SPEC NO.: PIF/ Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page - 1 - of 58
ANNEXURE - I TO TENDER NO: SHAR/SCSD/2020013160
Specification for
SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF
MULTI ENTRY ESCAPE CHUTE FOR PIF
OWNER : INDIAN SPACE RESEARCH ORGANISATION
PROJECT : PSLV INTEGRATION FACILITY (PIF) PROJECT
LOCATION : SATISH DHAWAN SPACE CENTRE SHAR
SRIHARIKOTA
PSLV INTEGRATION FACILITY (PIF) PROJECT
SATISH DHAWAN SPACE CENTRE SHAR
SRIHARIKOTA 524 124
INDIAN SPACE RESEARCH ORGANISATION
SPEC NO.: PIF/ Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page - 2 - of 58
CONTENTS
SECTION TITLE Page No.
Section A General Terms and Conditions 3
Section B Scope of Enquiry and General Project Information
26
Section C Technical Specifications 29
Section D Annexures (D1-D10) 40 – 54
SPEC NO.: PIF/ Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page - 3 - of 58
SECTION A
GENERAL TERMS AND CONDITIONS
OF THE CONTRACT
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 4 of 58
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 D2 (Page No. 43-44) only should quote.
This document is organized in four sections as follows.
Section –A General Specification, Terms and Conditions of the Contract
Section –B Scope of Enquiry & General Project information
Section –C Technical Specification.
Section –D Annexures
Title of the proposal:“Supply, Installation, Testing and Commissioning of Multi Entry
Escape chute for PIF (PSLV INTEGRATION FACILITY PROJECT)”
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 authorisation in online by tenderer: As per notification
A PROPOSAL DOCUMENT
1.1. Bidder shall sign & stamp each page of the tender document 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.
1.4. 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 Tender.
1.6. Supplier shall submit the open authorisation on-line with in the time limit specified
in the Tender.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 5 of 58
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
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 with in the stipulated period. 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.
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.
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.
Applicable Language/ measurements
The bid and all correspondence incidental to and concerning the bid shall be in the
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 6 of 58
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.
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).
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 D1 (Page No. 41&42) . No copy of price bid shall be enclosed
along with other document and upload the same anywhere in the e-procurement
portal.
Documents Comprising the Bid
Bids shall be arranged in the following order.
1.1.1 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) Submission of bid letter.
(b) Power of attorney in favour of authorised signatory of the bid / proposal
documents.
(c) All the annexure in Section-D1 to D9 (Page No. 41 to 53) enclosed in
proposal duly filled, signed and sealed.
(d) Bid qualification criteria for supply, erection, commissioning and testing of
Multi Entry Escape chute and all supporting documents.
(e) General arrangement drawings of Multi Entry Escape chute.
(f) Write-up on the procedure proposed to be followed for erection &
commissioning of Multi Entry Escape chute.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 7 of 58
(g) 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.
(h) Audited balance sheet including profit and loss account for last three
financial years showing annual turnover
(i) Latest income tax certificate.
(j) Latest solvency certificate for Rs. 20 Lakhs from a scheduled bank.
(k) Description of the procedures adapted for material procurement,
fabrication & control assembly with deviations from technical specification
and proposed design modifications.
(l) Data sheets for all the equipment & checklists enclosed in proposal duly
filled, signed & stamped.
(m) Technical literature & data sheets of equipment / machinery used by him
and any other document as mentioned in the proposal.
(n) Project execution plan
(o) 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.
(p) List of items which require Customs from SDSC-SHAR.
(q) List of recommended spares including unit prices.
(r) Any other relevant document, bidder desires to submit.
1.1.2 Part – II :Priced Commercial Bid
Priced commercial bid shall be filled online in the price bid format. Schedule of
prices also to be filled in the online format and no separate document shall be
attached. Deviations in terms and conditions, assumptions, 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
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 8 of 58
Specified Terms’ form of the e-tender. Any documents related 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 of any clarification please mail to
[email protected] or [email protected]
The deviation statement and checklist shall be filled online, without which the bid
will not be considered.
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
would be used for evaluating the capability of the supplier for executing the referred
work. Hence, the supplier is requested to provide only genuine data and any
discrepancy found at a later point of time may result in rejection of the supplier from
purchase process. Furnishing of data cannot be construed as automatic qualification
for participation in the tender. Questionnaire should be signed by a responsible and
authorized person of the Company / Agency.
Schedule of general particulars / vendor evaluation format shall be filled as per
Section: D4 (Page No. 46 &47) . Schedule of Bidders experience and details of
present works executed or being executed are to be filled as per Section: D7 (Page
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 9 of 58
No. 50&51).
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.
G BID EVALUATION
1) During evaluation, SDSC SHAR may request bidder for any clarification on the
bid or additional documents.
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.
3) Bidder must provide the point by point compliance to the technical
specifications along with deviations as per “schedule of deviations” attached in
Section D6 (Page No. 49). The tender will be rejected, if the deviations are not
acceptable to the department.
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.
5) The time schedule for completion is given in the proposal document. Bidder is
required to confirm the completion period unconditionally.
6) If necessary, to arrive at evaluated prices, wherever applicable, loading on
total quoted prices shall be done.
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.
8) SDSC SHAR reserves the right to split the order or alter the quantities
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 10 of 58
specified based on prices quoted for part work or unit rate quoted by bidder.
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.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 11 of 58
GENERAL SPECIFICATION
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 12 of 58
1. INTRODUCTION
SDSC SHAR invites tenders in sealed covers from reputed firms with proven ability
for “Supply, Installation, Testing and Commissioning of Multi Entry Escape
Chute for PIF” as per the specifications.
2. SCOPE OF WORK AND TECHNICAL SPECIFICATIONS
The detailed scope of work and technical specifications are given in Section B (Page
No. 26) & Section C (Page No. 29) of this document. The general terms and
conditions are given below.
3. 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 of equipment used by him.
3.2.2. Chute material, test details, certification etc at manufacturer site.
3.2.3. General arrangement drawings and assembly plan at supplier site.
3.2.4. Details of testing plan
3.2.5. Erection sequence schedule along with erection drawings, interface study
details, floor level interface drawings.
3.2.6. 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 & SUPPLY
Supplier shall carry out Design verification and supply of Multi entry escape
chute in accordance with the scope, technical specifications and terms &
conditions of contract.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 13 of 58
3.4. DELIVERY AND STORAGE
3.4.1. Dispatch Instructions given in the Contract shall be strictly followed. Failure
to comply with the instructions may result in delay in payment apart from
imposing any other charges as may be deemed fit.
3.4.2. The supplier shall be responsible for transporting all the equipment to site,
unloading and storage.
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.
3.4.5. The equipment received at site shall be stored at a place assigned for this
purpose.
4. INSTALLATION & TESTING
4.1. GENERAL
4.1.1. Supplier’s staff shall include adequate number of competent erection
engineers with proven experience on similar works to supervise the erection
works and sufficient skilled, unskilled and semiskilled labour to ensure
completion of work in time.
4.1.2. 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.
4.1.3. 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.
4.1.4. 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.
4.1.5. 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.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 14 of 58
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. ERECTION & CONSTRUCTION POWER
4.4.1. Electrical power and available material handling equipment may be
extended by SDSC SHAR on chargeable basis, as per the tariff rules of
State Electricity Board and SDSC SHAR. Reasonable quality of normal
Construction power will be made available at one point (415V, 3 phase, 50
Hz). However onward distribution shall be by the supplier. Installation of
necessary energy meters, switchgear & distribution system, etc for
Construction power in a safe manner in strict conformity with local rules &
regulations will be responsibility of supplier.
4.4.2. During non-availability of power, supplier shall make his own arrangement of
alternate power source at their cost.
4.5. 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.
4.6. SITE CLEARANCE
Upon completion of work, supplier shall remove all his equipment and material
from the site within one month or time mutually agreed. Supplier at all times
shall keep site in clean condition and remove all unwanted material at regular
intervals. In case supplier fails to remove all their equipment and material within
the mutually agreed time, it is deemed that SDSC SHAR will arrange to remove
the same at Supplier’s cost.
4.7. ACCOMMODATION
4.7.1. Accommodation will not be provided by SDSC SHAR to Contractors.
4.7.2. Supplier shall make their own arrangement for accommodation,
transportation & canteen facility for all his staff, technicians, labour &
workers.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 15 of 58
4.8. MEDICAL FACILITIES
No medical facilities will be provided by SDSC SHAR. Supplier shall make their
own arrangement at their own expenses for medical facilities for site personnel.
4.9. 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.
4.10. SUB-CONTRACTS
4.10.1. No work shall be sub-contracted without prior approval of SDSC SHAR.
4.10.2. Supplier shall be responsible for the proper execution of any sub-contract
placed by him in connection with this purchase order.
4.10.3. Supplier shall furnish to SDSC SHAR the copies of all un-priced sub-
orders showing promised delivery dates and places.
4.11. CHANGES AND MODIFICATION TO SPECIFICATIONS, DRAWINGS AND
QUALITATIVE / QUANTITATIVE REQUIREMENTS
4.11.1. Supplier shall obtain approval from SDSC SHAR before initiating the action
for procurement of bought out items.
4.11.2. During the fabrication review, supplier has to carry out the mutually agreed
modifications to meet the overall requirement.
5. 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'.
5.2. Supplier shall submit 3 hard & one soft copy of O&M manual. These manuals
should indicate weekly, monthly and yearly maintenance schedule and other
instructions necessary for safe maintenance of equipment.
5.3. Submission of the drawings and manuals shall be a precondition for releasing of
any final payment due to Supplier.
6. IGST Concession:
As per the Notifications No.47/2017-Integrated tax(Rate) dated 14.11.2017 issued by
Ministry of Finance (Department of Revenue), SDSC SHAR is eligible for a reduced
rate of 5% IGST only wherever IGST is applicable. Accordingly, Concession Certificate
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 16 of 58
will also be provided).
7. CUSTOMS DUTY
We are entitled for Partial Customs Duty Exemption (10.775%) vide Notification
No.05/2018 dt: 25-01-2018 for imports. Confirm whether CD is applicable and if so
whether CD Exemption Certificate is acceptable and the same is required for
exemption.
8. 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, installation, testing and commissioning at site. The period of
such coverage shall be up to contractual completion period or any extension granted
by Department thereof.
9. 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).
10. PERFORMANCE SECURITY
A Bank Guarantee for 10% of the order value shall be provided immediately within
10 days after supply or along with supply towards the performance of the system.
The Bank Guarantee should be from a Nationalised / Scheduled Bank in Rs100/-
non-judicial stamp paper valid till the successful completion of warranty period plus
60 days. This will not carry any interest and shall be returned to you after successful
completion of warranty period against your request. In case of non-
performance/poor performance the Bank Guarantee shall be forfeited.
11. PACKING AND FORWARDING
11.1. 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.
11.2. 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.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 17 of 58
12. ARBITRATION
In the event of any dispute/s, difference/s or claim/s arising out of or relating to the interpretation and application of the Contract, such dispute/s or difference/s or claim/s shall be settled amicably by mutual consultations of the good Offices of the respective Parties and recognizing their mutual interests attempt to reach a solution satisfactory to both the parties. If such a resolution is not possible, within 30 days from the date of receipt of written notice of the existence of such dispute/s, then the unresolved dispute/s or difference/s or claim/s shall be referred to the Sole Arbitrator appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as amended from time to time. The arbitration shall be conducted in Bengaluru in the Arbitration and Conciliation Centre –Bengaluru (Domestic and International) as per its rules and regulations. The expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator. The considered and written decision of the Arbitrator shall be final and binding between the Parties. The applicable language for Arbitration shall be “English” only.
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration proceedings, without prejudice to a final adjustment in accordance with the decision of the Arbitrator unless otherwise directed in writing by the DEPARTMENT or unless the matter is such that the works cannot be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained.
13. 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.
14. GUARANTIES
The Supplier shall guarantee that the equipment furnished by him is in conformance
with the requirement of the specifications. Goods covered by the contract shall be
free from defects in materials or workmanship for a period of Twelve months from
the date of successful commissioning & acceptance by Department.
15. 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:
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 18 of 58
15.1. He has to attend quarterly based preventive maintenance visits and breakdown
maintenance calls. All the defective components have to be replaced or rectified
on one to one basis.
15.2. Break down maintenance should be responded within 48 Hours time and shall
be completed within 48 Hours after respond.
15.3. Department will not provide any transport/accommodation.
15.4. Incase vendor failed to attend and repair the system within 7 days from the date
of reporting the problem, Department will reserve right to forfeiting the BG apart
from withheld of any payment payable to the vendor.
15.5. 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.
16. SCHEDULE OF PRICE
16.1. CONTRACT price shall include all costs of “Supply, Installation, Testing and
Commissioning of Multi Entry Escape Chute for PIF”, 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.
16.2. 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.
16.3. Price shall be firm & fixed.
16.4. Supplier shall quote the prices similar to price bid format enclosed as Section–
D1 (Page No. 41)
16.5. The rate quoted shall be on FOR SDSC SHAR, Sriharikota basis.
16.6. 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.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 19 of 58
17. DISCOUNTS
Tenderer shall not indicate any discount separately and quoted price should be
after deducting the discount.
18. MODE OF PAYMENT
All the payments due to Supplier will be made through PFMS/RTGS. Bidders can
submit the banker details.
18.1. FOR SUPPLY,ERECTION, TESTING AND COMMISSIONING OF MULTI
ENTRY ESCAPE CHUTE SYSTEM
18.1.1. 30 % of Order value as advance against submission of bank guarantee for
an equivalent amount valid till supply period plus 2 months claim period.
18.1.2. 50 % of Order cost payment against receipt of complete material at
Purchasers / Department site, along with 100% GST/IGST.
18.1.3. 10 % of Order cost after successful assembly/Installation of the multi entry
escape chute at site/building.
18.1.4. 10 % of Order cost against successful testing and 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 3-2 months claim period.
19. PERFORMANCE BANK GUARANTEE
A Bank Guarantee for 10% of the order value shall be provided immediately within 10 days after supply or along with supply towards the performance of the system. The Bank Guarantee should be from a Nationalised / Scheduled Bank in Rs100/- non-judicial stamp paper valid till the successful completion of warranty period plus 60 days. This will not carry any interest and shall be returned to you after successful completion of warranty period against your request. In case of non performance/poor performance the Bank Guarantee shall be forfeited.
20. COMBINED BANK GUARANTEE FOR SECURITY DEPOSIT CUM
PERFORMANCE BANK GUARANTEE
In case, if parties are unable to provide two separate BGs, i.e., one for SD &
one for PBG, they can submit a combined BG for SD & PBG for 10% of the
Order value valid till the completion of total contractual obligation (i.e., Supply
period + warranty period + 60 days).
A combined Bank Guarantee (as per the format enclosed) for 10% of the order
value) shall be provided immediately within 10 days after receipt of order
towards the performance of the contract & the performance of the system. The
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 20 of 58
Bank Guarantee should be from a Nationalised/ Scheduled Bank (as per the
format enclosed) in Rs.100 non-judicial stamp paper valid till the successful
completion of contractual obligation (i.e., for the period of supply + warranty +
60 days). This will not carry any interest and shall be returned to you after
successful completion of contractual obligations. In case of non
performance/poor performance the Bank Guarantee shall be forfeited. If you are
not submitted the BG within the specified period, this order is liable to be
cancelled.
21. Purchase / Price preference to MSEs:-
Purchase/Price preference will be applicable in addition to product reservation
admissible to the Micro and Small Enterprises. Purchase/Price Preference shall
be extended to the MSEs under the Public Procurement Policy for MSEs
formulated under the Micro, Small and Medium Enterprises Development Act,
2006. The participating MSEs in a tender, quoting price within the band of L-1 +
15% may also be allowed to supply a portion of the requirement by bringing
down their price to the L-1 price, in a situation where L-1 price is from someone
other than an MSE. Such MSEs may be allowed to supply upto 25% of the total
tendered value. In case of more than one such eligible MSE, the supply will be
shared equally.
Note : Applicability of the above mentioned is subject to technical possibility.
Micro & Small Enterprises which have technical capability to deliver the goods
& Services as per prescribed technical & quality specifications and may not be
able to meet the qualification criterion relating to prior experience-prior turnover
may be relaxed as per guidelines issued by Ministry of MSMEs & as amended
from time to time.
22. DELIVERY SCHEDULE
The commissioning of MULTI ENTRY ESCAPE CHUTE within the schedule is
very essential. Hence, bidders are requested to adhere to the completion time
strictly. Multi entry escape chute as per the specifications of the contract shall be
delivered within 2 (Two) months from the date of release of Purchase Order.
Installation, testing & commissioning shall be carried out within one month from
date of clearance by the Department. Department will intimate the readiness, at
least seven (7) days in advance. However, the commissioning will be carried out
within months from the date of supply.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 21 of 58
23. LIQUIDATED DAMAGES
In the event of the Supplier failing to complete the work within the delivery period
specified in the contract agreement or in extension agreed thereto, Department
shall reserve the right to recover from the Supplier as liquidated damages, a sum
of 0.5 percentage per week or part thereof of the undelivered portion of the total
contract price of equipment or work. However, the total liquidated damages shall
not exceed 10.0 percentage of the total Contract price. The LD reckoning date
shall be 2 months onwards for supply portion from the date of release of
purchase order and after 1 month from date of site clearance by Department for
installation, testing and commissioning.
24. FORCE MAJEURE
If at any time during the continuance of the order the performance in whole or
part by either party of any obligation under this order shall be prevented or
delayed by reasons of any war, hostility, acts of public enemy, civil
commotion, sabotage, fire, floods, lightening, epidemic, quarantine restrictions,
strikes, go-slow, lockout or acts of God, notice of which is given either party to the
other within 21 days from the date of occurrence thereof, neither party shall be
reasons of such eventually be entitled to terminate this order nor shall either party
have any claim for damages against the other in respect of such non-
performance or delay in performance.
25. DISCLOSURE AND USE OF INFORMATION
25.1. If the documents supplied by SDSC SHAR are marked “Strictly Confidential”,
supplier shall take all necessary steps to ensure the same.
25.2. 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.
25.3. No publicity of any kind whatsoever regarding this work shall be given without
prior clearance from SDSC-SHAR.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 22 of 58
26. ACCEPTANCE AND REJECTION:
ACCEPTANCE AND REJECTION:
On completion of the work or part of the work as specified in the contract, the
representative of the Department referred to, shall check as soon as possible, but
in any event within one month of notification of readiness for acceptance that the
work performed complies with the contract requirements as regards quantity and
quality.
In the event of rejection of any of the articles, whereby the Supplier feels himself
aggrieved, he may within eight days of the receipt of notification of rejection and
before such articles have been removed from the place of inspection, give the
Department notice of objection. Such objection shall be considered by a Board of
Appeals of the Department. The Department shall, without prejudice to the
arbitration clause in the contract, take a decision upon presentation of the Board's
findings.
On completion of tests, the members of the Inspection Organisation of the
Department or Inspection agency appointed by Department shall prepare a
report, which must be countersigned by the Supplier.
27. SUSPENSION:
27.1. Department may notify the Supplier to suspend performance of any or all of his
obligations under the Contract. Such notice will specify the reasons for
suspension and the effective date of suspension. Supplier there upon shall
suspend the performance of such obligations until ordered in writing to resume
performance of Contract by Department.
27.2. If Supplier’s performance or his obligations remain suspended or the rate of
progress is reduced, then, the time of completion will be suitably extended and
all costs incurred by Supplier as a result of suspension or reduction in rate of
progress will be paid to Supplier provided that the suspension or reduction in the
rate of progress is not by reasons of Supplier's default or breach of Contract.
28. CANCELLATION
28.1. GENERAL RULE
The Department shall have the right at any time to cancel a contract either
wholly or in part by giving written notice by registered mail. From the time of
receipt of the written notice, the Supplier shall undertake to observe the
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 23 of 58
instructions of the Department as to the winding up of the contract both on his
own part and on the part of his sub-suppliers.
28.2. WITHOUT FAULT OF SUPPLIER
In the case of cancellation of a contract by the Department without any fault of
the Supplier, the Supplier shall on receipt of Department's instructions forthwith
take the necessary steps to implement them. The period to be allowed to
implement them shall be fixed by the Department after conclusion with the
Supplier and, in general, shall not exceed three months.
Subject to the Supplier confirming, Department shall take over from the Supplier
at a fair and reasonable price all finished parts not yet delivered to the
Department, all unused and undamaged material, bought-out components and
articles in course of manufacture in the possession of the supplier and property
obtained by or supplied to the Supplier for the performance of the contract,
except such material, bought-out components and articles in course of
manufacture as the supplier shall, with the agreement of the Department, elect
to retain.
28.3. WITH FAULT OF SUPPLIER:
The Department reserves the right, after full consideration of all relevant
circumstances, including the observations of the supplier, to cancel a contract in
any of the following circumstances.
28.3.1. In the event of the Supplier's failure to meet
(i) The Technical requirements of the Supplier.
(ii) The Progress and/or delivery requirements.
28.3.2. If the Supplier has not observed the provisions of the contract concerning
the disclosure and use of information provided by the Department.
28.3.3. If the Supplier fails to comply with the provisions of the contract concerning
the equipment, supplies and technical documents made available by the
Department.
28.3.4. If the Supplier transfers his contract without the Department's authorization
or concludes sub-contracts against the Department's explicit directives.
28.3.5. In the event that Supplier unjustifiably repudiates the Contract or fails to
ship or dispatch all or part of the goods ordered for reasons other than
those attributed to the Department’s actions or as provided in the Force
Majeure clause, the Department may, by giving an appropriate notice in
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 24 of 58
writing to the Supplier, fix a Date of Essence by which the Supplier must
complete the dispatch in full. If the Supplier fails to do so, the Department,
in addition to his right to recover Liquidated Damages in terms of the
Contract, shall also have the right to cancel this Contract and make
substitute purchases from other sources. If the goods are in a partial state
of fabrication, Department may have the fabrication completed by other
means, in which event Supplier shall be liable to Department for the
additional expenses incurred thereby, but shall not have any claim on
savings, if any, in such cases.
In the event of such cancellation, the Department shall unless otherwise
specified in the contract, only pays.
- In the case of a fixed-cost contract for the supply of equipment or material.
The contractual value of items delivered and accepted under the contract
before receipt of notification of cancellation, or to be accepted under the
special conditions of cancellation.
- In the other cases.
A fair and reasonable price in respect of such work as has been carried out
prior to the receipt by the Supplier of notification of cancellation.
29. FRAUDULENT PRACTICES, BRIBERY AND CORRUPTION OF
GOVERNMENT SERVANTS
The contractor represents and undertakes that he has not given, offered or promised
to give, directly or indirectly any amount, gift, consideration, reward, commission,
fees, brokerage or inducement to any person in service of the department or
otherwise in procuring the contracts or forbearing to do or for having done or
forborne to do any act in relation to the obtaining or execution of the contract or any
other contract with the Government for obtaining a contract or showing or forbearing
to show favour or disfavour to any person in relation to the contract or any other
contract with the government. Any breach of the aforesaid undertaking by the
contract or any one employed by him or acting on his behalf or for his benefit
(whether with or without the knowledge of the contractor) or the commissioning of
any offence by contractor or any one employed by him or acting on his behalf, as
defined in chapter IX of the Indian Penal code, 1860 or the prevention of corruption
Act. 1947 or any other Act enacted for the prevention of corruption shall, without
prejudice to any other legal action, entitle the Department to cancel the contract
either wholly or in part, and all or any other contracts with Contractor and recover
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: A
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 25 of 58
from the Contractor such amount or the monetary value thereof and the amount of
any loss arising from such cancellation without any entitlement or compensation to
the Contractor. The Department will also have the right to recover any such amount
from any contracts concluded earlier between the contractor and the Government of
India. The contractor will also be liable to be debarred from entering into any contract
with the Government of India for a minimum period of five years. A decision of the
Department to the effect that a breach of the undertaking had been committed shall
be final and binding on the Contractor.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: B
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 26 of 58
SECTION B
SCOPE OF ENQUIRY AND GENERAL
PROJECT INFORMATION
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: B
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 27 of 58
1.0 SCOPE OF ENQUIRY
1.1. This specification covers design, engineering, manufacture/procurement,
inspection and testing at BIDDER’s and/or his SUB-VENDOR’s works, packing,
transportation from place of manufacture to site, unloading and storage at site,
cleaning, installation, testing, commissioning and performance testing at site for
Multi Entry Escape Chute for PSLV Integration Facility (PIF) of Indian Space
Research Organization (ISRO), at Satish Dhawan Space Centre SHAR,
Sriharikota, SPSR Nellore District, Andhra Pradesh, India.
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 judgment 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 omittedfrom
the specifications or Schedules. Similarly the extent of supply alsoincludes 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 theDepartment 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.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: B
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 28 of 58
2.0 PROJECT INFORMATION
2.1. Project Title : PSLV Integration Facility (PIF)
2.2. Dimension of the building : 30 m x 35 m x 64m (LXWXH)
2.3. Location of site : Sriharikota, AP
2.4. No. of Floors : 15 Nos. of various height
2.5. Access to Site : By Road
From North of Chennai is approximately 100
km.
From East of Sullurpeta in Nellore dist is
approx. 28km.
By Rail (Nearest railway station: Sullurpeta)
Chennai – Vijayawada rail track line.
2.6. Climatic Conditions
a) Temperature
Mean of daily max : 42.2 °C
Mean of daily min. : 11.8 °C
Maximum Temperature : 44.6 °C
i. Design ambient temperature : 45.0 °C
for performance guarantee
ii. For electrical system design : 50 °C
b) Relative humidity
i. Range : 15% to 100%
ii. Design relative humidity : 70%
for performance guarantee
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: C
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 29 of 58
SECTION -C
MULTI ENTRY ESCAPE CHUTE
TECHNICAL SPECIFICATION
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: C
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 30 of 58
I. TECHNICAL DATA SHEET:
1. TYPE OF ESCAPE CHUTE: 3 Layer Multi Entry Personnel Escape Chute.
2. MATERIAL : a) Inner layer--- Shall be made of Twaron/Kevlar fibre
along the entire length and chloro vinylique yarn across
the length to provide adequate strength.
b) Middle layer--- Expandable material like lycra and
modalacryl elastomer.
c) Outer layer--- Shall be made glass fibre fabric, non
flammable in nature to protect against external fire.
d). * Material used for the construction of chute, sleeve
should not be of polyester coated with fire retardant
or wire sewn or series of stainless steel coiled
springs sewn.
** certificate for the same shall be provided.
e) The entrance frame of chute material shall be made of
high grade aluminum alloy of AlSi6 or LM 23 or equivalent
material and certificate for the same to be provided.
3. CHUTE DIAMETER : a) Inner layer--- diameter shall not exceed 60cm.
b) Middle layer--- diameter shall not exceed 22cm, shall
be expandable to minimum three times of its diameter.
C) Outer layer--- diameter shall be of 62 2cm
d) The size of entry point of the chute shall not be
less than 58cm.
4. LOAD CARRYING CAPACITY : Inner layer--- Shall withstand the total load of the
chute and it shall have load carrying capacity of 10
tons (10,000 kg) or a maximum load of 5600kg per
meter width of fabric. The details of the load
carrying capacity of the material and as an
integrated system to be submitted.
5. WEIGHT OF CHUTE MATERIAL: a) Inner layer--- weight of the chute material shall
not exceed 300g/m2
b) Middle layer--- The weight of the chute material
shall not exceed 260g/m2
c) Outer layer--- weight of the chute material shall
not exceed 420g/m2
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: C
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 31 of 58
6. QUANTITY :
S/No LENGTH/TYPE OF CHUTE QTY ( in Nos)
A. Inserting type(overlap) chute 4.6 m length 03
B. Terminal chute with cushion pad of 4.5 m length 01
C. Inserting type(overlap) chute 4.4 m length 01
D. Inserting type(overlap) chute 4.3 m length 01
E. Inserting type(overlap) chute 3.7 m length 02
F. Inserting type(overlap) chute 3.4 m length 01
G. Terminal chute with cushion pad of 3.3 m length 01
H. Inserting type(overlap) chute 3.2 m length 01
I. Terminal chute with cushion pad of 2.6 m length 01
J. Terminal chute with cushion pad of 2.1 m length 01
Note : Supplier should quote compulsorily for the individual items required for completing
the project including above listed items for considering the offer
7. CHUTE STORAGE BOX : All the chutes shall be supplied with suitable
individual boxes made of stainless steel material,
which act as storage for the chutes. The box shall be
designed such that deployment of chute shall be
simple and automatic in addition to the protection of
chute when not in use.
8. TEMPERATURE/ FIRE RESISTANCE : a) Inner layer--- Made of fire resistance
material and shall functional upto 4500C.
Decompose temperature shall not be less than
5000C. Test certificate shall be produced along with
the supply of chute.
b) Middle layer--- Middle layer shall be functional
upto 1750C. Test certificate shall be produced along
with the supply of chute.
c) Outer layer--- Outer layer shall be functional upto
7500C and softening point shall be of 8000C. Test
certificate shall be produced along with the supply of
chute.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: C
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 32 of 58
9. CERTIFICATION/CODE : a) Chute material/manufacturing and testing shall be
as relevant EU/international/Indian standard.
b) Quality certificate/certificate of conformity by the
manufacturer shall be produced along with the
supply of chute.
Total amount for items A – J shall be taken into account for arriving at the lowest
bid.
Items listed are not exhaustive, over and above any accessories, items required to
complete the project should be considered in the scope of work and supply / installation
to be made.
10. Escape chute scheme layout drawing is attached in Annexure – II (Page No. 57)
and as per this drawing, the erection and commissioning to be carried out by the
supplier.
Note : All above specifications, shall be met by supplier and confirmation for
meeting the above specification shall be submitted along with technical bid.
Without the above confirmation, tender will not be considered for price bid.
II. TYPE OF CHUTE ENDS:
a) Terminal chute: The chute which ends at a floor and not into another chute is
termed as terminal chute. The operational length of the chute shall stop at 600 -
800 mm above the floor level. A cushioned bed made up of non flameproof
materials shall be attached to the ends of the chute by suitable means and shall
rest on the floor. The bed shall make the landing of the evacuees less strainful
compared to landing on concrete floor.
b) Inserting chute (overlap): Other than terminal floors, the chute ends shall be
inserted into the below level floor chute with an overlap of 400 mm. This is to
enable the evacuee to continue escaping.
III. BACKGROUND INFORMATION / FUNCTIONAL REQUIREMENT
PSLV Integration facility is a 30 m x 35 m x 74 m tall concrete structure mainly
intended for receiving and integrating satellite launch vehicle. This building consist
of 15 floors. 11 floors are going to be provided with emergency escape chute in
two location 1.5 m apart in every floor from first floor. Presently only one chute is
planned in this building in staggering arrangement for every 4/3 floors as given in
Annexure II. Along with this two additional chutes are planned in 3rd to 2nd floor and
2nd to 1st floor as shown in Annexure II for the purpose of training. In case of any
emergency, the occupants need to be evacuated in a very fast manner. Hence, it is
proposed to install multi entry escape chute for PIF.
The multi entry escape chute is to provide complete escape system which shall be
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: C
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 33 of 58
always ready for use - and it should protect the user as he escapes. It shall be
used successfully without any previous practice.
Average speed for evacuee with right behavior is to be considered for 2.5 m per
second. It should take within 35 – 40 seconds to descend a chute from 50 metres
to be considered. A maximum of 30 persons a minute shall be evacuated at height
from fire or danger. To control a fast, descend of a second person, the escape
chute shall have a provision to twist the chute (i.e. 2 turns) between the first and
the second person. By twisting the chute at full length and by slowly untwisting the
chute, the descending speed shall be controlled. This chute should be able to
enable injured on stretcher, unconscious or disabled people to be transported
down slowly and safely.
The chutes are proposed to be installed in openings provided on the floors in a
staggered manner so that multiple persons can escape through the chutes.
IV. DETAILED SCOPE OF WORK
1.1. Submission of Technical specification, Installation, Testing and commissioning
procedure for Multi Entry Vertical Emergency Escape chute for PIF facility and
getting approval from ISRO.
1.2. Submission of the drawings and documents as per the technical specification
along with test details and certificates.
1.3. Supply of all the equipment to SDSC SHAR, Sriharikota.
1.4. Installation of Multi Entry Vertical Emergency Escape chute at PIF facility,
SDSC SHAR, Sriharikota.
1.5. Testing and Commissioning at PIF facility, SDSC SHAR, Sriharikota
1.6. Implementation of safety at different stages of erection and commissioning.
1.7. Reliability and quality assurance during manufacture and testing of the
equipment.
1.8. Submission of guarantee for efficient and specified performance of the total
equipment. In case, any item is found to mal-operate or fails to provide
specified performance during inspection/ testing at SDSC SHAR or during
commissioning/ trial runs of the system or during guarantee period after
commissioning, the Supplier shall attend to the faulty/defective item within
shortest possible time and make necessary repairs/ replacements to the
satisfaction of the Department, without any commercial implication.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: C
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 34 of 58
V. PERFORMANCE DATA REQUIREMENTS
1. The escape chute shall be ready for immediate use as emergency exit.
2. Average speed for evacuee shall be of 2.5 m/s. It should take approximately 35 – 40
seconds to descend a chute of up to 50 metres length.
3. A maximum of 15 persons a minute can be evacuated at height from fire or danger.
4. The multiple protective layers of chute shall protect evacuee passing down the chute
from flame, heat, and smoke.
5. To operate the chute, there shall be no power source required.
6. The vertical gravity descend system shall relies solely on body weight, and test
proved that all evacuees regardless of body size, shape and weight, injured on
special designed stretcher and unconscious people, once inside the chute tube will
arrive at ground level quickly and relatively safely.
7. It shall transport a continuous flow of evacuees.
8. It shall require a little or no instruction for use.
9. It shall require a little physical exertion in sliding down the chutes.
10. Users shall have the ability to self-control the speed of own descends and also allow
external means to control the speed of one’s descend from the outside at ground.
11. It shall be suitable for all ages and physical conditions of evacuees, including
disabled people.
12. It shall be constructed in such a way that it enables rescue personnel to control the
evacuation process.
VI. INSTALLATION
1. Chute shall be installed permanently in the 660mmX660mm square opening
provided in the every floor.
2. The installation of chute will be after the clearance from the Department official at
SDSC SHAR.
3. The chute shall be installed in such a way that it allows facility occupants to gain
access to the chute at each floor where working personnel at several levels shall be
evacuated simultaneously from the facility.
4. The chute shall be installed in segments at each floor inside the duct provided in the
facility.
5. The escape chute installation should be designed as per the Building Specifications
in terms of Floor Heights and Total Height.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: C
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 35 of 58
VII. PACKING, TRANSPORTATION & SAFE STORAGE OF ITEMS AT SDSC SHAR
a) No equipment shall be delivered without obtaining dispatch clearance from SDSC
SHAR.
b) Party has to pack all the items in seaworthy packing to protect against corrosion. All
the equipment shall be properly packed to avoid any damage during transportation/
handling/storage
c) The supplier shall be responsible for transporting all the equipment to site, unloading
and storage.
d) The equipment received at site shall be stored at a place assigned for this purpose.
VIII. GENERAL ERECTION PROCEDURE
a) Equipment delivered at site to be inspected and checked as per Packing List.
b) The chute hatch shall be properly aligned and fixed to the cutout provided in the facility.
c) The chute hatch shall be fixed such a way that it is able to carry the load transferred to it.
d) Levels of chute to be rechecked after full installation.
IX. INSPECTION, TESTING AND COMMISSIONING AT SUPPLIER’S SITE
a) All the multi entry escape chute shall be tested at suppliers/manufactures site as per
the EN/IS/EU or relevant standards and all the test certificates shall be produced
along with the supply of material.
X. INSPECTION, TESTING AND COMMISSIONING AT DEPT. SITE
a) Functional testing of chute at site after erection and commissioning.
b) Checking the free flow of men/material through the escape chute as per the indent
specification.
c) In case, any equipment is found to malfunction or giving sub-standard performance
during this activity, it shall be replaced free of cost.
XI. DOCUMENTS TO BE SUBMITTED
DOCUMENTS TO BE SUBMITTED ALONG WITH THE OFFER
1. Signed copy of this Technical Specification as a proof of compliance to all the
requirements of the document.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: C
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 36 of 58
2. Confirmation of meeting specification given for Multi Entry Escape chute.
3. Dimensional details of the proposed Multi entry escape chutes.
4. Preliminary design calculations for Multi entry escape chute system.
5. Preliminary Quality Assurance Plan (QAP) which will be followed.
6. Detailed specification, schematic drawing, Bill of Material (BOM), complete with the
features indicated in the order specification.
7. Any other relevant data/information.
XII. DOCUMENTS TO BE SUBMITTED AFTER PLACEMENT OF OFFER
1. A bar-chart/ PERT network for all activities such as design, approval, procurement,
manufacturing, assembly, testing, inspection, delivery, erection, commissioning etc.
shall be submitted within two weeks of placement of order.
2. Detailed specification, schematic drawing, Bill of Material (BOM), complete with all
specification of all multi entry escape chute segments incorporating all the required
details against the features indicated in the order specification
3. General arrangement drawings and cross sectional details indicating dimensional
details for the equipment and bill of material.
4. Certified detailed technical literature of all components highlighting all the features of
the items finally selected.
5. Safety, reliability and quality assurance plans followed for each type of equipment.
6. Installation drawings and instructions for various segments of multi entry escape
chute.
7. Weight of each segments of multi entry escape chute.
8. Copies of Purchase Orders for bought-out items blanking price part (one copy only)
9. Any other relevant data/information.
XIII. DOCUMENTS TO BE SUBMITTED AFTER COMMISSIONING
1. Three (3) sets of Operation and Maintenance Manuals, spare parts catalogue,
engineering data sheets and part lists covering each item including bought out
components along with all drawing shall be compiled and submitted.
2. One set of reproducible and soft copy on CD/DVD for all drawing and operation &
maintained manuals.
3. As-built drawings (3 copies).
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: C
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 37 of 58
4. Design calculation and analysis data if any.
5. Complete Inspection / test results (3 copies).
6. Inspection certificate & guarantee certificate (3 copies).
XIV. QUALITY ASSURANCE PLAN
1. Tenderer shall have an established and effective Quality Assurance plan during
manufacturing the system. The SR & QA plan shall be submitted for approval of
ISRO.
2. Tenderer shall ensure that the item supplied is absolutely safe for use in the
stipulated work environment and conform to applicable safety norms and standards
3. During manufacture, fabrication assembly, testing and delivery, the vendor shall
strictly comply with Quality Assurance instruction including Cleanliness Control,
procurement Control, Design change Control, Deviation Control, Failure Reporting &
Analysis, Calibration Control, documents control & Training requirements.
XV. GENERAL INSTRUCTION TO THE CONTRACTOR
1. The items covered in this specification shall confirm to technical specifications,
latest revision of relevant standards and requirements in respect of accuracy,
performance, dimensions, materials of construction, manufacturing, safety,
reliability & quality assurance, inspection and testing.
2. The supplier shall keep essential commissioning spares available at Sriharikota
during commissioning phase, a list of such spares shall be furnished in four
weeks after order placement.
3. All the equipment and accessories to be supplied under this package shall be
new & from the latest product range of the supplier.
4. The Supplier shall list out all the equipment along with their components/ parts,
including make, type, model number and the other details for the approval of
SDSC SHAR. Any deviation from it after approval shall not be permitted.
5. All correspondences /documents shall be in English language and the data /
other dimensional details shall be submitted in Metric Units only.
6. The supplier shall indicate any assumption made in respect of specification, data
of any other details that have not been mentioned in this order but considered
necessary for sizing & selection of equipment to meet the specified application
requirements. All such assumptions will not be binding on ISRO unless expressly
agreed upon. The supplier, under these conditions, shall supply equipment based
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: C
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 38 of 58
on the data accepted to ISRO without any commercial implication.
7. All necessary facilities including tools, testing equipment, instruments,
accessories, manpower assistance etc. shall be provided by the supplier to
enable inspection of equipment by ISRO during its manufacture/ fabrication/
assembly & inspection.
8. The supplier shall be responsible for adherence to all the applicable rules,
regulations & requirements of statutory bodies of the Andhra Pradesh State
Government and Central Government of India, as required.
XVI. COMPLIANCE TO STANDARDS
All the items supplied or used shall be new and of first quality and shall be
manufactured/ fabricated and tested in accordance with the latest editions of the
relevant Indian/Intentional Standards. Any components or systems where no
specific standards are applicable shall be fabricated as per the instructions and
directions of the purchaser or its authorized nominee.
XVII. QUALITY OF MATERIALS AND WORKMANSHIP
All equipment, materials and articles incorporated in the work should be new, free
from defects and of the most suitable grade for the purpose intended. All work under
this contract shall be performed in a skilful and workman-like manner and shall be
consistent with the best practices of the industry.
If at any time SDSC SHAR (ISRO) notifies that any such equipment, material, article
or workmanship fails to meet the foregoing standards, the contractor shall promptly
take all the remedial steps required to meet those standards.
XVIII. OPERATION INSTRUCTION AND PROCEDURE
The Supplier has to submit the ‘brief step-by-step operation procedure’ as conceived
by the designer for approval at detailed design stage itself. After testing and
commissioning stage the updated document shall be submitted for final clearance
and approval. Three copies of the same shall be supplied. Permanent physical
identification, which are legible, clearly visible at any stage of operation etc. and
markings shall be given on the system where the operator has to carry out his work.
Procedure should be well detailed and it should identify all checkpoints before
carrying out any operation. For each operation, a checklist has to be made for
systematic check-up and operation.
Operation manual shall include all minute activities and checkpoints in very detailed
manner. The manual also shall include trouble shooting, possible causes and
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: C
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 39 of 58
remedial measures to be adopted.
XIX. MAINTENANCE INSTRUCTIONS AND PROCEDURE
Brief maintenance provisions/ procedure document shall be prepared and submitted
at detailed Engineering stage itself. After testing and commissioning stage, the
detailed document shall be submitted for final clearance and approval.
Three copies of the same shall be supplied.
Maintenance document shall include but shall not be limited to the following:
01. Block diagram of the system
02. Applicable drawings
03. List of all bought out items, detailed specifications and catalogues
04. History of the system
05. List of tools
06. Parts bins
07. List of consumables and maintenance schedules
08. List of spares
09. Systematic health checks procedure
10. Work prior to starting maintenance
11. Step by step procedure for dismantling of a sub-system
12. Step by step procedure for carrying of repair
13. Step by step procedure for re-assembling
14. Test results
15. Final report
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 40 of 58
SECTION -D
ANNEXURES
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT SECTION: D1
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 41 of 58
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, installation, testing, commissioning and carrying out performance test at site inclusive of all taxes and duties as applicable except sales tax on finished products and service tax which shall be separately indicated in the price bid.
5. Total price 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.
6. Proposed essential maintenance tools & tackles and essential start-up spares shall be submitted separately as per format enclosed in Section D9 & D10 (Page No 53 & 54) in a sealed cover along with technical bid.
Department reserves the right to accept/reject the essential maintenance tools & tackles
and Start-up spares proposed by party as a whole/partially.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT SECTION: D1
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 42 of 58
(A) UNPRICED SCHEDULE OF UNIT PRICE (Prices column to be kept blank)
Sl. No. Item Qty.
1. Multi Entry Escape chute system Lot Quoted
in price
bid
2. GST on total supply price (price mentioned in Sl.
No.: 1) @ applicable on above items.
---
---- %
3. Service tax on Erection and commissioning price
(price mentioned in Sl. No:1) @ __________
applicable on above items.
--- ST ___%
on ___%
of quote
4. Any other taxes and duties
TOTAL COST: Quoted in price bid
SIGNATURE
SEAL OF THE COMPANY NAME
DESIGNATION
DATE
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D2
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 43 of 58
BID QUALIFICATION CRITERIA FOR SUPPLY OF MULTI ENTRY ESCAPE CHUTE SYSTEM
Bidders who are qualifying / meeting following Technical and financial criteria are eligible to participate in the bid for supply of Multi Entry Escape Chute system for PIF, SDSC SHAR. Bidder shall furnish all the information mentioned in the criteria with documentary proof and submit along with quotation. Bids of the parties which are not meeting the following criteria will not be considered for evaluation and will be rejected without seeking any further clarifications.
A. Technical Qualification Requirements:
The bidder shall meet the following technical qualifying requirements and shall submit relevant certificates to establish his credentials.
1. The Bidder shall be an organization with long experience in having executed contracts for supply, erection, testing and commissioning of Multi Entry Escape Chute system.
2. The firm shall have successfully completed Installation, Testing and Commissioning of at least 5 Multi Entry Escape chute system in a high rise building of not less than 70 m tall / height in INDIA. Bidders have to provide relevant certificates from the end users along with the submission of bid for consideration of bid document.
3. The firm shall have facilities for erection, testing and operation demonstration etc. B. Financial Qualification Requirements:
1. The Bidder should have annual turnover of not less than a value of Rs 20 lac per year in
the last two financial years ending with 31.03.2019.
2. IT/ TDS certificate shall be submitted with Loss & Profit for last three years.
3. Bidder shall submit audited statement of financial status for last three years.
C. The following documents shall be submitted along with the Techno-
commercial bid for prequalification of Bidder.
1. Firm establishment certificate and nature of work.
2. Details of work of similar type completed during the last five years ending with 31.01.2020
3. Satisfactory work Completion certificates from the clients, with the work order copies
4. Performance Report of order completed (with years of service) from End users, with addresses and contact person with phone numbers.
5. Documentary evidence (Technical details &. drawings) for fulfilling special technical conditions as per the RFP document
6. Copy of audited Balance Sheets for last three years
7. IT / TDS certificates for last three years.
8. Current Solvency Certificate.
9. List of value, and work order copies of total projects under Execution with purchase order name and address.
10. Structure and Organization chart.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D2
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 44 of 58
11. List of personnel with qualification &. experience in the firm in the areas of design, production, quality, safety, administration etc.,
12. List of Machinery &Equipment to be used for the work.
D. Bid Selection Procedure and Process of Pre-Qualification
1. Short listing based on documents submitted, satisfying all the 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, if required.
3. Visit to sites by our technical team where Bidder has established above mentioned works, if required.
4. If required, visit will be made to their factory/ firm by our technical team for accessing the capability of manufacturer.
5. Scrutiny of all technical specification and supply conditions mentioned in techno-commercial bid.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D3
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 45 of 58
SCHEDULE OF PERFORMANCE GURANTEE
The BIDDER shall furnish Performance Guarantees as listed below based on the
requirements specified in Section C of this Specification:
1) The chute material shall be non flameproof and non steel and non wire materials.
2) The chute frame shall fit into a 660 mm x 660 mm square opening provided on the floors.
SIGNATURE :
NAME :
DESIGNATION:
SEAL OF THE COMPANY DATE :
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D4
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 46 of 58
SCHEDULE FOR GENERAL PARTICULARS / VENDOR EVALUATION FORMAT
SR.
NO.
DESCRIPTION
1. Name of Company
2. Address of Company
3. Type of Company (Proprietary/Pvt.Ltd/Public
Ltd/Joint Venure/Consortium)
4. Registration number
5. Year of inception of the company
6. Registered address
7. Name & address of the office of the Chief
Executive of the company
8. Name & Designation of the officer of the Bidder to
whom all correspondence shall be made for
expeditious technical/ commercial co-ordination.
Telephone number
Fax number
E-mail address
9. Locations of the Branches of Company (if any)
10. Annual turn-over of the company for the last three
years
11. IT returns for the last 3 years
12. Major customers (Enclose copies of the Purchase
Orders)
13. Any customers feedback on the services which is
in writing (Pl. enclose copies)
14. Quality certification of the company
15. PAN Card Copy
16. The Profit & Loss Account details for the last 3
years which is duly audited and Submitted as part
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D4
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 47 of 58
SR.
NO.
DESCRIPTION
of the Annual Report
17. Orders executed during last three years, Not less
than 90m tall/height, references are is to be
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. Testing facility Available:
21. Details of inspection facilities / Instruments
available ( Brief description & specifications shall
be provided)
22. Bid validity period
(Min. 4 months from due date of bid submission)
23. Completion Schedule
24. Period required for Supply (within 4 months)
___ months
25. Period required for Installation, testing and
commissioning at Department site (within 1 month
from date of clearance for installation)
___ months
SIGNATURE :
NAME :
DESIGNATION:
SEAL OF THE COMPANY DATE :
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D5
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 48 of 58
SCHEDULE OF SUB-VENDORS
1.0 GENERAL
1.1 This section provides details of the Approved makes for bought-out items, which form a part of this enquiry package.
1.2 BIDDER shall clearly indicate the makes of all bought-out items and shall at no point in time during execution deviate from those indicated in the offer document.
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D6
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 49 of 58
EXCEPTIONS AND DEVIATIONS
In line with Proposal Document, Bidder may stipulate Exceptions and deviations to the
proposed conditions if considered unavoidable.
Sl
No
Reference in
Specification Dept.
Specification Offered Specification Deviation
Page
No Clause No
NOTE :
Only deviations are to be written in the above form.
Any deviations taken by the Bidder to the stipulations of the Proposal document shall be
brought out strictly as per this format and enclosed along with the bid.
Any deviations not brought out in this Proforma and written elsewhere in the Proposal
document shall not be recognized and the same is treated as null and void.
Any wilful attempt by the Bidders to camouflage the deviations by giving them in the
covering letter or in any other documents that are enclosed may render the Bid itself non-
responsive.
SIGNATURE :
NAME :
DESIGNATION:
SEAL OF THE COMPANY DATE :
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D7
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 50 of 58
SCHEDULE OF BIDDER’S EXPERIENCE
The bidder shall furnish here under a list of relevant works executed by him to whom a reference may be made by the
PURCHASER in case the PURCHASER considers such a reference necessary.
Sl.
No.
Name & address of
Client / Name & address
of project or plant (incl.
tel.no., fax no., e-mail
and name & designation
of person who can be
contacted.
Purchase
Order /
Contact no.
and Date.
Brief
details of
equipment /
system
covered
Scope of
services
(See
Legend)
Contract
price (Rs)
Scheduled
date of
completion
Actual date
of
completion
Reasons for
delay in
completion,
if applicable.
Remarks
LEGEND: E - INSTALLATION, S – SUPPLY, SUP – SUPERVISION OF INSTALLATION, TC – TESTING AND COMMISSIONING
SIGNATURE :
NAME :
DESIGNATION :
COMPANY :
COMPANY SEAL DATE :
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D7
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 51 of 58
SCHEDULE OF BIDDER’S SIMILAR COMPLETED or PRESENT WORK
The bidder shall furnish here under a list of relevant works executed or being executed to whom a reference may be made
by the PURCHASER in case the PURCHASER considers such a reference necessary.
SL.
NO.
Name & address of Client /
Name & address of project or
plant (incl. tel.no., fax no., e-
mail and name & designation of
person who can be contacted.
Purchase Order /
Contact no. and
Date.
Brief details
of equipment
/ system
covered
Scope of
services
(See
Legend)
Contract
price (Rs)
Scheduled
date of
completion
Expected
date of
completion
Remarks
LEGEND: E - INSTALLATION, S – SUPPLY, SUP – SUPERVISION OF INSTALLATION, TC – TESTING AND COMMISSIONING
SIGNATURE :
NAME :
DESIGNATION:
COMPANY :
Company Seal DATE :
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D8
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 52 of 58
SCHEDULE OF TIME FOR SUPPLY AND INSTALLATION AT SITE
The BIDDER shall indicate below the time for manufacture, despatch and completion of
each equipment and shipment time from the date of Letter of Intent (LOI) as shown below:
SL.NO
EQUIPMENT
PR
OC
UR
EM
EN
T F
RO
M
DA
TE
OF
LO
I (W
EE
KS
)
TIM
E F
OR
TE
ST
S A
T
WO
RK
S,
DIS
MA
NT
LIN
G,
PA
CK
ING
AN
D R
EA
DY
FO
R D
ES
PA
TC
H F
RO
M
WO
RK
S (
WE
EK
S)
TIM
E F
OR
SH
IPM
EN
T
TO
SIT
E (
WE
EK
S)
TIM
E F
OR
ER
EC
TIO
N
AN
D C
OM
MIS
SIO
NIN
G
AT
SIT
E (
WE
EK
S)
TO
TA
L T
IME
FR
OM
DA
TE
OF
LO
I T
O
RE
CE
IPT
AT
SIT
E
(WE
EK
S)
1. 2 3 4 5 6 7=(3+4+5+6)
1
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D9
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 53 of 58
SCHEDULE OF MAINTENANCE TOOLS AND TACKLES
The BIDDER shall indicate below Special Maintenance Tools and Tackles for the equipment,
plant or system offered by him.
Sl. No. DESCRIPTION QUANTITY OR NUMBER OF SETS
UNIT PRICE Rs.
TOTAL PRICE Rs
REMARKS
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
SECTION: D10
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 54 of 58
SCHEDULE OF START-UP AND COMMISSIONING SPARES
The BIDDER shall indicate below Start-up and Commissioning Spares for equipment, plant
or system offered by him.
SL
.NO
EQ
UIP
ME
NT
TA
G
NU
MB
ER
DE
SC
RIP
TIO
N O
F
SP
AR
E
MA
TE
RIA
L O
F
CO
NS
TR
UC
TIO
N
MA
NU
FA
CT
UR
ER
A
ND
PA
RT
NU
MB
ER
QU
AN
TIT
Y/S
ET
RE
CO
MM
EN
DE
D
PE
R U
NIT
EQ
UIP
ME
NT
UN
IT P
RIC
E Rs
TO
TA
L P
RIC
E Rs
DE
LIV
ER
Y P
ER
IOD
(WE
EK
S)
FR
OM
DA
TE
OF
LO
I
RE
MA
RK
S
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
Check List
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 55 of 58
CHECKLIST FOR BID SUBMISSION
Sl
no Description
Response
by supplier
1.
All documents related to Prequalification criteria mention in Section D2
(Page No. 43&44) have been met and all related documents are enclosed
in technical Bid
Yes / No
2. Are all the technical particulars as called for in the data sheets Section A,
B&C and commercial details as called for in schedule of prices filled up Yes / No
3. The detailed scope of work and technical specifications are understood
and price was quoted accordingly. Yes / No
4. Confirmation that the quoted prices are firm and fixed till the completion of
scope of work. Yes / No
5. Validity of Offer is 4 months (minimum). Yes / No
6. Vendor Evaluation Format is attached. Yes / No
7. List of Customs Duty Exemption Certificate (CDEC) items are submitted for
providing CDEC by Department. Yes / No
8. List of IGST Concession Certificate items are submitted for providing
EDEC by Department. Yes / No
9. GST to be indicated in percentage (if not mentioned it will be assumed that
the price quoted are inclusive of taxes). Yes / No
10. Delivery Schedule with milestones Yes / No
11. Accepted the Department Payment Terms Yes / No
12. Are General terms and Conditions of Contract for Supply & Erection
included in proposal acceptable? Yes / No
13. If not acceptable, are the deviations brought out in the "Schedule of
Deviations" Yes / No
14. Are there any deviations from enquiry technical specifications? Yes / No
15. If there are technical deviations, are these filled in "Schedule of Deviations
from Tech. Specifications"? Yes / No
16. Warranty for the fully commissioned and accepted system is 12 months Yes / No
17.
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
18.
10 % of the Order Value shall be submitted as Performance Bank
Guarantee, which is valid till completion of the warranty period plus 2
months claim period.
Yes / No
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
Check List
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 56 of 58
19. Liquidated Damages are acceptable Yes / No
20. Last three years audited financial results are enclosed Yes / No
21. Registration certificate of the company is enclosed Yes / No
22. All the forms in Section D1 to D10 are filled Yes / No
23. Are all data sheets A/B duly filled in and submitted in offer Yes / No
24. Technical documents / drawings are attached along with technical bid Yes / No
25. Section D9 & D10 is filled separately and sealed cover is sent to SDSC
SHAR for along with hard copy of technical bid. Yes / No
SIGNATURE :
NAME :
DESIGNATION:
SEAL OF THE COMPANY DATE :
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
Check List
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 57 of 58
ANNEXURE - II
TO TENDER NO: SHAR/SCSD/2020013160
ESCAPE CHUTE GENERAL ARRANGEMENT
SPEC NO.: PIF/
Multi Entry Escape chute
PSLV INTEGRATION FACILITY PROJECT
Check List
MULTI ENTRY ESCAPE CHUTE FOR PIF
Page 58 of 58
Tender No: SHAR/SCSD/2020E1316002 1
Tender Details
Tender No: SHAR/SCSD/2020E1316002
Tender Date: 28/10/2015
Purchase Entity: SHAR CENTRAL SAFETY
Tender No: SHAR/SCSD/2020E1316002 2
Tender Attachments
Technical Write-up/Drawings
Attachment - I:
IDT01818700000000000isro05401.pdf
Attachment - II:
Attachment - III:
Attachment - IV:
Attachment - V:
TERMS AND CONDITIONS FOR INDIGENIOUS ITEMS
.:
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 : [email protected], [email protected], [email protected]
Tender No: SHAR/SCSD/2020E1316002 3
1. Interested tenderers may, at their option, login to https://eprocure.isro.gov.in and submit your offers
.
2. TENDER FEE NOT APPLICABLE
3. EARNEST MONEY DEPOSIT NOT APPLICABLE IF NOT MENTIONED IN THE RFP SPECIFICATIONS
4. Indian agents while quoting on behalf of their principals are requested to attach Principals original
quote necessary authorization letter from their Principals, copy of agency agreement etc in their bid.
5. TWO PART BIDS: In case of Two part tender , price details shall not be uploaded in the Technical &
Commercial Bids (Part I),failing which the bid will be treated as INVALID.
6.The offer should be valid for a minimum period of 120 days for 2 part / 90 days for single part from the
date of opening.
7. Due date & time: Sufficient time has been allotted for Bid submission. Vendors are requested to
complete Bid submission well in advance. Last minute requests for due date extension citing server
problems etc will not be entertained. Bids will not be entertained after the due date and time.
7. Request for the extension of the due date will not be considered.
8.
(a) Bid Opening for Public Tender: In case of Public Tender-Two Part Tenders: Technical and Commercial
Bids will be opened on the first day specified for Tender opening. Interested vendors can attend the
tender opening session to know the bidding details (Bidders presence is not mandatory to consider the
quote for evaluation).
Price Bid opening of the selected vendors will be scheduled later and it will be intimated to the selected
Bidder.
(b) For Limited Tender: Bidders participation is not allowed.
9. Prices are required to be quoted according to the units indicated.
10. Preference will be given to those tenderers offering supplies from ready stocks and on the basis of
FOR destination delivery at site.
11. (a) All available technical literature, catalogues and other data in support of the specifications and
detail of the items should be furnished as attachments.
(b) Samples, if called for, should be submitted free of all charges by the tenderer and the Purchaser shall
not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non-
acceptance of tender, the tenderer will have to remove the samples at his own expense.
Tender No: SHAR/SCSD/2020E1316002 4
(c) Approximate net and gross weight of the items offered shall be indicated in your offer. If dimensions
details are available the same should be indicated in your offer.
(d) Specifications: Stores offered should strictly conform to our specifications. Deviations, if any, should
be clearly indicated by the tenderer in their quotation. The tenderer should also indicate the Make/Type
number of the stores offered and provide catalogues, technical literature and samples wherever
necessary. Test certificates wherever necessary should be attached. Whenever options are called for in
our specifications, the tenderer should address all such options. Wherever specifically mentioned by us
the tenderer could suggest changes to specifications with appropriate response for the same.
12. The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right
of acceptance of the whole or any part of the tender or portion of quantity offered and the tenderers
shall supply the same at the rates quoted.
13. All amounts shall be indicated both in words as well as in figures. Where there is difference between
amounts quoted in words and figures, amount quoted in words shall prevail.
14. The tenderer will be required to furnish a document containing the name of his bankers as well as
the latest income-tax clearance certificate duly counter signed by the Income-tax Officer of the Circle
concerned under the Seal of his office, if required by the Purchaser.
15. The Purchaser reserves the right to place order on the successful tenderers for additional quantity
up to 25% of the quantity offered by them at the rates quoted.
16. Sr. Head, Purchase and Stores, SDSC SHAR SRIHARIKOTA reserves the right to accept or reject any
bid in part or full without assigning any reason thereof.
Instructions to Tenderers (PT)
.:
TERMS AND CONDITIONS OF TENDER
1.Price quoted should be on the basis of FOR, SDSC SHAR / delivery at site. The Purchaser will not pay
separately for transit insurance, and the risk and cost during transit shall be exclusively the responsibility
of the Contractor and the purchaser shall pay only for such stores as are actually received in good
condition in accordance with the Contract.
2.Quotation should be valid for at least 90 days from the date of opening of the tender.
Tender No: SHAR/SCSD/2020E1316002 5
3.The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to
be the essence of the Contract and delivery must be completed not later than the date specified therein,
and failure to do so, without adequate justification, may involve cancellation of the Contract at the
discretion of the Purchaser.
4.(a)Prices are required to be quoted according to the units indicated in the annexed tender form. When
quotations are given in terms of units other than those specified in the tender form, relationship
between the two systems of unit must be furnished.
(b) Corrections, if any, in the quotation must be attested. All amounts shall be indicated both in words
as well as in figures. When there is difference between the amount quoted in words and figures, the
amount quoted in words shall prevail.
5.The Purchaser reserves the right to accept or reject any quotation fully or partly without assigning any
reason therefore.
6.Payment terms shall be as specified in RFP ,if not specifically mentioned the normal payment term is
full payment within 30 days from the date of receipt and acceptance of material ordered. Our Bankers
are State Bank of India, Sriharikota Branch ,Nellore District 524124.
7.Where counter terms and conditions/printed or cyclostyled conditions of sale have been offered by
the tenders, the same shall not be deemed to have been accepted by the Purchaser unless the
Purchaser's specific written acceptance thereof is obtained.
8.Specifications: Stores offered should strictly conform to Purchaser’s specifications. Deviations, if any,
shall be clearly indicated by the tenderer in his quotation. The tenderer should also indicate the
Make/Type number of the stores offered and provide catalogues, technical literature and samples,
wherever necessary, along with the quotation. Test certificate, wherever necessary, should be
forwarded along with supplies. Wherever options are called for in our specifications, the tenderer
should address all such options, wherever specifically mentioned by us, and the tenderer could suggest
changes to specifications with appropriate response for the same. Even in such case, the tenderer
should state why he cannot meet our specification/s and why he is suggesting the change.
9.GST intended to be claimed, should be distinctly shown separately in the tender.
10.Guarantee: The stores offered should be Guaranteed as specified in RFP or for a minimum period of
twelve months after acceptance or longer period as applicable against defective stores design, operation
or manufacture. For defects noticed during the guarantee period, replacement/repair should be
arranged free of cost within a reasonable period of such notification. In cases where our specifications
call for a guarantee period more than 12 months specifically, then such a period shall apply.
11.The Contractor shall at all times indemnify the Purchaser against all claims which may be in respect of
the stores for infringement of any right protected by Patent, Registration or design or Trade Mark and
shall take all risks of accidents or damage which may cause a failure of the supply from whatever causes
Tender No: SHAR/SCSD/2020E1316002 6
arising and the entire responsibility for the sufficiency of all means used by him for the fulfilment of the
Contract.
12.Arbitration:
In the event of any dispute/s, difference/s or claim/s arising out of or relating to the interpretation and
application of the Contract, such dispute/s or difference/s or claim/s shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties. If such a resolution is not possible, within 30
days from the date of receipt of written notice of the existence of such dispute/s, then the unresolved
dispute/s or difference/s or claim/s shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time. The arbitration shall be conducted in Bengaluru in the Arbitration and
Conciliation Centre –Bengaluru (Domestic and International) as per its rules and regulations. The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator. The
considered and written decision of the Arbitrator shall be final and binding between the Parties. The
applicable language for Arbitration shall be “English” only.
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings, without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained.
13.Successful tenderer will have to furnish in the form of a Bank Guarantee or in any other form as
called for by the Purchaser towards adequate security for the materials/property provided by the
purchaser for the due execution for the Contract.
14.Packing and Forwarding: The Contractor will be held responsible for the stores being sufficiently and
properly packed for transport by rail, road, sea or air, to withstand transit hazards and ensure safe
arrival at the destination. The packing and marking of packages shall be done by and at the expense to
the Contractor.
15. The delivery date mentioned in the Purchase Order is the essence of the Contract. If the Contractor
fails to deliver the item[s] within the delivery period stipulated, the Purchaser reserves the right to
recover Liquidated Damages @0.5% of the order value per each calendar week of delay subject to a
maximum of 10% of the total order value.
16. Upon the completion of the Contract, the Contractor should furnish a Performance Bank Guarantee
equal to 10% of the order value valid till 2 months beyond the stipulated warranty period.
Tender No: SHAR/SCSD/2020E1316002 7
STANDARD TERMS AND CONDITIONS
.:
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 : [email protected], [email protected], [email protected]
<font size=3>STANDARD TERMS AND CONDITIONS
1.Instruction to Indigenous Suppliers:
a) Payment Terms shall be as specified in RFP. If not specifically mentioned Our Normal payment term is
100% within 30 days after receipt and acceptance of the item at our site. Please confirm acceptance in
your quotation.
b) GST/IGST:
Please specify GST percentage, if any, in your offer. Please mention HSN code in your offer and IGST @
5% will be paid as per Notification No. 47/2017 –Integrated Tax (Rate) dated 14.11.2017 and
Government of Andhra Pradesh Goods and Service Tax Act, 2017 (Act No.16 of 2017), G.O.MS.No.599
Dated:12.12.2017. (IGST concession certificate will be provided along with PO) Our GST No. is.
37AAAGS1366J1Z1.
c) Purchase / Price preference to MSEs
Purchase/Price preference will be applicable to the product reservation admissible to the Micro and
Small Enterprises. Purchase/Price Preference shall be extended to the MSEs under the Public
Procurement Policy for MSEs formulated under the Micro, Small and Medium Enterprises Development
Act, 2006. The participating MSEs in a tender, quoting price within the band of L-1 + 15% may also be
allowed to supply a portion of the requirement by bringing down their price to the L-1 price, in a
situation where L-1 price is from someone other than an MSE. Such MSEs may be allowed to supply upto
Tender No: SHAR/SCSD/2020E1316002 8
20% of the total tendered value. In case of more than one such eligible MSE, the supply will be shared
equally.
Micro & Small Enterprises which have technical capability to deliver the goods & Services as per
prescribed technical & quality specifications and may not be able to meet the qualification criterion
relating to prior experience-prior turnover may be relaxed as per guidelines issued by Ministry of
MSMEs & as amended from time to time.
Interested vendors shall specifically claim the benefit with supporting documents
2.Instruction to foreign Suppliers:-
a)Payment Terms shall be as specified in RFP. If not specifically mentioned Our normal payment term is
SIGHT DRAFT, Please confirm acceptance in your offer, if you insist for L/C, and all bank charges shall be
to your account. Confirm acceptance.
b)Please specify whether any export clearance is required in case of an order on you.
c)Warranty/Guarantee applicable for the item shall be mentioned in your offer
d)Special Certification for packing Material : as per Plant Quarantine (Regulation of Control into India)
Order 2003, Articles packed with packing material of plant origin viz., hay, straw, wood shavings, wood
chips, saw dust, wood waste, wooden pallets, Dunn age Mats, wooden packages, coir pith, pear or
sphagnum moss etc., will be allowed entry by Customs only with a Phytosanitary Certificate. In case if a
Purchase Order, if you propose to us any of the above material for packing such a certificate issued by
your local Plant Quarantine Authority shall be furnished.
e)Confirm whether any Export License is required and for which End User Certificate is to be provided by
us, in case of an Order on you. (Enclose format for EUC, if applicable)
f)Either Indian Agent on behalf of the foreign principals or the foreign principal directly can quote
against this order, but not both. In either case an Indian agent cannot represent more than one
principal against the same tender.
g) In case the quote is in INR we prefer to execute the same on HSS Basis and for which Concessional
Customs duty as per Notification no.50/2017 Cutoms dated 30.06.2017,Serial No.539(A) as amended by
Notification no.05/2018 dated 25.01.2018. In case the quote is on Indian Rupee (Outside High Sea Sale),
the price shall include taxes and duties if any. We shall not able to provide any duty or IGST tax
exemption/concession certificates. If the item quote is of USA make, please quote for all-inclusive price
since we prefer to get the item on FOR destination basis.
Common terms to Indigenous and foreign suppliers
3.Warranty
Tender No: SHAR/SCSD/2020E1316002 9
You shall provide applicable warranty for the items offered by you without fail. For the applicable period
you shall provide necessary warranty certificate.
4.Performance Bank Guarantee
Towards the performance of the systems during the warranty period you shall submit a performance
bank guarantee equivalent to 10% of the order value to cover the warranty period. This PBG shall be
interest free and the same shall be returned to you on successful completion of all contractual
obligations. The said PBG shall have a further claim period of 2 months.
5.Security Deposit
On acceptance of the order, you shall submit an interest free amount equivalent to 10% of the total
contract/order value towards security deposit. This security deposit is collected towards the
performance of the Contract. The said Security Deposit shall be submitted either in the form of Bank
Guarantee/Demand Draft/FDR receipts duly endorsed in the name of the centre. The Security Deposit
will be returned to you on successful completion of the Contractual obligations; failing which it shall be
forfeited/adjusted.
6.Offer Validity
Your offer shall be valid for 120 days in case of 2 part / 90 days in case of single part from the date of
tender opening. In case you offer validity is less than the mentioned above, the said offer is liable for
rejection which may please be noted.
7.Liquidated Damages:
If you fail to deliver the ordered items satisfactorily within the time specified or any extension thereof,
Liquidated Damage @ 0.5%(zero point five percent) of the order value or part thereof the un-delivered
items for each calendar weeks of delay shall be recovered from your bill. However total Liquidated
Damage shall not exceed 10% (ten percent) of the order value.
8.Offers received through post,courier, fax or email will not be considered.
9. Technical and commercial bid (Part-I) shall not contain any price details. Optional accessories or other
price details, if any shall be uploaded in Supporting documents related to Price Bid, to be opened along
with Price Bid.10. In respect of FIM being issued, the fabricator shall submit Bank Guarantee for
equivalent sum compulsorily. In case, submission of Bank Guarantee is not possible, the reasons there
for shall be clearly mentioned. However, for such cases the fabricators at their cost shall secure such
FIM through Insurance Policy with Director, LPSC as beneficiary. In case of PSU and Government
Organization, Indemnity Bond in lieu of Bank Guarantee is acceptable. Balance FIM/Scrap, if any shall be
returned along with the supply of the items. Please confirm acceptance in your quotation.
12.SDSC SHAR shall have the right to place part order among the parties for the items for which they are
the lowest.
Tender No: SHAR/SCSD/2020E1316002 10
13. Arbitration:
In the event of any dispute/s, difference/s or claim/s arising out of or relating to the interpretation and
application of the Contract, such dispute/s or difference/s or claim/s shall be settled amicably by mutual
consultations of the good Offices of the respective Parties and recognizing their mutual interests
attempt to reach a solution satisfactory to both the parties. If such a resolution is not possible, within 30
days from the date of receipt of written notice of the existence of such dispute/s, then the unresolved
dispute/s or difference/s or claim/s shall be referred to the Sole Arbitrator appointed by the Parties by
mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as
amended from time to time. The arbitration shall be conducted in Bengaluru in the Arbitration and
Conciliation Centre –Bengaluru (Domestic and International) as per its rules and regulations. The
expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator. The
considered and written decision of the Arbitrator shall be final and binding between the Parties. The
applicable language for Arbitration shall be “English” only.
Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration
proceedings, without prejudice to a final adjustment in accordance with the decision of the Arbitrator
unless otherwise directed in writing by the DEPARTMENT or unless the matter is such that the works
cannot be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained.
Instructions to tenders for Two part bid
.:
TWO PART -INSTRUCTION TO TENDERERS
1. This requirement can be quoted only through online e-procurement mode using ISRO portal
https://eprocure.isro.gov.in. No manual tender will be considered.
2. The vendors have to get themselves registered in above site to download the tender details. To
register in above ISRO portal(https://eprocure.isro.gov.in) the vendors need to have digital certificate
The digital certificate can be obtained from any digital certifying authority like M/s (n)Code solutions;
M/s Tata Consultancy Ltd., M/s Satyam Information System etc.
3. THE PARTIES ARE ADVISED TO DOWNLOAD THE TENDER AND SUBMIT THE BID ON ONLINE AT LEAST
TWO DAYS PRIOR TO TENDER CLOSING DATE TO AVOID LAST MINUTE NETWORK PROBLEM. THE DUE
DATE SHALL NOT BE EXTENDED DUE TO NETWORK OR COMPUTER RELATED PROBLEMS.
4.TENDER FEE NOT APPLICABLE.
5. This being a two part tender “ Technical & Commercial Part and Price Part separately, the tenders
should not attach any documents containing Pricing information along with Technical & Commercial Bid.
Tender No: SHAR/SCSD/2020E1316002 11
Normally we do not open PART-II (Commercial Offer), if PART-I (Technical Offer) does not meet with our
technical specification requirements.
6. Our Tender Enquiry contains technical requirements and specification. The detailed technical
specification of your offer should be covered in the technical part. The Technical documents need to be
attached online as a single PDF file without any prior information. The tenders attachment containing
Price details will be treated as unsolicited offers and rejected.
7. The quote should indicate quantity wise unit rate seperately which have to be filled online. The Prices
are to be mentioned both in figures as well as in words. The taxes, duties etc. are to be calculated
andindicated in the column provided in online forms explicitly.
8. Bidders are expected to comply with the technical & commercial and other terms and conditions
given in vendor specified terms of this tender. In case of any deviation, the reasons thereof should be
clearly specified in the vendor specified terms column.
9. The vendors have to compulsorily submit the compliance statement online otherwise their offer will
not be considered for further evaluation. Before entering the compliance statement, vendors areadvised
to refer the detailed specification provided in the Technical Writeup/ Drawings document. The
specification offered by the vendors may also be indicated in the compliance statement wherever
necessary.
10. The Technical Specification / Drawing / Product Catalogues / Works carried by vendor / Make
offered etc. as a single PDF file without any financial details has to uploaded online mode by the vendor.
This being TWO PART TENDER the PDF document uploaded should not contain any commercial/pricing
details. If the attached PDF contains any pricing detail the offer will be treated as unsolicited and will be
summarily rejected.
11. Original Equipment Manufacturer (OEM) or their representative can submit bid to SDSC SHAR. Indian
agents while quoting on behalf of their principals are requested to attach necessary authorization letter
from their Principals in their bid.
12. Instructions on Indian Agent (if any):- Bidders are required to provide the following information in
respect of their authorised Indan Agent, if any, alongwith technical bid as the same is mandatory as is
required for consideration of the bid. Name, Address, Telephone no. , fax no., email of the Indian Agent
including the contact person.
13. A letter from the OEM in the current date certifying that the said Indian Agent is their authorised
Indian Agent and also indicating the responsibilities/role of the Indian Agent under the proposed
purchase. Renumeration/service charges payable to the Indian Agent under the proposed purchase.
14. The offer should be valid for a minimum period of 120 days from the date of tender opening.
Tender No: SHAR/SCSD/2020E1316002 12
15. Due date & time: Sufficient time has been allotted for Bid submission. Vendors are requested to
complete Bid submission well in advance. Last minute requests for due date extension citing server
problems etc will not be entertained. Bids will not be entertained after the due date and time.
16. The vendors who have submitted the bids before the closing have to give Open Authorization as per
schedule after the tender closing date.
17. The vendors may contact 080-67807786/020-25315555 or [email protected] for any
technical assistance in vendor registration and bid submission.
18. Once the offer is submitted in on line mode by the vendor and Bid Sealing is done by SDSC SHAR,
vendor will not be able to provide revised offer.
19. Request for the extension of the due date will not be considered.
20. Tender which are not prepared in terms of these instructions are liable to be rejected.
21. Based on the response to the e-Public Tender Notice, SDSC SHAR reserves theright to change any
milestone date of the tendering activity.
22. SDSC SHAR reserves the right to verify all claims made by the bidder.
23. Tender Opening : The Technical and Commercial Bid [Part-I] will be opened on the specified day
mentioned in the schedule and incase any further clarification/ discussion are required, such
clarification/discussion shall be called for before opening the Price Bid.
24. The exact date and time of opening of price bid of successful tenderers will be intimated later.
25. Tenderers can participate in the said tender opening to know the details on for which, the
representative of the firm shall be duly authorized by Competent Authority. Against proper
authorization only such representatives shall be allowed to attend the tender opening. Tenderer
Presence is not mandatory to consider the Quote for evaluation.
26. SDSC SHAR, SRIHARIKOTA reserves the right to accept or reject any/or all the tenders in part or full
without assigning any reasons thereof.
Tender No: SHAR/SCSD/2020E1316002 13
Bid Templates
Item Specifications
Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks
1 Specification 1:
______________________
2 Specification 2:
______________________
3 Specification 3:
______________________
4 Specification 4:
______________________
Vendor Specificied Terms
Description Vendor Terms
GST AND OTHER COSTS, IF ANY: Percentage of applicable GST for the
quoted items along with HSN Code, shall be provided. As per the
Notifications No.47/2017-Integrated tax(Rate) dated 14.11.2017 issued
by Ministry of Finance (Department of Revenue), SDSC SHAR is eligible
for a reduced rate of 5% IGST only wherever IGST is applicable.
Accordingly, Concession Certificate will also be provided).
Tender No: SHAR/SCSD/2020E1316002 14
CUSTOMS DUTY: We are entitled for Partial Customs Duty Exemption
(10.775%) vide Notification No.05/2018 dt: 25-01-2018 for imports.
Confirm whether CD is applicable and if so whether CD Exemption
Certificate is acceptable and the same is required for exemption.
Both IGST Concession Certificate & CDEC cannot be given to same
item.
Please furnish the list of items for which CDEC is required in Technical
Bid. And submit price details for which CDEC required in Price Bid only.
DELIVERY TERM: FOR SRIHARIKOTA
PAYMENTS TERMS: PLEASE IGNORE THE CLAUSE NO.18 IN PAGE.NO.19
OF ANNEXURE AND CONFIRM YOUR ACCEPTANCE AS MENTIONED
BELOW:
a) Our Standard Payment Term: 100% within 30 days after receipt &
acceptance, installation, testing & commissioning of Emergency Escape
Chute at our site.
(OR the following payment may also be considered)
b) 80% of order cost payment against receipt of complete material at
our site, 10% of order cost after successful assembly/installation of the
multi entry escape chute at our site/building and 10% of order cost
along with taxes against successful testing, 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 2 months claim period.
Tender No: SHAR/SCSD/2020E1316002 15
Please mention required payment term, if not mentioned we presume
that our standard payment is accepted
Delivery Schedule: Refer clause no.22 in page.n.20 of Annexure.Please
confirm your acceptance.
Warranty: Refer clause no.15 in page.no.17 of Annexure. Please
confirm your acceptance.
LIQUIDATED DAMAGES (LD): Since delivery is the essence of this order,
for delayed delivery, LD @ 1/2% per week or part thereof subject to a
maximum of 10% of the order value will be levied.
FORCE MAJEURE CLAUSE
If at any time during the continuance of the order the performance
in whole or part by either party of any obligation under this order shall
be prevented or delayed by reasons of any war, hostility, acts of
public enemy, civil commotion, sabotage, fire, floods, lightening,
epidemic, quarantine restrictions, strikes, go-slow, lockout or acts of
God, notice of which is given either party to the other within 21 days
from the date of occurrence thereof, neither party shall be reasons of
such eventually be entitled to terminate this order nor shall either
party have any claim for damages against the other in respect of such
non-performance or delay in performance.
PERFORMANCE BANK GUARANTEE (PBG): You have to submit a PBG
from a Nationalized / Scheduled Bank for 10% of the order value at the
Tender No: SHAR/SCSD/2020E1316002 16
time of supply valid till the completion of warranty period plus 60 days.
This PBG shall be submitted along with dispatch documents such as
Invoice, Warranty Certificate etc.
SECURITY DEPOSIT: If Order value exceeds Rs. 5 Lakhs, Security Deposit
shall be submitted @ 10% of order value within 10 days of receipt of
order in the form of Demand Draft/Bank Guarantee or Fixed Deposit
Receipt from a Nationalized/Scheduled Bank valid up to the supply,
erection and commissioning plus two months. The SD shall not carry
any interest, and shall be returned after successful completion of
supply and contractual obligations. In case of poor performance/non-
performance of the contractual obligations SD shall be forfeited. If SD
is not submitted within the stipulated period, Order is liable to be
cancelled in addition to any other action against you.
COMBINED BANK GUARANTEE: In case, if You are unable to provide
two separate BGs, i.e., one for SD and one for PBG, You can submit a
combined BG for SD & PBG for 10% of the Order value valid till the
completion of total contractual obligation (i.e. Supply period +
Warranty period + 60 days). Please confirm.
VALIDITY OF OFFER: - The validity of offers/tenders should be 4
months from the date of opening of the tenders. Tenders shorter than
offer validity mentioned above will not be considered for evaluation.
INSURANCE: Being a Govt. Of India Dept., Insurance is not required at
our cost. Please ensure the safe delivery of the ordered item with
proper transport worthy pack.
Please refer to the Annexure for Item specifications and other terms &
conditions and also mention your compliance. Deviations if any shall
Tender No: SHAR/SCSD/2020E1316002 17
be mentioned.
Please furnish Name and Address of the party to whom Order to be
placed along with Contact details i.e. E-mail id, Mobile no/ Landline no.
etc.
Any other terms
Remarks if any
Supporting Documents from Vendor
Attachment - I:
Attachment - II:
SUPPORTING DOCUMENTS RELATED TO PRICE BID
SUPPORTING DOCUMENTS RELATED TO PRICE BID
Attachment - I:
Tender No: SHAR/SCSD/2020E1316002 18
Attachment - II:
UPLOAD ONLY DOCUMENTS SUPPORTING THE PRICE BID LIKE BREAK-UP COST etc. PRICE BID FORM
Price Bid Form
Item Description Slab Range Qty UOM Currency Unit Price Total Price
ESCAPE CHUTE
Design, Supply,
Installation,
Testing and
Commissioning of
Multi Entry
Vertical Personnel
Escape Chute for
PIF building as
details, Quantity,
Specifications,
Drawings given
Annexure 1 & 2
- 1 Lot - - -
Break-up of other taxes and other costs should be specified in respective narration columns.
Sum of these Break-up values should be specified in respective value columns.
S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR
Welcome, Materials Master (isro)31 August 2017,
17:16:08 IST
MAIN VIEW HELP
Preview For STANDARD TERMS AND CONDITIONS
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 : [email protected], [email protected], [email protected]
STANDARD TERMS & CONDITIONS
1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.
2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-
1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid
In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part
tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below
GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017
TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.
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.
Page 1 of 3
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. GST as 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.GST 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.
Page 2 of 3
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.
Page 3 of 3