अंतिरक्ष उपयोग क eद्रइसरो space applications …netcore...

87
भारत रकार अंतिर िवभाग अंतिर उपयोग कɅ (इसरो) आंबावाडी िवèतार पी.. अहमदाबाद – 380 015 (भारत) दूरभाषः +9179-2691 3051/98 फै स नं. : +91792691 5835/02/48 Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO) Ambawadi Vistar P.O. Ahmedabad – 380 015 (INDIA) Telephone : +9179 – 2691 3051/98 Fax No. : +9179 – 2691 5835 / 02 /48 Email: [email protected] िनिवदा सूचना सं. सैक/पीट/19/2014-15 Tender Notice No. SAC/PT/19/2014-15 Dt.: 30.12.2014 भारत के राçपित की ओर से विर. धान, एवं भंडार, अंतिर उपयोग कɅ , अहमदाबाद िनàनिलिखत के िलए मोहरबंद िनिवदाएं आमंित करते हɇ : For and on behalf of the President of India, Sr. Head, Purchase & Stores, Space Applications Centre, Ahmedabad invites sealed tenders for the following: .सं. SN िनिवदा नं . Tender No. संिÜत िववरण Brief Description िनयत िति(अपराéन 3 बजे तक) Due on (up to 3 pm) 1. AHPP 201400179901 Trend Micro Anti Virus Solution (TWO PART TENDER) 28.01.2015 2. AHSG 201400052501 Rate Contract for Screening of Electronics Components (TWO PART TENDER) 02.02.2015 3. AHSE 201400145201 Six Axis Miniature Hexapod (TWO PART TENDER) 02.02.2015 4. AHSP 201400204001 Comprehensive On-sight AMC of SAC-POC Storage Solution for Three Years (TWO PART TENDER) 02.02.2015 िनिवदा दèतावेज भाग, सैक से ाÜत िकए जा सकते हɇ तथा ये इसरो की वेबसाइट www.isro.gov.in पर भी उपलÞध हɇ इÍछु क िनिवदाकार इसे वेवबसाइट से डाउनलोड कर सकते हɇ तथा अपने èताव Ǿ. 218/- ×येक (रेखांिकत िडमांड ाÝट के Ǿप मɅ ) के िनिवदा शुãक के साथ èतुत करɅ अपना èताव èतुत करते समय िलफाफे के ऊपरी भाग पर िनिवदा सं. तथा िनयत ितिथ िलखɅ यिद दèतावेज डाक ɮवारा मंगाए जा रहे हɇ तो िनàन बातɉ को नोट करɅ : Tender documents can be bought from the Purchase Division, SAC and are also available on ISRO website www.isro.gov.in. Interested tenderers may download the same from the website and submit their offer along with Tender fee of Rs. 218/- each (In the form of Crossed Demand Draft). While submitting your offer superscribe Tender No., and due date on the envelope. If the documents are requisitioned by post, the following points shall be noted:- 1) िनिवदा दèतावेज मंगाने के िलए/भेजे जा रहे िनवेदन पर िनिवदा सूचना संया तथा िनिवदा संया दोनɉ िलखी जाएं तथा िनिवदा शुãक Ǿ.218/ ×येक (िकसी भी राçीयक बɇक ɮवारा जारी रेखांिकत िडमांड ाÝट के Ǿप

Upload: others

Post on 27-Sep-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

  • भारत सरकार अंतिरक्ष िवभाग

    अतंिरक्ष उपयोग कद्र(इसरो) आबंावाडी िव तार पी.ओ. 

    अहमदाबाद – 380 015 (भारत) दरूभाषः +91‐79-2691 3051/98

    फैक्स नं. : +91‐79‐2691 5835/02/48 

      Government of India Department of Space SPACE APPLICATIONS CENTRE (ISRO)Ambawadi Vistar P.O. Ahmedabad – 380 015 (INDIA) Telephone : +91‐79 – 2691 3051/98 Fax No. : +91‐79 – 2691 5835 / 02 /48  Email: [email protected] 

    िनिवदा सूचना सं. सैक/पीटी/19/2014-15

    Tender Notice No. SAC/PT/19/2014-15

    Dt.: 30.12.2014

    भारत के रा ट्रपित की ओर से विर. प्रधान, क्रय एवं भंडार, अंतिरक्ष उपयोग कद्र, अहमदाबाद िन निलिखत के िलए मोहरबंद िनिवदाएं आमंित्रत करते ह:

    For and on behalf of the President of India, Sr. Head, Purchase & Stores, Space Applications Centre, Ahmedabad invites sealed tenders for the following:

    क्र.सं. SN

    िनिवदा नं. Tender No.

    संिक्ष त िववरण Brief Description

    िनयत ितिथ (अपरा न 3 बजे

    तक) Due on (up to

    3 pm)

    1. AHPP 201400179901 Trend Micro Anti Virus Solution (TWO PART TENDER) 28.01.2015

    2. AHSG 201400052501 Rate Contract for Screening of Electronics Components (TWO PART TENDER) 02.02.2015

    3. AHSE 201400145201 Six Axis Miniature Hexapod (TWO PART TENDER) 02.02.2015

    4. AHSP 201400204001 Comprehensive On-sight AMC of SAC-POC Storage Solution for Three Years (TWO PART TENDER)

    02.02.2015

    िनिवदा द तावेज क्रय प्रभाग, सैक से प्रा त िकए जा सकते ह तथा ये इसरो की वेबसाइट www.isro.gov.in पर भी उपल ध ह । इ छुक िनिवदाकार इसे वेवबसाइट से डाउनलोड कर सकत ेह तथा अपने प्र ताव . 218/- प्र येक (रेखांिकत िडमाडं ड्रा ट के प म) के िनिवदा शु क के साथ प्र तुत कर । अपना प्र ताव प्र तुत करते समय िलफाफे के ऊपरी भाग पर िनिवदा सं. तथा िनयत ितिथ िलख । यिद द तावेज डाक वारा मगंाए जा रहे ह तो िन न बात को नोट कर: Tender documents can be bought from the Purchase Division, SAC and are also available on ISRO website www.isro.gov.in. Interested tenderers may download the same from the website and submit their offer along with Tender fee of Rs. 218/- each (In the form of Crossed Demand Draft). While submitting your offer superscribe Tender No., and due date on the envelope. If the documents are requisitioned by post, the following points shall be noted:- 1) िनिवदा द तावेज मंगाने के िलए/भेजे जा रहे िनवेदन पत्र पर िनिवदा सचूना सखं्या तथा िनिवदा संख्या दोन िलखी जाएं तथा िनिवदा शु क .218/ प्र येक (िकसी भी रा ट्रीयकृत बक वारा जारी रेखांिकत िडमांड ड्रा ट के प

  • म) के साथ मात्र क्रय एवं भंडार अिधकारी, अंतिरक्ष उपयोग कद्र, अहमदाबाद-380015 को भेजा जाए । 2) िजस िलफाफे म इस प्रकार का िनवेदन भेजा जा रहा हो उसके ऊपरी भाग पर "िनिवदा द तावेज के िलए अनुरोध" िलखा जाए । प्र येक िनिवदा द तावेज के िलए अलग िनवेदन पत्र एवं अलग िडमा ड ड्रा ट भेजा जाए । 3) िनिवदा शु क (अप्रितदेय) का भुगतान रेखांिकत िडमा ड ड्रा ट (मात्र एमआईसीआर डीडी) के प म िकया जाए जो अहमदाबाद म देय हो तथा वह मात्र लेखा अिधकारी, सैक अहमदाबाद-380015 के नाम पर िलया जाए । 4) िडमा ड ड्रा ट के पीछे िवके्रता का नाम एवं िनिवदा संख्या दजर् होनी चािहए । 5) िनयत ितिथ बढ़ाए जाने के िनवेदन पर कोई िवचार नहीं िकया जाएगा । 6) डाक वारा िनिवदा द तावेज की िबक्री िनयत ितिथ से 10 िदन पूवर् बंद कर दी जाएगी । 7) यिद िवके्रता यिक्तगत प से आकर िनिवदा द तावेज प्रा त करना चाहते ह, तो वे िनयत ितिथ से एक िदन पूवर् तक क्रय प्रभाग (िबि डगं नं. 30-ए, कमरा नं. 57) म िकसी भी कायर् िदवस पर 1400 से 1600 बजे के बीच सपंकर् कर । 8) मोहरबंद प्र ताव प्राि त की समय सीमा प्र येक िनिवदा के सामने िनिदर् ट िनयत ितिथ को अपरा न 3.00 बजे तक रहेगी। 9) अंितम समय सीमा से पूवर् प्रा त बोिलयाँ उपि थित िनिवदाकार /उनके वारा प्रािधकृत प्रितिनिधय की उपि थित म उसी िदन अपरा न 3.30 बजे खोली जाएंगी । 10) ऊपर िनिदर् ट ितिथ को यिद छुट्टी घोिषत की जाती है तो सकै का अगला कायर् िदवस िनिवदाओं की प्राि त एवं खोलने के िलए िनयत ितिथ माना जाएगा। 11) िवलंब/देरी से प्रा त प्र ताव वीकृत नहीं िकए जाएंगे । 12) िजन पािटर्य ने समय से बोली जमा कराई है तथा िनिवदा खोलने म भाग लेना चाहते ह, वे अपने प्रािधकृत प्रितिनिध का नाम उस िविश ट िनिवदा म उि लिखत िनधार्िरत ितिथ से एक िदन पूवर् सूिचत कर द । िवलंब से / अंितम क्षण म प्रा त प्रवेश हेतु अनुरोध पर िवचार नही ंिकया जाएगा ।

    1) Request letter shall be sent for requisitioning tender documents indicating tender notice number and tender number together with tender fee Rs. 218/- each (In the form of Crossed Demand Draft issued by any Nationalized Bank ) to the Purchase and Stores Officer, Space Applications Centre, Ahmedabad - 380 015 only. 2) The Envelope containing such request shall be super-scribed with ‘REQUEST FOR TENDER DOCUMENTS'. Separate request letter and separate Demand Draft shall be sent for each tender document. 3) The tender fees (non refundable) shall be paid in the form of CROSSED DEMAND DRAFT (MICR DD ONLY) payable at AHMEDABAD in favour of The ACCOUNTS OFFICER, SAC, Ahmedabad - 380 015 only. 4) Vendor name and tender number shall be indicated on the reverse side of the Demand Draft. 5) No request for extension of the due date will be considered. 6) The sale of the tender documents through POST shall be closed 10 days prior to due date. 7) In case vendors desire to collect the tender document in person, they may contact Purchase Division (Bldg. No. 30-A, Room No. 57) on any working day between 1400 to 1600 hrs up to one day before the due date. 8) Deadline for the receipt of the sealed offers shall be up to 3.00 P.M. on the due date mentioned against individual tender. 9) Bids received before the deadline shall be opened in the presence of attending tenderers/their authorized representatives on the same day at 3. 30 P.M. 10) In the event any date indicated above is declared as holiday, the next working day at SAC shall be considered as the due date for receiving & opening of tenders. 11) Late/Delayed offers will not be accepted. 12) Parties, who have submitted bids in time and want to participate in Tender opening, may inform their authorized representative’s name one day in advance of the due date indicated against the particular tender. Delayed requests / requests for entry at eleventh hour will not be entertained.

    ***

  • GOVERNMENT OF INDIADEPARTMENT OF SPACE

    SPACE APPLICATIONS CENTREAHMEDABAD 380 015,INDIA

    PURCHASE & STORES

    Ph No:Fax

    079-2691 3067079-2691 5848/02/35

    Date :30/12/2014

    M/s

    Dear Sirs,

    Please submit your sealed quotation , in the Tender Form enclosed here along with the descriptive catalogues /

    pamphlets /literature ,superscribed with Our Ref.No. and Due Date for the supply of the following items as per

    the terms & conditions mentioned in Annexure( Form No:

    S.No. Description of Items with Specifications Unit Quantity

    -

    )

    Tender Due: 28/01/2015on15:002014-001799-01Our Ref No :

    INVITATION TO TENDER

    Hrs ISTAHPP

    Nos. 22001 ANTI VIRUS CLIENTSNos. 22002 PLUG IN -iDLP for OFFICE SCAN, IMSVA,IWSVA,SCAN MAIL etcNo. 13 Support charges for Total solution for 5 Years

    Nos. 54 Rate contract for ANTI VIRUS CLIENTS in slab of 100 on prorata basis for 5 yearsNos. 55 Rate contract for PLUG IN -iDLP for OFFICE SCAN, IMSVA,IWSVA,SCAN MAIL etc in slab of 100 on

    prorata basis for 5 years

    DELIVERY AT:

    MODE OF DESPATCHDUTY EXEMPTIONS

    SPECIAL INSTRUCTIONS

    SPECIFIC TERMS

    NIL

    We are exempted from the payment of Customs/Excise Duty.

    ON SITE

    SAC STORES

    INSTRUCTIONS TO TENDERERS:(1) This is a Two Part Tender. Please send your offer as per enclosed instructions only. Offer not conforming to the instructions will be rejected. Fax offer will not be accepted. Your offer should be valid for 120 days.(2) In Case, vendors are failing under the category of MSME, registered under NSIC & would like to avail exemptions, their quotations should be accompanied with necessary Registration Certificate with declarationto consider their offer. Quotation received without such declaration and valid registration certificate will not be considered for exemption under Public Procurement Policy.(3) Mention Validity, Payment Terms, Delivery Terms, Warranty and Taxes.(4) Pl. submit your offer along with tender Fee Rs. 218.00 (in the form of Demand Draft) in favour of "Accounts Officer, SAC Ahmedabad". The drafts should be submitted with the technical Bid.

  • GOVERNMENT OF INDIADEPARTMENT OF SPACE

    SPACE APPLICATIONS CENTREAHMEDABAD 380 015,INDIA

    PURCHASE & STORES

    Ph No:Fax

    079-2691 3067079-2691 5848/02/35

    Date :30/12/2014

    RAJESH SINGH

    For and on behalf of the President of India The Purchaser

    PUR & STORES OFFICER

  • Tender No.: AHPP 2014 00 1799 01

     Trend Micro Antivirus solution 

    Terms and Conditions:

    1. Installation and Commissioning a. OEM is responsible for

    I. Installation, configuration and commissioning of latest version of Antivirus software and its add ons on desktops, workstations, servers, gateways and all the required machines at SAC Main campus, Bopal campus and DES Delhi.

    II. Migration of configuration, data, logs, etc from existing version to new version. III. Installation and commissioning within a week from the date of supply of the

    required material. IV. Upgrading the versions from time to time during AMC and Warranty as

    applicable. V. Notification about the newly released versions (Alpha, Beta and final) of the

    supplied software should be intimated to SAC immediately after release date. VI. Operationalization of stable version at SAC preferably within 10 days.

    b. ATP document should be provided by the vendor /OEM and certified by SAC.

    Acceptance Test will be carried out by SAC after installation and data migration from existing version to new version.

    c. Letter from OEM taking responsibility for installation and commissioning should be furnished.

    2. Operational requirements

    i. SAC Intranet is not connected to Internet by any means of way. Currently all updates is automatically being carried out through Phantom Toggle mechanism which should be continued for new version and add on. Vendor/OEM should implement the same for the automatic signature update on intranet.

    ii. Netcore eMail solution is being implemented at SAC. It has capability to pass all email through 3 AV solutions. TrendMicro solution should be seamlessly integrated with the same.

    iii. SAC is using Cyberoam UTM Appliances. TrendMicro solution should be seamlessly integrated with the same.

    iv. Operation Support Qualified engineers and support staff should be deployed for handling following types of day to day operations

    a. SAC is procuring new machines as well as replacing existing machines. Hence, AV solutions are required to be installed/migrated from time to time.

    b. SAC may need to reformat some of the machine and AV solution is required to be reinstalled.

    c. SAC is having old PCs (Pentium-4) also. TrendMicro should support the same. d. SAC is having different flavours of Windows including Windows-XP, Window-

    2000, Windows-7 & 8 and higher etc and different flavours of Linux, Ubuntu, etc. TrendMicro should support them.

  • e. SAC may migrate to Private cloud environment. TrendMicro should support the same. Furthermore, current licenses should be migrated incrementally as per SAC cloud migration plan.

    f. Health of SAC infrastructure from the infection point of view is required to have close monitoring and generate alert to SAC. Should carry out detailed analysis in case of any threat.

    g. Although TrendMicro will be up-to-date, it is likely that machine(s) may get infected with new undetected viruses. There should be a provision to scan and remove such virus with alternate AV solution Kit.

    h. Information about the new virus should be submitted to TrendMicro to get update as soon as possible.

    i. Resolving operational issue within 6 hours from the time of reporting. Detailed report should be submitted for the bug/problem analysis and its solution. The procedure should be clearly defined and submitted in technical quotation.

    The technical offer should clearly mention the details about how this will be realized along with deployment details.

    Offer should give details about the mode of interaction for item ‘i’.

    v. As per ISRO security policy, remote access to any device (hardware or software) connected on private intranet (that is SACNET) network will not be permitted. Qualified engineer should visit SAC campus to resolve any problem/bug if it is not addressed by the deployed staff.

    vi. OEM is responsible for above items a-i. Letter from OEM taking responsibility of operational requirements should be furnished.

    3. Warranty and AMC a. Onsite 5 years comprehensive warranty & user license subscription etc. will start from

    the date of successful Acceptance Test. b. In case warranty and operational support is not satisfactory, penalty will be recovered

    from the vendor @ 10% of the total product cost per annum (calculated on pro-rata basis for the remaining warranty period).

    4. Terms and Conditions

    a. Vendor must quote for 5 years comprehensive warranty. b. Vendor should submit the letter from OEM indicating the product life cycle of supplied

    software is minimum 5 years. c. Vendor should submit full and final offer otherwise offer will not be considered for

    evaluation. No query will be entertained after final submission. d. Any anticipated problem or prerequisites should be clearly mentioned in the quotation.

    Vendor must find out solution for any problem arises during the warranty period without any cost binding to SAC.

    e. Follow the standard terms and conditions of SAC.

    5. Training and Documents a. Training should be provided to SAC IT security staff free of cost at SAC main campus. b. Vendor/OEM should submit the softcopy of the configuration document including final

    policy and rules etc. implemented at SAC immediately after ATP.

  • c. Vendor/OEM should ensure proper change management and immediately update the relevant document to incorporate the changes.

    6. Vendor Qualification Criteria

    Vendor should be certified partner of the OEM. Vendor should submit the above two letters (section 1.c, 2 vi and 4b) from OEM.

    7. Biding Model (Two Part Tender)

    8. Payment Terms a. 100% payment for items 1 and 2 with taxes will be made against successful acceptance

    test. b. Support charges with taxes shall be made post-facto quarterly bases on certification by

    competent authority.

    9. Security Deposit An amount equivalent to 5% amount of annual contract value shall be remitted through Account Payee DD/Fixed Deposit Receipt (FDR) in favour of Accounts Officer, SAC towards Security Deposit. Security Deposit will be released only after satisfactory completion of the contract.

  • INSTRUCTIONS FOR TWO-PART TENDER

    We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial & Part II Price.

    All Tenderers are requested to follow carefully the following instructions before preparing their offer.

    I PART I : TECHNICAL & COMMERCIAL BID Part – (a) Technical

    i. This part should contain detailed specifications of the items quoted by you along with Technical literature and leaflets if any.

    ii. A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this.

    iii. Any other information called for in the tender related technical and specifications can also come in this part.

    iv. Prices should not be indicated in this cover.

    Part – (b) Commercial terms : (WITHOUT PRICES) i. The commercial terms applicable for the item quoted by you should be indicated

    in this part.

    ii. If any compliance statement is called for the commercial terms / contractual terms and conditions, the same is to be attached in this part.

    iii. Prices should not be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price Bid as per the format.

    iv. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall come into this.

    Note : 1. Either Technical Specifications or terms & conditions as above should be very clearly

    reflected item-wise with reference to the items called for in the tender.

    2. Please note that the PRICE SHOULD NOT BE indicated in this part. 3. Technical and Commercial part as described above shall be prepared and put it in a

    sealed cover & super scribed and addressed as follows:

    Tender No. : Due Date : PART I : TECHNICAL & COMMERCIAL BID

    The Sr. Head Purchase & Stores Space Applications Centre

    Ambawadi Vistar P.O. Ahmedabad – 380 053

    From :

  • II PART II : PRICE BID

    i. The prices applicable for the items, item-wise in response to the tender shall come into this part.

    ii. Tenderer shall indicate very clearly item-wise prices with reference to their technical offer.

    iii. Price part prepared as above shall be enveloped and superscribed as follows: III The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as

    above along with ‘Tender fee cover’ (if applicable) should be inserted in another envelope and superscribed as follows:

    Important Note: Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers are received by mail before due date and time. In case you are going to download the documents from our website and submitting the offer, you are requested to submit the DD towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover “Tender fee in respect of File No. __________________”.

    Tender No. : Due Date : PART II : PRICE BID

    The Sr. Head Purchase & Stores Space Applications Centre

    Ambawadi Vistar P.O. Ahmedabad – 380 053

    From :

    Tender No. : Due Date : PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE : (DD towards Tender fee also is kept inside)

    The Sr. Head Purchase & Stores Space Applications Centre

    Ambawadi Vistar P.O. Ahmedabad – 380 053

    From :

  • COMPLIANCE STATEMENT REQUIRED TO BE FILLED AND ENCLOSED ALONG WITH THE TECHNICAL AND COMMERCIAL BID BY THE VENDOR.

    Sr. No.

    Commercial terms Compliance/Remarks/Comments by Vendor

    1. Delivery terms -Ex-works/FOB/ FCA etc. 1.1 Purchaser is having an air consolidation contract

    and their freight forwarder will arrange to collect the consignment from your premises/will take the responsibility for onward transmission from the point of delivery as per INCOTERMS 2010. This is applicable for import cases.

    2. Packing charges inclusive/exclusive. 3. Delivery period – in weeks/months 4. Payment terms :

    Our standard term is - Sight Draft (import) /within 30 days from the date of acceptance (indigenous).

    5. Country of origin – to be declared in the invoice. 6. Name and address of the Indian Agent. 7. Percentage of agency commission included in the

    quoted price – payable in Indian Rupees only directly to the Indian Agent.

    8. Validity of the offer- minimum of 120 days from the date of opening.

    9. If you are an Indian Agent, please enclose the authorization letter of your Principal and confirm that whether you have enrolled with DGS&D as per rules.

    10. In a tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender.

    11. If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product.

    12. Cost of spares included in the price bid not included.

    13. Will you be able to provide consumables/spares for 10 years?

    14. 14.1 14.2 14.3 14.4 14.5

    Taxes and duties : Taxes in India to the account of Purchaser. Outside India to Seller’s/Contractor’s account. Please indicate your Tax Registration Number. Wherever installation involved, Income Tax @ 2% will be deducted from the bill and a certificate issued. Installation in India will attract Service Tax @ 12.36%. If required, orders for supply and installation can be issued separately. Work order will attract work contract tax as per rules. Please confirm whether you have included WCT in your offer. Customs Duty Exemption Certificate (CDEC) will

  • 14.6 14.7 14.8

    be issued by Purchaser. Hence no CD is to be included in your offer wherever applicable. Please indicate rate of the Sales Tax/VAT applicable. Octroi Duty/Entry Tax exempted. Exemption certificate will be issued, if required. Purchaser is eligible for full Excise Duty exemption. Excise Duty exemption certificate will be issued.

    15. No Insurance is required at Purchaser’s cost. 16. For two part bids two separate sealed envelops

    are to be sent duly superscribed as follows : 1. TECHNICAL & COMMERCIAL BID 2. PRICE BID

    Please refer instructions.

    17. Wherever EMD/tender fee is payable – provide the same in the form of crossed Demand Draft in favour of The Accounts Officer, SAC, Ahmedabad along with the bid but in a separate cover or along with technical bid. On the back side of the D.D, please write your company’s name.

    18. Language to be used in all correspondence – English

    19. Measurements – Metric system to be followed 20. Whether prequalification of your facility procedure

    completed (if applicable).

    21. Warranty period – We need minimum 3 years from the date of acceptance. In case the product has a standard warranty of 1 year, confirm that additional 2 years warranty cost is indicated in the price bid/prices. However the warranty requirement if projected in RFP shall prevail.

    22.1 Defective/rejected items if any, are to be replaced free of cost.

    23. Confirm whether you will be able to provide samples if called for, free of cost.

    24 Approximate weight (net and gross) of the consignment.

    25. Instruction/operational manual to be supplied free of cost.

    26. Supply and installation is subject to Purchaser’s acceptance.

    27. LC extension charges to your account, in case of delay from your side.

    28. Items from latest production batch only are to be supplied.

    29. Wherever Export Licence required, payment will be made after getting export licence and after confirmation by the supplier, with a copy of Export Licence.

    30.

    Bank Guarantees (from Nationalized/ Scheduled Bank/ Bank approved by Purchaser.

  • 30.1 30.2 30.2.1 30.3

    Advance payment for the equal value valid till the completion of contract/acceptance, is to be provide by you. Towards issue of “Free Issue Material” by Purchaser for the value of the material issued, is to be provided. The Bill of material for the material used for the Fabrication work and available balance to be prepared by you and countersigned by the User Department is to be sent along with the final bill for arranging the balance/payment. Towards Performance of the Contract and Product for 10% value valid till the expiry of warranty period.

    31. Security Deposit is to be submitted to SAC by the successful bidder (wherever applicable )on awarding the contract

    32. Training – free of cost – to be imparted at Purchaser’s site.

    33. Bank charges wherever applicable shall be paid by Purchaser/Contractor to their respective Bankers.

    34. Arbitration proceedings – Within India as per provisions of Arbitration and Conciliation Act 1996.

    35. Liquidated Damages - @ 0.5% per week for the delayed portion – maximum 10% of the contract value.

    36. Force Majeure conditions applicable? 37. Acceptance of Fall clause.

    “The rates as per the charges of the Contract should not in any event exceed the lowest rates, the supplier charge to any other party or organization. If at any time during the period of contract, the supplier reduce the charges to any other party, then they shall forth-with notify such reduction to Head, Purchase & Stores, SAC and reduce the contract rates subsequently, from the date of coming into force of such reduction” .

    38. You are requested to indicate the registration number; you have for Sales Tax/Service Tax as the case may be with concerned Government authorities. Also you are requested to provide company registration details wherever applicable along with copy of the company registration certificate. The offers received without the above information will be summarily rejected.

  • GOVERNMENT OF INDIADEPARTMENT OF SPACE

    SPACE APPLICATIONS CENTREAHMEDABAD 380 015,INDIA

    PURCHASE & STORES

    Ph No:Fax

    079-2691 3067079-2691 5848/02/35

    Date :30/12/2014

    M/s

    Dear Sirs,

    Please submit your sealed quotation , in the Tender Form enclosed here along with the descriptive catalogues /

    pamphlets /literature ,superscribed with Our Ref.No. and Due Date for the supply of the following items as per

    the terms & conditions mentioned in Annexure( Form No:

    S.No. Description of Items with Specifications Unit Quantity

    -

    As per overleaf. )

    Opening :Tender Due: 02/02/2015

    02/02/2015onon

    15:0015:30

    2014-000525-01Our Ref No :

    INVITATION TO TENDER

    Hrs ISTHrs IST

    AHSG

    Lot 11 Rate Contract for Screening of Electronics Components.

    DELIVERY AT:

    MODE OF DESPATCHDUTY EXEMPTIONS

    SPECIAL INSTRUCTIONS

    SPECIFIC TERMS As per overleaf.

    NIL

    We are exempted from the payment of excise/customs duty.

    ON SITE

    SAC

    INSTRUCTIONS TO TENDERERS:1. Detailed scope of work, test procedure and terms & conditions as per RFP enclosed.2. This is a TWO PARTS tender; please submit your quotations as per the instructions. Quotation not conforming to the instructions will be rejected. Fax & Email quotation shall not be accepted.3. Duly filled compliance statement (enclosed) is to be attached with along with Part I.4. A copy of masked Price Bid (i.e. without prices) may be enclosed along with Part I to understand whether all the details/items to be quoted by you have been quoted in the Price bid.5. Your offer should be accompanied with Demand draft for an amount of Rs. 218/- drawn in favour of "Accounts Officer, SAC, Ahmedabad" towards tender fee. Offer received without tender fee shall be liable for rejection.6. Please mention our ref. no. AHSG 201400052501 (DL/121) and tender due date on your quotation & envelopes.

    BALRAJ SINGH

    For and on behalf of the President of India The Purchaser

    PUR & STORES OFFICER

  • Tender No.: AHSG 2014 000 525 01

    SAC/RFP/COMPONENT SCREENING/1.0/May-2014

    REQUEST FOR PROPOSAL

    FOR

    SCREENING OF ACTIVE ELECTRONIC

    COMPONENTS

    SPACE APPLICATIONS CENTRE AHMEDABAD - 380015

  • Page 2 of 16

    CONTENTS 1.0 BACK GROUND

    2.0 SCOPE OF WORK

    3.0 APLICABLE DOCUMENTS

    4.0 TESTING REQUIREMENTS

    5.0 FACILITY REQUIREMENTS

    6.0 TEST PROCEDURES

    7.0 HANDLING AND STORAGE

    8.0 LOG BOOKS

    9.0 LIST OF DELIVERABLES

    10.0 RESPONSIBILITIES OF SAC

    11.0 RESPONSIBILITIES OF VENDORS

    12.0 GENERAL

    13.0 TESTING USING SAC RESOURCES

    14.0 SETTELMENT OF DISPUTES

    15.0 INFORMATION REQUIRED ALONGWITH THE QUOTE

    16.0 QUANTITIES

  • Page 3 of 16

    1.0 BACKGROUND

    Quality requirements of all the electronic components used in Satellite payloads are well defined. Moreover, these components are required to undergo sequence of screening tests as per applicable standards. This RFP (Request for Proposal) defines the requirements of screening tests, test procedures, facility, manpower & training, report generation, packing and delivery of electronic components. This document addresses these requirements for Space qualified Microcircuits and Hybrid Microcircuits and Discrete Semiconductors (both Leaded as well as SMD). These components are intended to be used in flight models of Communication and Remote sensing payloads.

    2.0 SCOPE OF WORK

    2.1 Receiving the components from SAC. 2.2 Preparing the schedule of screening work and informing the same to SAC. 2.3 Performing Screening as per the requirements of this document. 2.4 Segregating the components as Accept & Reject with remarks if any, 2.5 Preparing the inspection report for the screening work. 2.6 Send screening test report to SAC for review and approval. 2.7 Perform re-test, if required as suggested by SAC after review of report. 2.8 Packing and Delivery of components at SAC along with Screening report. 2.9 These devices are to be tested as per required specifications and acceptance criteria,

    mentioned herein and in the respective documents. 2.10 The Vendor may quote for carrying out the Screening work at vendor facility. The

    vendor has to collect the components from SAC and deliver components after testing at SAC.

    2.11 Testing shall consist of Incoming Inspection, Screening or Relifing, as required for that batch of components. The details of tests are given in Table – I A, B, C. Details of the testing to be performed on the actual batch shall be provided with the components.

    2.12 Electronic devices to be tested are Microcircuits. The devices comprise of Digital logic devices, Linear devices like OpAmp, Regulator, Mixed signal devices like ADC, DAC, AFE (Analog Front End) and Discrete Semiconductors like Transistors and Diodes. One sample device from each family and parameters to be measured for the device are given in Table – II. The actual devices would be similar but could be of different part no. Inspection / screening of various package styles including hermetically sealed devices in DIP, CQFP, TO package or in plastic encapsulated devices shall be supported.

    2.13 The vendor shall generate the test document including details of tests, test conditions and equipment to be used for each component.

    2.14 Vendor shall design and develop test jigs for electrical & environmental tests and boards (for burn-in/life test).

    2.15 During testing a lot traveler shall be maintained. After completion of testing the lot traveler along with test report in soft copy shall be provided to SAC in CD.

    2.16 Tenure of the contract is for the three years and the quantity and types of the components are tentative. It may vary according to work load or project requirements.

  • Page 4 of 16

    3.0 APPLICABLE DOCUMENTS:

    3.1 MIL-PRF-38535 3.2 MIL-PRF-38534 3.3 MIL-PRF-19500 3.4 MIL-STD-883 3.5 MIL-STD-750 3.6 ESCC 9000 3.7 ESCC 5000

  • 4.0 TESTING REQUIREMENTS: The devices shall be subjected to Incoming Inspection, Screening or Relifing tests as per the requirement of SAC. The details of test to be performed for the different options are given in Table - I A, B, C.

    TABLE - I A – MICROCIRCUIT/DISCRETE SEMICONDUCTOR SCREENING

    No. TEST MIL STD 883 ( Microcircuits )

    MIL STD 750 ( Discrete Semiconductors )

    No. of Devices

    1. External Visual Inspection Method 2009 Method 2071 100%

    2. Initial Electrical As per datasheet specifications As per datasheet specifications 3. Stabilization bake Method 1008, Cond. B (48 hrs. 150°C) Method 1031, Cond. B (48 hrs. 150°C) 4. Temperature cycling Method 1010, Cond. C Method 1051, Cond. C

    5. Constant Acceleration Method 2001, Cond. E Y1 orientation Only.

    Method 2006, Cond. D Y1 orientation

    6. Particle Impact Noise Method 2020, Cond. A Method 2052, Cond. A 7. Serialization

    8. Seal test: Method 1014 Method 1071 Fine Condition A Condition A Gross Condition C Condition C

    9. Pre Burn-in Electrical Tests As per datasheet specifications As per datasheet specifications 10. Dynamic Burn-in Method 1015 240 hrs; 125°C Method 1038 240 hrs; 125°C 11. Final Electrical Test As per datasheet specifications As per datasheet specifications 12. External Visual Inspection Method 2009 Method 2071 13. Solderability Test Method 2003 Method 2026 2 samples

  • Page 6 of 16

    TABLE- I B - MICROCIRCUIT / DISCRETE SEMICONDUCTOR INCOMING INSPECTION

    No. TEST MIL STD 883 MIL STD 750 No. of Devices ( Microcircuits ) ( Discrete Semiconductors )

    1. Electrical Measurements As per datasheet specifications As per datasheet specifications 100 % 2. External Visual Inspection Method 2009 Method 2071

    3. Solderability Test Method 2003 Method 2026 2 samples

    TABLE- I C - MICROCIRCUIT / DISCRETE SEMICONDUCTOR RELIFING

    No. TEST MIL STD 883 MIL STD 750 No. of ( Microcircuits ) ( Discrete Semiconductors ) Devices

    1. Seal test: Method 1014 Method 1071

    100 %

    Fine Condition A Condition A Gross Condition C Condition C

    2. Electrical Test As per datasheet specifications As per datasheet specifications 3. External Visual Inspection Method 2009 Method 2071 4. Burn In ( on samples ) Method 1015 1000 hrs; 125°C Method 1038 240 hrs; 125°C 5 samples 5. Solderability Test Method 2003 Method 2026 2 samples

  • 5.0 FACILITY REQUIREMENTS : If the quote is for Option 1 the following facilities are necessary for carrying out the testing. The vendor shall provide the details of the test facilities and measuring equipments. All the test and measuring equipments should be having valid calibration at the time of testing.

    5.1 Laboratories: Dust Free (preferably class 100,000 clean), proper light illumination (100 feet candle) with Air-conditioned area for testing and handling of components. During electrical measurement the environment of the test lab should be continuously maintained at 22°C ±3°C, with RH between 40 to 60%. The work environment and work benches shall be ESD safe. Temperature and Humidity log shall be maintained and provided along with the deliverables.

    5.2 Visual Inspection Equipment: Stereo microscope with variable magnification from 10X to 100X shall be used for carrying out visual inspection. Provision for photo-graphic attachment for recording of visual defects shall be available.

    5.3 Electrical Test Equipment: Electrical testing consists of functional test and parametric test. The typical parameters to be measured for different type of devices are given in Table – II. The testing shall be done with IC tester Semiconductor Tester capable of performing the complete tests. During electrical testing it shall be ensured that device is operating within the recommended operating conditions only. For characterizing the Dataconverters instead of IC test system an automatic setup consisting of various instruments may be used. 5.3.1 Functional Test: The functional test shall be performed for all possible

    combinations of input and at different operating conditions of bias and frequency.

    5.3.2 Parametric Test: Parametric testing is to be performed on the devices as per the data sheet test conditions. The datasheets would be the manufacturer’s data sheet, ESA data sheet or MIL data sheet depending on the device procurement specifications. The data sheet will be supplied along with the components.

    TABLE- II Functional and Parametric Testing of different devices

    No. Part No. Functionality Electrical Test Parameters 01 54LS161 Synchronous 4-Bit

    Counter 01. Functional Test 02. High-level Input current 03. Low-level Input current 04. High-level Output Voltage 05. Low-level Output Voltage 06. Supply Current 07. Clamp Voltage 08. Tri-state leakage current 09. Propagation Delay 10. Rise Time 11. Fall Time

    02 CD4014 8-Stage Synchronous Static Shift Register

    03 54HCT244 Octal Buffers and Line Drivers with 3-State Outputs

    04 54LVTH162244

    16-Bit Buffers/Drivers with 3-State Outputs

  • Page 8 of 16

    No. Part No. Functionality Electrical Test Parameters 05 DS90C031 LVDS Quad

    CMOS Differential Line Driver

    01. Functional Test 02. High-level Input current 03. Low-level Input current 04. High-level Output Voltage 05. Low-level Output Voltage 06. Differential Output Voltage 07. Offset Voltage 08. Supply Current 09. Clamp Voltage 10. Output Short Circuit

    Current 11. Supply Current at Tri-state

    output 12. Propagation Delay 13. Rise Time 14. Fall Time

    06 LM137 Adjustable Negative Regulators

    01. Max. Output Current 02. Line Regulation 03. Load Regulation 04. Reference Voltage 05. Quiescent Current 06. Ripple Rejection Ration

    07 RHFL4913 Rad-Hard Adjustable Positive Voltage Regulator (LDO)

    01. Max. Output Current 02. Line Regulation 03. Load Regulation 04. Drop Out 05. Quiescent Current 06. Shut Down Input current 07. Inhibit Voltage (ON/OFF

    Both) 08. Supply Voltage Rejection 09. Output Noise Voltage

    08 AD6645 14-Bit, 80 MSPS/105 MSPS ADC

    01. Differential Nonlinearity (DNL)

    02. Integral Nonlinearity (INL) 03. Offset Error 04. Analog Supply Current 05. Digital Supply Current 06. SNR 07. High-level Output Voltage 08. Low-level Output Voltage 09. Power Supply Rejection

    Ratio (PSRR) 10. Rise Time 11. Fall Time 12. Conversion Time

  • Page 9 of 16

    No. Part No. Functionality Electrical Test Parameters 09 AD8562 Parallel Input

    Complete 12-Bit DAC

    01. Resolution 02. Differential Nonlinearity

    (DNL) 03. Relative Accuracy (INL) 04. Full Scale Voltage 05. Load Regulation at half

    Scale 06. Reference Output Voltage 07. Input Leakage Current 08. Power Supply Current 09. Data Setup Time 10. Data Hold Time

    10 AD9826 16-Bits Imaging Signal Processor (AFE)

    01. Max. Conversion Rate (1-channel, 2-channels & 3-channels in CDS mode)

    02. Integral Nonlinearity (INL) 03. Differential Nonlinearity

    (DNL) 04. Resolution 05. Analog Input Bias Current 06. PGA Gain 07. PGA Monotonicity 08. Channel to Channel

    Crosstalk 09. High Level Input Current 10. Low Level Input Current 11. High Level Output Voltage 12. Low Level Output Voltage 13. Missing Code 14. Analog Power Supply

    Current 15. Digital Power Supply

    Current 16. SCLK to SLOAD Hold

    Time 11 OP42 High Speed, Fast

    Settling, Precision Operational Amplifier

    01. Input Offset Voltage 02. Input Offset Current 03. Input Bias Currents 04. CMRR 05. PSRR 06. Output Voltage Swing 07. Slew Rate 08. Power Supply Current 09. Large Signal Voltage Gain

  • Page 10 of 16

    No. Part No. Functionality Electrical Test Parameters 12 AMP02 High Accuracy

    Instrumentation Amplifier

    01. Input Offset Voltage 02. Input Offset Current 03. CMRR 04. PSRR 05. Output Voltage Swing 06. Slew Rate 07. Power Supply Current 08. Gain

    13 2N3637 Bipolar Transistor 01. hFE 02. VCE(sat) 03. VBE(sat) 04. ICBO 05. IEBO 06. V(BR)CEO 07. ICEO 08. ICES

    14 2N7262 MOSFET Transistor

    01. VBRDSS 02. VGS(TH) 03. IGSS 04. IDSS 05. rDS(on) 06. Vp 07. VSD 08. gm

    15 1N4614 Zener Diode 01. VZ 02. IR 03. VR

    16 1N6642 Switching Diode 01. VF 02. VR

    5.4 Environmental Test Equipment: For different environmental tests, the necessary equipment as defined in the following table are required.

    No. Test Equipment required

    1 Temperature Cycling Temperature Cycling chamber

    2 Stabilisation Bake Oven

    3 Hermetic seal test Fine Leak tester

    Gross Leak tester

    4 PIND PIND tester

    5 Constant Acceleration test Constant Acceleration tester

    6 Burn In Burn In chamber

    7 Solderability Solderability tester

  • Page 11 of 16

    Note: Each of the equipment should have specifications to meet the test requirements of

    MIL-STD 883/750. Also the test and mounting requirements as given in the test

    methods shall be followed.

    5.5 Storage: Components shall be stored in Desiccators / non-hygroscopic boxes / storage cabinet with ESD precaution for all the duration when not under test. Separate storage space shall be identified for un-inspected, under screening and inspected stocks.

    5.6 Burn In and Driver Board: When Burn In is to be performed the necessary Burn In circuit shall be provided by SAC. The vendor has to develop the Burn in board with necessary ZIF sockets. Also vendor has to develop driver board to provide the necessary stimulus during Burn In. The supply current and chamber temperature are to be monitored minimum twice a day during Burn in.

    5.7 Operators: Only trained and experienced operators shall carry out the screening. The operators involved in screening activity and inspections need to undergo rigorous training by vendors followed by internal certification after necessary test and examination. SAC shall perform facility and manpower inspection before placing order. Whenever required, SAC may provide training to vendor’s personnel.

    5.8 Power Supply: Digital read out power supply, with accurately programmable over voltage and over current protection features, and meeting the necessary line and load regulation requirement shall be used.

    6.0 TEST PROCEDURES

    6.1 Testing shall be carried out in accordance with the guidelines and procedures laid down in this document and the respective MIL standards.

    6.2 Lot Travelers (History sheets) have to be maintained for all the operation for each component batch.

    6.3 The components shall be handled, tested and stored in a dust free and controlled humidity, ESD safe area throughout their dwell time at the contractors end; from their receipt up to their delivery back to SAC.

    6.4 The ESD handling control program documentation shall be under document control. This includes methods, equipment and materials, training, packaging, handling, and procedures for handling ESD sensitive devices.

    6.5 For testing, component should be mounted in ZIF socket. The component should not be soldered during any test including electrical testing or Burn-In tests.

    6.6 Serialization of Components: If the devices are not serialized, they should be serialized with the help of vacuum compatible stickers. The stickers should be pasted on the end of the component so that device marking is visible. The stickers should be able to withstand the test temperatures involved, and should not cause any damage to the component during these tests and shall leave any residues of the glue. The stickers shall comply outgassing requirements of TML (

  • Page 12 of 16

    code (details of these three parameters to be provide on the award of the contract), and accept/reject status etc.

    7.0 HANDLING AND STORAGE

    The components shall be handled, tested and stored in a clean area throughout their dwell time at the contractors end; from their receipt up to their delivery back to SAC. As the components used are extremely costly, all efforts should be made to handle carefully.

    The component termination should not be scraped, leached off, damaged or scratched during handling. No foreign material should stick to the component body. In case of doubt, the component body should be cleaned with soft tissue paper using electronic grade Alcohol followed by visual inspection under stereomicroscope. No chemical other than electronic grade alcohol should be handled / stored in the lab where the components are tested / stored / handled. When the components are not mounted in jigs and being handled for activities like counting, testing etc., they shall be stored in soft, smooth antistatic containers to avoid any shock or physical damage/lost during the time, when components are not under testing, they should be stored in non hygroscopic containers/ desiccators with proper identification.

    8.0 LOG BOOKS

    Vendor will be required to maintain the necessary documents, reports, records, log books. etc.

    8.1 Record of the incoming and outgoing components with signatures of the personnel receiving and delivering the components.

    8.2 Calibration records of equipments 8.3 Record of temperature/humidity of the lab, minimum twice in the day time and twice

    in the night whenever work is under progress; with signatures of the operator.

    9.0 LIST OF DELIVERABLES

    9.1 Inspected / screened components properly segregated as Accepted and Rejected. 9.2 Rejected components packed separately in Bags; Components with different causes

    for rejection shall be separately identified. 9.3 All the data and documents shall be supplied in soft copy in the mutually agreed

    formats. 9.4 Lot travelers of testing including log of power supply readings, temperature. 9.5 Visual Inspection test results 9.6 Read and record data of Electrical tests 9.7 Rejection reports and reason for rejection. 9.8 Log books for voltage and current measurement, and environmental parameters. 9.9 Page No. 1 of the report should be a summary page.

    10.0 RESPONSIBILITIES OF SAC:

    SAC will provide the following details to vendors wherever necessary:

  • Page 13 of 16

    10.1 Special precautions to be followed while carrying out inspection work, if any. 10.2 SAC shall inspect the screening facility and activity from time to time by conducting

    audit, and give advice for improvements. The purpose of this activity is to verify whether activity complies with planned and documented formats and to determine effectiveness of the quality system.

    10.3 Any deviation in the inspection/screening activity shall be brought to the notice of the SAC representative. The deviation shall be closed out and appropriate corrective action shall be implemented.

    10.4 SAC will hand over the components in appropriate container and same is to be retuned back with screened components by vendor

    10.5 Burn in circuit details for each type of component wherever applicable.\ 10.6 SAC, if found necessary, shall conduct training for Screening and inspection.

    11.0 RESPONSIBILITIES OF VENDORS:

    11.1 Vendors will comply with the guidelines of this document and the relevant MIL standards for inspection and screening of each component type.

    11.2 On receipt of the batch of components, the vendors will indicate the expected schedules for completion of screening, and delivery and this shall be mutually agreed.

    11.3 Proper non-conformance controls shall be followed and close out of all non-conformances shall be recorded, and communicated to SAC

    11.4 Vendor will ensure calibration of, tools and equipment used for screening. The log-book for the same shall be maintained by the vendor, the same may be shown during audit by SAC personal.

    11.5 Vendors will maintain an inventory of the components supplied by SAC. Including details of passed / failed.

    11.6 Vendors will maintain all records relating to testing and screening, in the formats prescribed by SAC and copies of the same will be delivered along with each batch of components.

    11.7 Vendors will send a consolidated progress report at agreed interval on all the work under progress, with specific mention on critical problem areas if any.

    11.8 Vendors will assign priorities and adjust the plan of inspection based on the advice of the Focal Point from SAC.

    11.9 Vendors will seek technical clearance from SAC before implementing any new methods or any new tools other than agreed earlier.

    11.10 Vendors will not sub-contract any work contracted by SAC, to a third party without prior written approval of SAC.

    11.11 Vendor shall develop necessary Burn In/ Life test board with ZIF sockets, and necessary driver boards to provide the required stimulus.

    11.12 While delivery of tested components, suitable packaging shall be provided by vendors to prevent any damage during transportation.

    11.13 Procurement / arrangement of the jigs / test material like PCBs, solder wire Flux, cleaning materials etc. is the responsibility of the vendor and cost of fabrication materials like PCBs, solder wire material etc. are to be borne by vendor.

    11.14 Vendor has to mention security & safety related provisions adopted at their premises, to ensure safety of components in testing & storage. Extreme care should be taken to avoid damage to components.

    11.15 Suitable packaging shall be provided for the transportation of the components by air or road without any degradation/damage. The transportation package shall protect the unit from damage in case of rough handling and environmental condition like heat,

  • Page 14 of 16

    dust etc. encountered by units during transportation. Each unit shall be packaged in individual bags.

    11.16 Vendor has to arrange the pick-up of the components and return back to SAC at agreed intervals.

    12.0 GENERAL

    12.1 In case of any unplanned interrupts during any of the tests, SAC should be contacted for further disposition immediately.

    12.2 In case of Non-Conformance, vendors are required to report the deviation along with full details immediately to focal person in SAC.

    12.3 SAC reserves the right to review the progress of work, Audit at any stage; for accuracy of measurements and adherence to the laid down procedures, through visits to the working premises with or without prior notice. Documentation audit will also be carried out for this purpose.

    12.4 Vendor shall have facility and capability to perform the required screening / inspection as described in this document. In case where vendor is in process of implementing the facilities, vendor shall give specifications of equipments and schedule for readiness of facility.

    12.5 SAC may inspect and audit the facility before opening of the price bid. Also, during the period of rate contract, facility inspection & audit as well as audit of on-going screening work will be carried out by SAC representatives at any time.

    12.6 Being a space qualified parts and its high cost, it is necessary to provide bank guarantee for the issued components/material. Considering the targeted quantity and type of components, vendor shall provide bank guarantee for the amount of Rs. 5 lakh.

    12.7 Vendor’s personnel shall have minimum qualification of Diploma in Electronics, preferably B. E. Electronics and be trained and familiar with Hi-Rel inspection activities. If required, SAC may train the vendor’s personnel. Vendor shall ensure these trained manpower only will be deployed for SAC work. In case if already trained manpower not deployed due to any reason, SAC may charge for training of new manpower.

    12.8 SAC reserves the right to enter in rate contracts parallel with more than one vendor’s against this RFP. Also the contact may be split for different component types. This will be decided by SAC management after technical suitability & bid opening.

    13.0 SETTLEMENT OF DISPUTES

    The work to be assigned and taken up based on mutual trust and confidence. Differences of opinion, if any, which arise during the performance of the work, will be settled through mutual consultation between SAC and vendors.

    14.0 INFORMATION REQUIRED ALONG WITH THE QUOTE:

    14.1 Point to point compliance to this document with necessary supporting documents.

    14.2 Electrical test capability, with details of the IC test system. Sample device test results for devices and tests in Table – 2.

    14.3 Environmental test capability, with details of the equipments 14.4 Details of vendors experience for carrying out similar activity 14.5 Details of manpower and their experience and skill.

  • Page 15 of 16

    14.6 Commercial quote shall address the following. 14.6.1 Component slab for each lot to be considered shall be 10, 25, 50, 100, 200,

    500 for individual type. 14.6.2 Cost for Incoming Inspection, Screening and Relifing 14.6.3 Test Board and Program development cost for the first time, later only testing

    cost is applicable 14.6.4 Burn in and Driver board development cost for the first time. Later only

    testing cost is applicable. 15.0 QUANTITIES

    15.1 The requirement is for the testing of following types of active components as

    described in table below. Vendor to quote for component types as indicated. Sr. No.

    Component Type Min. Qty

    Max. Qty

    1 Digital Logic 100 10000 2 OpAmp 100 1000 4 Regulator, LDO 100 1000 5 ADC, DAC 25 500 6 Analog Front End 25 500 7 LVDS Interface 100 1000 8 Transistors, Diodes 200 5000

    15.2 SAC reserves the right to decide the quantity for each component types as described

    above based on the actual requirement at the time of work order. 15.3 The quantities in para 16.1 for each component type comprise of different part nos. 15.4 The contract may be extended with the same terms and conditions.

  • Page 16 of 16

    COMMERCIAL TERMS & CONDITIONS 1. Tenure of work

    The prices indicated in the contract shall be firm & fixed and shall be valid for a period of THREE years from the date of issue. RATE CONTRACT MAY EXTENDED UP TO FIVE YEARS.

    2. Contract Manager There will be a Technical Manager, for all Technical matters and Head, Purchase & Stores will be the Commercial Manager for all Commercial matters.

    3. Payment

    Payment shall be made for the actual work carried out and, on the submission of Bill/Invoice duly certified, and countersigned by technical manager. Invoice shall be sent to Accounts Officer, SAC with a copy to Purchase & Stores sections for releasing payment.

    4. Confidentiality

    Contractor shall not divulge the information relating to the products, screening procedures, and quality control methods etc that are not in public domain and exclusively Provided by SAC for SAC’s own requirements, to any third party and shall not use for Supplier’s own commercial purpose, without prior written consent form SAC. However, Supplier is free to use such methods/ procedures for works assigned by any of the Centers/ Units of SAC-ISRO/DOS.

    5. Fall Clause

    The charges of this contract should not in any event exceed the lowest charges the supplier charge to any other party or organization. If at any time during the period of Service Contract, the Supplier reduce the charges to any other party, then it shall forth- with notify such reduction to Head, Purchase & Stores, SAC and reduce the Contract charges subsequently, from the date of coming into force of such reduction.

    6. Parallel / Termination of Contract

    The Purchaser reserves the right to enter into Parallel Service Contract simultaneously or at any time during the period of the Service Contract with one or more parties, to place Ad hoc Contract or Contracts simultaneously or at any time during the period of the service contract with one or more parties, and to terminate the Contract by giving one month’s notice.

    7. L D Clause: With each batch of component the time required for Screening would be specified. Vendor has to deliver the Screened components within that schedule. Otherwise late delivery penalty of 0.5%/week limited to 10% of the maximum charges payable for the batch will be recovered.

    8. Two Part Quote: Quotation shall be in two parts. Technical and commercial quote shall be provide din two separate sealed envelope. Along with the technical quote copy of commercial quote without prices shall also be provided.

  • INSTRUCTIONS FOR TWO-PART TENDER

    We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial & Part II Price.

    All Tenderers are requested to follow carefully the following instructions before preparing their offer.

    I PART I : TECHNICAL & COMMERCIAL BID Part – (a) Technical

    i. This part should contain detailed specifications of the items quoted by you along with Technical literature and leaflets if any.

    ii. A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this.

    iii. Any other information called for in the tender related technical and specifications can also come in this part.

    iv. Prices should not be indicated in this cover.

    Part – (b) Commercial terms : (WITHOUT PRICES) i. The commercial terms applicable for the item quoted by you should be indicated

    in this part.

    ii. If any compliance statement is called for the commercial terms / contractual terms and conditions, the same is to be attached in this part.

    iii. Prices should not be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price Bid as per the format.

    iv. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall come into this.

    Note : 1. Either Technical Specifications or terms & conditions as above should be very clearly

    reflected item-wise with reference to the items called for in the tender.

    2. Please note that the PRICE SHOULD NOT BE indicated in this part. 3. Technical and Commercial part as described above shall be prepared and put it in a

    sealed cover & super scribed and addressed as follows:

    Tender No. : Due Date : PART I : TECHNICAL & COMMERCIAL BID

    The Sr. Head Purchase & Stores Space Applications Centre

    Ambawadi Vistar P.O. Ahmedabad – 380 053

    From :

  • II PART II : PRICE BID

    i. The prices applicable for the items, item-wise in response to the tender shall come into this part.

    ii. Tenderer shall indicate very clearly item-wise prices with reference to their technical offer.

    iii. Price part prepared as above shall be enveloped and superscribed as follows: III The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as

    above along with ‘Tender fee cover’ (if applicable) should be inserted in another envelope and superscribed as follows:

    Important Note: Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers are received by mail before due date and time. In case you are going to download the documents from our website and submitting the offer, you are requested to submit the DD towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover “Tender fee in respect of File No. __________________”.

    Tender No. : Due Date : PART II : PRICE BID

    The Sr. Head Purchase & Stores Space Applications Centre

    Ambawadi Vistar P.O. Ahmedabad – 380 053

    From :

    Tender No. : Due Date : PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE : (DD towards Tender fee also is kept inside)

    The Sr. Head Purchase & Stores Space Applications Centre

    Ambawadi Vistar P.O. Ahmedabad – 380 053

    From :

  • COMPLIANCE STATEMENT REQUIRED TO BE FILLED AND ENCLOSED ALONG WITH THE TECHNICAL AND COMMERCIAL BID BY THE VENDOR.

    Sr. No.

    Commercial terms Compliance/Remarks/Comments by Vendor

    1. Delivery terms -Ex-works/FOB/ FCA etc. 1.1 Purchaser is having an air consolidation contract

    and their freight forwarder will arrange to collect the consignment from your premises/will take the responsibility for onward transmission from the point of delivery as per INCOTERMS 2010. This is applicable for import cases.

    2. Packing charges inclusive/exclusive. 3. Delivery period – in weeks/months 4. Payment terms :

    Our standard term is - Sight Draft (import) /within 30 days from the date of acceptance (indigenous).

    5. Country of origin – to be declared in the invoice. 6. Name and address of the Indian Agent. 7. Percentage of agency commission included in the

    quoted price – payable in Indian Rupees only directly to the Indian Agent.

    8. Validity of the offer- minimum of 120 days from the date of opening.

    9. If you are an Indian Agent, please enclose the authorization letter of your Principal and confirm that whether you have enrolled with DGS&D as per rules.

    10. In a tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender.

    11. If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product.

    12. Cost of spares included in the price bid not included.

    13. Will you be able to provide consumables/spares for 10 years?

    14. 14.1 14.2 14.3 14.4 14.5

    Taxes and duties : Taxes in India to the account of Purchaser. Outside India to Seller’s/Contractor’s account. Please indicate your Tax Registration Number. Wherever installation involved, Income Tax @ 2% will be deducted from the bill and a certificate issued. Installation in India will attract Service Tax @ 12.36%. If required, orders for supply and installation can be issued separately. Work order will attract work contract tax as per rules. Please confirm whether you have included WCT in your offer. Customs Duty Exemption Certificate (CDEC) will

  • 14.6 14.7 14.8

    be issued by Purchaser. Hence no CD is to be included in your offer wherever applicable. Please indicate rate of the Sales Tax/VAT applicable. Octroi Duty/Entry Tax exempted. Exemption certificate will be issued, if required. Purchaser is eligible for full Excise Duty exemption. Excise Duty exemption certificate will be issued.

    15. No Insurance is required at Purchaser’s cost. 16. For two part bids two separate sealed envelops

    are to be sent duly superscribed as follows : 1. TECHNICAL & COMMERCIAL BID 2. PRICE BID

    Please refer instructions.

    17. Wherever EMD/tender fee is payable – provide the same in the form of crossed Demand Draft in favour of The Accounts Officer, SAC, Ahmedabad along with the bid but in a separate cover or along with technical bid. On the back side of the D.D, please write your company’s name.

    18. Language to be used in all correspondence – English

    19. Measurements – Metric system to be followed 20. Whether prequalification of your facility procedure

    completed (if applicable).

    21. Warranty period – We need minimum 3 years from the date of acceptance. In case the product has a standard warranty of 1 year, confirm that additional 2 years warranty cost is indicated in the price bid/prices. However the warranty requirement if projected in RFP shall prevail.

    22.1 Defective/rejected items if any, are to be replaced free of cost.

    23. Confirm whether you will be able to provide samples if called for, free of cost.

    24 Approximate weight (net and gross) of the consignment.

    25. Instruction/operational manual to be supplied free of cost.

    26. Supply and installation is subject to Purchaser’s acceptance.

    27. LC extension charges to your account, in case of delay from your side.

    28. Items from latest production batch only are to be supplied.

    29. Wherever Export Licence required, payment will be made after getting export licence and after confirmation by the supplier, with a copy of Export Licence.

    30.

    Bank Guarantees (from Nationalized/ Scheduled Bank/ Bank approved by Purchaser.

  • 30.1 30.2 30.2.1 30.3

    Advance payment for the equal value valid till the completion of contract/acceptance, is to be provide by you. Towards issue of “Free Issue Material” by Purchaser for the value of the material issued, is to be provided. The Bill of material for the material used for the Fabrication work and available balance to be prepared by you and countersigned by the User Department is to be sent along with the final bill for arranging the balance/payment. Towards Performance of the Contract and Product for 10% value valid till the expiry of warranty period.

    31. Security Deposit is to be submitted to SAC by the successful bidder (wherever applicable )on awarding the contract

    32. Training – free of cost – to be imparted at Purchaser’s site.

    33. Bank charges wherever applicable shall be paid by Purchaser/Contractor to their respective Bankers.

    34. Arbitration proceedings – Within India as per provisions of Arbitration and Conciliation Act 1996.

    35. Liquidated Damages - @ 0.5% per week for the delayed portion – maximum 10% of the contract value.

    36. Force Majeure conditions applicable? 37. Acceptance of Fall clause.

    “The rates as per the charges of the Contract should not in any event exceed the lowest rates, the supplier charge to any other party or organization. If at any time during the period of contract, the supplier reduce the charges to any other party, then they shall forth-with notify such reduction to Head, Purchase & Stores, SAC and reduce the contract rates subsequently, from the date of coming into force of such reduction” .

    38. You are requested to indicate the registration number; you have for Sales Tax/Service Tax as the case may be with concerned Government authorities. Also you are requested to provide company registration details wherever applicable along with copy of the company registration certificate. The offers received without the above information will be summarily rejected.

  • GOVERNMENT OF INDIADEPARTMENT OF SPACE

    SPACE APPLICATIONS CENTREAHMEDABAD 380 015,INDIA

    PURCHASE & STORES

    Ph No:Fax

    079-2691 3067079-2691 5848/02/35

    Date :30/12/2014

    M/s

    Dear Sirs,

    Please submit your sealed quotation , in the Tender Form enclosed here along with the descriptive catalogues /

    pamphlets /literature ,superscribed with Our Ref.No. and Due Date for the supply of the following items as per

    the terms & conditions mentioned in Annexure( Form No:

    S.No. Description of Items with Specifications Unit Quantity

    000000

    As per enclosure. )

    Tender Due: 02/02/2015on15:002014-001452-01Our Ref No :

    INVITATION TO TENDER

    Hrs ISTAHSE

    No. 11 Six(06) Axis Miniature Hexapod. Detailed Specifications as per Annexure-I.

    DELIVERY AT:

    MODE OF DESPATCHDUTY EXEMPTIONS

    SPECIAL INSTRUCTIONS

    SPECIFIC TERMS As per enclosure.

    Mention validity, warranty, payment terms & delivery terms.

    We are exempted from payment of customs duty.

    BY AIR FRE

    SAC, AHMEDABAD

    INSTRUCTIONS TO TENDERERS:Please note that this is a TWO-PART TENDER. Send your quotation as per attached instructions only. Quotation not confirming to the instructions will be rejected. Fax quotations will not be accepted.Technical & Commercial Compliance statement confirming compliance with all the point of Tech & Commercial annexures enclosed with the tender document shall be submitted along with the offer. In absence of the same, your offer shall be summarily rejec

    A G MURUKESAN

    For and on behalf of the President of India The Purchaser

    PUR & STORES OFFICER (ADHOC)

  • Tender No. : AHSE 2014 00 1452 01

    Six Axes Miniature Hexapod with Controller 

    Six Axes  (three  linear and  three  rotational) Parallel Kinematics Hexapod with  the below  Instrument specification  as mentioned  in  (A), Acceptance  Criteria  as mentioned  in  (B)  and General  terms  and conditions as mentioned in (C) 

    A. Instrument specifications:  

    Sr no  Parameter  Specifications 1  Positioning type  Six Axes Parallel Kinematic Hexapod (X,

    Y, Z, θX, θY, θZ ) X : Linear Motion in positioning direction Y : Linear Motion Perpendicular to X Axis Z : Linear Motion Perpendicular to X & Y Ѳx : Rotation around X Ѳy : Rotation around Y Ѳz : Rotation around Z 

    2  Travel in X  ( mm)  ≥ 50 3  Travel in Y ( mm)  ≥ 50 4  Travel in Z ( mm)  ≥ 25 5  Travel in Ѳx  ( Deg)  ≥ 20 6  Travel in Ѳy  (Deg)  ≥ 20 7  Travel in Ѳz  (Deg)  ≥ 30 8  Vertical Load Capacity  ≥ 5 Kg 9  Minimum Incremental Motion (X,Y,Z) ( μm)  ≤ 0.1  10  Minimum Incremental Motion (Ѳx, Ѳy, Ѳz) ( mDeg)  ≤ 0.1 11  Bi‐Directional Repeatability (X,Y,Z) ( μm)  ≤ 0.5 12  Bi‐Directional Repeatability (Ѳx, Ѳy, Ѳz) ( mDeg)  ≤ 0.5 13  3D positioning Accuracy   ≤ 50 um (Sphere radius) 14  Velocity in X, Y, Z  ≥ 2 mm/s 15  Velocity in θX, θY, θZ  ≥ 5 ˚/s 16  Operating temperature range  22 ± 5 Deg C (Meeting Specifications as 

    listed above) 10 to 40 Deg C (Safe Operating without Damage) 

    17  Controller  Digital controller with PC based Labveiw interface compatible to the above hexapod motors 

     

    B. Acceptance Criteria: 

    Sr no  Acceptance Parameter  Acceptance Specification  1  Travel in X  ( mm)  ≥ 50 2  Travel in Y ( mm)  ≥ 50 3  Travel in Z ( mm)  ≥ 25 

  • 4  Travel in Ѳx  ( Deg)  ≥ 20 5  Travel in Ѳy  (Deg)  ≥ 20 6  Travel in Ѳz  (Deg)  ≥ 30 7  Minimum Incremental Motion (X,Y,Z) ( μm)  ≤ 0.1  8  Minimum Incremental Motion (Ѳx, Ѳy, Ѳz) ( mDeg)  ≤ 0.1 9  Bi‐Directional Repeatability (X,Y,Z) ( μm)  ≤ 0.5 10  Bi‐Directional Repeatability (Ѳx, Ѳy, Ѳz) ( mDeg)  ≤ 0.5 11  3D positioning Accuracy   ≤ 50 um (Sphere radius) 

     

    C. General Terms & Conditions  

    Sr no  Parameter  General Terms & conditions: 1  Warranty  Vendor should quote for minimum 1 year of warranty from the OEM. 

     2  Authorization  Vendor should attach the authorization certificate from the OEM. 

     3  Compliance 

    Statement Vendor should provide point by point compliance matrix along with all relevant datasheet/ user manual in supporting their compliance with the proposal.  

    4  System Installation 

    Vendor should install the system at SAC and should provide relevant user manuals, software’s and datasheet.  

    5  Acceptance Criteria 

    Manufacturer has to carry out tests as per the table “ Acceptance Criteria”  at their premises and deliver the test report along with the instrument 

    6  Calibration & Error compensation 

    Manufacture Should calibrate the instrument with reference position measurement and should provide the calibration report. The software tools should support Error compensation for errors arising out of backlash & Hysteresis. 

     

     

     

     

     

     

     

  • INSTRUCTIONS FOR TWO-PART TENDER

    We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial & Part II Price.

    All Tenderers are requested to follow carefully the following instructions before preparing their offer.

    I PART I : TECHNICAL & COMMERCIAL BID Part – (a) Technical

    i. This part should contain detailed specifications of the items quoted by you along with Technical literature and leaflets if any.

    ii. A compliance statement showing the compliance of the item quoted by you with that of item tendered by us should be prepared and enclosed to this.

    iii. Any other information called for in the tender related technical and specifications can also come in this part.

    iv. Prices should not be indicated in this cover.

    Part – (b) Commercial terms : (WITHOUT PRICES) i. The commercial terms applicable for the item quoted by you should be indicated

    in this part.

    ii. If any compliance statement is called for the commercial terms / contractual terms and conditions, the same is to be attached in this part.

    iii. Prices should not be indicated in this part. However a copy of the price bid (without prices) can be enclosed in this part to enable to understand whether all the items required to be quoted by you have been quoted in the price bid. Alternatively a statement is to be made indicating that you have quoted prices for all the items as per the tender and enclosed in the Price Bid as per the format.

    iv. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall come into this.

    Note : 1. Either Technical Specifications or terms & conditions as above should be very clearly

    reflected item-wise with reference to the items called for in the tender.

    2. Please note that the PRICE SHOULD NOT BE indicated in this part. 3. Technical and Commercial part as described above shall be prepared and put it in a

    sealed cover & super scribed and addressed as follows:

    Tender No. : Due Date : PART I : TECHNICAL & COMMERCIAL BID

    The Sr. Head Purchase & Stores Space Applications Centre

    Ambawadi Vistar P.O. Ahmedabad – 380 053

    From :

  • II PART II : PRICE BID

    i. The prices applicable for the items, item-wise in response to the tender shall come into this part.

    ii. Tenderer shall indicate very clearly item-wise prices with reference to their technical offer.

    iii. Price part prepared as above shall be enveloped and superscribed as follows: III The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as

    above along with ‘Tender fee cover’ (if applicable) should be inserted in another envelope and superscribed as follows:

    Important Note: Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers are received by mail before due date and time. In case you are going to download the documents from our website and submitting the offer, you are requested to submit the DD towards Tender fee in a separate cover along with a covering letter duly superscribing on the cover “Tender fee in respect of File No. __________________”.

    Tender No. : Due Date : PART II : PRICE BID

    The Sr. Head Purchase & Stores Space Applications Centre

    Ambawadi Vistar P.O. Ahmedabad – 380 053

    From :

    Tender No. : Due Date : PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE : (DD towards Tender fee also is kept inside)

    The Sr. Head Purchase & Stores Space Applications Centre

    Ambawadi Vistar P.O. Ahmedabad – 380 053

    From :

  • COMPLIANCE STATEMENT REQUIRED TO BE FILLED AND ENCLOSED ALONG WITH THE TECHNICAL AND COMMERCIAL BID BY THE VENDOR.

    Sr. No.

    Commercial terms Compliance/Remarks/Comments by Vendor

    1. Delivery terms -Ex-works/FOB/ FCA etc. 1.1 Purchaser is having an air consolidation contract

    and their freight forwarder will arrange to collect the consignment from your premises/will take the responsibility for onward transmission from the point of delivery as per INCOTERMS 2010. This is applicable for import cases.

    2. Packing charges inclusive/exclusive. 3. Delivery period – in weeks/months 4. Payment terms :

    Our standard term is - Sight Draft (import) /within 30 days from the date of acceptance (indigenous).

    5. Country of origin – to be declared in the invoice. 6. Name and address of the Indian Agent. 7. Percentage of agency commission included in the

    quoted price – payable in Indian Rupees only directly to the Indian Agent.

    8. Validity of the offer- minimum of 120 days from the date of opening.

    9. If you are an Indian Agent, please enclose the authorization letter of your Principal and confirm that whether you have enrolled with DGS&D as per rules.

    10. In a tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender.

    11. If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product.

    12. Cost of spares included in the price bid not included.

    13. Will you be able to provide consumables/spares for 10 years?

    14. 14.1 14.2 14.3 14.4 14.5

    Taxes and duties : Taxes in India to the account of Purchaser. Outside India to Seller’s/Contractor’s account. Please indicate your Tax Registration Number. Wherever installation involved, Income Tax @ 2% will be deducted from the bill and a certificate issued. Installation in India will attract Service Tax @ 12.36%. If required, orders for supply and installation can be issued separately. Work order will attract work contract tax as per rules. Please confirm whether you have included WCT in your offer. Customs Duty Exemption Certificate (CDEC) will

  • 14.6 14.7 14.8

    be issued by Purchaser. Hence no CD is to be included in your offer wherever applicable. Please indicate rate of the Sales Tax/VAT applicable. Octroi Duty/Entry Tax exempted. Exemption certificate will be issued, if required. Purchaser is eligible for full Excise Duty exemption. Excise Duty exemption certificate will be issued.

    15. No Insurance is required at Purchaser’s cost. 16. For two part bids two separate sealed envelops

    are to be sent duly superscribed as follows : 1. TECHNICAL & COMMERCIAL BID 2. PRICE BID

    Please refer instructions.

    17. Wherever EMD/tender fee is payable – provide the same in the form of crossed Demand Draft in favour of The Accounts Officer, SAC, Ahmedabad along with the bid but in a separate cover or along with technical bid. On the back side of the D.D, please write your company’s name.

    18. Language to be used in all correspondence – English

    19. Measurements – Metric system to be followed 20. Whether prequalification of your facility procedure

    completed (if applicable).

    21. Warranty period – We need minimum 3 years from the date of acceptance. In case the product has a standard warranty of 1 year, confirm that additional 2 years warranty cost is indicated in the price bid/prices. However the warranty requirement if projected in RFP shall prevail.

    22.1 Defective/rejected items if any, are to be replaced free of cost.

    23. Confirm whether you will be able to provide samples if called for, free of cost.

    24 Approximate weight (net and gross) of the consignment.

    25. Instruction/operational manual to be supplied free of cost.

    26. Supply and installation is subject to Purchaser’s acceptance.

    27. LC extension charges to your account, in case of delay from your side.

    28. Items from latest production batch only are to be supplied.

    29. Wherever Export Licence required, payment will be made after getting export licence and after confirmation by the supplier, with a copy of Export Licence.

    30.

    Bank Guarantees (from Nationalized/ Scheduled Bank/ Bank approved by Purchaser.

  • 30.1 30.2 30.2.1 30.3

    Advance payment for the equal value valid till the completion of contract/acceptance, is to be provide by you. Towards issue of “Free Issue Material” by Purchaser for the value of the material issued, is to be provided. The Bill of material for the material used for the Fabrication work and available balance to be prepared by you and countersigned by the User Department is to be sent along with the final bill for arranging the balance/payment. Towards Performance of the Contract and Product for 10% value valid till the expiry of warranty period.

    31. Security Deposit is to be submitted to SAC by the successful bidder (wherever applicable )on awarding the contract

    32. Training – free of cost – to be imparted at Purchaser’s site.

    33. Bank charges wherever applicable shall be paid by Purchaser/Contractor to their respective Bankers.

    34. Arbitration proceedings – Within India as per provisions of Arbitration and Conciliation Act 1996.

    35. Liquidated Damages - @ 0.5% per week for the delayed portion – maximum 10% of the contract value.

    36. Force Majeure conditions applicable? 37. Acceptance of Fall clause.

    “The rates as per the charges of the Contract should not in any event exceed the lowest rates, the supplier charge to any other party or organization. If at any time during the period of contract, the supplier reduce the charges to any other party, then they shall forth-with notify such reduction to Head, Purchase & Stores, SAC and reduce the contract rates subsequently, from the date of coming into force of such reduction” .

    38. You are requested to indicate the registration number; you have for Sales Tax/Service Tax as the case may be with concerned Government authorities. Also you are requested to provide company registration details wherever applicable along with copy of the company registration certificate. The offers received without the above information will be summarily rejected.

  • GOVERNMENT OF INDIADEPARTMENT OF SPACE

    SPACE APPLICATIONS CENTREAHMEDABAD 380 015,INDIA

    PURCHASE & STORES

    Ph No:Fax

    079-2691 3067079-2691 5848/02/35

    Date :30/12/2014

    M/s

    Dear Sirs,

    Please submit your sealed quotation , in the Tender Form enclosed here along with the descriptive catalogues /

    pamphlets /literature ,superscribed with Our Ref.No. and Due Date for the supply of the following items as per

    the terms & conditions mentioned in Annexure( Form No:

    S.No. Description of Items with Specifications Unit Quantity

    -

    As per overleaf. )

    Opening :Tender Due: 02/02/2015

    02/02/2015onon

    15:0015:30

    2014-002040-01Our Ref No :

    INVITATION TO TENDER

    Hrs ISTHrs IST

    AHSP

    each 11 Comprehensive on-site AMC of SAC-POC storage solution for 3 years

    DELIVERY AT:

    MODE OF DESPATCHDUTY EXEMPTIONS

    SPECIAL INSTRUCTIONS

    SPECIFIC TERMS As per overleaf.

    NIL

    We are exempted from the payment of excise/customs duty.

    ON SITE

    SAC BOPAL

    INSTRUCTIONS TO TENDERERS:1. Detailed scope of work, test procedure and terms & conditions as per RFP, Annexure-I, Annexure-II, Annexure-III & Annexure-IV.2. This is a TWO PARTS tender; please submit your quotations as per the instructions. Quotation not conforming to the instructions will be rejected. Fax & Email quotation shall not be accepted.3. Duly filled compliance statement (enclosed) is to be attached with along with Part I.4. A copy of masked Price Bid (i.e. without prices) may be enclosed along with Part I to understand whether all the details/items to be quoted by you have been quoted in the Price bid.5. Your offer should be accompanied with Demand draft for an amount of Rs. 218/- drawn in favour of "Accounts Officer, SAC, Ahmedabad" towards tender fee. Of