भारत सरकार government of india अतिरक्ष िवभाग department of...

26
1 भारत सरकार Government of India अÛतिर िवभाग Department of Space सतीश धवन अंतिर के Û Satish Dhawan Space Centre शार SHAR Įीहिरकोटा डा..524124 आं.. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेिलफोन:+91 8623 225023 Telephone: +91 8623 225023 फे स: +91 8623 225170 Fax: +91 8623 225170 GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P) TENDER NOTICE NO. SDSC SHAR/HPS/PT/19/2015-16 On behalf of President of India, Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following: Sl No Ref. No. Description Qty. Tender Fee 01 SHAR SC 2016 00 3738 e-procurement [Single Part basis] Pre-cured process Retreading of Tyres size 9.00x20/10.00x20 1 Lot No tender fee shall be applicable for tenders submitted through EGPS 02 SHAR SC 2016 00 3811 e-procurement [Single Part basis] Dental Chair with Accessories 1 No 03 SHAR SC 2016 00 3829 e-procurement [Two Part basis] Mosquito Control Works 1 Lot 04 SHAR VAST 2016 00 3884 e-procurement [Two Part basis] Supply, Testing and Commissioning of 75t Capacity Rough Terrain Tyre Mounted Crane 1 Lot 05 SHAR SPP 2016 00 3886 e-procurement [Two Part basis] Design, manufacture, supply, testing and commissioning of Ultrasonic Imaging System 1 No 06 SHAR VAST 2016 00 3887 e-procurement [Single Part basis] Supply, Testing and Commissioning of 16T Pick N Carry Crane 1 lot 07 SHAR MSA 2016 00 3918 e-procurement [Two Part basis] Supply, Installation, Testing & Commissioning of IP based CCTV Surveillance System with Unified Stores 1 Lot 08 SHAR SPP 2016 00 3936 e-procurement [Single Part basis] Supply of FPS Fittings 1 Lot 09 SHAR SC 2016 00 3937 e-procurement [Single Part basis] Services to undertake material handling works 5304 Man days 10 SHAR MSA 2016 00 3954 e-procurement [Two Part basis] Supply, Installation & Commissioning of Under Vehicle Scanning System 1 Lot Last Date for downloading of tender documents : 17.05.2016 at 16:00 hrs. Due Date for submission of bids online : 17.05.2016 at 16:00 hrs. Due Date for Bid Sealing on : 17.05.2016 at 16:01 hrs. to 17.05.2016 at 17.30 hrs. Due Date for Open Authorization : 17.05.2016 at 17.31 hrs. to 19.05.2016 at 17:00 hrs. Due Date for opening of tenders : 20.05.2016 at 14:30 hrs. Instructions to Tenderers: 01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures. 02. Interested tenderers can download the e-tender from ISRO e-procurement website https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not be considered. 03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can be down loaded and offer submitted on line in the e-procurement portal. 04. Quotations received after the due date/time will not be considered. 05. The tender documents are available for download upto 17.05.2016 at 1600 hrs. and last date for submission of tenders on line 17.05.2016 at 1600 hrs. and Tender Opening on 20.05.2016 at 14:30 hrs. 06. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations. DT: 30.03.2016 HEAD, PURCHASE AND STORES

Upload: others

Post on 25-Oct-2019

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

1

भारत सरकार Government of India 

     अ तिरक्ष िवभाग        Department of Space 

 सतीश धवन अतंिरक्ष के द्र        Satish Dhawan Space Centre          शार        SHAR

ीहिरकोटा डा.घ.524124 आं.प्र. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेिलफोन:+91 8623 225023 Telephone: +91 8623 225023 फेक्स: +91 8623 225170 Fax: +91 8623 225170

GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124

SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)

TENDER NOTICE NO. SDSC SHAR/HPS/PT/19/2015-16

On behalf of President of India, Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following:

Sl No

Ref. No. Description Qty. Tender Fee

01

SHAR SC 2016 00 3738 e-procurement [Single Part basis]

[Pre-cured process Retreading of Tyres size 9.00x20/10.00x20

1 Lot No tender fee shall be applicable for tenders submitted through EGPS

02

SHAR SC 2016 00 3811 e-procurement [Single Part basis]

Dental Chair with Accessories 1 No

03

SHAR SC 2016 00 3829 e-procurement [Two Part basis]

Mosquito Control Works 1 Lot

04

SHAR VAST 2016 00 3884 e-procurement [Two Part basis]

Supply, Testing and Commissioning of 75t Capacity Rough Terrain Tyre Mounted Crane

1 Lot

05

SHAR SPP 2016 00 3886 e-procurement [Two Part basis]

Design, manufacture, supply, testing and commissioning of Ultrasonic Imaging System

1 No

06

SHAR VAST 2016 00 3887 e-procurement [Single Part basis]

Supply, Testing and Commissioning of 16T Pick N Carry Crane

1 lot

07

SHAR MSA 2016 00 3918 e-procurement [Two Part basis]

Supply, Installation, Testing & Commissioning of IP based CCTV Surveillance System with Unified Stores

1 Lot

08

SHAR SPP 2016 00 3936 e-procurement [Single Part basis]

Supply of FPS Fittings 1 Lot

09

SHAR SC 2016 00 3937 e-procurement [Single Part basis]

Services to undertake material handling works 5304 Man days

10

SHAR MSA 2016 00 3954 e-procurement [Two Part basis]

Supply, Installation & Commissioning of Under Vehicle Scanning System

1 Lot

Last Date for downloading of tender documents : 17.05.2016 at 16:00 hrs. Due Date for submission of bids online : 17.05.2016 at 16:00 hrs. Due Date for Bid Sealing on : 17.05.2016 at 16:01 hrs. to 17.05.2016 at 17.30 hrs. Due Date for Open Authorization : 17.05.2016 at 17.31 hrs. to 19.05.2016 at 17:00 hrs. Due Date for opening of tenders : 20.05.2016 at 14:30 hrs.

Instructions to Tenderers:

01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures.

02. Interested tenderers can download the e-tender from ISRO e-procurement website https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not be considered.

03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can be down loaded and offer submitted on line in the e-procurement portal.

04. Quotations received after the due date/time will not be considered.

05. The tender documents are available for download upto 17.05.2016 at 1600 hrs. and last date for submission of tenders on line 17.05.2016 at 1600 hrs. and Tender Opening on 20.05.2016 at 14:30 hrs.

06. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations. DT: 30.03.2016 HEAD, PURCHASE AND STORES�

Page 2: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

Sl. No. DESCRIPTION / TECHNICAL SPECIFICATIONS

1 SUPPLY, TESTING AND COMMISSIONING OF 75T CAPACITY ROUGH TERRAIN TYRE MOUNTED CRANE.Type of Mobile Crane:

a) Rough terrain, tyre mounted, Hydraulically operated Mobile Crane b) Rating shall be according to with IS:4573-1982 or equivalent or higher2 Capacity of Hydraulic Rough Terrain Crane with 85% RATING:

a)Minimum 75t (75,000kgs) at 3.0 mts operating radius at all 360º slew having hook height of 10.0 metres from the ground level on Fully Extended Outriggers.

b)Minimum 16t (16,000 kgs) at 12.0 mts operating radius, at all 360º slew having hook height of 16.0 metres from ground level on Fully Extended Outriggers.

c)Minimum 27t (27,000 kgs) at 4.0 mts operating radius,having hook height of 10.0 metres from ground level on Rubber Stationary - over Front

d)Minimum 16t (16,000 kgs) at 4.0 mts operating radius, having hook height of 10.0 metres from ground level on Rubber Stationary - 360° Rotation

e)Minimum 16t (16,000 kgs) at 6.0 mts operating radius,having hook height of 9.0 metres from ground level on Rubber - Pick & Carry

f) The crane is required to be operated in rough terrainsg) The crane shall have 4 wheel drive and 4 wheel steering system3 Tentative Dimensions of the Mobile crane:a) Overall length of the crane - Should not be more than 15 mts.b) Overall width-Should not be more than 4 mts.c) Overall height-Should not be more than 4 mts.d) Distance between the Outriggers, lengthwise-Should not be more than 8.0 mts.e) Distance between the Outriggers, widthwise-Should not be more than 8.0 mts.f) Telescopic boom length when in fully retracted -Should not be more than 11.0 mts.g) Telescopic boom length when in fully extended -Should be minimum of 33.0 mts.h) Distance between the crane centre of rotation to the edge of the crane end Should not be more than 5.0 mts.i) Minimum Ground Clearance Should be 500mm4 Frame

a)The frame should be a rugged, durable construction of high strength steel, free from any stress concentration, with integral outrigger housings. The design must take care of all forces encountered during the operation of the crane.

5 CARRIER (TRAVELLING)a) Engine for Carrier :Suitable capacity water cooled Diesel engine with dry type Air cleaner of reputed makes.b) Maximum Travel Speed : 30kmphc) Gradeability :Minimum 40%

d)Transmission: The crane shall be provided with power shift transmission having a sufficient number of speeds to enable it to travel in rugged conditions. Preferable Makes ZF, DANA SPICER , DAIMLER & CHRYSLER and ALLISON

e) Axles: 2 Drive steer axles with differential and planetary reduction.f) The load per axle line shall not be more than 26ton (26,000kgs).g) Axles shall be of reputed make like ZF, DANA, KESSLER & AXLE TECH

h) Wheels and Tyres:Suitable Earth mover tubeless tyre of reputed make shall be provided and the sizes are to be indicated.

6 Brake System:

a) Suitable & reliable air/ air over oil/ oil assisted foot operated service brakes acting on all wheels shall be provided.

b) Pneumatic system shall be provided with sufficient number of air drier units wherever applicable with Auto drain valve.

c) Parking/emergency brakes for locking the wheels during operation of the crane should also be provided.

SECTION-ITECHNICAL SPECIFICATIONS

Page 3: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

7 Steering :

a) Full hydraulic independant power steering shall be provided, which should have the capability of normalising steering control

8 Driver cum Operator's Cabin :

a)A fully insulated, sound suppressed, Air conditioned lockable operator's cab with tinted safety glass and ergonomically designed and adjustable type operators seat, should have adequate window area to provide full vision in all directions.

b)Crane controls such as boom derricking (lift / lower), telescopic boom extension / Retraction, hoist rope lifting / lowering, out-riggers extension / retraction etc., shall be located inside the operator’s cabin and in hand reach location. Mechanical slew lock should be operatable from operator's cab.

c)All operating controls, gauges (with colour indication for safe and unsafe working),monitoring and working signals shall beconveniently located within easy reach of the operator and comply with ISO 7752-1 and ISO 7752-2.

d)Reliable display system clearly showing the rated capacity, hook load, operating radius, boom angle, boom length, lifting capacity at an appropriate radius & over load indication.

e)Shall be provided wiper motor and wiper arms, wind shield washer unit, Adjustable type wide angle rear view mirror, Cooling Fans,Electric Horn, a fully adjustable operator’s seat & floor mat

f) Steps and handrails shall be provided for access to the operator’s cab.9 Warning Alarms/Lights :

9.1 Audio/visual warning alarm systems shall be provided for the following:a) Parking brake actuationb) High torque converter oil temperaturec) Low engine oil pressured) High coolant temperature10 Instrument Panel :

10.1 The following shall be provided as a minimum requirement:a) Flashing Indicatorsb) Safe Load Indicatorc) Warning Lightsd) Fuel Level Indicatore) 360 Rotating Beacon Lampf) Voltmeter / Ammeterg) Spirit level for leveling the craneh) Engine Oil Pressure Guagei) Transmission / torque Convertor oil temperaature guagej) Low Battery charging / charging circuit failure indicatork) Parking Brake on/off indicatorl) Electronically operated Hour meter

m) The equipment shall be provided with "centralised warning system" with a provision to monitor the following parameters

i) High engine coolant temperatureii) Low engine oil pressuren) The refregerant used in Air conditioner unit shall be non CFC Eco-Friendly type11 Electrical Equipment :

11.1 The crane shall be provided with the following:a) 12V/24V DC electrical system with suitably rated alternator of reputable makeb) Electric startc) Reputed make high capacity batteriesd) Battery isolation switch

e)All electrical circuits shall be protected by adequately rated fuses/ MCBs which shall be easily accessible for maintenance. In case of fuses, at least two spare fuses of each size/ratings shall be provided in each fuse box.

Page 4: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

12 Lighting :

12.1 Adequate lighting shall be provided for safe nightshift operation. The lighting system should include the following:

a) Headlightsb) Brake, tail and parking lightsc) Front and rear turn indicatorsd) Hazard warning lightse) Working light13 Guards and Shields :a) Adequate guards and shields shall be provided on the crane.14 Fire Extinguisher :

a)A fire extinguisher shall be provided in the crane, suitably mounted in a heavy duty bracket for ease of removal. The extinguisher shall be dry powder (cartridge type) with a minimum capacity of 5 kg.

15 Hydraulic system :

a) Sufficient quantity and suitable capacity oil coolers shall be provided to keep the hydraulic oil in appropriate temperature

b) Hydraulic tank refill capacity shall be of Minimum 800 Litresc) The hydraulic system shall be provided with safety mechanism against hose rupture.

d)The hydraulic system accessories such as hydraulic pump, filters, sump filter etc., shall be of reputed makes such as Parker, Eaton, Rexorth or equivalent reputed make.,

16 Boom derricking (Boom Lifting / Lowering) :a) Boom derricking speed may be indicated

b)Shall be provided with sufficient quantity, suitable capacity of heavy duty double acting boom cylinders which should be capable of lifting rated capacity of the crane to a maximum lifting height

c) Cylinder shall be provided with holding valve.d) Crane shall be provided with safety mechanism against hose rupture.17 Boom Telescoping (Boom Extension) :

a) The boom shall be hydraulically operated,sequential, fully telescopic operation made of high tensile steel sections

b) System shall be configured such that it ensures smooth and safe operation of crane without jerks.c) Telescopic sections shall slide on adjustable and replaceable wear padsd) Robust boom point sheave with removable type rope guards shall be providede) Number of telescopic sections may be indicated in the offer.18 Hoisting system :a) A multiple speed hoist system shall be provided with a counter-balance valve for controlled load lowering.

b) Limit switches for over hoist and over lowering and an adequate capacity fail-safe braking system shall be provided.

c) Hoist rope shall be high performance and of non spin type construction.d) Hoisting system shall be provided with safety of anti-two blocking.e) The hydraulic hoist system shall be provided with the following features:i) Power up and Power Loweringii) Automatic brakes for Hoist System (Spring loaded)iii) Failsafe Brake for Hoist systemiv) Non rotating rope of suitable capacity and constructionv) Audible and visible Over Load Warning indicatorvi) Limit switch for Over hoist19 Slewing system :a) Shall be provided with smooth drive controllerb) Slew system shall be provided with adequate capacity separate motor.20 Outriggers :

a)An adequate number of hydraulically operated outriggers with integral check valves on each stabilizer cylinder shall be provided. The outriggers shall be controlled from the operator’s cab.

b) Cylinder shall be provided with holding valve.c) Crane shall be provided with safety mechanism against hose rupture.

Page 5: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

21 Counter weight :a) Integral counter weight in the machine to handle full rated capacity to ensure required stability22 Hook & Hook Block Assembly:a) Shall be provided with Hook Block of Min 75 ton(75,000 kgs) capacity.b) Additionally crane shall be provided a separate headache Ball of minimum 10t (10,000 Kgs.) capacity.23 Safety Features

a)Operator’s cabin shall be provided with Electronic safe load indicator with display, digital readout for hook load, rated load, boom length and angle, radius, monitoring code to assist in trouble shooting.

b) Hydraulic system shall be configured such that it ensures smooth and safe operation of crane functions without jerk.

c)The hydraulic system shall be provided with check points at appropriate locations for checking the hydraulic pressures by connecting a quick coupler device of suitable capacity.

d)The hydraulic system such as boom derricking, telescopic boom, and Outriggers system shall be provided with safety mechanism against hose rupture.

e)The crane Hoist system shall be provided with adequate capacity brakes capable of bringing a rated load from maximum speed to zero speed and holding it (with or without power).

f) Anti- two blocking device24 Paint finish:a) Good Finish with necessary safety marking on front & rear of chassisb) Standard Painting scheme shall be given and indicated.25 Standard Accessories

a)The supplier shall provide all the standard accessories & Tools at free of cost, which are essentially required for the operation and maintenance of the crane, however high cost accessories and tools if any may be quoted separately wherever applicable with cost break up

26 First Fill Lubricants & Commissioning Spares:

a)First fill Lubricants and Commissioning spares are in the scope of supplier and shall be provided at free of cost. First fill lubricants like Hydraulic Oil, Gear Oil, and Transmission Oil shall be filled to the required level

27 Training during commissioning of crane at SDSC SHAR, Sriharikota

a)The supplier shall impart training in both operation and maintenance of mobile crane to operators and Maintenance technicians at our works site ie., SDSC SHAR, Sriharikota

28 Details & Documents to be submitted along with the offer:a) Technical specifications of the crane.b) Technical Literature and Catalogues.c) Rated capacity load charts.

d)The supplier shall furnish the list of parties in India as well as abroad to whom they have supplied quoted model of Rough Terrain cranes.

e) The supplier should provide details of servicing facilities available in India, for this quoted model of Rough Terrain cranes.

f)Purchaser will register the vehicle in India. Hence necessary documents (forms) given in Annexure I and II have to befilled & submitted along with supply of crane.

g) The supplier shall mention the service support available in India beyond Warranty period.

h)The essential critical list of spares must be made available with shortest possible time, through the Indian service agent, inIndian currency without the necessity of importing the same.

29 Performance and load testing of the crane at Manufacturer’s site:

29.1The equipment has to be tested at Manufacturer’s work site as per applicable standards, in the presence ofPurchaser. The following conditions of load testing shall be carried out:

a)Functional & No load test: Mobile Crane shall be tested for all functions. All safety features like limitswitches emergency alarm/stop, etc., shall be tested for their functions.

Page 6: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

b) Rated Load test: Mobile Crane shall be load tested as per the following rated load requirements

c) For maximum rated load at feasible radius as per crane load chart. The details of the actual load and the radiusmay be given in the quotation.

d) Preferarably for rated load of 50,000kgs and 10,000kgs at the respective rated radii as per load chart of MobileCrane.

e)On rubber for maximum rated load at feasible radius as per crane load chart. The details of the actual load and theradius may be given in the quotation.

f) On rubber preferarably for rated load of 20,000kgs and 4,000kgs at the respective rated radii as per load chart ofMobile Crane.

g) With the above three loads, Mobile Crane shall be tested for all motions like hoisting, slewing, etc.29.2 a)      Over Load test : (1.10 times of rated load)

a)Mobile Crane shall be over load tested for 1.10 times the rated load at radius as per the above three loadconditions.

b) 1.10 times maximum feasible load mentioned under 29.1.(c) at the feasible radius.c) 50,000kgs x 1.10 times at the rated radius as in 29.1.(d)d) 10,000kgs x 1.10 times at the rated radius as in 29.1.(d)e) Note: Necessary test loads & instruments for load testing shall be arranged by the supplier.30 The equipment has to be load tested at SDSC SHAR, Sriharikota in presence of supplier’s representatives.

a)Functional & No load test: Mobile Crane shall be tested for all motions and functions. All safety features likelimit switches emergency alarm/stop, etc., shall be tested for their functions

b) Rated Load test: Mobile Crane shall be load tested as per the following rated load requirements c) For rated load of 50,000kgs and 10,000kgs at respective rated radius as per load chart of Mobile Crane.

d)On rubber preferarably for rated load of 20,000kgs and 4,000kgs at the respective rated radii as per load chart ofMobile Crane.

e) Necessary test loads, manpower, tools for load testing shall be arranged by the purchaser at free of cost.f) Please specify the agency who will undertake load testing of the crane at our Site

31 Documents to be supplied along with the supply:31.1 The following manuals in the form of hard bound books. a) Two sets of operation manuals.

b)Two sets of maintenance manuals (Covering Engine, Transmission, Hydraulic pumps, Motors, Cylinders, and ElectronicSystems).

c) Two sets of Spare parts catalogues.d) Two sets of Load chats.

e)All the above, manuals and documents shall be supplied in the form of Soft copies on CD/ DVD. Two nos.of CD/DVDs shallbe supplied along with equipment.

32 Optional Accessories:a) Minimum 10m lattice swingaway extension boom with integral offset mechanism - 1 Nos

b)Teleswingaway extension : 10.0 - 17.0m Telescopic lattice swingaway boom foldable type extension with offset mechanism 1 Nos

c) Additionally crane shall be provided a Hook Block of 40t (40,000 kgs) capacity- 1 Nod) Additionally crane shall be provided a Hook Block of 15t (15,000 kgs) capacity- 1 Noe) Man carrying basket - 1 Nosf) Centrallized Lubrication System g) Tow Hooks: Crane shall be provided with adequate capacity tow hooks one at rear and one at the front.h) Spark arrestor to be provided

i) 30T Hydraulic Jack

j) Additional 12 more months as extended warranty may be provided.

k) The price of above shall be mentioned separately in the price bid as extra wherever applicable.

33 Optional Special Tools :a) Spanner for Wheel Hub Nut removal -1 Nosb) Spanner for Main Boom cylinder Lock Nut Removal - 1 Nosc) Spanner for outrigger cylinder lock nut removal - 1 Nosd) Spanner for outrigger extension cylinder lock nut removal - 1 Nos

Page 7: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

e) Wheel Hub inner Bearing puller - 1 Nos

Page 8: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

34 Warranty: a) Minimum of 12 months / 1000 hrs which ever is earlier from the date of commissioning of the equipment at our site.b) Indicate the price in Price bid for one more year extended warranty period.c) Any malfunction / defect of the crane shall be rectified by supplier free of cost at SDSC-SHAR, Sriharikota. d) The supplier shall mention the service support available in India beyond Warranty period.35 PRE- QUALIFICATION REQUIREMENTS

a)The bidder should be in the line of manufacturing of Telescopic Crane for at least 3 years prior to the original scheduled dateof tender opening and should submit the proof of the same.

b)The bidder should have supplied in India at least 05 nos. of Telescopic Crane of capacity not less than 75t @ 3.0 mts.Radius from the central axis of rotation, to reputed organizations in the past and should submit proof the same along withmodel No, technical specification and performance certificates of those crane.

36 Submission of following test certificates along with the supply of mobile crane .a) Test certificate for overall crane.b) Crane enginec) Wire ropesd) Hook Blocks37 Two years maintenance spares as per section- I A38 Bid Evaluation Criteria :

a)Bid will be finalized based on the total value of the basic cost + transportation charges + Testing and commissioning charges+ taxes ( sales tax+ service tax)..

b) Purchaser reserves the right to select any one / all the spares, optional tools / optional accessories.

c)Un-priced Price Bid Format to be submitted along with part-I, Techno-Commercial Bid mentioning “quoted” against eachitem.

d) Detailed list of Spares, Optional Accessories, and optional tools to be given along with Part-I, Techno – Commercial Bid.

e)The price bid should be submitted only as per the above format. No row shall be left blank. Please indicate NA, in case theitem is “not applicable”.

f) Submission of Prices other than this format is not acceptable and the quotation is likely to be rejected.

39 Delivery Schedule: 4 Months from the date of purchase Order. The period includes supply as well as assembly, erection, commissioning and load testing at our site. Tenderers shall give break-up period for supply and Comissioning at our site.

40 Validity of offer: The offer shall be kept valid for a period of 4 months after receipt of firm PO.41 Submission of Bids:

41.1 The Bidder shall submit his quotation in two parts viz.a) PART – I TECHNICAL AND COMMERCIAL BID (in the prescribed format Section – I, IA & II) b) PART – II PRICE BID (in the prescribed format Section – III)

c)NOTE: It is conirmed that all the terms and conditions sttipulated in the tender enguiry have been fully understood by us and all clarifications & details have been obtained

Page 9: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at
Page 10: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at
Page 11: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at
Page 12: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

Tender No.& DateBidder's Name , Quotation No & Date

Sl. No. DESCRIPTION / TECHNICAL SPECIFICATIONS SPECIFICATION OR CONFIRMATION BY THE BIDDER (YES/NO)

DEVIATIONS, IF ANY AND REMARKS

1 SUPPLY, TESTING AND COMMISSIONING OF 75T CAPACITY ROUGH TERRAIN TYRE MOUNTED CRANE.Type of Mobile Crane:

a) Rough terrain, tyre mounted, Hydraulically operated Mobile Crane b) Rating shall be according to with IS:4573-1982 or equivalent or higher2 Capacity of Hydraulic Rough Terrain Crane with 85% RATING:

a)Minimum 75t (75,000kgs) at 3.0 mts operating radius at all 360º slew having hook height of 10.0 metres from the ground level on Fully Extended Outriggers.

b)Minimum 16t (16,000 kgs) at 12.0 mts operating radius, at all 360º slew having hook height of 16.0 metres from ground level on Fully Extended Outriggers.

c)Minimum 27t (27,000 kgs) at 4.0 mts operating radius,having hook height of 10.0 metres from ground level on Rubber Stationary - over Front

d)Minimum 16t (16,000 kgs) at 4.0 mts operating radius, having hook height of 10.0 metres from ground level on Rubber Stationary - 360° Rotation

e)Minimum 16t (16,000 kgs) at 6.0 mts operating radius,having hook height of 9.0 metres from ground level on Rubber - Pick & Carry

f) The crane is required to be operated in rough terrainsg) The crane shall have 4 wheel drive and 4 wheel steering system3 Tentative Dimensions of the Mobile crane:a) Overall length of the crane - Should not be more than 15 mts.b) Overall width-Should not be more than 4 mts.c) Overall height-Should not be more than 4 mts.d) Distance between the Outriggers, lengthwise-Should not be more than 8.0 mts.e) Distance between the Outriggers, widthwise-Should not be more than 8.0 mts.f) Telescopic boom length when in fully retracted -Should not be more than 11.0 mts.g) Telescopic boom length when in fully extended -Should be minimum of 33.0 mts.h) Distance between the crane centre of rotation to the edge of the crane end Should not be more than 5.0 mts.

i) Minimum Ground Clearance Should be 500mm

SECTION-II

TECHNICAL COMPLIANCE STATEMENT(IS TO BE DULY FILLED BY BIDDER AND SHALL SUBMIT ALONG WITH THEIR QUOTATION)

Page 13: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

4 Frame

a)The frame should be a rugged, durable construction of high strength steel, free from any stress concentration, with integral outrigger housings. The design must take care of all forces encountered during the operation of the crane.

5 CARRIER (TRAVELLING)a) Engine for Carrier :Suitable capacity water cooled Diesel engine with dry type Air cleaner of reputed makes.b) Maximum Travel Speed : 30kmphc) Gradeability :Minimum 40%

d)Transmission: The crane shall be provided with power shift transmission having a sufficient number of speeds to enable it to travel in rugged conditions. Preferable Makes ZF, DANA SPICER , DAIMLER & CHRYSLER and ALLISON

e) Axles: 2 Drive steer axles with differential and planetary reduction.f) The load per axle line shall not be more than 26ton (26,000kgs).g) Axles shall be of reputed make like ZF, DANA, KESSLER & AXLE TECH

h) Wheels and Tyres:Suitable Earth mover tubeless tyre of reputed make shall be provided and the sizes are to be indicated.

6 Brake System:

a) Suitable & reliable air/ air over oil/ oil assisted foot operated service brakes acting on all wheels shall be provided.

b) Pneumatic system shall be provided with sufficient number of air drier units wherever applicable with Auto drain valve.

c) Parking/emergency brakes for locking the wheels during operation of the crane should also be provided.7 Steering :

a) Full hydraulic independant power steering shall be provided, which should have the capability of normalising steering control

8 Driver cum Operator's Cabin :

a)A fully insulated, sound suppressed, Air conditioned lockable operator's cab with tinted safety glass and ergonomically designed and adjustable type operators seat, should have adequate window area to provide full vision in all directions.

b)Crane controls such as boom derricking (lift / lower), telescopic boom extension / Retraction, hoist rope lifting / lowering, out-riggers extension / retraction etc., shall be located inside the operator’s cabin and in hand reach location. Mechanical slew lock should be operatable from operator's cab.

c)All operating controls, gauges (with colour indication for safe and unsafe working),monitoring and working signals shall beconveniently located within easy reach of the operator and comply with ISO 7752-1 and ISO 7752-2.

d)Reliable display system clearly showing the rated capacity, hook load, operating radius, boom angle, boom length, lifting capacity at an appropriate radius & over load indication.

e)Shall be provided wiper motor and wiper arms, wind shield washer unit, Adjustable type wide angle rear view mirror, Cooling Fans,Electric Horn, a fully adjustable operator’s seat & floor mat

f) Steps and handrails shall be provided for access to the operator’s cab.

Page 14: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

9 Warning Alarms/Lights :9.1 Audio/visual warning alarm systems shall be provided for the following:a) Parking brake actuationb) High torque converter oil temperaturec) Low engine oil pressured) High coolant temperature10 Instrument Panel :

10.1 The following shall be provided as a minimum requirement:a) Flashing Indicatorsb) Safe Load Indicatorc) Warning Lightsd) Fuel Level Indicatore) 360 Rotating Beacon Lampf) Voltmeter / Ammeterg) Spirit level for leveling the craneh) Engine Oil Pressure Guagei) Transmission / torque Convertor oil temperaature guagej) Low Battery charging / charging circuit failure indicatork) Parking Brake on/off indicatorl) Electronically operated Hour meter

m) The equipment shall be provided with "centralised warning system" with a provision to monitor the following parameters

i) High engine coolant temperatureii) Low engine oil pressuren) The refregerant used in Air conditioner unit shall be non CFC Eco-Friendly type11 Electrical Equipment :

11.1 The crane shall be provided with the following:a) 12V/24V DC electrical system with suitably rated alternator of reputable makeb) Electric startc) Reputed make high capacity batteriesd) Battery isolation switch

e)All electrical circuits shall be protected by adequately rated fuses/ MCBs which shall be easily accessible for maintenance. In case of fuses, at least two spare fuses of each size/ratings shall be provided in each fuse box.

12 Lighting :12.1 Adequate lighting shall be provided for safe nightshift operation. The lighting system should include the following:a) Headlightsb) Brake, tail and parking lightsc) Front and rear turn indicatorsd) Hazard warning lightse) Working light

Page 15: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

13 Guards and Shields :a) Adequate guards and shields shall be provided on the crane.14 Fire Extinguisher :

a)A fire extinguisher shall be provided in the crane, suitably mounted in a heavy duty bracket for ease of removal. The extinguisher shall be dry powder (cartridge type) with a minimum capacity of 5 kg.

15 Hydraulic system :

a) Sufficient quantity and suitable capacity oil coolers shall be provided to keep the hydraulic oil in appropriate temperature

b) Hydraulic tank refill capacity shall be of Minimum 800 Litresc) The hydraulic system shall be provided with safety mechanism against hose rupture.

d)The hydraulic system accessories such as hydraulic pump, filters, sump filter etc., shall be of reputed makes such as Parker, Eaton, Rexorth or equivalent reputed make.,

16 Boom derricking (Boom Lifting / Lowering) :a) Boom derricking speed may be indicated

b)Shall be provided with sufficient quantity, suitable capacity of heavy duty double acting boom cylinders which should be capable of lifting rated capacity of the crane to a maximum lifting height

c) Cylinder shall be provided with holding valve.d) Crane shall be provided with safety mechanism against hose rupture.17 Boom Telescoping (Boom Extension) :

a) The boom shall be hydraulically operated,sequential, fully telescopic operation made of high tensile steel sections

b) System shall be configured such that it ensures smooth and safe operation of crane without jerks.c) Telescopic sections shall slide on adjustable and replaceable wear padsd) Robust boom point sheave with removable type rope guards shall be providede) Number of telescopic sections may be indicated in the offer.18 Hoisting system :a) A multiple speed hoist system shall be provided with a counter-balance valve for controlled load lowering.

b) Limit switches for over hoist and over lowering and an adequate capacity fail-safe braking system shall be provided.

c) Hoist rope shall be high performance and of non spin type construction.d) Hoisting system shall be provided with safety of anti-two blocking.e) The hydraulic hoist system shall be provided with the following features:i) Power up and Power Loweringii) Automatic brakes for Hoist System (Spring loaded)iii) Failsafe Brake for Hoist systemiv) Non rotating rope of suitable capacity and constructionv) Audible and visible Over Load Warning indicatorvi) Limit switch for Over hoist

Page 16: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

19 Slewing system :a) Shall be provided with smooth drive controllerb) Slew system shall be provided with adequate capacity separate motor.20 Outriggers :

a)An adequate number of hydraulically operated outriggers with integral check valves on each stabilizer cylinder shall be provided. The outriggers shall be controlled from the operator’s cab.

b) Cylinder shall be provided with holding valve.c) Crane shall be provided with safety mechanism against hose rupture.21 Counter weight :a) Integral counter weight in the machine to handle full rated capacity to ensure required stability22 Hook & Hook Block Assembly:a) Shall be provided with Hook Block of Min 75 ton(75,000 kgs) capacity.b) Additionally crane shall be provided a separate headache Ball of minimum 10t (10,000 Kgs.) capacity.23 Safety Features

a)Operator’s cabin shall be provided with Electronic safe load indicator with display, digital readout for hook load, rated load, boom length and angle, radius, monitoring code to assist in trouble shooting.

b) Hydraulic system shall be configured such that it ensures smooth and safe operation of crane functions without jerk.

c)The hydraulic system shall be provided with check points at appropriate locations for checking the hydraulic pressures by connecting a quick coupler device of suitable capacity.

d)The hydraulic system such as boom derricking, telescopic boom, and Outriggers system shall be provided with safety mechanism against hose rupture.

e)The crane Hoist system shall be provided with adequate capacity brakes capable of bringing a rated load from maximum speed to zero speed and holding it (with or without power).

f) Anti- two blocking device24 Paint finish:a) Good Finish with necessary safety marking on front & rear of chassisb) Standard Painting scheme shall be given and indicated.25 Standard Accessories

a)The supplier shall provide all the standard accessories & Tools at free of cost, which are essentially required for the operation and maintenance of the crane, however high cost accessories and tools if any may be quoted separately wherever applicable with cost break up

26 First Fill Lubricants & Commissioning Spares:

a)First fill Lubricants and Commissioning spares are in the scope of supplier and shall be provided at free of cost. First fill lubricants like Hydraulic Oil, Gear Oil, and Transmission Oil shall be filled to the required level

27 Training during commissioning of crane at SDSC SHAR, Sriharikota

a)The supplier shall impart training in both operation and maintenance of mobile crane to operators and Maintenance technicians at our works site ie., SDSC SHAR, Sriharikota

Page 17: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

28 Details & Documents to be submitted along with the offer:a) Technical specifications of the crane.b) Technical Literature and Catalogues.c) Rated capacity load charts.

d)The supplier shall furnish the list of parties in India as well as abroad to whom they have supplied quoted model of Rough Terrain cranes.

e) The supplier should provide details of servicing facilities available in India, for this quoted model of Rough Terrain cranes.

f)Purchaser will register the vehicle in India. Hence necessary documents (forms) given in Annexure I and II have to befilled & submitted along with supply of crane.

g) The supplier shall mention the service support available in India beyond Warranty period.

h)The essential critical list of spares must be made available with shortest possible time, through the Indian service agent, inIndian currency without the necessity of importing the same.

29 Performance and load testing of the crane at Manufacturer’s site:

29.1The equipment has to be tested at Manufacturer’s work site as per applicable standards, in the presence ofPurchaser. The following conditions of load testing shall be carried out:

a)Functional & No load test: Mobile Crane shall be tested for all functions. All safety features like limit switchesemergency alarm/stop, etc., shall be tested for their functions.

b) Rated Load test: Mobile Crane shall be load tested as per the following rated load requirements

c) For maximum rated load at feasible radius as per crane load chart. The details of the actual load and the radius maybe given in the quotation.

d) Preferarably for rated load of 50,000kgs and 10,000kgs at the respective rated radii as per load chart of MobileCrane.

e)On rubber for maximum rated load at feasible radius as per crane load chart. The details of the actual load and theradius may be given in the quotation.

f) On rubber preferarably for rated load of 20,000kgs and 4,000kgs at the respective rated radii as per load chart ofMobile Crane.

g) With the above three loads, Mobile Crane shall be tested for all motions like hoisting, slewing, etc.29.2 a)      Over Load test : (1.10 times of rated load)

a) Mobile Crane shall be over load tested for 1.10 times the rated load at radius as per the above three load conditions.

b) 1.10 times maximum feasible load mentioned under 29.1.(c) at the feasible radius.c) 50,000kgs x 1.10 times at the rated radius as in 29.1.(d)d) 10,000kgs x 1.10 times at the rated radius as in 29.1.(d)e) Note: Necessary test loads & instruments for load testing shall be arranged by the supplier.

Page 18: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

30 The equipment has to be load tested at SDSC SHAR, Sriharikota in presence of supplier’s representatives.

a)Functional & No load test: Mobile Crane shall be tested for all motions and functions. All safety features like limitswitches emergency alarm/stop, etc., shall be tested for their functions

b) Rated Load test: Mobile Crane shall be load tested as per the following rated load requirements c) For rated load of 50,000kgs and 10,000kgs at respective rated radius as per load chart of Mobile Crane.

d)On rubber preferarably for rated load of 20,000kgs and 4,000kgs at the respective rated radii as per load chart ofMobile Crane.

e) Necessary test loads, manpower, tools for load testing shall be arranged by the purchaser at free of cost.f) Please specify the agency who will undertake load testing of the crane at our Site

31 Documents to be supplied along with the supply:31.1 The following manuals in the form of hard bound books. a) Two sets of operation manuals.

b)Two sets of maintenance manuals (Covering Engine, Transmission, Hydraulic pumps, Motors, Cylinders, and ElectronicSystems).

c) Two sets of Spare parts catalogues.d) Two sets of Load chats.

e)All the above, manuals and documents shall be supplied in the form of Soft copies on CD/ DVD. Two nos.of CD/DVDs shall besupplied along with equipment.

32 Optional Accessories:a) Minimum 10m lattice swingaway extension boom with integral offset mechanism - 1 Nos

b)Teleswingaway extension : 10.0 - 17.0m Telescopic lattice swingaway boom foldable type extension with offset mechanism 1 Nos

c) Additionally crane shall be provided a Hook Block of 40t (40,000 kgs) capacity- 1 Nod) Additionally crane shall be provided a Hook Block of 15t (15,000 kgs) capacity- 1 Noe) Man carrying basket - 1 Nosf) Centrallized Lubrication System g) Tow Hooks: Crane shall be provided with adequate capacity tow hooks one at rear and one at the front.h) Spark arrestor to be provided

i) 30T Hydraulic Jack

j) The price of above shall be mentioned separately in the price bid as extra wherever applicable. 33 Optional Special Tools :a) Spanner for Wheel Hub Nut removal -1 Nosb) Spanner for Main Boom cylinder Lock Nut Removal - 1 Nosc) Spanner for outrigger cylinder lock nut removal - 1 Nosd) Spanner for outrigger extension cylinder lock nut removal - 1 Nose) Wheel Hub inner Bearing puller - 1 Nos

Page 19: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

34 Warranty: a) Minimum of 12 months / 1000 hrs which ever is earlier from the date of commissioning of the equipment at our site.b) Additional 12 more months as extended warranty may be provided as optional.c) Indicate the price in Price bid for one more year extended warranty period.d) Any malfunction / defect of the crane shall be rectified by supplier free of cost at SDSC-SHAR, Sriharikota. e) The supplier shall mention the service support available in India beyond Warranty period.35 PRE- QUALIFICATION REQUIREMENTS

a)The bidder should be in the line of manufacturing of Telescopic Crane for at least 3 years prior to the original scheduled date oftender opening and should submit the proof of the same.

b)The bidder should have supplied in India at least 05 nos. of Telescopic Crane of capacity not less than 75t @ 3.0 mts. Radiusfrom the central axis of rotation, to reputed organizations in the past and should submit proof the same along with model No,technical specification and performance certificates of those crane.

36 The following test certificates shall be submitted along with the supply of mobile crane .a) Test certificate for overall crane.b) Crane enginec) Wire ropesd) Hook Blocks37 Two years maintenance spares as per section- I A38 Bid Evaluation Criteria :

a)Bid will be finalized based on the total value of the basic cost + transportation charges + Testing and commissioning charges +taxes ( sales tax+ service tax)..

b) Purchaser reserves the right to select any one / all the spares, optional tools / optional accessories.

c) Un-priced Price Bid Format to be submitted along with part-I, Techno-Commercial Bid mentioning “quoted” against each item.

d) Detailed list of Spares, Optional Accessories, and optional tools to be given along with Part-I, Techno – Commercial Bid.

e)The price bid should be submitted only as per the above format. No row shall be left blank. Please indicate NA, in case the itemis “not applicable”.

f) Submission of Prices other than this format is not acceptable and the quotation is likely to be rejected.

39Delivery Schedule: 4 Months from the date of purchase Order. The period includes supply as well as assembly, erection, commissioning and load testing at our site. Tenderers shall give break-up period for supply and Comissioning at our site.

40 Validity of offer: The offer shall be kept valid for a period of 4 months after receipt of firm PO.41 Submission of Bids:

41.1 The Bidder shall submit his quotation in two parts viz.a) PART – I TECHNICAL AND COMMERCIAL BID (in the prescribed format Section – I, IA & II) b) PART – II PRICE BID (in the prescribed format Section – III)

c)NOTE: It is conirmed that all the terms and conditions sttipulated in the tender enguiry have been fully understood by us and all clarifications & details have been obtained

Page 20: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

SECTION – III

PART –A (Application for Indian Rupee Quote)

BIDDERS PRICE BID FORMAT (75t Rough Terrain Tyre Mounted Mobile Crane)

Note : Bidder shall submit Prices in the format given below. Tender No. & Date : Bidder’s Name, Quotation No. & Date:

SL. NO

DESCRIPTION OF ITEM

Unit (No / Set)

Quantity

Quoted / Not quoted

1.

75t Rough Terrain tyre mounted Mobile Crane as per specification in section-I, price including all standard accessories, one year warranty and packing.

No

01

2. Transportation charges to SDSC SHAR Lot 01

3

Testing and commissioning Charges at out site, SHAR including training as per clause no.27 & 30 of Section –I

Lot

01

TOTAL PRICE including erection and commissioning (1+2+3)

4.

Price of Spare parts for two years Maintenance (Separate sheets shall be enclosed giving List of spares, quantity, rate, and price) as per clause no.37 of Section –I A

lot

01

Page 21: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

5.

Price of Optional accessories (Separate sheet shall be enclosed giving List of, Optional accessories quantity, rate, and price) as per clause no.32 of Section–I

Set

01

6.

Price of each optional tools shall be mentioned separately. (separate sheets shall be enclosed furnishing List of optional tools, quantity, rate and price) as per clause no.33 of section -I

Set

01

TOTAL PRICE (1+2+3+4+5+6)

Signature & Office Seal of the Bidder

Page 22: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

SI.NO DESCRIPTION QTY

1 LUB OIL FILTER ELEMENT 6

2 FUEL FILTER 6

3 FILTER, COOLANT 6

4 SEPERATOR, FUEL WATER 6

5 ELEMENT INNER - AIR 3

6 ELEMENT OUTER - AIR 3

7 CARTRIDGE ASSY (HYD) 1

8 ELEMENT TC 3

9 FILTER ELEMENT 4

10 V BELT - ENGINE 4

11 WHEEL HUB OIL SEALS 4

12 WHEEL HUB INNER BEARINGS 4

13 WHEEL HUB OUTER BEARINGS 4

14 SEAL KIT FOR O/R RAM 4

15 SEAL KIT FOR O/R JACK 4

16 SEAL KIT FOR LOCK V/V 1

17 SEAL KIT FOR STRG CYL 1

18 SEAL KIT 1

19LOCK VALVE FOR O/R JACK / PO CHECK VALVE

1

20 INGNITION SWITCH 1

21 SWITCH TOGGLE 1

22 SWITCH - HEAD/SIDE LAMP 1

23 FLASHER UNIT - 12V 1

24 MCB 5 AMP 2

25 MCB 10 AMP 1

26 MCB 15 AMP 1

27 MCB 25 AMP 1

28 MCB 70 AMP 1

29 RELAY 1

30 RELAY 12V 2

31 BATTERY DISCONNECT SWITCH 1

32 SELF STARTER ASSY. 1

33 ALTERNATOR ASSY. 1

34 SOL. SWITCH (START RELAY) - 12V 1

75t RT CRANE 2 YEARS MAINTENANCE SPARES

SECTION - I A

Page 23: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

STANDARAD TENDER TERMS AND CONDITIONS 

Offers should be sent on line using standard digital signature of class‐3 with encryption / decryption options.   The Tenders authorized on line on or before the open authorization date and time only be considered as valid tenders. Physical copy of the will not be considered received even before the bid submission date. 

1. Prices quoted should be on the basis of F.O.R. Sullurpeta / delivery at site.  The  purchaser will not pay separately for transit insurance.  All risks in transit shall be exclusively 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. Excise  Duty  ‐  SDSC‐SHAR  is  eligible  for  Excise  Duty  Exemption  under  Notification  No.  64/95 dated  16.03.1995  as  amended  by  Notification  No.  15/2007  dated  01.03.2007  and  we  shall provide necessary Exemption Certificate. No claim for payment of Excise Duty or Cenvat reversal will  be  allowed  later.  The  suppliers  have  to  consider  this  into  account  while  submitting quotations. 

3. CST  ‐  With  effect  from  01.04.2007,  the  facility  of  Inter‐State  purchases  by  Government Departments against Form‐D has been withdrawn. Now the rate of CST on the Inter‐State sale to Government Departments shall be the rate of VAT/State Sales Tax applicable in the State of the selling  dealer. Accordingly,  the  suppliers  have  to  clearly  indicate  the %age  of  CST  applicable against each case in their tenders. 

4. Customs Duty  ‐  SDSC‐SHAR  is  eligible  for  100%  Customs Duty  exemption  as  per Notification No.12/2012 dated 17.03.2012. This may be taken into account while quoting for import items. 

5. High Sea Sales ‐ Against High Sea Sale cases‐ • Offers shall be on all inclusive basis upto Sriharikota are preferred, which means freight upto 

Sriharikota, customs clearance is the responsibility of the Supplier at his cost. • 100% payment will be made within 30 days after receipt and acceptance of the items at our 

site.  However,  in  exceptional  cases  based  on merit  of  the  case,  100%  payment  against delivery, satisfactory inspection at our site may be considered. 

• Tax is not applicable • Customs  Duty  Exemption  Certificate  and  other  related  documents  needed  for  Customs 

clearance purpose will be provided. • High  Sea  Sales  Agreement  submitted  by  the  Supplier  in  accordance with  the  terms  and 

conditions of our purchase order will be signed and issued by SDSC‐SHAR. 6. The time for 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(s) specified therein. Failure to do so, without adequate justification may involve cancellation of the contract at the discretion of purchaser. 

7. The deliver 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 un‐responsive. 

8. The Department will have  the option  to  consider more  than one  sources of  supply  and  final orders will be given accordingly 

9. Bidder shall note that the conditional discounts would not have edge in the evaluation process of tenders. 

Page 24: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

10. Non‐acceptance of  any  conditions where  ever  called  for  related  to  guarantee or warrantee  , performance bank guarantee, liquidate damages are liable for disqualification of bids.  

11. Where ever installation and commissioning is involved, the guarantee / warrantee period should recon only from the installation and commissionining. 

12. Prices are required to be quoted according to the units  indicated  in the annexed tender form.  Then   quotations are given  in  terms of units other  than  those  specified  in  the  tender  form, relationship between   the two sets of units must be furnished. 

13. Advance Payment ‐ Wherever advance payment is requested, it should be with Bank Guarantee only. 

14. Liquidated Damages ‐ In all advance payment cases and where delivery is critical. L.D. clause will be  applicable  at 0.5% per week or part  thereof  subject  to  a maximum of 10% of  total order value. 

15. Performance Bank Guarantee ‐ Wherever called for Performance Bank Guarantee at 10% of the order value has to be furnished covering the warranty period.  

16. The  Purchaser  reserves  the  right  to  accept  or  reject  any  quotation  fully  or  partly  without     assigning any reasons. 

17. Payment  terms  are  full  payment within  30  days  from  the  date  of  receipt  and  acceptance  of material ordered.   Our Bankers are State Bank of India, SDSC SHAR, Sriharikota – 524 124. You may furnish your banker details for transferring the payments through ECS mode. 

18. Where counter terms and conditions / printed or cyclostyle conditions of sale have been offered by the tenderer, the same shall not be deemed to have been accepted by the purchaser, unless the purchaser’s specific written acceptance thereof is obtained. 

19. SPECIFICATIONS: Stores offered should strictly confirm to our specifications.   Deviations  if any, should be clearly indicated by the tenderer in their quotation.  The tenderer should indicate the Make  /  Type  number  of  the  stores  offered  and  provide  catalogues,  technical  literature  and samples, wherever necessary along with the quotations.  Test Certificates, wherever necessary, should be forwarded along with supplies.  Whenever option are called for in our specifications, the  tenderer  should  address  all  such  options  whenever  specifically  mentioned  by  us,  the tenderer could suggest changes to specification with appropriate reasons for the same.  Even in such  cases,  the  tenderer  should  state why  he  cannot meet  our  specifications  and why  he  is suggesting the changes. 

20. GUARANTEE:  The  Stores  offered  should  be  guaranteed  for  a minimum  period  of  12months against  defective material, design, operation or manufacture.   For defects noticed during  the guarantee period, replacement  rectification should be arranged free of cost within a reasonable period of such   notification.    In  cases where  our  specifications  called  for  a  guarantee  period more than 12 months specifically, then such a period shall apply. 

21. The tenderer shall at all times indemnify the Purchaser against all clams which may be made in respect of the stores for infringement of any right protected by the patent Registration of design or Trade Mark and shall take all risks of accidents or damage,   which  may  cause  a  failure  of the supply from whatever cause arising and the entire   responsibility  for  the  sufficiency  of  all means used by him for the contract. 

22. ARBITRATION: In the event of any question, dispute or difference arising under these  conditions of any  condition  in  the purchase order or  in  connection with  this  contract,  (except as  to any matters the decision of which is specially provided for by these   conditions)  the  same  shall  be referred  to  the  sole  arbitration  of  the Head  of  the  Purchase  office  or  of  some  other  person appointed by him. There will   be no objection that the  Arbitrator is a Government Servant, that he had to deal with matter to   which the contract related or that in the course of his duties as a Government Servant, he has   expressed  views  on  all  or  any  of  the  matters  in  dispute  or 

Page 25: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

difference the award of the   Arbitrator  shall  be  final  and  binding  on  the  parties  of  this contract. (a) If  the Arbitrator be the Head of the Purchase Office: 

I. In  the  event  of  his  being  transferred  or  vacating  his  office  by  resignation  or otherwise,  it  Shall  be  lawful  for  successor  office  either  to  proceed  with  the‐reference himself or to appoint another person as Arbitrator or 

II. In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the purchase Office to appoint another person as Arbitrator or 

(b) If the Arbitrator be a person appointed by the Head of the Purchase Office: 

 In the event of his dying, neglecting or refusing to act, or resigning or being to act, for  any  reason,  it  shall  be  lawful  for  the  Head  of  the  purchase Office  either  to proceed with  the  reference himself or  to appoint another person as Arbitrator  in place of the outgoing Arbitrator.  Subject as aforesaid, the Arbitration Act, 1940 and the    rules  there  under  any  statutory modifications  thereof  for  the  time  being  in force shall be deemed to apply to the  

arbitration proceedings under  this  clause.   The Arbitrary  shall have  the power  to extend with the consent of the Purchaser and contractor the time for making and publishing the award.  The venue of Arbitration shall be the place as the purchaser in  this  absolute  discretion  may  determine.  Work  under  the  contract‐shall,  if reasonably possible, continue during Arbitration Proceedings. 

(C)   In case order is concluded on the public sector undertakings the following    Arbitration Clause will be applicable. 

In  the  event  of  any  dispute  or  difference  relating  to  the  inter  pretation  and application of  the provision of  the  contracts  such dispute or differences  shall be referred  by  either  party  to  the  Arbitration  of  one  of  the  Arbitrators  in  the Department  of  Public  Enterprise  to  be  nominate  by  the  secretary  to  the  Government of India in charge of the Bureau of  public Enterprises.  The Arbitration  Act, 1940 shall not be applicable to the Arbitration under this clause.  The award of the Arbitrator shall be binding upon the parties to the dispute, providing, however any  party  decided  by  the  Law  Secretary  or  the  Special  Secretary  /  Additional Secretary when so authorized by the Law Secretary, whose decision shall bind the parties  finally and  conclusively. The   parties  to  the dispute will  share equally  the cost of Arbitration as intimated by the Arbitrator.   

23. Successful tenderer will have to furnish  in the form 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 one execution of the contract. 

Page 26: भारत सरकार Government of India अतिरक्ष िवभाग Department of ... · 05. The tender documents are available for download upto 17.05.2016 at

24. PACKING & FORWARDING: The tenderer 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 expenses of      the Contractor. 

25. The Purchaser reserves the option to give price preference to the offers from public Sector Units and /  or  Small scale / Cottage industries / Units over those from other firms, in accordance with the policies  of  the Government from time to time.  

26. The following information/documents are to be furnished online wherever applicable.  Product literature  Core banking account number of SBI  PAN No. in quotation and invoices  Excise Duty, VAT, Service Tax Registration details. 

27. SPECIAL  CONDITION  AGAINST  INDIAN  AGENTS  SUBMITTING  QUOTATIONS  IN  FOREIGN CURRENCY The Tenderer should submit the following documents/information on line while quoting:‐ 

a) Foreign Principal's proforma invoice 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, precise  relationship between  them and their mutual interest in the business. 

c) The enlistment of the Indian Agent with Director‐General of Supplies & Disposals under the Compulsory Registration Scheme of Ministry of Finance. 

28. Tenderer must authorize bid opening with in 24 hrs from the time of bid sealing by Department, other wise the bid submitted will not be considered for evaluation