operations and maintenance contract for lssf t1 · chennai. being the space port of india, it...
TRANSCRIPT
Page 1 of 75
SDSC-LSSF-OMC-Tender doc
Operations and Maintenance Contract
for LSSF
Page 2 of 75
SDSC-LSSF-OMC-Tender doc
Table of Contents
1 Section 1. Introduction 5
1.1.1 Liquid propellant storage and service facilities 5
1.1.2 Mandate / Objectives of LSSF 6
1.1.3 Scope of Contract 6
1.1.4 Document Structure 7
1.1.5 Definitions 7
1.2. Background of existing LSSF facilities 9
1.2.1 Brief description of the Facilities 9
1.2.1.1 Earth Storable propellant Storage and servicing systems(ESPS) 9
1.2.1.2 Cryo propellant storage and servicing facilities(CPS) 10
1.2.1.3 Cryo and Earth Storable Gas Systems (CESGS) 12
1.2.1.4 Cryo Control & Instrumentation Systems (CC & IS) 13
1.3 Grouping of works 13
1.4 Work schedule finalization / Work force/manpower Selection / screening committee
14
1.5 Working day Calendar and Working hours 14
1.6 Work Execution terms 16
1.7 Basis of Cost estimation 17
1.8 Review of works and certification 18
1.9 Compliance with the Laws 19
1.10 Safety 21
1.11. Dress code 22
1.12 Transportation 22
1.13. Accommodation 23
1.14 Site visit 23
Page 3 of 75
SDSC-LSSF-OMC-Tender doc
1.2 Bidder eligibility / Qualification Criteria 23
2.0 Section 2. Terms and conditions 25
2.1 Clarification of the bid document and pre-bid conference 25
2.2 Submission of bids 25
2.3 Period of validity of proposal 26
2.4 Period of contract 26
2.5 Amendments to Tender 26
2.6 Language of proposal 27
2.7 Currency of proposal and payment 27
2.8 Techno commercial bid 27
2.9 Price bid 28
2.10 Clarifications on bids 28
2.11 Payment terms 28
2.12 Confidentiality 30
2.13 Time schedule 30
2.14 Competent authority reserves the right to the following 31
2.15 General instructions 31
2.16 Disqualification 32
2.17 Modification, substitution & withdrawal of proposal 33
2.18 Evaluation criteria 33
2.19 Selection of bidder 35
2.20 Earnest money deposit (bid security) 35
2.21 Security Deposit and solvency certificate 36
2.22 Penalty Clauses 37
2.23 Service Level Agreement (SLA) and penalties 37
2.24 Termination for default 39
Page 4 of 75
SDSC-LSSF-OMC-Tender doc
2.25 Code of conduct for the Successful Bidder 40
2.26 Force majeure 41
2.27 Termination for insolvency 42
2.28 Termination for convenience 42
2.29 Disputes and arbitration 43
3.0 Section 3. Requirement of manpower 44
4.0 Section 4. Annexure 48
4.1 Annexure. 1 - Techno commercial bid including compliance certificates
48
4.2 Annexure. 2 - Qualification of the bidder 60
4.3 Annexure. 3 – Price bid format 62
4.4 Annexure. 4 – Bid security form 64
4.5 Annexure. 5 – Request for clarifications form 65
4.6 Annexure. 6 – Self-declaration 66
Work Formats
5.0.
Work format A 67
Work format B 68
Work format C 69
Work format D 70
Work format E 71
Work format F 72
Work format G 74
Work format H 75
Page 5 of 75
SDSC-LSSF-OMC-Tender doc
Section. 1: Introduction
1.1.1 Liquid propellant Storage and Servicing Facilities
Satish Dhawan Space Centre, SHAR, Sriharikota is located about 100 KM north of
Chennai. Being the space port of India, it caters to launching both national and
international satellites using ISRO’s launch vehicles namely, PSLV, GSLV Mk II &
Mk III. These launch vehicles are based on Solid propulsion and Liquid
propulsion. The liquid propulsion systems propellant servicing is handled by
Liquid propellant Storage and Servicing Facilities (LSSF).
LSSF is one of the major entities in SDSC SHAR, consisting of more than 25
facilities for both Earth Storable and Cryo propellants for propellant storage and
Stage servicing at First Launch Pad, Second Launch Pad and remote propellant
Filling Console Centers at Zero point. LSSF is categorized as the following five
major systems.
• Earth Storable Propellant servicing systems (ESPS)
• Cryo Propellant systems (CPS)
• Cryo and Earth Storable Gas Systems (CESGS)
• Safety Systems and Cylinder Test Facility (SS &CTF)
• Control & Instrumentation Systems (C & IS)
The following are the facilities in the above systems in First Launch Pad, Second
Pad and Bulk Storage:-
I. Earth Storable Propellant servicing systems
� Launch pad Facilities
• N2O4 & UH25 - Propellant Storage, MST/UT & VAB, OFT, DPT, SPR
• DM Water Plant
• L40 / L110 Stage Decontamination Plant
• Effluent treatment plant
� Bulk Storage Facility:
• N2O4 & UH25 Propellant Storage
• MON3 & MMH Propellant Storage
II. Cryo Propellant systems
• Liquid Hydrogen System (LHFS)
• Liquid Oxygen System (LOFS)
Page 6 of 75
SDSC-LSSF-OMC-Tender doc
• Nitrogen Supply System (NSS)
III. Safety systems, Cylinder Test Facility and SRV Test Facility
• Safety Systems (Launch complex, Satellite Preparation Facility & Bulk
Storage)
• SRV Test Facility
• Gas Cylinder Test Facility (near RTR)
IV. Cryo and Earth Storable Gas Systems (CESGS)
• Stage Preparation Facilities (SPB, L-110 & SSPF)
• Compressed Gases Storage Building
• Cryo Preparation Building
V. Control & Instrumentation Systems (CS & IS)
• Calibration lab
• Filling Control Centres
• Local Control Rooms
The facilities in LSSF involve handling hazardous liquid propellants and high
pressure gases.
1.1.2 Mandate / Objectives of LSSF:
The following are the major objectives of the LSSF
• Design and development of propellant and gas storage facilities
• Realization of various propellant and gas storage facilities
• Receipt and Storage of the Earth storable and Cryo propellants
• Qualification and Readiness of the facilities for launch servicing
• Launch vehicle servicing with various servicing fluids.
1.1.3 Scope of Contract
SDSC is planning to offer some of the LSSF Facilities for out sourcing towards
operations and maintenance of LSSF facilities by engaging an Operations and
Maintenance Contract. SDSC hereby wishes to select a company (the “Bidder”)
Page 7 of 75
SDSC-LSSF-OMC-Tender doc
interested in engaging the Operations and Maintenance Contract for LSSF
Facilities. To meet the requirements of the work execution the Bidder has to
deploy the work force mentioned in Section 3
1.1.4 Document Structure
This Tender document gives the necessary background for technical information
and guidelines for preparing the proposal.
Structure of this document is as follows:
Section 1 Introduction
Section 2 Terms and Conditions
Section 3 Requirement of work force
Section 4 Annexures
Section 5 Work formats and scope of work in each facility
1.1.5 Definitions:
Word(s) Definition
Authorised
Signatory
shall mean the person Authorised by the resolution of the board
of the company to do the business
Contractor
shall mean the successful Bidder to whom the contract has been
awarded and with whom the Tender-accepting Authority has
signed the contract;
Contract
means the agreement entered into between the Tender-
accepting Authority and the Contractor, as recorded in the
document signed by the parties
Bid Tender document including all the attachments and appendices
thereto, and all documents incorporated by reference therein;
Bidder
means a Government Organization / PSU / PSE / Private
limited company or a limited Company preferably in the field
of Operation and maintenance of Chemical plants and
Hazardous materials operation under Indian Laws , that
responds to this Tender
Contract Price
means the price payable to the Contractor under the Contract
for the full and proper performance of its contractual
obligations
Page 8 of 75
SDSC-LSSF-OMC-Tender doc
Solution
means all the equipment / documentations, which the
Contractor is required to supply to the Tender-accepting
Authority under the Contract
LSSF Liquid propellant Storage and Servicing Facilities
SDSC Satish Dhawan Space Centre
ISRO Indian Space Research Organisation
Purchaser shall mean SDSC. Terms “SDSC” and “Purchaser” have
been used interchangeably in the Tender
Qualified Bidders shall mean the bidders/ companies that meet the qualification
criteria
Tender document
shall mean Tender Document or Bidding Document including
the written clarifications & modifications issued by SDSC in
respect of the Tender
Services/
Deliverables
shall mean requirements defined in this Tender document
including all additional services associated thereto to be
delivered by the Bidder
Month / Week The Month shall mean calendar month & Week shall mean
calendar week
Successful
Bidder/
Contractor
The bidder who is qualified & successful in the bidding process
and is given the Contract
Penalty Amount
means amount payable to the department on account of Delay
in performance and Deficiency in service by the Service
Provider
Confidential
Information
means all information including Project Data (whether in
written, oral, electronic or other format) which relates to the
technical, financial and business affairs, customers, Bidders,
products, developments, operations, processes, data, trade
secrets, know-how and personnel in connection with this
Tender / Bid Document.
Page 9 of 75
SDSC-LSSF-OMC-Tender doc
Service
Provider(SP)/
Selected Bidder
Means the successful Bidder of this Bid, who will have to
perform the Works for Operation and Maintenance Contract for
LSSF as described in the Bid document.
Service Level
Agreement
(SLA)”
means the Operation and Maintenance facilities in which the
works to be executed by the Bidder, in terms of the Service
Level Requirements set out in the Bid
The Competent
Authority/Tender
ing Authority
Means Director, Satish Dhawan Space Centre, SDSC SHAR,
Sriharikota (or) his Authorized representative
1.2. Back ground of Existing projects.
LSSF has established more than 25 facilities at various locations in First Launch Pad,
Second Pad, Bulk Storage Facilities and remote operating facilities at Zero point. All
these facilities are well designed and operational with national / International
standards. All the safety features are well established to take care of the personnel,
equipment and environment.
1.2.1. Brief description of the Facilities:
1.2.1.1. Earth Storable Propellant servicing systems
Propellant facilities (UH25 & N2O4, MMH & MON3): These facilities are located
at 3 locations – FLP, SLP & Bulk Storage. The list of major activities involved in the
facilities is as follows. (All the activities are to be carried out as per the department’s
approved procedure / suitable instructions by the concern facility In-charge)
Sl.No Nature of work/Description
1
Spools/Hoses testing: cleanliness checks, hydro/pneumatic testing of
modified spools pieces/hoses and fixing back in the servicing lines(Hose
length from 2 to 6 mtrs and above with Dia -15mm to 150mm)
2 Purging of the Pipe lines to remove moisture and to get the required
cleanliness level.
3
Filter elements cleaning: Water washing, cleaning in the ultrasonic
cleaning machine, Drying, providing support for fixing back in the
servicing lines(Filter bodies sizing from 2” to 12” & filter elements from
10micron to 300 micron sizing) or packing and labeling of the elements for
storing.
Page 10 of 75
SDSC-LSSF-OMC-Tender doc
DM Water System: The activities involve regular operations like DM water generation
and facility maintenance operations similar to above table. The plants are located at 3
places- FLP, SLP & LPSF.
L40 / L110 Stage De contamination plant: The activities to be carried out in this
facility are similar to the activities mentioned in the table in page No.9.
Effluent Treatment System: The system consists of effluent collection pits located at
10 places involving tasks like maintenance of about 40 effluent lift pumps, collection of
effluents (including transportation), treatment of effluents (Chemicals are in
department scope) and letting out the treated effluent (after analysis) to ground.
(Refer work format for Group A (page No.62) & B (page No.63) for details of the
works of individual facilities.)
1.2.1.2. Cryogenic propellant storage & servicing facilities: The cryogenic propellant
storage & servicing facilities are required for servicing Cryo stages. Cryo
facilities comprise the following sub-systems:
� Liquid Hydrogen Systems, Safety Systems and Cylinder Test Facility
• Liquid Hydrogen Storage
• Safety Systems
• SRV Test Facility
• Gas Cylinder Test Facility
• Cryo Laboratory
4
Scrubber tank solution (urea /acetic acid solution as per required
specifications) Preparation and periodical replacement in N2O4 and UH-
25 Systems at FLP, SLP and BSF.
5
Bench Testing of Old Valves: Dismantling of Valves, Cleaning,
Assembly/replacement of Spare parts as per approved procedure, Packing
with test details for storing and assembly of the valves in the circuits
6 L40/L110 RFDS Enclosures cleaning, greasing, refurbishment, Positioning
on MLP and alignment checking, opening cover slabs
7
Safety relief valves cleaning and Testing: Water washing, transportation to
test facility, Drying, providing support for fixing back on the servicing
lines or Packing and labeling of the valves for storing
8 Piping and tubing connections to the various flow component / circuits
Page 11 of 75
SDSC-LSSF-OMC-Tender doc
� Liquid Oxygen systems and Nitrogen Servicing Systems (LOS & NSS)
• Nitrogen Supply System (NSS)
• Liquid Oxygen Systems
• Pneumatic Supply Systems
• Helium Fine Purification Systems
• Vacuum Systems(VS)
For servicing the process equipment and flow components of the above cryo systems,
following maintenance works are to be carried out at site (Similar to the activities
mentioned in the previous table).
• Spools / Hoses testing
• Purging of Pipe lines
• Gauges/PT’s / DPT’s Calibration
• Filter elements cleaning,
• Periodical external surface cleaning
• Safety Relief valves cleaning,
• Replacement of old tubes of EP valves with new tubes,
• Fabrication of single action units
Nitrogen Supply System: The liquid nitrogen storage area is configured to position
four numbers of skid mounted liquid nitrogen storage tank, each of 130 cu.m. Capacity.
Towards readiness for a GSLV launch a total of 500 Tons of LN2 needs to be loaded in
the storage tanks. Accordingly, over 40 road Tankers need to be received for this
operation.
The following activities are to be carried out for each tanker receipt.
• Arranging for receipt of Liquid Nitrogen road tankers.
• Weighment of road tankers at Weigh Bridge for Gross weight.
• Sampling of LN2 from road tanker for analysis & sending to lab at FLP.
• Transfer from road tanker to storage tanks.
• Weighment of road tankers at Weigh Bridge for Nett weight.
• Release of tankers to Stores
Cylinder Test Facility: Gas Cylinder Test Facility established at RTR complex, for
testing & re-qualifying high pressure N2/Air/O2/Helium Gas cylinders
SRV Test Facility: The safety valve test facility is established in second launch pad
(SLP). This facility caters the testing needs of safety valves of several sizes of various
entities of SDSC SHAR.
Page 12 of 75
SDSC-LSSF-OMC-Tender doc
(Refer work format for Group C (page No.64) & D(page No.65) for details of the works
of individual facilities.)
1.2.1.3. Cryo and Earth Storable Gas Systems (CESGS)
• Stage Preparation Facilities (SPB, L-110 & SSPF)
• Compressed Gases Storage Building
• Cryo Preparation Building
Gas storage and service facility is meant for the boosting of gases viz., Helium, Nitrogen
and Air up to 40 MPa and storing the gases in the high pressure gas cylinders. There are
about 450 Cylinders (2 cu.m. /1 cu.m./0.5 cu.m.) in the launch pads. This facility
consists of the following sub systems.
• Gas Charging systems (Helium, Nitrogen & Air)
• Gas Storage system
• Gas regulation and distribution system
• Stage servicing equipment
Nitrogen gas charging system: Nitrogen gas charging system will receive liquid nitrogen
in to the Liquid nitrogen storage tank and directly pump the liquid through vaporizers to
convert into gaseous nitrogen and charged in to high pressure storage cylinders.
The following activities are to be carried out.
• Running of LN2 pumps for gas boosting
• Configuration of gas cylinders for gas boosting
• Monitoring & surveillance of the gas boosting activity.
• Charging of GN2 mobile gas modules to users
Helium gas charging system: Helium gas charging system will receive liquid helium in
to the Liquid helium storage tank and through vaporizers liquid helium is converted
into gaseous helium. The gas is boosted to cylinders by using helium compressors. The
following activities are to be carried out.
• Running of Helium compressor for gas boosting
• Configuration of gas cylinders for gas boosting
• Monitoring & surveillance of the gas boosting activity.
• Charging of GHe mobile gas modules to users
Page 13 of 75
SDSC-LSSF-OMC-Tender doc
(Refer work format for Group E (page No.66) for details of the works of individual
facilities.)
1.2.1.4. Cryo Control & Instrumentation Systems (CC & IS)
• LOX, LHFS, NSS, LCR, CGSS Control Rooms
• Calibration lab
• Filling Control Centre
• Local Control Rooms
The console operations involve storage remote operations from consoles like Road
Tanker propellant transfer, data extraction and preservation and maintenance of
computer system. (Refer work format for Group F(page No.67), G (page No.69) & H(page
No.70) for details of the works of individual facilities.)
1.3. Grouping of works:
1.3.1. The facilities are identified as work groups for out sourcing. These works shall
be carried out under the direct supervision of the department employees.
1.3.2. Facility grouping is based on nature of work, activities to be carried out,
essential qualification of persons in several disciplines and likely operational
timings.
1.3.3. The works are defined for each group and each group has been identified
with required work force.
1.3.4. Within the same group where one shift is planned, the shift may be first or
General or Second shift.
Work Groups
Group Facilities
A UH25 & N2O4 Systems – FLP & SLP
DM Water & DCP Systems – FLP & SLP
B
MMH & MON Systems – FLP & SLP
Propellant systems - BSF
ETF
C Safety Systems – FLP & SLP
D Maintenance & Test facilities
(Cylinder Test Facility & Cryo systems)
E Gas Process Systems – FLP & SLP
Page 14 of 75
SDSC-LSSF-OMC-Tender doc
F Instrumentation – FLP, SLP & BSF
G Control System – FCC-1 & FCC-2
H Analysis labs (Instrumentation lab, Flow Calibration Lab &
Chemical analysis lab)
1.4. Work schedule finalization / Work force screening committee
1.4.1. Only qualified persons shall be employed for the listed works. Keeping in
view on the criticality of the work, contractor should employ persons who
have already worked in similar works.
1.4.2. Upon successful bidding, the contractor has to submit the list of workforce
along with qualification and experience certificates to the department focal
point for scrutiny.
1.4.3. The contractor has to engage the workforce and allocate the duties to them
for different facilities upon getting the clearance from the work finalization
committee/workforce screening committee constituted by LSSF.
1.4.4. It is the responsibility of the Successful Bidder to ensure that the
candidates once selected should work for a minimum period of one year.
Frequent changing of the work force is not allowed.
1.5. Working day calendar and Working hours
1.5.1. The working days for each calendar month will be worked on quarterly basis
on mutually agreeable terms between the work finalization committee and
contractor.
1.5.2. Monthly schedules will be generated for finalizing the shift timings
1.5.3. The work planned per month is given in the work formats and the facility is
to be operated for 26 days per month. Depending on the work schedules
weekly off will be given.
Page 15 of 75
SDSC-LSSF-OMC-Tender doc
1.5.4. Generally the working hours from Monday to Saturday.
• General shift: 09.00hrs to 17.30hrs
• 1St shift : 06.00hrs to 14.00hrs
• 2nd shift : 14.00hrs to 22.00hrs
Timings per day: 8 Hrs + 30 Min Lunch time.
1.5.5. Work schedules will be given on monthly basis and there will be quarterly
reviews to accommodate any changes in operations like change in shifts etc
1.5.6. Depending on the work front, the people may have to be provided for 2
shifts (prior intimation will be given) within allotted workforce.
Example: Allotted workforce for Group A,
Sl.No. Shift TA Tech Helper
If one shift
is planned
General / 1st
/2nd Shift 2 10 2
If two shifts are planned 1st shift 1 5 1
2nd shift 1 5 1
The two shifts are to be arranged with in the allotted workforce to a
particular group. Accordingly the transportation / conveyance to be planned
make allotted people to reach to the respective facility by the contractor.
1.5.7. The work force deployed shall be healthy and active. Work force shall not
have any communicable diseases.
1.5.8. Departmental delays: Even though the work is planned for 26 days, if for
some reason Department is not able to operate 26 days per month due to
restrictions imposed by department or due to holidays declared by
department, the same work will be reallocated whenever need arises in the
subsequent months either on Sunday/Public holiday.
1.5.9. The work distribution is continuous.
Page 16 of 75
SDSC-LSSF-OMC-Tender doc
1.6. Work execution terms
1.6.1. To meet the contractual terms of the Operation and maintenance contract of
the LSSF with specified workforce, it is the responsibility of the Bidder to
estimate the additional workforce for replacement/substitution of the
absentees to maintain the regular attendance at working facilities.
1.6.2. The listed works as given in the work formats shall be executed as per
procedures given by the Department engineers.
1.6.3. The Successful Bidder has to deploy adequate number of qualified /skilled
workforce for carrying out the works. It is essential to deploy the personnel
per day as mentioned in Section.3 (in page number 61 & 45).
1.6.4. The contract is on man day basis. The consumables and spares required will
be issued by Department as free issue material and the activities will be
monitored periodically.
1.6.5. Successful Bidder should not change their engaged workforce frequently
without prior approval from the Department.
1.6.6. Work force selection, facility allocation and work distribution for the contract
workforce will be decided by the Contractor after obtaining the clearance
from Department in the monthly and quarterly reviews.
1.6.7. A site office will be identified by Department and it should be manned on all
the working days by the contractor, to have co-ordination between the
allocated Contract shift personnel and the department in-charge.
1.6.8. Successful Bidder has to identify a Site Manager (Contractor side) and
should be located at site office.
1.6.9. Role of Site Manager(Contractor side):
1.6.9.1. Planning for necessary infrastructure of the contractor’s site office , records and office personnel and maintenance of technical work
completion records
1.6.9.2. Supervision of the workforce allocation, and maintenance of
attendance
1.6.9.3. Verification of the uniform /dress code and safety shoes, helmets
and other required Personal Protective Equipment.
Page 17 of 75
SDSC-LSSF-OMC-Tender doc
1.6.9.4. Ensuring the back ground of staff engaged.
1.6.9.5. Implementation of safety plan and complying with security and
safety requirements of Department.
1.6.9.6. To maintain accident and nearmiss records in the register. During the
visit of Safety officer, he has to generate NCRs of safety violations
and based on safety NCRs penalty may be imposed on the contractor
(as per the department norms).
1.6.9.7. Following the guidelines of the department including the safety
aspects, payment of salaries and all applicable taxes and labour laws
1.6.10. There should be an identified operational In-charge for shift for
monitoring the personnel deployed in the shifts.
1.7. Basis for Cost estimation:
The following are the major factors to be considered for estimating the cost of the
maintenance and operations cost.
1.7.1. Scope of works: Scope of Major works as detailed in work formats.
1.7.2. Operational shifts: The facilities are to be operated generally in one shift. i.e.
general shift. However based on the need during campaign periods, apart
from general shift certain facilities are to be operated in 1st, 2nd or both the
shifts (by splitting the workforce allotted to two shifts. Refer Clause
No.1.5.6).
1.7.3. Minimum number of persons: Based on the activities planned in each
facility, minimum number persons (as mentioned in page number. 61) are to
be provided for each facility to complete the planned / scheduled works. The
shortage of workforce may affect the planned works /facility schedules if
there is any absents in the deployed minimum workforce. Hence supplier
has to ensure full attendance for all the days failing which penalty clause will
be imposed .
1.7.4. Qualification Discipline: Based on the facility nature of works as listed and
the qualifications as indicated in the work formats, Qualification Discipline /
branch is one of the important criteria to be considered while estimating the
quotation. The qualifications required are mentioned in the work formats
1.7.5. Special accessories: The facilities for operation and maintenance contract are
not common with each other to execute works. In certain facilities, it is
Page 18 of 75
SDSC-LSSF-OMC-Tender doc
mandatory to take additional safety precautions by wearing the personal
protection equipment / special accessories etc. Refer work formats for
details.
1.7.6. Transportation of the employees in shifts as indicated in the Sl. No. 1.12.
1.7.7. Canteen expenditure: It is the responsibility of the contractor to provide the
canteen facility to his workforce.
1.7.8. Work Contract Validity & Schedules:
1.7.8.1. Workforce shall be identified for work schedules catering to 26 days
per month with one day off per week, not necessarily Sunday. This
holiday will be finalized based on department schedule.
1.7.8.2. The work contract is valid for 3 consecutive years and based on the
successful performance of the contractor, the contract may be
extended for one more year. The concurrence for the same shall be
confirmed by the Bidder.
1.7.8.3. Supplier has to provide the safety shoes, helmets and uniform(three
pairs per year)
1.7.9. Price escalation per year
Bidder has to quote the Price for three years and the average cost of one year
will be taken and fixed for the first year. At the end of each year the contract
value will be revised based on the following Escalation formula.
Fo = 0.20* Fi + 0.80 * Fi* (1+ (Ro – Ri/ Ri))
Fo = Revised contract value
Fi = Previous year contract value
Ro= RBI labour index for the following year
Ri = RBI labour index for the previous year
For example, say contract value for 1st year is 1000, Index for the previous
year is 100 and that for current year is 108, then the contract value for
subsequent year is
= 0.20*(1000) + 0.80*(1000)*(1+(108-100/100))
= 1064 (6.4% increase)
Page 19 of 75
SDSC-LSSF-OMC-Tender doc
1.8. Review of works and certification
1.8.1. The schedule of works prepared by Department has to be kept as record with
site office and the progress of works will be followed up by Site manager and
the Facility In-charge who will be identified by the department after
placement of the Order.
1.8.2. Site manager has to ensure the attendance of the workforce allotted to each
facility. On a particular day if any absentees found due to unforeseen
situations, it is the responsibility of the Site manager to allot the substitute for
the absentee without any delay.
1.8.3. At the end of every month attendance certificate has to be generated by the
site manager and to be submitted to the Facility In charge for review and
Certification.
1.8.4. The approved copy of the attendance certificate along with the other back up
papers (like service tax, previous month salary payment bill, EPF, Group
Insurance etc.) has to be submitted to the Accounts Division for effecting
payment.
1.9. Compliance with the Laws: The Bidder has to comply with the following.
1.9.1. Bidder has to submit the Labour license
1.9.2. License for Contract Workers: The contractor shall wherever applicable,
obtain license under the Contract Labour (Regulation & Abolition) Act,
1970 according to the number of workforce engaged by him on contract
basis, depositing the prescribed fees and complying with the formalities.
1.9.3. Upon successful bidding, the contractor has to pay the wages to workers as
per Register of Wages-cum-Muster Roll of Contract Labour Act 1970.
1.9.4. Group Insurance: It is mandatory to have Group Insurance for Rs.75 lakhs
from nationalized insurance company to the personnel engaged in the job
for the period of contract. The proof of such claim should be submitted
before starting the work and whenever demanded. The commencement
date of Group Insurance shall be only after receipt of purchase order.
1.9.5. Service Tax: Service tax, shall be payable extra against documentary
evidence.
1.9.6. EPF: To ensure statutory payments like EPF as per Act.
Page 20 of 75
SDSC-LSSF-OMC-Tender doc
1.9.6.1. The Contractor shall have the Registration No. under the Employees’ Provident Funds Act & Miscellaneous Act/Rules.
1.9.6.2. Arrangements to remit the prescribed contributions under the Employees’ Provident Fund and Miscellaneous Act, 1952, shall be made by the contractor and proof of remittance shall be submitted to Accounts Department along with bills.
1.9.6.3. The rate of employer’s contribution towards EPF as per existing provisions is 13.61% (12% employer’s contribution+1.61% administrative charges) on the wages and the rate of worker’s contribution is 12%.
1.9.7. Income Tax: Income Tax at the prevailing rate as applicable from time to
time shall be deducted from the Successful Bidder’s bill as per the Income
Tax Act, 1961 and the rules there-under or any reenactment or
modifications thereof.
1.9.8. Indemnity Bond:
The Contractor shall indemnify SDSC SHAR on Rs. 230/- Non-Judicial
Stamp Paper against any action, claims or proceedings relating to
infringement of all or any of the prevailing laws like Workmen
Compensation Act 1923, Contract Labour Regulation and Abolition Act
1970 and Central Rules 1971, EPF Act, Industrial Disputes and any other
Acts specifically not mentioned during the currency of the contract. The
Indemnity Bond has to be executed as per our specimen.
1.9.9. To pay same and similar wages to men and women workers when they
perform same and similar work under Equal Remuneration Act 1946.
1.9.10. To pay wages to the employees through bank account before 5th of every
month and submit the proof to the department.
1.9.11. Police verification of the character and antecedents of the work force:
1.9.11.1. The Character and Antecedents of the workforce shall be got
verified through record check by the Service Provider/Contractor
from the concerned Police authorities and the Original Police
Report shall be submitted to this office on the first day of the
contract.
1.9.11.2. The Contractor shall also verify, certify the conduct of the work
force at frequent intervals. If any of the workforce misbehaves or
Page 21 of 75
SDSC-LSSF-OMC-Tender doc
commits any misconduct, SDSC SHAR reserves the right to refuse
permission to such persons to enter its premises, and such work
force shall be withdrawn by the contractor immediately.
1.9.11.3. The Contractor shall employ only Indian National, above 18 years
of age mentally and physically fit. Head, Purchase & Stores, SDSC
SHAR reserves the right to expel any workforce of the contractor
without assigning any reason.
1.10. Safety:
1.10.1. It is the responsibility of the Successful bidder to review and ensure the
safety of contract employees, positioned at various facilities by his Site
manager (Contract agency is solely responsible for any injury/death of
the workforce).
1.10.2. Deploy a safety supervisor / engineer at site for supervision and
implementation of safety plan.
1.10.3. Safety Audit has to be conducted for every 15 days by a Qualified &
Certified safety officer (Diploma /Degree in Industrial Safety
Engineering) and submit the report to the department focal point. Also
surprise inspection during contract period shall be carried out by him.
1.10.4. Contractor has to give an undertaking that they will comply with
prevailing safety norms at site put forth by Department.
1.10.5. The safety and Security regulations of Department should be complied
during the execution of work and implement safe methods and practices.
1.10.6. Entry into areas/ facilities without proper authorization from the
Department focal point will not be entertained.
1.10.7. The Successful bidder is responsible for any injury or loss to their
personnel.
1.10.8. MSDS of chemicals, warning sign boards or tags are displayed in building,
for safety awareness. The contract employees are required to be strictly
followed the same.
1.10.9. Any incidents including near misses are to be reported to the Facility In-
Charge immediately by the Site Manager.
Page 22 of 75
SDSC-LSSF-OMC-Tender doc
1.10.10. It is the responsibility of the Contractor to provide the Medical facility /
treatment to his work force. However Department will provide the First
Aid for any minor mishaps.
1.10.11. The work shall be carried out without any damage or loss to SDSC
property/equipment. The responsibility for loss, if any, occurring due to
negligence of contract personnel solely rests on the contractor and
contractor is liable to compensate SDSC for any such loss/ damage.
1.10.12. To ensure the Health and Safety, training is to be provided to work force
by certified safety officer required for carrying out the works at site.
1.10.13. Details of such safety training shall be maintained for scrutiny /
inspection
1.10.14. To ensure the equipment, tools used at site are safe, fit for use and ensure
safe working conditions to his work force.
1.10.15. The workforce provided shall wear Personal protection equipments
(Safety helmets, Safety shoes and company (cotton) uniform) without
hesitation.
• First Aid Kit, Safety belts, Safety Helmets, Safety shoes and
company cotton uniform is in the scope of contractor.
• To carry out propellant system related activities and based on the
need, safety mask with combined canister, chemical compatible
yellow dress, Gum boots and SCABA will be provided by the
department at free of cost.
• The department materials shall not be carried by the workforce to
outside, failing which will lead to severe punishment as per
department norms / rules.
1.10.16. Contract Safety Supervisor shall produce periodical safety compliance
report to Department Safety
1.11. Dress code: All the contract personnel should mandatorily wear the cotton dress
(with identified colour code), Safety Helmet and Safety Shoes for the personnel
deployed at work place. Colour of the uniform can be finalized after consultation
with the Department after release of P.O. Supplier has to provide three pairs of
uniform per year.
Page 23 of 75
SDSC-LSSF-OMC-Tender doc
1.12. Transportation
1.12.1. Contractor shall make his own arrangement for transportation of work
force from Sullurpeta to SHAR and back. The internal canteen trips
required for contract employees are also in the scope of the contractor only.
1.12.2. The work spot is spread about 15-25 KM from gate–I of SDSC SHAR.
1.12.3. The contractor has to plan for the transportation of his employees as per the
mutually agreed work allotment / shifts. (Refer annexure for shift wise
manpower requirement Page no.61)
1.12.4. The vehicles arranged by the contractor should be Passenger travel worthy
and shall be certified by the RTO. Fitness Certificates shall be obtained from
the RTO annually and all the documents related to certifications (RC & FC
etc.) shall be submitted to the department review periodically.
1.12.5. Depending on need, entry permit for certain individual’s own vehicles will
be provided by department based on request subject to the safety/Security
regulations.
1.13. Accommodation:
1.13.1. It is the responsibility of the contractor to ensure his employees to stay
within the circumstances of Sriharikota / Sullurpeta to ensure the positive
attendance with timely discipline.
1.13.2. Accommodation for all the contract employees is in the contractor scope
only.
1.14. Site Visit
1.14.1 Visit by Purchaser: During the Technical evaluation of the Tender, if required the purchaser has the right to visit the bidder’s facilities to Clarify / confirm the documents /claims submitted by him. It is the responsibility of the bidder to submit necessary supporting documents / to show his facilities.
Page 24 of 75
SDSC-LSSF-OMC-Tender doc
1.2. Bidder Eligibility / Qualification Criteria
Following are the essential qualifying criteria for the Agency for Supply of Skilled
Manpower:
1.2.1. The Bidder should be a Company/Firm registered in India since last 5 (five)
years Incorporation/Registration certificate along with MoA / Bylaws (or
similar document) should be furnished as documentary proof. A Consortium /
Joint Venture are not allowed.
1.2.2. Bidder can choose the following options for the total scope of work:
Option-A.Total scope of work and the responsibility of the tender is with
the Bidder.
Option-B.After successful bid on his company name, upon getting the
confirmation from the purchaser, the successful bidder can source a
maximum of 50 % of the work force required with the following
conditions.
• The maximum number of sub contracts should be limited to two
contracts only.
• The total responsibility including the Attendance of work force,
allocation of works, bill payments and all the purchase order
conditions rests with the successful bidder only.
• It is the responsibility of the successful bidder to ensure all the statutory norms related to wages, EPF, Insurance etc as mentioned in
the document for the shared work force also.
• EPF and Group insurance certificates for the engaged work force on
the name of the sub-contractor is acceptable
1.2.3. The Bidder should have experience of running at least two projects of similar
nature for supply with minimum 200 Skilled work force in each project in last
five years for any Central/ State Government/ Government
Corporation/PSU/Reputed Private Limited company. Copy of Work Orders/
PO should be furnished as documentary proof.
1.2.4. The bidder should have average annual turnover of Rs. 3 Crore in last 3 years (Financial year 12-13, 13-14 and 14-15) in the Operation and Maintenance
contract in the Mechanical / Chemical process Engineering Industries
Page 25 of 75
SDSC-LSSF-OMC-Tender doc
(manpower services/supply contracts) and should have executed similar
works between 01-04-2012 and 31-03-2015.
• The value of work outsourcing contract executed during the afore
mentioned period should not be less than Rs. 1.5 Crore in case of
single work (or) Rs. One Crore in case of two works with in last three
years. As documentary proof, audited balance sheet & Profit & Loss
A/c is to be submitted.
1.2.5. The bidder should not have been black listed by any State Government,
Central Government or any other Public Sector undertaking or a Corporation
as on the date of Tender opening. An affidavit (Duly Notarized) to this effect
should be submitted by the bidder on its letter head.
1.2.6. The Bidder is required to submit an affidavit duly attested by notary that it
has no case pending with B.I.F.R
Page 26 of 75
SDSC-LSSF-OMC-Tender doc
Section 2. Terms & Conditions
2.1. Clarification of the bid document and pre-bid conference
During evaluation of Bids, the department may, at its discretion, ask the Bidder for
clarification of its Bid. The request for clarification and the response shall be in
writing and no change in price or substance of the Bid shall be sought, offered or
permitted. Bidders requiring specific points of clarification may communicate to
SDSC, 2 days prior to the deadline for Price Bid meeting. The Competent authority
will host a Pre-Bid Conference if required. Competent Authority will endeavor to
provide timely response to all questions.
2.2. Submission of Bids
It is proposed to evaluate the supplier based on the previous experience and
capabilities in the workforce /Workforce supply services.
The supplier has to quote on “TWO-PART BID” basis Viz: Techno-
Commercial Bid & Price Bid separately.
Part-1 (Techno-Commercial Bid): Bidder has to confirm all the specifications
mentioned in Tender document, annexures and confirm the activities mentioned
in work formats without mentioning cost. Tenders fulfilling the above
conditions only will be short listed for Price bid opening.
Part-2 (Price Bid): Price Bid has to be filled with cost. This will be considered
only after evaluation and satisfaction of Techno-Commercial bids.
Sealed cover containing the Techno- Commercial Bid & Price Bid separately with
label “ Operations & Maintenance Contract for LSSF Facilities, SDSC,”.
2.2.1. It should contain one big sealed envelope containing two sealed envelopes
with superscription as follows
2.2.1.1.Envelope 1: Envelope 1: Original of Techno- Commercial Bid with
EMD (Rs 5, 00,000/-) and this Tender document (signed, stamped and
sealed).
Page 27 of 75
SDSC-LSSF-OMC-Tender doc
2.2.1.2. Envelope 2: Original Hard copy of Price bid (single copy) in format in
annexure 3 of this Tender
2.2.2. Bidders shall furnish the required information on their Techno-commercial and Price Bid in enclosed formats only.
2.2.3. Any deviations in format may make the tender liable for rejection.
2.2.4. Disclosure of Price bid information in Techno- Commercial Bid shall be
sufficient grounds for rejection of the bid.
2.2.5. All the documents mentioned against Techno-Commercial should be
submitted in Techno-Commercial proposal only and should not be included in
case in Price Bid. Similarly all the documents mentioned against Price Bid
should be submitted in Price Bid proposal only and should not be included in
case in Techno- Commercial Bid.
2.3. Period of validity of proposal
2.3.1. The Proposals submitted by bidders shall be valid for a period of “90 days”
from the date of opening of Techno-Commercial bid.
2.3.2. On completion of the validity period (90 days), in case required, SDSC,
would solicit the bidder’s consent to an extension of the period of validity for
another 60 / 90 days.
2.3.3. The request and the responses thereto shall be made in writing by post and
email.
2.4. Period of Contract 2.4.1. The contract period is three years and one month from the date of award of
the contract. Based on the satisfactory performance of the contractor, one more year may be extended.
2.4.2. The works will be offered immediately after the award of the contract.
2.5. Amendments of Tender document, annexures and work formats
2.5.1. At any time prior to the deadline for submission of bid, SDSC may amend the Tender documents by issuing suitable Corrigendum.
2.5.2. Any corrigendum issued in this regard shall be intimated to the supplier individually also in writing/ e-mail.
Page 28 of 75
SDSC-LSSF-OMC-Tender doc
2.5.3. To give reasonable time to the vendors, so that they can take corrigendum into account in preparing their Bid, the Department may extend (if necessary), the deadline for submission of bids.
2.6. Language of Bids
2.6.1. The Bid, and all correspondence and documents related to the Bid exchanged by the bidder and the Department should be in English.
2.6.2. Supporting documents and printed literature furnished by the bidder may be in any language other than English provided they are accompanied by an accurate translation of the relevant passages in English language.
2.6.3. Supporting material, which is not translated in English, will not be considered for evaluation.
2.6.4. For the purpose of evaluation and interpretation of the Bid, the English language translation shall prevail.
2.6.5. Correspondence between the successful bidder and the competent authority would be in English.
2.7. Currency of Proposal and payment
The currency (ies) of the Bid offer and the payments made (financial transactions) shall be in Indian Rupees (INR).
2.8. Techno- Commercial Bid
The points mentioned in eligibility criteria should be supported by relevant
documents such Work order, scope of work, certificate from client etc:
2.8.1. Signed, stamped and Sealed copy of Tender document, annexures and work
formats
2.8.2. Techno-commercial bid Form as per Annexure 1
2.8.2. Qualification of Bidder as detailed in Annexure 2 (Company Profile along with
documentary evidence of services offered and all relevant enclosures.)
2.8.3. Copy of Power of Attorney/ Board Resolution authorizing the person for
signing the bid documents.
2.8.4. Any additional information that the bidder may think fit but not included
elsewhere in\ the proposal, which will help the Competent Authority to assess
the capabilities of the Agency.
Page 29 of 75
SDSC-LSSF-OMC-Tender doc
2.8.5. Duly stamped notarized Affidavit for not being registered with BIFR and not
being Black listed by any Central/State Govt. or its undertaking on the letter
head of bidder.
2.8.6. Certified copies of valid PAN Card of the Agency and not of any individual.
2.8.7. Copy of the Service Tax registration certificate 2.8.8. Copy of the IT return filed / audited financial statements for FY 2012-13 & FY
2013-14 & FY 2014-15
2.8.9. Copy of EPF registration certificate Note: The Techno-Commercial Bid shall not include any Price bid information.
2.9. Price Bid
2.9.1. Techno-commercial bids will the verified as per the Tender document
eligibility criteria to qualify for the Price bid.
2.9.2. Price Bids of only those bidders, who’s techno-commercial bid is qualified
satisfactorily on the Techno commercial Evaluation, will be opened.
2.9.3. The Price Bids should be submitted strictly in the format given by SDSC as per
Annexure 3 (page number. 49) of this document and should not have any
deviations, restrictive statements, etc. therein. Else, such bids are liable to be
rejected at the sole discretion of SDSC.
2.10. Clarifications on Bids
2.10.1. During evaluation of Techno-commercial bid, if found necessary, SDSC
may seek confirmations of the bid from the bidder
2.10.1. The bidder may also seek any clarifications from the purchaser
2.10.2. The request for clarification and the response shall be in writing. Please
refer the format for seeking the clarifications
2.11. Payment Terms
2.11.1. The payment shall be made monthly at the tendered and approved rate
(inclusive of all taxes) calculated on the basis of the certification of the bills
recommended by the Facility In charge of the facilities followed by the
approval from the competent authority.
Page 30 of 75
SDSC-LSSF-OMC-Tender doc
Matrix structure defining channel of communication
2.11.2.
2.11.3. Supplier has to produce the bill for the completed works before 10th of every
month along with the previous months back up papers.
• Attendance sheet of the previous month
• Service tax payment proof
• Insurance premium payment proof
• EPF payment proof
• Bank statement for previous month salary payment proof
2.11.4. Payment will be made to the Bidder inclusive of service tax. Change in taxes
applicable, if any, from time to time as notified by the CBDT, the actual taxes
on the date of billing would prevail.
2.11.5. The Bidder has to submit the Bills/Invoices as per the terms & conditions of
the Bid Document and contract agreement.
2.11.6. If the Bidder is liable for any penalty as per the SLA the same shall be
adjusted from the payments due to the Bidder.
2.11.7. SDSC will release the payment within 10 days of submission of valid invoice
subject to the condition that invoice and all supporting documents produced
are in order and work is performed to the satisfaction of the Department.
Department shall be entitled to delay or withhold the payment of any invoice
or part of it delivered by Contractor, when the Department disagrees with
the contents of the invoice submitted by the contractor.
Site Manager Department Contract Manager
Contract Tech Assistant Facility In Charge
Day to day interaction on O&M
Work allocation & Attendance log
Feedback on attendance & work Framework of work distribution
Preparation of monthly bill duly certified by
Facility In-Charge and submission
Contract Technician Department Tech Assist/Technician
Page 31 of 75
SDSC-LSSF-OMC-Tender doc
2.11.8. It is mandatory for the contractors to open a Bank Account at any Nationalized
Bank for easy and quick payments. All payments under the contract will be
made only on this Bank Account through Electronic Clearing System/
RTGS/ NEFT/ CBS within 10 days after submission of bills as per Clause.
2.11.3.
2.12. Confidentiality
2.12.1. The Tender contains information proprietary to Competent Authority. 2.12.2. Competent Authority requires the recipients of this Tender to maintain its
contents in the same confidence as their own confidential formation and refrain from reproducing it in whole or in part without the written Permission of Competent Authority.
2.12.3. Competent Authority will not return the bids/responses to the Tender received.
2.12.4. The information provided by the bidder/s will be held in confidence and will be used for the sole purpose of evaluation of bids.
2.12.5. The successful bidder shall ensure the integrity of data in the respective offices.
2.12.6. They shall ensure that the engaged resources do not carry away any copy/backup of any data in any form which they are handling.
2.13. Time schedule
The entire assignment has to be completed within a period as mentioned below:
Activity Duration
Release of Purchase Order T
Submission of Security deposit T+15 days
Submission of the necessary documents to the focal point at SDSC SHAR
T+25 days
Allocation of the workforce by the Contractor
for the facilities
T + 30 days
Page 32 of 75
SDSC-LSSF-OMC-Tender doc
2.14. Competent authority reserves right to the following
2.14.1. Rejection any or all proposals received in response to the Tender without
giving any reason whatsoever.
2.14.2. Waive or change any formalities, irregularities, or inconsistencies in
proposal format delivery.
2.14.3. Extend the time for submission of proposal.
2.14.4. Modify the Tender document, by an amendment that would be published
on the SDSC’s website and inform the individuals in writing.
2.14.5. May extend the timelines of completion of assignments at the sole
discretion of Competent Authority.
2.14.6. Independently ascertain information from other organizations to which
bidder has already extended a service for similar assignments.
2.14.7. To terminate the services if the assignment is not proceeding in accordance
with the terms of contract.
2.15. General Instructions
2.15.1. The successful bidder should treat all data and information about LSSF
Facilities obtained in the execution of the proposed assignment as
confidential and holds it in strict confidence and should not reveal such
data/information to any other party without the prior written approval of
Competent Authority.
2.15.2. The proposal should be submitted strictly in the format provided in this
Tender document and should be signed by the authorized signatory with
seal of the Company.
2.15.3. A signed, stamped and sealed copy of this Tender shall be submitted
along with the Techno-commercial proposal as a token of acceptance of
Tender terms & conditions.
2.15.4. The proposal should be free of overwriting/ corrections/
alterations/strikes/erasures.
2.15.5. The proposals should be signed by the authorized representative/s of the
bidder.
2.15.6. The Bidders should ensure the completeness of bid. The list of documents
are as indicated in the Sl.No.2.8 (Techno- Commercial Bid) & 2.9 (Price Bid)
of this document.
Page 33 of 75
SDSC-LSSF-OMC-Tender doc
2.15.7. The Bidder should not sublet, transfer or assign the contract or any part of
the assigned work without the knowledge of the department. In the event
of Bidder contravening this condition, the Department shall be entitled to
terminate the contract at the risk and expense of the Bidder.
2.15.8. The Bidders are expected to examine all instructions, forms, terms, project
requirements and other information in the Bid document. Failure to furnish
any information required by the Bid or submission of a Bid not
substantially responsive in every respect will be at the Bidder’s risk and
may result in rejection of the Bid and forfeiture of the Bid security.
2.15.9. All decisions taken by the competent authority regarding the processing of
this Bid and award of contract shall be final and binding on all parties
concerned
2.16. Disqualification The proposal submitted by a bidder is liable to be disqualified if:
2.16.1. It is not submitted in accordance with this document.
2.16.2. During validity of the bid or its extended period, if any, the bidder
increases his quoted prices.
2.16.3. Bid is received after due date and time or or not accompanied by EMD
amount..
2.16.4. Bid is not accompanied by all requisite documents.
2.16.5. Awardee of the contract qualifies the letter of acceptance of the contract
with his conditions.
2.16.6. Bidder fails to enter into a contract within 15 days of the date of notice of
the award of tender or within such extended period, as may be specified by
competent authority. In such case the EMD deposited would be forfeited by
the department and the Bidder would be blacklisted.
2.16.7. The Bidder is a firm not meeting eligibility criteria as mentioned in this
Tender
2.16.8. Conditional Bid has been submitted.
2.16.9. The Bidder has made misleading or false representations in the forms,
statements and attachments submitted in proof of the eligibility
requirements.
2.16.10. The Bidder fails to provide clarifications related thereto, when sought.
Page 34 of 75
SDSC-LSSF-OMC-Tender doc
2.16.11. The Bidder has been found to canvass, influence or attempt to influence in
any manner for the qualification or selection process, including without
limitation, by offering bribes or other illegal gratification.
2.16.12. Bidders may specifically note that during the process of evaluation of the
tender documents, if it comes to the knowledge of the department
expressly or implied, that a bidder has intended to form a cartel resulting
in delay / holding up the processing of tender then the bidders so
involved are liable to be disqualified for this contract as well as for a
further period of two years from participation in any of the tenders floated
by SDSC.
2.17. Modification, Substitution & Withdrawal of Proposal
2.17.1. The bidder may modify, substitute or withdraw his proposal after its
submission, provided that written notice of the modification or withdrawal
is received by SDSC prior to the deadline prescribed for submission of
proposals.
2.17.2. In case of substitution or withdrawal of proposal, the previous bid
document will be returned unopened on bid opening day. In case of
modification of proposal, modified bid document along with original bid
document will be opened on bid opening day.
2.17.3. The Bidder’s modification, substitution or withdrawal notice shall be
prepared, sealed, marked and dispatched. The modification, substitution or
withdrawal notice may also be sent by fax or email but should be followed
by a duly signed confirmation copy (in original) not later than the deadline
for submission of proposals.
2.17.4. No proposal may be modified or substituted subsequent to the deadline for
submission of proposal.
2.17.5. No proposal may be withdrawn in the interval between the deadline for
submission of proposals and the expiration of the period of proposal
validity specified by the bidder on the Proposal Form.
2.18. Evaluation Criteria 2.18.1. Criteria for evaluation of Techno-Commercial Bids: Bidders has to fulfill the
following criterion.
Page 35 of 75
SDSC-LSSF-OMC-Tender doc
Sl.No Criteria
1. The Bidder should be a Company/Society/Firm registered in India since last 5 (five) years or more.
2. • The bidder should have average annual turnover of Rs. 3 Crores in last 3 years (Financial year 12-13, 13- 14 and 14-15) in the Operation and Maintenance contracts in Mechanical / Chemical process Engineering Industries (manpower services/supply contracts) and should have executed similar works between 01-04-2012 and 31-03-2015.
• The value of work outsourcing contract executed during the afore mentioned period should not be less than Rs. 1.5 Crores in case of single work (or) Rs. 1 Crores in case of two works over a period of two years.
• As documentary proof, audited balance sheet & Profit & Loss A/c is to be submitted.
3. The Bidder should have experience of running at least two projects for supply of minimum 200 skilled work force in each project in last five years in any of the Central/State government/PSU/ Government Agency/Reputed Private limited company. (Certificate from client is to be attached)
4.
The bidder should have experience of executing at least two projects involving in maintenance and operational contract as scope of work in Central Government /State Government/PSU/Govt. Agency/ Reputed Private limited company
5.
The Number of work force (minimum of 200 people) with their qualification and employee id is to be provided.(List from HR)
6 Bidder should not be having any criminal case pending at the time of bid submission (Self-declaration)
7 The Bidder (not individual) should have a PAN (Copy of PAN card has to be attached).
8 The bidder should not have been blacklisted by Central Government or any State Government organization / department in India at the time of submission of the Bid (Self-declaration has to be attached)
9 The Bidder (not individual) should be registered with Service Tax departments (Copy of registration certificate).
10 The Bidder should be registered with appropriate authorities under Employees Provident Fund and Employees State Insurance Acts. (Certified copies of the registration with EPF, Contribution statement of last 1 year for existing employees )
Page 36 of 75
SDSC-LSSF-OMC-Tender doc
2.18.1.1. Only those bidders qualified in the Techno-Commercial Bids evaluation
criteria will qualify for the next level of evaluation.
2.18.2. Price Bid Evaluation
Price Bids of the bidders qualified in Techno-commercial Bid would be opened and the most economical option (lowest quote) will be considered as L1/ Successful bidder.
2.19. Selection of Bidder
2.19.1. Only the Techno-commercial Bids will be opened first.
2.19.2. The Techno-Commercial Bid Proposals will be evaluated as per the criteria
mentioned in 2.18.1 and annexure.1. Bidders qualified in the Techno-
Commercial Bid Evaluation only will be eligible for their Price Bid(s)
opening.
2.19.3. Proposal with the Overall lowest quote will be declared as L1/ Successful
bidder.
2.19.4. Before the expiry of the period of validity of proposal the competent
authority will notify the selected bidder.
2.19.5. The selected Bidder shall acknowledge in writing receipt of the notification
of award and will send his acceptance to enter into agreement within seven
(7) days.
2.19.6. If the selected bidder does not accept Contract or after accepting Contract
does not enter in to the agreement, within specified period the competent
authority reserves the right to cancel the Contract issued to him. The
competent authority may also blacklist the bidder.
2.19.7. The bidder shall be issued the Contract order immediately. However, for
the purpose of this tender, the date of signing of Contract shall be the
date of commencement of the Contract and the Bidder / Contractor shall
commence the work immediately as per table 2.13.
2.20. Earnest Money Deposit (Bid Security)
2.20.1. The tenderer has to submit an Earnest Money Deposit (EMD) for Rs. 5
lakhs in a single installment through Demand Draft (DD)/Banker’s
Cheque/ Fixed Deposit Receipts or Bank Guarantee from any of the
Scheduled Banks executed on non-judicial stamp paper of appropriate
Page 37 of 75
SDSC-LSSF-OMC-Tender doc
value. In case of Bank Guarantee, it shall be valid for a period of 90 days
beyond the final tender validity date. It shall be taken in favour of Sr.
Accounts Officer, SDSC SHAR payable at State Bank of India, Sriharikota
branch. The bid will be disqualified if the EMD is not submitted along with
the Techno commercial Bid (Annexure A).
2.20.2. Foreign vendors, registered vendors or vendors who have already applied for renewal of registration, Central PSUs/PSEs/Autonomous Bodies, Micro and Small Enterprises, KVIC, National Small Industries Corporation, etc., shall be exempt from the payment of EMD. Vendors seeking exemption from payment of EMD shall submit necessary documentary proof.
2.20.3. EMD of a vendor shall be forfeited if the tenderer/Contractor withdraws or amends his tender or deviates from the tender in any respect within the period of validity of the tender. Failure to furnish security deposit/performance bond by a successful vendor within the specified period shall also result in forfeiture of EMD.
2.20.4. EMD shall be refunded to all the unsuccessful vendors within thirty days after placement of the Purchase Order. EMD shall be refunded to the successful tenderer/Contractor after payment of the Security Deposit or may be adjusted against the Security Deposit. EMD shall be refunded to all the participants in cases where the tender is cancelled or withdrawn by the Centre/Unit, within thirty days from the date of such cancellation or withdrawal.
2.21. Security Deposit & Solvency certificate
a) The Bidder/Contractor/Service Provider shall guarantee faithful execution of the contract in accordance with the terms and conditions specified herein. As a
performance security, the Bidder/Contractor/Service Provider shall furnish a
Security Deposit Rs. 25 lakhs within 15 days from the date of contract in the form
of Bank Guarantee valid for entire contract period with a claim period of six
months beyond the validity of the Contract. The Security Deposit shall not carry
any interest and shall be returned after satisfactory completion of all the
contractual obligations.
b) In the event of any breach of any of the terms and conditions of the Contract,
SDSC SHAR shall have (without prejudice to other right and remedies) the right
to terminate the contract forthwith and / or to forfeit the entire or part of the
amount of security deposit or any part or thereof.
c) Solvency Certificate for Rs. 50.00 lakhs from a Nationalized/Scheduled Bank
immediately after successful bid along with Security deposit.
Page 38 of 75
SDSC-LSSF-OMC-Tender doc
2.22. Penalty clauses
2.22.1. In case the successful bidder encounters conditions that are likely to affect the timely performance of Services during the Contract period, he shall
promptly notify the competent authority in writing of the fact of the delay,
its likely duration and its cause(s) with justification.
2.22.2. As soon as practicable after receipt of the successful bidder’s notice, SDSC
shall evaluate the situation and may, at its discretion, extend the successful
bidder’s time for performance.
2.22.3. Except as provided above, a delay by the successful bidder in the
performance of its delivery obligations shall render the successful bidder
liable to the imposition of Penalty pursuant to conditions of Contract as
envisaged in clause 2.22.
2.23. Service Level Agreement (SLA) and Penalties
2.23.1. Penalty for the delay in deployment of Resources and Start of work:-
2.23.1.1. Subject to conditions of contract if the successful bidder fails to commence the activities within the time period as mentioned in Time
Schedule (Clause No. 2.13) of the bid document, competent authority
shall without prejudice to its other remedies under the penalty
deduct Clause No. 2.22.3.
2.23.1.2. However if the delay (including extended timelines) is beyond Three
months , the contract may be terminated by Competent Authority
and the entire Security Deposit will be forfeited.
2.23.2. Penalty related to SLA (Service Level Agreement)
2.23.2.1. The purpose of the Service Level Agreement (hereinafter referred to
as SLA) is to clearly define the levels of service that shall be provided
by the Successful bidder to the SDSC during the duration of this
contract.
2.23.2.2. The SDSC shall conduct periodical / regular review of the
performance of the services being provided by the successful bidder
to validate the effectiveness of the signed SLA.
Page 39 of 75
SDSC-LSSF-OMC-Tender doc
2.22.2.3. This work formats provides for minimum level of services required
as per contractual Obligations based on performance indicators and
measurements thereof.
2.22.2.4. The successful bidder shall ensure provisioning of all required
services while monitoring the performance of the same to
effectively comply with the performance levels.
2.23.3. Penalty for the absenteeism during the Operation and Maintenance period:
As the increase in absenteeism will affect the schedule of works, the following
penalty clauses will be applied.
Penalty clause
% of absent / day Penalty factor
0 1
1 - 3 1.1
4 - 6 1.3
7 - 9 1.6
10 - 14 2
15 - 19 2.4
20 - 24 2.8
25 - 34 3.3
35 - 44 3.8
45 - 54 4.3
55 - 74 4.8
75 - 100 5.5
A B C D E F G H I J K L M N
C x26 BxD FxB 100 x
(D-F)/D (D-F)xB
(D-F)x (J-1)xB
G-K L x
0.145 L+M
Cost per day
Total alloted manpower
Total Monthly mandays
Total Monthly payment
Monthly
Present mandays
Payment to presen
t
% absent
Amount for the absent
Deduction factor
Deduction
amount
Net payment
Tax Total
Payment
Tech Asst
100 19 494 49400 440 44000 10.93 5400 2 5400 38600 5597 44197
Tech 100 68 1768 176800 1590 159000 10.06 17800 2 17800 141200 20474 161674
Helper
100 9 234 23400 209 20900 10.68 2500 2 2500 18400 2668 21068
25700 198200 28739 226939
Page 40 of 75
SDSC-LSSF-OMC-Tender doc
Example for One month: If 19 Tech Asst attended for 26 days, i.e., 494 mandays (19 x 26), payment would be 49400 (19 x 26 x 100) + Tax (14.5% of 49400). In a month out of 494 total man days if 54 man days are absent with salary of Rs100 per man day, payment is 44000 - deduction (54*100*(2-1) = 5400) = 38600 + Tax (14.5% of 38600).
2.24.0. Termination for Default
The Competent Authority may, without prejudice to any other course of action, for
breach of contract, by written notice of 30 days to the Service Provider, terminate the
agreement in whole or in part, if:
2.24.1. The Service Provider fails to perform any or all of the obligations within the
time period(s) specified in the agreement or any extension thereof granted,
by Competent Authority.
2.24.2. The quality of the delivery of various tasks during the contract period is not up to the satisfaction of the Competent Authority.
2.24.3. The Service Provider fails to perform any other obligation under the
agreement.
2.24.4. The contact may be terminated if it is found that data integrity has been
compromised.
2.24.5. In the event of the Competent Authority terminating the contract in whole
or in part, pursuant to clause above, the Competent Authority may procure
at Service Provider’s risk and cost upon such terms and in such a manner as
it deems appropriate, items or services similar to those remaining
undelivered.
2.24.6. The Service Provider shall stop the performance of the contract from the
effective date of termination. No consequential damages shall be payable to
the Bidder in the event of termination.
2.24.7. In case of termination of contract as mentioned in clause above, the Security
Deposit furnished by the Bidder shall stand forfeited.
2.25. Code of conduct for the Successful Bidder: 2.25.1. Code of conduct for Successful Bidder: 2.25.1.1. Successful bidder shall provide required workforce as mentioned in
Work formats and Section.3 of this document to all facilities of the LSSF
in the provided timelines.
Page 41 of 75
SDSC-LSSF-OMC-Tender doc
2.25.1.2. Successful bidder shall be responsible for management of workforce,
this includes but is not limited to performance, leave management,
scheduling, salary, discipline, punctuality, behavior, code of conduct
etc.
2.25.1.3. Successful bidder shall be required to do the HR related management of
workforce provided for operations like payment of salary on time
through authorized mode, submission of their PF, TDS deduction and
other compliances related to labour laws.
2.25.1.4. Successful bidder should ensure that the workforce provided do not
approach the Department for any issues related to salary, leave etc.
2.25.1.5. As per Government Regulations, the workforce provided shall never be
considered for government jobs based on this contract and it is the
responsibility of the bidder to communicate this to the candidates
clearly. Any communication related to the same shall not be
entertained.
2.25.1.6. Successful bidder shall ensure that his employees observe the office
timings and working days as applicable in work formats and monthly
schedules mutually agreed by department and the contractor. Due to
exigencies of work, the deployed staff may have to come on
holidays/Sundays,
2.25.1.7. Successful bidder shall be held responsible along with the concerned
workforce in case of any malpractices and violation of ‘Model Code of
Conduct’ by his employee(s).
2.25.1.8. The cell phone, camera, USB memory sticks and other electronic
gadgets are strictly prohibited for the contract work force. Violation of
the same will attract with the department penalty / punishment
procedures as per the contractor safety manual.
2.25.1.9. Penalty (if any) shall be applicable only to the contractor and should not affect the salaries of the workforce supplied.
2.25.2. Code of conduct for workforce:
2.25.2.1. All the Contract work force should religiously follow their working
timings
2.25.2.2. All the Contract work force should behave / talk decently with the staff
of the Department. The successful bidder’s personnel should be polite,
Page 42 of 75
SDSC-LSSF-OMC-Tender doc
cordial, positive and efficient, while handling the assigned work and
their actions shall promote good will and enhance the image of this
Department.
2.25.2.3. Cleanliness should be maintained inside the office.
2.25.2.4. The successful bidder shall be responsible for any act of indiscipline on the part of workforce deployed by the successful bidder. Contract work
force should not be politically motivated /influenced and involve in the
union activities against the Department.
2.25.2.5. All the Contract work force are strictly prohibited for the consumption
of alcoholic drinks, paan masala, smoking, loitering without work etc in
the premises of the office.
2.25.2.6. Contract work force should not interfere with the duties of the
employees of the Department.
2.25.2.7. Any other condition, rule specified by the work formats for maintaining
enthusiastic and efficient work environment in the LSSF Facilities.
2.26. Force Majeure
2.26.1. Notwithstanding anything contained in the provisions of conditions of
contract the Successful Bidder shall not be liable for forfeiture of its Security
Deposit, Penalty or termination for default, if and to the extent that, its’ delay
in performance or other failure to perform its obligations under the Contract
is the result of an event of Force Majeure.
2.26.2. For purpose of this Clause, Force Majeure means an event beyond the control
of the Successful Bidder and not involving the Successful Bidder’s fault or
negligence and not foreseeable. Such events may include, but are not limited
to, acts of SDSC either in its sovereign or contractual capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions and freight
embargoes.
2.26.3. If a Force Majeure situation arises the Successful Bidder shall promptly notify
SDSC in writing of such conditions and the cause thereof. Unless otherwise
directed by SDSC in writing, the Successful Bidder shall continue to perform
its obligations under the Contract as far as is reasonably practical, and shall
seek all reasonable alternative means for performance not prevented by the
Force Majeure event.
Page 43 of 75
SDSC-LSSF-OMC-Tender doc
2.27. Termination for Insolvency
2.27.1. Competent authority may at any time terminate the Contract by giving
written notice of 30 days to the Successful Bidder, if the successful bidder
becomes bankrupt or otherwise insolvent.
2.27.2. In this event termination will be without compensation to the Successful
Bidder, provided that such termination will not prejudice or affect any right
of action or remedy, which has accrued or will accrue thereafter to
competent authority.
2.28. Termination for Convenience
2.28.1. Competent authority, by written notice of 30 days sent to the Successful Bidder
may terminate the Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify that termination is for
SDSC’s convenience, the extent to which performance of the Successful Bidder
under the Contract is terminated, and the date upon which such termination
becomes effective. However, any undisputed payment to the invoices of the
task accomplished by successful bidder would be paid by competent
authority.
2.29. Disputes and Arbitration
2.29.1.If any dispute of any kind whatsoever shall arise between SDSC and the
Successful Bidder in connection with or arising out of the Contract, including
without prejudice to the generality of the foregoing, any question regarding its
existence, validity, or termination, the parties shall seek to resolve any such
dispute or difference by mutual consultation. If the parties fail to resolve such a
dispute or difference by mutual consultation, the dispute can be filed at AP
Jurisdiction.
Section 3. Requirement of Workforce
3.1.Responsibilities and nature of work for the contract workforce
Workforce details
Page 44 of 75
SDSC-LSSF-OMC-Tender doc
To complete the facility operation and maintenance works, contractor has to provide the
workforce with the following details.
Technical Assistants: Diploma in Engineering (Discipline as mentioned in the work
formats), with Two years experience shall be employed for the following works.
Technical Assistants
• Co-ordination between Dept. Engineer & Contract Technicians as per Facility
Requirements/works.
• Allocation of works to the contract technicians
• Supervision of the activities being carried at various facilities by contract team
• Results and discrepancies, if any to be reported to the dept engineer
• Execution of the planned facility works under supervision of Dept. Engineer
• To generate the test reports/records/Drawings
• To ensure the presence of technician and their safety at work site.
Technical Assistants (Mechanical):
• Conducting of test & Evaluation of the system
• Maintenance of flow components and spares inventory.
• Bubble point testing of filter elements & Configuration of fluid circuits
• Conducting helium leak check using MSLD equipment
• Performance checks of pumps
• Trial assembly and alignment checks of RFDS system at launch pad
• Other process related activities
Technical Assistants (Chemical):
• Analysis of chemical propellant sample and gas samples
• Maintenance of gas chromatography and gas analyzer
• Checking of mechanical impurities and moisture content
• Other process related activities
Technical Assistants (Instrumentation & Control systems):
• FCV Functional checks and linearity checks
• Propellant pump MCC level checks
• Health monitoring of all the instruments and consoles
Page 45 of 75
SDSC-LSSF-OMC-Tender doc
• Ensuring of propellant pump healthiness during checks
• EP valve functional verification
• End to end Electrical and other instruments checks
Technicians (Mechanical):
Technicians: ITI, with two years experience are to be deployed for the following works
� Servicing (Bench testing) of valves and testing of spools
� Filter elements cleaning, testing and installation.
� Testing cylinders and hoses & Servicing of RVE/RRU/RVV
� Purging of pipe lines & Leak checks of fluid circuits
� Testing of pressure vessels and accumulators
� Replacement of neutralizer solutions
� Functional checks of neutralizer pumps
� Assembly of RFDS hoods at launch pad and torquing
� Removal of RFDS system after launch
� Wire locking of critical manual valves � Conditioning and testing of newly fabricated lines � Torque verification for all the flange joints
Technicians (Chemical):
� Assist analysis of chemical propellant sample and gas samples
� Maintenance of gas chromatography and gas analyzer
� Checking of mechanical impurities and moisture content
Technicians (Instrumentation and control system):
� Calibration of instruments
� Health checks of IJBs and FJBs at controlled atmosphere
� Meggering of cables
� Glanding of cables for instruments like PTs, TTs and MFMs… at IJBs & FJBs
� End and End electrical simulations
� Control system operations
Helpers: 8th class
Page 46 of 75
SDSC-LSSF-OMC-Tender doc
• Mobilizations of valves, hoses, filter elements and instruments.
• Cleaning of removed flow components, consoles and field junction boxes.
• Removal of RFDS system and PC10 after launch at launch pad
• Shifting of neutralizers and pipe & fittings from stores to the facility
• Removal and relaying of instrumentation and power cables
• Preparation of hydro tests and mopping of tank after test
• Mobilization of chemical for effluent treatment and DM water generation
• Cleaning of consoles and instrumentation racks
• Strontium per chlorate mobilization and transferring to filling cart
3.2. The following are the consolidated summary of the workforce towards the completion
of the facility works.
Sl.No Technical
Assistants Technicians Helpers Remarks
1 19 68 09 For Details refer facility wise manpower mentioned in the
document
3.3.Contractor has to engage the workforce as given below. On any particular month a
maximum of 96 persons (within the discipline / compositions) only will be certified for 26 days maximum. Variation within the discipline / post is not acceptable. The planned manpower is to meet the requirement of the works planned for 26 days with 8 ½ hours per day. Hence extra working hours are not planned / permitted
Summary of Manpower
Discipline / Post TA Tech Helper
Mechanical 9 47
9 Electronics/Instrumentation 8 17
Chemical 2 4
Total 19 68 9
Facility wise manpower required
Gr
ou
p
Facility Description Location
No of
Contract
Employees
Qualification
(Including two years experience in
the similar field for technical
Shifts wise
Manpower, Nos
(Approx)
Page 47 of 75
SDSC-LSSF-OMC-Tender doc
T
A
Te
ch
Help
er
assistants and Technicians) 1st 2nd General
A UH25 & N2O4 Propellant
and DMW & DCP Systems FLP & SLP 2 10 2
TA: Diploma in Mechanical
Engineering,
Technician: ITI Mechanical Fitter,
Helper:8th
class
4
12
80
B
UH25, N2O4, MMH &
MON3 Propellant Systems
and Effluent treatment
FLP, SLP &
BSF 2 12 2
C Safety Systems FLP, SLP &
BSF 1 4 0
D
Maintenance & Test
facilities (Cylinder test
facility & Cryo systems)
SLP & RTR
Complex 0 10 1
E Gas Systems FLP & SLP
area 4 11 1
F Instrumentation Systems FLP, SLP &
BSF 4 10 0
TA: Diploma in Electronics Engineering,
Technician: ITI Electronics
G Control Systems FCC-1 &
FCC-2 3 3 1
TA: Diploma in
Electronics/Instrumentation/ Control
Engineering
Technician: ITI Electronic Mechanic,
Helper: 8th
class
H
Analysis laboratories
(Instrumentation lab, Flow
calibration lab)
FLP, SLP &
BSF 1 4 1
TA: Diploma in
Instrumentation/Electronics.
Technician: ITI Instrument
Mechanic/Electronic Mechanic,
Helper: 8th
class
Analysis laboratories
(Chemical analysis lab) BSF 2 4 1
TA: Diploma in chemical/BSC
Chemistry.
Technician: Intermediate/12th with
Chemistry as one of the subject/ITI
Chemical qualified, Helper: 8th
class
Total 19 68 9 96
Minimum Transportation Requirement Based on the manpower contractor has to plan the transportation
arrangement
Summary of Manpower Legend:
FLP: First Launch Pad, SLP: Second Launch Pad, BSF: Bulk Storage facility,
FCC: Filling Control Centre at Zero point, TA: Technical Assistant, Tech:
Technician
Distance from Main Gate
FLP SLP BSF
9 KM 10 KM 14 KM
Discipline/Post TA Tech Helper
Mechanical 9 47
9 Electronics/
Instrumentation
8 17
Chemical 2 4
Total 19 68 9
4.0. Section. 4 4.1. Annexure.1 – Techno-Commercial Bid form
(To be included in Techno-Commercial Bid Proposal Envelope) Date: --/--/20--
To
Page 48 of 75
SDSC-LSSF-OMC-Tender doc
Sathish Dhawan Space Centre, ISRO, Sriharikota, SPSR Nellore dist PIN. 524124
Subject: Techno-commercial Bid for Operation and Maintenance Contract for LSSF
Dear Sir/Madam,
Having examined the Tender Document, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide services for Operation and
Maintenance contract for LSSF, SDSC and to meet such requirements & provide such services as are set out in the Bid Document.
We hereby attach the Techno-Commercial Bid as per the requirements of the tender document.
We undertake, if our Bid is accepted, to adhere to the implementation plan (Key Events/ Activities and dates of the project) put forward in the Tender document or such adjusted plan as may subsequently be mutually agreed between us and SDSC or its appointed representatives.
If our Bid is accepted, we will submit a Security Deposit (Rs 25,00,000/-) for a period of 6 months post expiration of contract period. In case of the delay in execution of the project, the Security Deposit will be extended accordingly.
We agree that you are not bound to accept the lowest or any Bid Response you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the products/ services specified in the Bid Response without assigning any reason whatsoever.
It is hereby confirmed that I/We are entitled to act on behalf of our corporation /company /firm /organization and empowered to sign this document as well as such other documents which may be required in this connection.
Dated this …………………………. Day of …………………..20XX
(Signature) (In the capacity of)
Duly authorized to sign the Bid Response for and on behalf of:
……………………………………………………………….(Name and address of the Bidder)
Seal/Stamp of Bidder
4.1.1 Compliance for techno-commercial terms: The contractor has to fill / confirm the
following format towards the compliance of the techno commercial terms.
Page 49 of 75
SDSC-LSSF-OMC-Tender doc
Sl.No
Description Page
Number
Compliance
(Considered/
Not Considered)
Work schedule, attendance
1
The tender document each page was studied fully and understood the technical specifications, terms and conditions of the document and are acceptable.
1 to 75 YES / NO
2 The tender document each page is signed and stamped - YES / NO
3 Only qualified persons shall be employed for the listed works
47 YES / NO
4
Immediately after award of the Contract, The list of candidates along with qualification and experience certificates will be submitted to the department focal point for scrutiny.
14 YES / NO
5
The contractor has to engage the workforce and allocate the duties to them for different facilities upon getting the clearance from the work finalization committee/workforce screening committee constituted by LSSF, SDSC.
14 YES / NO
6 The candidates once selected will work for a minimum period of one year.
14 YES / NO
7
Minimum attendance/ working days per month is 26 days for the work force for smooth functioning of the facility.
15 YES / NO
8
Depending on the work front, the people may have to be provided for 2 shifts (General / 1st /2nd shift) (prior intimation will be given) within allotted workforce.
15 YES / NO
9 The work force deployed shall be healthy and active. Work force shall not have any communicable diseases.
15 YES / NO
10
It is the responsibility of the Bidder to estimate the additional workforce for replacement / substitution of the absentees to maintain the regular attendance at working facilities.
16 YES / NO
11 It is essential to deploy a minimum number of personnel per day as mentioned Section.3
47 YES / NO
Page 50 of 75
SDSC-LSSF-OMC-Tender doc
12
A site office will be identified by Department and it should be manned on all the working days by the contractor.
16 YES / NO
13
A Site Manager (Contractor side) will be identified and
should be located at site office.
• Planning for necessary infrastructure of the contractor’s site office , records and office personnel and maintenance of technical work completion records
• Supervision of the workforce allocation, and maintenance of attendance
• Verification of the uniform /dress code and safety shoes.
• To follow the guidelines of the department including the safety aspects, payment of wages and to meet all the statutory norms and labour laws
16 YES / NO
Basis for Cost estimation:
14
Bidder has to quote the Price for three years and the
average cost of one year will be taken and fixed for the
first year. At the end of each year the contract value
will be revised based on the Escalation formula
mentioned in the tender document.
17 YES / NO
15
Review of works and certification:
At the end of every month attendance certificate has to
be generated by the Site manager (Contractor side)
and to be submitted to the Facility-In-Charge for
review and Certification along with the backup papers
(like service tax, previous month salary payment bill.,
EPF, Group Insurance etc.) and to the Accounts
Division for effecting payment.
19 YES / NO
16
Compliance with the Laws: Contractor has to get the license for contract workers, and comply with the statutory laws to his workers
19 YES / NO
17
Upon successful bidding, the contractor has to pay the
wages to workers as per Register of Wages-cum-
Muster Roll of Contract Labour Act 1970.
19 YES / NO
Page 51 of 75
SDSC-LSSF-OMC-Tender doc
18
Group Insurance: It is mandatory to have Group
Insurance for Rs.75 lakhs from nationalized insurance
company to the personnel engaged in the job for the
period of contract. The proof of such claim should be
submitted before starting the work and whenever
demanded. The commencement date of Group
Insurance shall be only after receipt of purchase order
19 YES / NO
19 Service Tax: Service tax shall be payable extra against
the documentary proof 19
YES / NO
20
EPF : To ensure statutory payments like EPF as per
Act.
• The Contractor shall have the Registration No. under the Employees’ Provident Funds Act & Miscellaneous Act/Rules.
• Arrangements to remit the prescribed contributions under the Employees’ Provident Fund and Miscellaneous Act, 1952, shall be made by the contractor and proof of remittance shall be submitted to Accounts Department along with bills.
• The rate of employer’s contribution towards EPF as per existing provisions is 13.61% (12% employer’s contribution+1.61% administrative charges) on the wages and the rate of worker’s contribution is 12%.
19 YES / NO
21
Income Tax: Income Tax at the prevailing rate as
applicable from time to time shall be deducted from
the Successful Bidder’s bill as per the Income Tax Act,
1961 and the rules there-under or any reenactment or
modifications thereof.
20 YES / NO
22
Indemnity Bond: The Contractor shall indemnify
SDSC SHAR on Rs. 230/- Non-Judicial Stamp Paper
against any action, claims or proceedings relating to
infringement of all or any of the prevailing laws like
Workmen Compensation Act 1923, Contract Labour
20 YES / NO
Page 52 of 75
SDSC-LSSF-OMC-Tender doc
Regulation and Abolition Act 1970 and Central Rules
1971, EPF Act, Industrial Disputes and any YES / NO
other Acts specifically not mentioned during the
currency of the contract. The Indemnity Bond has to
be executed as per our specimen.
23 Contractor has to provide the Police verification of the
character and antecedents of the work force provided. 20
YES / NO
24
If any of the work force misbehaves or commits any misconduct , SDSC SHAR reserves the right to refuse permission to such persons to enter its premises, and such work force shall be withdrawn by the contractor immediately
20 YES / NO
Safety
25
It is the responsibility of the contractor to review and ensure the safety of contract employees, positioned at various facilities by his Site manager, * Safety Audit has to be conducted for every 15 days by a Qualified & Certified safety officer (Diploma /Degree in Industrial Safety Engineering)) and submit the report to the department focal point.
21 YES / NO
26
Contractor has to give an undertaking that they will comply with prevailing safety norms at site put forth by Department
21 YES / NO
27
Entry into areas/facilities without proper authorization from the focal point will not be entertained.
21 YES / NO
28
The work force provided shall wear Personal protection equipments (Safety helmets, Safety shoes and company cotton uniform) without hesitation.
22 YES / NO
29
Safety Helmets, Safety shoes and company cotton uniform(three pairs per year) is in the scope of contractor.
22 YES / NO
30
Dress code: It is mandatory for the entire contract workforce to wear the cotton dress (with identified colour code), Safety Helmet and Safety Shoes.
22 YES / NO
Page 53 of 75
SDSC-LSSF-OMC-Tender doc
31
The work shall be carried out without any damage or
loss to SDSC property/equipment. The responsibility
for loss, if any, occurring due to negligence of contract
personnel solely rests on the contractor and contractor
is liable to compensate SDSC for any such loss/
damage.
22 YES / NO
Transportation
32
Contractor shall make his own arrangement for
transportation of work force from sullurpet to SHAR
and back including the internal canteen trips.
23 YES / NO
33
The vehicles arranged by the contractor should be
Passenger travel worthy and shall be certified by the
RTO. Fitness Certificates shall be obtained from the
RTO annually and all the documents related to
certifications (RC & FC etc..) shall be submitted to the
department periodical review.
23 YES / NO
Accommodation
34
• Contractor has to ensure his work force to stay within the circumstances of Sriharikota / Sullurpeta to ensure the positive attendance with timely discipline.
• Accommodation for all the contract employees is in the contractor scope only.
23 YES / NO
35
Visit by Purchaser: During the Technical evaluation of
the Tender, if required the purchaser has the right to
visit the bidder’s Servicing facilities to Clarify /
confirm the documents /claims submitted by him. It is
the responsibility of the bidder to submit necessary
supporting documents / to show his Servicing
facilities.
23 YES / NO
Bidder Eligibility / Qualification Criteria
Page 54 of 75
SDSC-LSSF-OMC-Tender doc
36
The Bidder should be a Company/Firm registered in India since last 5 (five) years Incorporation/Registration certificate along with MoA / Bylaws (or similar document) should be furnished as documentary proof. A Consortium / Joint Venture are not allowed.
24 YES / NO
37
The Bidder should have experience of running at least two projects of similar nature for supply with minimum 200 Skilled work force in each project
24 YES / NO
38
• The bidder should have average annual turnover of Rs. 3 crore in last Three years (Financial year 12-13, 13-14 and 14-15) in the Operation and maintenance contract in Mechanical / Chemical process Engineering Industries (manpower services/supply contracts) and should have executed similar servicing facility works between 01-04-2012 and 31-03-2015.
• The value of work outsourcing contract executed during the afore mentioned period should not be less than Rs. 1.5 Crores in case of single work (or) Rs. One Crore in case of two works in the last three years.
• As documentary proof, audited balance sheet & Profit & Loss A/c is to be submitted.
24 YES / NO
39
The bidder should not have been black listed by any State Government, Central Government or any other Public Sector undertaking or a Corporation as on the date of Tender opening. An affidavit (Duly Notarized) to this effect should be submitted by the bidder on its letter head.
25 YES / NO
40
Submission of Bids
Part-1 (Techno-Commercial Bid): Bidder has to be confirmed all the specifications mentioned in Tender document, annexures and confirm the activities mentioned in work formats without mentioning cost. Tenders fulfilling the above conditions only will be short listed for Price bid opening. Part-2 (Price Bid): Price Bid has to be filled with cost. This will be considered only after satisfactory evaluation of Techno-Commercial Bids.
26 YES / NO
Page 55 of 75
SDSC-LSSF-OMC-Tender doc
41
Disclosure of information of the Price bid in Techno- Commercial Bid shall be sufficient grounds for rejection of the bid.
27 YES / NO
42
Period of validity of proposal The Proposals submitted by bidders shall be valid for a period of “90 days” from the date of opening of Techno- Commercial Bid. On completion of the validity period (90 days), in case required, SDSC would solicit the bidder’s consent to an extension of the period of validity for another 60 / 90 days. The request and the responses thereto shall be made in writing by post and email.
27 YES / NO
43
Period of Contract
The contract period is three years and one month from the date of award of the contract. Based on the satisfactory performance of the contractor, one more year may be extended. The works will be offered immediately after the award of the contract.
27 YES / NO
Techno- Commercial Bid: Tender document shall contain the following.
44
1 Signed and stamped copy of Tender document, annexures and work formats. It should be in sealed cover.
28 YES / NO
2 Techno-commercial bid Form as per Annexure1 28 YES / NO
3
Qualification of Bidder as detailed in Annexure
2 (Company Profile along with documentary evidence of services offered and all relevant enclosures.)
28 YES / NO
4 Copy of Power of Attorney/ Board Resolution authorizing the person for signing the bid documents.
28 YES / NO
5
Any additional information that the bidder may think fit but not included elsewhere in\ the proposal, which will help the Competent Authority to assess the capabilities of the Agency.
28 YES / NO
6 Duly stamped notarized Affidavit for not being registered with BIFR and not being Black listed by any Central/State Govt. or its undertaking
29 YES / NO
Page 56 of 75
SDSC-LSSF-OMC-Tender doc
on the letter head of bidder.
7 Certified copies of valid PAN Card of the Agency and not of any individual.
29 YES / NO
8 Copy of the Service Tax registration certificate Copy of the IT return filed for FY 2012-13 & FY 2013-14 & FY 2014-15
29 YES / NO
9 Copy of EPF registration certificate 29 YES / NO
10
The Bidder shall furnish, as part of its bid, a
refundable EMD (Bid security) of INR 5,
00,000/- (Rupees Five lakhs only) through
Demand Draft/ Bank Guarantee.
36 YES / NO
45
Payment Terms
Supplier has to produce the bill for the completed works before 10th of every month along with the previous months back up papers.
• Attendance sheet of the previous month
• Service tax payment proof
• Insurance premium payment proof
• EPF payment proof
• Bank statement for previous month salary payment proof
29 YES / NO
46
If the Bidder is liable for any penalty as per the SLA the same shall be adjusted from the payments due to the Bidder.
30 YES / NO
47
Confidentiality: Contractor has to maintain the confidentiality of the data related to facilities and works
31 YES / NO
48
Time schedule: The entire assignment has to be completed within a period as mentioned below:
Activity Duration Submission of Security Deposit T+15 days
Submission of the necessary documents to the Department focal point at SDSC SHAR
T+25 days
Allocation of the work force by the Contractor for the facilities T + 30 days
31 YES / NO
Page 57 of 75
SDSC-LSSF-OMC-Tender doc
49
• Total scope of work and the responsibility of the
tender is with the Bidder.
• After successful bid on his company name, upon
getting the confirmation from the purchaser, the
successful bidder can source a maximum of 50 % of
the work force required with the following
conditions.
• The maximum number of sub contracts should
be limited to two contracts only.
• The total responsibility including the
Attendance of work force, allocation of works,
bill payments and all the purchase order
conditions rests with the successful bidder only.
• It is the responsibility of the successful bidder to
ensure all the statutory norms related to wages,
EPF, Insurance etc as mentioned in the
document for the shared work force also.
• EPF and Group insurance certificates for the
engaged work force on the name of the sub-
contractor is acceptable.
24 YES / NO
50
Code of conduct for Successful Bidder:
Successful bidder shall be responsible for management of workforce , this includes but is not limited to performance, leave management , scheduling, salary, discipline, punctuality, behavior , code of conduct etc.
40 & 41 YES / NO
51
Successful bidder shall provide required workforce as mentioned in Work formats and Section.3 of this document to all facilities of the LSSF in the provided timelines
40 & 41 YES / NO
52
Successful bidder should ensure that the work force provided do not approach the Department for any issues related to salary, leave etc.
40 & 41 YES / NO
53
Penalty (if any) shall be applicable only to the contractor and should not affect the salaries of the workforce supplied.
40 & 41 YES / NO
Page 58 of 75
SDSC-LSSF-OMC-Tender doc
54
The cell phone, camera, USB memory sticks and other electronic gadgets are strictly prohibited for the contract workforce. Violation of the same will attract with the department penalty / punishment procedures as per the contractor safety manual.
40 & 41 YES / NO
55
The Bidder shall furnish, as part of its bid, a
refundable EMD (Bid security) of INR 5, 00,000/-
(Rupees Five lakhs only) through Demand Draft/
Bank Guarantee.
36 YES / NO
56
Security Deposit & Solvency certificate: The Bidder/Contractor shall guarantee faithful execution of the contract in accordance with the terms and conditions specified herein. As a performance security, the Bidder/Contractor shall furnish a Security Deposit Rs. 25 lakhs within 15 days from the date of contract in the form of Bank Guarantee valid for entire contract period with a claim period of six months beyond the validity of the Contract.
37 YES / NO
57
Solvency Certificate for Rs. 50.0 lakhs from a
Nationalized/Scheduled Bank along with Security
Deposit.
37 YES / NO
58
The Competent Authority may, without prejudice to any other course of action, for breach of contract, by written notice of 30 days to the Service Provider, terminate the agreement in whole or in part, if:
37 YES / NO
Service Level Agreement (SLA) and Penalties
59
Penalty clauses in the tender document are acceptable
varying from minimum 1.0 to the maximum extent of
5.5 times on the wages excluding the taxes.
38 YES / NO
60
Termination for Insolvency Competent authority may at any time terminate the Contract by giving written notice of 30 days to the Successful Bidder
43 YES / NO
61 Bidder has to spelt out deviations if any with reference to Tender document. If no deviation is
- YES / NO
Page 59 of 75
SDSC-LSSF-OMC-Tender doc
mentioned , it is understood that all the tender conditions are acceptable
62
Contractor has to engage the workforce on any particular month a maximum of 96 persons (within the discipline compositions) only will be certified for 26 days maximum as mention in the page number 46. Variation within the discipline / post is not acceptable.
47 YES / NO
Requirement of Work force
63 Work force as per requirement 47 YES / NO
64
1
Minimum wages: Contractor has to confirm that he will comply with the minimum wages act by incorporating the following
-
YES / NO
2 Basic Cost as per govt labour rules YES / NO
3 Transportation YES / NO
4 EPF (Both Employees and Employer contribution) YES / NO
5 Group Insurance YES / NO
6 Accommodation YES / NO
7 ESI, if any YES / NO
8 Safety gadgets (Shoes & Helmet) YES / NO
9 Company Uniform (Three Pairs/Year) YES / NO
10 Taxes as applicable YES / NO
4.2. Annexure.2 – Qualification of the Bidder
Qualification of the Bidder
4.2.1. Bidder information sheet
Sl.No Particulars Details Page no. (for any
attachment)
Page 60 of 75
SDSC-LSSF-OMC-Tender doc
1.
Name of the firm
2.
Registered office address
Telephone number
Fax number
3.
Correspondence Address
4
Details of the Contact Person (name,
designation, address)
Telephone number
Fax number
5. Year and Place of the establishment of
the Company/firm/society
6.
Service Tax Registration details
7.
Details of the offices present with in
India, if any
8.
Quality Certifications, if any
4.2.2. Financial Capability
Format for providing Financial Information
Sl.
No Description
Financial Year
2012-2013
Financial Year
2013-2014
Financial Year
2014-2015
1 Overall Turnover
2 Net Profit
3 Net Worth
Page 61 of 75
SDSC-LSSF-OMC-Tender doc
4.2.3. Experience Specific experience in contracts of a similar nature - should be submitted in multiples owing to more than one project description
S. No Item Guidelines Attachment
Ref. No. for details
1. Name of the project
2.
Client Details
Name; Contact Person’s
name and number.
3.
Relevant Work
Area/domain
Please specify the area of
work/domain relevant to the
requirement of this Tender
document
4.
No. of locations &
number of
manpower
Please specify no. of locations
and manpower for
implementation
5
Scope of Work
highlight Key Result Areas
expected and achieved
6.
Contract Value
(in INR)
Provide particulars on
contract value assigned to
each major phase and
Milestone.
7
Work order
issuance date
8.
Project
Completion Date
4.3. Annexure.3 Price Bid Format
Price Bid
(To be printed on letterhead and to be included in Price Proposal Envelope)
To,
Sathish Dhawan Space Centre, ISRO, Sriharikota, SPSR Nellore dist PIN. 524124
Page 62 of 75
SDSC-LSSF-OMC-Tender doc
Dear Sir/ Madam,
Having examined the Bidding Documents, the receipt of which is hereby duly
acknowledged, I / we, the undersigned, offer to supply and work as service providers to
provide services for Operation and Maintenance contract for LSSF, SDSC as
mentioned in the scope of the work & in conformity with the said bidding documents.
I / We undertake that the prices are in conformity with the requirement as specified in
the tender.
Price Format
Discipline Contract
Post No of
Persons
Base Price Per Person/
day (Rs)
Applicable taxes (%)
Price Per Person/day – Inclusive of taxes (Rs)
Mechanical TA 9
Not to be filled here
(Only in Price Bid)
Tech 47
Electronics/ Instrumentation
TA 8
Tech 17
Chemical TA 2
Tech 4
Others Helper 09
Total Manpower (Nos) 96
1. Total price for month (26 days) for work force including Tax. Rs:
2. Total price for one Year for work force including Tax. Rs:
Note: At the end of each year contract value will be revised, based on the price escalation formula as mentioned in the contract document
3. Total price for three Year (for 96 persons) including Tax, Rs ________________,
however exact value will be revised every year based on the price escalation formula
Not to be filled here (Only in Price Bid) 4. In case we fail to provide the adequate
workforce, the deduction clause will be applied on the base price per person quoted price
Note: Base price consists of a) Wages,
b) EPF Components (Employee & Employers contribution)
f) Safety Gadgets g) Uniform
h) Medical Expenses i) Company Admin. Expenses
Page 63 of 75
SDSC-LSSF-OMC-Tender doc
c) Insurance d) Transportation charges e) Accommodation
j) Company Over heads, etc….
It is hereby confirmed that I/We are entitled to act on behalf of our
corporation/company /firm/organization and empowered to sign this document as well
as such other documents which may be required in this connection.
Dated this …………………………. Day of …………………..20XX
(Signature) (In the capacity of)
Duly authorized to sign the Bid Response for and on behalf of:
……………………………………………………………….
(Name and address of the Bidder) Seal/Stamp of Bidder
4.4. Annexure.4– Bid security form
Bid security form
Particulars of bid security
1. Name of the Bank
2. Name, Address, Tel. Nos. & Fax Nos. of Bank Branch Issuing the draft
Page 64 of 75
SDSC-LSSF-OMC-Tender doc
3. Code No. of Bank Branch
4. Amount of Draft
5. Bank Draft/Bank Guarantee No. and Date
6. Valid up to (give date)
Note: Demand Draft/Bank Guarantee is to be submitted along with the Bid and to be
sealed inside Techno-Commercial Bid envelope
Date:___________
Place:__________
Name and Designation with Seal
4.5. Annexure.5– Request for clarifications form
Request for clarifications form
Name of the company/Firm: __________________________________________________
_____________________________________________________________________________
Page 65 of 75
SDSC-LSSF-OMC-Tender doc
Name of Person(s) Representing the Company/Firm
Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos
Company/Firm Contacts:
Name of Person Designation Email-ID(s) Tel. Nos. & Fax Nos
4.6. Annexure- 6. Self- Declaration
Self- Declaration
Ref: ______________________ Date:
To,
Sathish Dhawan Space Centre, ISRO, Sriharikota,
Page 66 of 75
SDSC-LSSF-OMC-Tender doc
SPSR Nellore dist PIN. 524 124
In response to the Tender ____________________________________________ dated
___________ for running the project, as a owner/partner/Director of
___________________________________________ I / We hereby declare that our
Company/firm ___________________is having unblemished record and was not declared
ineligible for corrupt & fraudulent practices either indefinitely or for a particular period
of time.
Name of the Bidder:
Signature:
Seal of the Organization:
Work Allocation (Monthly) and Manpower deployment based on the grouping of
systems (Work Format for Group-A)
Group A
System Description Remarks
UH25 & N2O4 Propellant and DMW & Decontamination Systems
at FLP & SLP area -
Monthly Work
Description
• Ultrasonic cleaning of filter elements (30 Nos)
• Bubble point testing of filter elements (30Nos)
• Calibration of Pressure gauges (10 no)
• Testing of hoses of size 2” (30 Nos) & Testing of Teflon hoses of size
3/8” (10 Nos)
• MSLD leak testing of hoses (20 Nos)
• Testing of metallic hoses.(10 Nos) & Testing of safety Relief valves (10
Nos)
• All the flow Components
and Equipments are
related to propellant
systems
• Working personnel have
to take enough care
during working /
handling with hazardous
Page 67 of 75
SDSC-LSSF-OMC-Tender doc
• Removal of PC10 coating on RFDS hood / MLP lines (10 Sq.M), Flushing
of MLP / UT lines (45m)
• Flushing & purging & IPA cleaning of flow meters (10 Nos)
• Preparation and charging of Urea & acetic acid charging of scrubber
solution tanks (1000 Kg)
• Hydrostatic/ Pneumatic testing of pressure vessels (1 Nos)
• Thickness measurement and Insulation removal and refixing on storage
tanks (1 Nos) and pipe lines (45m).
• Torquing of all flange joints (1000 joints)
• Servicing of flow components like Manual & EP ball valves (40 Nos)
• wire locking of manual ball valves (30 Nos)
• hydro testing of pipe spools after welding (50 m)
• Pickling & Passivation of pipe spools after welding (50m)
• Removal of flow components from the lines for servicing / replacement
(10 Nos)
• Periodical Inspection & Testing of Heat Exchangers (1 Nos)
• Leak testing of fluid lines & Back Purging of lines (600 m)
• Preparation of chemical for DM water generation
• Generation of DM water and quality analysis
• Testing and qualification of DM water hoses/Couplers and assembly at
the launch pad for filling
• Receipt, Transfer and Analysis of Methanol and Tri Ethanol Amine
solutions at DCP area
• Maintenance of thermic fluid heating system
• Performance checks of Methanol/Servotherm oil pumps as per
periodical maintenance schedule
• Test & Evaluation of the system & Leak checks of the fluid circuits
• Decontamination of stages (Filling & Draining of chemicals) as per
procedure
propellants
• Flow component
quantities mentioned
are indicative
Special
Accessories
required, if any
• Working personnel should wear the Safety shoe, Industrial Helmets and company Uniform
Work Allocation (Monthly) and Manpower deployment based on the grouping
of systems (Work Format for Group-B)
Group B
System Description Remarks
UH25, N2O4, MMH & MON3 Propellant Systems and Effluent treatment at FLP, SLP
& BSF
Monthly Work
Description
• Ultrasonic cleaning of filter elements (40 Nos)
• Bubble point testing of filter elements and Installation (40 Nos)
• Calibration of Pressure gauges (20 no)
• Testing of flexible hose (50 Nos)
• Cleanliness checks of hoses (50 Nos)
• MSLD leak testing of flexible hoses (20 Nos)
• Testing of Metallic Hoses (10 Nos) & Testing of safety Relief
valves (15 Nos)
• All the flow
Components and
Equipments are
related to propellant
systems
• Working personnel
have to take enough
care during working
Page 68 of 75
SDSC-LSSF-OMC-Tender doc
• Flushing& purging & IPA cleaning of flow meters (10 Nos)
• Hydrostatic testing of pressure vessels (4 Nos)
• Insulation removal and refixing on storage tanks (1 Nos).
• Torquing of all flange joints (1000 joints)
• Servicing of flow components like Manual & EP ball valves (30
Nos)
• wire locking of manual ball valves (10 Nos)
• Collection of effluents and treatment (100 Cu.M)
• Conditioning of propellant sample bottles
• Receipt (Loading & Unloading) and transfer of strontium per
chlorate (2.2 Cu.M)
• Flushing and conditioning of SITVC Cart (1 Nos)
• Testing of safety couplers (20 Nos)
• Leak testing of fluid lines & Back Purging of lines (500 m)
• Periodical Inspection & Testing of Heat Exchangers (1 Nos)
/ handling with
hazardous
propellants
• Flow component
quantities
mentioned are
indicative
Special
Accessories
required, if any
• Working personnel should wear the Safety shoe, Industrial Helmets and company
Uniform
Work Allocation (Monthly) and Manpower deployment based on the grouping of
systems (Work Format for Group-C)
Group C System Description Remarks
Safety Systems at FLP, SLP & BSF area -
Page 69 of 75
SDSC-LSSF-OMC-Tender doc
Monthly Work
Description
• Maintenance of air receivers (02 Nos)
• Maintenance of air dryers (01 Nos)
• Maintenance of cooling water towers (02 Nos)
• Maintenance of Electro Pneumatic Butterfly valves (20 Nos)
• Maintenance of Safety relief valves (10 Nos)
• Testing and replacement of basket type filter elements (02 Nos)
• Maintenance of cooling tower pumps (02 Nos)
• Maintenance of Remotely maneuvered water monitors (03 Nos)
• Maintenance of Stand post fixed water monitors (07 Nos)
• Maintenance of Single Fire Hydrants (20 Nos)
• Maintenance of Double Fire Hydrants (60 Nos)
• Maintenance of Hose reels (40 Nos)
• Maintenance of Breathing air Purifiers (10 Nos)
• Maintenance of Emergency showers (20 Nos)
• Operation & Maintenance of Deluge valve (5 Nos)
• Operation & Maintenance of Alarm valve (2 Nos)
• Testing of tanks (01 Nos)
Flow component
quantities
mentioned are
indicative
Special
Accessories
required, if any
• Working personnel should wear the Safety shoe, Industrial Helmets and company Uniform
Work Allocation (Monthly) and Manpower deployment based on the grouping of
systems (Work Format for Group-D)
Group D System Description Remarks
Page 70 of 75
SDSC-LSSF-OMC-Tender doc
Maintenance & Test facilities (Cylinder test facility & Cryo systems
–SLP) -
Monthly Work
Description
Cylinder Test Facility:
• Testing gas cylinders of size: 50 Liters, 500 liters, 1000 liters & 2000 liters (50 Nos)
• Receipt and Un-loading of gas cylinders from the trailer / Truck & Removal of end
adopters (50 Nos)
• Cleaning of internal surface & external surface & visual inspection by video image
scope (10 Nos)
• Draining of water & Drying with hot Air/Nitrogen & Fixing Back Original end
adopters (50 Nos)
• Pneumatic leak test (Dipping in water tub) & Loading the tested/qualified Gas
cylinders on Trailer/ Truck (20 Nos),Documentation of Test Packs in soft form (50
Nos)
• Operation and maintenance of High pressure motorized Test pump -1000
Kg/Cm2 (35 Nos)
• Operation and maintenance of High pressure Hand operated Test pump -1000
Kg/Cm2 (10 Nos)
• Operation and maintenance of Gas booster for N2 Gas (10 Nos)
• Operation and maintenance of N2 Gas Module (2 M³- 400³) Parking & Charging of
N2 Gas Cylinder. (10 Nos)
• Operation and maintenance of D.M Water pump (35 Nos)
• Operation and maintenance of Roller stands for horizontal placement of cylinders
(35 Nos)
• Testing of Safety Valves (125 Nos)
• Servicing of Safety Valves (25 Nos)
• Maintenance of Test Bunks and Adopters (35 Nos)
• Operation of Buffing Machine (10 Nos)
• Calibration of test pressure gauges and Systems gauges (20 Nos)
Flow
component
quantities
mentioned
are indicative
Special
Accessories
required, if any
• Working personnel should wear the Safety shoe, Industrial Helmets and company Uniform
Work Allocation (Monthly) and Manpower deployment based on the grouping of
systems (Work Format for Group-E)
Group E System Description
Remar
ks
Gas Systems at FLP & SLP area (Including VAB, SPB, L110 & SP1B/2B) -
Page 71 of 75
SDSC-LSSF-OMC-Tender doc
Monthly
Work
Description
• Liquid Nitrogen from suppliers is received in road tankers and transferred to the storage
tanks by pressure fed method. Then boosted to high pressure of 400 bar using
reciprocating pumps & converted to GN2 using atmospheric vaporizers and stored in high
pressure cylinders. LN2 pumps are to be operated on regular basis to ensure supply of
Gaseous Nitrogen to all the users.
• Liquid Helium is received from suppliers is converted to GHe through vaporizers and
boosted to high pressure cylinders using compressors.
• Atmospheric Air boosted to gas cylinders through Compressors and air dryers.
• Test & Evaluation of the system
• High pressure gas cylinders are to be periodically hydro tested as per the statutory
requirements.
• Removal of pressure gauges, transporting to calibration facility, calibration and installing
back into the system (540 Nos)
• Removal of pressure transmitter, sending to calibration facility and after calibration
installing back (100 Nos)
• Removal of all filter elements, cleaning in ultrasonic machine, testing in Bubble point test
machine and installing back into the system (798 Nos)
• Removal of safety valve, transporting to SRV test facility, bench testing, maintenance if
required and retest and installing back in the system (394 Nos)
• Regulator performance checkat No load & at set pressure, maintenance if required (84 Nos)
• Leak check of pipe lines at MOP (approx 60 loops)
• Transporting of all flexible hoses, Pneumatic test (298 Nos)
• Sampling of gases for gas analysis (362 samples)
• High pressure gas pipeline leak checks in yard and facilities and Umbilical tower at
threaded/ flanged joints (20 KM)
• Servicing of EP Valves: Disconnection of valve command gas tubing, valve removal from
forged block/ pipe circuit, replacement of O rings & PEEK seat, fixing of the valve,
connecting command tube and seat leak check. (665 Nos)
• Servicing of Manual Valves: Disconnection of valve command gas tubing, valve removal
from forged block, replacement of O rings & PEEK seat, fixing of the valve, connecting
command tube and seat leak check. (1810 Nos.)
• Functional check of manual valves & EP valves (EP: 194 Nos & VM: 750 Nos)
• Maintenance of RVE (81 Nos Size: 1 meter dia length 1.2 meter max): Removal of bolts,
opening of enclosure, removal of filters, cleaning, bubble point test, re-fixing and leak
checks. Shell closing and fixing bolts, shell pressure holding checks
• Performance checking of Remote Valve Units (RVU), Remote Regulation Unit (RRU),
Charging Units and Remote valve enclosures (130 Nos.)
• Leak checks inside the equipment threaded and flanged joints (41 Nos.)
• Leak checking and cleanliness checks of MLP Circuits (8 Lines, 400 Meters)
Flow
compo
nent
quanti
ties
menti
oned
are
indicat
ive
Special
Accessories
required
• Working personnel should wear the Safety shoe, Industrial Helmets and company Uniform
Work Allocation (Monthly) and Manpower deployment based on the grouping of
systems (Work Format for Group-F)
Group F System Description Remarks
Page 72 of 75
SDSC-LSSF-OMC-Tender doc
Instrumentation Systems at FLP, SLP & BSF area -
Monthly Work
Description
Propellant Instrumentation System
• Removal and preparation of pressure, temperature transmitters, Mass Flow Meters
for calibration (45 Nos)
• Cleaning of IPA traces in pressure transmitter (40 Nos)
• Preparation & testing of UT-MLP cables , VAB-MLP Cables
• Application of thermal coating for the cables in UT & MLP
• Preparation ,testing & Replacement of charred / Damaged cables (which ever are
subjected to Launch Environment)
• Preparation of connectors as part of system readiness for Instrumentation T&E
Activities.
• Removal of old cables followed by laying of new cables and testing of MLP
Instrumentation system.
• End to end electrical simulation of measurement chain (75 Nos)
• Providing Teflon tape for Glanding at instrument entry point for all transmitters
(600 Nos)
• Load testing, voltage settings and status verification for DC regulated Power
Supplies (10 Sets)
• Electrical simulation checks of Liquid sensors (20)
• Terminal tightening of liquid sensors (80)
• Solenoid valve terminal tightening(glanding if required) and functional testing (166
Nos)
• EP valve micro switch assembly terminal tightening (2000 Nos)
• EP Valve response time checks of all Electro Pneumatic valves (166 Nos)
• IR checks for power, control and data cables (50 Nos)
• Tightening of terminals at junction boxes and power panel
• Preparation and testing of manual safing system
• MCC components tightening , IR Checks, Contactors cleaning followed by MCC
level checks (32 Nos)
• Operation of consoles at Bulk storage for propellant transfer operations and
routine process activities.
• Documentation of system test and evaluation and preparation of instrumentation
documents & drawings
Gas & Safety Instrumentation System
• Removal and preparation of pressure, temperature transmitters for calibration
(100 Nos)
• Cleaning of IPA traces in pressure, temperature transmitter, Glanding and
termination (100 Nos)
• End to end electrical simulation of measurement chain (100 Nos)
• Providing Teflon coating for all Glanding at instruments (200 Nos)
• Load testing, voltage settings and status verification for DC regulated Power
Supplies (20 Sets)
• Solenoid valve terminal tightening(glanding if required) and functional testing (200
Nos)
• EP-valve micro switch assembly tightening (200 Nos)
• Functional and response time checks of all Electro Pneumatic valves (200 Nos)
• IR checks for power, control and data cables (100 Nos)
• Functional checks of Pressure switches (200 Nos)
Flow component
quantities
mentioned are
indicative
Page 73 of 75
SDSC-LSSF-OMC-Tender doc
• ISMB checks for racks & Valve Blocks (35 Nos)
• Tightening of terminals at junction boxes and power panel
• Preparation and testing of manual safing system
• Operation of field elements from operator terminals at SPB/L110 facility
• Operation of field elements from operator terminals at SSPF & USPF facility
• Deluge system functional checks (6 Systems), FM/FDA system periodical
maintenance (10 Facilities)
• Calibration of gas and pollution sensors (100 Nos),
• MCC components tightening , IR Checks, Contactors cleaning followed by MCC
level checks (20 Nos)
• Periodical replacement of pollution /gas sensors. (100 Nos), Water Monitor
Functional Checks (2 Systems)
• Preparation ,testing & Replacement of charred / Damaged cables (which ever are
subjected to Launch Environment)-20 Nos
• Documentation of system test and evaluation and preparation of instrumentation
documents & drawings
Special
Accessories
required, if any
• Working personnel should wear the Safety shoe, Industrial Helmets and company Uniform
Work Allocation (Monthly) and Manpower deployment based on the grouping of
systems (Work Format for Group-G)
Group G System Description Remarks
Page 74 of 75
SDSC-LSSF-OMC-Tender doc
Control Systems at FCC-1 & FCC-2 area -
Monthly Work
Description
• Testing of Digital Input Channels (3300), Testing of Digital Output Channels(1000)
• Testing of Analog Input Channels (580), Testing of Analog Output Channels(40)
• Testing of Pulse Input Channels (40), health monitoring of PLC & Interface
modules(250)
• Verifying proper mating of MIL connectors after testing of IO channels (70)
• Verifying the proper mating of PLC IO module edge connectors and Interface module
connectors(400)
• Testing of spare PLC modules(300), Verifying status of fuse, Cooling FAN status
• Verifying the tightness of all terminals in PLC panels (5000)
• Cleaning of PLC panels & dust filters (10 panels & 20 filters)
• Cleaning of PLC Interface modules(250), Cleaning of FO patch cards and pigtails(400)
• Servicing of SMPS power supplies and electronic boards, Load testing of SMPS based
power supplies(50)
• Testing of data cables & Power cables(500), Laying and terminations of data & power
cables
• Cleaning of Operator Consoles (5), Computer Systems and dust filters(10)
• Laying and terminations of network cables
• Testing of network cables, Process Data Extraction, Health monitoring of all network
elements(20)
• Verifying the configuration parameters of network switches geographycall distributed
around 15Km radius(10)
• Remote health monitoring of PLC systems, Console Operational support during
Instrumentation System T&E and maintenance activities as per check list
• Console Operational support during Process System T&E and maintenance activities as
per check list
Flow
component
quantities
mentioned
are
indicative
Special
Accessories
required, if any
• Working personnel should wear the Safety shoe, Industrial Helmets and company Uniform
Work Allocation (Monthly) and Manpower deployment based on the grouping of
systems (Work Format for Group-H)
Group H System Description
Analysis laboratories (Instrumentation lab, Flow calibration lab & Chemical analysis lab)
Page 75 of 75
SDSC-LSSF-OMC-Tender doc
Monthly Work
Description
Flow Calibration Lab:
• Cleaning of process instruments before and after
calibration
• Calibration of pressure gauges, switches and
transmitters
• Calibration of temperature sensors, temperature
switches and temperature transmitters
• Calibration of weighing system with Loading and
Un-loading of standard weights
• Calibration of flow meters
• Data entry and preparation of reports
• End to end testing of instrumentation elements
at flow calibration lab like flow meter chains,
pressure, temperature, control valves, solenoid
commands and status channels.
• Instrumentation System-Cryo
Instrumentation Lab:
• Maintenance and Physical verification of
connectors mating at all Instrument racks,
instrument junction boxes, solenoid valve
cubicles, field junction boxes, and tightening of
terminal blocks.
• Maintenance of cross flow impellers and exhaust
fans in instrument racks.
• Cable harness checks.
• Cable Glanding and terminations at solenoids,
limit switch assemblies of electro pneumatic
valves and process instruments.
• Cleaning of solenoids and valve limit switches
assembly
• Servicing of solenoids and testing at test bench.
• Load testing of DC power supplies
• Removal of cable terminations, cable glands,
mounting clamps, cleaning of transmitter and
shifting to control rooms.
• End to end channel simulation checks.
• Testing and Calibration of isolators and
conditioners
Chemical analysis lab
• Propellant samples analysis (50 Nos)
• Gas samples analysis (450 Nos)
• Cleaning of Glassware & other items
required for analysis.
• Receipt & Collecting of Propellant samples in
Glass Sampling bottles.
• Arrangement of Filtration apparatus used
for UH-25 & MMH
• Arrangement of Hazardous Filtration system
used for MON-3 & N2O4
• Mobilization of Gas Cylinders used for NO
analysis of MON-3 sample
• Disposal of left over propellants after
analysis
• Safety handling of propellants and
laboratory chemicals.
• Safety handling of LPG and other Gas
Cylinders
• General Housekeeping of laboratory.
• Generation of Lab reports and Up keeping of
Lab records
Special
Accessories
required, if any
Working personnel should wear the Safety shoe, Industrial Helmets and company Uniform