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: +91 8623 225023 फ स: +91 8623 225170 Fax: +91 8623 225170 GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P) TENDER NOTICE NO. SDSC SHAR/HPS/PT/14/2015-16 On behalf of President of India, Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following: Sl No 01 02 03 04 Ref. No. Description Qty. Tender Fee SHAR VAST 2015 00 3435 e-procurement [Two Part basis] SHAR RO 2015 00 3461 e-procurement [Single Part basis] SHAR CMD 2015 00 3499 e-procurement [Two Part basis] SHAR CMD 2015 00 3501 e-procurement [Two Part basis] Special Purpose Hauler Supply, Installation Testing & Commissioning of Planar near Field system in SDSC SHAR, Sriharikota Supply, Installation, Testing & commissioning of Monospace Lift at Media Centre, Keepakam, SDSC SHAR, Sriharikota Supply, Installation, Testing & commissioning of Monospace Lift at Pallavaram guest House, Chennai 1 Lot 1 No 1 Set 1 Set No Tender fee shall be applicable for tenders submitted through EGPS Last Date for downloading of tender documents : 07.03.2016 at 16:00 hrs. Due Date for submission of bids online : 07.03.2016 at 16:00 hrs. Due Date for Bid Sealing on : 07.03.2016 at 16:01 hrs. to 07.03.2016 at 17.30 hrs. Due Date for Open Authorization : 07.03.2016 at 17.31 hrs. to 09.03.2016 at 17:00 hrs. Due Date for opening of tenders : 10.03.2016 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 https://eprocure.isro.gov.in 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 www.isro.org; ISRO e-procurement website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. 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 07.03.2016 at 1600 hrs. and last date for submission of tenders on line 07.03.2016 at 1600 hrs. and Tender Opening on 10.03.2016 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: 18.01.2016 HEAD, PURCHASE AND STORES 1
SECTION A GENERAL TERMS AND CONDITIONS OF THE CONTRACT 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 General Specification, Terms and Conditions of the Contract Scope of Enquiry & General Project information Technical Specification. Drawings Annexures Title of the proposal: Supply of Special Purpose Hauler for SVAB Date Public Notification issued by ISRO: As per notification Last Date of downloading tender Document by tenderer: As per notification Last date of submission of tender documents in online by tenderer: As per notification Last date of Bid sealing in online by ISRO: As per notification Last date for giving open authorization in online by tenderer: As per notification A PROPOSAL DOCUMENT 1.1. Bidder shall sign & stamp each page of the tender document (RFP) as token of his acceptance and submit the same along with his offer. 1.2. Proposal documents shall remain the property of SDSC SHAR and shall not be used for any another purpose without the consent of SDSC SHAR. 1.3. 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. 1
1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents shall be up-loaded in ISRO e-procurement website. 1.5. The Proposals shall be submitted on-line before the time limit for bid submission specified in the Letter Inviting Bid. 1.6. Supplier shall submit the open authorization on-line with in the time limit specified in the Letter Inviting bid. 1.7. 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. 1.8. Bidders shall set their quotations in firm figures and without variations/additions in the terms of the Proposal documents. 1.9. 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 surrounding to familiarize himself of the existing facilities & environment and shall collect all other information which may be required 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. 1.2 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. 2
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 Schedule of Prices in Section E1. No copy of price bid shall be enclosed along with other document and upload the same anywhere in the e-procurement portal. 1.7 Documents Comprising the Bid Bids shall be arranged in the following order. 1.7.1 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) (c) Submission of bid letter. Demand draft of ` 1 lakh as Earnest money Deposit (EMD). Power of attorney in favor of authorized signatory of the bid / proposal documents. 3
(d) (e) (f) (g) (h) (i) (j) (k) All the annexure in Section-E1 to E5 enclosed in proposal duly filled, signed and sealed Bid qualification criteria for supply of special purpose hauler and all supporting documents. General arrangement drawings of proposed hauler, tow bar, tow hitches etc Write-up on the procedure proposed to be followed for erection & commissioning. 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. Audited balance sheet including profit and loss account for last three financial years showing annual turnover Latest income tax certificate. Latest solvency certificate from a scheduled bank. (l) Any deviations from technical specification and proposed design modifications. (m) (n) (o) (p) (q) (r) (s) (t) (u) 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. List of items which require Customs duty exemption certificate from SDSC- SHAR. List of items which require Excise duty exemption certificate from SDSC- SHAR. List of recommended critical spares including unit prices for two years List of standard tools/accessories which shall be supplied along with the hauler. Details of India office/agency if available, with PAN details to deal with 4
taxation matters. (v) (w) Details of Indian after sales service agency for carrying out post-delivery maintenance /AMC works. Any other relevant document, bidder desires to submit. 1.7.2 Part II : Priced Commercial Bid Priced commercial bid shall be filled online in the price bid format. Schedule of prices also are 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 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 : Unpriced Techno-Commercial Part of the Bid for the Work 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 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 ( https://eprocure.isro.gov.in ). In case 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 : SatishDhawan Space Centre SHAR Indian Space Research Organisation Title of the proposal : Supply of Special Purpose Hauler for SVAB Due date and time of the opening : DD/MM/YYY 5
From (Name of the bidder with address) : To: Head, Purchase & Stores SatishDhawan Space Centre SHAR ISRO, Dept. of Space Govt. of India Sriharikota 524124, SPSR Nellore Dist, Andhra Pradesh, India The deviation statement and checklist shall be filled online, without which the bid will not be considered. 1.2 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 https://eprocure.isro.gov.in. 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 6
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: E4. Schedule of Bidders experience and details of present works being executed are to be filled.. 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 1.1 The tenderer shall remit ` 1,00,000 as Earnest Money Deposit (EMD) in the form of demand draft (DD) with the tender, failing which the tender will not be considered. 1.2 The EMD shall be remitted by a DD from any nationalized bank in favour of Accounts Officer SatishDhawan Space Centre SHAR, payable at SBI, Sriharikota. 1.3 Cheque will not be accepted towards EMD. 1.4 EMD by the unsuccessful tenderer will be refunded after the finalization of tender. EMD shall not bear any interest. 1.5 EMD of the successful tenderer will be refunded after receipt of performance security. 1.6 DD number and other reference details shall be filled on-line, and the original DD shall be sent to Head, Purchase & Stores, SatishDhawan Space Centre SHAR, ISRO, Dept. of Space, Govt. of India, Sriharikota 524124, before the tender due date. 7
G BID EVALUATION 1.1 During evaluation, SDSC SHAR may request bidder for any clarification on the bid or additional documents. 1.2 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. 1.3 Bidder must provide the point by point compliance to the technical specifications along with deviations as per schedule of deviations attached in section E3. The tender will be rejected, if the deviations are not acceptable to the department. 1.4 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. 1.5 The time schedule for completion is given in the proposal document. Bidder is required to confirm the completion period unconditionally. 1.6 If necessary, to arrive at evaluated prices, wherever applicable, loading on total quoted prices shall be done. 1.7 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. 1.8 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. 1.9 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. 8
SECTION-A.1 GENERAL SPECIFICATION 1.0 INTRODUCTION SDSC SHAR invites tenders in sealed covers from reputed firms with proven ability for Supply of Special Purpose Hauler 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. 3.2. SUBMISSION OF TECHNICAL DOCUMENTS Supplier shall prepare and submit to SDSC SHAR for approval of following documents and drawings: 3.2.1. Technical literature & data sheets as requested in the technical specification section. 3.2.2. Design calculations as requested in the technical specification section. 3.2.3. General arrangement drawings of hauler, tow bar, tow hitches. etc. 3.2.4. Details of all the bought out items. 3.2.5. Testing procedure to demonstrate the capacity of hauler at supplier site. 3.2.6. Any other details as requested in this document. 3.2.7. 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. 3.3. DESIGN VERIFICATION, FABRICATION & SUPPLY Supplier shall carry out Design calculation, verification, manufacture, and supply Hauler in accordance with the scope, technical specifications and terms & conditions of RFP document. 3.4. DELIVERY AND STORAGE 3.4.1. Dispatch Instructions given in the RFP shall be strictly followed. 3.4.2. The Supplier shall be responsible for transporting all the equipment to site, unloading and storage. 9
3.4.3. No equipment shall be delivered without obtaining dispatch clearance from SDSC SHAR. 3.4.4. All the equipment shall be properly packed to avoid any damage during transportation / handling / storage. 4.0 INSTALLATION & TESTING 4.1. GENERAL 4.1.1. 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. 4.1.2. 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. 4.1.3. 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. 4.1.4. 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. 4.2. 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. 4.3. SAFETY Supplier shall follow the safety regulations / codes and shall take necessary measures at his own cost. 4.4. 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. 4.5. SITE CLEARANCE 10
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. 4.6. ACCOMMODATION 4.6.1. Accommodation will be provided by SDSC SHAR to Contractors subject to availability on chargeable basis. 4.6.2. Supplier shall make their own arrangement for transportation & canteen facility for all his staff. 4.7. WORK PROGRAMME Supplier shall prepare a detailed programme schedule for review / approval by SDSC SHAR. Supplier as per exigencies of work shall revise and update programme periodically. 4.8. SUB-CONTRACTS 4.8.1. No work shall be sub-contracted without prior approval of SDSC SHAR. 4.8.2. Supplier shall be responsible for the proper execution of any sub-contract placed by him in connection with this purchase order. 4.8.3. Supplier shall furnish to SDSC SHAR the copies of all un-priced sub-orders showing promised delivery dates and places. 4.9. CHANGES AND MODIFICATION TO SPECIFICATIONS, DRAWINGS AND QUALITATIVE / QUANTITATIVE REQUIREMENTS 4.9.1. Supplier shall obtain approval from SDSC SHAR before initiating the action for procurement of bought out items. 4.9.2. During the fabrication review, supplier has to carry out 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'. 11
5.2. Supplier shall submit 3 hard & one soft copy of O&M manual.documentation shall include general description, specifications, operation manuals, maintenance manuals with troubleshooting techniques,spare parts catalogues, design calculations, electrical & hydraulic system schematics, exploded views, drawings, calibration procedures if any, etc. 5.3. These manuals should indicate weekly, monthly and yearly maintenance schedule and other instructions necessary for safe maintenance of equipment. 5.4. Submission of the drawings and manuals shall be a precondition for releasing of any final payment due to Supplier. 6.0 SERVICE TAX Service tax, if applicable shall not be included but indicated separately in schedule of prices (percentage of service tax applicable & amount on which it is applicable) (like for commissioning charges/transportation charges if shown separately).in case the erection and commissioning charges are claimed in FE, the service tax component shall be inclusive. 7.0 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. 8.0 INCOME TAX Income tax at the prevailing rate as applicable and if applicable from time to time shall be deducted from the supplier's bills as per Income Tax Act and a certificate issued (TDS Certificate).If it is a foreign bidder, pl indicate India office/operations with address and PAN details. 9.0 PERFORMANCE SECURITY 9.1. 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. 9.2. 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. 12
9.3. The supplier within 10 days of Purchase Order or signing of Contract, deposit with the Accounts officer, Satish Dhawan Space Centre SHAR, Sriharikota as detailed above by any one or more of the following modes namely i. By a crossed demand draft in favour of Accounts officer, SatishDhawan 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. 9.4. In case of breach of contract, the Performance Security shall stand forfeited in addition to other relief available to the Department under this contract. 10.0 PACKING AND FORWARDING 10.1. The Supplier shall arrange to have all the material suitably packed as per the standards and as specified in the contract. Unless otherwise provided for in the contract, all containers (including packing cases, boxes, tins, drums, and wrappings) used by the Supplier shall be non-returnable. 10.2. All packing and transport charges, transit handling costs, transit risk coverage and transport fees of agents employed at the place of delivery or elsewhere, shall be deemed included in the price to be paid to the Supplier. 11.0 APPLICABLE LAW AND JURISDICTION The laws of India shall govern this purchase order for the time being in force. The Courts of Andhra Pradesh, India only shall have jurisdiction to be with and decide any legal matters or disputes what so ever arising out of the purchase order. 12.0 FORCE MAJEURE Should a part or whole work covered under this purchase order be delayed due to reasons of Force Majeure which shall include legal lockouts, strikes, riots, civil commotion, fire accident, quarantines, epidemic, natural calamities and embargoes the completion period for work, equipment referred to in this agreement shall be extended by a period not in excess of the duration of such Force Majeure. The occurrence shall be notified within reasonable time. 13.0 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: 13
13.1. Supplier 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. 13.2. Break down maintenance should be responded within 48 Hours time and shall be completed within 48 Hours after respond. 13.3. Department will not provide any transport/accommodation. 13.4. In case vendor failed to attend and repair the system within 7 days from the date of reporting the problem, Department will reserve right to forfeiting the BG apart from withheld of any payment payable to the vendor. 13.5. Where defects in items are remedied under warranty, the period for which the warranty operates shall be extended by such period, as the items were not available to SDSC SHAR. Where defect items are replaced by new ones, the full warranty period stipulated in the purchase order shall apply to such replacement items as from the date of their delivery. 14.0 SCHEDULE OF PRICE 14.1. CONTRACT price shall include all costs of Supply of Special purpose Hauler 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. 14.2. 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. 14.3. Price shall be firm & fixed. 14.4. Supplier shall quote the prices similar to price bid format enclosed as Section F1 14.5. The rate quoted shall be on FOR SDSC SHAR, Sriharikota basis. 14.6. 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. 14
14.7. Department is exempted from Customs Duty and Excise Duty on finished products. Necessary Exemption Certificate will be provided by the Department. This may be taken into account while quoting. 15.0 DISCOUNTS Tenderer shall not indicate any discount separately and quoted price should be after deducting the discount. 16.0 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. 17.0 TERMS OF PAYMENTS General guideline TERMS OF PAYMENTS are as indicted below. Any deviation to these payment terms to be brought out. 17.1.1. 30% 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. 17.1.2. 60% of supply cost payment against receipt of complete material at Purchasers / Department site, along with 100% VAT/CST if any. 17.1.3. 10% of supply cost after successful assembly, 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. 18.0 PERFORMANCE BANK GUARANTEE 18.1. 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. 18.2. 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. 19.0 DELIVERY SCHEDULE 15
a. The realization of Hauler within the schedule is very essential. Hence, bidders are requested to adhere to the schedules given below. Hauler as per the specifications of the contract shall be delivered within 8 months for supply from the date of release of LOI / Purchase Order. b. Commissioning shall be completed within six months from the date of supply. The commissioning shall be completed within one month from a mutually agreed date. 20.0 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. 21.0 DISCLOSURE AND USE OF INFORMATION 21.1. If the documents supplied by SDSC SHAR are marked Strictly Confidential, supplier shall take all necessary steps to ensure the same. 21.2. Supplier shall guarantee that all information and data received during execution of Purchase Order from SDSC SHAR shall be classified as confidential within the meaning of the Official Secrets Act and will not be divulged to any third party without prior written permission of SDSC SHAR. All drawings & documents shall be returned after execution of work. 21.3. No publicity of any kind whatsoever regarding this work shall be given without prior clearance from SDSC-SHAR. 16
SECTION B SCOPE OF ENQUIRY AND GENERAL PROJECT INFORMATION 1.0 SCOPE OF ENQUIRY 1.1 The scope of this enquiry covers the preparation of design, manufacture, inspection and testing of at BIDDER s and/or his SUB-VENDOR s works, packing, forwarding,transportation from place of manufacture to site, unloading and storage at site, erection, commissioning and performance testing at site for Special purpose Hauler and its associated accessories. 1.2 It is not the intent to specify completely herein all the details of design, construction of the equipment, erection, commissioning and testing requirements. However, the component / assemblies / equipment shall conform in all respects to high standards of engineering design and workmanship and be capable of performing in continuous commercial operation upto the BIDDER s guarantee ensuring high degree of reliability, ease of operation and maintenance of the equipment in a manner acceptable to the Department who will interpret the meaning of drawings and specifications and shall be entitled to reject any work or material which in his judgement is not in full accordance therewith. 1.3 The extent of supply under the contract includes all items shown in the drawings, notwithstanding the fact that such items may have been omitted from the specifications or Schedules. Similarly the extent of supply also includes all items mentioned in the specification and/or Schedules, notwithstanding the fact that such items may have been omitted in the drawings. 1.4 In the event of conflict between requirements of any two clauses of the specification documents or requirements of different codes/standards, specified, the more stringent requirement as per the interpretation of the Department shall apply. 1.5 All necessary co-ordination with regard to sub-contracted equipment shall be carried out by the BIDDER. The Department will communicate only with the BIDDER for all matters pertaining to this contract. 2.0 PROJECT INFORMATION 2.1 Project Title : Second Vehicle Assembly Building (SVAB) 2.2 Location of Plant : Sriharikota, AP 2.3 Elevation : 3.2 m 2.4 Access to Site : Road From North of Chennai is apprx. 100 km. From East of Sullurpeta in Nellore dist is approx. 28km. Rail: Chennai Vijayawada rail track line. 2.5 Terrain : Uneven with level varying significantly. 17
2.6 Climatic Conditions a) Temperature Mean of daily max : 42.2 0 C Mean of daily min. : 11.8 0 C Maximum Temperature : 44.6 0 C i. Design ambient temperature : 45.0 0 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 i. Annual average maximum : 1331.3 mm 2.7 Wind Load a) Basic wind speed : 65 m/s (Enhanced by a factor 1.3) 2.8 Seismic Data : As per IS:1893 latest issue Zone : Zone III 18
SECTION C SPECIFICATIONS FOR SELF-PROPELLED SPECIAL PURPOSE HAULER 1. BACKGROUND INFORMATION A Second vehicle Assembly Building (SVAB) is being realized at Satish Dhawan Space Centre SHAR (SDSC SHAR), Sriharikota, 100 km north of Chennai. SVAB is a 96 m tall concrete building housing various platforms, doors, EOT crane, assembly towers, etc. for integration of launch vehicles. After completion of launch vehicle assembly over Mobile Launch Pedestal (MLP) on a bogie, it is hauled to Second Launch Pad (SLP) for launch. A curved track connects the SVAB to SLP. The bogie moves on a twin rail track system of CR 171/ MRS85 rails over concrete foundation. Maximum weight of the payload to be hauled is about 2305 t. MLP + bogie is shown in the sketch. 2. DESCRIPTION OF SPECIAL PURPOSE HAULER The road hauler is used for hauling the bogie which moves on rail track with MLP & Launch vehicle kept over the bogie. Hauler moves on the concrete/tarmac paved road between the tracks. Hauler is to be connected to bogie by suitable tow bar The hauler shall be of hydrostatic driven type, whose hydrostatic motors fitted directly to wheels with hydraulic pumps driven by diesel engine. Alternatively hydrostatic motor fitted in between the standard gear train of gear box and final drive with Power Take-Off (PTO) driven hydraulic pumps also is an acceptable option for the hauler. The drive system shall have suitable electronic control system for regulating the speed, acceleration/deceleration, braking, steering. The power source for hauler shall be suitable capacity water cooled diesel engine. The hydrostatic drive system shall act as dynamic brake during MLP hauling operation without jerk and mechanically operated parking brake during parking and pneumatically operated brake suitable for high speed operation during regular transportation or non-hydrostatic motor operation. The removable type ballast weight required for road adhesion to transfer necessary traction to road has to be aesthetically positioned on suitable platform. 19
3. SCOPE OF SUPPLY The scope of supply covers the general requirements for design, manufacture, inspection and testing of Hauler at CONTRACTOR S works, packing, forwarding, transportation, transit insurance, delivery at site, testing, commissioning at site and carrying out performance testing of the equipment, materials and services as stated in this Specification and other documents. This includes necessary interface with payload and other mentioned requirements below at SDSC SHAR site. 4. TYPE & CAPACITY a) Hauler shall be Self-propelled, multi axle, Hydrostatic motor driven, movable on road with pneumatic tires and powered by a suitable capacity diesel engine meeting Indian emission norms applicable. b) The hauler can be a Standard multifunctional truck having hydrostatic mode for MLP hauling and gear driven for other material handling works (or) a Self Propelled Unit (SPU). c) It is preferred to keep the engine and hydraulic system under chassis to save the space on the platform for ballast provision, hence reduction in the length of vehicle in case of SPU. d) The hauler shall be capable of hauling the payload of 2305 t kept on rails at controlled speed with hydrostatic function, in pull or push mode, and forward or reverse direction. e) The primary function of the hauler is for towing the heavy payload on rails, hence the chassis and its frame shall be designed for the rated towing capacity in push and pull mode with tow bar hitch provisions both in the front and rear. f) The required tractive force is to be arrived with all tractive resistance applied on bogie like Gradient, Max wind forces, Rolling resistance, Inertia acceleration, Rail flange resistance, Track curve resistance, are at their peak. Also, tractive resistance of self weight of Hauler needs to be considered additional. 20
g) The minimum traction capacity of the hauler required is 38 t (372KN) or above. However, it is the responsibility of the supplier to calculate the traction requirement and design the hauler and demonstrate the function as per the requirements at SDSC site. h) The maximum permissible axle/ axle line load during the hauling is 30 t at the max traction capacity and its ballast weight. Limitation on one pendulum axle (i.e. on any one side of axle) is 15 t during the hauling operation. i) The tenderer has to submit the design calculations along with offer. 5. DESIGN CRITERIA FOR TRACTIVE EFFORT Hauler design is to be verified for tractive effort considering the following design inputs in both push/pull mode. a) The minimum traction capacity of the hauler required is 38 t (372 kn) b) Maximum payload moving on twin track rails is 2305 t. c) Inertia force with max.acceleration and deceleration of 0.03 m/sec 2 d) Vehicle speed range of 0 to 20m/min during launch vehicle hauling in Hydrostatic mode. e) Wind resistance acting with max.wind speed of 18m/sec on MLP with AUT and Launch vehicle frontal area of appr 417 m 2 (drawing enclosed) f) Gradient resistance due to 1.46 meter in 692 meter existing in the rail track between SVAB to UT (UT at higher elevation) g) Curvature resistance due to 600 m radius curvature of rail track. h) Friction due to 32 wheel Bogie moving on rail, with single flange steel wheel of dia 1.00 m & tread 101mm with CR 171 rail & taper roller bearings of 300mm dia on the hubs. i) The hauler resistance due to self-weight including ballast is also to be considered. j) Traction shall be sufficient even on wet pavement conditions. The bidder has to submit the tractive effort calculation for the Hauler along with Bid. Functional test shall be carried out successfully at SDSC site. 21
6. SPEED CONTROLS a) Essential operating speed range of the Hauler with rated payload during launch vehicle hauling in hydrostatic mode is 0 to 20m/min with max. acceleration/deceleration of 0.03m/sec 2. b) No load speed can be more than 5 kmph. (i.e. other than MLP hauling) c) Speed in hydrostatic mode shall be infinitely variable /selectable by the operator in the operating range in the MLP hauling mode with above acceleration/deceleration limit, without stopping the vehicle in between the hauling operation, without any jerks. d) There shall be selection provision to select the speed with an increment of 1 m/min in the operating range with above acce/deceleration limit. e) The dash board shall have digital display instrument showing the speed in m/ min and km/h. f) Operator control shall be designed fatigue free, as the operation takes place for a period of min. 3 hrs. 7. OPERATIONAL REQUIREMENTS a) The hauler shall be capable of positioning the MLP within ± 5mm along the track at SVAB & UT destinations (end points). b) Considering the critical nature of operation, suitable electronic drive control system is to be designed with like direct control of pump or auto mode for more precise acceleration and speed without causing any kind of jerk to the payload and also for accurate positioning. c) Speed selections with above acceleration/ deceleration limits shall be offered with electronic controls & buttons in the driver cabin for precise movement and stoppage of hauler. d) In MLP hauling mode, the hauler has to work essentially at operating speed range of 0 to 20m/min (i.e 1.2 kmph) for a minimum period of three hours continuously. Hauler shall have robust systems like engine, hydraulic system, transmission, etc designed such that overheating or any such issues does not occur. e) The hauler has to negotiate the gradient exists in the track and also to pass over the rail crossings laid on same level during MLP hauling mode. Hence, the hauler design shall be 22
with adequate reserve capacity. For unladen condition, it is expected a standard 1: 10 slope has to be negotiated. Bidder has to clearly indicate the max gradient at various speed and load, the hauler can negotiate. f) The operating mode of the hauler shall have manual mode or Automatic mode with selection of speed by joystick/buttons etc. Auto drive mode with suitable safety interlock during high travel time is preferred to avoid operator fatigue. g) Hauler shall have a suitable capacity water cooled diesel engine, meeting latest Indian emission norms applicable to our location. h) Hauler shall be suitable for both push or pull mode, with same towing capacity in both modes. i) The hauler steering has to be equipped with Hydraulic power assistance. j) Hauler shall operate in ambient conditions of 15 deg C to 45 deg C with 99% RH. k) Suitable maintenance free suspension system with damping arrangement for hauler is required. l) Hydrostatic drive shall be designed for Hydraulic anti-skid devices with protection against hydraulic motor over speed. m) If the vehicle drive consists an electronic control system, redundant microprocessor shall be considered. n) Electronically controlled diesel engine with self-diagnosis of troubles, alarms and recording facility shall be offered. o) Operator panel in the cabin shall contain controls for speed, steering, direction, brake, etc. It shall contain monitoring stations for engine, hydraulic system, speed etc. p) The broad technical details with design configuration for meeting the above requirements are to be submitted along with the offer. q) Preferred 24V or less DC electrical system. It has to be indicated in the offer. r) Adequate fuel tank capacity to meet minimum of 4 hrs operation. 23
8. BRAKING SYSTEM a) Braking of Hauler during MLP hauling shall be achieved progressively by decelerating the Vehicle by control of Hydrostatic drive within the max allowed deceleration rate specified above. b) Suitable capacity parking brakes fitted integral to hyd.drive motor/travel drive gear box (or) to pneumatic system for hauler shall also be provided. c) If the parking brakes can not act as redundancy for hydrostatic braking, minimum capacity Pneumatic service brakes for the operating speed range of MLP hauling are required with specified deceleration rate of 0.03m/sec 2. d) No brakes are provided for the bogie. e) Brake design calculations shall be made and submitted. 9. DIMENSIONS a) The width of the hauler shall be about 4.5 m. and designed as compact as possible. Lateral stability under all proposed conditions has to be ensured. b) The length of the hauler shall be about 12m and designed as compact as possible for easy maneuvering. It is preferred to keep more drive axles out of total number of axles which may keep the hauler more compact with minimum brake axles sufficient for rated towing speed. c) Ballast weight has to be uniformly positioned according to axle ratings. d) Height of the platform with ballast shall be kept as low as possible for driving and suitable for towing of payload. e) Tow bar connection is required at the front and rear face and not on the top of platform. Schematic showing the height from ground shall be submitted along with the offer. 10. BALLAST WEIGHT a) Supply of ballast is not under this scope of supply. b) The supplier has to design the size/shape with Steel (or) Reinforced concrete and submit the detail drawings for the ballast and its holding arrangement. 24
c) The holding /clamping arrangement for the ballast on Hauler platform is included in the scope of this supply. d) Provision shall be made in Hauler for the mounting of ballast to achieve the required road adhesion to transfer necessary traction even in wet conditions. The bidder shall specify the ballast weight required for the hauler in his bid. The ballast material may be either concrete or steel. SDSC SHAR shall arrange for the ballast at site, at the time of commissioning. e) Any deadweights / ballast weight shall be contained within the width and length of the hauler. f) The ballast weights shall be designed to be of incremental type and shall be compact and removable using forklifts/ cranes. g) Ballast arrangement shall preferably be of least height so that the rear view of the driver through the cabin is not restricted by the ballast. 11. DRIVER CABIN FEATURES REQUIRED a) Sound proof driver cabin above the platform/chassis at the front to accommodate two crew members with two lockable side doors, access handles with cabin suspension. b) The size of two member cabin is appr 2.5m (l) x 1.5 m (h) x 2.1m (w). c) Complete air conditioned cabin with climate controls. d) All around visibility with bigger windscreen/windows at front and rear fitted with Safety glasses. e) Ergonomically designed, cushioned seat and head rest, adjustable in all directions with suspension, with 180 deg swiveling arrangement for back up drive for both crew member seats. f) Easily accessible controls and display units with non-dazzling instrument lighting, showing all vehicle parameters with warning system for any malfunctioning or failures of engine, transmission system. g) Rear view Camera and monitoring system in the driver cabin. SONY or equivalent 1.4 color CCD &TFT/LCD monitor 7 quad cam, three cameras (each one at front and rear and to view 25
road marking), independent control lines (trigger), integrated microphone, 9 integrated IR LEDs, automatic day/night sensor,110 deg viewing angle, IP 68 etc.,336960 pixel. h) Electrical battery cut off switch in the cabin. i) Two Rear view mirrors, Wiper for windscreen with washer, Sun visor. 12. TOWING SYSTEM a) Supply of Tow bar and tow hitches on front and rear of the Hauler and MLP with accessories are in the scope of the supplier. b) The pulling/pushing system (tow bar) is to be specifically designed for this purpose for the required draw bar pull, both pull and push operation and supplied along with hauler. c) It is the supplier responsibility to design the light weight, rigid tow bar like A type frame with hollow section, (or ) single bar type suitable according to the chassis frame of the vehicle proposed. The minimum length of the tow bar required is 2.5 m. The actual length shall be decided during detail design. d) Tow bar, hitches connection shall have to be designed with necessary bearings as required at the hinge points to avoid slackness/excess clearance in eye pins which may result in jerks/vibrations during towing operation due to road undulation or speed variations. e) If the tow bar is a customized one, it has to be designed for the rated load in pull /push mode. The design calculations and testing procedures have to be submitted. f) Tow bar connection is to be positioned at the front/rear face and not on the top of platform. Schematic showing the height from ground shall be submitted along with the offer. g) Hauler shall be fitted with tow bar hitches on front and rear, preferably with standard hitches of brand like Rockinger, Ringfeder, Jost etc. and a standard tow bar for the towing (pull/push) payload of 2305 t on rail. h) The same capacity hitches Three Nos. has to be supplied for mounting on the front and rear of Payload bogie additionally. ( Total hitches required is Five) If the tow hitch is in built in the hauler frame fabrication, only additional 3 Nos of hitches are to be supplied to fix onto the bogie.type of hitch has to be submitted along with offer. 26
i) The structural arrangement to fix the tow hitches on the bogie shall be done by Purchaser. j) The tow bar shall have a vertical supporting leg with rubber tyre/wheel, and height adjustment setup like pneumatic/hydraulic cylinder or an equivalent hoist system. This is required to handle the tow bar during assembling/ removing operation and also to lower/raise the tow bar eye to suit the tow hitch pin due to heavy weight of tow bar. The actual location and size shall be decided during detail design. k) The chassis frame/platform needs to be designed for pushing/pulling operation of the rated towing load. l) It should be possible for the tow bar system to disassemble and reassemble it on the front and rear of the vehicle without any difficulty. m) The design and size of tow bar/hitches are to be calculated according to the load and submitted. n) Schematic drawing showing the tow bar position with hauler and MLP has to be enclosed in the offer to verify the MLP frame for hitch mounting position. 13. EQUIPMENTS AND SERVICES TO BE PROVIDED The Equipment & Services to be provided by CONTRACTOR shall be inclusive of but not limited to the following items: a) Supply of Hauler (1 No.) and associated accessories. b) Hauler shall have all the standard electrical fittings like Head lights in both ends, Direction Indicators, Back-up light, High volume horn, Starter batteries, LED emergency warning lights, and Roof bar LED light above the cabin, Battery Isolation switch, Flame retardant safety enclosure for Battery compartment, Four working lights under the platform (two in front and two in rear), additional electrical tapping provision with fuses. c) Emergency stop button in the cabin and also on the four exterior corners of the vehicle with an extension line to MLP bogie. d) Exhaust pipe shall be fitted with spark arrester to eliminate sparks from engine exhaust. e) Fire extinguisher in the cabin 2 kg DCP type 27
f) 2 No s ISO palm couplings for compressed air supply and outlet for high pressure hydraulic fluid. g) Portable hand operated Hydraulic jack for lifting the max.rated axle. h) Two Nos Spare tyre with rim. i) Any other spares/accessories required for the operation of the hauler. j) Supply of Tow bar system for Hauler. k) Supply of Towing Hitches on Front and Rear end of the Hauler (2 Nos.). l) Supply of Towing Hitches on Front and Rear end of the Bogie (3 Nos.). m) All the fasteners for the tow bar/ Hitches set. n) Painting of all equipment and accessories. o) Shop assembly, Inspection & Testing, Packing & Forwarding, Transportation to site, and Unloading at site. p) Commissioning & Performance testing of Hauler at site. q) First fill of oil, grease, lubricants consumables, spares etc. as required during start up and commissioning operations. r) One set of critical recommended spares for 2 years of trouble free operation. (BIDDER shall list the recommended spares and furnish the unit rates separately) The spares shall be packed for long storage) s) One set of standard set of tools and tackles which compulsorily includes Hub removal/fitment spanner, Hyd. pressure gauges with hose kit for hydraulic system. (BIDDER shall list the recommended Maintenance Tools and Tackles and include the same in base price) t) Training of PURCHASER s personnel. 14. GENERAL REQUIREMENTS a) The hauler shall be designed with criteria of minimal maintenance. Hauler shall have electronic self-diagnostic facility. 28
b) Hydraulic system shall be robust with high capacity oil cooling system, filters, etc. All accessories for the hydraulic system like gauges, special tools for maintenance, health monitoring system, etc. shall be included in the offer. c) All pipe lines for fuel/hydraulic shall be galvanized/chromatised. d) Safety features against hose ruptures and other component failures is required. e) The loading platform shall be covered with steel plates completely other than removable inspection covers. 15. PAINTING (scheme preferred) a) Surface preparation of steel frame- shot blasted SA 2.5 (ISO 8501-1), b) First coat- two component primer coat appr 50μmDFT, with Zinc Rich primer. c) Second coat - two component intermediate coat appr.50μmdft, d) Top coat - two component coat appr. 40μmDFT, PU finish e) Total thickness appr. 140 μm DFT, f) Colour scheme standard (or) as per SDSC preference, Wheel rims Silver. 16. OPTIONAL ACCESSORIES. (TO BE QUOTED SEPARATELY WITH TECHNICAL DETAILS) a) Cable remote control for the hauler with required essential controls for hauling operation like engine, steering, braking, speed, lights, emergency stops, supervision of major conditions. Etc. The option of buying this item rests with the purchaser. b) Annual maintenance charges shall be quoted for periodical preventive maintenance and to attend breakdown maintenance if any for a period of 5 years after expiry of warranty. 17. DOCUMENTS/DETAILS TO BE SUBMITTED ALONG WITH OFFER a) All the documents and drawings are to be in English only. b) Design calculations of the hauler for meeting the required tractive effort and other technical parameters like acceleration/deceleration etc. as per above specifications. c) Detailed configuration of hauler proposed with specifications such as Engine, Transmission, clutch, chassis, No. of axles, axle load, tyres in each axle, tyre size, No. of drive wheels, 29
electrical aggregates, vehicle dimensions, Turning circle dia, Gross vehicle weight, Dead weight, Performance data, Aggregate filling capacity,etc. shall be submitted along with the offer. d) Technical details of hydraulic system including details of Hydraulic pump, Hydraulic Motors, Oil cooling system, Filtration, Hyd.oil, Control system, Operator interface at Cabin., Plumbings. e) Details of electronic control system design for achieving the desired operating speed range with specified acce/deceleration rate. f) Design Calculations of Hydro static drive system to deliver the usable tractive effort using Engine/Hyd.Pump /Motor/Gearbox/Wheel drive/wheels data. g) Power calculations for Diesel engine to drive Hydrostatic mode/normal mode. h) Performance diagrams of velocity/te, speed/torque ratio, efficiency etc., and climbing ability in different speeds/loads in slopes, and General Diagrams of Steering system configuration, Electrical system schematic, Vehicle Dimensions, Ballast size & position. i) Braking calculations to meet the braking of BOGIE with MLP on rail wheels by using the effort of Hauler in hydrostatic motion at operational speed and pneumatic brakes mode for other operations. j) Detailed specifications of the all the bought out items like engine, gear box, Power take off with OEM data sheets. k) Details of brand, model, technical data sheet, calculation sheet and drawings of Towing hitches and anchorages in the front and back of the hauler for the rated load. l) Details of brand, model, technical data sheet, calculation sheet and drawings of Tow bar which shall be suitable for pushing and pulling operations of the rated payload. m) Codes, Standards and guidelines followed for the design, manufacturing and quality management of the hauler. n) Schematics of the hydraulic system shall be submitted along with the offer with specification of components. o) Detailed Quality assurance plan shall be submitted for the hauler. 30
p) List of critical and long lead spares required for trouble free operation of hauler for two years with details like make, model no., cost, etc. q) Details of free standard accessories to be supplied along with vehicle, and any suggested optional items with rates. r) The above list of documents is indicative and not exhaustive.the bidder shall submit documents as specified in various sections of this specification and also as per the specific instructions of the purchaser. 18. INSPECTION, TESTING & TRAINING a) No load, Full load and over load test shall be carried out at rated speed before dispatch. The party shall indicate % of over load allowed for towing and on the hauler. b) Supplier has to inform the test plan/methodology to demonstrate tractive effort capacity of the hauler at supplier premises along with the offer. c) Other road performance tests and inspection of the hauler is to be carried out at the premises of the manufacturer prior to dispatch. Representatives of the purchaser will be present to witness the tests and accept the hauler for its capability. d) Pre-delivery inspection shall be carried out at supplier s end before dispatch. TE/Draw bar pull of designed capacity shall be demonstrated during pre-delivery inspection. e) No load, Full load, and overload test shall be carried out at rated speed before dispatch. f) Training for operation and maintenance shall be provided to inspection team at manufacturer site and SDSC SHAR at free of cost. g) At the time of inspection and testing at suppliers works, test loads, labour, tools /instruments shall be arranged by the party. h) Contractor shall furnish calibration certificates for the instruments to be used for testing at shop and site. i) The supplier shall intimate the purchaser at least 8 weeks in advance the readiness of hauler for inspection and testing. j) Purchaser shall have right to inspect the hauler at any stage of fabrication and get clarifications on the design, fabrication and testing of hauler. 31
19. COMMISSIONING AT PURCHASER S SITE: a) The tenderer shall depute his representative to commission the hauler at Sriharikota. b) Functional test shall be carried out at SHAR. c) If any minor modifications required during testing/assembling / commissioning at our site, the same shall be carried out free of cost. Test loads, testing support etc. shall be provided by the purchaser. d) The tenderer shall provide operation and maintenance training to our staff at our site, free of cost. Audio /video presentation shall be provided. Training material shall be supplied during training. e) 3 sets of all the documentation related to the hauler shall be submitted along with the delivery and a soft copy in DVD form. Documentation shall include general description, specifications, operation manuals, maintenance manuals with troubleshooting techniques, spare parts catalogues, design calculations, electrical & hydraulic system schematics, exploded views, drawings, calibration procedures if any, etc. SECTION D : Enclosed along with tender: a) Projected area for wind resistance. b) Hauler concept 1 & 2 32
SECTION E1 SCHEDULE OF PRICES & GENERAL PARTICULARS 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 requirements stated in the various sections 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. The unit rates shall be valid for both upward and downward variation in quantities. 4. The quoted price shall be price in Indian Rupees for design, preparation of drawings, 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. Bidder shall note that the prices quoted for items shall include for start-up & commissioning spares also. 6. Total price for recommended spares shall be provided by the BIDDER and details of prices for recommended spares shall be filled up by the BIDDER separately in price bid. 7. Department reserves the right to accept/reject the essential maintenance tools & tackles and Start-up spares proposed by party as a whole /partially. 33
SCHEDULE OF PRICES (un priced bid format) Sl. No. Item description Quantity Unit Rate (currency) Remarks 1 Supply of Special Purpose Hauler as per technical specifications. 1 No 2 Complete Towing bar assy. 1 No 3 Tow Hitch with fasteners 5 sets 4 5 6 7 Cable remote control for the hauler, if provision available (optional item) Critical & long lead spares for two years (list w/unit price to be enclosed in sealed cover) Sales tax /any other tax for the above Shipping/Transportation charges, if any 1 set 1 lot Shipment by ship only 8 9 Service tax on transportation charges, if any Commissioning charges at Sriharikota (in addition to Sl No 1) 10 Service tax (on commissioning charges ) 34
SECTION E2 BID QUALIFICATION CRITERIA FOR SUPPLY OF SPECIAL PURPOSE HAULER Bidders who are qualifying / meeting following Technical and financial criteria are eligible to participate in the bid for supply of Hauler. 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 a manufacturer of the specific brands of KAMAG, SCHEURLE, NICOLAS, COMETTO, GOLDHOFER, TITAN SF (or) an authorized dealer with valid dealership agreement for the above mentioned brands. 2. The firm shall have facilities for manufacturing and testing of the hauler. 3. Party shall have after sales/service facility/ agency operating in India. B. Financial Qualification Requirements: 1. The Bidder shall have sound financial background to execute the order. 2. IT/ TDS certificate shall be submitted with Loss & Profit for last three years 3. Bidder shall submit audited statement of financial statements for last three years. C. The following documents shall be submitted along with the Technocommercial bid for prequalification of Bidder. 1. Firm establishment certificate and nature of work. 2. Details of work of similar type completed during the last seven years ending with 31.07.2015 3. Satisfactory work Completion certificates from the clients, with the work o r d er c o pies. 4. Documentary evidence (Technical details &. Drawings as per Section -C) for fulfilling special technical conditions as per the RFP document 5. Copy of audited Balance Sheets for last three years. 6. Income tax / TDS certificates for last three years. 7. Current Solvency Certificate (OR) Bank customer standing/global credit from banks for foreign parties. 8. Structure and Organization chart. 35
9. List of personnel with qualification &. experience in the firm in the areas of design, production, quality, safety, administration etc. 10. List of Machinery & Equipments to be used for the work. 11. Details of Indian Branch/office of the party if any, with address and income tax PAN details. 12. Name of after sales - service agency in India to undertake the warranty repairs and annual maintenance contract, repairs, break downs post warranty. 13. List of standard tools and list of critical spares (details as per Section C -13 Equipments and services to be provided) D. Bid Selection Procedure and Process of Pre-Qualification 1. Short listing based on documents submitted, satisfying the all eligibility criteria given above by the firm or individual along with their Bid / application. (Non-submission of any document as given in above list within stipulated time leads to rejection of Bid). 2. Subsequently Bidder's competency, their technical achievements and financial status will be evaluated suitable for this project. 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. 36
SECTION E3 EXCEPTIONS AND DEVIATIONS In line with Proposal Document, Bidder may stipulate Exceptions and deviations to the Proposed conditions if considered unavoidable. SlNo Reference in Specification Page Clause no no Dept. Specification Offered Specification Deviation 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. 37
SECTION E4 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 expedious technical /commercial co rordination Telephone No Fax No Email 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 38
SR. NO. DESCRIPTION in writing (Pl. enclose copies) 14. Quality certification of the company for manufacturing the hauler 15. Indian Branch details with IT 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 17. Orders executed during last three years, mentioned. (Separate sheet can be attached). 18. Shop floor area covered 19. No. of employees (Supplier shall mention contract personnel separately) Engineers Supervisors Technicians Quality control engineers Administrative Staff. 20. Handling facility available: 21. Performance testing facility Available: 22. Details of inspection facilities / Instruments available ( Brief description & specifications shall be provided) 23. Design Software s available Drafting & modeling software packages FEM software Other softwares Design Engineers ( with qualification & experience) 39
Sl no 1. 2. 3. 4. SECTION E5 CHECK LIST FOR BID SUBMISSION 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 Earnest Money Deposit are enclosed in technical bid and scan copy is uploaded in e-procurement portal. The detailed scope of work and technical specifications are understood and price was quoted accordingly. Response by supplier Yes / No Yes / No Yes / No Yes / No 5. Confirmation that the quoted prices are firm and fixed till the completion of scope of work. Yes / No 6. Validity of Offer is 4 months (minimum). Yes / No 7. Vendor Evaluation Format is attached Yes / No 8. 9. 10. List of Customs Duty Exemption Certificate (CDEC) items are submitted for providing CDEC by Department. List of Excise Duty Exemption Certificate (EDEC) items are submitted for providing EDEC by Department. Service Tax 14 % or at the prevailing rates (If not mentioned it will be assumed that the price quoted are inclusive of taxes). Yes / No Yes / No Yes / No 11. VAT/CST to be indicated in percentage (if not mentioned it will be assumed that the price quoted are inclusive of taxes). 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 40
19. 10 % 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. Yes / No 20. 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 21. Liquidated Damages 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 24. All the forms in Section E1 to E5 are filled Yes / No 25. Are all data sheets duly filled in and submitted in offer Yes / No 26. Technical documents / drawings are attached along with technical bid Yes / No 41
ISSUE REVISIONS DRN CIVIL ELEC I&C CLEARED APPD DATE CONSULTING ENGINEERS LIMITED MUMBAI
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.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-mail ID : hps@shar.gov.in, hasan@shar.gov.in, sselvan@shar.gov.in 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 16.03.1995 as amended by Notification No. 15/2007 dated 01.03.2007 and as amended by Notification No. 07/2008 dated 01.03.2008 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 01.04.2007, 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 17.03.2012. This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers. 9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period. 11.Security Deposit Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party
shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period. 13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly. 15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself. 19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS The Tenderer should submit the following documents/information while quoting:- a)foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual interest in the business. c)registration and item empanelment of the Indian Agent. d)agency Commission will be paid only Indian Currency. e)compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk. b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c.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.