ME-GA Nozzle Support fixture 4 TCE.7517A.ME-GA SVAB/AT/GA/ Full motor assembly fixture & Nozzle end Segment assembly fixture General Arrangement of Access tower 0m to 70m elevation 6 SVAB/AT/DD/ Platform level 0m to 4m Elevation 7 SVAB/AT/DD/002 Platform level 7m to 11m Elevation 8 SVAB/AT/DD/003 Platform level 4m to 7m Elevation 9 SVAB/AT/DD/004 Platform level 47m to 51m Elevation 10 SVAB/AT/DD/005 Platform level 67m to 70m Elevation 11 SVAB/AT/DD/006 Platform level 42m to 47m Elevation 12 SVAB/SAT/IFR/ Interface ring for Full motor assembly fixture 13 SVAB/NAT/IFR/002 Interface ring for Nozzle end segment assembly fixture 11.0 MANUFACTURING, ASSEMBLY, TESTING AND INSPECTION

60 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 14 OF General instructions for fabrication and Erection are specified in the subsequent clauses The fabrication of components shall confirm to provisions of IS : All rolled material before being laid off shall be clean, free from bends, twist etc. and straight within tolerance allowed by IS : If straightening or flattening is necessary, it shall be done by methods that will not injure the material. Long Plates shall be straightened by passing through a mandrel or levelling rolls and structural shapes by the use of mechanical or hydraulic bar section straightening machines For butt-weld joints, edge preparation shall be preferably done by machining and may be done by mechanically controlled gas cutting machine. Sub surfaces shall be ground cleaned and inspected before fitting/ welding Welding shall be performed as per IS: All welding shall be carried out by qualified and approved welders shall perform welding in accordance to ASME Sec IX Unless otherwise specified on drawings, tolerances for fabrication shall be as per ISO: Edge preparation shall be carried out for all plates before welding. For butt-weld joints, edge preparation shall be preferably done by machining and may be done by mechanically controlled gas cutting machine. Sub surfaces shall be ground, cleaned and inspected before fitting / welding Unless otherwise specified on drawings, all butt welds shall be full penetration welds Unless otherwise specified on drawings, all fillet welds shall be 50% of the minimum plate thickness and shall be on both sides of the plate. Also, the weld shall be continuous Welding sequence shall be such that the distortion and residual stresses are minimised. All welds shall be deposited in proper sequence so as to balance the applied heat as far as possible. (A wandering sequence shall be used whenever necessary) The procedure to be followed by CONTRACTOR for all weld repairs shall be subject to approval by the PURCHASER Threaded joints that are to be seal welded shall be thoroughly cleaned before welding Stress relieving shall be carried out for all fabricated components prior to its machining All sharp corners of machined/ fabricated items shall be smoothened by deburring, hand grinding, chipping and filing Fabricator employed at site shall have adequate machining, welding, metrology and portable NDT facilities.

61 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 15 OF All fabrication work undertaken in parts shall bear distinct match marking to facilitate further identification and erection During manufacturing, assembly, erection and commissioning bolt tightening shall be carried out using torque wrench/ impact wrench to ensure required tightening/ tension in the bolts Fabrication at Manufacturers Work Structural column is split up into six individual segments in order to facilitate its transportation at site. The fabrication, stress relieving & machining of the column segments shall be carried out at shop The fabrication of Fixed Platform and Foldable Platform and all components for the Folding drive system shall be carried out The following features shall be inspected at shop assembly: Dimensions, various clearances, surface finish etc as specified in drawings. Levelling, alignment of all sub systems. Free rotational movement of Foldable Platforms about the two hinges. Free movement of Rope Drum, all Pulleys (this shall also be checked manually / mechanically during various stages of assembly) Alignment of shafts of Gearboxes, Rope Drums, etc. Folding, unfolding & sliding movement of the Platform Base frame of the drive mechanism shall be machined maintain parallelism between its resting face and equipment mounting face The components of drive mechanism viz. Rope drum, spur gear pair, worm reduction gear box shall be assembled at manufacturer works as per assembly instructions Drive mechanism base frame as well as structure shall have suitable provision for lifting hooks Diversion pulley arrangement, shall be manufactured, assembled tested at manufacturers works and shall be brought to site in grease packed condition Control Assembly for Full Motor Assembly Fixture / Nozzle end segement assembly fixture Columns of the fixture is to be positioned on the level bed /platform Radial beams are to be assembled to the columns Annular ring is to be assembled to the radial beams Top surface level of the annular ring / interface ring sitting surface to be measured Suitable match markings are to be done before dismantling.

62 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 16 OF Control Assembly for Nozzle support fixture Linear guides to be positioned on the level bed / platform Jacks and nozzle support platform and other mechanism to be positioned All the jacks and gear boxes are to be connected Nozzle support platform free movement in both the perpendicular axis to be checked Nozzle support platform free lift is to be checked Suitable match markings are to be done before dismantling Inspection at Shop Dimensions, various clearances, surface finish etc as specified in drawings Levelling, alignment of all sub systems Free rotational movement of Foldable Platforms about the Hinges Free sliding Platforms Alignment of shafts of Gearboxes, motors, brakes, Rope Drums, No-load running test of motor along with drive for minimum of half an hour Fabrication at Site Joining of support columns into two or three pieces No major fabrication are to be planned at Site (i.e. at SDSC SHAR) Minor fabrications like fixing of handrails are only to be allowed or any rectifications works with the approval of SDSC SHAR Erection Sequence Pre-requisite for erection: a) Civil works of SVAB building shall be complete in all respect and building material including scaffoldings shall be removed and area shall be cleaned. b) Both east and west portals of SVAB shall be complete cleaned, building construction material removed and site shall be cleared Transportation & temporary placement: a) After the completion of Inspection & Testing at shop, the equipment shall be dismantled with proper match marking into transportable modules. b) The Fixed Platform, Foldable Platform, annular ring for support structure, columns for support structure of 6.5 m length shall be transported as single piece & not split up into smaller segments for the purpose of Transportation

63 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 17 OF 31 c) The Platforms, column segments, carriage assembly, hoisting drives etc. shall be loaded on trailers at supplier stores, transported from works to erection site and unloaded at a place designated for the purpose of erection. d) The material shall be loaded on truck/ trailer at Stores/ Fabrication yard using mobile crane transported to actual site and unloaded at site using mobile crane. e) Mobile crane of adequate capacity and boom length shall be used for handling and erecting guide columns, platform structures & drive mechanisms. f) Temporary storage place is approximately 500 m from SVAB building, it is open yard without roof, sandy soil with bushes and trees. Hence, clearing of bushes / trees is in the scope of tenderer /supplier only Erection procedure for towers: Typical Erection Sequence shall be as follows: a) The equipment to be delivered at the site as per approved site erection plan. b) The equipments delivered at site shall be inspected and checked as per packing list for totality of requirement. c) The machinery parts shall be cleaned and the corrosion preventing coating shall be removed from surface of the machinery. The parts, which are delivered in dismantled condition, shall be cleaned prior to their assembly. d) The Contractor shall submit documents depicting Fabrication and Erection Procedure at site, Alignment Sequence, Detailed Trial / Test Runs at site based on the guide lines indicated in this document. e) The centerlines & benchmarks shall be checked and established in suitable place for easy reference. f) The subassemblies shall be dismantled and all the antifriction bearings, if necessary, shall be thoroughly re-visited and lubricated prior to assembly. g) The items / components / sub-assemblies shall be erected / mounted in the following sequence. However, the sequence may be altered due to site condition and local constraints.

64 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 18 OF 31 h) The support structure shall be erected ensuring that there is no mismatch between platforms and support structure. The verticality of support structure columns shall be checked with plumb and also the required distance between support structure columns shall be maintained throughout its height. i) The Platforms shall be assembled on Ground level one at a time and then lifted to the required height using mobile crane or motorised winch or any other suitable arrangement & then locked at required position Usage of SDSC SHAR Crane for Unloading of towers / Pulley Fixing on roof truss for erection on Platforms sub-assemblies in SVAB: A. SDSC SHAR will provide 130 t Grove make boom crane for unloading the material from trailer / lorry of maximum size 25t only on payable basis subject to availability only. Party shall confirm the availability from the Department well in advance. SDSC SHAR will charge tenderer at a cost of Rs: 13,500 per hour (please note that indicated price is present charges, prevailing charges at the time of unloading shall be paid by the supplier). Duration of charges will be from start time of Crane at Material handling store of SDSC SHAR up to receipt of Crane at Material handling store after completion of work on that day at SVAB site which is at a distance of 5 Km. B. Supplier should not claim any extra charges / extension of due date on account of delay in providing SDSC SHAR material handling support (i.e. cranes for unloading material from trailer). C. Supplier can fix pulleys arrangement on the roof truss at single fixed location near to the civil columns for lifting the support columns, platforms etc. Roof truss is at height of 94m height. Pulleys arrangement and necessary hooks and structural material for stiffening of roof truss is in the scope of supplier only. D. If tenderer feels that locations identified on the roof truss for fixing pulleys is inappropriate. Tenderer can plan his own crane for erection. E. Supplier has to make his own arrangement for cranes for shifting of subsystems, platforms from storage yard to inside of SVAB. F. Supplier has to make his own arrangement of cranes for assembling the platforms to the guide frame on the ground.

65 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 19 OF 31 G. If any damages are occurred to the 130 t Grove make Boom crane or any SDSC SHAR equipment / system, supplier has to replace the damaged parts within 10 days. If supplier fails to do so SDSC SHAR will have right to deduct the cost of the damaged items in the next bill of supplier ERECTION &COMMISSIONING 12.1 Inspection and testing during/after erection shall be as per QAP Supplier shall submit detailed erection plan and procedure along with erection loads on building & also on parts being lifted shall be submitted for approval Supplier shall depute adequate qualified personnel i.e., Two Engineers/supervisor/ foreman, (one for mechanical and one for electrical), fitters, riggers, and electricians and helpers for carrying out quality erection work at our site within schedule Material (lifting equipment, lifting tackles, etc) required during erection are in Bidder s scope. All lifting machines / tackles used shall be tested & certified as per standards before their usage for lifting crane Third Party Inspection Agency also shall be involved for final clearance & usage PRELIMINARY SPECIFICATIONS OF MAJOR BOUGHT OUT ITEMS All bought items are to be inspected by SDSC-SHAR representative & TPIA at the sub-vendors site before despatching to Vendors site. BOUGHT OUT ITEMS FOR SAT & NAT DRIVE ARRANGEMENT S.No. Components Specifications 1 Taper roller Bearing FAG 32207A 35 (ID) x 72 (OD) x (W) 2 Right angle gear Box RAN20 SA 1 HS B3 of BONGIFIGLIOLI 3 Lock nut FAG KM7 4 Lock Washer FAG MB7 5 Deep Groove Ball bearings FAG RS 40 (ID) x 68 (OD) x 15 (W) 6 Lock nut FAG KM6 7 Lock Washer FAG MB6 8 Wire rope for folding drive arrangement Wire rope diameter : 10 mm Length : 15m

66 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 20 OF 31 9 Wire rope for platform locking Tensile Grade : 2160 N/mm2 Breaking strength: 94 KN Finish : Galvanised Lay Direction : Right hand Lay type : Ordinary Make: Usha Martin Type : POWERFORM 8 Construction: Conforming to IS: One end of the rope is having ferrule secured eye terminal conforming to IS: 5245 (part 2) 1971 Wire rope diameter : 10 mm Length : 5m Tensile Grade : 2160 N/mm2 Breaking strength: 94 KN Finish : Galvanised Lay Direction : Right hand Lay type : Ordinary Make: Usha Martin Type : POWERFORM 8 Construction: Conforming to IS: Both ends of the rope is having ferrule secured eye terminal conforming to IS: 5245 (part 2) Full gear Coupling ALLFLEX Full gear Coupling type AFG Full gear Coupling ALLFLEX Full gear Coupling type AFG Single Stage Worm Gear Reducer 13 Pneumatic Motor Gear ratio: 50:1 Input RPM: 105 Nominal output torque capacity : 1456 N-m Self-locking type (output shaft should not dive input). Make: Elecon / Shanti / Greaves (premium transmission)/ DB-Radicon / Renold / Sumitomo / Flender. Pneumatic Motor Reversible air operated motor with brake rpm of Atlas capco make, operating pressure range: 6 to 7 bar, Operating air pressure: 6.3 bar, with FRL unit, Directional control valve with silencer, pressure regulator, pressure gauge, gate valve, 20m length

67 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 21 OF Mechanical Screw Jack Assembly Angular Contact Ball bearing 16 Deep groove Ball bearing 17 Deep groove Ball bearing 18 Y-Tech plummer Block Unit with grub screw locking 19 Right angle gear Box SS304 piping for each motor, 1 m length flexible hose for connecting to pneumatic motor to rigid pipe line ( SS304 pipe line), necessary end connections etc. Screw Jack Assembly, Load carrying capacity:20 t, Stroke: 150mm, Closed shut-off Height:190mm ( from bottom of mounting face to top of lifting screw) of SPARK make. FAG (ID) x 62 (OD) x 16(W) FAG Z 50 (ID) x 80 (OD) x 16(W) FAG M 400 (ID) x 500 (OD) x 46(W) SYK 35 TR Make SKF RAN20 SA 1 HS B3 of BONFIGLIOLI make 20 Gear Box W 63 UF 30 B5 B3 of BONFIGLIOLI make 21 LM Guide ways HSR-55A-4UU-C0+3000L of THK make 22 Chain pulley blocks 23 Chain pulley blocks Tripe spur gear chain pulley block of model no: M; 0.5t capacity, of 3 m lift; along with load test certificate in a Govt. Approved lab. Tripe spur gear chain pulley block of model no: M; 2t capacity, of 6 m lift; along with load test certificate in a Govt. Approved lab 14.0 MAKES OF BOUGHT OUT ITEMS All bought out items shall be procured from the approved suppliers as given below: Slno Item Makes 1 Wire ropes Usha Martin only. 2 Gear boxes 3 Right angle gear box BONGFIGLIOLI 4 Bearings SKF, FAG, TIMKEN Elecon / Shanti / Greaves (premium transmission)/ DB-Radicon / Renold / Sumitomo / Flender.

68 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 22 OF 31 5 Couplings Fenner, Elecon, Shanthi, Allflex, 6 7 Paints Pneumatic motor with FRL, pressure regulator, Directional control valves 8 Screw Jack Spark 9 LM guide THK Atlas Capco Make 10 Chain Pulley blocks Indef make 9 FASTENERS UNBRAKO / TVS 10 Direction control valves 11 Flexible hoses 12 Pressure gauges Bombay paints, Berger paints, Asian paints, Grand poly coats. Parker / Agop Italy / Europress pack / Rexroth / ATOS / ATLAS CAPCO Parker / Europress pack / Rexroth / ATLAS CAPCO Wika / Parker / Euro press Pack / Rexroth / ATOS / ATLAS CAPCO Third Party 13 TCE / LLOYDS / MN DUSTUR / MECON / DNV Inspection Agency Note: As far as possible single brand components shall be used. All models used shall be of latest but at least 2 years in the market and next 10 years service availability CODES AND STANDARDS 15.1 The design, materials, construction, manufacture, inspection, testing and performance of HSDs shall comply with all currently applicable statutes, regulations and safety codes in the locality where the equipment is to be installed. The equipment shall also conform to the latest applicable Indian or equivalent standards. Other international standards are also acceptable, if these are established to be equal or superior to the listed standards. Nothing in this specification shall be construed to relieve the CONTRACTOR of this responsibility The following are some of the codes and standards relevant to this specification. IS:2062 IS:1367 part13 IS:807 Hot rolled medium and High tensile Structural Steels Technical supply conditions for threaded fasteners Hot-dip galvanized coatings ( second revision) Code of Practice for Design, Manufacture, Erection and Testing (Structural Portion) of Cranes and Hoists.

69 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 23 OF 31 IS:3177 IS:800 IS:3681 IS 7403 : 1974 IS 4460 : Parts 1 to 3 : 1995 IS:1835 IS:6594 IS:2266 IS:2363 IS:3973 IS: 1364 IS:816 IS:823 IS:1181 IS:1323 ASTM E94 Code of Practice for Design of Overhead Traveling Cranes and Gantry Cranes other than Steel Works Cranes. Code of practice for use of structural steel in general building construction. Gears tooth form and modules. Code of Practice for Selection of Standard Worm and Helical Gear Boxes Gears Spur and Helical Gears Calculation of Load Capacity Steel Wires for Ropes Technical supply conditions for steel wire ropes and strands. Steel Wire Ropes for General Engineering Purposes. Glossary of terms relating to wire ropes. Selection, installation, maintenance and technical supply conditions of wire ropes. Hexagonal Head bolts, Screws and nuts of product grades A and B. Code of Practice for Use of Metal Arc Welding for general Construction in Mild Steel. Code of Practice for Use of Metal Arc Welding of Mild Steel. Qualifying Tests for Metal Arc Welders (Engaged in Welding Structures other than pipes). Code of Practice for Oxy-Acetylene Welding for Structural Work in Mild steel. Standard Guide for Radiographic Examination ASTM E165 Standard Test Method for Liquid Penetrant Examination ASTM E709 ASTM A370 ASTM A388 Standard Guide for Magnetic Particle Examination Standard Test Methods and Definitions for Mechanical Testing of Steel Products Standard Practice for Ultrasonic Examination of Steel Forgings

70 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 24 OF 31 ASTM A275 Standard practice for Magnetic Particle Examination of Steel Forgings 16.0 SPECIFIC REQUIREMENTS / INSTRUCTIONS TO BIDDERS 16.1 BIDDER S OFFER In case of any deviations from the technical specifications, the BIDDER shall indicate the same in Schedule of deviations. If no deviations are listed in the schedule of deviations, it shall be considered that the BIDDER complies in total with the technical specifications. Any deviations indicated elsewhere other than schedule of deviations in the offer will not be accepted The BIDDER is advised to furnish all information called for in summary of data to be furnished along with the bid BIDDER is advised to quote for the complete scope and partial response will not be entertained. In case of few items which do not directly fall under BIDDER s manufacturing range and / or not available from indigenous source, BIDDER should take the responsibility upon themselves to arrange to procure them and supply to ensure that their offer is complete in all respects 16.2 All bought out items supplied shall have capacities not less than those stated in this specification and necessary test certificates shall be furnished in this regard. However, if the BIDDER considers that higher capacity is required to meet guarantee requirements, he should offer the same and substantiate the same by calculations The BIDDER shall specify all the Design modifications which he considers are necessary for him to carry out in order to meet the guarantee requirements. The details of design modifications proposed to be carried out shall be attached as Annexure to the Schedule of Deviations from Technical Specifications Any items which may not have been specifically mentioned herein but are needed to complete the equipment / system shall also be treated as included and the same shall also be furnished and erected, unless otherwise specifically excluded as indicated All tools and tackles required during various stages of execution of order right from manufacture at shop to the erection and testing at site shall be in the scope of the Contractor RELIABILITY AND QUALITY ASSUARANCE PLAN The inspection procedures shall be categorized as follows:

71 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 25 OF 31 (a) (b) (c) Category A: Stage wise and final inspection including review of documents by Department. Category B: Stage wise and final inspection including review of documents by the Contractor. Department shall perform final inspection and review documents. Category C: Final inspection and review of documents shall be carried out by the Contractor. Department shall carry out the final review of documents. The minimum requirements for ensuring quality at various stages are spelt out below. However, the reliability and quality assurance plan shall be prepared by the vendor and will be reviewed and approved by Department. The following are the basic inspection requirements to be followed upon receipt of raw material: Review of material test certificates UT of plates for thickness greater than 20mm Category C Category C The following are the minimum in-process tests that shall be carried out: Welding procedure & welder / welding operator s performance qualification Category C 100% MT / PT for flame cut edges for plate thickness exceeding Category B 38mm. 100% PT after back gouging Category B 100% MT / PT for fillet welds when both plates exceed 25mm thickness. Category A 100% MT / PT for fillet welds between tension flanges & webs. Category A 100% RT / UT for butt welds Category A Heat treatment shall be carried out on the following: For carbon steel plates where thickness exceeds 20 mm All other components as referred to in the drawings Category C Category C The following are the final inspection / tests that shall be carried out during various stages of manufacture, as applicable: Visual and dimensional inspection of components / sub- Category A

72 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 26 OF 31 assemblies Blue matching for bolted components Complete assembly of Full motor assembly fixture, nozzle end segment assembly fixture, nozzle support platfrom at VENDOR s shop and testing for performance requirements Complete assembly of towers at site and testing for performance requirements. Category A Category A Category A The schedule of tests stated above is indicative and not exhaustive in nature. CONTRACTOR shall carry out any other tests at shop / site as per directions of PURCHASER INSPECTION AND TESTING PROCEDURES AND SCOPE OF INSPECTION 18.1 Raw Material Inspection shall be carried out at the Vendor s works for compliance of the raw materials to the specified standards Bought out components shall be inspected either at Vendor s works or at the Sub-contractor s premises for compliance with the Specifications Fabricated components shall be inspected at the Vendor s works for compliance with the component drawings. Sub-Assemblies shall be inspected at the Vendor s works for compliance with the Sub-Assembly drawings and for performance requirements. A major sub-assemblies shall be inspected at Vendor s works after shop assembly for compliance with assembly drawings and performance requirements Full Assembly of the platforms shall be inspected at Purchaser s premises after site assembly for compliance with the Assembly Drawings and performance requirements After the award of contract, CONTRACTOR shall prepare detailed Quality Assurance Plan (QAP) for inspection & testing of all subassemblies / components of the platforms. The QAP shall be reviewed and approved by the Third Party Inspection Agency and the PURCHASER. Indicative QAPs for Platforms are enclosed in Section D of this specification 18.6 The procedure to be followed for testing the accuracy requirements for Platforms shall be as specified by the PURCHASER 18.7 All measuring and testing instruments / equipment required for carrying out all tests at VENDOR s works and at PURCHASER s site shall be provided by the Contractor CONTRACTOR shall furnish calibration certificates for the instruments to be used for testing at shop and site. The calibration certificates furnished by the CONTRACTOR shall not be more than 12 months old TESTING Platforms mainly comprises of drive mechanism and fixed platform, foldable platform & replaceable platform from the point of view of testing. In order to realise successful operation of the platform following testing activities shall be performed

73 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 27 OF Testing at Manufacturer s works a) Drive System (No load) No load run test shall be carried out for the fully assembled gear box continuously for minimum 1 hour. The drive mechanism shall be completely assembled at manufacturer s works and shall be tested. b) Test for Major Sub-assemblies All sliding platform assemblies shall be tested for proper functioning, bearing noise etc. and shall be brought to site in grease packed condition Testing at Site. a) For Smooth movement of platforms noise & jerks GUARANTEES AND PERFORMANCE REQUIREMENTS The platforms / towers shall perform satisfactorily to meet the guarantee requirements stated in this specification to the entire satisfaction of the PURCHASER 20.0 ACCEPTANCE TEST 20.1 After the entire installation work has been completed, the CONTRACTOR shall make all required adjustments until all guaranteed performance requirements are met. All instruments, services required for the above tests shall be furnished by the CONTRACTOR 20.2 If the stipulated performance requirements are not fulfilled, the CONTRACTOR shall make good the deficiency by providing it in every case, by altering and/ or replacing the parts or the whole equipment / system free of charge to the PURCHASER immediately. All rejected equipment shall be removed from the site at CONTRACTOR s expense 21.0 SURFACE PREPARATION AND PAINTING Complete Towers, Platforms & Drive elements shall be painted as per the instructions given below. All the shop-fabricated items shall be grit blasted, primer painted. The site fabrication items also shall be grit-blasted and primer painted before erection. After completion of the erection, all the damaged primer painted area shall be rectified.

74 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 28 OF 31 After primer painting, All items shall be intermediate painted with inhibitive polyamide epoxy, DFT-100 microns (min). The total surface shall be final painted with sufficient number of coats using acrylic aliphatic polyurethane finish paint, having a DFT of 40 microns. All box sections, before closing, shall be painted with primer and finish paint inside the Box Preparation of surfaces All surfaces to be painted shall be clean, dry and free from oil, grease, dirt, dust, corrosion and weld spatters. Any other surface contaminant except tightly bonded residues of mill scale rust is permissible to a limit of not more than 5% of whole surface and a maximum of 10% on any particular square inch area. Surfaces that may become inaccessible after erection or installation or both, shall be prepared and painted while still accessible as per the same procedure mentioned Grid Blasting The entire surface of all the fabricated materials is to be grid blasted as per near white quality of steel structures painting council (SSPC) standard of SA 2.5 of SIS The surface profile after blasting shall be between microns and should be of jagged in nature. Hand cleaning by chipping and scraping followed by wire brushing / abrasive wheels is allowed for items where surface preparation is difficult by grit blasting after taking approvals from purchaser / TPIA. All surfaces shall be degreased using a suitable solvent to remove oil & grease and shall be dried off before painting 21.3 Painting Scheme Immediately after girt blasting, one coat of inorganic zinc silicate primer shall be applied to a dry film thickness (DFT) of 65 microns (minimum),intermediate painting with inhibitive polyamide epoxy to a dry film thickness of 100 microns followed by a final coat of 40 microns of acrylic aliphatic polyurethane finish paint. Colour code will be finalized by purchaser after award of contract. All paint and primer shall be of standard quality and procured from approved manufacturers. The tenderer shall provide Elcometer / Paint thickness measuring gauges free of charge and shall measure the thickness of paint in the presence of the representative of the purchaser at random locations selected by him. Machine finished surfaces shall be protected against corrosion by a rust

75 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 29 OF 31 inhibiting coating that can be easily removed prior to erection or which has characteristics that make removal unnecessary prior to erection. Field painting shall only be done after the structure is erected, levelled, plumbed, aligned and welded / connected in its final position, tested and commissioned. However, touch-up painting for making good to any damaged shop painting and completing any unfinished portion of the shop coat shall be carried out by the Tenderer at free of cost. The materials and specification for such painting in the field shall be in accordance with the requirements of the specification for shop painting. Painting shall not be done in frosty or foggy weather or when humidity is such as to cause condensation on the surfaces to be painted. Before painting of steel, which is delivered unpainted, is commenced, all surfaces to be painted shall be dried and thoroughly cleaned from all loose scale and rust. All field rivets, bolts, welds and abrasions to the shop coat shall be spot painted with the same paint used for the shop coat. Where specified, surfaces which will be in contact after site assembling shall receive a coat of paint (in addition to the shop coat, if any) and shall be brought together while the paint is still wet. Bolts and fabricated steel members, which are galvanized or otherwise treated, shall not be painted. Paints shall be stored under cover in airtight containers. Paints supplied in sealed containers shall be used as soon as possible once the container is opened. While painting the new structures, the already finished floors and structures shall not be spoilt. If there is any spillage of paint on the floors or members on the finished structures, the tenderer has to clear and provide the painting to the spoiled areas. Paints shall be checked for shelf life to meet the requirements before application. Proper action shall be taken well in advance prior to actual usage Paint Specifications a) Inorganic Zinc Silicate Primer: Two part, self cured Dry temperature resistance to 400 o C Minimum shelf life of 12 months Excellent abrasion resistance Minimum coverage of 9 sq m./litre at 65 microns (minimum) Volume of solids 60% (minimum) by weight and 80% of zinc in dry film by weight No mud cracking at an applied thickness of 75 microns. Primer shall be applied minimum 65 microns DFT

76 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 30 OF 31 (b) All items shall be intermediate painted with inhibitive polyamide epoxy, DFT- 100 microns (min). (c) Air drying Acrylic Aliphatic polyurethane finish paint having excellent UV resistance. As per approved manufacturer s specifications. Minimum of 40 microns DFT Colour code will be finalised by department after award of contract START-UP SPARES & MAINTENANCE TOOLS 22.1 The BIDDER shall include in start-up Spares & Maintenance tools in his scope The spares supplied shall be directly interchangeable with parts for which they are intended for replacement The spares shall be treated and packed for long storage (minimum 5 years) under the climatic conditions prevailing at the site The BIDDER shall indicate the service expectancy periods for all the spare parts in terms of hours of operation under normal operating conditions after which replacement will become necessary The Start-Up Spares are those spares which will be required during start-up and commissioning of the equipment / systems until the equipment/systems are handed over to the SDSC-SHAR after completion of performance testing The prices of the Start-Up Spares and tools shall be included in the lumpsum supply price of the total system. An adequate stock of Start-Up Spares and maintenance tools shall be available at the site such that the start-up and commissioning of the equipment / systems, performance testing and handing over the equipment/ systems to the SDSC-SHAR can be carried out without hindrance or delay All Start-Up Spares which remain unused after the taking over the plant shall remain the property of the SDSC-SHAR. BIDDER s quoted lumpsum price for the supply of the bought-out items shall be inclusive of the cost of Start-Up Spares TENDER EVALUATION AND PENALITY FACTOR 23.1 The BIDDER shall comply with all systems / parameters specified in section B, C, D,E &F 23.2 Deviation from the specifications, if acceptable to the PURCHASER insofar as practicable will be converted to rupee value and added to the bid price to compensate for the deviation from the specification. In determining the rupee value of the deviations, the PURCHASER will use the parameters consistent with those specific in the documents and specifications and other information as necessary and available to the PURCHASER

77 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: B TECHNICAL SPECIFICATION FOR ASSEMBLEY TOWERS & ACESS TOWER FOR SVAB SHEET : 31 OF DATA TO BE FURNISHED AFTER AWARD OF CONTRACT The BIDDER shall ensure the following documentation are prepared and submitted to PURCHASER for his review / record 24.1 Schedule of Assembly & Detailed drawings and documents to be submitted for review & approval with submission dates Quality Assurance Plan (QAP) Bar chart for supply & erection schedule indicating the date of completion of various activities so as to complete execution of the contract within the time frame stipulated in the LOI / Purchase order Progress reports 24.5 Instrument data sheets Dimensioned general arrangement and section drawings of control and instrumentation panels and switchgear panel Detailed description of operating sequence and control and interlock system Erection, start-up, operation and maintenance manual complete with lubrication schedule etc As-built drawings Quality Assurance documentation compiled for the project The above list of documents is indicative and not exhaustive. The BIDDER / CONTRACTOR shall submit documents as specified in various sections of this specification and also as per the specific instructions of the PURCHASER FINAL DOCUMENTS CONTRACTOR shall submit the copies of operation and maintenance manuals well before the despatch of the equipment. The manual shall be in sufficient detail with step by step instructions to enable others to inspect, erect, commission, maintain, dismantle, repair, reassemble and adjust all parts of the equipment. Each manual shall also include a complete set of approved as built drawings together with performance / rating curves / charts of the equipment, maintenance schedule and test certificates wherever applicable. CONTRACTOR shall submit all the raw material test certificates, Ultrasonic testing of the raw material, Ultrasonic / radiography test certificates of all necessary welds. Stress relieving charts, Hardness test certificates and Dimensional inspection reports of individual components. Quality assurance documentation compiled for the project.

78 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- Sl No. BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF BILL OF MATERIALS DETAILS OF FABRICATED COMPONENTS SHEET : 1 OF 15 Two Segment Assembly Towers are located besides each other in the SVAB. Six approach platforms are provided in each of the Segment Assembly Tower (SAT) so as to provide access throughout the S200 Motor height between 4.4 m to m levels. For first two levels, fixed platforms are provided and at rest of all the levels, four folding platforms at each level are provided in SAT structure. Each of the platforms is independent of the other platform for all operational requirements. Material quantities required for various sub-assemblies of Segment Assembly Tower are as mentioned in the Table below. DESCRIPTION OF COMPONENT 1.0 Structural Members QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) 1.1 Column 19 ISMB 400 x Lg. IS: Chequered Plate - 6 mm thk Mild Steel Grade E 250 Quality BR; as per IS: Horizontal Member 1 96 ISMB 400 x 1150 Lg. IS: Horizontal Member 2 64 ISMB 400 x 600 Lg. IS: Horizontal Member 3 56 ISMB 400 x 3760 Lg. IS: Horizontal Member 4 56 ISMB 400 x 4355 Lg. IS: Horizontal Member 5 32 ISMB 400 x 4335 Lg. IS: Horizontal Member 6 40 ISMB 400 x 6410 Lg. IS: Horizontal Member 7 48 ISMB 400 x 600 Lg. IS: Horizontal Bracings / ISA 65 x 65 x 6 x 2200 Lg. IS: Horizontal Bracings / ISA 65 x 65 x 6 x 1270 Lg. IS: Horizontal Bracings / ISA 65 x 65 x 6 x 1710 Lg. IS: HEAT TREATMENT / REMARKS TCE FORM NO. 329R5

79 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 2 OF 15 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 1.0 Structural Members 1.13 Vertical Bracings / ISA 110 x 110 x 12 x 4000 Lg. IS: Vertical Bracings 2 8 2/ ISA 110 x 110 x 12 x 1900 Lg. IS: Vertical Bracings 3 8 2/ ISA 110 x 110 x 12 x 3700 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 2300 Lg. IS: Vertical Bracings 5 8 2/ ISA 110 x 110 x 12 x 1300 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 4200 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 4800 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 5500 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 5900 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 5200 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 5700 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 4400 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 5000 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 4600 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 3000 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 4100 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 2600 Lg. IS: Platform Support Beam 128 ISMB 100 x 130 Lg. IS: TCE FORM NO. 329R5

80 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 3 OF 15 Sl No. DESCRIPTION OF COMPONENT 1.0 Structural Members QTY. OVERALL DIMENSIONS (mm) MATERIAL 1.31 Platform Support Plate (L) x 100 (W) x 20 (thk) 1.32 Platform Support Plate (L) x 100 (W) x 20 (thk) 1.33 Platform Support Plate (L) x 100 (W) x 20 (thk) 1.34 Hinge Pin Support Plate (L) x 290 (W) x 20 (thk) 1.35 Hinge Pin Bracket Hexagon Socket Head Cap Screws Miscellaneous (Support plates for columns throughout the length) Miscellaneous Parts (Ladders, GST Plates, Lock Plates, etc.) 256 M20 x 1.5 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2269 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS TCE FORM NO. 329R5

81 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 4 OF 15 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) 2.0 PLATFORM AT EL 10.7 m, 14.9 m & EL m - TOTAL 24 NOS. 2.1 Chequered Plate - 6 mm (thk) MATERIAL Mild Steel Grade E 250 Quality BR; as per IS:2062 APPROX. WEIGHT FOR ONE PLATFORM (kg) APPROX. TOTAL WEIGHT FOR ALL PLATFORMS (kg) Box ISMC ISMC 200 x 3710 Lg. IS: HEAT TREATMENT / REMARKS 2.3 ISMB 200 Type 1 24 ISMB 200 x 4800 Lg. IS: ISMB 200 Type 2 24 ISMB 200 x 3000 Lg. IS: ISMC 100 Type 1 24 ISMC 100 x 1120 Lg. IS: ISMC 100 Type 2 24 ISMC 100 x 1140 Lg. IS: ISMC 100 Type 3 24 ISMC 100 x 1170 Lg. IS: ISMC 150 Type ISMC 150 x 650 Lg. IS: ISMC 150 Type ISMC 150 x 1050 Lg. IS: ISMC 150 Type 3 24 ISMC 150 x 450 Lg. IS: ISMC 150 Type 4 96 ISMC 150 x 810 Lg. IS: ISMC 150 Type 5 48 ISMC 150 x 850 Lg. IS: ISA 75 x 75 x 10 Type 1 96 ISA 75 x 75 x 10 x 1240 Lg. IS: TCE FORM NO. 329R5

82 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 5 OF 15 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT FOR ONE PLATFORM (kg) APPROX. TOTAL WEIGHT FOR ALL PLATFORMS (kg) HEAT TREATMENT / REMARKS 2.0 PLATFORM AT EL 10.7 m, 14.9 m & EL m - TOTAL 24 NOS ISA 75 x 75 x 10 Type 2 48 ISA 75 x 75 x 10 x 1040 Lg. IS: ISA 75 x 75 x 10 Type 3 48 ISA 75 x 75 x 10 x 520 Lg. IS: ISA 75 x 75 x 10 Type 1 48 ISA 75 x 75 x 10 x 680 Lg. IS: ISA 75 x 75 x 10 Type 1 24 ISA 75 x 75 x 10 x 1350 Lg. IS: Platform Support Plate (L) x 100 (W) x 20 (thk) 2.19 Hinge Pin Support Plate (L) x 270 (W) x 20 (thk) 2.20 Hinge Pin Bracket Hinge Pin 48 Ф 40 x 130 Lg Hexagon Socket Head Cap Screws Miscellaneous (Lock Plate, Support Plates, etc.) 192 M20 x Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS: C8, as per IS:1570 Mild Steel Grade E 250 Quality BR; as per IS:2269 Mild Steel E250- BR; IS: TCE FORM NO. 329R5

83 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 6 OF 15 Sl No. DESCRIPTION OF COMPONENT QTY. 3.0 PLATFORM AT EL mm - TOTAL 8 NOS. 3.1 Chequered Plate - 6 mm (thk) OVERALL DIMENSIONS (mm) MATERIAL Mild Steel Grade E 250 Quality BR; as per IS:2062 APPROX. WEIGHT FOR ONE PLATFORM (kg) APPROX. TOTAL WEIGHT FOR ALL PLATFORMS (kg) ISMC 150 Type 1 32 ISMC 150 x 650 Lg. IS: HEAT TREATMENT / REMARKS 3.3 ISMC 150 Type 4 32 ISMC 150 x 810 Lg. IS: ISMC 100 Type 3 8 ISMC 100 x 1170 Lg. IS: Box ISMC ISMC 200 x 3710 Lg. IS: ISA 75 x 75 x 10 Type 2 24 ISA 75 x 75 x 10 x 1040 Lg. IS: Platform Support Plate (L) x 100 (W) x 20 (thk) 3.8 Hinge Pin Support Plate (L) x 270 (W) x 20 (thk) 3.9 Hinge Pin Bracket Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS: Hinge Pin 16 Ф 40 x 130 Lg. 50C8, as per IS: Sl No. Hexagon Socket Head Cap Screws DESCRIPTION OF COMPONENT 64 M20 x 1.5 QTY. OVERALL DIMENSIONS (mm) Mild Steel Grade E 250 Quality BR; as per IS:2269 MATERIAL APPROX. WEIGHT APPROX. TOTAL WEIGHT HEAT TREATMENT / TCE FORM NO. 329R5

84 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 7 OF 15 FOR ONE PLATFORM (kg) FOR ALL PLATFORMS (kg) REMARKS 3.0 PLATFORM AT EL mm - TOTAL 8 NOS Miscellaneous (Lock Plate, Support Plates, etc.) - - Mild Steel E250-BR; IS: Sliding Platform Mechanism 3.13 Sliding Platform Support Structure 3.14 Sliding Platform Rails 16 Ø 30 x 1600 Lg Lead Screw 8 TR 40 x 8P x 1135 Lg Lead Screw Nut Lead Screw End Support Housing 3.19 Taper Roller Bearing (ID) x 72 (OD) x (W) 3.20 Right Angle Gear Box 8 RAN20 S A 1 HS B3 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 MATERIAL APPROX. WEIGHT FOR ONE PLATFORM APPROX. TOTAL WEIGHT FOR ALL PLATFORMS FAG 32207A or Equivalent BONGFIGLIOLI or Equivalent HEAT TREATMENT / REMARKS TCE FORM NO. 329R5

85 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 8 OF 15 (kg) (kg) 3.0 PLATFORM AT EL mm - TOTAL 8 NOS Lock Nut Lock Washer Vee Grooved Wheels 16 Ø 110 x 40 Thk Flat Wheels 16 Ø 100 x 40 Thk Wheel Shaft 32 Ø 50 x 165 Lg Deep Groove Ball Bearing (ID) x 68 (OD) x 15 (W) 3.27 Lock Nut Lock Washer Spacer (ID) x 50 (OD) x 6 Thk End Stopper (L) x 40 (W) x 20 Thk. Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 MATERIAL APPROX. WEIGHT FOR ONE PLATFORM (kg) APPROX. TOTAL WEIGHT FOR ALL PLATFORMS (kg) FAG KM7 or Equivalent FAG MB7 or Equivalent FAG RS or Equivalent FAG KM6 or Equivalent FAG MB6 or Equivalent HEAT TREATMENT / REMARKS TCE FORM NO. 329R5

86 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 9 OF PLATFORM AT EL mm - TOTAL 8 NOS Miscellaneous Parts - Mild Steel Grade E 250 Quality BR; as per IS: TCE FORM NO. 329R5

87 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 10 OF 15 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 4.0 PLATFORM AT EL 4.4 m 4.1 Chequered Plate - 6 mm (thk) Mild Steel Grade E 250 Quality BR; as per IS: ISMB 150 Type 1 2 ISMB 150 x 320 Lg. IS: ISMB 150 Type 2 4 ISMB 150 x 1070 Lg. IS: ISMB 150 Type 3 4 ISMB 150 x 1650 Lg. IS: ISMB 150 Type 4 8 ISMB 150 x 670 Lg. IS: ISMB 150 Type 5 4 ISMB 150 x 130 Lg. IS: ISMB 150 Type 6 4 ISMB 150 x 1850 Lg. IS: ISMB 150 Type 7 4 ISMB 150 x 1260 Lg. IS: ISMB 150 Type 8 2 ISMB 150 x 510 Lg. IS: ISMB 300 Type 1 12 ISMB 300 x 1200 Lg. IS: ISMB 300 Type 2 12 ISMB 300 x 1000 Lg. IS: ISMB ISMB 400 x 6270 Lg. IS: Miscellaneous Parts - - Mild Steel Grade E 250 Quality BR; as per IS: TCE FORM NO. 329R5

88 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 11 OF 15 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 5.0 PLATFORM AT EL 6.5 m 5.1 Chequered Plate - 6 mm (thk) Mild Steel Grade E 250 Quality BR; as per IS: ISMB 150 Type 1 2 ISMB 150 x 320 Lg. IS: ISMB 150 Type 2 4 ISMB 150 x 1070 Lg. IS: ISMB 150 Type 3 4 ISMB 150 x 1650 Lg. IS: ISMB 150 Type 4 8 ISMB 150 x 670 Lg. IS: ISMB 150 Type 5 4 ISMB 150 x 130 Lg. IS: ISMB 150 Type 6 4 ISMB 150 x 1850 Lg. IS: ISMB 150 Type 7 4 ISMB 150 x 1260 Lg. IS: ISMB 150 Type 8 2 ISMB 150 x 510 Lg. IS: ISMB ISMB 300 x 570 Lg. IS: ISMB ISMB 400 x 6270 Lg. IS: Miscellaneous Parts - - Mild Steel Grade E 250 Quality BR; as per IS: TCE FORM NO. 329R5

89 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 12 OF 15 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 6.0 S200 Full Motor Assembly Fixture Fabricated Column Plate Type 1 Fabricated Column Plate Type (W) x 24 (thk) x 6500 (H) (W) x 24 (thk) x 6500 (H) 6.3 Fabricated Radial Beam x 560 x 715, 63 thk Plate 6.4 Fabricated Support Ring (ID) x 4320 (OD) x 63 Thk (ID) x 4370 (OD) x 63 Thk (ID)x 4100 (OD) x 430 (H) 4240 (ID) x 4320 (OD) x 430 (H) 6.5 Inter Connecting Member Base Plate 6 SQ.850 x Interface Ring (ID) x 4240 (OD) x 50 Thk. 6.8 M36 J Bolts 96 - Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS: ISMB ISMB 150 x 500 Lg. IS : Stiffener Plate Type x 410 x 24 (thk) Sl No. Stiffener Plate (At Column Base) Type 2 Stiffener Plate (At Column Base) Type 3 DESCRIPTION OF COMPONENT (thk) (thk) Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 QTY. OVERALL DIMENSIONS (mm) MATERIAL Mild Steel Grade E 250 Quality BR; as per IS: APPROX. WEIGHT (kg) HEAT TREATMENT / TCE FORM NO. 329R5

90 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 13 OF 15 REMARKS 6.0 S200 Full Motor Assembly Fixture Stiffener Plate (Below each Column) Type 4 Stiffener Plate (Above each Column) Type (thk) (thk) 6.15 Miscellaneous Parts - - Sl No. DESCRIPTION OF COMPONENT QTY. 7.0 Drive Arrangement - Total 32 Nos. OVERALL DIMENSIONS (mm) 7.1 Rope Drum 32 Ø 180 x 160 (L) X 14 Thk. 7.2 Rope Drum Shaft 32 Ø 45 x 430 (L) 7.3 Mounting structure for Rope Drum 7.4 Wire Rope 32 Ø 10 mm, 15m length 7.5 Full Gear Coupling 32 - Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 MATERIAL Grade E250-Quality BR as per IS 2062:2011 Grade E250-Quality BR as per IS 2062:2011 APPROX. WEIGHT OF ONE PLATFORM DRIVE (kg) APPROX. WEIGHT FOR ALL PLATFORM DRIVES (kg) IS: Usha Martin make Powerform 8 with Tensile grade 2160 N/mm 2. With one end free and other with Spliced Ferrule end (IS:5245 Part 2) ALLFLEX Full Gear Coupling Type AFG 101 or Equivalent 7.6 Full Gear Coupling 32 - ALLFLEX Full Gear HEAT TREATMENT / REMARKS TCE FORM NO. 329R5

91 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D Pulley 96 Ø 130 x 30 (W) 7.8 Pulley Shaft (Bolt) Angle for mounting of pulley Type 1 BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF Hex. Head Bolt M36 x 105, IS:1364 (Part -1) Coupling Type AFG 100 or Equivalent Cast Steel IS:1030 Grade N Grade E250-Quality BR as per IS 2062: ISA 130 x 130 x 10 x 500 Lg. IS: SHEET : 14 OF Drive Arrangement - Total 32 Nos Angle for mounting of pulley Type 2 16 ISA 130 x 130 x 10 x 3800 Lg. IS: Bush Bearing (ID) x 65 (OD) x 40 (W) Phosphor Bronze Single Stage Worm Gear Reducer Mounting structure for Gear Reducer Pneumatic Motor Mounting structure for Gear Reducer & Pneumatic Motor Gear Ratio: 50:1 Input RPM = 105 Nominal Output Torque Capacity = 1456 N-m Self Locking Type ISMC 150 x 105 Lg. IS: i) Reversible air operated motor with brake rpm Operating Pressure Range: 6-7 bar Max. Air pressure : 6.3 bar ii) Along with FRL Unit IS: TCE FORM NO. 329R5

92 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: C1 TCE-7517A-D-862- BILL OF MATERIAL FOR SEGMENT ASSEMBLY TOWER & FMAF SHEET : 15 OF Miscellaneous Parts (Shims, Support Plates for pulleys, Brackets for mounting of motor, etc.) - - Mild Steel Grade E 250 Quality BR; as per IS: Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) APPROX. TOTAL WEIGHT (kg) HEAT TREATMENT / REMARKS 8.0 MISCELLANEOUS 8.1 Miscellaneous Parts (Shims, Base Plates, support plates, eye bolt etc.) - - Mild Steel Grade E 250 Quality BR; as per IS: TCE FORM NO. 329R5

93 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D Sl No. BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) BILL OF MATERIALS DETAILS OF FABRICATED COMPONENTS SHEET : 1 OF 16 Nozzle Assembly Towers is located in the SVAB. Three approach platforms are provided in the Nozzle Assembly Tower (NAT) so as to provide access throughout the S200 Motor height between 1.67 m to m levels. For first two levels, fixed platforms are provided and four folding platforms are provided at the EL m in NAT structure. Each of the platforms is independent of the other platform for all operational requirements. Material quantities required for various sub-assemblies of Nozzle Assembly Tower are as mentioned in the Table below. DESCRIPTION OF COMPONENT 1.0 Structural Members QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) 1.1 Column 15 ISMB 400 x Lg. IS: Chequered Plate - 6 mm thk Mild Steel Grade E 250 Quality BR; as per IS: Horizontal Member 1 24 ISMB 400 x 600 Lg. IS: Horizontal Member 2 20 ISMB 400 x 610 Lg. IS: Horizontal Member 3 16 ISMB 400 x 1530 Lg. IS: Horizontal Member 4 16 ISMB 400 x 4100 Lg. IS: Horizontal Member 5 8 ISMB 400 x 2100 Lg. IS: Horizontal Member 6 8 ISMB 400 x 1510 Lg. IS: Horizontal Member 7 8 ISMB 400 x 4000 Lg. IS: Horizontal Member 8 4 ISMB 400 x 9060 Lg. IS: Horizontal Bracings / ISA 65 x 65 x 6 x 1970 Lg. IS: HEAT TREATMENT / REMARKS TCE FORM NO. 329R5

94 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 2 OF 16 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 1.0 Structural Members 1.12 Horizontal Bracings / ISA 65 x 65 x 6 x 2360 Lg. IS: Horizontal Bracings / ISA 65 x 65 x 6 x 2450 Lg. IS: Horizontal Bracings / ISA 65 x 65 x 6 x 1950 Lg. IS: Horizontal Bracings / ISA 65 x 65 x 6 x 1400 Lg. IS: Horizontal Bracings / ISA 65 x 65 x 6 x 1750 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 2750 Lg. IS: Vertical Bracings 2 4 2/ ISA 110 x 110 x 12 x 3200 Lg. IS: Vertical Bracings 3 4 2/ ISA 110 x 110 x 12 x 1900 Lg. IS: Vertical Bracings 4 4 2/ ISA 110 x 110 x 12 x 3060 Lg. IS: Vertical Bracings 5 4 2/ ISA 110 x 110 x 12 x 4900 Lg. IS: Vertical Bracings 6 4 2/ ISA 110 x 110 x 12 x 3380 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 3750 Lg. IS: Vertical Bracings 8 4 2/ ISA 110 x 110 x 12 x 5150 Lg. IS: Vertical Bracings 9 4 2/ ISA 110 x 110 x 12 x 3500 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 2400 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 4500 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 3000 Lg. IS: TCE FORM NO. 329R5

95 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 3 OF 16 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 1.0 Structural Members 1.29 Vertical Bracings / ISA 110 x 110 x 12 x 3350 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 3700 Lg. IS: Vertical Bracings / ISA 110 x 110 x 12 x 2800 Lg. IS: Platform Support Beam 20 ISMB 100 x 130 Lg. IS: Platform Support Plate (L) x 100 (W) x 20 (thk) 1.34 Platform Support Plate (L) x 100 (W) x 20 (thk) 1.35 Platform Support Plate (L) x 100 (W) x 20 (thk) 1.36 Hinge Pin Support Plate (L) x 290 (W) x 20 (thk) 1.37 Hinge Pin Bracket Hexagon Socket Head Cap Screws Miscellaneous (Support plates for columns throughout the length) 32 M20 x 1.5 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2269 Mild Steel Grade E 250 Quality BR; as per IS: TCE FORM NO. 329R5

96 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 4 OF 16 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 1.0 Structural Members 1.40 Miscellaneous Parts (Ladders, GST Plates, Lock Plates, etc.) Mild Steel Grade E 250 Quality BR; as per IS: Sl No. DESCRIPTION OF COMPONENT QTY. 2.0 PLATFORM AT EL m - TOTAL 4 NOS. 2.1 Chequered Plate - 6 mm (thk) OVERALL DIMENSIONS (mm) MATERIAL Mild Steel Grade E 250 Quality BR; as per IS:2062 APPROX. WEIGHT FOR ONE PLATFORM (kg) APPROX. TOTAL WEIGHT FOR ALL PLATFORMS (kg) Box ISMC ISMC 200 x 3625 Lg. IS: HEAT TREATMENT / REMARKS 2.3 ISMB 200 Type 1 4 ISMB 200 x 4800 Lg. IS: ISMB 200 Type 2 4 ISMB 200 x 3000 Lg. IS: ISMC 100 Type 1 4 ISMC 100 x 1120 Lg. IS: ISMC 100 Type 2 4 ISMC 100 x 1140 Lg. IS: ISMC 100 Type 3 4 ISMC 100 x 1170 Lg. IS: ISMC 150 Type 1 32 ISMC 150 x 650 Lg. IS: ISMC 150 Type 2 24 ISMC 150 x 1050 Lg. IS: TCE FORM NO. 329R5

97 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 5 OF ISMC 150 Type 3 4 ISMC 150 x 450 Lg. IS: ISMC 150 Type 4 16 ISMC 150 x 810 Lg. IS: ISMC 150 Type 5 8 ISMC 150 x 850 Lg. IS: ISA 75 x 75 x 10 Type 1 16 ISA 75 x 75 x 10 x 1240 Lg. IS: Sl No. DESCRIPTION OF COMPONENT QTY. 2.0 PLATFORM AT EL m - TOTAL 4 NOS. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT FOR ONE PLATFORM (kg) APPROX. TOTAL WEIGHT FOR ALL PLATFORMS (kg) HEAT TREATMENT / REMARKS 2.14 ISA 75 x 75 x 10 Type 2 8 ISA 75 x 75 x 10 x 1040 Lg. IS: ISA 75 x 75 x 10 Type 3 8 ISA 75 x 75 x 10 x 520 Lg. IS: ISA 75 x 75 x 10 Type 1 8 ISA 75 x 75 x 10 x 680 Lg. IS: ISA 75 x 75 x 10 Type 1 4 ISA 75 x 75 x 10 x 1350 Lg. IS: Platform Support Plate (L) x 100 (W) x 20 (thk) 2.19 Hinge Pin Support Plate (L) x 270 (W) x 20 (thk) 2.20 Hinge Pin Bracket Hinge Pin 8 Ф 40 x 130 Lg. Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS: C8, as per IS: TCE FORM NO. 329R5

98 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 6 OF Hexagon Socket Head Cap Screws Miscellaneous (Lock Plate, Support Plates, etc.) 32 M20 x Mild Steel Grade E 250 Quality BR; as per IS:2269 Mild Steel E250- BR; IS: Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 3.0 FIXED PLATFORM AT EL 1.67 m 3.1 Chequered Plate - 6 mm (thk) Mild Steel Grade E 250 Quality BR; as per IS: ISMB 150 Type 1 4 ISMB 150 x 900 Lg. IS: ISMB 150 Type 2 4 ISMB 150 x 1500 Lg. IS: ISMB 150 Type 3 4 ISMB 150 x 1100 Lg. IS: ISMB 150 Type 4 2 ISMB 150 x 320 Lg. IS: ISMB ISMB 400 x 6400 Lg. IS: Miscellaneous Parts - - Mild Steel Grade E 250 Quality BR; as per IS: TCE FORM NO. 329R5

99 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 7 OF 16 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 4.0 FOLDABLE PLATFORM AT EL 1.67 m 4.1 Chequered Plate 6 6 mm (thk) Mild Steel Grade E 250 Quality BR; as per IS: ISMB 125 Type 1 12 ISMB 125 x 750 Lg. IS: ISMB 125 Type 2 12 ISMB 125 x 610 Lg. IS: ISMB 125 Type 3 6 ISMB 125 x 350 Lg. IS: Box ISMC ISMC 125 x 2150 Lg. IS: Hinge Pin Hinge Bracket Sl No. Miscellaneous Parts (Hand Operated Winch, Support Plates, Brackets, etc.) DESCRIPTION OF COMPONENT Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS: QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 5.0 PLATFORM AT EL m 5.1 Chequered Plate - 6 mm (thk) Mild Steel Grade E 250 Quality BR; as per IS: ISMB 150 Type 1 4 ISMB 150 x 900 Lg. IS: ISMB 150 Type 2 4 ISMB 150 x 1500 Lg. IS: TCE FORM NO. 329R5

100 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 8 OF ISMB 150 Type 3 4 ISMB 150 x 1100 Lg. IS: ISMB 150 Type 4 2 ISMB 150 x 320 Lg. IS: ISMB ISMB 400 x 6400 Lg. IS: Miscellaneous Parts - - Mild Steel Grade E 250 Quality BR; as per IS: TCE FORM NO. 329R5

101 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 9 OF 16 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 6.0 Nozzle End Segment Support Fixture Fabricated Column Plate Type 1 Fabricated Column Plate Type (W) x 20 (thk) x 4070 (H) (W) x 20 (thk) x 4070 (H) 6.3 Fabricated Radial Beam x 320 x 1200, 63 thk Plate 6.4 Fabricated Support Ring Inter Connecting Member Type 1 (ISMC Box 150) Inter Connecting Member Type 2 (ISMC Box 150) Inter Connecting Member Type 3 (ISMC Box 150) Inter Connecting Member Type 4 (ISMC Box 150) Inter Connecting Member Type 5 (ISMC 125) Inter Connecting Member Type 6 (ISMC 125) Inter Connecting Member Type 7 (ISMC 125) 6.12 Base Plate 6 SQ.850 x (ID) x 3454 (OD) x 63 Thk (ID) x 3474 (OD) x 63 Thk (ID)x 3250 (OD) x 186 (H) 3298 (ID) x 3362 (OD) x 186 (H) Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS: ISMC 125 x 2850 Lg. IS: ISMC 125 x 2550 Lg. IS: ISMC 125 x 600 Lg. IS: ISMC 125 x 450 Lg. IS: ISMC 125 x 2160 Lg. IS: ISMC 125 x 650 Lg. IS: ISMC 125 x 360 Lg. IS: Mild Steel Grade E 250 Quality BR; as per IS: TCE FORM NO. 329R5

102 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 10 OF 16 Sl No. DESCRIPTION OF COMPONENT 6.0 Nozzle End Segment Support Fixture QTY. OVERALL DIMENSIONS (mm) MATERIAL 6.13 Interface Ring (ID) x 3450 (OD) x 50 Thk M36 J Bolts Stiffener Plate Type x 460 x 20 (thk) 6.16 Stiffener Plate (At Column Base) Type (thk) Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 6.17 Stiffener Plate (Below each Column) Type (thk) Mild Steel Grade E 250 Quality BR; as per IS: Stiffener Plate (Above each Column) Type 5 Stiffener Plate (At Sides of each Column) Type (thk) (thk) 6.20 Miscellaneous Parts - - Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS: TCE FORM NO. 329R5

103 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 11 OF 16 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS 7.0 Nozzle Support Fixture 7.1 X-Axis Base Frame Y-Axis Base Frame Rotary Axis Base Frame Rotary Table Nozzle Resting Plate Rotary Table Centre Housing 7.7 Rotary Table Centre Shaft Track Roller Bracket Roller Pin Roller Segment Gear Rack Gear 1 1 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Steel 40C8; As Per IS:1570 (Part 2)-1998 Mild Steel Grade E 250 Quality BR; as per IS:2062 Steel 40C8; As Per IS:1570 (Part 2)-1998 Steel 40C8; As Per IS:1570 (Part 2)-1998 Steel 40C8; As Per IS:1570 (Part 2)-1998 Steel 40C8; As Per IS:1570 (Part 2) TCE FORM NO. 329R5

104 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 12 OF 16 Sl No. DESCRIPTION OF COMPONENT 7.0 Nozzle Support Fixture 7.14 Gear Shaft Bearing Housing For Rotary Housing 7.16 Screw for X & Y Axis Nut for X & Y Axis Nut Housing for X & Y Axis Bearing Block for X & Y Axis 7.20 Hand Wheel Coupling Shaft Coupling Shaft Coupling Coupling Coupling 3 4 QTY. OVERALL DIMENSIONS (mm) MATERIAL 1 2 Steel 40C8; As Per IS:1570 (Part 2)-1998 Cast Steel; As Per IS:1030 Grade N Steel 40C8; As Per IS:1570 (Part 2)-1998 Steel 40C8; As Per IS:1570 (Part 2)-1998 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 Mild Steel Grade E 250 Quality BR; as per IS:2062 APPROX. WEIGHT (kg) HEAT TREATMENT / REMARKS TCE FORM NO. 329R5

105 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D Sl No. DESCRIPTION OF COMPONENT 7.0 Nozzle Support Fixture 7.26 Screw Jack Assembly Angular Contact Ball Bearing BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) QTY. OVERALL DIMENSIONS (mm) MATERIAL Load Carrying Capacity: 20T Stroke: 150 mm Closed Shut-off Height: 190 mm (from bottom mounting face to top of lifting screw) APPROX. WEIGHT (kg) SHEET : 13 OF 16 HEAT TREATMENT / REMARKS - Make: Spark 4 30(ID) x 62(OD) x 16(W) FAG D G Ball Bearing (ID) x 80(OD) x16(w) FAG Z 7.29 D G Ball Bearing (ID) x 500(OD) x46(w) FAG M 7.30 Y-Tech Plummer Block Unit with Grub Screw Locking 7.31 Right Angle Gear Box Gear Box 1 7 RAN20 S A 1 HS B3 Gear Ratio:01 W 63 UF 30 B5 B3 Gear Ratio:30 SYK 35 TR Make: SKF Make: BONFIGLIOLI or Equivalent Make: BONFIGLIOLI or Equivalent 7.33 L M Guide Ways 8 HSR-55A-4UU-C0+3000L Make:THK 7.34 Miscellaneous Parts TCE FORM NO. 329R5

106 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 14 OF 16 Sl No. DESCRIPTION OF COMPONENT QTY. 8.0 Drive Arrangement - Total 4 Nos. OVERALL DIMENSIONS (mm) 8.1 Rope Drum 4 Ø 180 x 160 (L) X 14 Thk. 8.2 Rope Drum Shaft 4 Ø 45 x 430 (L) 8.3 Mounting structure for Rope Drum 8.4 Wire Rope 4 Ø 10 mm, 15m length 8.5 Full Gear Coupling Full Gear Coupling Pulley 12 Ø 130 x 30 (W) 8.8 Pulley Shaft (Bolt) 12 Size M36 MATERIAL Grade E250-Quality BR as per IS 2062:2011 Grade E250-Quality BR as per IS 2062:2011 APPROX. WEIGHT OF ONE PLATFORM DRIVE (kg) APPROX. WEIGHT FOR ALL PLATFORM DRIVES (kg) IS: Usha Martin make Powerform 8 with Tensile grade 2160 N/mm 2 ALLFLEX Full Gear Coupling Type AFG 101 or Equivalent ALLFLEX Full Gear Coupling Type AFG 100 or Equivalent Cast Steel IS:1030 Grade N Hex. Head Bolt M36 x 105 IS:1364 (Part -1) HEAT TREATMENT / REMARKS With one end free and other with Spliced Ferrule end (IS:5245 Part 2) TCE FORM NO. 329R5

107 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 15 OF 16 Sl No. DESCRIPTION OF COMPONENT QTY. 8.0 Drive Arrangement - Total 4 Nos. 8.9 Angle for mounting of pulley 4 OVERALL DIMENSIONS (mm) ISA 130 x 130 x 10 x 3240 Lg. MATERIAL APPROX. WEIGHT OF ONE PLATFORM DRIVE (kg) APPROX. WEIGHT FOR ALL PLATFORM DRIVES (kg) IS: Bush Bearing 8 - Phosphor Bronze Single Stage Worm Gear Reducer 8.12 Pneumatic Motor Mounting structure for Gear Reducer & Pneumatic Motor Miscellaneous Parts (Shims, Support Plates for pulleys, Brackets for mounting of motor, etc.) 4 Gear Ratio: 50:1 Input RPM = 105 Nominal Output Torque Capacity = 1456 N-m Self Locking Type i) Reversible air operated motor with brake rpm Operating Pressure Range: 6-7 bar Operating Air pressure:6.3bar ii) Along with FRL Unit IS: Mild Steel Grade E 250 Quality BR; as per IS: HEAT TREATMENT / REMARKS TCE FORM NO. 329R5

108 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING SECTION: C2 TCE-7517A-D BILL OF MATERIAL FOR NOZZLE ASSEMBLY TOWER (NAT) SHEET : 16 OF 16 Sl No. DESCRIPTION OF COMPONENT QTY. OVERALL DIMENSIONS (mm) MATERIAL APPROX. WEIGHT (kg) APPROX. TOTAL WEIGHT (kg) HEAT TREATMENT / REMARKS 9.0 MISCELLANEOUS 9.1 Miscellaneous Parts (Shims, Base Plates, support plates, eye bolts etc.) - - Mild Steel Grade E 250 Quality BR; as per IS: TCE FORM NO. 329R5

109 Spec. No. TCE-7517A-D-862- SECOND VEHICLE ASSEMBLY BUILDING PROJECT QUALITY ASSURANCE PLAN FOR ASSEMBLY TOWERS & ACCESS TOWERS SECTION: D ```Sheet 1 of 6 SL. NO. COMPONENT/ OPERATION CHARACTERISTICS TO BE CHECKED METHOD OF CHECKING CATEGORY EXTENT OF CHECK REFERENCE DOCUMENTS ACCEPTANCE NORMS FORMAT OF RECORDS INSPECTION AGENCY VR TP IS REMARKS A. MATERIAL (RAW MATERIALS & BOUGHTOUTS) 1 Rolled plates & sections, Forgings & Castings a. Appearance Visual Major 100% IS:2062 Freedom from defects like pitting, cracks, etc. 2 Fasteners (high tensile bolts & nuts etc.) 3 Pneumatic Motors, Coupling, Gearbox, Wire rope, LM guide b. Properties Chemical analysis & physical test c. Internal flaws UT Critical 100% for plates 20mm thick, 100% for Castings & Forgings a. Quality Visual Major Sample check as per relevant specification b. Chemical composition & physical properties Chemical analysis, mechanical test Dimensional conformance c. Dimensional Measurements Measurements Major 100% IS:2062 Drawing, specification Major Sample check as per relevant specification -- H H R Mill test certificates/ Lab reports H R R ASTM A435 Specification NDT reports H H R IS:1367 IS:1367 Major Sample check as per relevant specification IS:1367 Major 100% As per Manufacturer s Specification Performance Tests Verification Major 100% As per Manufacturer s Specification a. No cracks b. Proper matching with nuts IS:1367 Part III IS:1367 Part III & XIII As per Manufacturer s Specification As per Manufacturer s Specification IR H W R Manufacturer s test certificates H R R H W R IR H W R IR H W R Legend : VR Vendor IS ISRO TP Third Party Inspection Agency Signature Signature Signature Date : H Carrying out responsibility R Review of records & results W Test/inspection to be witnessed For VENDOR For THIRD PARTY For ISRO Place :

110 Spec. No. TCE-7517A-D-862- SECOND VEHICLE ASSEMBLY BUILDING PROJECT QUALITY ASSURANCE PLAN FOR ASSEMBLY TOWERS & ACCESS TOWERS SECTION: D ```Sheet 2 of 6 SL. NO. COMPONENT/ OPERATION CHARACTERISTICS TO BE CHECKED METHOD OF CHECKING CATEGORY EXTENT OF CHECK REFERENCE DOCUMENTS ACCEPTANCE NORMS FORMAT OF RECORDS INSPECTION AGENCY VR TP IS REMARKS B. WELDING PROCEDURE, WELDER S QUALIFICATION, ETC. 1 Welding WPS, Welder s & Welding operator s qualification Test piece, Visual, Physical & NDT (RT) Critical 100% ASME Sec IX ASME Sec IX WPS, PQR & WPQ H H R C. FABRICATION (Platform, Fixed Platform, folding Platform, Column, Drive Base Frame, Pulley Brackets, Hinge Bracket, Connecting Beam, Bracket, etc. ) 1 Setting out / Layout / Marking / CNC programming 2 Fitup before welding. 3 Welding (fillet joints) 4 Full penetration welding Layout Measurement Major 100% Relevant drawings Quality Profile, fillet size, overall physical appearance a. Root inspection after back gouging Visual alignment & check of major dimensions Visual/ gauge, DP/ MPT after final welding Full scale layout to be checked before cutting Major 100% Drawings a. proper edge preparation b. proper tack welds c. minimum gap for butt joints as per WPS d. DIN-8570 Major 100% ASME SecVIII, Vol-1 Visual & LPI Major 100% IS:3658 No cracks allowed Shop register H W R IR H H R Members requiring site welding shall be match marked at joining ends for site erection Drawings IR H W R 10% DP test at random shall be done IR H W R b. Internal defects UT / RT Critical Wherever asked in the drawing ASME Sec-VIII, Vol-1 ASME Sec-VIII, Vol-1 Test report H W R SL. NO. COMPONENT/ OPERATION CHARACTERISTICS TO BE CHECKED METHOD OF CHECKING CATEGORY EXTENT OF CHECK REFERENCE DOCUMENTS ACCEPTANCE NORMS FORMAT OF RECORDS INSPECTION AGENCY Legend : VR Vendor IS ISRO TP Third Party Inspection Agency Signature Signature Signature Date : H Carrying out responsibility R Review of records & results W Test/inspection to be witnessed For VENDOR For THIRD PARTY For ISRO Place : REMARKS

111 Spec. No. TCE-7517A-D-862- SECOND VEHICLE ASSEMBLY BUILDING PROJECT QUALITY ASSURANCE PLAN FOR ASSEMBLY TOWERS & ACCESS TOWERS SECTION: D ```Sheet 3 of 6 VR TP IS 5 Stress relieving (after complete welding) 6 Dimensional inspection after welding & stress relieving c. Welding quality, surface defects T-T curves Dimensional LPI / MPI Critical Wherever asked in the drawing T-T curve verification Measurement of major dimensions & full size shop layout checking ASME Sec-VIII, Vol-1 Major 100% ASME Sec-VIII, Vol-I Major 100% Drawing / DIN 8570 ASME Sec-VIII, Vol-1 Test report H H R Drawings T-T graph H R R Drawings IR H H W D. GRIT BLASTING & PAINTING 1 Grit blasting & painting Paint thickness Visual & measurement by paint thickness gauge Major At random for paint thickness Drawing & specification Drawings & specification IR H W R E. MACHINING (Rope Drum, Pulleys, Guide Wheels, Shafts, Axles, Hinge Pin, Locking Pin, Pins & Links of Safety Link Chain, Guide Frame, Guide Column, Connecting Beams, Brackets, Swinging Platform, Replaceable Platform, Fixed Platform, etc.) 1 Machining Overall dimensions Measurement & visual Major 100% Drawing Drawing IR H H R Legend : VR Vendor IS ISRO TP Third Party Inspection Agency Signature Signature Signature Date : H Carrying out responsibility R Review of records & results W Test/inspection to be witnessed For VENDOR For THIRD PARTY For ISRO Place :

112 Spec. No. TCE-7517A-D-862- SECOND VEHICLE ASSEMBLY BUILDING PROJECT QUALITY ASSURANCE PLAN FOR ASSEMBLY TOWERS & ACCESS TOWERS SECTION: D ```Sheet 4 of 6 SL. NO. COMPONENT/ OPERATION CHARACTERISTICS TO BE CHECKED METHOD OF CHECKING CATEGORY EXTENT OF CHECK REFERENCE DOCUMENTS ACCEPTANCE NORMS FORMAT OF RECORDS INSPECTION AGENCY VR TP IS REMARKS 2 Drilling, etc. Drilling & tapping Measurement of hole size & center distances Critical 100% Drawing & DIN 8570 Drawing IR H H R B. CONTROL ASSEMBLY of Guide Column segments, Guide Frames, Fixed Platform, swinging Platform, Replaceable Platforms, Base Frame fitted with Drive elements, Guide Wheels on axles, Rope Drum, all Pulleys, Gearboxes, motors, brakes, Rope Drums etc. AT SHOP 1 Control assembly at works a) Dimensions, Leveling, Alignment of shafts of Full motor assembly fixture, Nozzle end segment assembly fixture Gearboxes, motors, Rope Drums,, alignment of all sub systems etc., various clearances, surface finish etc as specified in drawings. b) Free rotational movement of folding & sliding Platforms about the Hinges, Free sliding / rotational movement of Hinged / sliding pieces of Replaceable Platforms, pulleys, Free movement of Rope Drum & all Pulleys, Visual & measurement Visual & measurement Critical 100% Drawing Drawings IR H H H Before dismantling, reference line and match marking to be punched. Critical 100% Drawing Drawings IR H H H Before dismantling, reference line and match marking to be punched. Legend : VR Vendor IS ISRO TP Third Party Inspection Agency Signature Signature Signature Date : H Carrying out responsibility R Review of records & results W Test/inspection to be witnessed For VENDOR For THIRD PARTY For ISRO Place :

113 Spec. No. TCE-7517A-D-862- SECOND VEHICLE ASSEMBLY BUILDING PROJECT QUALITY ASSURANCE PLAN FOR ASSEMBLY TOWERS & ACCESS TOWERS SECTION: D ```Sheet 5 of 6 SL. NO. COMPONENT/ OPERATION CHARACTERISTICS TO BE CHECKED METHOD OF CHECKING CATEGORY EXTENT OF CHECK REFERENCE DOCUMENTS ACCEPTANCE NORMS FORMAT OF RECORDS INSPECTION AGENCY VR TP IS REMARKS G. ERECTION AT SITE c) No load running test of motor. Visual & measurement Critical 100% Drawing Drawings IR H H H Before dismantling, reference line and match marking to be punched. 1 Fabricated material inspection Visual, dimensional, review of TC & IR Visual & measurement Major 100% TS & approved drawings TS & approved drawings IR H R R 2 Welding & welder qualification WPS, Welder s & Welding operator s qualification Test piece, Visual, Physical & NDT (RT) Critical 100% ASME Sec IX ASME Sec IX WPS, PQR & WPQ H W R Legend : VR Vendor IS ISRO TP Third Party Inspection Agency Signature Signature Signature Date : H Carrying out responsibility R Review of records & results W Test/inspection to be witnessed For VENDOR For THIRD PARTY For ISRO Place :

114 Spec. No. TCE-7517A-D-862- SECOND VEHICLE ASSEMBLY BUILDING PROJECT QUALITY ASSURANCE PLAN FOR ASSEMBLY TOWERS & ACCESS TOWERS SECTION: D ```Sheet 6 of 6 SL. NO. COMPONENT/ OPERATION CHARACTERISTICS TO BE CHECKED METHOD OF CHECKING CATEGORY EXTENT OF CHECK REFERENCE DOCUMENTS ACCEPTANCE NORMS FORMAT OF RECORDS INSPECTION AGENCY VR TP IS REMARKS 3 Positioning & alignment of Columns, Platforms, Drive systems, Sub assemblies etc. Position, level, alignment and other dimensions. Measurement & visual Major 100% Drawing Drawing IR H H H 4 Welding Preheat / interpass / Visual Major 100% Drawing & TS Drawing & TS IR H H H sequence of welding 5 Stress relieving T-T curves T-T curves, Critical 100% Drawing & TS Drawings & TS IR H H H charts 6 Complete Visual, DPT, UT Visual & UT Major 100% TS & drawings TS & drawings IR H H H welding 7 Dimensional check of whole assembly Position, level, alignment and other dimensions, clearances Measurement & Visual Major 100% Drawings Drawings IR H H H 8 Folding movement of all Platforms, Clearances Visual & measurement, smooth movement without jerks throughout the range of travel. Major 100% TS & drawings TS & drawings IR H H H Legend : VR Vendor IS ISRO TP Third Party Inspection Agency Signature Signature Signature Date : H Carrying out responsibility R Review of records & results W Test/inspection to be witnessed For VENDOR For THIRD PARTY For ISRO Place :

115 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 1 OF SCOPE This specification shall apply to shop and site fabrication of all welded joints in carbon steel. Low alloy steel and stainless steel equipment like pressure vessels, tank, columns and heat exchangers etc. The specification shall apply to all the joints indicated below: (a) Butt joints produced by double sided welding which produce the same quality of deposited weld metal on both inside and outside weld surfaces. (b) Butt joints produced by single sided welding having backing strip which remains in place and full penetration butt weld without backing strip (c) Corner or those joints connecting two (2) members approximately at right angles to each other in the form of L or T (d) Partial penetration welds of the groove type which are used for connections not subjected to external loading (e) Fillet welded joints of approximately triangular cross-section joining two (2) surfaces at approximately right angles to each other and having a throat dimension at least 70% of the thinner of the parts being joined but not less than 6mm (f) Welds attaching nozzles and other connections (g) Welds which are used to join non-pressure parts like supports, lugs, brackets, stiffeners and other attachments to the vessel wall (h) Any other similar joint which is not specified above but may be encountered during fabrication 2.0 CODES AND STANDARDS 2.1 The welding equipment, welding consumables, preheating, Postweld Heat Treatment (PWHT), other auxiliary functions and welding personnel shall comply with all currently applicable statutes, regulations and safety codes in the locality where the equipment are to be fabricated and installed. Nothing in this specification shall be construed to relive the VENDOR/CONTRACTOR of his responsibility. Specifically, the latest editions of the codes and standards listed below shall apply: (a) ASME Bolier and Pressure Vessel Code (BPV Code), Section II Part C- Material Specification for Welding Rods. Electrodes, and Filler Metals (b) ASME BPV Code, Section V-Non-destructive Examination(NDE) (c) ASME BPV Code,Section VIII Division I-Rules for construction of Pressure Vessels

116 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 2 OF 17 (d) ASME BPV Code, Section IX Welding and Brazing Qualifications (e) American Society of Non-destructive Testing (ASNT) SNT-TC-IA, Recommended Practice (f) Indian Boiler Regulations (IBR) (g) Any other codes and standards specified in Section B, C & D of enquiry specification The codes and standards listed in para 2.1 form an integral part of this specification.in the event of conflict between this specification and the codes & standards, the more stringent shall govern If no specific requirements are given in this specification, the requirements of the applicable code shall govern. 3.0 WELDING PROCESSES The following welding processes shall be used: 3.1 GAS TUNGSTEN ARC WELDING (GTAW) The root pass of single-sided groove welds without backing Full penetration nozzle connection where other side is inaccessible Any butt and fillet weld on equipment with thickness 5 mm or less For all passes of butt and fillet welding of nozzles on equipment and integral piping of size 50 mm NB or smaller 3.2 Shielded Metal-Arc Welding (SAW)\ 3.3 SUBMERGED ARC WELDING (SAW) Maximum weld deposit per pass shall be 12.7 mm for carbon steel (p-1) and 9.5 mm for other materials. 3.4 Gas Metal Arc Welding (GMAW) and Flux Cored Arc Welding (FCAW) processes 3.5 Other processes such as plasma-arc and electro-slag welding may be used only with the approval of the PURCHASER and depending upon the process and application proposed. These processes may require testing in addition to that specified by the governing procedure qualification code. 3.6 Table 1 gives recommendations for welding processes to be used for carbon, low alloy and austenitic stainless steels.

117 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 3 OF WELDING CONSUMABLES 4.1 The VENDOR/CONTRACTOR shall provide, at no additional cost, all the welding consumables such as electrodes, filler wires, flux, oxygen, acetylene, argon etc., in order to complete the welding in all respects. The consumables shall be from reputed and approved manufacturers. All the consumables shall be approved by the PURCHASER / TPI. 4.2 The electrodes and filler wires shall be of the class specified in Table 1 Welding specification chart. 4.3 Electrodes qualification test records shall be submitted for the PURCHASER S approval. The VENDOR/CONTRACTOR shall also submit batch test certificates from the electrodes manufacturer for physical and chemical tests. 4.4 Electrodes shall be in sealed containers and adequate care shall be taken for storage, strictly in accordance with the manufacturer s recommendations. 4.5 Electrodes, which have been removed from the original containers, shall be kept in baking ovens as per the manufacturer s recommendations and, once these are taken out, shall be consumed within the time limits stipulated by the manufacturer. Care shall be taken in handling the electrodes to prevent any damage to the flux covering. Portable ovens shall be used for carrying the electrodes from the main oven to the field. Electrodes of different specifications shall be stored in different compartments of a baking oven to avoid mix up. 4.6 The electrodes, filler wires and flux used shall be free from contamination such as rust, oil, grease and such foreign matter. 4.7 Low hydrogen electrodes shall be used for weld joints in carbon steel if the wall thickness exceeds 19 mm and low alloy steel of all thickness except that non low hydrogen electrodes shall be permitted for the root pass of carbon steel only. 4.8 If ultimate tensile strength of base material permits, E 6010 electrodes may be used for root pass of butt welds and for fillet welds in carbon steel. 5.0 WELDING QUALIFICATIONS 5.1 Qualification of the welding procedures to be used and the performance of welders and welding operators shall conform to the requirements of the BPV Codes and Section IX. For equipment under the purview of IBR, these shall also meet the requirements of IBR. 5.2 No production welds shall be undertaken until the qualification requirements are completed to the satisfaction of the PURCHASER. 5.3 When impact testing is required by the code or by the specification, these requirements shall be met in qualifying welding procedures.

118 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 4 OF The VENDOR/CONTRACTOR shall be responsible for qualifying any welding procedure, welders and welding operators intended to be deployed. The VENDOR/CONTRACTOR shall submit the welding procedure specification (WPS) for acceptance by the PURCHASER. After approval by the PURCHASER, the procedure qualification test shall be carried out by the VENDOR/CONRACTOR, at his own expense, duly witnessed by the TPI / PURCHASER. A complete set of test results, in specified format, shall be submitted to the PURCHASER for approval immediately after successful completion of procedure qualification test. All tests as required by the BPV code Section IX or IBR shall be carried out. The WPS shall require re-qualification, if any of the essential variables of supplementary variable is altered. 5.5 Welders and welding operators shall be qualified in accordance with BPV code and Section IX or IBR, as applicable. The qualification shall be carried out in the presence of the PURCHASER / TPI. Only those welders and welding operators who are qualified shall be deployed on the job. For equipment under the purview of IBR, approval of the local IBR inspector shall be obtained by the VENDOR/CONTRACTOR. 5.6 Welders and welding operators shall always keep their identification cards with them and shall produce them on demand. The VENDOR/CONTRACTOR shall issue the identity cards after the same are duly certified by the PURCHASER Welder or welding operator, who is not in possession of the identity card, shall not be allowed to work. 5.7 The VENDOR/CONTRACTOR shall use forms as per BPV code, section IX, form QW-482, form QW-483 and form QW-484. Other forms are also acceptable subject to approval by the PURCHASER. 5.8 Unless agreed otherwise, the VENDOR/CONTRACTOR shall advise the PURCHASER, in writing, at least three (3) weeks before any welder or welding operator is deployed on the work, the names and qualification of the proposed welders, welding operators and welding supervisors. It shall be the VENDOR/CONRTRACTOR S responsibility to ensure that all welders and welding operators employed by him or his SUB-VENDORS/SUB- CONTRACTORS at works or at site are fully qualified as required by the code. Each welder and welding operator shall qualify for all types of welds, positions and materials or material combinations he may be called upon to weld. 5.9 Should the PURCHASER require to qualify or requalify any welder or welding operator, the VENDOR/CONTRACTOR shall make available, at no extra cost to the PURCHASER the men, equipment and materials for the tests. The cost, of testing the welds shall be borne by the VENDOR/CONTRACTOR Welding supervisors shall have qualifications such as engineering degree or engineering diploma in welding technology with adequate knowledge of welding

119 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 5 OF 17 consumables welding machines & NDE and a minimum of five (5) years of experience in supervising welding of joints All welding, including the tacking up of welds shall be carried out by qualified welders and welding operators as per approved WPS. Any weld made by other than a qualified welder or welding operator or not carried out as per approved WPS shall be cut out and re-welded For purpose of identification and to enable tracing full history of each joint, each welder and welding operator employed on the work shall be given a designation. The welder and welding operator s designation and the date on which the joint is made, shall be stamped near the relevant joint and on the relevant drawings also. Copies of the drawings so marked shall be furnished to the PURCHASER for record purposes For each welder and welding operator, a record card shall be maintained showing the procedures for which he is qualified. These cards shall note the production welds, the date of the welding done, the type of defects produced and their frequency. The record shall be reviewed once in a week by the PURCHASER and those welders & welding operators whose work required a disproportionate amount of repair shall be disqualified from welding. Requalification of welders and welding operators disqualified more than three (3) times shall be entirely at the discretion of the PURCHASER. As far as possible, the qualification shall be carried out at the location (site or shop) where the actual fabrication and welding work is to be carried out. 6.0 PERPARATION FOR WELDING 6.1` Surface to be welded shall be smooth uniform and free from fins, tears and other defects, which would adversely affect the quality of the weld. All welding faces and adjoining surfaces, for a distance of at least 50 mm from the edge of the welding groove or 12 mm from the toe of the fillet in the case of socket welded or fillet welded joints, shall be thoroughly cleaned of rust, scale, paint, oil or grease, on both inside and outside. 6.2 Joints for welding shall be as per the project specifications and approved fabrication drawings. 6.3 Butt joints shall be prepared as per ASME BPV code Section VIII Division 1, unless specified otherwise. For equipment under the purview of IBR, these shall be as per IBR. Any other end preparation which meets the WPS is acceptable. 6.4 Internal misalignment shall be reduced by trimming but such trimming shall not reduce the finished wall thickness below the required minimum wall thickness. Trimming shall not be abrupt. It shall be tapered with a minimum slope of 1:3. Root opening of the joint shall be within the tolerance limits of the WPS. 6.5 Welds shall be as per ASME BPV code section VIII Division 1 or in accordance with IBR for equipment under the purview of IBR

120 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 6 OF Reinforcing pads and saddles shall have a good fit with the parts to which they are attached. A tell-tale hole shall be provided on the side of any pad or saddle to reveal leakage in the weld and to allow venting during welding and heat treatment. Pad or saddle shall be added, after the branch weld has undergone satisfactory visual and NDE. 6.7 The ends shall be prepared by machining, grinding, flame cutting or plasma cutting. Where flame cutting is used, the effect on the mechanical and metallurgical properties of the base metal shall be taken into consideration. Flame cutting of alloy steel is not advisable. If alloy steel is cut using flame, the heat affected zone shall be removed completely by grinding and/or machining. Magnetic Particle (MT) or Liquid Penetrant (PT) testing shall be carried out to ensure soundness of edges. However, flame cutting of carbon steel is permitted. Wherever practicable, flame cutting shall be carried out by machine shall be cleaned free of slag. Manual flame cutting shall be permitted only where machine flame cutting is not practicable and with the approval of the PURCHASER, and such surfaces shall be ground or dressed to a smooth finish as required by the specification and to the satisfaction of the PURCHASER. Slag, scale or oxides shall be removed by grinding to bright metal at least two (2) mm beyond the burnt area. 6.8 Thermal cutting of carbon steel shall be performed under the same conditions of preheating and PWHT as for the welding of each class of material. However, PWHT is not required when: (a) (b) The heat affected zone produced by thermal cutting is removed by mechanical means immediately after cutting. However, in any case, all remaining slag, scale or oxides shall be removed by grinding to bright metal at least two (2) mm beyond the burnt area, or Thermal cutting is part of fabrication, manufacturing or erection sequence leading to a weld end preparation where welding immediately follows. 6.9 Before fitting up the weld joint, the profile and dimensions of the weld end preparation shall be checked by the PURCHASER. If the specified tolerances are exceeded, this shall be corrected (with prior approval) by grinding, machining or any other method acceptable to the PURCHASER Fit-ups shall be examined by the PURCHASER prior to welding the root pass. 7.0 TECHNIQUE AND WORKMANSHIP 7.1 Components to be welded shall be aligned and spaced as per the requirements of the code and WPS. 7.3 Alignment and spacing shall be achieved using suitable wires to maintain the gap. These shall be removed after tack welding. The ends to be welded shall be held using suitable clamps, yokes or other devices which will not damage the

121 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 7 OF 17 surfaces in any manner. It shall be ensured that welding operations do not result in distortions. 7.4 Earthing shall be provided on the job using earthing clamps of similar material as the job. Earthing shall not be given through welding rotators. 7.5 Tack welds at the root joint, for maintaining joint alignment, shall be made only by qualified welders or welding operators and with filler metal equivalent to that used in the root pass. Tack welds shall be fused with the root pass weld, except that those which have cracked shall be removed. Peening is prohibited on the root and final passes of a weld. The required preheat shall be maintained prior to tack welding. Means shall be made available to measure preheat temperature. 7.6 No welding shall be carried out if there is any impingement in the weld area of rain, snow, excessive wind or if the weld area is wet. 7.7 Irrespective of the class of steel, root runs shall be made without interruption other than for changing the electrodes or to allow the welder or welding operator to reposition himself. Root runs made in the shop may afterwards be allowed to cool by taking suitable precautions to ensure slow cooling e.g. by wrapping in a dry asbestos blanket. Welds made at site shall not be allowed to cool until the thickness of weld metal deposited exceeds one third of the final weld thickness or 10 mm, whichever is greater. 7.8 When welding alloy steels, it is strongly recommended that interruption of welding be avoided. Where such interruption is unavoidable, either the preheat shall be maintained during the interruption or the joint shall be post heated or wrapped in dry asbestos blankets to ensure slow cooling. Before recommencing welding, preheat shall be applied again. 7.9 Welding-on bridge pieces and temporary attachments shall preferably be avoided. Where approved by the PURCHASER, these may be used. Material of these shall be compatible with material with which they are temporarily welded. All such pieces shall be removed after welding of joints and the weld area ground flush. These areas shall be subjected to MT and PT examination. These pieces shall be welded by qualified welders & welding operators and with electrodes compatible with the parent material. The preheating requirements of material shall be applied and maintained during the welding of attachments. These temporary attachments shall be removed by grinding, chipping, sawing or by arc or flame gouging. When arc or flame gouging is used, at least three (3) mm of metal shall be left around the surface which shall be removed by grinding. This metal shall not be removed by hammering or by use of force The arc shall be struck only on those parts of parent metal where weld metal is to be deposited. When inadvertent arc-strikes are made on the base metal surfaces outside the joint groove, the arc-strikes shall be removed by grinding and shall be examined by MT and PT procedures.

122 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 8 OF Oxides shall not be permitted to form during welding or heat treatment or both, on the internal surfaces which will not be subsequently cleaned. Inert gas purging is an acceptable method to prevent such oxidation. All joints in materials which contain more than 1¼ % chromium shall be purged to assure that less that 1% of oxygen is present on the joint underside before initiation of the welding. The purging operation shall be maintained for a minimum of two (2) passes Argon gas used in GTAW process for shielding and purging shall be at least 99.95% pure. Purging shall be carried out at a flow rate depending on diameter until at least five (5) times the volume between dams is displaced. In no case shall the initial purging period be less than 10 minutes. After initial purging, the flow of backing gas shall be reduced to a point where only a slight positive pressure prevails. Any dams used in purging shall be fully identified and removed after welding and accounted for in order to avoid leaving them in the system. The rate of flow for shielding purposes shall be established in the procedure qualification Thorough check shall be exercised to maintain the required inter-pass temperature All equipment necessary to carry out the welding, for supporting the work, for preheating and PWHT including thermal insulation for retaining the heat and for the protection of the welder & welding operator shall be provided by the VENDOR/CONTRACTOR at no extra cost. All necessary precautions shall be taken during cutting and welding operations. It shall be ensured that proper ventilation is available in the welding area and adequate protective gear such as goggles, masks, gloves, protection for the ears and body are used at all times. For guidelines refer ASME standard Z49.1, Safety in Welding and Cutting After deposition, each layer of weld metal shall be cleaned with a wire brush to remove all slag, scale and defects, to prepare for the proper deposition of the next layer. The material of wire brush shall be compatible with parent material. Special care shall be taken to secure complete and thorough penetration of the fusion zone into the bottom of the weld. It is recommended that the root run be checked by MT or PT procedures for critical equipment If specified, upon completion of welding, the joints shall be wrapped in dry asbestos blankets to ensure slow cooling, unless PWHT is applied immediately No welding or welded parts shall be painted, plated, galvanised or heat treated until inspected and approved by the PURCHASER. Welds shall be prepared and ground in such a way that the weld surfaces merge smoothly into the base metal surface, particularly for welds which are to undergo NDE Except where necessary to grind flush for NDE, reinforcement for butt welds may be provided. The height of such reinforcement shall meet the requirements of the code. The reinforcement shall be crowned at the centre and tapered on each side of the joined members. The exposed surface of the weld shall be ground where required to present a workmanlike appearance and shall be free from depressions below the surface of the joined members. The exposed surface of

123 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 9 OF 17 the butt welds shall be free from undercuts, overlaps or abrupt ridges or valleys and shall merge smoothly into the surface at the weld toe Repair of weld metal defects shall meet the requirements of the code Any weld repair shall be subject to the approval of the PURCHASER In the event of several unsuccessful repair attempts or if the PURCHASER feels that a satisfactory repair is not feasible, the joint shall be completely remade It is preferable to use welding rectifier or DC generator for welding of ausenitic steels and while using low hydrogen electrodes IDENTIFICATION OF WELDS Wherever code symbol stamps are required on carbon steel and ferritic alloy steel they shall be applied directly on to the member with low stress dotted design metal die stamps or to a small stainless steel plate especially provided for such marks. These plates shall be lightly tack welded using electrodes, of diameter three (3) mm or less, of the type specified for the material. Before making the required tack weld, the material in the immediate surrounding area shall be preheated, as required, by electric means or propane or natural gas burners. Cooling shall take place under asbestos insulation in a draft-free area. Stress relieving of these welds is not required. Steel stamping directly on the surface of alloy steel with other than low stress die stamps shall not be used SEAL WELDS Seal welding shall be carried out by qualified welders & welding operators and in accordance with approved drawings Threaded joints that are to be seal welded shall be made without the use of thread lubricating compound. Seal weld shall cover all exposed threads WELD ENCROACHMENT AND MINIMUM DISTANCE BETWEEN WELDS Welded joints, more specifically longitudinal welds, shall be placed not closer than 50 mm to opening or branch welds, reinforcements, attachment devices or from supports etc. In case of deviation, the PURCHASER may specify additional NDE The longitudinal welds of two adjacent components shall be staggered by at least 30. The minimum distance between welds shall be 5 0 mm or eight (8) times the wall thickness, whichever is greater. Intersection of welds shall be avoided as far as possible. If such welds are present, they shall be subject to suitable NDE at the discretion of the PURCHASER.

124 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 10 OF PREHEATING 8.1 Preheating prior to tack welding, welding and thermal cutting shall be used as a means of crack prevention and improving weld reliability. The general requirements of PWHT also apply to preheating. 8.2 Preheating shall be used as per the recommendations of ASME BPV Code Section VIII Division 1. For equipment under the purview of IBR, the requirement of IBR shall govern, Table 2 gives the requirements of preheating for commonly used materials. 8.3 The preheating zone shall extend to 75 mm or a distance equal to four (4) times the material thickness, whichever is greater, beyond the edges of the weld. 8.4 The preheat temperature shall be measured at least 75 mm away from the weld preparation. 8.5 Where preheating is specified, welding shall continue without interruption. In case interruption cannot be avoided, preheating shall be carried out before recommencement of welding. 8.6 Oxy-acetylene preheating shall not be applied. 8.7 For preheating, fuel gas/air torches, burner systems (high velocity gas or oil burners) or electrical heating may be used either locally or in a furnace. For preheating above 250 C, electric heating (resistanc e or inductive heating) is recommended. 8.8 Approved temperature indicating crayons, thermocouples or digital contact or laser pyrometers shall be used to measure preheat and inter-pass temperatures. A calibration report of the pyrometers and thermocouples shall be available. 8.9 When the preheat temperature is 150 C or higher, the metal shall be maintained at or above the preheat temperature until the weld is completed The welding of groove welds in low alloy steels of P-3 to P-5 groups with wall thickness of 19 mm or greater may only be interrupted, provided at least 10 mm of weld metal is deposited, or 25% of the welding groove is filled, whichever is greater. If the welding is interrupted prior to the above, the weld area shall be adequately covered with insulating material to ensure slow cooling. After cooling and before welding is resumed, visual examination of the weld shall be performed to assure that no cracks are formed. Required preheat shall be applied before welding is resumed. 9.0 POSTWELD HEAT TREATMENT (PWHT) PWHT shall meet the requirement of ASME BPV code Section VIII Division 1. Table 3 summaries the PWTH requirement for commonly used materials. For equipment under the purview of IBR, PWHT shall be as per IBR.

125 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 11 OF GENERAL REQUIREMENTS A complete automatic temperature recording shall be made of preheating and stress relieving operations. Where propane gas burners or electrical resistance coils are employed, a complete temperature record of the preheating and stress relieving operation shall be made by means of a box type potentiometer. Other means of recording temperatures are permissible, subject to the PURCHASER S approval Stress relieving may be local or full furnace. Local stress relieving shall be performed with electric induction or electric resistance coils. Suitable gas burning equipment using natural gas or propane may be employed At no time during a stress relieving/preheating cycle, shall any water or liquid cooling medium be employed Where members being joined are unequal in thickness, the dimension of the heavier section shall govern the selection of width of the heated band and the duration of holding period shall be based on maximum weld thickness For local stress relief, using electrical methods, a minimum of two (2) thermocouples tack-welded to the surface and potentiometers shall be used on the part under at least four (4) layers of asbestos paper. The hot junctions of the thermocouples shall be located on either side of the joint at least 12 mm from the edge of the joint but no farther away than 100 mm. When employing induction heating, at least six (6) turns of induction cable shall be used on each side of the weld. Induction coils shall be wrapped on top of the asbestos paper protecting the thermocouples with the first turn approximately 150 mm from the centre of the weld Local stress relieving, using gas torches or ring burners may be employed. However, the procedure shall be limited to small items and shall be approved by the PURCHASER The stress relieving temperature shall be maintained for a period of time proportioned on the basis of one (1) hour per 25 mm of weld thickness at the joint, but in no case less than one (1) hour For piping joints and socket welded joints, pads, bosses, branch welds and couplings, one (1) thermocouple shall be positioned at a minimum distance of two (2) pipe wall thickness from the weld Equipment on both sides of any joint shall be adequately supported throughout the preheating, welding and stress relieving operations to prevent distortion All heating and cooling rates shall be maintained as per ASME BVP Code and time-temperature charts from the recorder shall be made avaible for review and acceptance.

126 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 12 OF The VENDOR/CONTRACTOR shall submit a detailed written procedure for the PWHT for approval of the PURCHASER. 9.2 CARBON STEEL Welded joints in carbon steel shall be stress relieved, upon completion of the welding operation, in accordance with Table When local stress relief is employed, the welded joint shall be heated to a temperature of not less than 600 C. The temperature level shall be maintained between 600 and 650 C, one (1) hour per 25 mm of we ld thickness but in no case less than one (1) hour. The weld area shall then be allowed to cool undisturbed in still air to a temperature not exceeding 315 C Heating and Cooling Carbon steels, after having reached their specific stress relief temperatures, may be cooled in the furnace or under wraps, i.e., leaving the induction coils or resistance heaters and insulation in place. This means that, at the stress relief temperatures, power to the furnace or heating coils may be shut off and cooling takes place in the furnace or with all insulation and coils remaining on the part. For furnace stress relief, the doors of the furnace may be opened after the power is shut off, at or below 315 C. Thermocouples contr olling the temperature shall remain during the cooling cycle so that excessive cooling, if it occurs, can be observed and immediately corrected. The stress relieving coils and insulation shall only be removed after the part has cooled to below 315 C or if stress relieved in a furnace the part may be removed from the furnace and permitted to cool in still air at a temperature not below 10 C. 9.3 ALLOY STEEL Welds in alloy steel shall be stress relieved after the welding operation in accordance with Table For full furnace stress relief of a welded assembly, the entire fabricated section shall be heated uniformly to the temperature specified. The temperature shall be maintained for a period of time proportioned on the basis of one (1) hour per 25 mm of weld thickness of the piece having the greatest weld thickness in the furnace charge, but in no case, less than one (1) hour ELETRODES 10.1 The specification and size of the electrodes, voltages and amperages, thickness of beads and number of passes shall be as specified in the approved welding procedure or otherwise agreed in writing. Only basic coated electrodes shall be used, which will deposit weld metal having the same or higher physical properties and similar chemical composition to the members being joined. For each batch of approved brand, certificate showing compliance with the specification shall be submitted to the PURCHASER for review before being released for use. All electrodes shall be purchased in sealed containers and

127 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 13 OF 17 stored properly to prevent deterioration. As welding electrodes deteriorate under adverse conditions of storage leading to dampness in the electrode coating, they shall normally be stored in dehumidified air-conditioned rooms or in hot boxes or ovens in their original sealed containers whose temperature shall be maintained within specified limits. The conditions of electrodes shall be frequently inspected. Electrodes with damage to coating shall not be used. Electrodes shall remain identified until consumed. It is preferable to produce low hydrogen electrodes in hermetically sealed containers and preserve them without damage to the containers All low hydrogen electrodes, after baking as per the manufacturer s recommendations, shall be stored in ovens kept at 80 to 100 C before being used. Recommendations of the electrode manufacturer shall be strictly followed. Until the electrodes are taken out for welding, they shall be stored in portable ovens. The electrodes shall not be exposed to open atmosphere For welding of all grades of steel and alloys by the GTAW process, a 2% thoriated tungsten electrode conforming to SFA EWTh-2(AWS-A , EWTh-2) classification shall be used All electrodes to be used on alloy and carbon steel shall conform to ASME BPV Code Section II part C or any other equivalent code The type of electrodes used shall be only those recommended by the manufacturer for the use in the position in which the welds are to be made Current and polarity shall be maintained as recommended by the electrode manufacturer INSPECTION AND TESTING 11.1 The PURCHASER shall have free access to inspect welding or any other related operations at any time and at any stage of fabrication The PURCHASER may require NDE of any weld for reasons other than those given in the specification. The responsibility for the cost of such testing shall lie with the VENDOR/CONTRACTOR The VENDOR/CONTRACTOR shall inform the PURCHASER when the weld preparation and set-up for welding of various members selected by the PURCHASER are in progress so that the PURCHASER can inspect the assembly before welding starts The responsibilities of the PURCHASER s representative shall in no way reduce the VENDOR/CONTRACTOR s responsibilities to ensure that the work is carried out in accordance with the specification Any examination by NDE methods shall be performed before or after PWHT based on the applicable code requirements.

128 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 14 OF For a welded branch connection and for any weld, necessary repairs and NDE shall be completed before any reinforcing pad is added EXAMINATION OF WELDS 12.1 Examination refers to the quality control functions performed by the VENDOR/CONTRACTOR during fabrication, erection and testing As a minimum, the following shall be examined by visual examination: (a) (b) (c) (d) (e) (f) (g) (h) Materials and components to ensure that these are as per the specification and are free from defects. If defects are noticed on freeissue items, these shall be brought to the notice of the PURCHASER without delay. Joint preparation and cleanliness Fit-up, joint clearance and internal alignment prior to joining Preheating as applicable Variables specified by the welding procedure, including filler material, position and electrode Condition of the root pass after cleaning- external and where accessible, internal Slag removal and weld condition between passes Appearance of the finished joint and weld dimensions 13.0 QUALIFICATION AND CERTIFICATION OF NDE PERSONNEL 13.1 Approved and documented NDE procedure prepared by level III personnel shall be made available The VENDOR s/contractor s examining personnel shall have training and experience commensurate with the needs of the specified examinations. NDE supervisors/examiners shall be qualified at level II or above of ASME BPV Code Section V The VENDOR/CONTRACTOR shall make available to the purchaser copies of certificates of qualification of the examiners he proposes to use for the PURCHASER s approval METHODS OF EXAMINATION The methods of examination used, viz. Ultrasonic (UT), Radiographic (RT), MT and PT shall be in accordance with ASME BPV Code Section V.

129 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 15 OF ACCEPTANCE STANDARDS 15.1 Levels of acceptance of defects in welds shall be in accordance with ASME BPV Code Section VIII Division For equipment under the purview of IBR, the levels of acceptable defects shall be as per IBR REPAIR WELDING 16.1 All defects in welds requiring repair shall be removed by flame or arc gouging, grinding, chipping or machining. The major repairs may involve: (a) (b) (c) Cutting through the weld Cutting out a portion of material containing the weld, or Removing the weld metal down to the root depending upon the magnitude of the defects After removing the defect, the repaired portion and adjacent area shall be examined by the same NDE methods as specified for the original weld and the same acceptance criteria shall hold good All the repair welds shall be made using the same or other specified welding procedures as those used in making the original welds including preheating and stress relieving if originally required. TABLE 1 WELDING SPECIFICATION CHART FOR COMMONLY USED MATERIALS SL. NO. BASE MATERIAL P NO WELDING PROCESS FILLER MATERIAL ROOT FILLER ROOT FILLER NOTES 1.0 CARBON STEELS 1.1 < 5 mm THICK 1 GTAW GTAW ER 70S2 OR ER 70S3 ER 70S2 OR ER 70S3 1.2 >5mm AND < 19mm THICK 1 GTAW OR SMAW SMAW OR SAW ER 70S2 OR ER 70S3 OR E 6010 E6013 F6 EL8 OR F7 EL > 19 mm THK LOW ALLOY STEELS 2.1 1¼%Cr ½% MO < 5mm THICK GTAW OR SMAW SMAW OR SAW 4 GTAW GTAW ER 70S2 OR ER 70S3 OR E 6010 ER 80S B2 E 7018 F7 EL12 ER 80S B2 1

130 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 16 OF ¼%Cr 1% MO > 5mm THICK 4 GTAW SMAW 2.3 2¼%Cr 1% MO < 5mm THICK 5 GTAW GTAW 2.4 1¼%Cr 1% MO > 5mm THICK 5 GTAW SMAW ER 80S B2 ER 90S B3 ER 90S B3 ER 8016 OR E8018-B2 ER 90S B3 2 TO 7 E9015 OR E9016 OR E9018-B3 2 TO 7 NOTES 1. Low hydrogen electrodes shall be used for critical systems such as chlorine, hydrogen, caustic and similar toxic inflammable fluids and also when ever the wall thickness exceeds 19mm. 2. The argon shielding gas flow rate shall not be less than 0.34 M³/Hr. 3. For purging and shielding argon gas shall be used. However, nitrogen may be used as an alternative to argon for purging purpose only. In case of stainless steel, nitrogen may be used where corrosion resistance is not critical. 4. For fillet welds, SMAW may be used instead of GTAW for thickness above 5 mm. 5. For GTAW, electrode shall be 2% thoriated tungsten. 6. Initial purging prior to welding process shall be a minimum of five (5) times the volume between dams or ten minutes minimum whichever is higher. Where welding commences, the purge gas flow shall ensure that the gas pressure is only marginally higher than atmospheric pressure to ensure no root concavity. 7. Back purging using argon/nitrogen shall be maintained for the root run and a minimum of one (1) additional pass. 8. Electrodes and filler wires manufactured by reputed firms duly approved by the PURCHASER shall only be used. 9. Electrodes shall have at least the same or higher physical properties and similar chemical composition to the members being joined. 10. Read the table in conjunction with para 3.0

131 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: E WELDING SPECFICATIONS FOR SHOP AND SITE FABRICATED EQUIPMENT SHEET : 17 OF 17 SL NO. BASE MATERIAL TABLE-2 PREHEAT REQIREMENTS P.NO NOMINAL WALL THICKNESS, Mm SPECIFIED MINIMUM TENSILE STRENGTH, mpa RECOMMENDED MINIMUM PREHEAT TEMPERATURE, C 1. CARBON STEEL 1 < CARBON STEEL 1 > LOW ALLOY STEEL- 1¼%Cr ½%M0 LOW ALLOY STEEL- 2¼%Cr 1%M0 4 ALL ALL ALL ALL 210 SL. NO. TABLE-3 POSTWELD HEAT TREATMENT REQUIREMENTS (FOR COMMONLY USED STEEL MATERIALS) BASE MATERIAL P.NO. NOMIANL WALL THICKNESS mm METAL TEMPREATURE RANGE C 1. CARBON STEEL 1 <32 NONE 2. CARBON STEEL 1 > TO LOW ALLOY STEEL GR 1 1¼%Cr ½%M0 AND 2 ALL 600 TO LOW ALLOY STEEL 2¼%Cr 1%M0 5A GR 1 ALL 680 TO 700 NOTES 1. In IBR systems, in carbon steels, PWHT is also required, when the carbon percentage exceeds 0.25% at the temperature range of 600+/- 20 C. 2. For all low alloy steel welds under the purview of IBR, the PWHT shall be carried out at the temperature range of 620 to 660 C for 1 ¼% Cr ½% M0 steels and at a range of 660 to 750 C for 2 ¼% Cr 1% M0 steels. 3. Solution annealing shall be carried out after welding of austenitic stainless steel as per the applicable services. 4. For equipment in carbon steels or alloy steels and meant for lethal service, PWHT of all welds shall be carried out.

132 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F1 SCHEDULE OF PRICES ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SCHEDULE OF PRICES & GENERAL PARTICULARS SHEET : 1 OF 3 1. Bidders shall not alter the contents of this schedule of prices. If the bidder wants any additions / alterations, these shall be brought out separately in the format as given in this schedule of prices. 2. Equipment and material to be supplied and erected shall be in accordance with section A, B, C, D & E of this specification. 3. The quantities indicated are an order of magnitude only. In case there is any variation in the quantities of items actually supplied and installed from the quoted quantities, the price of the same shall be adjusted based on the unit rates furnished by the bidder. 4. The quoted price shall be price in Indian Rupees for supply of material, manufacture, inspection and testing at manufacturer s works, packing, forwarding, transportation from place of manufacture to site, transit insurance, unloading / receipt at site, storage / handling at site, erection, testing, commissioning and carrying out performance test at site inclusive of all taxes and duties as applicable except sales tax on finished products, and service tax which shall be separately indicated in the price bid. 5. Total price towards Third Party Inspection (to be borne by the supplier) shall be indicated separately in the price bid. 6. Bidders shall quote in full scope of the tender. Bidders shall note that partial offer will lead to rejection of bid. Hence Bidders are requested to quote for complete scope. 7. SDSC SHAR reserves right to place order in full or part of the scope.

133 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F1 (A) SCHEDULE OF PRICES ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SCHEDULE OF UNIT PRICE Sl.no Item Qty Procurement, fabrication, control assembly, transportation, handling & storage at site of fabricated structural steel / Mild steel components conforming to IS:2062 & IS:808 items without machining (items coming under above category are columns for tower, chequered plate, beams, bracings, foldable platform, fixed platform, hinge pin brackets, cut out covers, hand rails, etc..) as per specification enclosed with this tender but excluding taxes and duties. 500 t VAT on total supply price (price mentioned in column applicable on above items. Procurement, fabrication, stress relieving, machining, sub assembly, control assembly, transportation, handling and storage at site, of fabricated structural steel / Mild steel confirming to IS:2062 & IS:808 items with machining (Items coming under above category are Columns for FMAF, Columns for NESAF, radial beams, Support / annular ring, rails, lead screw, lead screw nut, Vee grooved wheels, flat wheel, rope drum, shafts, etc.) as per specification enclosed with this tender but excluding taxes and duties. 100 t VAT on total supply price (price mentioned in column applicable on above items. Procurement, fabrication, stress relieving, machining and drilling on CNC machine, inspection on the CNC machine, tapping, control assembly, transportation, handling and storage at site, of structural steel / Mild steel components conforming to IS:2062. (Items coming under above category are two number of interface rings of dwg no: SVAB/SAT/IFR/. One number of interface ring of dwg no:svab/nat/ifr/002.) SHEET : 2 OF 3 Lumpsum VAT on total supply price (price mentioned in column applicable on above items. Procurement, heat treatment if required, machining, sub assembly, control assembly, transportation, handling and storage at site of different items from alloy steels / forged steels / cast steels like cast steel IS:1030 grade N, 45C8, 40C8, 20C8 as per IS:1570, Alloy forged steel 40NiCr4Mo3,, Aluminium, Bronze or any other steel mentioned in the BOQ etc.. (Items coming under above category are pin, Wheels, axles, shafts, pulleys, spacers with special steel, fasteners, through bolts, etc..) 10 t Unit Cost in Rs. Total Cost in Rs. 8 VAT on total supply price (price mentioned in column applicable on above items. 9. Procurement, Sub-assembly, Control assembly, transportation, handling & storage at site of all bought-out items (like procurement of bearings, right angle gear boxes, lock nuts, lock washers, Wire ropes, couplings, Single stage worm gear reducer, Pneumatic motor along with accessories, Screw jacks, Plummer block, LM guides, Chain pulley blocks etc as mentioned in Section:F10, testing of the performance of the drive, transportation, handling at site, erection & commissioning and handling over,) mentioned in the specification. Lumpsum 10 VAT on total supply price (price mentioned in column applicable on above items.

134 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F1 SCHEDULE OF PRICES ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 3 OF 3 11 Erection and commissioning of Assembly towers and Access towers including storage / handling at site, erection, testing, commissioning as per specification enclosed with this tender but excluding taxes and duties. Lumpsum 12 Service tax on total Erection and commission price (price mentioned in column no:11) for applicable on above items. 13 Third party Inspection charges for Assembly towers & Access towers Lumpsum 14 Service tax on Third party inspection charges (price mentioned in column applicable on above item. Total Cost: ( ) SIGNATURE : NAME : DESIGNATION: SEAL OF THE COMPANY DATE

135 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F2 BID QUALIFICATION CRITERIA ASSEMBLY TOWERS & ACCESS TOWERS FOR SVAB BID QUALIFICATION CRITERIA FOR SUPPLY OF PLATFORMS SHEET : 1 OF 1 Bidders who are qualifying / meeting following Technical and financial criteria are eligible to participate in the bid for supply of towers. Bidder shall furnish all the information mentioned in the criteria with documentary proof and submit along with quotation. Bids of the parties which are not meeting the following criteria will not be considered for evaluation and will be rejected without seeking any further clarifications. A. Technical Qualification Requirements: The bidder shall meet the following technical qualifying requirements and shall submit relevant certificates to establish his credentials. 1. The Bidder shall be an organization with long experience in having executed contracts for manufacture, supply, erection, testing and commissioning of heavy structural works using structural built-up sections. 2. The firm shall have successfully completed Manufacture, Installation, Testing and Commissioning of at least 400 t of heavy structural work in one year during last 5 years ending with Bidders have to provide relevant certificates from the Owners (end users) along with the submission of bid for consideration of bid document. 3. The firm shall confirm the facility for stress relieving and machining of Ø5m diameter annular ring and 0.5m depth either in house or out source. 4. The firm shall confirm the facility of machining and drilling the interface rings in CNC machine of Ø4240 diameter rings either in house or out source. 5. The firm should have successfully completed manufacture and establishment of high Structures to the satisfaction of reputed third party inspection agencies like M/s MECON, M/s M N Dastur, M/s Lloyds, M/s DNV, M/s TCE. B. Financial Qualification Requirements: 1. The Bidder should have annual turnover of not less than a value of Rs. 30 Crores in all the last three financial years ending with C. 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. Feedbacks from Bidder's clients will be verified. 3. Visit to sites by technical team (ISRO or Third party) where Bidder has established above mentioned works. 4. If required, visit will be made to their factory/ firm by technical team (ISRO or third party) for accessing the capability of manufacturer. 5. Scrutiny of all technical specification and supply conditions mentioned in technocommercial bid. 6. Bids with partial offer (i.e. without complete scope) will not be considered for evaluation.

136 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F3 SCHEDULE FOR GENERAL PARTICULARS ASSEMBLY TOWERS & ACCESS TOWERS FOR SVAB SHEET : 1 OF 3 SCHEDULE FOR GENERAL PARTICULARS / VENDOR EVALUATION FORMAT SR. NO. DESCRIPTION 1. Name of Company 2. Address of Company 3. Type of Company (Proprietary/Pvt.Ltd/Public Ltd/Joint Venure/Consortium) 4. Registration number 5. Year of inception of the company 6. Registered address 7. Name & address of the office of the Chief Executive of the company 8. Name & Designation of the officer of the Bidder to whom all correspondence shall be made for expeditious technical/ commercial co-ordination. Telephone number Fax number address 9. Locations of the Branches of Company (if any) 10. Annual turn-over of the company for the last three years 11. IT returns for the last 3 years 12. Major customers (Enclose copies of the Purchase Orders) 13. Any customers feedback on the services which is in writing (Pl. enclose copies) 14. Quality certification of the company 15. PAN Card Copy 16. The Profit & Loss Account details for the last 3 years which is duly audited and Submitted as part of the Annual Report

137 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F3 SCHEDULE FOR GENERAL PARTICULARS ASSEMBLY TOWERS & ACCESS TOWERS FOR SVAB SHEET : 2 OF Orders executed during last three years, > 500 T or > Rs. 1 crores, references are is to be mentioned. (Separate sheet can be attached). 18. Shop floor area covered No. of employees (Supplier shall mention contract personnel separately) Engineers Supervisors Qualified Welders Quality control engineers Handling facility available: Over head / Gantry Crane details (Capacity, span lift). Mobile Cranes. Load testing facility Available: Maximum weight available. No. of weights Total test load available. Welding / fabrication workshop (Type / capacity / quantity of machines shall be provided) MMAW machines GMAW machines Gas cutting machines Plasma cutting machines Welding Fixtures Welding professionals: No. of Welders (MMAW), Qualification details, No. of Welders (GMAW), Qualification details, No. of Welders (TIG), Qualification details, Welders Qualified by: Details of welding Inspection Equipment & Welding inspector available with supplier (LPT, UT, MPT, X- ray, etc) Forming facilities available ( with brief specification of each machine) Shearing Machine Cutting Machine Cutting Machine Bending Machine Machining Facilities available ( with brief specification of each machine) Turning lathe (Conventional /CNC) Milling Machine (Conventional / CNC) Gear Cutting / Hobbing Machines Drilling Machines (conventional / CNC) Cylindrical Grinding Machine ( Conventional / CNC) Any other machines. Details of inspection facilities / Instruments available ( Brief description & specifications shall be provided)

138 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F3 SCHEDULE FOR GENERAL PARTICULARS ASSEMBLY TOWERS & ACCESS TOWERS FOR SVAB SHEET : 3 OF If third party Inspection Services are taken for fabricating similar works give details. 29. Design Software s available Drafting & modeling software packages FEM software Other softwares Design Engineers ( with qualification & experience) 30. Bid validity period (Min. 4 months from date of bid opening) 31. COMPLETION SCHEDULE 32. Period required for supply of equipment at site (from date of LOI) 33. Period required for erection, testing and commissioning (from date of LOI) months months SIGNATURE : NAME : DESIGNATION: SEAL OF THE COMPANY DATE :

139 ISSUE R0 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F4 TCE:7517A-D-862- CONFIRMATION OF ACHIEVING ACCURACY ASSEMBLY TOWERS & ACCESS TOWERS FOR SVAB SHEET : 1 OF 1 CONFIRMATION OF ACHIEVING ACCURACY The BIDDER shall furnish performance guarantees as listed below based on the data specified in section B: 1. Free movement of Nozzle support platform in all three axis. 2. Free movement of Folding platform and sliding platform. 3. Confirming of realizing the Interface rings as per the drawing. SIGNATURE : NAME : DESIGNATION: SEAL OF THE COMPANY DATE :

140 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F5 SCHEDULE OF DEVIATIONS FROM SPECIFICATIONS FOR ASSEMBLY TOWERS AND ACCESS TOWERS FOR SVAB SHEET : 1 OF 1 EXCEPTIONS AND DEVIATIONS In line with Proposal Document, Bidder may stipulate Exceptions and deviations to the Proposed conditions if considered unavoidable. Reference in Slno Specification Dept. Specification Offered Specification Deviation Page no Clause no NOTE : Only deviations are to be written in the above form. 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 in this Proforma 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. SIGNATURE : NAME : DESIGNATION: SEAL OF THE COMPANY DATE :

141 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F6 SCHEDULE OF TIME FOR MANUFACTURE, DESPATCH AND SHIPMENT TO SITE ASSEMBLY TOWERS & ACCESS TOWER FOR SVAB SHEET : 1 OF 1 SCHEDULE OF TIME FOR MANUFACTURE, DESPATCH AND SHIPMENT TO SITE The Bidder shall indicate hereunder the time for manufacture, despatch and completion of each equipment from the date of Letter of Intent (LOI)/ purchase order (PO) as shown below. Equipment Time for manufacture from date of LOI / PO excluding control assembly Time for packing and ready for despatch from Works Time for shipment to site Total time from date of LOI / PO to shipment to site. The Bidder hereby undertakes to meet the above time schedule from the date of LOI / PO SIGNATURE : NAME : DESIGNATION: SEAL OF THE COMPANY DATE :

142 SPEC no: TCE 7517A D-862- SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F7 ASSEMBLY TOWERS AND ACCESS TOWERS FOR SVAB SHEET : 1 OF 2 SCHEDULE OF BIDDERS EXPERIENCE The bidder shall furnish here under a list of STRUCTURAL works executed by him to whom a reference may be made by the PURCHASER in case the PURCHASER considers such a reference necessary. SL. NO. Name & address of Client / Name & address of project or plant (incl. tel.no., fax no., and name & designation of person who can be contacted. Purchase Order / Contact no. and Date. Brief details of equipment / system covered Scope of services Contract price (Rs) Scheduled date of completion Actual date of completion Reasons for delay in completion, if applicable. REMARKS SIGNATURE: : NAME : DESIGNATION: COMPANY : COMPANY SEAL DATE : Sheet 1 of 2

143 SPEC no: TCE 7517A D-862- SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F7 ASSEMBLY TOWERS AND ACCESS TOWERS FOR SVAB SHEET : 2 OF 2 SCHEDULE OF BIDDERS PRESENT WORK The bidder shall furnish here under a list of Structural doors being executed to whom a reference may be made by the PURCHASER in case the PURCHASER considers such a reference necessary. SL. NO. Name & address of Client / Name & address of project or plant (incl. tel.no., fax no., e- mail and name & designation of person who can be contacted. Purchase Order / Contact no. and Date. Brief details of equipment / system covered Scope of services Contract price (Rs) Scheduled date of completion Expected date of completion REMARKS SIGNATURE: : NAME : DESIGNATION: COMPANY : Company Seal DATE : Sheet 2 of 2

144 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F8 TCE 7517A-D-856/7- DATA TO BE FILLED ALONG WITH BID FOR SUPPLY & COMMISSIONING OF ASSEMBLY TOWERS & ACCESS TOWERS FOR SVAB SHEET : 1 OF 2 DATA TO BE FILLED ALONG WITH THE BID FOR SUPPLY & COMMISSIONING OF PLATFORMS SR. NO. DESCRIPTION TENDERS OFFER 1.0 Confirm that the system shall be realised as per technical specification, approved manufacturing drawings, bill of material to meet the functional requirement. 2.0 Confirm that all the bought out items are to be procured as per the specification from the approved makes mentioned in clause 14 of Section:B Yes / No Yes / No 3.0 Confirm that all the bought out items are to be inspected by TPIA / Departmental representative at Vendors shop before reaching to manufacturer s shop Yes / No 4.0 Confirm that fabrication of all items shall be done as per IS:800 & tolerance in fabrication shall be maintained as specified in relevant drawings. Yes / No 5.0 Confirm that all sub-assemblies shall be tested for proper functioning, free running, bearing noise etc. & shall be brought to site in grease packed condition. 6.0 Confirm that all the drive components like pneumatic motor, gear box, couplings, brake, rope drum shall be assembled in machined base frame & no load test of drive mechanism shall be carried out at shop. 7.0 Confirm that all the items shall be painted as per painting scheme. Yes / No Yes / No Yes / No 8.0 Erection sequence shall be submitted along with offer. Yes / No 10.0 Manufacturing schedule & Erection schedule shall be submitted along with offer. Yes / No 11.0 Resources planning shall be submitted along with offer Yes / No 12.0 Man power planning for erection shall be submitted along with offer Confirm that survey of all civil inserts / embedment plates will be carried out with own equipment s & man power and based on survey reports, all sub-assemblies shall be erected & aligned. Also confirm that necessary packing plates will be supplied if required during erection Grouting of all column embedment plates assemblies will be carried out Yes / No Yes / No Yes / No

145 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F8 TCE 7517A-D-856/7- DATA TO BE FILLED ALONG WITH BID FOR SUPPLY & COMMISSIONING OF ASSEMBLY TOWERS & ACCESS TOWERS FOR SVAB SHEET : 2 OF 2 SR. NO DESCRIPTION Confirm that testing and commissioning of the total system shall be carried out as per specification. Confirm that QAP for fabricated items, machined items, Subassemblies and for total tower in assembled condition shall be submitted for approval. Confirm that during execution of works, If required addition / deletion of the works will be carried out and such variation is limited to ± 15% of the total order quantity. (i.e Unit price quoted shall be valid for ± 15% of the total order quantity) Confirm that machining / drilling of Interface rings will be done on CNC machining and necessary positional tolerance for holes given in the drawing will be achieved. TENDERS OFFER Yes / No Yes / No Yes / No Yes / No

146 SPEC.NO. SECOND VEHCILE ASSEMBLY BUILDING PROJECT SECTION: F9 TCE-7517A-D-862- CHECK LIST FOR BID SUBMITTING OF ASSEMBLY TOWERS & ACESS TOWER FOR SVAB CHECK LIST SHEET : 1 OF 2 Sl no Description All documents related to Prequalification criteria mention in Section F2 have been met and all related documents are enclosed in technical Bid Are all the technical particulars as called for in the data sheets section A, B, C, D & E and commercial details as called for in schedule of prices filled up Demand Draft towards the Earnest Money Deposit are enclosed in technical bid and scan copy is uploaded in e-procurement portal. Response by supplier Yes / No Yes / No Yes / No The detailed scope of work and technical specifications are understood and price was quoted accordingly. Confirmation that the quoted prices are firm and fixed till the completion of scope of work. Yes / No Yes / No 6. Validity of Offer is 4 months (minimum). Yes / No 7. Vendor Evaluation Format is attached Yes / No Customs Duty Exemption Certificate (CDEC) will be issued by Department for imported items mentioned in Section :A was considered in your offer or not. Excise Duty Exemption Certificate (EDEC) will be issued by Department for finished product only. Hence, it is considered in your offer or not. Service Tax 14.5 % or at the prevailing rates (If not mentioned it will be assumed that the price quoted are inclusive of taxes). VAT/CST to be indicated in percentage (if not mentioned it will be assumed that the price quoted are inclusive of taxes). Yes / No Yes / No Yes / No Yes / No 12. Delivery Schedule with milestones Yes / No 13. Accepted the Department Payment Terms Yes / No 14. Are General terms and Conditions of Contract for Supply & Erection included in proposal acceptable? Yes / No 15. If not acceptable, are the deviations brought out in the "Schedule of Deviations" Yes / No 16. Are there any deviations from enquiry technical specifications? Yes / No 17. If there are technical deviations, are these filled in "Schedule of Deviations from Tech. Specifications"? Yes / No 18. Warranty for the fully commissioned and accepted system is 12 months Yes / No % of the Order Value shall be submitted as Performance Security for the performance of the contract along with acceptance of order letter, which is valid till acceptance of the system. 10 % of the Order Value shall be submitted as Performance Bank Guarantee, which is valid till completion of the warranty period plus 3 months claim period. Yes / No Yes / No 21. Liquidated Damages (Ref. Clause 26 of Section A.) are acceptable Yes / No 22. Last three years audited financial results are enclosed Yes / No 23. Registration certificate of the company is enclosed Yes / No Signature of the tenderer.

147 SPEC.NO. SECOND VEHCILE ASSEMBLY BUILDING PROJECT SECTION: F9 TCE-7517A-D-862- CHECK LIST FOR BID SUBMITTING OF ASSEMBLY TOWERS & ACESS TOWER FOR SVAB CHECK LIST SHEET : 2 OF All the forms in Section F1 to F9 are filled Yes / No 25. Are all data sheets A/B duly filled in and submitted in offer Yes / No Technical documents / drawings are attached along with technical bid as para of Section A Section F10 is filled and sealed cover is sent to SDSC SHAR for along with hard copy of technical bid. Yes / No Yes / No Signature of the tenderer.

148 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F10 TCE-7517A-D-858- PRICE BREAK-UP DETAILS FOR BOUGHT-OUT ITEMS FOR ASSEMBLY TOWERS & ACCESS TOWERS FOR SVAB SHEET : 1 OF 5 BREAK-UP IS TO BE GIVEN FOR SUPPLY COST OF THE BOUGHTOUT ITEMS Sl. No. Sl no. BOQ Specifications Unit Qty required Unit Cost Total cost SAT Taper roller Bearing, FAG 32207A 35 (ID) x 72 (OD) x (W) Right angle gear Box, RAN20 SA 1 HS B3 of BONGIFIGLIOLI Nos. 16 Nos Lock nut, FAG KM7 Nos Lock Washer, FAG MB7 Nos. 8 Deep Groove Ball bearings, 3.26 FAG RS Nos (ID) x 68 (OD) x 15 (W) Lock nut, FAG KM6 Nos Lock Washer, FAG MB6 Nos Wire rope for folding drive arrangement Wire rope diameter : 10 mm Length : 15m Tensile Grade : 2160 N/mm2 Breaking strength: 94 KN Finish : Galvanised Lay Direction : Right hand Lay type : Ordinary Make: Usha Martin Type : POWERFORM 8 Construction: Conforming to IS: , One end of the rope is having ferrule secured eye terminal conforming to IS: 5245 (part 2) 1971 Wire rope for platform locking Wire rope diameter : 10 mm Length : 6m Tensile Grade : 2160 N/mm2 Breaking strength: 94 KN Finish : Galvanised Lay Direction : Right hand Lay type : Ordinary Make: Usha Martin Type : POWERFORM 8 Construction: Conforming to IS: , boths end of the rope are having ferrule secured eye terminal conforming to IS: 5245 (part 2) 1971 Nos. 32 Nos. 32

149 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F10 TCE-7517A-D-858- PRICE BREAK-UP DETAILS FOR BOUGHT-OUT ITEMS FOR ASSEMBLY TOWERS & ACCESS TOWERS FOR SVAB SHEET : 2 OF Full gear Coupling, ALLFLEX Full gear Coupling type AFG 101 Nos Full gear Coupling, ALLFLEX Full gear Coupling type AFG 100 Single Stage Worm Gear Reducer, Gear ratio: 50:1; Input RPM: 105 Nominal output torque capacity: 1456 Nm Self locking (output shaft should not drive input shaft) Pneumatic Motor Reversible air operated motor with brake rpm of Atlas capco make, operating pressure range: 6 to 7 bar, Operating air pressure: 6.3 bar, with FRL unit, Directional control valve with silencer, pressure regulator, pressure gauge, gate valve, 20m length SS304 piping for each motor, 1 m length flexible hose for connecting to pneumatic motor to rigid pipe line of 20m length ( SS304 pipe line), necessary end connections etc. NAT Screw Jack Assembly, Load carrying capacity:20 t, Stroke: 150mm, Closed shut-off Height:190mm ( from bottom of mounting face to top of lifting screw) of SPARK make, along with load test certificate in a Govt. Approved lab. Angular Contact Ball bearing, FAG (ID) x 62 (OD) x 16(W) Deep groove Ball bearing, FAG Z 50 (ID) x 80 (OD) x 16(W) Deep groove Ball bearing, FAG M 400 (ID) x 500 (OD) x 46(W) Y-Tech plummer Block Unit with grub screw locking, SYK 35 TR Make SKF Right angle gear Box, RAN20 SA 1 HS B3 of BONFIGLIOLI make Gear Box, W 63 UF 30 B5 B3 of BONFIGLIOLI make LM Guide ways, HSR-55A-4UU- C0+3000L of THK make Nos. 32 Nos. 32 Nos. 32 Nos. 4 Nos. 4 Nos. 26 Nos. 2 Lot 7 Nos. 2 Nos. 1 Nos. 8

150 SPEC.NO. SECOND VEHICLE ASSEMBLY BUILDING PROJECT SECTION: F10 TCE-7517A-D-858- PRICE BREAK-UP DETAILS FOR BOUGHT-OUT ITEMS FOR ASSEMBLY TOWERS & ACCESS TOWERS FOR SVAB SHEET : 3 OF Wire rope for folding drive arrangement Wire rope diameter : 10 mm Length : 15m Tensile Grade : 2160 N/mm2 Breaking strength: 94 KN Finish : Galvanised Lay Direction : Right hand Lay type : Ordinary Make: Usha Martin Type : POWERFORM 8 Construction: Conforming to IS: , One end of the rope is having ferrule secured eye terminal conforming to IS: 5245 (part 2) 1971 Full gear Coupling, ALLFLEX Full gear Coupling type AFG 101 Full gear Coupling, ALLFLEX Full gear Coupling type AFG 100 Single Stage Worm Gear Reducer, Gear ratio: 50:1; Input RPM: 105 Nominal output torque capacity: 1456 Nm Self locking (output shaft should not drive input shaft) Pneumatic Motor Reversible air operated motor with brake rpm of Atlas capco make, operating pressure range: 6 to 7 bar, Operating air pressure: 6.3 bar, with FRL unit, Directional control valve with silencer, pressure regulator, pressure gauge, gate valve, 20m length SS304 piping for each motor, 1 m length flexible hose for connecting to pneumatic motor to rigid pipe line ( SS304 pipe line) of 20m length, necessary end connections etc. Tripe spur gear chain pulley block of model no: M; 0.5t capacity, of 3 m lift, along with load test certificate in a Govt. Approved lab. Tripe spur gear chain pulley block of model no: M; 2t capacity, of 6 m lift, along with load test certificate in a Govt. Approved lab Nos 4 Nos. 4 Nos. 4 Nos. 4 Nos. 4 Nos 10 Nos 40 The quantity required given is tentative only it vary with respect to final fabrication drawings.

151 S a t i s h D h a w a n S p a c e C e n t e r S H A R Page Destination: Tender Header Format Type : Normal. : GOVERNMENT OF INDIA DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTRE PURCHASE DIVISION Tele No /225174/ Fax No / ID : [email protected], [email protected], [email protected] STANDARD TERMS & CONDITIONS 1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE. 2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:- 1) Part-I Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II Price Bid In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.Excise Duty - SDSC-SHAR is eligible for Excise Duty Exemption under Notification No. 64/95 dated as amended by Notification No. 15/2007 dated and as amended by Notification No. 07/2008 dated and necessary Exemption Certificate will be provided. No claim, whatsoever, for payment of Excise Duty or Cenvat reversal will be allowed later. The suppliers have to take this into account while submitting quotations. Excise Duty Exemption Certificte will be issued only to finished product as per the PO/Contract. EDEC shall not be issued in favour of third parties for raw materials, other components that go in to the manufacture of the end product. Excise Duty Exemption Certificate will be issued in favour of original equipment manufacturer provided (i) the tender has been received from the sole selling agent of OEM concerned (for which documentary proof shall be produced) and (ii) a request for issue of Excise Duty Exemption Certificate was made in the original offer itself. 6.CST - With effect from , Form-D has been withdrawn for Inter-State purchases by Government Departments. Now the percentage of CST on the Inter-State sales to Government Departments shall be the percentage of VAT/State Sales Tax as applicable in the State of the Seller/Dealer. Accordingly, the suppliers have to indicate clearly the % (full rate of tax) of CST applicable against each item in their offers. 7.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 12/2012 dated This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers. 9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period. 11.Security Deposit Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party

152 shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period. 13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly. 15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself. 19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS The Tenderer should submit the following documents/information while quoting:- a)foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual interest in the business. c)registration and item empanelment of the Indian Agent. d)agency Commission will be paid only Indian Currency. e)compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk. b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c.sales Tax is not applicable d.customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided. e.high Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable. 1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices 4.Excise Duty, VAT, Service Tax Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS The following tenders shall be summarily rejected from the procurement process a.tenders received from vendors who have not qualified in terms of their registration. b.tenders received against publishing of a limited tender in the CPP portal. c.tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.unsolicited tenders from vendors. e.the tenders which materially depart from the requirements specified in the tender document or which contain false information. f.the tenders which are not accompanied by the prescribed Earnest Money Deposit. g.the tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.the validity of the tenders is shorter than the period specified in the tender enquiry. i.the tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.the tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition. k.the tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender). l.in case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.if a firm quotes NIL charges / consideration, the bid shall be treated as un-responsive and will not be considered.

SHAR ह रक ट ड.घ.524124 आ.. भ रत

SHAR ह रक ट ड.घ.524124 आ.. भ रत भ रत सरक र अ त र वभ ग सत श धवन अ त र क श र Government of India Department of Space Satish Dhawan Space Centre SHAR ह रक ट ड.घ.524124 आ.. भ रत SRIHARIKOTA P.O. 524124, AP, INDIA ट लफ न:+91 8623 225023 Telephone:

More information

श र ह रक ट ड.घ.524124 आ.प र. भ रत

श र ह रक ट ड.घ.524124 आ.प र. भ रत भ रत सरक र अ त रक ष वभ ग सत श धवन अ त रक ष क द र श र ह रक ट ड.घ.524124 आ.प र. भ रत Government of India Department of Space Satish Dhawan Space Centre SHAR SRIHARIKOTA P.O. 524124, AP, INDIA ट लफ न:+91

More information

श र ह रक ट ड.घ.524124 आ.प र. भ रत

श र ह रक ट ड.घ.524124 आ.प र. भ रत भ रत सरक र अ त रक ष वभ ग सत श धवन अ त रक ष क द र श र ह रक ट ड.घ.524124 आ.प र. भ रत Government of India Department of Space Satish Dhawan Space Centre SHAR SRIHARIKOTA P.O. 524124, AP, INDIA ट लफ न:+91

More information

SHAR ह रक ट ड.घ.524124 आ.. भ रत

SHAR ह रक ट ड.घ.524124 आ.. भ रत भ रत सरक र अ त र वभ ग सत श धवन अ त र क श र Government of India Department of Space Satish Dhawan Space Centre SHAR ह रक ट ड.घ.524124 आ.. भ रत SRIHARIKOTA P.O. 524124, AP, INDIA ट लफ न:+91 8623 225023 Telephone:

More information

SHAR ह रक ट ड.घ.524124 आ.. भ रत

SHAR ह रक ट ड.घ.524124 आ.. भ रत भ रत सरक र अ त र वभ ग सत श धवन अ त र क श र Government of India Department of Space Satish Dhawan Space Centre SHAR ह रक ट ड.घ.524124 आ.. भ रत SRIHARIKOTA P.O. 524124, AP, INDIA ट लफ न:+91 8623 225023 Telephone:

More information

SHAR ह रक ट ड.घ.524124 आ.. भ रत

SHAR ह रक ट ड.घ.524124 आ.. भ रत भ रत सरक र अ त र वभ ग सत श धवन अ त र क श र Government of India Department of Space Satish Dhawan Space Centre SHAR ह रक ट ड.घ.524124 आ.. भ रत SRIHARIKOTA P.O. 524124, AP, INDIA ट लफ न:+91 8623 225023 Telephone:

More information

SHAR ह रक ट ड.घ.524124 आ.. भ रत

SHAR ह रक ट ड.घ.524124 आ.. भ रत भ रत सरक र अ त र वभ ग सत श धवन अ त र क श र Government of India Department of Space Satish Dhawan Space Centre SHAR ह रक ट ड.घ.524124 आ.. भ रत SRIHARIKOTA P.O. 524124, AP, INDIA ट लफ न:+91 8623 225023 Telephone:

More information

No: NGRI/23/Rewa field/2014-gl Date: 19-02-2014 NOTICE INVITING TENDERS

No: NGRI/23/Rewa field/2014-gl Date: 19-02-2014 NOTICE INVITING TENDERS CSIR-NATIONAL GEOPHYSICAL RESEARCH INSTITUTE (Council of Scientific & Industrial Research) Uppal Road, Hyderabad 500 007, (A.P), India Phone No. 27012000-27012369, Fax No. 040-27171564 email: [email protected]

More information

Sub.: Request for Quotation of

Sub.: Request for Quotation of IIT Indore भ रत य प र ध य ग क स स थ न इ द र स मर ल क म प, ख डव र ड, प ओ स मर ल, इ द र-४५२ ०२०, मध य प रद श Indian Institute of Technology Indore Simrol Campus, Khandwa Road, P.O. Simrol, Indore-452 020,

More information

SOFTWARE TECHNOLOGY PARKS OF INDIA

SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA Block DP, Plot-5/1, Sector-V, Salt Lake, Kolkata 700091 www.kol.stpi.in NOTICE INVITING QUOTATION FOR SUPPLY OF MS OFFICE 2013 SOFTWARE AT STPI KOLKATA Ref. No. STPI/KOL/PUR-16/2015/QTN-68

More information

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph.

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. : 0265-2481717 Dear Sir, Sub. : Procurement of Printed Stationery Bank of

More information

TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS

TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS BUREAU OF INDIAN STANDARDS E-9, Manakalaya, Road No. 8, MIDC, Andheri (E), Mumbai-400 093. Tel: 022-28253430 FAX: 022-28320552 E-Mail:

More information

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR Ground Floor, Block A, Vishwakarma Government Engineering College Campus Visat-Gandhinagar Highway, Chandkheda, Ahmedabad-382424. Fax No. +91 79 2397 2583 Website:

More information

श र ह रक ट ड.घ.524124 आ.प र. भ रत

श र ह रक ट ड.घ.524124 आ.प र. भ रत भ रत सरक र अ त रक ष वभ ग सत श धवन अ त रक ष क द र श र ह रक ट ड.घ.524124 आ.प र. भ रत Government of India Department of Space Satish Dhawan Space Centre SHAR SRIHARIKOTA P.O. 524124, AP, INDIA ट लफ न:+91

More information

OFFICE OF THE MUNICIPAL CORPORATION FARIDABAD

OFFICE OF THE MUNICIPAL CORPORATION FARIDABAD OFFICE OF THE MUNICIPAL CORPORATION FARIDABAD TENDER NOTICE FOR OUTSOURCING OF MANPOWER Memo No.: MCF/EE/2015/ Dated : 29/04/2015 Date of submission of tender from :29.04.2015 at 19:01 PM to 14.05.2015

More information

Tender Notice No.: OIDC/07/DMN/BUS/Uniform/2014-2015/179 Dt. 02.07.2014. LIMITED TENDER NOTICE

Tender Notice No.: OIDC/07/DMN/BUS/Uniform/2014-2015/179 Dt. 02.07.2014. LIMITED TENDER NOTICE OMNIBUS INDUSTRIAL DEVELOPMENT CORPORATION OF DAMAN & DIU AND DADRA and NAGAR HAVELI LTD. (A Govt. Undertaking) Corporate Office : Plot No.35, Somnath, Nani Daman - 396 210. Tel: (0260) 2241120, 2241112,

More information

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS SOUTHERN ELECTRICITY SUPPLY COMPANY OF ORISSA LTD. CORPORATE OFFICE: COURTPETA: BERHAMPUR- 760004. DISTRICT: GANJAM. TENDER NOTICE NO: 02/07-08

More information

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT. 30.10.2015, 15:00 Hrs (Indian time) 30.10.2015, 16:00 Hrs (Indian time)

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT. 30.10.2015, 15:00 Hrs (Indian time) 30.10.2015, 16:00 Hrs (Indian time) INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian

More information

Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) /2015-16/ Date: 09.01.2016. Tender notice

Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) /2015-16/ Date: 09.01.2016. Tender notice CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) Regional Office : No.4 North Avenue,Srinagar Colony,Saidapet, Chennai 15. Phone : 22201216/0350 Fax. 22200068. E-Mail :[email protected]

More information

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON Services Deptt., Head Office, Gurgaon Services Dept., Head Office, Gurgaon TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON APPLICATION

More information

Tender Notice. Tender no. : NTSC (O)/EM/F&F/2015-16 Date: 8th June, 2015

Tender Notice. Tender no. : NTSC (O)/EM/F&F/2015-16 Date: 8th June, 2015 Tender Notice NSIC Technical Services Centre Okhla Industrial Estate, Phase-III, Near Govindpuri Metro Station, New Delhi-110020 Tel: +91-11-26826796/26826801/26826848 Email: [email protected] Tender no.

More information

Development of application Software for Election Commission

Development of application Software for Election Commission M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.) Tender Document For Development of application Software for Election Commission (Tender no. MPSEDC/MKT/2010/190) (All pages

More information

Inviting Quotation for Internet Leased Line Connection

Inviting Quotation for Internet Leased Line Connection Inviting Quotation for Internet Leased Line Connection Sub.: Inviting the quotations for providing Internet connectivity Leased Line (1:1 uncompressed and unshared with last mile on fiber/ethernet/wi-fi)

More information

न द र य सम र म त स यय अन स ध न स यथ न

न द र य सम र म त स यय अन स ध न स यथ न न द र य सम र म त स यय अन स ध न स यथ न CENTRAL MARINE FISHERIES RESEARCH INSTITUTE (भ रत य ष अन स ध न ऩरर द ) (INDIAN COUNCIL OF AGRICULTURAL RESEARCH) न द र य सम र म त स यय अन सन द ध न सन द यथ न मण डऩम

More information

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES Ramanujan Computing Centre Anna University, Chennai 600 025. 1 A. TENDER NOTICE Invitation to Bid for Supply and installation of Internet Bandwidth

More information

ADMINSTRATION OF DAMAN AND DIU(U.T.)

ADMINSTRATION OF DAMAN AND DIU(U.T.) ADMINSTRATION OF DAMAN AND DIU(U.T.) DIRECTORATE OF MEDICAL & HEALTH SERVICES, PRIMARY HEALTH CENTER, MOTI DAMAN. Tender Notice No.DHMS/DD/BIO-METRIC/SS/2012-13/3032 Dated:- 31/12/2012 TENDER NOTICE Sealed

More information

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01. HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE- 560 017 E-TENDER NOTICE FM/NEP/INT/27/14-15 Date: 29.01.15 Online E-tenders are invited in Two-Bid System for

More information

HIRING OF ACCOUNTANTS

HIRING OF ACCOUNTANTS HIRING OF ACCOUNTANTS Sealed tenders are invited from experienced and reputed Manpower Agencies for outsourcing of the services of 2 (two) Accountants for work in the Ministry as detailed below: Requirement

More information

15 For clarification and other details Please contact: 1. Asst. Manager - 8978027919 Please Note:

15 For clarification and other details Please contact: 1. Asst. Manager - 8978027919 Please Note: TENDER NOTICE 1 Name of the work and place Electrical works at sbi.intouch BRANCH (KADAPA), Y.S.R. District, Andhra Pradesh. 2 Estimated Cost Rs.9,51,186/- 3 Date of issue of tender through 23/06/16 Bank

More information

Software Technology Parks of India

Software Technology Parks of India OTICE I VITI G TE DERS FOR PROVIDI G OUTSOURCI G & HOUSEKEEPI G STAFF Sealed tenders are invited under Two-Bid system from reputed agencies, either by themselves or as a joint venture/consortium/partnership

More information

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of 2015-16

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of 2015-16 U.T. ADMINISTRATION OF DAMAN & DIU O/o THE ASSISTANT DIRECTOR OF EDUCATION / DISTRICT PROJECT OFFICER, SARVA SHIKSHA ABHIYAN MISSION, DISTRICT PANCHAYAT, DHOLAR, MOTI DAMAN 396 220. Tender Notice No. ADE/EE/SSA/Biometrics/2015-16/617

More information

SANITARY SECTION IIT Kharagpur

SANITARY SECTION IIT Kharagpur SANITARY SECTION IIT Kharagpur Annexure - l No. : IIT/SAN/EE/TEN/2015-16/03 Date: 05/10/2015 NOTICE INVITING TENDER Last Date for submission of Tender on: - 13/11/2015 up-to 4:00 P.M. Pre-bid discussion

More information

E-Mail:- [email protected] NOTICE INVITING TENDER

E-Mail:- prlrecwbsedcl@gmail.com NOTICE INVITING TENDER West Bengal State Electricity Distribution Company Limited (A Govt. of West Bengal Enterprise) Office of the PM Purulia R. E. Project N.R.E.P. Building, 2 nd. Floor, PO & Dist.- Purulia,Telephone Fax No.03252

More information

OFFICE OF THE PRINCIPAL COMMISSIONER OF CENTRAL EXCISE & SERVICE TAX COMMISSIONERATE, FARIDABAD-I CGO COMPLEX, D BLOCK, NH-IV- FARIDABAD

OFFICE OF THE PRINCIPAL COMMISSIONER OF CENTRAL EXCISE & SERVICE TAX COMMISSIONERATE, FARIDABAD-I CGO COMPLEX, D BLOCK, NH-IV- FARIDABAD OFFICE OF THE PRINCIPAL COMMISSIONER OF CENTRAL EXCISE & SERVICE TAX COMMISSIONERATE, FARIDABAD-I CGO COMPLEX, D BLOCK, NH-IV- FARIDABAD C. No. I-7(2)Admn/MV/FBD-I/15/ Dated: 17.09.2015 NOTICE INVITING

More information

Tender for Comprehensive A.M.C. for Air-conditioning Systems at Sub Regional Office Employees' State Insurance Corporation, Bibvewadi, Pune.

Tender for Comprehensive A.M.C. for Air-conditioning Systems at Sub Regional Office Employees' State Insurance Corporation, Bibvewadi, Pune. TENDER NO : 05/2014-15 SUB-REGIONAL OFFICE EMPLOYEES STATE INSURANCE CORPORATION PANCHDEEP BHAVAN, S.NO. 689/690. BIBWEWADI PUNE - 411 037. (ISO-9001:2008 Certificate Phone:020-2421-1138,-1139, Fax:020-24215153

More information

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP) Tribal Cooperative Marketing Development Federation of India Ltd.(TRIFED) (Ministry of Tribal affairs, Govt. of India), NCUI Building, 2 nd Floor, 3, Siri Institutional Area, August Kranti Marg, New Delhi-110016.

More information

Value (Rs.) (F) P.F. Regn. No. and E.S.I. Regn. No. of the indenting tenderers wherever applicable.

Value (Rs.) (F) P.F. Regn. No. and E.S.I. Regn. No. of the indenting tenderers wherever applicable. CENTRAL COALFIELDS LIMITED OFFICE OF THE GENERAL MANAGER(KTA) P.O.KATHARA : DIST.BOKARO(JHARKHAND) NIT No. GM(KTA)/SO(E&M)(W)/Tender/KTW/14-15/197 NOTICE INVITING TENDER Sl. No 01 Dt.08.8.14 Sealed Tenders

More information

SHORT TERM TENDER NOTICE

SHORT TERM TENDER NOTICE NIELIT Headquarters, New Delhi File No.1 (55)/2000 NIELIT/Vol-I Date: 01.04.2015 SHORT TERM TENDER NOTICE For AMC of Air Conditioners (ACs). 1. Competitive offers in sealed covers super scribed with the

More information

Ref : CL/BM/AC-03 Date: 04 th March 2013

Ref : CL/BM/AC-03 Date: 04 th March 2013 Ref : CL/BM/AC-03 Date: 04 th March 2013 Subject : ANNUAL MAINTENANCE OF AIR CONDITIONERS (INCLUDING STABLIZERS) AT CENTRAL LABORATORY(CL), SAHIBABAD. To, Dear Sirs, Technical and Financial bids are invited

More information

BUREAU OF INDIAN STANDARDS TENDER NOTICE. Ref:WRO/Admn/09/07/01/2015 29.07.2015

BUREAU OF INDIAN STANDARDS TENDER NOTICE. Ref:WRO/Admn/09/07/01/2015 29.07.2015 BUREAU OF INDIAN STANDARDS TENDER NOTICE Ref:WRO/Admn/09/07/01/2015 29.07.2015 Sealed tenders are invited under two-bid system from eligible firms/companies for Pest Control Services for its office building

More information

Ref No: 110003/2011-12/91/IT/Dir/ Date: 02/02/2012.

Ref No: 110003/2011-12/91/IT/Dir/ Date: 02/02/2012. GOVERNMENT OF INDIA ELECTRONICS TEST AND DEVELOPMENT CENTRE Department of Information Technology Ministry of Communications & Information Technology, Govt. of India ETDC, Ring Road, Peenya Industrial Estate,

More information

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 TENDER NOTICE FOR INTERNET CONNECTIVITY

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 TENDER NOTICE FOR INTERNET CONNECTIVITY Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi 110001 No. RSTV/TKSA/Technical/2014 Admn 07 April, 2014 TENDER NOTICE FOR INTERNET CONNECTIVITY Sealed tenders

More information

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian

More information

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS Tender Inquiry No. NTSC/OK/CM/37/2012-13 NSIC- Technical Services Centre (A Government of India Enterprise)

More information

TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM

TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM NORTH A Grade NAAC-Reaccredited (3 rd Cycle) ÓŸÖ üß Öê ü¾öæ ÖÖ Ö µööêÿö NORTH MAHARASHTRA UNIVERSITY P.B.NO. 80,UMAVI NAGAR, JALGAON-425001 Telephone No- (0257) 2257239,240,241 Fax No.(0257) 2258406 Website

More information

Supplier prequalification Document

Supplier prequalification Document Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control

More information

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian

More information

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS Expression of Interest for empanelment of civil and other contractors KMRL/PROJ/AM CIVIL III/2015/803/EOI 07-15 29/07/2015

More information

R E Q U E S T F O R Q U O T A T I O N. ENQUIRY NO. NAL/ABP/ EAD/104/2010F January 11, 2011

R E Q U E S T F O R Q U O T A T I O N. ENQUIRY NO. NAL/ABP/ EAD/104/2010F January 11, 2011 R E Q U E S T F O R Q U O T A T I O N ENQUIRY NO. NAL/ABP/ EAD/104/2010F January 11, 2011 Web Copy Due Date: 03/02/2011 (4:30 PM-IST) Date of Opening: 04/02/2011 (10:30 AM-IST) Dear Sirs, Please send your

More information

TENDER APPLICATION FORM

TENDER APPLICATION FORM NEIGRIHMS North Eastern Indira Gandhi Regional Institute of Health and Medical Sciences, Shillong (An Autonomous Institute, Ministry of Health and Family Welfare, Government of India) Director s Block,

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER NOTICE INVITING TENDER Sealed tenders in two bid systems are invited on behalf of the National Institute of Fashion Technology, Rae Bareli for the work of comprehensive Annual Maintenance of window and

More information

Ref. REC/Adm. (Estate)/2013-14/ Dated 21.02.2014

Ref. REC/Adm. (Estate)/2013-14/ Dated 21.02.2014 RURAL ELECTRIFICATION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) Registered Office: Core-4, Scope Complex,7-Lodi Road, New Delhi-110003 Ph. 011-24363613, Fax. 0114309-1515 Ref. REC/Adm. (Estate)/2013-14/

More information

F.No. I/07-02/Adm/2016-17 Date: 20.06.2016

F.No. I/07-02/Adm/2016-17 Date: 20.06.2016 Telephone No. : 26306349 Fax : 26301812 Telephone No. : 26300923 Page 01 of 06 GOVERNEMENT OF INDIA MINISTRY OF FINANCE (DEPARTMENT OF REVENUE) OFFICE OF THE PRINCIPAL COMMISSIONER OF SERVICE TAX CENTRAL

More information

Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur Re-Tender for Supply and Installation of the Student Biometric Attendance System at Indian Institute of Technology Jodhpur NIT No. : IITJ/SPS/CC/2014-15/1/57 NIT Issue Date : 26 November 2014 Last Date

More information

EXPRESSION OF INTEREST (EOI)

EXPRESSION OF INTEREST (EOI) EXPRESSION OF INTEREST (EOI) For providing Hostel Services 13, May 2015 INSTITUTE OF INFRASTRUCTURE, TECHNOLOGY, RESEARCH AND MANAGEMENT, AHMEDABAD IITRAM Campus, Parishkar Campus, Near Khokhra Circle,

More information

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER Sealed tenders are hereby invited in two separate sealed covers (Technical and Commercial offers) from eligible registered manpower supplier

More information

TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE

TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE TENDER NOTIFICATION ENTRY OF DATA FROM I-R/II-R/I-U/II-U FORM INTO DATABASE NIT No. 2659/DCFS/JPG/NFSA/15, Dated : 24/08/2015 1 Section-I District Magistrate, Jalpaiguri, Government of West Bengal Invites

More information

Air Compressor (Scroll type oil free), Dryer and all tubing

Air Compressor (Scroll type oil free), Dryer and all tubing INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian

More information

OFFICE OF THE COM M ISSIONER OF CENTRAL EXCISE & SERVICE TAX, जमश दप र /JAM SHEDPUR १४३, न द य ब र द व र, स कच, जमश दप र-८३१००१

OFFICE OF THE COM M ISSIONER OF CENTRAL EXCISE & SERVICE TAX, जमश दप र /JAM SHEDPUR १४३, न द य ब र द व र, स कच, जमश दप र-८३१००१ भ रत सरक र /GOVERNM ENT OF INDIA आय क त क क य लय, क न द र य उत प द श ल क एव स व कर, OFFICE OF THE COM M ISSIONER OF CENTRAL EXCISE & SERVICE TAX, जमश दप र /JAM SHEDPUR १४३, न द य ब र द व र, स कच, जमश दप

More information

Sub: Tender Enquiry for Sale of Condemned Items.

Sub: Tender Enquiry for Sale of Condemned Items. PUBLIC ENTERPRISES SELECTION BOARD Department of Personnel & Training (Ministry of Personnel, Public Grievances and Pension) 5 th Floor, Block No.14, CGO Complex, Lodhi Road, New Delhi-110003. No.4/8/2010-PESB

More information

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER 1. Item rate sealed limited tenders are invited for Comprehensive Annual Maintenance Contract of Security System and Automatic

More information

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) Bengal Chemicals & Pharmaceuticals Ltd. (A Government of India Enterprise) TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy) TENDER NO. HR/RM/001/2015-16 Issued by Bengal Chemicals

More information

SECTION-I. Mysore /Division / NOTICE INVITING TENDER

SECTION-I. Mysore /Division / NOTICE INVITING TENDER SECTION-I /Government of India /Department of Atomic Energy /Bhabha Atomic Research Centre Mysore /Division -1,, -571 130 Post Bag No. 1. Yelwal, Mysore 571 130 /Telephone : 0821-2406533 /Fax : 0821-240

More information

Indian Institute of Technology, Kharagpur Kharagpur 721 302, WB, India

Indian Institute of Technology, Kharagpur Kharagpur 721 302, WB, India Indian Institute of Technology, Kharagpur Kharagpur 72 302, WB, India Ref: Tender Notice No. IIT/CIC/AV&MM/205-6/36 dated 4.02.206 Indian Institute of Technology Kharagpur, an Institute of National Importance,

More information

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian

More information

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

(A K Chatterjee ) Sc. F & Head, BIS-DSBO BUREAU OF INDIAN STANDARDS (Durgapur Sub Branch Office) Our Ref: DSBO/CA Tender/2014 NOTICE INVITING QUOTATIONS FOR HIRING TAX CONSULTANCY/OUTSOURCING OF ACCOUNTS WORK THROUGH TALLY PACKAGE & MANUAL BASIS

More information

JHARKHAND STATE ELECTRICITY BOARD

JHARKHAND STATE ELECTRICITY BOARD JHARKHAND STATE ELECTRICITY BOARD NIT for Supply of Oracle e- Business Suite Application User Software Licenses and Annual Technical Support Tender Ref. No.: NIT 714/PR/JSEB/13-14 JHARKHAND STATE ELECTRICITY

More information

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI.

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI. CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI. E-TENDER DOCUMENT FOR APPOINTMENT OF REGULAR H&T CONTRACTOR AT CW, CHROMEPET, CHENNAI. DATE FOR DOWNLOADING TENDER

More information

NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No. 1000013789)

NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No. 1000013789) Ref: AAI /VNS/AGM (E-E)/e-NIT-16/2015-16/ Date: 13/01/2016 NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No. 1000013789) 1. Item rate(s) tenders are invited through, the e-tendering

More information

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID The Vardhaman Mahaveer Open University, Kota (Raj.) invites proposals from

More information

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012. : 08.02.2008 ( upto 1500 hrs.)

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012. : 08.02.2008 ( upto 1500 hrs.) Ref No.:Advt. No.1/2008 Price :Rs.2000.00 ISSUED TO : Date : TENDER DOCUMENT FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI-110012 LAST DATE AND TIME FOR SALE OF TENDER DOCUMENTS

More information

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune College of Engineering Pune-411 005 INVITATION OF TENDER For providing Facility Management Services of IT Infrastructure at College of Engineering Pune Cost of document Rs. 500/- Page 1 of 12 COLLEGE OF

More information

Application Form. Empanelment of Contractors for Electrical Maintenance Works at SEBI Bhavan. Name of the Applicant...

Application Form. Empanelment of Contractors for Electrical Maintenance Works at SEBI Bhavan. Name of the Applicant... Securities and Exchange Board of India SEBI Bhavan, Plot No. C-4A, G Block, Bandra Kurla Complex, Bandra (E), Mumbai 400 051 Tel. No.022-26449000/26449170 Application Form Empanelment of Contractors for

More information

How To Sell Cement In Jamshedpur

How To Sell Cement In Jamshedpur DISTRICT RURAL DEVELOPMENT AGENCY ( EAST SINGHBHUM ) TENDER NOTICE Sealed tenders are invited in two bid system i.e. Technical Bid and Commercial Bid by the undersigned from the manufacturers. In this

More information

DETAILED TENDER NOTICE

DETAILED TENDER NOTICE GOVERNMENT OF INDIA-DEPARTMENT OF SPACE CONSTRUCTION & MAINTENANCE GROUP, SDSC -SHAR, SRIHARIKOTA-524124, NELLORE (Dt.), A.P. DETAILED TENDER NOTICE Tender Notice No: SHAR: CMG CIVIL: EMS: TECH: LT-015/15-16

More information

--------------------------------------------------------------------------------------------------------------------------------------

-------------------------------------------------------------------------------------------------------------------------------------- Indian Institute of Technology Hyderabad KANDI, SANGAREDDY Medak (District) - PIN-502 285, Telangana, India Phone-91-040-23016025 Email: [email protected] Webpage: http://library.iith.ac.in --------------------------------------------------------------------------------------------------------------------------------------

More information

CEG/GP/1534/257/RFQ27016/ [01] Technical specification for NB 350 CB pipe :

CEG/GP/1534/257/RFQ27016/ [01] Technical specification for NB 350 CB pipe : [01] Technical specification for NB 350 CB pipe : Size :- NB 350 Plain End, ID 336 MM, OD 406 mm, Length - 5.3 meters +/- 25 mm Outer shell : Rolled and welded from 5 mm thick carbon steel coil / plates

More information

Following terms and conditions may be kept in view while submitting the bids :-

Following terms and conditions may be kept in view while submitting the bids :- No.1/19/2013-DCH/Genl.. Government of India Ministry of Textiles Office of the Development Commissioner for Handlooms. ****** Udyog Bhavan, New Delhi Dated the 23 rd May, 2014 TENDER NOTICE Subject: Installation

More information

भ रत य गक स थ न र पड़

भ रत य गक स थ न र पड़ भ रत य गक स थ न र पड़ INDIAN INSTITUTE OF TECHNOLOGY ROPAR न गल र ड, पनगर, प ज ब-140001/Nangal Road, Rupnagar, Punjab-140001 Ph. 01881-242105, e-mail: [email protected] ---------------------------------------------------------------------------------------------------------------------

More information

No. 11-264 / 2015 16 / CICT / CCTV / AMC Date: 18.12.2015

No. 11-264 / 2015 16 / CICT / CCTV / AMC Date: 18.12.2015 CENTRAL INSTITUTE OF CLASSICAL TAMIL (An autonomous Institution under Ministry of Human Resource Development, Government of India, New Delhi) LMV Building, Institute of Road Transport Corporation Campus,

More information

OIL INDIA LIMITED DULIAJAN (A Government of India Enterprise) P.O. DULIAJAN 786602, ASSAM

OIL INDIA LIMITED DULIAJAN (A Government of India Enterprise) P.O. DULIAJAN 786602, ASSAM OIL INDIA LIMITED DULIAJAN (A Government of India Enterprise) P.O. DULIAJAN 786602, ASSAM OIL INDIA LIMITED (OIL) invites sealed bids from experienced Contractors / Firms for the following services : IFB

More information

Car hire services on a monthly basis

Car hire services on a monthly basis Car hire services on a monthly basis Sealed quotations are invited from experienced and competent Transport Agencies for providing following Air Conditioned cars on rental hiring services (monthly) basis,

More information

NOTICE INVITING e-tender

NOTICE INVITING e-tender REGIONAL CANCER CENTRE Fax: +91 471 2447454 MEDICAL COLLEGE CAMPUS Phone: +91 471 2442541 THIRUVANANTHAPURAM-695 011 website: www.rcctvm.org KERALA STATE E-mail: [email protected] NOTICE INVITING

More information

TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER

TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER TENDER DOCUMENT FOR SUPPLY OF OMR SCANNER WITH BAR CODE READER PANJAB UNIVERSITY CHANDIGARH CONDITIONS GOVERNING THE TENDER For supply of OMR Scanner with Bar Code Reader 1. Tenders for supply of OMR scanner

More information

BRAITHWAITE & CO LIMITED (A Government of India Undertaking)

BRAITHWAITE & CO LIMITED (A Government of India Undertaking) BRAITHWAITE & CO LIMITED (A Government of India Undertaking) HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, CALCUTTA 700043, TEL (033) 2439-7415, 2439-4114, 2439-6613, 2439-7413 : FAX : 91 (033)2439 7632 / 2439

More information

PQ Value No. Tender(Rs) (Rs.)

PQ Value No. Tender(Rs) (Rs.) NOTICE INVITING TENDER (NIT) PRESS TENDER NOTICE(Two Cover System) DT.27.06.2016 1.0 INVITATION Sealed Tenders in the prescribed form are invited towards the description of work given in the "Tender Details"

More information

Invites Offers from Consulting Actuary

Invites Offers from Consulting Actuary Invites Offers from Consulting Actuary The Chief General Manager, Postal Life Insurance, Chanakyapuri P.O. building, New Delhi-110021 invites offers from interested fellow members of the Actuarial Society

More information

SHAR ह रक ट ड.घ.524124 आ.. भ रत

SHAR ह रक ट ड.घ.524124 आ.. भ रत भ रत सरक र अ त र वभ ग सत श धवन अ त र क श र Government of India Department of Space Satish Dhawan Space Centre SHAR ह रक ट ड.घ.524124 आ.. भ रत SRIHARIKOTA P.O. 524124, AP, INDIA ट लफ न:+91 8623 225023 Telephone:

More information

Vector Network Analyzer

Vector Network Analyzer INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT Sealed tender offers are invited in two separate sealed covers (Technical and Commercial offers) from eligible manufacturers/suppliers or their direct Indian

More information

Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP

Request for Techno-Commercial Proposal. Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP Request for Techno-Commercial Proposal Design, Development, Implementation & Maintenance of Portal Solution for Dr. MCR HRD IAP Dr. Marri Channa Reddy Human Resource Development Institute of Andhra Pradesh

More information

Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development

Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development F. No. 4-1/2010-Genl. GOVERNMENT OF INDIA MINISTRY OF WOMEN AND CHILD DEVELOPMENT GENERAL SECTION Shastri Bhawan, New Delhi Dated: 8.11.2010 NOTICE INVITING TENDER Subject: Annual Maintenance Contract

More information

SBI FUNDS MANAGEMENT PRIVATE LIMITED REQUEST FOR PROPOSAL FOR WEB SECURITY SOLUTION

SBI FUNDS MANAGEMENT PRIVATE LIMITED REQUEST FOR PROPOSAL FOR WEB SECURITY SOLUTION SBI FUNDS MANAGEMENT PRIVATE LIMITED REQUEST FOR PROPOSAL FOR WEB SECURITY SOLUTION SBI Funds Management Pvt. Ltd. Page 1 26/03/2013 1. Introduction: An Overview of SBI Funds Management Private Limited

More information

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA-171 001 TEL.: (0177) 2652704 FAX: (0177) 2652206 TENDER NOTICE

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA-171 001 TEL.: (0177) 2652704 FAX: (0177) 2652206 TENDER NOTICE HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION LIMITED RITZ ANNEXE, SHIMLA-171 001 TEL.: (0177) 2652704 FAX: (0177) 2652206 TENDER NOTICE Sealed bids are hereby invited from reputed Contractors/Co-operative

More information

Tender Title : LOAD TESTING OF STARTER GENERATORS

Tender Title : LOAD TESTING OF STARTER GENERATORS Type of Organisation : SERVICE PROVIDER (AVIATION INDUSTRY) Tender Title : LOAD TESTING OF STARTER GENERATORS Tender Ref. No. : 1314/PHL/WR/MAT/LP/TE-044 Product Category : AMC Sub Category : Tender Value

More information

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR Ground Floor, Block A, Vishwakarma Government Engineering College Campus Visat-Gandhinagar Highway, Chandkheda, Ahmedabad-382424. Tel/Fax No. +91 79 2397 2583

More information

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016 Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016 A. BRIEF PROJECT REQUIREMENT Bank of Baroda has a

More information

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA)

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA) BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA - 800015 BIHAR (INDIA) SHORT-TERM TENDER NOTICE Tender Ref. No.: 23 02-3 3 / 01-- BRDS invites

More information

TENDER DOCUMENT. For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER

TENDER DOCUMENT. For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER TENDER DOCUMENT For SUPPLY OF TWO OMR SCANNER WITH BAR CODE READER Rs. 200/- THE PUNJAB STATE BOARD OF TECHNICAL EDUCATION AND INDUSTRIAL TRAINING 23/08/2010 CONDITIONS GOVERNING THE TENDER For suppy of

More information