भ रत सरक र अत 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 8623 225023 Telephone: +91 8623 225023 फ क 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/15/2015-16 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 05 Ref. No. Description Qty. Tender Fee Services Contract for Cooking Services at SDSC SHAR Canteens for a period of 24 months from 24 01.04.2016 to 31.03.2018 Months SHAR SC 2015 00 3200 e-procurement [Two Part basis] SHAR SPROB 2015 3223 e-procurement [Two Part basis] SHAR RO 2015 00 3575 e-procurement [Two Part basis] SHAR LSSF 2015 00 3595 e-procurement [Two Part basis] SHAR SC 2015 00 3663 e-procurement [Single Part basis] Fabrication, Testing and Supply of Flush Button Valves Comprehensive maintenance contract for network products, servers, workstations, laptops, SNMP manageable UPS and other network storage accessories for the period of Two years from 01.04.2016 to 31.03.2018 Design, Engineering, Fabrication, Testing and Delivery o 30KL Liquid Nitrogen Mobile Tanker Mounted Integrally on semi-trailer to SDSC SHAR Work Contract for management of Horticultural and Forestry works of EF & HD at SDSC SHAR for a period of 24 months. 20 Nos. 1 Lot 1 No 24 Months No Tender fee shall be applicable for tenders submitted through EGPS Last Date for downloading of tender documents : 14.03.2016 at 16:00 hrs. Due Date for submission of bids online : 14.03.2016 at 16:00 hrs. Due Date for Bid Sealing on : 14.03.2016 at 16:01 hrs. to 14.03.2016 at 17.30 hrs. Due Date for Open Authorization : 14.03.2016 at 17.31 hrs. to 16.03.2016 at 17:00 hrs. Due Date for opening of tenders : 17.03.2016 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 14.03.2016 at 1600 hrs. and last date for submission of tenders on line 14.03.2016 at 1600 hrs. and Tender Opening on 17.03.2016 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: 29.01.2016 1 HEAD, PURCHASE AND STORES
SUPPLY OF 30 CU.M LIQUID NITROGEN MOBILE TANK TECHNICAL SPECIFICATIONS: Scope: Design, engineering, fabrication, testing and delivery of 30 Cu.m liquid nitrogen mobile tanker mounted integrally on semi trailer to SDSC, SHAR. 1.0 Technical Specifications: 1.1 Type Horizontal double wall Tank, cylindrical configuration mounted on semi trailer and with integral valve unit. (Hauler is in purchaser scope) 1.2 Volume 30 KL 1.3 Medium Liquid Nitrogen (LN2) 1.4 Quantity 1 No. 1.5 Ullage Volume 5% 1.6 Cleanliness Oxygen clean standard 1.7 Evaporation loss when LN2 is filled to 90% capacity Percentage of evaporation less than 0.20% per day(at ambient temperature of 300K and tank at atmospheric pressure) Inner Vessel 1.8 Design Code ASME Sec.VIII,Div.1. Wherever other codes are employed, design calculations as per ASME Sec.VIII,Div.1. also shall be furnished duly approved by TPI. 1.9 Operating pressure /MAWP 10 Bar (g) and shall with stand vacuum to a level of 1 X 10E-3 torr 1.10 Design pressure kg/cm2 (1.25 x MAWP + vac+ Static Head) 1.11 Design Temperature 77K to 423K 1.12 ND Test 100% Radiography for all butt weld joints 1.13 Shell Material: Stainless Steel SA 240 Grade SS 304L/316L as per ASTM or equivalent. Plates which are selected for the fabrication shall be of 100% UT tested for detecting defects like laminations and surface/ internal cavities etc., prior to its use. Cold/Hot stretch formed materials are not allowed. 1.14 Heat treatment Solution annealing to be done. Cold impact strength tests shall be carried out on all materials subjected to LIN medium. Page 1 of 21
Outer Vessel 1.15 Design code ASME Sec.VIII,Div.1 Wherever other codes are employed, design calculations as per ASME Sec.VIII,Div.1. also shall be furnished duly approved by TPI. 1.16 Operating pressure 1.0 Bar (g) & vacuum of 1 X 10-3 torr 1.17 Design temperature 253K to 343K 1.18 Radiography /UT 25% for all butt joints 1.19 Shell Material & corrosion allowance over and above the design thickness 1.20 Insulation & Vacuum for tanks Carbon Steel SA516 Gr 70 or equivalent with 3mm corrosion allowance Cold/Hot stretch formed materials not allowed. Multi layer insulation of Aluminum Mylar with glass fibre spacer paper are similar. Other insulations such as perlite not allowed. Level of vacuum shall be 1 X 10-3 mm Hg. The selection of materials and quantity of adsorbents shall be in such way that no restoration/regeneration of the absorbent is necessary for a duration of 5 years. 1.21 Piping circuit All the piping circuits (pipes, valves,check valves, filters including PBU ) shall be designed for 10 Bar (g) operating pressure. The valves used for cryogenic service shall be of bellow sealed construction. Preferred make: SA Ireland/Velan/ CPC Cryolab/cryogenmash/RDIME. 1.22 Protection of Material All the materials shall be degreased before chemical passivation. The inner and outer vessel shall be chemically pickled and passivated. All exposed support materials shall be shot blasted and painted(primer coat of 125-150 micron DFT and finish coat of 50-60 micron DFT). 1.23 Thermal Treatment of Materials 1.24 Operation life More than 20 Years For all pressed/formed items like dished ends, solution treatment shall be carried out. Page 2 of 21
Semitrailer specifications: 1.25 Capacity 30 Cu.M Liquid Nitrogen Mobile Tank specifications Payload carrying capacity shall be to meet the tanker with 100% load and following combined load combinations. Longitudinal acceleration 2 g Transverse acceleration 2 g Vertical acceleration 1.5 g up and 2 g down (including self weight) 1.26 Operating Speed 60kmph Under No Load and 40 kmph with full load 1.26 Operating environment 1.27 Prime mover to be used by user Operating Temp 10 deg. C to 50 deg. C Relative Humidity - 95% 1. Ashok Leyland Hippo Hauler Model: 1/13 of Wheel Base 3810mm, King pin Off set 381 mm 2. Ashok Leyland Hippo Hauler Model: 1/4 of Wheel Base 3810mm, King pin Off set 381 mm 3. VOLVO Make FM 400 model heavy duty hauler of Wheel Base 3885 mm, King pin Off set 385 mm 4. VOLVO Make FH 520 model heavy duty hauler of Wheel Base 3885 mm, King pin Off set 385 mm 5. AMW make 4923-3850 WB 6 X4 TRACTOR of 375 mm king pin Offset. 6. TATA make Prima LX 4923.S model, heavy duty hauler of 3890 mm Wheel Base & 385 mm king pin Offset. (Hauler is in purchaser scope) 2.0 PIPING AND INSTRUMENTATION SCHEME: The Piping and Instrumentation scheme shall be as per enclosed P&I diagram which includes Liquid fill/drain circuit & Liquid delivery circuit with centrifugal pump Pressurisation circuit Safety and venting circuit Pressure and level Measurement circuit: Vacuum Monitoring circuit Page 3 of 21
2.1 LIQUID FILL/DRAIN CIRCUIT: Towards filling & passive drain of LN2: a) To fill/drain the vessel with LN2, a 50NB line with manual isolation valvevm2 shall be provided. The valve shall be bi-directional valve for ensuring minimum pressure drop. The end of the line shall be terminated with 50NB 300# flange. b) A thermal relief valve VSF7 for releasing entrapped vapors shall be provided as shown. Towards Pump delivery of LN2: a) To deliver LN2, an 80NB line with manual isolation valve VM1 shall be provided in suction of pump through Filter FL1 and with manual isolation valve VM10 provided in delivery of pump. b) The pump shall be centrifugal type with 12 Bar(g) discharge pressure and shall be of reputed make like cryomec. The discharge flow shall be 10kg/s (min.).the drive shall be electric (3phase 440V). The party shall supply with standard industrial end connector. c) Pressure gauge (PG-3) shall be provided with the isolation valve V08 as shown in the P&I. a) Manual drain valves VM9 & VM11 shall be provided for pump chilling and delivery line chilling. A check valve VC3 shall be provided as shown in delivery line. d) The end of the line shall be terminated with 50NB 300# flange. e) Thermal relief valve VSF4,VSF5 &VSF6 shall be provided as shown. 2.2 PRESSURISATION CIRCUIT: b) To enable Liquid withdrawal at a rate of 3 Kg/s suitable capacity Pressure building unit/coil shall be designed and installed on the tank. The ambient temperature shall be taken as 288K to 318K. Pressurisation coil shall have a manual isolation valve VM4 at the inlet and VM5 at the outlet. A pressure regulator VR1 shall be provided at the inlet/outlet of coil. A thermal relief valve VSF3 shall be provided as shown. A check valve VC2 shall be connected as shown to release the locked up. c) The evaporator shall be designed for a continuous duty cycle of 3 hrs. 2.3 SAFETY AND VENTING CIRCUIT: a) To protect the inner vessel, two safety relief valves VSF1 and VSF2 designed as per ASME code regulations at 1.1 times of MAWP shall be provided. For maintenance purpose a three way manual isolation valve Page 4 of 21
VM6shall also be provided. These devices shall be sized for outer vessel fire exposure and vacuum loss. b) Burst diaphragms RD1 & RD2 shall be incorporated in parallel designed to 1.2 times of MAWP. c) The Burst diaphragms RD3 shall be provided for outer vessel safety to burst at a pressure of 0.7 Bar(g) d) For safe venting of evaporation losses when the vessel is with liquid, a manual valve VM7 of 25 NB size shall be provided with a back pressure regulator VR2. e) During manual operations for safe venting of vapors a 50 NB manual valve VM8 with a Check valve VC1 shall be provided. 2.4 PRESSURE AND LEVEL MEASUREMENT CIRCUIT: a) Pressure and level of the medium shall be monitored with pressure/level gauges (PG-1&2 & LG-1) and these shall be provided with the isolation valves as shown in the P&I. b) A provision for mounting the Pressure/Level transmitters in future shall be made. The transmitters are in purchaser scope. 2.5 VACUUM MONITORING CIRCUIT: a) For vacuum monitoring of the vessel jacket space a thermo-pirani gauge TC1 with isolation valve W2. Towards pump out 40 NB vacuum valve W1 shall be provided. 3.0 DESIGN REQUIREMENTS: 3.1 The LN2 tank shall be designed and fabricated in accordance with ASME Sec-VIII Div-1 or equivalent. Wherever other codes are employed, design calculations as per ASME Sec.VIII,Div.1. also shall be furnished duly approved by TPI. 3.2 The acceleration loads during transportation of 100% filled vessel shall be for following combined load combinations & shall satisfy SMPV rules Longitudinal acceleration 2 g Transverse acceleration 2 g Vertical acceleration 1.5g up & 2 g down (including self weight) 3.3 Speed of the tank during transportation shall be taken as 40 KMPH with product mass. Tank shall be treated as mobile tank. Page 5 of 21
3.4 Design requirements of semi trailer: a) Capacity 30 Cu.M Liquid Nitrogen Mobile Tank specifications Payload carrying capacity shall be to meet the tanker with 100% load and following combined load combinations Longitudinal acceleration 2 g Transverse acceleration 2 g Vertical acceleration 1.5 g up and 2 g down (including self weight) b) Operating Speed 60kmph under No Load and 40 kmph with full Load c) Operating environment d) Prime mover to be used by user e) Design considerations Operating Temp 10 deg. C to 50 deg. C & RH - 95% Ashok Leyland Hippo Hauler Model: 1/13, Wheel Base 3810mm, King pin Off set 381 mm Ashok Leyland Hippo Hauler Model: 1/4, Wheel Base 3810mm, King pin Off set 381 mm VOLVO Make FM 400 model 49t GTW hauler of Wheel Base 3885 mm, King pin Off set 381 mm Based on the overall dimensions of tanker, supplier need to check for Stability ratio which need to be less than 0.9 as per the current road safety norms for hazardous goods transportation prescribed by agencies like PESO, Nagpur. Design calculations for stability ratio less than 0.9 need to be submitted. The Overall length of the tractor trailer combination, Overall height (from ground to top of the CONTAINER), Axle loads shall be within the permissible limits of CMVR Rules 1989 & IS 8037 and relevant Automotive Industry Standards (AIS). Longitudinal Angle of inclination of Semi trailer in relation to the Prime-mover shall be considered as maximum 6 0 towards front & maximum 7 0 towards rear & Lateral angle of inclination of Semi trailer shall be considered as 3 0 on sideways (either sides). Free space between the Prime-mover and trailer shall be maintained as per the IS 8007-2004. Page 6 of 21
f) Rubbing Plate g) King Pin Details Axles h) The Trailer Rubbing plate shall be so constructed that the area shall be capable to take the Reaction load imposing on the King pin. Minimum area of the rubbing plate shall be 1200 mm X 1200 mm. Rubbing plate height from the ground shall be 1400mm + 25 & -- 0 mm shall be maintained (Refer Fig no: 2) The clear space between the Prime mover cabin rear to the front edge of the trailer platform shall be a minimum of 1450 mm. (Refer drawing no: 2), such that 90 0 turn can be taken up by the Prime mover without trailer obstruction. Distance between the center of the Kingpin to the front edge of the protruding component underneath the chassis, shall be minimum 2400 mm (Refer Fig no: 2). Gooseneck platform projection from King pin centre line shall be in between 750 mm & 900 mm (Refer Fig no: 2). Gooseneck shall be designed to carry uniformly distributed load of minimum 2000 kg. 3.5 Inch King pin of reputed make preferably JOST, YORK, GF, BPW, SAF HOLLAND Conforming to IS 6763 Part 2 or Equivalent or Higher King pin D-Value shall be mentioned in the Design report. Manufacturer s Test Certificate shall be provided along with supply as per standards. Minimum 2 nos. of Standard axle of adequate capacity shall be provided. The axle shall be standard make and shall be procured from reputed manufacturers like TATA / Automotive Axles / FUWA / BPW / TEMKA / YORK or Axles India Ltd., and make shall be mentioned in the offer. Number of axles, axle spacing and axle loading shall Page 7 of 21
be conforming to Central Motor Vehicle Rules (CMVR) - 1989 The hubs and brake drums shall be separate for attending to brake repairs easily without removal of hub. Axle bearings used shall be of following reputed makes only. SKF, FAG, TATA TIMKEN. Inner wheels shall be accessible easily for attending to maintenance, tyres changing works and easy air filling. Suitable provision shall be given in the hub for removal and replacing of bearing cones easily from the hub. The axle shall be tested with ultrasonic tests as per ASTM/ANSI/388-78 Standard, for any internal defects before fitting to the trailer. Page 8 of 21
i) j) Suspension Brake system without fail-safe brake 30 Cu.M Liquid Nitrogen Mobile Tank specifications The Trailer suspension system shall be provided with sufficient capacity Semi-Elliptical laminated leaf springs of reputed makes such as Lamina / Canara / Jona Woods, YORK etc Semi-elliptical leaf springs shall conform to IS : 1135-1973 The suspension shall consist of rigid trailing arm axle adapters, shock absorbers and air spring pistons. The trailer shall be provided with twin line (Service and Emergency line) air brake system coupled to hauler brake through ISO palm couplings and actuated from hauler (preferably of M/s TVS / WABCO make) All axles shall be fitted with service brakes and Fail safe brake systems. Pneumatically operated parking brake at rear wheels with control mechanism underneath the trailer platform. All brake actuation system shall be provided with slack adjuster for adjusting brake shoes. The trailer shall be fitted with an air reservoir having capacity to give a minimum of four full brake applications with pressure drop from cut-out to 0.7 times the cut-in pressure. Brakes on each axle shall be capable of producing peak retarding force equal to 0.45 times the rated load on the axle. The trailer air reservoirs shall be provided with Auto drain valve. All brake parts, air regulator valves shall be TVS Sundaram Clayton / WABCO make. Trailer shall be fitted with an Emergency Brake Relay Valve which automatically applies trailer brakes in case accidental de-coupling of fifth wheel coupler. Brake system pneumatic hoses shall be routed properly without hanging freely. Page 9 of 21
k) WHEELS & TYRES l) Landing legs, 2 speed worm gear type Std. Ring type wheel drums of Wheels India or reputed make shall only be used. Heavy-duty Tubeless tyres of suitable size and ply rating to withstand highway operation shall be provided. Axle shall be provided with Dual tyres on each side. The tyres shall be of reputed manufacturers, MRF / APOLLO / CEAT / BIRLA / TVS / EMRALD / CONTINENTAL / MICHELIN / GOODYEAR /BRIDGESTONE, and available freely in the market. Long inflation necks or adopters shall be provided for inflation of inner wheels and for checking tyre inflation pressure. One number of Stepney tyre assembly shall be provided which shall be mounted underneath the trailer platform with suitable mountings & mechanisms. The trailer shall be provided with two sets of suitable capacity Two speed Landing Gears, one at front and the other at rear, either one of the Manufactures namely, JOST/ YORK / FUWA / SAF Holland. The Landing gears shall take minimum 1.25 time the static load of the rated payload and self weight of the trailer. Lifting capacity : minimum 20t (20000 kg) Static capacity : minimum 40t (40,000 kg) m) Electrical system All accessories shall function on 24 Volt DC supply from Prime-mover SLI Batteries. Shall be provided with SAE J 560 / IS 13491-2005 / ISO 1185, 7 pole connector of type 24N with 7 core cables, for connecting Trailers electrical system to Prime mover. Wiring shall be covered in a safety conduit and Page 10 of 21
properly terminated so that no exposed loose wires are visible. The trailer shall be provided with combination type tail lamp fittings consisting of Parking lamps, Brake lamps, Side indicators and number board lights. Trailer sides shall be provided with Red light fittings with separate switch control. All electrical wiring materials preferably of Finolex make or equivalent reputed manufacturers and routed through GI heavy duty piping with double pole wiring. All electrical wiring shall be underneath the chassis with minimum bends and with NO JOINTS. All light fittings shall be of LUCAS TVS, LUMAX or LUMAN make and weather proof construction. Male and Female sockets shall be provided with sufficient length of cables to connect with the hauler supply point. Electrical cable termination points shall be with as tight protection. Page 11 of 21
n) Other Fittings 30 Cu.M Liquid Nitrogen Mobile Tank specifications Side Under run Protection Device (SUPD) shall be provided as per IS 14812 Rear Under run Protection Device (RUPD) shall be provided as per IS 14682 Shall be provided with SAE J 560, 7 pin connector with 7 core cable from trailer to prime mover. Reflex reflectors of sufficient numbers on the rear and on the sides. Shall be provided with Reflectors, Indicator and tail lights Two nos. of Tool boxes of each size 1500 mm (Length) X 750 mm (Width) X 750 mm (Depth), made of minimum 3.15mm thick MS sheet with hinged lid and locking facility, to be provided underneath the Trailer chassis and each tool box shall be provided with Godrej make, 7 lever type, Navtal Lock with three keys shall be provided. Number board, Name Plate and stop board at rear. SWL of the trailer shall be legibly painted at the rear side Spare wheel mounting (one number in quantity) below the trailer platform Greasing points for the trailer wherever required. Minimum 5 nos. of Red colour reflex reflectors should be provided on all three sides, except Trailer front side, and Reflecting surface dia. 75mm (maximum). Red flag holder 2 nos. at the rear side of the trailer platform shall be provided. Lifting type of Brass Earth Chain with 4 rows shall be provided at rear of the trailer at both corners such that the brass chain should touch the ground. All fasteners shall be of Electro galvanized / Yellow passivated coating Unbrako, TVS make only shall be used (IS1367) Page 12 of 21
4.0 WELDING REQUIREMENTS: 30 Cu.M Liquid Nitrogen Mobile Tank specifications 4.1 SS welding: Welding of 100% butt welds of stainless steel 304 L (316L) plates, pipelines to each other, valves, flanges and pipe unions (branch pipes) of the tank, and lapping of 100% of branch pipes (pipe unions) to the tank inner vessel shells and end plates shall be performed by tungsten-arc welding (GTAW process, inert gas-argon) with argon purging along the inner space for all types of welds and shielding from the weld root side. 4.2 CS welding (if selected for outer vessel): For all carbon steel materials, Submerged Arc Welding (SAW) process shall be followed. Wherever approach is not available for carrying out SAW process second side gouging shall be carried out before welding. Filler wires/electrodes shall be suitable to parent material composition. 5.0 RADIOGRAPHY REQUIREMENTS: 5.1 100% radiography on all butt welded joints for all plates, including flange to pipeline and pipelines to each other shall be carried out in accordance with normative documents in force in ASME code or equivalent with documents approved by third party acceptance. 5.2 Those joints which are not subjected to radiography (x-ray) may be tested by gamma-ray or ultrasonic methods after getting the approval from the third party inspection agency /SDSC-SHAR. 5.3 Dye penetrant inspection should not be used for vacuum joints qualification. 6.0 TESTING AND QUALIFICATION 6.1 Pneumatic Strength Test Pneumatic test shall be carried out with GN2/dry air (dew point -55 Deg.C [min]) medium at a test pressure of 1.25 times the design pressure. The same shall be carried out in presence of third party inspection agency/ purchaser representative. 6.2 Helium Leak Check (Inner Vessel) All weld joints on the inner vessel shall be qualified for Helium leaks with a mass spectrometer for hermitivity/leak rates of 1 x 10 E - Page 13 of 21
7standard cc/sec. Vacuum shall be created in the inner vessel to 1 X 10 E-3 torr and Helium chamber method is to be carried out. 6.3 Helium Leak Check (Inner & Outer Vessel) All weld joints on the outer vessel shall be qualified for Helium leaks with a mass spectrometer for a hermitivity/leak rates of 1 X 10 E-8 std. cc/sec. During the above, annular space shall be at vacuum level not less than 1 X 10E-3 torr. The test shall be carried out on integrated vessel. 6.4 Vacuum Retention Test: Subsequent to the completion of Helium leak check of Outer and Inner Vessel vacuum stabilisation shall be observed for a duration of 96 hours during which time no evacuation shall be carried out. The raise in pressure shall be monitored in this test. 6.5 Cold Shock Test on Inner Vessel Joints All inner vessel weld joints shall be subjected to cold shock with LN2 medium at operating pressure of the vessel. On completion of cold shock test and after warming up of the vessel, vacuum level in the annular space shall be retained at not more than 1 x 10 E-3 Torr. 6.6 Measurement of Evaporation Loss & Heat-in-Leak The tank shall be filled to 90% Level (minimum) and the loss due to evaporation shall be measured. The pressure shall be near atmospheric. Ambient temperature shall be 308 Deg. K during the course of above testing. The percentage evaporation loss shall be less than the specified value of 0.15% per day. The measurement of evaporation loss shall be carried out in presence of third party inspection agency/ Purchaser representative. 6.7 Semi trailer related testing: Load testing at supplier s work site: The trailer shall be load tested for rated capacity and overload tested for 125% of rated capacity at supplier s works site. Necessary dead weights and procedure for load testing / over load testing shall be provided by the Supplier. Page 14 of 21
Commissioning & assembly at suppliers work site: 30 Cu.M Liquid Nitrogen Mobile Tank specifications Commissioning and assembly of actual equipment onto the trailer will be carried out at suppliers work site. Based on the assembly of equipment, minor modifications if any, shall be attended by the supplier with no extra cost. 7.0 IDENTIFICATION AND SEALING 7.1 Vessel should have a name plate permanently fixed to the vessel, with brief specifications duly marked as per ASME Rules or equivalent 7.2 The inner vessel shall be sealed so that ambient moisture never enters inside. The tanks are to be pressurised to 0.5 bar with dry Nitrogen gas at - 55 Deg.C dew point. 7.3 The annular space shall be maintained at 1 x 10 E-3 Torr vacuum pressure, sealed and delivered. 7.4 All the outlet ports in the valve cabinet and outside valve cabinet, metallic dummies shall be provided. The dummies shall be made from same materials as that of parent metal. 8.0 PROGRESS FOLLOWUP & INSPECTION: 8.1 The progress of work during the course of fabrication will be monitored by purchaser. 8.2 Within 15 days of receipt of the order, the fabricator should prepare a detailed PERT chart showing all milestone activities of fabrication, testing, chemical cleaning etc., QAP formats and submit to the purchaser for approval. The approved PERT / QAP formats shall be modified only with concurrence of purchaser. 8.3 Thereafter the fabricator should furnish a monthly progress report through FAX on 28th of each month to the purchaser. 8.4 Periodical status review meetings should be conducted at the premises of either the purchaser or the fabricator as mutually agreed upon. 8.5 The vessel should be inspected and certified by Purchaser's representative or third party inspection agency. Arranging third party inspection agency and inspection at suppliers works shall be the responsibility of supplier. Page 15 of 21
8.6 The scope of inspection is as given below: a) Approval of the design calculations (shell, design, saddle supports etc.) and fabrication drawings prepared by the supplier for each equipment to ensure that the details are as required by the codes and standards specified. b) Inspection of plates at fabricators shop, cuts of plates and samples taken from each plate, witness of tests carried out. Each plate shall be subjected to chemical, mechanical, IGC, Cold impact test & UT tests irrespective of availability of Mill Test Certificates. c) Welding procedure qualification and welders performance qualification tests as per ASME Code regulations or equivalent. d) Marking of the shell plates and dished end plates. e) Long seam-fit up inspection of tack welds. f) Back grinding of seam welds, inspection of welds. g) Circularity of shells after rolling. h) Evaluation of radiography films of all Butt welds. i) Forming of dished ends, stress relieving and radiography of welds. j) Cir seam fit up. k) Back chip of cir seam welds. l) Marking of nozzle orientation. m) Nozzle fit up. n) Saddle and saddle support fit up. o) Dye penetrant test on all fillet welds. p) Pneumatic strength test at test pressure. q) All tests as specified in section 6 r) Dimensional check and verification of Test certificates related to Standard bought out components as per P&I scheme. s) Chemical cleaning and drying. t) Filling with dry Nitrogen at 0.5 bar and vacuum checks before final despatch. u) Stamping of the vessel and issue of certificate. 9.0 SUBMISSION OF DRAWINGS AND DOCUMENTATION: The supplier shall carry out Thermal and mechanical design of the vessel in consultation with the purchaser. Upon finalizing the design and analysis, the Page 16 of 21
Supplier shall prepare detailed data sheets and fabrication drawings and submit three sets to purchaser within two months of P.O. release. 9.1 Documentation to be supplied for approval prior to manufacture. a) P&I diagram of the vessel and specification of flow components b) Design analysis for vessel c) Fabrication and assembly drawings with bill of material d) Inspection and test procedures along with Quality Assurance Plan. e) Norms of evaluation of weld joints quality f) Pressure drop calculations for PBU. A chart with PBU performance at different tank ullage pressure /level conditions shall be provided. g) Calculations of the safety valves flow capacities and their sizing h) Specification data sheets for all bought out items. i) Overall heat transfer calculation of the vessel considering all heat transfer modes with the proposed MLI shall be furnished. The chill down mass with LN2 shall be indicated. j) Operation & maintenance manual. k) For obtaining Statutory clearance from PESO, Nagpur/India, the supplier shall submit three copies, of following documents in Original before three months of tank despatch. All Design drawings as approved by Third Party Inspection Agency. Design calculations of the Vessel as per ASME code or equivalent regulations approved by Third Party Inspection Agency. Wherever other codes are employed, design calculations as per ASME Sec.VIII,Div.1. also shall be furnished duly approved by TPI. Safety relief device calculations of inner vessel, LIN vessel, Outer vessel and LIN shield. l) Trailer documents to be submitted after placing the purchase order The supplier shall submit following documents after placing purchase order. a) Detailed General Assembly drawing with sectional views of structures. b) Detailed design details of the trailer including load reaction calculations, adequacy of twist locks capacity, loads & stresses on axles etc., for review and approval. c) Detailed design calculations for stability ratio less than 0.9. d) Technical specifications / technical leaflets of the components, bought out items and other sub assemblies. Page 17 of 21
The trailer design shall be approved/cleared by the purchaser before taking up fabrication by the supplier. m) Documents to be submitted after design approval and prior to fabrication The supplier shall submit the following documents after design approval and prior to fabrication. a) Quality Assurance Plan (QAP) to ensure quality of raw materials, bought out items b) Weld details towards trailer chassis fabrication. c) Detailed trailer General Assembly drawings (With a soft copy of AutoCad-2000 version) d) Brake system layout scheme indicating brake lining size and brake chamber sizes etc., e) Bill of materials. f) Test certificates issued by the manufacturer for all the components (for example SAE 3.5 Inch- King pin), bought out items and other sub assemblies. 9.2 Documentation during dispatch of tank: Three copies of master files and test certificates/documents shall be supplied by the fabricator along with the tank. Master file should contain the following: a) Purchaser order copy and amendments, if any b) Inspection Release note by TPI c) Approved Design and Fabrication drawings as stamped by PESO- Nagpur, India or equivalent. d) As built drawings of the vessel e) Approved design documents for inner/outer vessel considering wind, vibration & seismic conditions. The CAD model and FE analysis are also to be included. f) Approved design calculations for safety relief valve sizing g) Design and analysis reports. h) P&I diagram and layout drawing of tank. i) Bill of materials j) Material test certificate of plates, pipes, fittings, components etc Page 18 of 21
k) Radiography Reports and films of vessel shall be supplied to purchaser. l) Test reports as defined in scope of inspection Article 8.0 m) Test certificates of all standard items as per legend for P&I diag. n) All radiography films with reports o) Material Test Certificate of trailer structure elements / equipments shall be provided along with supply as per the standards p) All the above reports/test results shall be bound neatly. q) All the required documentation as per Central Motor Vehicle Rules (CMVR) for the registration of the trailer in Andhra Pradesh need to be submitted by the supplier. r) Trailer Maintenance manual 2 sets. The manual should also be supplied in CD form. 10. SPARES: a) The spares required for the commissioning of the tank are in the scope of the supplier. b) The party shall supply one set of spares for the pump along with supply. c) Items to be supplied along with the trailer: Self-closing type palm coupling-2 sets for both trailer & hauler part. Wheel Nut spanner and long lever 2 Nos. Wheel Hub nut spanner with lever 2 Nos. Hub Puller- 1 Nos. Wheel bearings 2 sets Wheel hub oil seals set 6 sets Spare wheel mounted with tyre and tube 1 No. Brake hoses set (10 m length) 02 sets. Maintenance manual book 2 sets along with CD form. 11. GENERAL CONDITIONS: 11.1 The indent shall be processed as two part bid. The parties shall submit their bids in two parts i.e. part1) Technical bid & part 2) commercial / price bid. 11.2 The parties should give their compliance point wise for all specifications (Technical & commercial) while submitting their offer. Deviations/ Assumptions if any are to be clearly indicated in the offer. Page 19 of 21
11.3 Mode of despatch of the Vessel shall be by Road/ Rail. The offer shall be based on receipt of the tank & associated goods at SDSC SHAR centre, Sriharikota 11.4 Suppliers shall furnish the price with following individual break-up. a) Lump sum price for Design, Supply, Fabrication, Engineering and testing. b) Charges towards third party inspection agency c) Transportation charges 11.5 Incase of Indian suppliers having tie up with foreign party for tanker supply, the transportation charges upto SDSC SHAR including sea/ inland transportation and customs handling at the country of shipment origin, shall be borne by the Indian origin supplier only. 11.6 Also, Indian suppliers having tie up with foreign party shall note that the semi trailer shall meet the requirements as per Central Motor Vehicle Rules (CMVR) for the registration in Andhra Pradesh. 11.7 The manufacturers for the flow components and instrumentation elements listed in P & I shall be followed strictly wherever specified. If any new vendor is proposed by the supplier the same shall be approved by Purchaser. 11.8 The procurement specifications for the bought out standard components listed in P & I shall be submitted along with design documents and the same will be approved by Purchaser. The flow components like EP valves, manual valves, check valves etc., shall be of the make mentioned in P&I diagaram. Any deviation from the above shall be approved by Purchaser/ Department on specific basis and shall be submitted at quotation stage. 11.9 The place of manufacturing/works of vessels shall be clearly indicated in the offer. 11.10 The overall delivery time shall be within 10 months from release/award of Purchase Order by Department. 11.11 The NER test with LN2 shall be carried out at party s premises with the participation of supplier. The consumables including LN2 required for test are to be arranged by the supplier. 11.12 The vessel shall be guaranteed for a period of 12 months from the date of commissioning. 11.13 The trailer shall be guaranteed for 12 months from the date of commissioning at SDSC SHAR. The supplier has to replace the defective materials at free of cost during guarantee period at purchaser s premises. Page 20 of 21
11.14 The tenderer shall remit Rs.2,85,000 as Earnest Money Deposit (EMD) in the form of demand draft (DD) with the tender, failing which the tender will not be considered. 11.15 The EMD shall be remitted by a DD from any nationalized bank in favour of Accounts Officer Satish Dhawan Space Centre SHAR, payable at SBI, Sriharikota. 11.16 Cheque will not be accepted towards EMD. 11.17 EMD buy the unsuccessful tenderer will be refunded after the finalization of tender. EMD shall not bear any interest. 11.18 EMD of the successful tenderer will be refunded after receipt of performance security. 11.19 DD number and other reference details shall be filled, 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. IMPORTANT: The parties shall submit their compliance for the technical specifications while submitting the technical offer as per enclosed Format-1 The parties shall submit their commercial offer as per enclosed Format-2 The parties shall answer the questionnaire on their plant/factory details as per enclosed Format-3 Page 21 of 21
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.