specifications for design, supply, installation & commissioning of

23

Upload: khangminh22

Post on 24-Jan-2023

0 views

Category:

Documents


0 download

TRANSCRIPT

1

SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION & COMMISSIONING OF

NEW AIR COOLED CHILLER SYSTEM

1. Introduction:

The new chiller unit is used for supplying the chilled water to the armature and field coils of

two numbers of 16t electro-dynamic shakers during vibration testing. New chiller unit with

associated water pumping and heat exchangers have to be designed or chosen to meet the

specifications given below. Vendor has to supply the chiller unit and all other sub-systems to

SDSC SHAR and install the system at site (Vibration Test Facility, SMP&ETF, SDSC SHAR)

as per the installation requirements and demonstrate the performance of the chiller unit.

2. Scope of Works/ supply:

Design, supply, installation and commissioning of air cooled Chiller unit along with

water pumping system and heat exchangers as mentioned in P&I diagram in Annexure-

1 and technical specifications in section3

Fabrication and supply of support structures and stands as mentioned in section 8.

Dismantling of the existing two numbers of chiller units (indoor and outdoor)

Installation and commissioning of the new chiller unit as per the site plan.

Performance demonstration as part of site acceptance tests

Spares for critical components (optional)

3. Technical specifications / Vendor compliance:

S.No Parameter Indent Specification Vendors

specification /

confirmation

I Refrigeration (Primary) Circuit

3.1 Capacity of chiller 36 TR or above

3.2 Type of chiller Air cooled; outdoor usage

3.3

Compressors

minimum 3 compressors (Scroll)

Each compressor shall have

independent refrigeration, electrical

& control circuitry. Failure of one

compressor should not affect others

operation.

Provision shall be available to

operate any number of the

compressors manually.

2

3.4 Configuration of

refrigeration circuit

The refrigeration circuit shall be as per

P&I diagram given in Annexure-1.

3.5 Condenser & Evaporator

tubing

copper

3.6

Outdoor operation

compatibility

Chiller package unit (condensers, fans

and associated electrical & control

components) shall be compatible for

operating in outdoor environment. All

electrical and control terminals shall

have adequate protection against rain

water, moisture and hot sun.

3.7 Refrigerant Eco-friendly refrigerant to be used,

compatible with the regulatory norms

3.8

Safety Interlocks High discharge Pressure trip

Low suction Pressure trip

Temperature cut-off limits for

switch ON & OFF

Anti-freeze trip

Single phase preventer trip for

compressors

Electrical overload relay trips

No flow trip

Oil level switch for compressors

High temperature trip for

compressors (optional)

3.9

Chiller controller Controller shall be of microprocessor

based.

Microprocessor based controller shall

have manual override. Also, detailed

operational manual to be provided for

enabling third party to understand and

operate all the functions.

3.10

Display of parameters in

controller

Suction pressures of compressors

Discharge pressures of

compressors

Process water inlet temperatures

for all the lines

Process water outlet temperatures

for all the lines (Ref:

Thermocouple, Sl.No. 12 in P&I

diagram)

compressors ON/OFF status

3

compressor motor currents

3.11

Ambient conditions for

chiller unit operation

Chiller unit shall be suitable to operate

in ambient temperature of up to 45˚C

& RH of 5% to 95%

3.12

Pumping system Pump of suitable capacity shall take

water from hot well and feed it to the

evaporator (shell & tube heat

exchangers) and cooled water has to be

routed to cold well.

Redundant water pump shall be

available on hot stand-by with

necessary plumbing connections as

per the P&I diagram.

3.13 Evaporator Shell & Tube type

3.14 Fouling factor 0.0001 FPS or better

3.15

Set operating temperature

of the system: 9±3 ˚C.

Auto cut-off : 9±1degC

Auto restart: 12 ± 1degC

(provision for adjusting the

temperature shall be available)

II Cooling (Secondary) Circuit

3.16 Configuration of Cooling

circuit

shall be as per P&I diagram given in

Annexure-1.

3.17 Process fluid De-ionized water

3.18 Process fluid inlet

temperature

30 deg to 35 degC

3.19

Required outlet

temperature for the

process fluid

15degC or lower at the exit of plate

heat exchangers (Ref: Thermocouple,

Sl.No. 12 in P&I diagram)

3.20 Heat exchangers Brazed plate type ( 6 nos)

3.21

Process fluid flow rate For type-I heat exchangers (Sl.No. 6 in

P&I diagram): 35 lpm

For type-II heat exchangers(Sl.No. 7 in

P&I diagram): 10 lpm

3.22 Process fluid maximum

inlet pressure

12 bar

3.23

Pumping system

(secondary water pump)

Secondary water Pump (sl.no.5 in P&I

diagram) has to support following two

modes of operation. Supplier has to

choose the right capacity water pump

and the same has to be approved by

Department.

4

Mode-1: Four out of six plate heat

exchangers (2 nos type-I & 2 nos type-

II) will be fed with process fluid.

Total nominal flow rate =90 lpm

Mode-2: Two out of six plate heat

exchangers (1 no type-I & 1 no type-II)

will be fed with process fluid.

Total nominal flow rate = 45 lpm

Redundant water pump shall be

available on hot stand-by with

necessary plumbing connections.

Provision shall be available to operate

any of the water pump manually from

the control panel.

3.24 Insulation all piping shall be properly insulated

to minimize heat loss

III Structural Items & Plumbing lines

3.25 Water tanks Hot & Cold well tank with partition in

between.

3.26 Water tanks material SS316L (sheets shall be of sufficient

thickness considering the strength and

corrosion requirements)

3.27 Each Water tank capacity

& water level indicator

1 x 1.5 x 1.5 m (to be insulated for

minimizing heat loss) with provision

for cleaning and draining. (Ref Fig 2 &

3).

Water level indicator on each tank shall

be available (toughened

glass/transparent plastic)

3.28 Supports for water tanks Water tanks shall be mounted on heavy

base support structure (Ref Fig 1 in

section 8).

3.29 Base support for outdoor

chiller package unit

Suitable heavy base support structure

with vibration isolators shall be

provided for the outdoor unit (Ref Fig

4 in section8)

3.30 Plate heat exchangers

and secondary water

pump support

Shall be positioned indoor on a base

support frame as per the fig 5 in

section8. All the plumbing lines have to

be neatly routed to the heat exchangers

and anchored properly.

5

3.31 Plumbing lines and

specials

All plumbing lines(interconnecting

pipes) shall be of stainless steel

material with suitable pressure rating

and shall be anchored firmly as per the

site conditions.

All plumbing specials like flanges,

bolts, adapters shall be of Stainless

steel only. Party has to arrange for all

the plumbing lines and specials.

3.32 Pressure gauge Pressure gauges (of Wika make) shall

be available at outlet of refrigeration

heat exchangers and also for the

refrigerant suction and discharge

pressures (Danfoss make)

IV Technical Requirements, Terms & Conditions

3.33 Design for unattended continuous use:

The chiller shall work unattended continuously for a minimum

duration of 8 hours with loads varying in steps of 33%, 66%, 99%

or 50% & 100%.

3.34 Design for outdoor usage:

Chiller outdoor unit shall be designed to operate in open

environment with adequate protection for all the electrical, control,

machinery components from rain/ hot sun/ humid environments.

3.35 Design of Refrigeration & Cooling Circuit Elements:

All plumbing lines of refrigeration circuit shall be designed

appropriately for the rated capacities. The cooling circuit heat

exchangers and plumbing lines shall be designed to take the

maximum operating pressure (with minimum factor of safety ‘3’)

and flow requirements with minimum pressure losses. All water

pumps shall be designed suitably to meet the flow requirements.

Party has to submit the detailed circuit drawing along with the water

pump and heat exchanger details.

3.36 Electrical Wiring/connections: Chiller package and water pumps

shall have separate control panels. Electrical wiring to the control

panels/ units shall be done from the existing power panel at

site(~10m from indoor elements shown in the installation layout in

Annexure-3). Suitably rated power cables with sufficient protection

has to be routed to the respective control panels/units by the

supplier.

Party has to provide the electrical power ratings of chiller package

unit, water pumps and any other electrical power consuming

elements in detail along with the technical bid.

6

Scheme has to be submitted to the department for approval prior to

execution.

3.37 Safety Standard – chiller unit shall meet ASHRAE 15-2016 –

Safety Standard for Refrigeration Systems.

3.38 Fabrication – All welding / brazing shall be done by qualified

welders having a documented welder’s performance qualification

record (WPQ) and using a welding procedure specification (WPS)

supported by welding procedure qualification record (PQR) as per

the guidelines given in section IX of the ASME B&PV code.

3.39 Warranty – The vendor shall offer a minimum warranty of 1 year

for trouble free operation of the chiller system from the date of

completion of installation & acceptance at site.

3.40 Delivery –

(i). Delivery of all items at SHAR within 3 months from date of PO

(ii). Dismantling of existing chiller units: After the clearance from

department, party has to complete the work within 10 days.

(iii). Installation and commissioning of new system has to be

completed within 30 days from the date of clearance from the

department after dismantling of existing chiller units at site.

3.41 Packing and forwarding - shall be packed carefully with

provisions of handling during transport, loading and unloading to

ensure that no damage is done during transport.

3.42 Footprint & Site installation plan – A site installation plan that

shows the footprint, height, the orientation of chiller with respect to

the site shall be submitted for purchaser’s approval before starting

the fabrication / assembly.

3.43 Engineering information management – A complete set of

engineering drawings, P & I diagram, flow chart of control,

electrical wiring diagrams and safety interlock schematic diagram

of the water chiller shall be supplied.

3.44 Manuals – Operating and maintenance manuals of the chiller shall

be provided by the Vendor. Risk Analysis Report (report of risk

identification, impact assessment and response) shall be a part of

the operation / maintenance manual. The manuals of all the bought-

out items shall also be provided.

3.45 Component and material selection – All components and

materials shall be of CEPO approved make with modern design,

high efficiency, long life and high quality suitable for tough

industrial surroundings. No outdated schemes, materials or

components shall be accepted. Only the items proven in the

industrial field shall be used. Standard catalogued components

7

available shall be used. All pipes, fittings and intermediate spacers

shall be corrosion proof.

3.46 Equivalence of Make / Model – Wherever, makes/models of

certain components or subsystems are mentioned in this

specification, the vendor may offer equivalent makes and models if

the required make/ model is not available. However, the vendor

shall inform the department and take prior approval for the same.

3.47 Training – One day’s comprehensive hands-on training shall be

provided to the department technicians and engineers. This training

must include operation, trouble shooting, maintenance and

preventive maintenance of the chiller and all its subsystems.

V Brands of Various components

3.48 Make of chiller package:

Bluestar/ ETA/ Voltas/ Carrier/ Climaveneta/ Swegon Blue Box

3.49 Make of compressors:

Make for Scroll Compressors:

Copeland / Emerson / Danfoss (Maneurop)/ Tecumseh

3.50 Pumps:

Beacon Weir/ Kirloskar/ Crompton/ KSB/ Mather & Platt/

Grundfos/ Bell & Gossett/ Armstrong / Lubi

3.51 Ball Valves:

Audco/ Rapid control/ Emerald/ Honeywell/ Lehry

3.52 Water Pressure Gauge

H.Guru/Wika/Dwyer / Waree

Refrigerant Gauge

Marsh/Wika/ Fiebig

3.53 HP/LP switches

Danfoss/Ranco/Johnson

3.54 Expansion valves

Alco/Sporlan / Danfoss

VI Spares (Optional)

3.55 Compressor : 1 No

Primary Water pump : 1No

secondary water pump : 1 No

HP/LP pressure switch : 2 No

Brazed Plate Heat exchanger : 1 No each for plate Heat exchanger

type-I & II

Strainer : 1 No

Expansion valve : 1 No

Temperature sensors : 4 No

Valves of plumbing lines : 4 Nos

Controller : 1 No

8

Note: Party has to submit the budgetary offer for each of the above

spare components separately

VII Bill of Materials

3.56

Chiller package (including controller)– 1 no

Primary water pumps – 2nos

Secondary water pumps – 2nos

Water tanks (Hot & cold well with partition) – 1 no

Required Piping, valves and plumbing specials – 1 set

Base support structure for chiller – 1no

Base support structure for water tanks – 1no

Base support structure for plate heat exchangers – 1no

Galvanized iron sheets roof with structural support– 1 lot

RTD temperature meter- 1 no

Non-contact IR thermometer (Fluke 62Max+) – 1 no

4. Price Bid Format:

Sl.No. Item Price (Rs)

1 Chiller Unit along with pumping system, heat exchangers

and base support structures as per the bill of materials

2 Dismantling of existing chiller units (2 nos)

3 Installation and commissioning of new chiller system

4 Spares as per section 3

5 Payment terms:

70% of sl.no.1 against delivery of all items to SDSC SHAR

as per the bill of material in section 3.

Balance 30% of sl.no.1 and 100% of sl.no.2 to 4 after

installation & commissioning of the new chiller unit.

Complied/not

complied

5. Terms & Conditions:

This is a two part tender with Part-A: technical bid and Part-B: price bid. Part-A

should consists of technical specifications of the system offered and compliance

statement to the tender specifications in Section 3. It should not consists of any price

information. However, party has to submit an unpriced price bid format (section 4)

9

with ‘quoted in price bid’ against each column to ensure the required price

information is available in price bid.

Party has to provide the price break-up in Part-B, for the equipment, dismantling of

existing system, installation of new system and spares separately as per the format

given in section 4.

Delivery Terms:

(i). Delivery of all items at SHAR within 3 months from date of PO

(ii). Dismantling of existing chiller units: After the clearance from

department, party has to complete the work within 10 days.

(iii). Installation and commissioning of new system within 30 days from the date

of clearance from the department.

It is advised that party may visit the site to understand the site conditions and system.

Party has to ensure the safety of operating team deployed at site during the complete period

of work.

6. Department scope during Dis-assembly of Old Chillers and Installation of New Chiller:

Electrical power required for removal of old chillers & installation of new chiller

Material handling support for lifting and repositioning of equipment

Minor civil works such as levelling of the floor.

7. Party’s scope during installation:

Nitrogen gas, brazing set, refrigerant and any other oils/ required for the installation.

Wall mounting of panels and drilling in the walls/floor for fixing of base frame, etc.

Painting of all base frames and support structures using zinc rich primer and paint.

Installation & commissioning of the new system satisfactorily as per the site acceptance

plan.

10

8. Water Tank & Support Structures:

Fig 1. Water tanks with support structure

Fig 2. Configuration of water tanks

1 m

11

Fig 3. Dimensional and structural details of water tanks

Fig 4. Chiller unit with base support frame

Fig 5. Plate heat exchangers & Secondary water pumps configuration with base support frame

* To be finalized based on the exact size of chiller unit

12

Fig6. Elevation view of Galvalium roof with open sides for the outdoor chiller unit

2 m

min

13

ANNEXURE-1 : P&I DIAGRAM

14

ANNEXURE-2

REMOVAL OF EXISTING CHILLER UNITS

Existing two numbers of chiller units(6.5 TR capacity each) need to be dis-assembled prior to

the commencement of new chiller installation. The major components of the chiller unit are

Water tanks (1.5m cube) - 2 nos/ chiller at a hight of 1.5m

Primary water pump - 1 per chiller

shell & tube heat exchanger - 1 per chiller

secondary water pump - 1 per chiller

plate heat exchanger - 1 per chiller

base support frame of water tanks (1.5 x 1.5 x 1m) - 1 per chiller

Outdoor unit - 1 no

water pipe lines & refrigeration lines- 15m length per chiller

Fig. Existing Chiller Units 1 & 2

15

ANNEXURE-3

INSTALLATION & COMMISSIONING OF NEW CHILLER UNIT

1. Civil Levelling Works Prior to Installation:

After removal of the existing chiller units, the site has to be levelled. This minor civil work

will be performed by the department and installation of the new chiller unit has to be commenced

subsequently by the supplier.

2. Installation Layout:

This section describes the installation and commissioning of the new chiller system at site. After

removal of the existing two numbers of chiller units (Party's scope) and levelling of base floor

(department scope), installation of the new chiller unit has to be commenced. As the chiller package

is air cooled type, outdoor unit has to be positioned on the designated floor area shown in the figure

below. Outdoor unit (chiller unit & water tanks) have to be covered with a galavalium roof with

support structure. Indoor components, consisting of plate heat exchangers and secondary water pumps

and chiller control panel need to be installed inside the building. All refrigeration and water plumbing

lines need to be routed and installed as per the site condition from outdoor unit to the respective

components inside the building. Layout of the site installation location for the new chiller unit system

is given below.

Fig. Plan view of Chiller systems installation layout at site

16

1.2 Mounting of Outdoor Unit:

Outdoor unit has to be mounted on a heavy base frame with suitable vibration isolators. All

elements need to be painted with zinc rich primer and paint to avoid corrosion in compliance with

coastal environment usage. All electrical & control terminal connections on the outdoor unit shall be

properly insulated and compatible for outdoor usage. Structural galvalium roof has to be made for

the outdoor unit with a span of 5m x 3m by keeping minimum 2m clearance on top of the unit for air

circulation to the condenser fans.

1.3 Mounting of Water Tanks:

Water tanks (Cold & hot wells) have to be mounted on heavy base structure with proper insulation.

Both water tanks shall have level switch fitted to suitable levels and shall be linked to controller

display for identifying the interlock. Water tank inlet top-up water line shall be fitted with floats and

tank shall have a man hole entry and drain plugs for cleaning as shown in the figure 1 to 3.

1.4 Refrigeration Circuit Water Pumps:

Refrigerant charging shall be done to all the compressors to the required pressures using the

standard procedure.

Water pumps in the refrigeration circuit shall be installed indoor on suitable pedestals. Water

lines of the pump suction & delivery shall be properly insulated and anchored.

1.5 Cooling Circuit Installation:

All cooling circuit elements shall be installed in-doors.

Water pumps of the cooling (or secondary) circuit shall be installed on suitable pedestals

and all plate heat exchangers need to be installed neatly and in organized manner and

shall be anchored to the base frame firmly.

All water plumbing lines shall be routed properly for minimum pressure losses.

Inter-connecting lines between heat exchangers shall be properly routed for ease of

operation. Proper space and provision shall be provided for connecting and disconnecting

the process water lines easily.

Water tanks (cold & hot well) shall be installed on a heavy base structure and shall be

anchored firmly. Water lines shall be adequately sized for meeting the requirements

stipulated in the specifications. All water lines also shall be properly anchored to support

structure.

17

1.6 Control Connections:

Wiring of all control elements shall be routed professionally with labels on both ends for easy

identification.

1.7 Electrical Power Connections:

Electrical power connections to the supplied unit from the distribution panel situated within

10m from control panel is the responsibility of the party. Chiller unit and water pumps operation

control panel shall be separate. Party has to carry out the electrical wiring as per the standard

procedures with reputed brand power cables suitable for outdoor use and shall be routed,

anchored/covered suiting to the site condition.

18

Annexure-4

Site Acceptance Tests

1. Preliminary Tests:

1.1 Plumbing Connections:

Complete all the plumb line connections as per the P&I diagram.

Ensure suitable insulation is provided for all the plumbing lines and properly anchored

1.2 Control Line Connections:

Carry out all the control line connections as required according to the P&I diagram

1.3 Pressure leak test:

All the refrigerant lines to be verified for both vacuum and positive pressure if any

customization is done on the standard chiller package unit.

Vacuum leak test:

Vacuum leak test on all the refrigerant piping has to be performed using a vacuum

pump

Run the vacuum pump for a duration of 2 to 3 hours to remove all the gases and

moisture trapped in the tubing.

Close the vacuuming valve and angle valves of compressor and hold it for a duration

of minimum 4 hours and ensure that the pressure leak in the line is <500 microns. If

yes, the vacuum leak test is done. If no, then there is a leak which has to be rectified

and re-vacuuming has to be done once again.

Pressure Test of Plumbing Lines:

All plumbing lines shall be pressure tested with nitrogen gas to the 1.1 times the

maximum operating pressure and demonstrate the leak tightness of all the joints.

Maximum deviation in pressure shall be less than 2 to 3 psi.

Check all the joints with snoop solution and ensure the leak tightness

Party has to arrange for the necessary items required for the pressure test.

1.4 Chiller Unit Runs:

Check whether the interlocks are functioning normally and system is shutting down

smoothly by simulating each interlock.

19

Run the chiller unit and record all the currents of compressors (at no load and full load)

and water pumps

Run the chiller and record whether the cut-off and cut-in are happening as per the setting

Run the chiller and note down the time needed for cooling the water tank (with full water)

to cut-off temperature with all compressors and reduced number of compressors. Also,

record the ambient temperature and humidity.

S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR

Welcome, Materials Master (isro)31 August 2017,

17:16:08 IST

MAIN VIEW HELP

Preview For STANDARD TERMS AND CONDITIONS

Page Destination: Tender Header Format Type : Normal

. :

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTRE

PURCHASE DIVISION

Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-Mail ID : [email protected], [email protected], [email protected]

STANDARD TERMS & CONDITIONS

1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.

2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-

1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid

In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part

tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below

GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017

TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.

This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be

furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.

9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank

Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.

Page 1 of 3

11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till

completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.

13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.

15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and

commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.

19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS

The Tenderer should submit the following documents/information while quoting:- a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual

interest in the business. c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.

e)Compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.

b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. GST as applicable d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.

e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable.

1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices

4.GST Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS

The following tenders shall be summarily rejected from the procurement process a.Tenders received from vendors who have not qualified in terms of their registration. b.Tenders received against publishing of a limited tender in the CPP portal.

c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.Unsolicited tenders from vendors. e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.

f.The tenders which are not accompanied by the prescribed Earnest Money Deposit. g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.The validity of the tenders is shorter than the period specified in the tender enquiry.

i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.

Page 2 of 3

k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).

l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.

Page 3 of 3