pt_spp_06_-_01_-_10663.pdf - ISRO

59

Transcript of pt_spp_06_-_01_-_10663.pdf - ISRO

1

REQUEST FOR PROPOSAL

For

“DESIGN, MANUFACTURE, SUPPLY, TESTING AND COMMISSIONING OF

45 TON CAP. WELL BED DRAWBAR TRAILER WITH

CANOPY ARRANGEMENT-1No. &

45 TON CAP. SEMI WELL BED TRAILER WITH CANOPY ARRANGEMENT-2Nos.”

Satish Dhawan Space Centre SHAR

Indian Space Research Organization Sriharikota -524 124, A.P

2 Content

1. PROPOSAL DOCUMENT 4

2. PREPARATION OF BIDS 4

2.1 VALIDITY OF OFFER 4

2.2 COST OF BIDDING 4

2.3 APPLICABLE LANGUAGE 4

2.4 ARRANGEMENT OF BID 5

2.5 SCHEDULE OF PRICES 5

2.6 DOCUMENTS COMPRISING OF THE BID 5

2.6.1 PART – I: TECHNICAL AND UNPRICED COMMERCIAL PART 5

2.6.2 PART – II: PRICE BID 6

2.7 BID SUBMISSION 7

2.8 BID EVALUATION 7

3.0 DETERMINATION OF RESPONSIVENESS 8

SECTION – A 9-20

GENERAL TERMS AND CONDITIONS OF CONTRACT

1. INTRODUCTION

2. SCHEDULE OF PRICE

3. MODE OF PAYMENT

4. TERMS OF PAYMENT

5. DELIVERY SCHEDULE

6. LIQUIDATED DAMAGES

7. TAXES AND DUTIES

8. RISK COVERAGE

9. PERFORMANCE BANK GUARANTEE

10. PACKING AND FORWARDING

11.WARRANTEE

12. DISCLOSURE AND USE OF INFORMATION BY THE BIDDER

13. ARBITRATION

14. APPLICABLE AW AND JURISDICTION

15. FORCE MAJEURE

16. EXTENSION OF TIME

17. GENERAL

17.1 SITE DETAILS

17.2 SAFETY

3 17.3 WORK RULES

17.4 SITE CLEARANCE

17.5 ACCOMODATION

17.6 MEDICAL FACILITIES

18. PROJECT EXECUTION AND MONITORING

18.1 SUB CONTRACTS AND OTHER TERMS

18.2 ACCEPTANCE AND REJECTIONS

18.3 SUSPENSION

19. CANCELLATION

SECTION B

SCOPE OF WORK &

TECHNICAL SPECIFICATIONS

1. 45 T Cap. WELLBED DRAWBAR & SEMI WELL BED TRAILER 21-37

3.DRAWINGS OF 45T Cap. TRAILERS 38-48

SECTION-C

ANNEXURES 49-54

Annexure-I Bid qualification criteria Annexure-II UN PRICE BID FORMAT

Annexure-III EXCEPTIONS &DEVIATIONS

4 PROPOSAL DOCUMENT

Proposals are invited from the interested Bidders for the enclosed scope of work in two-part bid. Part-1 Technical and Un-priced part of the work and Part-2 Priced Commercial bid. The RFP document is organized in four sections as follows.

Section –A General Terms and Conditions of the Contract Section –B Scope of Work & Technical specifications Section –C Annexures

Title of the Entity: SDSC SHAR, SRIHARIKOTA

Title of the proposal: “DESIGN, MANUFACTURE, INSPECTION, SUPPLY, TESTING AND COMMISSIONING OF 45 TON CAP. WELL BED DRAWBAR TRAILER-1No. WITH CANOPY ARRANGEMENT & 45 TON CAP. SEMI WELLBED TRAILER WITH CANOPY ARRANGEMENT-2Nos.”.

Nomenclature applicable in this report: M/s Satish Dhawan Space Centre SHAR (SDSC

SHAR) ISRO, Dept. of Space (DOS) Govt. Of India hence forth called as a “Purchaser”

Any person or firm or group of firms who are participating in this bid hence forth called as

“Bidder”.

1. PROPOSAL DOCUMENT

1.1. Overall specifications and functional requirements are detailed in the

proposal document. Bidder shall print, sign and stamp each page of

proposal as token of acceptance & submit scan copy of the same along

with the offer.

1.2. The proposal shall be completely filled in all respects and shall be submitted

together with requisite information and Annexure. Any offer incomplete in any

particulars is liable to be rejected.

1.3. If the space in the Proposal or any schedule or Annexure thereto is

insufficient, pages shall be separately added.

1.4. The Proposal shall be opened on the date and at the time, specified in the

Letter Inviting Bid. Proposal not received in time shall not be considered.

1.5. Bidder shall set their quotations in firm figures and without qualifications or

variations or additions in the terms of the Proposal documents. Proposal

containing qualifying expressions such as "subject to minimum acceptance”

or "subject to prior sale" or any other qualifying expressions or incorporating

5

terms and conditions at variance with the terms and conditions incorporated

in the Proposal documents are liable to be rejected.

2. PREPARATION OF BIDS

2.1. VALIDITY OF OFFER

Bid shall remain valid for a period of 4 (four) months from the due date of

submission of the Bid. The Bidder shall not be entitled during the said period to

revoke or cancel his Bid or to vary the Bid except and to the extent required by

Purchaser and communicated in writing. Bid shall be revalidated for extended

period as required by Purchaser in writing. In such cases, unless otherwise

specified, it is understood that validity is sought and provided without varying

either the quoted price or any other terms and conditions of Bid finalized till that

time.

2.2. COST OF BIDDING

All direct and indirect costs associated with the preparation and submission of

Bid (including clarification meetings and site visit, if any), shall be to Bidder's

account and the Purchaser will in no case be responsible or liable for those

costs, regardless of the conduct or outcome of the Bid process.

2.3. APPLICABLE LANGUAGE

The Bid and all correspondence incidentals to and concerning the Bid shall be in

the English Language. For supporting document and printing literature submitted

in any other language, an accurate English Translation shall also be submitted.

Responsibility for correctness in translation shall lie with the Bidder.

2.4. ARRANGEMENT OF BID

The Bid shall be neatly presented and shall 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 authorized to enter into

agreement on behalf of the Bidder. Corrections/ alteration, if any, shall also be

signed by the same person. Bidder shall submit Power of Attorney in favour of

the person who signs the Bid and subsequent submissions on behalf of the

Bidder.

Purchaser will not be bound by any Power of Attorney granted by the Bidder or

changes in the constitution of the firm made subsequent to submission of the Bid

or after the award of the contract. Bidder may however, recognize such Power of

Attorney and changes after obtaining proper legal advice, the cost of which will

be borne by the Bidder.

6 The cancellation of any document such as Power of Attorney, partnership Deed

etc should be communicated by the Bidder to the Purchaser in writing well in

time, failing which Purchaser shall have no responsibility or liability for any action

taken by Bidder on the strength of the said documents. All the relevant papers

shall be scanned and uploaded along with bid

2.5. SCHEDULE OF PRICES

The schedule of prices shall be read in conjunction with all the sections of

proposal document. The prices quoted by the Bidder shall be firm and fixed till

the completion of the work. The price shall be filled in the price format

available in e-procurement portal only.

2.6. DOCUMENTS COMPRISING THE BID:

2.6.1 PART – I: TECHNICAL AND UNPRICED COMMERCIAL PART

Technical and un-priced commercial part comprising the following

information shall be uploaded in e-procurement portal.

(a) Scan copy of bid letter along with one set of proposal document duly

signed and stamped on each page as a token of acceptance.

(b) All the annexure of the bid shall be duly filled and signed.

(c) Scan copy of Un-priced copy of schedule of prices with all other

commercial terms and conditions duly filled (Instead of price figures,

bidder shall write “QUOTED”) signed.

(d) Data sheets for all the equipment & sub-systems

(e) Technical details, equipment general arrangement drawings, catalogues

etc., as applicable and any other drawing, document as mentioned in the

proposal.

(f) Any other relevant document, Bidder desires to submit.

2.6.2PART – II: PRICE BID

Priced commercial bid shall contain schedule of prices, percentage of

sales/ service taxes and shall be filled in ISRO e-procurement portal only.

No deviations to terms and conditions, assumptions, discounts etc. shall

be stipulated in price bid. Purchaser will not take cognizance of any such

statement and may at their discretion reject such bids.

2.7. BID SUBMISSION

i. Bid shall be submitted in two parts

7

Part 1: Techno-commercial part of the bid

Part 2: Priced part of the bid

ii. Offer should be submitted online using standard digital signature of class -

3 with encryption/decryption options.

iii. The tenders authorized online on or before the open authorization date

and time will only be considered as valid tenders.

iv. Prices shall be mentioned in the space/column provided in the ISRO e-

procurement portal only.

v. Prices shall not be uploaded along with technical specifications in any

form. If so, such bids will not be considered.

vi. Un-Priced format (Annexure- II) shall be filled saying “QUOTED” and shall

be submitted along with the technical bid. This is only to ensure that the

bidder has provided all the details

vii. Prices quoted should be on the basis of DAP/DDP Sriharikota.

viii. The Purchaser will not pay separately for transit insurance and same shall

be included in the cost quoted by the Bidder.

ix. All risks in transit shall be exclusively borne by the contractor and the

Purchaser shall pay only for such items that are actually received in good

condition in accordance with the purchase order.

x. Bids duly filled in by the Bidder should be submitted as stipulated in the e-

procurement portal.

xi. Purchaser will open Part – I of the bid on the due date of opening. Price

Bid (Part-II) of the bids which are technically and commercially acceptable

shall be opened at a later date with prior intimation to all qualified bidders.

xii. Purchaser reserves the right to reject any or all the Bids without assigning

any reasons thereof.

2.8. BID EVALUATION

i. The bidder shall provide all the relevant data/information/details required

for evaluating the bid technical and commercially in the specific formats

enclosed with the tender. Apart from this, Bidder is free to add any other

relevant information.

ii. During evaluation, Purchaser may request Bidder for any clarification on

the bid/ additional documents/ information required. Bidder shall submit all

clarifications/ additional documents/ information requested in original. If not

submitted within the stipulated time Purchaser has right to reject such bids.

8

iii. The complete scope of work is defined in the Proposal document. Only

those Bidders who undertake total responsibility for the complete scope of

work as defined in the Proposal document only will be considered. In case

of part supply, the bid will not be considered.

iv. In case bid does not fully comply with the requirement of Proposal

document and the bidder stipulates deviations to the clauses of the

proposal, which are unacceptable to the Purchaser, the Bid will be

rejected.

v. Performance of Bidder on similar nature of works executed/ under

execution shall be taken into consideration

vi. Purchaser reserves right to visit client’s site for verification/ validation.

vii. The time schedule for completion is given in the Proposal document.

Bidder is required to confirm the completion period unconditionally.

Purchaser reserves the right to reject bids which does not comply with the

delivery schedule.

viii. Purchaser shall not be obliged to furnish any information / clarification to

unsuccessful bidder as regard to non-acceptance of their Bids.

3. DETERMINATION OF RESPONSIVENESS

SDSC SHAR will scrutinize bids to determine whether the bid is substantially

responsive to the requirements of the tender documents. For the purpose of this

clause, a substantially responsive bid 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 Purchaser shall be final in this regard.

9

SECTION –A

GENERAL TERMS AND CONDITIONS OF

CONTRACT

10

1. INTRODUCTION

SDSC SHAR invites tenders from reputed firms with proven ability in “DESIGN,

MANUFACTURE, INSPECTION, SUPPLY, TESTING AND COMMISSIONING

OF 45 TON CAP. WELL BED DRAWBAR TRAILER-1No. WITH CANOPY

ARRANGEMENT & 45 TON CAP. SEMI WELLBED TRAILER WITH CANOPY

ARRANGEMENT-2Nos” for SDSC SHAR, Sriharikota as per the scope and

specifications.

2. SCHEDULE OF PRICE

2.1. CONTRACT price shall include all costs of “DESIGN, MANUFACTURE,

INSPECTION, SUPPLY, TESTING AND COMMISSIONING OF 45 TON CAP.

WELL BED DRAWBAR TRAILER-1No. WITH CANOPY ARRANGEMENT & 45

TON CAP. SEMI WELLBED TRAILER WITH CANOPY ARRANGEMENT-2Nos”

Shop floor testing, packing, forwarding, transport to site, unloading, storage, all risk

coverage, installation, training ,testing & evaluation, commissioning of equipment

and any other cost for proper and complete execution of the CONTRACT.

2.2. 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, laborer and other staff

employed by the Bidder, cost of tools and tackles required for commissioning and

other consumable material required, and all taxes, duties, and levies as applicable

on the date of submission of bid.

2.3. Price quoted shall be firm & fixed. The price shall be filled in the format available in

e-procurement portal. The bidder shall also fill up the format enclosed (Annexure III

in Section D) without price figures and shall confirm by filling the appropriate fields

as “QUOTED”.

2.4. All rates of taxes/duties/levies applicable with details of percentage and applicable

portion of the price should be spelt out clearly in the offer.

2.5. The taxes applicable for supply & commissioning shall be indicated separately in

terms of percentage in the price bid. If the offers submitted by the bidders 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.

2.6. The variation in the applicable statutory taxes shall be paid on documentary

evidence submitted by the bidder during this contract after formal amendment.

11 3. MODE OF PAYMENT

All the payments due to Bidder shall be made through RTGS/ NEFT. Bidder

shall submit the banker details and payments can also be made through

Electronic Clearance System (ECS).

4. TERMS OF PAYMENTS

4.1 Our standard payment term is 90% of supply cost 100% taxes after receipt and

acceptance of item at our site. Transportation cost will be paid after submission of

documentary proof. 10 % of the supply cost will be paid after load testing and

commissioning at our site.

However For advance payment:

Wherever payment of advance is considered necessary or unavoidable, it is

allowed at 10% minimum to

maximum 30% to private firms after submission of an acceptable Bank Guarantee

for equivalent value or

40% to State/Central Govt. Agencies/PSUs against Indemnity Bond.

5. DELIVERY SCHEDULE

5.1 Bidder shall follow the following schedule for executing the contract

S. No Mile Stone Expected date

of completion

1 Purchase order date T

2 Submission of GA drawings.

Structural calculations & bought out components

details. Quality assurance plan for manufacture

and testing of trailer.

T+ 4 weeks

3 Date of clearance of Design & Fabrication

drawing.

T + 6 weeks

4 Inspection of the trailer at bidder site by the

purchaser’s representative. T+6months

5 Handing over of the trailer, testing and

commissioning of the trailer at SDSC SHAR,

Sriharikota

T + 7months

12

NOTE: Micro schedule shall be submitted by the bidder after placement of

order

6. LIQUIDATED DAMAGES

In the event of the Bidder failing to complete the work within the delivery period

specified in the contract agreement or any extension agreed thereto, the Purchaser

shall reserve the right to recover from the Bidder 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. The Total liquidated damages shall not exceed

the 10.0 percentage of the total Contract price.

7. TAXES AND DUTIES

7.1 GST: The taxes covered under Good and service tax (GST) will be paid to

the bidder against documentary evidence.

7.2 CUSTOMS DUTY

SDSC-SHAR is eligible for Customs Duty exemption. This may be taken into

account while considering the pricing of the imported items. Bidder shall list out

the imported items for CD exemption. If not mentioned in the quotation, CD

exemption will not be issued.

7.3 INCOME TAX

Income tax at the prevailing rate as applicable and if applicable from time to time

shall be deducted from the bidder’s bills as per Income Tax Act and a certificate

issued (TDS Certificate).

8. RISK COVERAGE

The Bidder shall arrange comprehensive risk coverage at his own cost covering

the value of equipment including transportation to the site from manufacturer’s

works, testing and commissioning at site. The period of such coverage shall be

up to contractual completion period or any extension granted by Purchaser

thereof.

9. SECURITY DEPOSIT

A Bank Guarantee for the faithful execution of the contract / PO for 10% of the order value shall be provided immediately within 10 days after receipt of the order towards the performance of the contract. The Bank Guarantee should be from a Nationalised / Scheduled Bank in Rs.200 non-judicial stamp paper valid till the completion of scope of work / supply as per the order plus 60 days. This will not carry any interest and shall be returned to you after successful completion of scope of work / supply against your request. In case of non performance/poor performance the Bank Guarantee shall be forfeited.

13

If you are not submitted the BG within the specified period, this order is liable to be cancelled.

10. 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 Rs.200/- 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. COMBINED BANK GUARANTEE FOR SECURITY DEPOSIT CUM PERFORMANCE BANK GUARANTEE (If both SD & PBG are applicable)

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 Bank Guarantee should be from a Nationalised/ Scheduled Bank (as per the format enclosed) in Rs.200 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.

12. 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 20% of the total tendered value. In case of more than one such eligible MSE, the supply will be shared equally.

14

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.

13. PACKING AND FORWARDING

11.1 The Bidder shall arrange to have all the material suitably packed as per the

standards& statutes 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 Bidder 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 Bidder.

14. WARRANTY

The bidder shall provide twelve months warranty for the entire system for a defect

liability, after final official handing over at his cost. During this period bidder has to

provide and adhere to the following:

14.1. The party shall replace defective / failed parts at free of cost.

14.2. Bidder has to attend unlimited breakdown calls.

14.3. Purchaser will not provide any transport/accommodation for attending purchaser

call during warranty period up on any malfunction of the systems.

14.4. Upon oral or written notification of defects in or malfunctioning of the goods

during the warranty period which require corrective action, bidder shall send the

necessary personnel to job site to supervise and assume responsibility for repairs

and/or replacement, if necessary, of the defective goods or material at his own

cost. If Bidder does not respond, within seven (7) days after receipt of notification,

the Purchaser has got every right to resolve reported problem and Purchaser may

do so at the cost and expense of the Bidder. Bidder shall reimburse to the

Purchaser all expenses incurred by Purchaser to repair or replace malfunctioning

or non-conforming goods and Forfeit the performance security.

14.5. Purchaser has no obligation to discover defects, patent or otherwise, and this

shall be sole responsibility of Bidder. Inspection and clearance for shipment by

Purchaser’s inspectors or Inspection agency appointed by Purchaser shall not

relieve Bidder of any of his obligation and duties under the terms and conditions

herein.

14.6. 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 the Purchaser. Where defective items are replaced by new ones, the

15

full warranty period stipulated in the contract shall apply to such replacement items

as from the date of their replacement.

14.7. Bidder shall obtain similar warrantee from each of his sub-bidders. However, the

overall responsibility shall lie with the Bidder.

15. DISCLOSURE AND USE OF INFORMATION BY THE BIDDER

13.1. If the documents supplied by the Purchaser are marked ‘restricted use’ the Bidder shall take all necessary steps to ensure that the requirements of the contract or any specification, plan, drawing, pattern, sample or information supplied by, or on behalf of, the Purchaser in connection therewith shall not be disclosed to any person other than a person employed or engaged by the Bidder, whether under sub-contract or otherwise, for the performance of the contract.

13.2 Bidder shall guarantee that all information and data received during execution of Contract from Purchaser shall be classified as confidential within the meaning of the Official Secrets Act and will not be divulged to any third bidder without prior written permission of Purchaser. All drawings & documents shall be returned after execution of work.

16. 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.

17. APPLICABLE LAW AND JURISDICTION

The contracts shall be interpreted in accordance with the laws of the Union of India. Any legal issue or disputes arising out of the contract are within the

jurisdiction of Courts of Andhra Pradesh, India only.

16 18. FORCE MAJEURE

18.1. Force Majeure is an event beyond the control of the bidder and not involving the

bidder’s fault or negligence and which is not foreseeable. Such events may

include, but are not restricted to, acts of the purchaser either in its sovereign or

contractual capacity, wars or revolutions, hostility, acts of public enemy, civil

commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions,

strikes, lockouts, and freight embargoes.

18.2. If there is delay in performance or other failures by the bidder to perform its

obligation under its contract due to event of a Force Majeure, if a Force Majeure

situation arises, the bidder shall promptly notify the purchaser in writing of such

conditions and the cause thereof within twenty one (21) days of occurrence of such

event.

18.3. Unless otherwise directed by the purchaser in writing, the bidder shall continue

to perform its obligations under the contract as far as reasonably practical, and

shall seek all reasonable alternative means for performance not prevented by the

Force Majeure event.

18.4. There may be a Force Majeure situation affecting the purchase organization

only. In such a situation the purchase organization is to take up with the bidder on

similar lines as above for further necessary action.

19. EXTENSION OF TIME

19.1. If the completion of deliveries of equipment / work is delayed due to reason of

Force Majeure the Bidder shall without delay give notice to the Purchaser in writing

of their claim for an extension of time. The Purchaser on receipt of such notice may

agree to extend the Contract period or delivery date as may be reasonable but

without prejudice to other terms and conditions of the Contract.

19.2. Both parties shall keep a record of the circumstances referred to above which

are responsible for causing delays in the execution of the services and shall give

notice to the other bidder of any such cause as soon as it occurs. An event of

Force Majeure, where so ever it occurs, provided it affects either bidder in fulfilling

its obligations under this contract, shall justify the affected bidder’s claim of Force

Majeure. Should one or both the parties be prevented from fulfilling their

contractual obligations by a state of Force Majeure lasting continuously for more

than a month, the parties shall consult with each other regarding the future

execution of the contract.

19.3. The Bidder shall inform the Purchaser within 30 days of any occurrence that is

likely to cause delay in delivery. The Purchaser shall determine, in the light of

17

circumstances reported, whether or not any respite or modification of the delivery

requirements of the contract can be permitted on this account.

19.4. An extension of the time limit for execution or postponement of delivery shall be

granted only in the respect of delay, which is not attributable to the fault or the

negligence of the Bidder. An extension of the time limit for execution shall be

granted to the bidder to the extent that he establishes force majeure events.

20. GENERAL

20.1. SITE DETAIL

The trailer shall be supplied to SDSC SHAR, Sriharikota, The place ”Sriharikota” is

20 km East of Sullurupeta ( nearest town ) which is 80 km North of Chennai,

Tamilnadu, INDIA.

SDSC SHAR, Sriharikota is a prohibited place. Hence, no contractor, working

personnel will be allowed to stay and they have to be accommodated in

Sullurupeta by his own arrangement.

The contractor may have to transport working personnel on day to day basis by his

own arrangement. Location of the site is worked out to be 30 km from Sullurupeta.

The contractor personnel have to undergo security checks by security force i.e.

CISF.

All the working personnel shall comply with code of conduct during their stay

inside the SHAR campus.

20.2. SAFETY

Bidder shall follow the safety regulations / codes or safety instructions issued by

PURCHASER and shall take necessary measures at his own cost.

20.3. WORK RULES

Generally, NO work shall be carried out during night or public holidays unless a

written permission is obtained from Purchaser.

20.4. SITE CLEARANCE

Upon completion of work, Bidder shall remove all his equipment and material

from the site within one month or time mutually agreed. Bidder at all times shall

keep site in clean condition and remove all unwanted material at regular intervals.

In case bidder fails to remove all his equipment and material within the mutually

agreed time it is deemed that Purchaser will arrange to remove the same at the

bidder’s cost besides imposing penalty for failure.

20.5. ACCOMMODATION

18

Very limited accommodation may be provided by Purchaser to senior supervisory

staff of the Bidder on chargeable basis subject to availability.

Bidder shall make his own arrangement for accommodation & canteen facility for

all its staff, technicians, labour & workers. Transportation shall be arranged by

Bidder at his own expenses for his entire staff till the completion of the project.

20.6. MEDICAL FACILITIES

No medical facilities will be provided by Purchaser at site for Bidder’s site

personnel. Bidder shall make his own arrangement at his own expenses for

medical facilities for site personnel.

21. PROJECT EXECUTION AND MONITORING

Upon placement of purchase order, bidder shall prepare a detailed programme

schedule for review/approval by Purchaser. Bidder shall identify a project team

with one senior official as a project leader. Bidder shall submit the project status

report every 15 days giving the status of various activities w.r.t. planned schedule

for realization of trailer

21.1. SUB-CONTRACTS & OTHER TERMS

19.1.1. Whole of the work shall not be subcontracted but bidder can import total trailer

and can be commissioned by foreign agency / OEM.

19.1.2. The portion of the work for which the bidder is not expert, shall be sub-contracted

to proven / reputed OEM in that field. Such sub- contract, if any, shall be given

only after obtaining prior approval of the Purchaser. Details of works planned to

sub-contract shall be provided in the bid.

19.1.3. The bidder shall be wholly responsible for the proper execution of any sub-

contract placed by him in connection with this contract.

19.1.4. The conditions of the sub-contracts if any shall be framed by the bidder such that

interest of the Purchaser and its rights are protected in accordance with the

original contract terms and conditions.

19.1.5. Written permission, if given, shall not relieve Bidder from his obligations under the

Contract and bidder shall take full responsibility for all work done

by Sub-Contractors. Bidder shall be responsible for transmitting pertinent data of

all Contract terms and conditions to Sub-Bidders. Bidder shall furnish to

Purchaser, copies of all un-priced sub-orders showing promised delivery dates

and places.

19.1.6. Bidder shall obtain approval for the designs and drawings from the Purchaser

before initiating the action for procurement / fabrication.

19 19.1.7. 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, SDSC SHAR in

writing for necessary clarifications prior to the opening of the tenders.

19.2. ACCEPTANCE AND REJECTION

On completion of the work or part of the work as specified in the contract by the bidder, bidder shall inform the same to the Purchaser as soon as possible. The

Purchaser / its representative shall inspect as per mutually agreeable schedule.

If the ordered systems, sub-systems etc., do not meet the prescribed specifications or are damaged at the time of delivery or fail during inspection/testing, they shall be rejected and the Bidder / manufacturer shall

replace them at their own cost.

Purchaser has the right to reject the goods on receipt at site during final inspection though the goods have already been inspected and cleared at pre-dispatch stage by the purchaser’s inspector, if they found not meeting the overall

performance requirements.

Goods accepted by the purchaser at initial inspection and in final inspection in terms of the contract shall in no way dilute purchaser’s right to reject the same

later, if found deficient in terms of the warranty clause of the contract.

19.3. SUSPENSION

Purchaser may notify the Bidder 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. Bidder there upon shall

suspend the performance of such obligations until ordered in writing to resume

performance of Contract by Purchaser.

20.0 CANCELLATION

GENERAL RULE:

The Purchaser 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 Bidder shall undertake to observe the instructions of the Purchaser as to

the winding up of the contract both on his own part and on the part of his sub-

bidders.

WITHOUT FAULT OF BIDDER:

20

In the case of cancellation of a contract by the Purchaser without any fault of the

Bidder, the Bidder shall on receipt of Purchaser’s instructions forthwith take the

necessary steps to implement them. The period to be allowed to implement them

shall be fixed by the Purchaser after conclusion with the Bidder and, in general, shall

not exceed three months.

Subject to the Bidder confirming, Purchaser shall take over from the Bidder at a fair

and reasonable price all finished parts not yet delivered to the Purchaser, all unused

and undamaged material, bought-out components and articles in course of

manufacture in the possession of the bidder and property obtained by or supplied to

the Bidder for the performance of the contract, except such material, bought-out

components and articles in course of manufacture as the bidder shall, with the

agreement of the Purchaser, elect to retain.

WITH FAULT OF BIDDER:

The Purchaser reserves the right, after full consideration of all relevant

circumstances, including the observations of the bidder, to cancel a contract in any

of the following circumstances.

(a) In the event of the Bidder’s failure to meet requirement of the purchase order.

(i) The Technical requirements of the Bidder.

(ii) The Progress and/or delivery requirements.

(b) If the Bidder has not observed the provisions of the contract concerning the

disclosure and use of information provided by the Purchaser.

(c) If the Bidder fails to comply with the provisions of the contract concerning the

equipment, supplies and technical documents made available by the Purchaser.

(d) If the Bidder transfers his contract without the Purchaser’s authorization or

concludes sub-contracts against the Purchaser’s explicit directives.

(e) In the event that Bidder 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 Purchaser’s actions or as provided in the Force Majeure clause, the Purchaser

may, by giving an appropriate notice in writing to the Bidder, fix a Date of Essence

by which the Bidder shall complete the dispatch in full. If the Bidder fails to do so, the

Purchaser, 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,

Purchaser may have the fabrication completed by other means, in which event

Bidder shall be liable to the Purchaser for the additional expenses incurred thereby,

but shall not have any claim on savings, if any, in such cases.

21

In the event of such cancellation, the Purchaser shall unless otherwise specified

in the contract; there is no obligation on the Purchaser to pay losses incurred by

the bidder.

22

SECTION –B

TECHNICAL SPECIFICATIONS OF

45T CAPACITY WELLBED TARILERS-3 NOS.

23

TECHNICAL SPECIFICATIONS FOR 45t CAPACITY WELL BED TRAILERS

SCOPE

The Scope of supply shall include design, materials procurement, manufacture, inspection, testing and supply of

A. 45 TON CAP. WELL BED DRAWBAR TRAILER WITH CANOPY ARRANGEMENT -1No.

B. 45 TON CAP. SEMI WELLBED TRAILER WITH CANOPY ARRANGEMENT-2Nos

as per the following technical specifications, terms & conditions and as per the enclosed schematic drawings.

I. TECHNICAL SPECIFICATIONS OF 45 TON CAP. WELL BED DRAWBAR TRAILER Qty: 1No.

Sl No

Item Description Supplier’s confirmation/acceptance

1. 1.1 1.2 1.3

CAPACITY

Payload carrying capacity and type. Utilization Prime mover used

45000 kg (45t) well bed drawbar trailer. (Refer Fig no: 1)

These trailers will be utilized to transport specimens in

Vertical and Horizontal Condition and propellant bowls

with hazardous material slurry as shown in Fig-2,3 & 4.

Overall dimensions of the trailer and loading scheme are

shown in the sketches.

High capacity Towing tractor

2. 2.1

Weight & dimensions of the trailer

Overall length of

the Platform

The trailer is in the form of flat well bed trailer with four axles of dual tyre mounted. The loading length shall be suitable for loading of specimen whose dimensions are given in Fig-2,3 & 4. Overall arrangement of trailer and tractor with specimen is given in Fig-2,3 & 4.

~12300 mm

24

Sl No

Item Description Supplier’s confirmation/acceptance

2.2 2.3 2.4 2.5 2.6

Overall width of the Platform Overall loading Well Bed Area Height of loading platform (unladen) Minimum ground clearance Tow bar height

4000 mm

5000 x 4000 mm

~700* mm

~300mm

~650 mm Requirement: Above mentioned dimensions are tentative only however actual dimensions shall be worked out by the supplier and GA drawing of trailer shall be submitted along with quotation. *-Height of the loading platform at well bed portion shall be as minimum as possible and this can be achieved by considering the high strength materials like St-52 or equivalent for longitudinal and cross members. Trailer chassis platform shall be designed & fabricated with high strength structural steels such that weight of the platform shall be optimized to the extent possible.

3 3.1 3.2

TOW BAR ASSEMBLY

Turn table/ slewing ring

Draw bar eye

The draw bar structure shall be fabricated with standard “C” channels / rolled sections with proper reinforcement. Suitable spring arrangement shall be provided to suspend the tow bar assembly. Safety hitch chain arrangement connected to hauler and trailer shall be provide with reputed make like RUD/CROSBY/J&L.

Standard make heavy duty Ball bearing type turntable/ slewing ring shall be fitted to draw-bar assembly for steering of trailer. The make of Turn table shall be M/s Josts / GF/ BPW/ Rotherde. Forged draw bar eye of 76mm / 50mm dia. shall be provided at front of the trailer. The forged draw bar eye shall be suitable for standard Towing coupling of 50mm dia. The details of tow bar eye shall be submitted along with offer. Make of tow bar eye: M/s Ringfeder/ Rockinger/ VBG/ JOST .

25

Sl No

Item Description Supplier’s confirmation/acceptance

Welded tow bar eye is not acceptable.

II. TECHNICAL SPECIFICATIONS OF 45 TON CAP. SEMI WELL BED DRAWBAR TRAILER

Qty: 2 Nos.

Sl No

Description Supplier’s confirmation/ acceptance

1.0 1.1 1.2. 1.3

CAPACITY:

Payload carrying capacity and type. Utilization Prime movers planned to use (Prime mover is in the scope of department)

45000 kg (45t) well bed semi-trailer. (Refer Fig no: 5)

Transportation of propellant bowls with hazardous

materials slurry, cylindrical hardware specimens in

vertical and horizontal condition as shown in the

sketches 6, 7,8 & 9.

1. Ashok Leyland CAPTAIN 5532 Model,Wheel

Base 3900mm, King pin Off set – 350 mm

2. TATA make Prima LX 5530.S model, heavy

duty hauler of 3880 mm Wheel Base & ~385

mm king pin Offset.

3. BHARAT BENZ make 5530Model, 3890 mm

Wheel Base & ~385 mm king pin Offset

2.0 WEIGHT & DIMENSION OF THE TRAILER: 2.1

Length of the trailer

platform

~13000 mm (Including front Gooseneck)

2.2 Overall width of the 4000 mm (maximum)

26

Sl No

Description Supplier’s confirmation/ acceptance

trailer Platform 2.3 Gooseneck length ~3400 mm (minimum)*

*-This dimension may change depending on the reaction loads on the king pin and rear support.

2.4 Gooseneck Width Equal to the width of the loading platform Well bed clear

dimensions ~5000mm (L) X ~4000 mm (W)

2.5 Height at well bed loading area

~700mm* *-Height of the loading platform at well bed portion shall be as minimum as possible and this can be achieved by considering the high strength materials like St-52 or equivalent for longitudinal and cross members. Weight of the chassis platform also should be as less as possible.

2.6 Ground clearance ~300 mm (minimum) 3.0 RUBBING PLATE :: 3.1 The Trailer Rubbing plate shall be so constructed that the area shall be

capable to take the Reaction load imposing on the King pin.

3.2 Minimum area of the rubbing plate shall be 1200 mm X 1200 mm. 3.3 Rubbing plate height from the ground shall be 1400mm + 25 & -- 0 mm

shall be maintained (Refer Fig no: 10)

3.4 The clear space between the Prime mover cabin rear to the front edge of the trailer platform shall be a minimum of 1450mm such that 900 turn can be taken up by the Prime mover without trailer obstruction.

3.5 Distance between the center of the Kingpin to the front edge of the protruding component underneath the chassis, shall be ~2400 mm (Refer Fig no: 10).

3.6 Gooseneck platform projection from King pin center line shall be in between 750 mm & 900 mm (Refer Fig no: 10).

3.7 Gooseneck shall be designed to carry uniformly distributed load of minimum 2000 kg.

4.0 KING PIN :: 4.1 Size of the King Pin &

Make SAE 3.5 Inch King pin of reputed make preferably JOST, ROCKINGER, RINGFEDER, HOLLAND HITCH and of bolted type.

4.2 Indian Standard Conforming to IS 6763 Part 2 or Equivalent or Higher

4.3 D-Value

King pin D-Value shall be mentioned in the Design report.

4.4 Testing

Manufacturer’s Test Certificate shall be provided along with supply as per standards.

5.0 WORM GEAR TYPE TWO SPEED LANDING LEGS ::

5.1 The trailer shall be provided with one set of suitable capacity Two Speed Landing Gears at front on either side. Make: JOST/ YORK / SAF Holland. /ROCKINGER/VBG

27

Sl No

Description Supplier’s confirmation/ acceptance

The Landing gears shall take minimum 1.25 time the static load of the rated payload and self weight of the trailer. Lifting capacity: minimum 40t (40000 kg) Static capacity: minimum 80t (80,000 kg)

III. COMBINED TECHNICAL SPECIFICATIONS APPLICBALE FOR BOTH 45 T CAP. WELL BED DRAW BAR TRAILER AND 45 T CAP. WELL BED SEMI TRAILER

Sl No

Description Supplier’s confirmation/ acceptance

1.0 Operating speeds Upto 35 kmph - Under No Load.

Upto 30 kmph – with rated payload

2.0 Operating environment

Operating Temp 10 deg. C to 50 deg. C

Relative Humidity – 95%

3.0 3.1

CHASSIS FRAME:

Trailer structure

The trailer chassis frame shall be of all welded construction. Main longitudinal members of fabricated I-sections of material ST52 or equivalent other high strength material running full length of the trailer. Cross members shall be provided at close intervals with ST 52 or equivalent other high strength material. Height of the platform at well bed area shall be as less as possible and this can be achieved by utilizing the higher strength materials for fabrication chassis platform as stated above. The trailer platform and Gooseneck Platforms shall be fully covered with MS chequered plate of minimum 6.0 mm thickness and shall be bolted to trailer longitudinal and cross members using galvanized counter sunk screws. 5000 Kg tie down capacity lashing hooks on all Four sides (including trailer front side) of the trailer platform at a span of every 500mm. At four places pouches shall be provided (Refer fig.2) for loading the bowl on to the main members in the well bed portion of the trailers. Exact location

28

Sl No

Description Supplier’s confirmation/ acceptance

3.2 3.3 3.4 3.5 3.6.

Factor of Safety Deflection Impact factor Inputs/Considerations LOADING CONDITIONS

of pouches will be given after placement of order during detail engineering. Pouches shall be provided in trailer after final approval from Purchaser. Structural welding shall be done as per IS code like IS 10178, IS 1024 and etc, good welding with MIG, SMAW welding for ensuring highest quality of welding. The factor of safety shall not be less than 2.5 on Yield Stress of material. The deflection measured at the middle of trailer shall not be more than L/500 under maximum rated load. Impact factor 1.5 shall be considered for design of members in the horizontal direction only. Longitudinal Angle of inclination of Semi-trailer in relation to the Prime-mover shall be considered as maximum 60 towards front & maximum 70 towards rear & Lateral angle of inclination of Semi-trailer shall be considered as 30 on sideways (either sides) during design. Free space between the Prime-mover and trailer shall be maintained as per the IS 8007-2004. Trailer shall be designed for the following Loading conditions: Case-1: Concentrated load of 45t is acting at the center of well bed portion of the trailer. Case-2: The load of 45t of cylindrical specimen is transferred to the trailer platform through 4 points as shown in fig. Case-3: Transportation of 45T cylindrical specimen in vertical condition by loading in the well bed portion of the trailer as shown in the enclosed fig. Case-4: Transportation of 45T cylindrical specimen in horizontal condition by loading on the front and rear goosenecks of the trailer as shown in the enclosed fig.

Note: Tentative load transfer areas from the payload to the trailer are given in the enclosed sketch. These

29

Sl No

Description Supplier’s confirmation/ acceptance

load transfer details are not final and there may be minor changes. Final details will be given during detail engineering after placement of purchase order. Any minor modifications suggested shall be carried out by the supplier during detail engineering or during fabrication stage at free of cost.

4.0 AXLES :: 4.1 Standard heavy-duty axles of adequate capacities shall be provided.

a. 45t Cap. well bed drawbar trailer

Number of axles: 04 Nos (Front-2 Nos.& Rear-2Nos.)

b. 45t Cap. well bed semi-trailer

Tridem axle of adequate capacity shall be provided. Load transfer through king pin shall be limited to Max. 21t only.

c. Each of the above axle shall be fitted with dual mounted heavu duty pneumatic tubed tyres of size 11.00-20.0.

d. Wheel track of above axles for the above two types of trailers shall be minimum 3000mm. All the axles shall be provided with brakes.

4.2 The axle shall be standard make and shall be procured from reputed manufacturers like TATA / ASHOKLEYLAND/ ADR / Automotive Axles /MERITOR/ BPW / YORK / SAF HOLLAND only and make shall be mentioned in the offer. Axle capacity, make and model number shall be given in the offer.

4.3 Number of axles, axle spacing and axle loading for industrial usage and highway purpose shall be conforming to Central Motor Vehicle Rules (CMVR) – 1989. Speed Vs load rating chart for axle shall be provided.

4.4 Axles shall be perfectly aligned to eliminate tyre drag. All the axles shall be provided with brakes.

4.5 Axle bearings used shall be of reputed makes like SKF, FAG TIMKEN. 4.6 Inner wheels shall be accessible easily for attending to maintenance, tyres

changing works and easy air filling.

4.7 Suitable provision shall be given in the hub for removal and replacing of bearing cones easily from the hub.

5.0 MECHANICAL SUSPENSION ::

5.1 The type of suspension shall be of leaf spring type. Preferably, standard make leaf spring assemblies (along with shock absorbers, mounting brackets & shackles) shall be used. Each leaf spring type suspension unit shall be complete with rubber bushes, heavy duty semi-elliptical leaf springs, spring guides, shock absorbers etc.

30

Sl No

Description Supplier’s confirmation/ acceptance

The suspensions shall be designed to offer a smooth ride under no load, part load and full load conditions. Make of suspensions: M/s TATA/ Ashoke Leyland/ Automotive Axles/ YORK/ SAF/ Holland/ADR/ BPW/Hendrickson/MERITOR. Make of Shock absorbers: M/s Gabriel/Armstrong

6.0 BRAKE SYSTEM WITH FAIL-SAFE BRAKE :: 6.1 The trailer shall be provided with twin line (Service and Emergency line) air

brake system coupled to hauler brake through palm couplings and actuated from hauler ( M/s TVS -WABCO make)

6.2 All axles shall be fitted with service brakes and Fail safe brake systems. 63 ISO palm coupling with air coil type hose of suitable length at the front of the

trailer for connecting to Prime mover Pneumatic brake lines.

6.4 Pneumatically operated parking brake at rear wheels with control mechanism underneath the trailer platform.

6.5 All brake actuation system shall be provided with slack adjuster for adjusting brake shoes.

6.6 Sufficient Quantity Air Reservoirs of TVS / WABCO make shall only be fitted underneath the chassis with heavy duty clampings.

6.7 The trailer shall be fitted with an air reservoir having capacity to give a minimum of four full brake applications with pressure drop from cut-out to 0.7 times the cut-in pressure.

6.8 Brakes on each axle shall be capable of producing peak retarding force equal to 0.45 times the rated load on the axle.

6.9 The trailer air reservoirs shall be provided with Auto drain valve. 6.10 All brake parts, air regulator valves shall be TVS Sundaram Clayton /

WABCO make.

6.11 Trailer shall be fitted with an Emergency Brake Relay Valve which automatically applies trailer brakes in case accidental de-coupling of fifth wheel coupler.

6.12 Brake system pneumatic hoses shall be routed properly without hanging freely.

7.0 WHEELS & TYRES :: 7.1 Std. Ring type wheel drums of Wheels India or reputed make shall only be

used.

7.2 Heavy-duty Pneumatic tyres of size 11.0-20 suitable for highway operation shall be provided.

7.3 Axle shall be provided with Dual tyres on each side. Tyres shall be – 4nos. per axle.

7.4 The tyres shall be of reputed manufacturers, MRF / APOLLO / JK / CEAT / BIRLA / CONTINENTAL / MICHELIN / GOODYEAR /BRIDGESTONE.

7.5 Long inflation necks or adopters shall be provided for inflation of inner wheels and for checking tyre inflation pressure.

7.6 2 Nos. of Stephney tyre assembly for each trailer shall be provided which shall be mounted underneath the trailer platform with suitable mountings & mechanisms.

8.0 ELECTRICAL SYSTEM ::

31

Sl No

Description Supplier’s confirmation/ acceptance

8.1 All accessories shall function on 24 Volt DC supply from Prime-mover SLI Batteries.

8.2 Shall be provided with SAE J 560 / IS 13491-2005 / ISO 1185, 7 pole connector of type 24N with 7 core cables, for connecting Trailers electrical system to Prime mover.

8.3 Wiring shall be covered in a safety conduit and properly terminated so that no exposed loose wires are visible.

8.4 The trailer shall be provided with combination type tail lamp fittings consisting of Parking lamps, Brake lamps, Side indicators and number board lights.

8.5 Trailer sides shall be provided with Red light fittings with separate switch control.

8.6 All electrical wiring materials preferably of Finolex make or equivalent reputed manufacturers and routed through GI heavy duty piping with double pole wiring.

8.7 All electrical wiring shall be underneath the chassis with minimum bends and with NO JOINTS.

8.8 All light fittings shall be of LUCAS TVS, LUMAX or LUMAN make and weather proof construction.

8.9 Male and Female sockets shall be provided with sufficient length of cables to connect with the hauler supply point.

8.10 Electrical cable termination points shall be with as tight protection. 9 Supplier shall use raw materials and brought-out items components

from the standard suppliers listed below: Plates, rolled sections, forged bars: M/s SAIL/TATA/JINDAL/ ESSAR

Tow bar eye: M/s Ringfeder/ Rockinger/ VBG/ JOST Turn Table : M/s Josts / GF/ BPW/ Rothe Erde

Kingpin : M/s Ringfeder/ Rockinger/ JOST

Axles assemblies : TATA / ASHOKLEYLAND / ADR/ Automotive Axles /

BPW / YORK / SAF HOLLAND/MERITOR

Tyres: MRF / APOLLO / JK / CEAT / BIRLA / CONTINENTAL /

MICHELIN / GOODYEAR /BRIDGESTONE

Shock Absorbers : Gabriel/ Armstrong

Air brake system parts : TVS- WABCO

Landing legs : M/s JOST / YORK /SAF/HOLLAND/BPW

Paints : BERGER, ASIAN PAINTS, NEROLAC

The supplier shall get specific prior approval of the purchaser for any other make of bought-out items other than what are indicated above and also for any other items not listed above.

10.0 FASTENERS

32

Sl No

Description Supplier’s confirmation/ acceptance

All fasteners used in trailer shall be of Electro galvanized. Make of fasteners shall be of M/s Unbrako, or M/s Sundaram Fasteners (TVS)/LPS only. All fasteners shall confirm to Indian Standards IS1367. The fasteners grade and its set of location shall be mentioned in the drawing.

11.0 LUBRICATION Forced feed grease nipples shall be provided to all the parts of trailer that

require lubrication and should have proper access for lubrication.

12.0 PAINTING The trailer shall be surface prepared and painted as per the following specifications: 1. Sand/Grit/Abrasive blasting:

The entire surface of fabricated materials/ frames of trailer are to be sand/grit/abrasive blasted to near white metal quality of SA 2½ of Steel Structures Painting Council (SSPC) standard. The surface shall be completely free from rust, oil, grease, dirt or other matter. Surface should be thoroughly from grit/sand dust before application of primer paint coat.

2. Painting: (Spray Painting only shall be applied)

Immediately after sand/abrasive blasting, one coat of zinc rich epoxy primer shall be applied to a Dry Film Thickness (DFT) of 80 microns. Intermediate coating with epoxy paint shall be applied to a Dry Film Thickness (DFT) of 80 micron. A final coat with polyurethane finish paint shall be applied to a Dry Film Thickness (DFT) of 40 microns. Any intermediate cleaning & drying time required between successive coats of paint is to be carried out as per the recommendation of paint manufacturers. All paints and primers shall be of standard quality and procured from any one of the standard manufacturer like M/s ASIAN PAINTS, M/s BERGER, M/s NEROLAC The supplier shall provide measuring instrument to the representative of the purchaser for measurements of thickness of paint at random locations selected by him to confirm the required minimum DFT.

Tentative Painting scheme shall be as follows:

Under chassis &Springs : Black

Axles, brake drum, hubs : Brown or standard color of

manufacturer

Wheels : Grey/Black

Sides and rear : Golden Yellow with black stripes.

33

Sl No

Description Supplier’s confirmation/ acceptance

Top platform : Orange Painting color scheme will be finalized during detail engineering phase.

SWL, stop, number/Nameplate, Solid Propellant Plant, SATISH DHAWAN

SPACE CENTRE-SHAR, L (long trailer) board etc., shall be painted at

suitable location on the trailer.

Letter writing shall be done as per purchaser requirement. 13.0 STANDARD ACCESSORIES, TOOLS AND FITTINGS ALONG WITH EACH

TRAILER

1. Stephney wheel (with rim, tyre, tube and flap)-2Nos..

2. 20t Capacity hydraulic jack-1No and Tommy bar for wheel changing.

3. Number plate & Stop plate fixed at rear of trailer.

4. Lashing rings on the sides at every 1.0m along the length of trailer. Lashing rings shall be provided such that they should not protrude the trailer width. (quantity and dimension to be decided by bidder)

5. Mud guard with flaps for each wheel.

6. 4 Nos. of eyebolts shall be provided at corners of the trailer low bed platform, front gooseneck and rear gooseneck. Total no. of eyebolts are 12 Nos. Capacity of each eyebolt shall be 5t.

7. Provision for fixing red flags at rear and the sides.

8. Red reflectors of sufficient numbers on the rear and on the sides. Reflecting surface dia. 75mm.

9. Earthing shall be provided by means of copper connectors under trailer chassis, and at four corners of trailer chassis will be grounded to earth with brass chain of adequate thickness hanging from chassis touching the ground with sufficient length.

10. Three Nos. of suitable copper mesh wire (12mm) earthing cables with clips shall be provided for earthing the materials being transported. Length of copper mesh wire shall be ‘minimum ‘5m’.

11. Suitable Access Ladder, for climbing up the trailer platform, made of MS shall be provided at rear side of the trailer and 2Nos at side of the trailer at gooseneck locations (Front & Rear).

14.0 List of Maintenance tools to be supplied along with each trailer

List of tools: a. Spanners open end sizes- 8mm to 32mm- 1 set b. Suitable heavy-duty socket bit-2Nos. c. Axle nut spanner-2Nos. d. Heavy duty screw drivers flat type-6”and 12”-2 sets e. Cutting pliers-2Nos. f. ELGI grease gun, Cap.5Kg-2 Nos.

34

Sl No

Description Supplier’s confirmation/ acceptance

g. Ball pein hammer 0.5kg – 1Nos. h. Wheel bearing puller (3 legs) -1No.

Tool box of suitable size for above tools, with hinged lid and locking facility, to be provided below the trailer platform (at rear). Lock (Godrej Navtal 6 levers) with three keys shall be provided

15.0 SPARE PARTS & ITEMS TO BE SUPPLIED WITH EACH TRAILER

1. Self-closing type palm couplings – 2sets (1 set 2nos).

2. Coil type pneumatic hose -10mtrs– 2 sets (1 set 2nos.)

3. Hub Oil seal set – 8 sets. (set is Inner & Outer seals)

4. Inner wheel bearing – 4 Nos.

5. Outer wheel bearing – 4 Nos.

6. Wheel Stud with nut – 10 Nos.

7. Tyre inflation extensions – 4 Nos. (for inner wheels)

Separate rate for all above mentioned spare parts shall be provided along with the offer. The above spare parts shall be supplied along with trailer.

16.0 SPECIFICATIONS OF CANOPY FOR COVERING PAYLOAD

1

Purpose of Canopy

For weather protection of payload.

2 Functional requirement

To cover and uncover the payload by sliding.

3 Size ~10000 mm (length) x ~4000 mm (width) x ~3000 mm (height) 4 Material Heavy gauge Aluminum alloy squares or pipes 5 Structure type Scissor frame

6 Sliding system Rail and roller system. Rail fixed with trailer & rollers fitted with scissor frame.

7 Roller type Caster wheels with integrated self-lubricating bearings.

8 Stability requirement

Should be stable at 30 kmph vehicle speed with 20 meters road radius and at 70 kmph wind velocity.

9 Material for covering canopy frame

PVC coated fire-retardant weather proof tarpaulin. Tarpaulin should be strong enough to withstand tear and cracking due to repeated folding and unfolding.

10 Collapsible and covering

a. The canopy shall be such that easy and less effort Collapsible and covering to be done by either side individually without the help of

35

Sl No

Description Supplier’s confirmation/ acceptance

other side. b. The canopy shall be such that smooth run

throughout the length without any interruption during Collapsible and covering operation.

11 Fire screen with 1 ply asbestos

Fire screen shall be made with structural members and 1 ply asbestos shall be kept and both sides of the frame shall be covered with 18 SWG steel sheets. The same frame will act as a closure for the canopy at this end. Water proof joint shall be made by introducing a rubber beading between the frame and canopy butting face and locks also shall be provided for canopy after closing to remain in same position.

12 Trailer wheel maintenance

The canopy arrangement be in such way that the wheel assemblies dismantling/assembly and maintenance of trailer wheel assembly.

17.0 INSPECTION AND LOAD TESTING Stage and Final Inspections will be carried out at your site by our inspection

team.

1. First Stage Inspection: Raw materials inspection, bought out items verification, material test certificates verification shall be carried out.

2. Second stage inspection: After completion of Structure, inspection of all bought out items, trailer chassis after surface finishing before painting and clean test (mask tape clean test) shall be carried out.

3. Final Inspection: Before delivery to our site, inspection and load testing of

trailer shall be carried out. Load test for rated capacity and over load test 125% of SWL shall be conducted at manufacturers work. Supplier shall arrange loads and hauler/tractor at their site on their own cost.

4. Trailer shall be load tested (for rated load and overload) and

commissioned at our site by supplier. Department will arrange test loads and tractor for testing at SHAR.

Note: For stage, final inspection and load testing at supplier’s site, the supplier should extend all assistance to the representatives of the Purchaser. Any modifications or corrections brought to the notice of the supplier at the time of inspection, by the representatives of Purchaser, should be corrected by the supplier on free of cost.

18.0 Submission of Quotation Supplier shall submit the following details of trailer along with quotation: 1. Technical specifications of trailer with major component description with

compliance statement of Part-I, II and III.

36

Sl No

Description Supplier’s confirmation/ acceptance

2. General arrangement drawing with all dimensions of trailer indicating

a. Weight of trailer

b. Axles capacity

c. Angle of approach

d. Angle of descent

e. Turn circle radii. 3. Delivery period

4. Payment conditions.

5. Supplier shall declare that he will fulfill all the conditions and technical

specifications of trailer for supply by filling the acceptance column and signing all the pages. Any Deviation (technical) shall be brought out by Supplier clearly.

6. Earlier references like purchase order copy/details and capacity of trailer of trailers supply to reputed & prestigious organizations.

7. Validity of Offer (Minimum 4 months)

Notes:

1. Tender shall be accompanied with all above mentioned details. The General Arrangement drawing of trailer shall be with the elevation and plan of the TRAILER and along with specimen with its mountings. Tenders will be rejected, if compliance with this clause is not ensured.

2. Generalized statements like trailer will be manufactured as per your specifications or as per IS standards etc. are not adequate. Otherwise, it may result in rejection of the tender.

19 After Placement of Purchase Order (Design & Detail Engineering): 1. Quality Assurance Plan to be followed in the fabrication, assembly and

supply of trailer including load testing plan, with stages of inspection. This shall be supplied for our Approval.

2. The General Arrangement drawing of trailer to the SCALE clearly

showing dimensions, air connections, Wheels, turn circle radii, weight break up, etc.,

3. Drawing of Canopy and trailer to the SCALE clearly showing dimensions

37

Sl No

Description Supplier’s confirmation/ acceptance

and structural drawings, material of construction, bought out items with specifications.

4. Structural calculations:

General layout drawing of trailer frame to SCALE with design calculations (bending moment, deflection, maximum stresses, permissible stresses etc). Impact factor shall be considered in trailer calculations. All the drawings shall show the bill of quantities and material specifications.

5. Design calculations for weld joints showing loads & stresses.

6. Design calculation for Tow bar structure, tow bar eye, Turn table frame with drawings & Bill of materials.

7. Calculations for turn circle radii and max road width required at turnings.

8. Calculations for axle load and tyre loading with selection criteria of axles, turn table, Pneumatic suspension, wheels, tyres and bearings etc.

9. Braking calculations for trailer and stopping distance. 10. Assembly drawings of Axles, wheel assemblies, Turn table. 11. Trailer Drawing with payload and its positioning on the trailer.

12. Circuit diagram for twin pipeline air brake system containing details of components such as make, type, rating etc., with a technical description meeting the requirement mentioned in this technical specification.

All the above drawings and calculations shall be submitted within 4 weeks

after placement of order to the purchaser for approval. After approval only,

supplier shall start the fabrication of trailer.

If the drawings and other particulars are not accepted by the purchaser, because they are incomplete or faulty, the supplier shall make the necessary correction / modifications and resubmit the drawings and calculations within a reasonable time.

20 DOCUMETNS ALONG WITH SUPPLY:

1. Three copies of final drawings and data of trailer, which have been

38

Sl No

Description Supplier’s confirmation/ acceptance

approved by the purchaser. 2. Three copies of Operation, Maintenance manuals with lubrication charts,

twin pipe line braking system.

3. Three copies of Spare parts manual.

ALL THE DOCUMENTS SHALL BE SUPPLIED IN THE FORM OF HARD BOUND BOOKS.

4. Apart from hardcopy, all final drawings of trailer, major components

assembly drawings of major components and circuit diagram shall be submitted in soft copy in ‘CD’ in AUTOCAD format.

21 Warranty 12 calendar months from the date of commissioning and acceptance

at our site against faulty design, faulty fabrication, faulty workmanship and defective materials. Any part or components found defective during warranty period shall be replaced with new one.

39

40

41

42

43

44

45

46

47

48

49

50

SECTION -C

ANNEXURES

51 Annexure

BID QUALIFICATION CRITERIA FOR SUPPLY OF 45T Cap. Trailers-3Nos. Bidders who are qualifying/meeting following Technical and Financial capabilities are

eligible to participate in the bid for supply of 45T Cap. Trailers. Bidder shall furnish all the requirements asked in this criterion 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.

Bidder shall print, sign and stamp each page of proposal as token of acceptance & submit scan copy of the same along with the offer.

BID QUALIFICATION ESSENTIALS TO PARTICIPATE IN BID

Sl. No. Details to be confirmed and submitted along with offer

Supplier’s confirmation/ acceptance

1 Technical Qualification Requirements: The bidder should meet the following technical qualifying requirements a nd shall submit relevant certificates to establish his credentials.

1.1

The Bidder should be an organization with experience in having executed contracts for design, engineering, manufacture, supply, testing and commissioning of high capacity standard trailers for last 5 Years in India. Necessary firm establishment certificate shall be provided.

1.2

The firm should have successfully completed Design, Manufacture, Installation, Testing and Commissioning of at least 1no. of 35t capacity trailer or above during last 05 years. Bidder shall provide PO copies, relevant completion certificates from the owners (end users with addresses, contact person with phone numbers) along with the submission of bid for consideration of bid document.

1.3

The supplier shall be a company with minimum 10 years’ experience and should have supplied trailers to any of the Government of India organizations like DRDO, HAL, DRDL, BARC, ISRO etc. and Navaratna public sector companies. Related Purchase orders copies shall be enclosed along with the technical bid.

1.4 Bidder shall have their own resources like factory area work, manpower, machinery, quality system etc. Details shall be furnished.

1.5 Supplier should have separate qualified design department, design analysis and modelling software and quality team, details in this regard shall be submitted along with the technical bid.

1.6

The supplier should have MIG /TIG welding facilities, plate bending facilities, jigs and fixtures etc., Trailer frames shall be manufactured with high quality MIG or equivalent welding. supplier shall enclose the machinery details along with the technical bid.

1.7 The firm should have facility to full load test and over load testing of indented 45t capacity trailer at their factory.

1.8 The purchaser team may visit the supplier site, if required for assessing the facilities and capabilities of the supplier for supply of trailers of enquired range.

52

Sl. No. Details to be confirmed and submitted along with offer

Supplier’s confirmation/ acceptance

2 Financial Qualification Requirements: The bidder should also meet the following financial qualification requirements:

2.1 The Bidder should have annual turnover of not less than a value of Rs. 168lakhs. per year, from last three financial years ending 31-03-2019. (Financial Statement shall be enclosed.)

2.2 To prove their credentials & capabilities Bidder shall submit a current Solvency Certificate from Nationalized Bank for a value of around 56.0lakhs. (Certificate shall be enclosed)

2.3 IT/ TDS certificate shall be submitted with Loss & Profit for last three years ending 31-03-2018. Copy of audited Balance Sheets for last three years shall be provided.

2.4 Bidder shall submit audited statement of financial status for last 03 years.

I. The following documents shall be submitted along with the technical bid for prequalification of Bid:

1. Duly filled Technical specifications compliance statement, Canopy spec compliance and Bid Qualification compliance statement and signed by competent person, name, phone no and company seal.

2. List of documents of proof submitted along with Bid Qualification Essentials

3. Any other relevant information which add value to above.

IMPORTANT NOTES:

1. Bidder shall furnish all the above details fully and explicitly.

2. Please note that the “BID” without above mentioned documents/information in support of the eligibility criteria will be summarily rejected.

3. No further clarifications will be seeking in this regard.

II. Bid Selection Procedure and Process of BID Qualification

Step - 1 : Short listing based on documents submitted, satisfying the all eligibility criteria given above by the firm or individual along with their Bid / application. (Non-submission of any document as given in above list within stipulated time leads to rejection of Bid).

Step - 2 : Subsequently Bidder’s competency, their technical achievements and financial status will be evaluated suitable for his project. Feedbacks from Bidder`s clients will be verified.

Step – 3 : Visit to sites by technical team (ISRO or Third party) where Bidder has supplied above mentioned capacity trailers.

Step - 4 : If required visit will be made to their factory/ firm by technical team (ISRO or third party) for assessing the capability of manufacturer.

53

Step - 5 : Meanwhile technical Bids will be opened and scrutinized for meeting all technical specification and supply conditions.

ISRO - SHAR reserves right to verify the information / data furnished by Bidder. If the same is found as fault or with any deviation the bid will be rejected.

Only those Bidders who are found suitable & meeting all the above qualification Criteria/requirements will be finally qualify for opening the Price Bids for evaluation.

54

ANNEXURE –III UN PRICE BID FORMAT

1. Bidder shall submit the Un-priced format along with techno commercial bid be

mentioning “quoted” against each item. The same shall be uploaded along with technical specifications

2. The price bid should be submitted only as per the given below format. No row shall be left blank. Indicate NA in case not applicable.

Sl No DESCRIPTION Qty Party’s confirmation.

1. 45t Cap. well bed drawbar Trailer with canopy arrangement, ex-works price 1 No.

2. 45t Cap. semi well bed Trailer with canopy arrangement, ex-works price 2Nos.

3. Transportation charges for delivery of 3 trailers from ex works to suppliers site.

4. GST FOR SL. NO. 1 %

5. GST FOR SL. NO. 2 %

6. GST FOR SL. NO. 3 %

7. GRAND TOTAL (1 TO 12)

(SIGNATURE OF BIDDER)

55

ANNEXURE-IV

EXCEPTIONS AND DEVIATIONS In line with Proposal Document, Bidder may stipulate Exceptions and deviations to the Proposal conditions if considered unavoidable.

SL.NO

Reference in Specification

Département Spécification

Offered Spécification DEVIATION

PAGE NO

CLAUSE NO

NOTE : Only deviations are to be written in this Annexure. Any deviations taken by the Bidder to the stipulations of the Proposal document shall be brought out strictly as per this format and enclosed along with the bid. Any deviations not brought out as per this Proforma and written elsewhere in the Proposal document shall not be recognized and the same is treated as null and void. Any willful attempt by the Bidder 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 OF BIDDER)

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