¦ÉÉ®úiÉ ºÉ®úeòÉ® ú/ government of india...
Post on 17-Apr-2018
216 Views
Preview:
TRANSCRIPT
¦ÉÉ®úiÉ ºÉ®úEòÉ®ú/GOVERNMENT OF INDIA
+ÆiÉÊ®úIÉ Ê´É¦ÉÉMÉú/DEPARTMENT OF SPACE
Ê´ÉGò¨É ºÉÉ®úɦÉÉ<Ç +ÆiÉÊ®úIÉ Eåòpùú/VIKRAM SARABHAI SPACE CENTRE
Êiɯû´ÉxÉÆiÉÉÖ®ú¨Éú/THIRUVANANTHAPURAM - 695 022
Ê´ÉYÉÉÉxÉ ºÉÆ. ´ÉÒBºÉBºÉºÉÒ/ÉÒ/Ê´ÉYÉÉÉxÉ/45/2012 ÊnùxÉÉÆEò 11.05.2012 ADVT NO. VSSC/P/ADVT/45/2012 DATED 11.05.2012
¦ÉÉ®úiÉ Eäò ®úɹ]ÅõÉÊiÉ Eäò ʱÉB iÉlÉÉ =xÉEòÒ +Éä®ú ºÉä |ÉvÉÉxÉ, GòªÉ B´ÉÆ ¦ÉÆb÷É®ú, Ê´ÉGò¨É ºÉÉ®úɦÉÉ<Ç +ÆiÉÊ®úIÉ Eåòpù (´ÉÒBºÉBºÉºÉÒ), Êiɯû´ÉxÉÆiÉÉÖ®ú¨É, ÊxɨxÉʱÉÊJÉiÉ Eäò ʱÉB, ¨ÉÉä½þ®ú¤ÉÆnù ÊxÉÊ´ÉnùÉBÆ +ɨÉÆÊjÉiÉ Eò®úiÉä ½éþ:
For & on behalf of the President of India, the Head Purchase & Stores, Vikram Sarabhai Space Centre (VSSC), Thiruvananthapuram invites Sealed Tenders for the following :-
Gò¨É ºÉÆ.
SL.
NO.
ÊxÉÊ´ÉnùÉ ºÉÆ. TENDER NO.
Ê´É´É®úhÉ/DESCRIPTION
¨ÉÉjÉÉ QTY.
ÊxÉÊ´ÉnùÉ ¶ÉÖ±Eò TENDER FEE
1. 9301-2011-8240
OÉÒxɽþÉ=ºÉ MÉèºÉ ʴɶ±Éä¹ÉEò Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò Eäò +xÉÖºÉÉ®ú* Greenhouse Gas Analyzer. Specification as per Annexure.
1 ºÉÆ./No. ` 225/-
2. 3514-2011-8294
|ÉÉäOÉɨÉ-ªÉÉäMªÉ vÉÉ®É ºÉÆnù VÉÊxÉjÉ Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò Eäò +xÉÖºÉÉ®ú* Programmable Current Pulse Generator. Specification as per Annexure.
1 ºÉÆ./No. ` 225/-
3. 4035-2011-8737
ºÉÒ ¤Ééb÷ ÉÉ´É®ú |É´ÉvÉÇEò Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò Eäò +xÉÖºÉÉ®ú* C Band Power Amplifier Specification as per Annexure
1 ºÉÆ./No. ` 225/-
4. 4223-2011-8758
¤ÉÉÁ ´ÉɺiÉÊ´ÉEò EòÉ±É 6b÷Ò |ÉÉlÉ ÊxÉ´Éä¶É IɨÉiÉÉ ½äþiÉÖ ºÉÖÊ´ÉvÉÉ Eäò ºÉÉlÉ 12 SÉèxÉ±É VÉÒÉÒBºÉ +xÉÖEòÉ®úEò* Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò Eäò +xÉÖºÉÉ®ú* 12 channel GPS Simulator with feature for External Real Time 6D trajectory input capability. Specification as per Annexure.
1 ºÉÆ./No. ` 225/-
5. 4013-2011-8764
EåòpùÒEÞòiÉ Bx]õÒ´ÉÉ<®úºÉ B) BÎbÂ÷ ÉÊxɺ]Åäõ¶ÉxÉ EòxºÉÉì±É ºÉÉä]õ´ÉäªÉ®ú B´ÉÆ ºÉ¨ÉlÉÇxÉ Eäò ºÉÉlÉ xÉä]õ´ÉEÇò ºÉä VÉÖcä÷ =ɪÉÉäHòÉ+Éå Eäò ʱÉB BÆb÷ ÉÉä<Æ]õ ºÉÖ®úIÉÉ ±ÉÉ<ºÉåºÉ ¤ÉÒ) BEò±É =ɪÉÉäHòÉ+Éå Eäò ʱÉB BÆb÷ÉÉä<Æ]õ ºÉÖ®úIÉÉ ±ÉÉ<ºÉåºÉ ¤ªÉÉè®äú +xÉÖ±ÉMxÉEò Eäò +xÉÖºÉÉ®ú* Centralised Antivirus
a) End point security licence for networked users with administration console software and support
b) Endpoint security licence for standalone users Details as per Annexure
1750 ºÉÆ. / Nos.
100 ºÉÆ. / Nos.
` 225/-
6. 3515-2012-0496
´ÉGò +xÉÖ®äúJÉEò Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò Eäò +xÉÖºÉÉ®ú* Curve Tracer Specification as per Annexure
1 ºÉÆ./No. ` 225/-
7. 6563-2012-0026
ÊSÉjÉÉå Eäò +xÉÖºÉÉ®ú ÉÒBºÉ+ÉäB¨É-BCºÉB±É ½þÉxÉæºÉ BºÉ失ÉÒ Eäò ºÉÆÊ´É®úSÉxÉ iÉlÉÉ +ÉÉÚÌiÉ +ÉÉÚÌiÉ +Éè®ú MÉÖhÉiÉÉ EòÒ ¶ÉiÉç +xÉÖ±ÉMxÉEò I iÉlÉÉ II Eäò +xÉÖºÉÉ®ú Fabrication & supply of PS0M-XL Harness assembly as per Drawings. Supply conditions and quality clauses as per Annexure I & II.
12
ºÉä]õ/Sets ` 225/-
8. 6593-2012-0145
>ð¹¨ÉÉ +ʦɴÉɽþ iÉlÉÉ nùÉ¤É +ƶÉÉÆEòxÉ ¨ÉÉìb÷±É Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò Eäò +xÉÖºÉÉ®ú* Heat Flux & Pressure calibration models. Specification & Drawings as per Annexure.
1
±ÉÉì]õ/Lot ` 225/-
9. 6545-2012-0283
Ê´ÉtÖiÉMÉÊiÉEò EÆòÉxÉ |ÉEÆòÊÉjÉ Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò Eäò +xÉÖºÉÉ®ú* Electrodynamic Vibration Shaker Specification as per Annexure
1 ºÉÆ./No. ` 225/-
10. 6541-2012-0427
|É´ÉiÉÇEò iÉlÉÉ ÊxɪÉÆjÉhÉÉå ºÉʽþiÉ =SSÉ iÉÉɨÉÉxÉ ´Éɱ´É EòÒ +ÉÉÚÌiÉ, ºÉƺlÉÉÉxÉ B´ÉÆ =ºÉä SÉɱÉÚ Eò®úxÉÉ Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò Eäò +xÉÖºÉÉ®ú* Supply, installation and commissioning of High Temperature valve with actuator and controls. Specification as per Annexure.
1 ºÉÆ./No. ` 225/-
11. 6526-2012-0510
iÉÉɨÉÉxÉ iÉlÉÉ +ÉpÇùiÉÉ ÊxɪÉÆjÉhÉ Eäò ºÉÉlÉ BEò SÉGòhÉäiÉ®ú EòIÉ EòÒ +ÉÉÚÌiÉ Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò Eäò +xÉÖºÉÉ®ú* Supply of one off CYCLING CHAMBER with temperature and humidity control Specification as per Annexure
1 ºÉÆ./No. ` 225/-
12. 6083-2012-0100
b÷É=xɺ]ÅõÉäËEòMÉ 1000 ]õxÉ pù´ÉSÉÉʱÉiÉ ¡òÉäVÉÇxÉ nùɤÉEò EòÒ +ʦÉEò±ÉxÉÉ, |ÉÉÎiÉ, +ÉÉÚÌiÉ, =ÊzɨÉÉÇhÉ, ºÉƺlÉÉÉxÉ, =ºÉä SÉɱÉÚ Eò®úxÉÉ iÉlÉÉ ÊxɹÉÉnùxÉ |Énù¶ÉÇxÉ Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò- I iÉlÉÉ +É®äúJÉ ÉÊ®úʶɹ]õ-I, II (B), II (¤ÉÒ), II (ºÉÒ) +Éè®ú III Eäò +xÉÖºÉÉ®ú* Design, Realization, Supply, Erection, Installation, Commissioning and Performance Demonstration of downstroking 1000Ton Hydraulic Forging Press Specification as per Annexure-I & Drawings as per Appendix-I, II(a), II(b), II(c) and III.
1 ºÉÆ./No. ` 225/-
13. 6087-2012-0326
ʨÉÊxÉ ½þÉä]õ |ÉäºÉ EòÒ +ʦÉEò±ÉxÉÉ, ºÉÆÊ´É®úSÉxÉ, ºÉƺlÉÉÉxÉ +Éè®ú =ºÉä SÉɱÉÚ Eò®úxÉÉ Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò-1 Eäò +xÉÖºÉÉ®ú* Designing, Fabrication, Supply, Installation and Commissioning of Mini Hot Press. Specification as per Annexure-1
1 ºÉÆ./No. ` 225/-
14. 8504-2011-9472
=SSÉ ÉÊ®ú¶ÉÖrùiÉÉ ºÉÒBxɺÉÒ ´Éɪɮú Eò]õ ´ÉètÖiÉ Ê´ÉºÉVÉÇxÉ ¨É¶ÉÒxÉ Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò-1 Eäò +xÉÖºÉÉ®ú* Supply, Installation and training of High Precision CNC Wire cut Electric Discharge Machine. Specifications as per Annexure-1.
1 ºÉÆ./No. ` 225/-
15. 8311-2012-0114
+É®úB¡ò-b÷ÒºÉÒ ¨ÉèMxÉä]ÅõÉìxÉ EòhÉIÉäÉhÉ |ÉhÉɱÉÒ Ê´ÉÊxÉnæù¶É +xÉÖ±ÉMxÉEò Eäò +xÉÖºÉÉ®ú* RF-DC Magnetron Sputtering System Specification as per Annexure
1 ºÉÆ./No. ` 225/-
Gò¨É ºÉÆ. 1, 2, 4, 5, 7, 9, 10, 11, 12, 13, 14 iÉlÉÉ 15 nùÉä ¦ÉÉMÉ´ÉɱÉÒ ÊxÉÊ´ÉnùÉ-¨ÉɨɱÉä ½éþ* ¦ÉÉMÉ – 1 (iÉEòxÉÒEòÒ iÉlÉÉ ´ÉÉÊhÉÎVªÉE) iÉlÉÉ ¦ÉÉMÉ – 2 (¨ÉÚ±ªÉ ¤ÉÉä±ÉÒ)
Sl. Nos. 1, 2, 4, 5, 7, 9, 10, 11, 12, 13, 14 & 15 are TWO-PART TENDER cases. Part-1 [Technical & Commercial] & Part-2 [Price Bid]
ÊxÉÊ´ÉnùÉ ¡òÉì ÉÇ VÉÉ®úÒ Eò®úxÉä EòÒ +ÆÊiÉ¨É ÊiÉÊlÉ Last Date for issue of Tender Forms
(Gò¨É ºÉÆ./against Sl. No. 1, 2, 3, 7, 8, 12, 13, 14 & 15)
(Gò¨É ºÉÆ./against Sl. No. 4, 5, 6, 9, 10 & 11)
11/06/2012 16.00 ¤ÉVÉä iÉEò/up to 16.00 Hrs.
12/06/2012 16.00 ¤ÉVÉä iÉEò/up to 16.00 Hrs. ÊxÉÊ´ÉnùÉ º´ÉÒEÞòÊiÉ EòÒ ÊxɪÉiÉ ÊiÉÊlÉ Due Date for Receipt of Tender
(Gò¨É ºÉÆ./against Sl. No. 1, 2, 3, 7, 8, 12, 13, 14 & 15)
(Gò¨É ºÉÆ./against Sl. No. 4, 5, 6, 9, 10 & 11)
12/06/2012 16.00 ¤ÉVÉä iÉEò/up to 16.00 Hrs.
13/06/2012 16.00 ¤ÉVÉä iÉEò/up to 16.00 Hrs.
ÊxÉÊ´ÉnùÉ JÉÉä±ÉxÉä EòÒ ÊiÉÊlÉ / Tender Opening Date
(Gò¨É ºÉÆ./against Sl. No. 1, 2, 3, 7, 8, 12, 13, 14 & 15)
(Gò¨É ºÉÆ./against Sl. No. 4, 5, 6, 9, 10 & 11)
13/06/2012 10.00 ¤ÉVÉä/at 10.00 Hrs.
14/06/2012 10.00 ¤ÉVÉä/at 10.00 Hrs.
<ºÉ®úÉä ´Éä¤É ºÉÉ<]õ www.isro.gov.in / ´ÉÒBºÉBºÉºÉÒ ´Éä¤É ºÉÉ<]õ www.vssc.gov.in ¨Éå ÊxÉÊ´ÉnùÉ nùºiÉÉ´ÉäWÉ =ɱɤvÉ ½éþ* <SUÖôEò ÊxÉÊ´ÉnùÉEòÉ®ú <xÉ ´Éä¤É ºÉÉ<]õÉåõ ºÉä +ÉxÉÒ <SUôÉ Eäò +xÉÖºÉÉ®ú ÊxÉÊ´ÉnùÉ nùºiÉÉ´ÉäWÉÉå EòÉä b÷É=xɱÉÉäb÷ Eò®åú +Éè®ú ÊxÉÊ´ÉnùÉ +ÊvɺÉÚSÉxÉÉ ¨Éå ÊnùB MÉB Ê´É´É®úhÉÉå Eäò +xÉÖºÉÉ®ú +ÉxÉä |ɺiÉÉ´ÉÉå EòÉä ÊxÉvÉÉÇÊ®úiÉ ÊxÉÊ´ÉnùÉ ±ÉÉMÉiÉ Eäò ºÉÉlÉ (®äúÊJÉiÉ Êb÷¨ÉÉÆb÷ bÅ÷É]õ Eäò °üÉ ¨Éå) |ɺiÉÖiÉ Eò®åú*
Tender documents are available on ISRO web site www.isro.gov.in / VSSC web site www.vssc.gov.in Interested tenderers may, at their option download the tender documents from the web sites and submit their offers along with the prescribed tender cost [in the form of CROSSED DEMAND DRAFT] as per details given in the tender notification.
½þºiÉÉIÉÊ®úiÉ/Sd/-
(+É®ú ÉnÂù ÉEÖò¨ÉÉ®ú/R Padmakumar)
´ÉÊ®ú¹`ö GòªÉ B´ÉÆ ¦ÉÆb÷É® +ÊvÉEòÉ®úÒú, ´ÉÒBºÉBºÉºÉÒ/Senior Purchase & Stores Officer, VSSC
xÉÉä]õ/Note :
1. ºÉɨÉOÉÒ Eäò ºÉÆÉÚhÉÇ ¤ªÉÉè®äú iÉlÉÉ Ê´ÉÊxÉnæù¶É B´ÉÆ ÊxÉÊ´ÉnùÉ |ɺiÉÖiÉ Eò®úxÉä Eäò ºÉƤÉÆvÉ ¨Éå ÉɱÉxÉ ÊEòB VÉÉxÉä Eäò ºÉɨÉÉxªÉ +xÉÖnäù¶É ÊxÉÊ´ÉnùÉ nùºiÉÉ´ÉäWÉÉå ¨Éå ÊnùB MÉB ½éþ*
Full details and specifications of the items and general instructions to be followed regarding submission of tenders are indicated in the tender documents.
2. +xÉÖ®úÉävÉ É®ú +Éè®ú ÊxÉÊ´ÉnùÉ ¶ÉÖ±Eò näùEò®ú ÊxɨxÉʱÉÊJÉiÉ ÉiÉä ºÉä ÊxÉÊ´ÉnùÉ nùºiÉÉ´ÉäWÉ |ÉÉiÉ ÊEòB VÉÉ ºÉEòiÉä ½éþ* Tender Documents can also be obtained from the following address on request and submission of tender fee :
Gò¨É ºÉÆ. 1, 2, 3, 4, 5 iÉlÉÉ 6 Eäò ʱÉB: ´ÉÊ®ú. GòªÉ B´ÉÆ ¦ÉÆb÷É®ú +ÊvÉEòÉ®úÒ, GòªÉ ªÉÚÊxÉ]õ- II, B´ÉÒBxÉ GòªÉ, B]õÒB¡ò IÉäjÉ, ´ÉÒBºÉBºÉºÉÒ, <ºÉ®úÉä, Êiɯû´ÉxÉÆiÉÉÖ®ú¨É – 695 022 ¡òÉäxÉ : 0471-2565141 For Sl. No. 1, 2, 3, 4, 5 & 6 : Sr. Purchase & Stores Officer, Purchase Unit-II, AVN Purchase, ATF Area, VSSC, ISRO Post, Thiruvananthapuram - 695 022, Ph : 0471-2565141.
Gò¨É ºÉÆ. 7, 8, 9, 10 iÉlÉÉ 11 Eäò ʱÉB: ´ÉÊ®ú. GòªÉ B´ÉÆ ¦ÉÆb÷É®ú +ÊvÉEòÉ®úÒ, GòªÉ ªÉÚÊxÉ]õ- III, ÉÒ+É®úBºÉ+Éä GòªÉ, +É®úB¡òB¡ò IÉäjÉ, ´ÉÒBºÉBºÉºÉÒ, <ºÉ®úÉä, Êiɯû´ÉxÉÆiÉÉÖ®ú É – 695 022 ¡òÉäxÉ : 0471-2563775 For Sl. No. 7, 8, 9, 10 & 11 : Sr. Purchase & Stores Officer, Purchase Unit-III, PRSO Purchase, RFF Area, Thiruvananthapuram – 695 022, Ph : 0471-2563775.
Gò¨É ºÉÆ. 12 iÉlÉÉ 13 Eäò ʱÉB: ´ÉÊ®ú. GòªÉ B´ÉÆ ¦ÉÆb÷É®ú +ÊvÉEòÉ®úÒ, GòªÉ ªÉÚÊxÉ]õ- V, B¨ÉB¨É<Ç GòªÉ, +É®úB¡òB¡ò IÉäjÉ, ´ÉÒBºÉBºÉºÉÒ, <ºÉ®úÉä, Êiɯû´ÉxÉÆiÉÉÖ®ú¨É – 695 022 ¡òÉäxÉ : 0471-2562831 For Sl. No. 12 & 13 : Sr. Purchase & Stores Officer, Purchase Unit-V, MME Purchase, RFF Area,
VSSC, ISRO, Thiruvananthapuram – 695 022, Ph : 0471-2562831.
Gò¨É ºÉÆ. 14 iÉlÉÉ 15 Eäò ʱÉB: ´ÉÊ®ú. GòªÉ B´ÉÆ ¦ÉÆb÷É®ú +ÊvÉEòÉ®úÒ, +É<+É<BºÉªÉÚ GòªÉ, ´ÉÎ]Âõ]õªÉÚ®úEòÉ´ÉÖ ÉÒ +Éä,, Êiɯû´ÉxÉÆiÉÉÖ®ú¨É – 695 013 ¡òÉäxÉ : 0471-2569317 For Sl. No. 14 & 15 : Sr. Purchase & Stores Officer, IISU Purchase, Vattiyoorkavu PO,
Thiruvananthapuram - 695 013, Ph : 0471-2569317.
ÊxÉÊ´ÉnùÉ nùºiÉÉ´ÉäWÉÉå Eäò ʱÉB +xÉÖ®úÉävÉ Eò®úiÉä ºÉ¨ÉªÉ Ê±É¡òÉ¡äò É®ú “ÊxÉÊ´ÉnùÉ nùºiÉÉ´ÉäWÉÉå Eäò ʱÉB +xÉÖ®úÉävÉ- ÊxÉÊ´ÉnùÉ ºÉÆ. -------------- ÊnùxÉÉÆEò -----------” EòÉ =±±ÉäJÉ Eò®åú* While requesting for Tender Documents please indicate on the envelope as “Request for Tender Documents- Tender No……….. dt……………”.
3. ÊxÉÊ´ÉnùÉ ¶ÉÖ±Eò EòÉ ¦ÉÖMÉiÉÉxÉ ¨ÉÉjÉ ®äúÊJÉiÉ Êb÷¨ÉÉÆb÷ bÅ÷É]õ Eäò °üÉ ¨Éå ÊEòªÉÉ VÉÉB* +xªÉ Ê´ÉÊvÉ EòÉ ¦ÉÖMÉiÉÉxÉ º´ÉÒEòɪÉÇ xɽþÓ ½èþ* ªÉ½þ Êb÷¨ÉÉÆb÷ bÅ÷É]õ (Gò¨É ºÉÆ. 1, 2, 3, 4, 5 iÉlÉÉ 6 ¨Éå nùÒ MÉ<Ç ¨ÉnùÉå ½äþiÉÖ) ´ÉÊ®ú. ±ÉäJÉÉ +ÊvÉEòÉ®úÒ, B´ÉÒBxÉ ±ÉäJÉÉ, ´ÉÒBºÉBºÉºÉÒ Eäò xÉÉ¨É É®, (Gò¨É ºÉÆ. 7, 8, 9, 10 iÉlÉÉ 11 ¨Éå nùÒ MÉ<Ç ¨ÉnùÉå ½äþiÉÖ) ´ÉÊ®ú. ±ÉäJÉÉ +ÊvÉEòÉ®úÒ, ÉÒ+É®úBºÉ+Éä / ÉÒºÉÒB¨É ±ÉäJÉÉ, ´ÉÒBºÉBºÉºÉÒ Eäò xÉÉ¨É É®ú, (Gò¨É ºÉÆ. 12 iÉlÉÉ 13 ¨Éå nùÒ MÉ<Ç ¨ÉnùÉåù ½äþiÉÖ) ´ÉÊ®ú. ±ÉäJÉÉ +ÊvÉEòÉ®úÒ, B¨ÉB¨É<Ç ±ÉäJÉÉ, ´ÉÒBºÉBºÉºÉÒ Eäò xÉÉ¨É É® ¦ÉÉ®úiÉÒªÉ º]äõ]õ ¤ÉéEò, iÉÖƤÉÉ ¶ÉÉJÉÉ, Êiɯû´ÉxÉÆiÉÉÖ®ú¨É-695 022 É®ú näùªÉ iÉlÉÉ (Gò¨É ºÉÆ. 14 iÉlÉÉ 15 ¨Éå nùÒ MÉ<Ç ¨ÉnùÉåù ½äþiÉÖ) ´ÉÊ®ú. ±ÉäJÉÉ +ÊvÉEòÉ®úÒ, +É<+É<BºÉªÉÚ ±ÉäJÉÉ, ´ÉÎ]Âõ]õªÉÚ®úEòÉ´ÉÖ ÉÒ +Éä, Êiɯû´ÉxÉÆiÉÉÖ®ú¨É – 695 013 Eäò xÉÉ¨É É®ú ¦ÉÉ®úiÉÒªÉ º]äõ]õ ¤ÉéEò, ¨ÉÖJªÉ ¶ÉÉJÉÉ, º]èõSªÉÖ, Êiɯû´ÉxÉÆiÉÉÖ®ú¨É É®ú näùªÉ ½þÉäxÉÉ SÉÉʽþB* Tender Fee shall be paid in the form of CROSSED DEMAND DRAFT ONLY. Other mode of payment is not acceptable. The Demand Draft should be in favour of : Sr. Accounts Officer, AVN Accounts, VSSC (for items under Sl. No. 1, 2, 3, 4, 5 & 6), Sr. Accounts Officer, PRSO / PCM Accounts, VSSC (for items under Sl. No. 7, 8, 9, 10 & 11), Sr. Accounts Officer, MME Accounts, VSSC (for item under Sl. No. 12 & 13) payable at State Bank of India, Thumba Branch, Thiruvananthapuram – 695 022 and Sr. Accounts Officer, IISU Accounts, Vattiyoorkavu PO, Trivandrum – 695 013 (for items under Sl. No. 14 & 15) payable at State Bank of India, Main Branch, Statue, Trivandrum
[ÊxÉÊ´ÉnùÉ ¶ÉÖ±Eò +|ÉÊiÉnäùªÉ ½èþ*/The tender fee is NON-REFUNDABLE]
4. +ÉxÉä |ɺiÉÉ´É EòÉä |ɺiÉÖiÉ Eò®úiÉä ºÉ¨ÉªÉ Ê±É¡òÉ¡äò É®ú ºÉ¹]õ °üÉ ºÉä ÊxÉÊ´ÉnùÉ ºÉÆ. iÉlÉÉ ÊxɪÉiÉ ÊiÉÊlÉ =iEòÒhÉÇ Eò®åú iÉlÉÉ >ðÉ®ú EòÒ Gò¨É ºÉÆ. 2 Eäò |ÉäʹÉiÉÒ EòÉä ¦ÉäVÉÉ VÉÉB* While submitting your offer, the envelope shall be clearly superscribed with Tender No. and Due Date and to be sent to the addressees at Sl. No. 2 above.
5. ÊxɪÉiÉ ÊiÉÊlÉ/ºÉ¨ÉªÉ Eäò ¤ÉÉnù |ÉÉiÉ ½þÉäxÉä ÉɱÉÒ nù®ú ºÉÚÊSɪÉÉå É®ú Ê´ÉSÉÉ®ú xɽþÓ ÊEòªÉÉ VÉÉBMÉÉ* Quotations received after the Due Date/Time will not be considered.
6. b÷ÉEò ´ªÉ´ÉºlÉÉ Eäò EòÉ®úhÉ, nùºiÉÉ´ÉäWÉ |ÉÉÎiÉ ¨Éå ½þÉäxÉä ÉɱÉä ÊEòºÉÒ Ê´É±ÉƤÉ/+|ÉÉÎiÉ Eäò ʱÉB ´ÉÒBºÉBºÉºÉÒ, Êiɯû´ÉxÉÆiÉÉÖ®ú¨É =kÉ®únùɪÉÒ xɽþÓ ½èþ* VSSC, Thiruvananthapuram is not responsible for any postal delay/loss of documents in transit.
7. |ÉvÉÉxÉ, GòªÉ B´ÉÆ ¦ÉÆb÷É®ú, ´ÉÒBºÉBºÉºÉÒ, Êiɯû´ÉxÉÆiÉÉÖ®ú¨É EòÉä ªÉ½þ +ÊvÉEòÉ®ú ½þÉäMÉÉ ÊEò ´Éäþ EòÉä<Ç EòÉ®úhÉ ¤ÉiÉÉB ʤÉxÉÉ ÊEòºÉÒ ªÉÉ ºÉ¦ÉÒ ÊxÉÊ´ÉnùÉ+Éå EòÉä +ÉÆʶÉEò ªÉÉ ÉÚhÉÇ °üÉ ºÉä º´ÉÒEòÉ®ú ªÉÉ +º´ÉÒEòÉ®ú Eò®åúþ* Head Purchase & Stores, VSSC, Thiruvananthapuram reserves the right to accept or reject any/or all the tenders in part or full without assigning any reasons thereof.
I) Tender No. 9301-2011-8240
Annexure
Detailed Specifications for Greenhouse gas analyzer
1. Minimum Number of Gases to be measured: three It should include CO2 essentially and other two gases among CH4, N2O, H2O. (N2O and
CH4 are preferred)
Measurement technique: Laser based spectroscopy technique
Uncertainty: ~ 0.05% or better
2. Precision:
CO2: 150 ppb or better CH4: 1 ppb or better H2O: 200 ppm or better N2O: 0.5 ppb or better 3. Measurement Range:
CO2: 200 – ≥2000 ppm CH4: 0.1 – ≥10 ppm
H2O: ≤7000 – 70000 ppm N2O: ≤30 – ≥1000 ppb 4. Operating Temperature: 0 – 45 °C
5. Ambient Humidity: 0 - 99% RH, non-condensing
6. Power Requirement: 230 VAC, 50/60Hz
7. Accessories: The analyzer should include all necessary accessories (e.g., Inlet unit,
pump, tubings, etc) for independent operation of the analyzer and data
acquisition/downloading and display system/laptop.
Syringe injection system – capable of discrete sample measurements via syringe
injection
8. Sufficient internal memory to store 5-minutes interval data for at least 2 months.
9. Calibration cylinders for all gases as per WMO standard.
10. Software should be provided to download the data from the analyzer to the PC
11. Installation and calibration have to be done at the site along with training.
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers and they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer Purchase Unit No. II Vikram Sarabhai Space Centre ATF Area, ISRO PO Trivandrum - 695 022
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
II) Tender No. 3514-2011-8294
Annexure
PROGRAMMABLE CURRENT PULSE GENERATOR
Specifications:-
1. Current pulse amplitude : A fixed value between 0-10A programmable in steps of 20mA
2. Accuracy : Better than 1% of the set value
3. Current pulse width : A fixed value between 1-40 mSec programmable in steps of 1 msec
4. Current pulse rise time : < 100 micro Sec
5. Current pulse fall time : < 100 micro Sec
6. No. of channels : Minimum 128
7. No. of simultaneous channels : Minimum 64
8. Separation between two pulses from same source : 1-2 Sec
9. PC Interfaces : USB/Ethernet/GPIB (any one of this)
10. Time Reference pulse : Active high pulse of min 50 msec width
11. APIs/Software drivers : Software drivers in windows XP/7 and Linux and APIs
in LabVIEW to be provided.
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers and they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer Purchase Unit No. II Vikram Sarabhai Space Centre ATF Area, ISRO PO Trivandrum - 695 022
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
III) Tender No. 4035-2011-8737
Annexure
Specifications of C-Band Power Amplifier
Frequency : 4 GHz to 8 GHz
Output Power : 30 Watts minimum
Gain : 50 dB minimum
Input for rated power : 1 mw maximum
Input Impedance : 50 Ohms
Output Impedance : 50 Ohms
Input / Output connector : N female (front panel)
Operating voltage : 100-250 VAC, 50/60 Hz
Over drive protection : Required
Output isolation : Required
Input VSWR : 2:1 typical
Mounting : 19 inch rack mounting
IV) Tender No. 4223-2011-8758
Annexure
Technical Specification of GPS simulator
Max number of satellites/RF output : 12 satellites (single chassis), expandable to 24 channels
L1 signals : C/A, SBAS
Max RF Output power level : -60dBm @ 50 Ohms to N female
Dynamic range power : +/- 20/36dB, 0.1dB steps
Accuracy:
Pseudo range : ± 0.01 m
Pseudo range rate : 1 mm/s
L1 carrier phase (1 second)/Delta range : ± 1 mm/s
L2 carrier phase (1 second)/Delta range : ± 5 mm
Inter channel bias : < 0.05mm
Dynamics:
Velocity : 15,000 m/sec or above
Acceleration : 3,600 m/sec2
Jerk : 5,000 m/s3
Angular rate : 2 π rad/s
Outputs:
RF : 1 output SMA connector
Other : 1 PPS, 10 MHz
PRN codes available : 1 thru 37 (includes pseudolites)
Built-in : Calibration option
Interface : Ethernet and GPIB
External profile update rate : 100 Hz or above
PHYSICAL CHARACTERISTICS
Power:
Voltage : 230 Volts AC (Indian 3 pin top)
Frequency : 50 Hz
Computer :
Processor : Pentium 4, 3 GHz/ Windows Xp or better
Disk capacity : 512 MB or better
Removable Media : CDRW ( CD writer )
Display : 19” TFT, 1280 x 1024 x XGA
Chassis : Table top
Windows based software for simulation
General Features
• Simulates 24 GPS satellites signal (L1 C/A)
• Simulates both C/A and SBAS signals
• 6-DOP user motion generator and external trajectory input
• Simulates spacecraft velocities and re-entry vehicles dynamics
• Remote control : GPIB, Ethernet, RS 232
• Customization of satellite parameters
• Real-time antenna gain patterns and antenna lever arms
• Closed loop receiver feedback and data logging
• Adjustable RF power output
• One RF outputs; with antenna pattern selection
• Built in IMU
• Automotive outputs : Gyro, accelerometers, wheel ticks and forward/reverse signals*
• Built-in, high-stability frequency standard
• Fully customizable scenarios suite to aircraft, space craft, land vehicle and ships.
• Hardware update rate 100 Hz or above.
• Real time data simulation for 6D trajectory using Ethernet or GPIB.
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer Purchase Unit No. II Vikram Sarabhai Space Centre ATF Area, ISRO PO Trivandrum - 695 022
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
V) Tender No. 4013-2011-8764
Annexure
Centralized Antivirus
Period of validity - 3 year for: 1) 1750 new end point security licences. 2) 100 standalone endpoint security and control licences. 3) Central management console software for administering and installing of antivirus remotely.
- Training for two employees for detailed description of best practices, management and administration of software.
- Initial Installation on client server (windows 2008 R2 - Enterprise edition) should be done by the vendor.
- General help manuals should be provided. - Bootable solution: An independent upgradable solution should be provided to check/scan a
standalone / corrupt PC through external drive(USB/CD/DVD). - payment for the three years to be made in yearly installments, with satisfactory service
every year, without which the service/payment may be stopped. - payment after 100% satisfatory upgradation and acceptance, every year. - quarterly/half yearly on-site health check of the system by the vendor.
Specifications
Certificates
1. Must be certified for all windows platform. 2. Must be checkmark certified by westcoast labs, for antivirus, antispyware, anti Trojan,
anti malware. 3. Vendor should be ICSA ( International computer security association ) certified.
Antivirus Protection and Other features
1) Must offer comprehensive client/server security by protecting enterprise networks from
viruses, Trojans, worms, hackers, and network viruses, plus spyware and mixed threat
attacks.
2) Must be able to reduce the risk of virus/malware entering the network by blocking files
with real-time compressed executable files.
3) Must include capabilities for detecting and removing rootkits.
4) Antivirus should have behavior based technology to scan for Trojans , worms and key
stroke loggers to protect from zero day threats. Sensitivity level of this should get
adjusted with customized scanning frequency.
5) Must provide Real-time spyware/grayware scanning for file system to prevent or stop
spyware execution.
6) Must have Assessment mode to allow first to evaluate whether spyware/grayware is
legitimate and then take action based on the evaluation.
7) Browser intrusion prevention: AV should be capable enough to block the malicious
downloads thorough browsers.
8) Must clean computers of file-based and network viruses plus virus and worm remnants
(Trojans, registry entries, viral files) automatically.
9) To address the threats and nuisances posed by Trojans, the solution should be able to
do the following:
a) Terminating all known virus processes and threads in memory
b) Repairing the registry
c) Deleting any drop files created by viruses
d) Removing any Microsoft Windows services created by viruses
e) Restoring all files damaged by viruses
f) Includes Cleanup for Spyware, Adware etc
10) Must be capable of cleaning viruses/malware even without the availability of virus
cleanup components. Using a detected file as basis, it should be able to determine if the
detected file has a corresponding process/service in memory and a registry entry, and
then remove them altogether.
11) Must provide Outbreak Prevention to limit/deny access to specific shared folders, block
ports, and deny write access to specified files and folders on selected clients in case
there is an outbreak.
12) Behavior Monitoring: Must have behavior monitoring to restrict system behavior, keeping
security-related processes always up and running, Safe Software Service to reduce the
likelihood of false positive detections.
13) Must provide Real-time lock down of client configuration – allow or prevent users from
changing settings or unloading/uninstalling the software.
14) Users with the scheduled scan privileges can postpone, skip, and stop Scheduled Scan.
15) Should have a manual outbreak prevention feature that allows administrators to
configure port blocking, block shared folder, and deny writes to files and folders
manually.
16) Should have integrated spyware protection and cleanup.
17) Shall be able to perform different scan Actions based on the virus type (Trojan/ Worm,
Joke, Hoax, Virus, other).
18) Safeguards endpoint mail boxes by scanning incoming email and Outlook folders for
Threats.
19) Should be able to scan only those file types which are potential virus carriers (based on
true file type).
20) Should be able to detect files packed using real-time compression algorithms as
executable files.
21) Shall be able to scan Object Linking and Embedding (OLE) File.
22) Automatic USB device scanning.
23) Solution should able to block devices based on Windows Class ID and should include
USB, Infrared, Bluetooth, Serial, Parallel, fire wire, SCSI and PCMCIA. Solution should
also be able to block and give read/write/execute permission for mentioned devices.
Manageability and integration
1) Should be able to deploy the Client software using the following mechanisms:
a) Client Packager (Executable & Microsoft Installer (MSI) Package Format)
b) Web install page
c) Login Script Setup
d) Remote installation
e) From a client disk image
f) Support MS Systems Management Server (SMS)
2) Must provide a secure Web-based management console to give administrators
transparent access to all clients and servers on the network.
3) The management server should be able to download updates from different source if
required, which could be the vendor's update server, any other server or a UNC path.
4) If the update from the Management server fails, the security clients with the privilege
should be able to get updated directly from the vendor's server.
5) Must reduce network traffic generated when downloading the latest pattern by
downloading only incremental patterns.
6) Must have the flexibility to roll back the Virus Pattern and Virus Scan Engine if required
via the web console.
7) Should have integration with the Active directory.
8) Shall support grouping of clients into domains for easier administration.
9) Establish separate configuration for internally versus externally located machines (Policy
action based on location awareness).
10) Must be capable of uninstalling and replacing existing client antivirus software (Provide
the detailed list).
11) Must support plug-in modules designed to add new security features without having to
redeploy the entire solution, thereby reducing effort and time needed to deploy new
security capabilities to clients and servers across the network.
12) All client features (antivirus, anti-spyware, Enterprise Client Firewall and damage
cleanup) should be installed at the same time via client deployment methods and
managed centrally via the web-based management console.
13) Security Compliance leverages Microsoft Active Directory services to determine the
security status of the computers in the network.
14) CPU usage performance control during scanning, i.e it should not go above 50%
threshold.
Platform Support
1) Windows 98/Me
2) Windows 2000
3) Windows XP/2003 32-bit Edition
4) Windows XP/2003 64-bit Edition
5) Windows Vista (32-bit & 64-bit)
6) Microsoft Windows Storage Server 2003
7) Windows 7, 32-bit version & 64-bit version
8) Microsoft Cluster Server 2003
9) Windows Server 2008 and Windows Server 2008 R2, 64-bit version
10) client installation on guest Windows 2000/2003/2008 operating systems hosted on the
following virtualization applications:
VMware ESX/ESXi Server 3.5 or 4 or 5 (Server Edition)
* VMware Server 1.0.3 or later (Server Edition)
* VMware Workstation and Workstation ACE Edition 6.0
10) Should support Intel x64 processor & AMD x64 processor
11) Should support wireless devices such as Palm, Pocket PC, and EPOC.
12) LINUX/UNIX platforms (Redhat, Debian, suse etc.)
13) Updated versions of Windows and Linux/unix during the period of licence.
Notification, Reporting and logging
1) Must be able to send notifications whenever it detects a security risk on any client or
during a security risk outbreak, via E-mail, Pager, SNMP trap or Windows NT Event log.
2) Must be able to send a customized notification message to specified recipients when
firewall violations exceed certain thresholds, which may signal an attack
3) Shall offer customizable & standard notifications via - SMTP, SNMP, Pager, NT Event
Log
4) Complaint/signature addressing should be done within 24 Hrs of reporting.
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer Purchase Unit No. II Vikram Sarabhai Space Centre ATF Area, ISRO PO Trivandrum - 695 022
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
VI) Tender No. 3515-2012-0496
Annexure
GENERAL ELECTRICAL SPECIFICATION FOR CURVE TRACER
Socket modules supporting following packages shall also be supplied.
1. TO-3 TO-254 TO-5 TO-18 TO-39 TO-46 TO-60 TO-66 TO-72 TO-252 TO-236AA TO-8
2. SO8
3. INLINE
4. SMD-1
5. SMD-0.5
6. DO-4 DO-5 DO-13 DO-35 D-5A D-5B TO-252AA DO-7 DO-13 DO-5 DO-41
7. Socket module for connecting test adapters designed for Tektronix 370 series curve tracers
8. Warranty :- 3 years
Note :- 2 days training shall be given at VSSC at free of cost
Parameter Spec
Maximum Voltage 3000V Maximum continuous Current 60A Maximum Peak Current Pulsed 200A Current resolution 10pA Voltage Resolution 50uV Auxiliary Supply -100V to +100V Line Voltage Range 214V to 250V Line Frequency 50Hz
VII) Tender No. 6563-2012-0026
Quality clauses
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers and they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer Purchase Unit No. III Vikram Sarabhai Space Centre RFF Area, ISRO PO Trivandrum - 695 022
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
VIII) Tender No. 6593-2012-0145
Annexure
Heat flux and pressure calibration models/ probes
Sl.
No. Description Quantity
1 Heat flux and pressure calibration model, water cooled, 4 inch diameter, hemispherical nose with sting arm adapter, as per Drawing 1
1 No.
2 Threaded miniature heat flux transducers with straight connectors and 72 inch long signal leads, suitable for mounting in the nose assembly of the above model, each having the full scale value of 20, 50, 100, 200, 300 W/ sq. cm
2 Sets
3 Heat flux probe, water cooled, 30 mm diameter, hemispherical nose, having the full scale value of 500 W/ sq. cm as per Drawing 2
2 Nos.
4 Heat flux probe, water cooled, 30 mm diameter, flat nose, having the full scale value of 500 W/ sq. cm as per Drawing 3
1 No.
5 Heat flux probe, water cooled, 30 mm diameter, flat nose, having the full scale value of 300 W/ sq. cm as per Drawing 3
2 Nos.
6 Heat flux transducer, water cooled, 1 inch diameter, flat face, having the full scale value of 1000 W/ sq. cm as per Drawing 4
2 Nos.
7 Heat flux transducer, water cooled, 1 inch diameter, flat face, having the full scale value of 500 W/ sq. cm as per Drawing 4
2 Nos.
8 Heat flux transducer, water cooled, 1 inch diameter, flat face, having the full scale value of 200 W/ sq. cm as per Drawing 4
1 No.
Notes:
1. Desired gauges are Gardon (thin foil) type, with full scale value in W/sq. cm
2. Nominal full scale values are indicated. A deviation of ±10% is acceptable at the time of
supply.
3. Calibration certificates, traceable to NIST, should be supplied along with transducers
4. Complete literature and detailed drawings of the offered product must be submitted
along with the quote
5. Products of only reputed manufacturers, having at least 10 years of experience in
design, manufacture and supply of similar transducers for aerospace testing, are
acceptable. Necessary supportive documents in this connection should be submitted.
6. For products from USA, the need of obtaining Export License for supply of above items
to Purchaser should clearly be indicated in the quote.
Ø100
50,75+0,02-0,07
Dra
win
g 1
HF
T
pre
ssure
tap
6. .H
FT
: M
ounting h
ole
s for
Heat flux tra
nsducer,
9
no
s.; o
ne
at cen
terlin
e a
nd r
em
ain
ing 8
nos. at ±10°
7. P
ressure
tap:
1 m
m d
iam
ete
r, o
ne a
t +
5°
and the
oth
er
at -5
°, 8
oth
ers
at 10°
inte
rvals
1. M
ate
rial o
f nose a
ssem
bly
and s
ting a
rm
adapte
r: O
FH
C c
op
per
(UN
S C
10100)
2.
Desig
n s
tagn
ation h
eat flux: 300 W
/cm
²3.
Desig
n s
tagnation
pre
ssure
: 200 m
bar
14"
OD
SS
tube, 3
00 m
m long
for
wate
r coolin
g (
4 n
os.)
11
6"
OD
SS
tu
be, 180
0 m
m lo
ng for
pre
ssure
tap
(10 n
os.)
bra
zed to
nose a
ssem
bly
100
no
se
to a
dapte
rassem
bly
scre
ws
nose
assem
bly
sting a
rm a
dapte
rassem
bly
All
tubes w
ithin
Ø42 m
m
4. In
terc
han
geable
HF
T (
bein
g p
urc
hased s
epara
tely
) th
read
mo
unte
d f
rom
the b
ack face o
f nose a
ssem
bly
.
5. C
oolin
g w
ate
r (p
ressure
and flo
w)
requ
irem
ents
to b
e
specifie
d; W
ate
r at 2
5 b
ar
(max.)
availa
ble
.
R50
R15
Ø3
0
60 (typ)
38" OD hard copper
tube
all dimensions in mm
Material: OFHC copper
63,5
38,1
300
12
,7
47
sensor
OUTIN
19 mmthick
14"NPT tap for cooling
water
24 AWG stranded shielded plated copper cable, PTFEinsulated, 900 mm long
6.6 mm dia.thru, 2 pl.
26 (typ)
Drawing 2
Ø30
60 (typ)
38" OD hard copper
tube
63,5
38,1
300
12,7
47
sensor
OUTIN
19 mmthick
14"NPT tap for cooling
water
24 AWG stranded shielded plated copper cable, PTFEinsulated 900 mm long
6.6 mm dia.thru, 2 pl.
all dimensions in mm
Material: OFHC copper
Drawing 3
26 (typ)
Drawing 4
sensor
1 m long, 24 AWG coppertwisted pair, Teflon insulated,braided copper shield
100 mm long, 18" OD SS tube forcooling water
25,4
3Ø44
Ø35
Ø3,8
IX) Tender No. 6545-2012-0283
Annexure
TECHNICAL SPECIFICATION
1. Shaker
Shaker Type Electro Dynamic, Air Cooled Armature Diameter 440 mm or higher Peak Sine Force 60,000 N Random Force 60,000 N Half Sine Bump Force 118,000 N Displacement 63.55 mm (Peak to Peak) minimum
Sine ≥ 100 g(Peak)
Random ≥ 50 grms
Acceleration Bare Table
Shock ≥ 180 g(Peak)
Velocity Bare Table ≥ 1.8 m/sec Armature Resonance Frequency
≥ 2000 Hz
Useful Frequency Range 4 to 2000 Hz Armature Cross Axial Response
< 10% in the useful frequency range (Vendor to provide typical cross axis response curves of this armature at various ‘g’ levels)
Shaker Body Isolation Air spring suspension, resonance < 5 Hz Internal Load Support Capability
600 kg or higher
Shaker Mounting Trunion mounted with geared rotation to facilitate rotation of shaker to connect slip table for horizontal axis testing
Total Armature Moving Mass Less than 55 kgs Stray Magnetic Field < 1 mT at 6 inches above armature table, full
field with degauss coil on Shaker Armature Inserts Pattern
M8 inserts 8 nos. equally spaced on 8”, 12” & 16” PCD & one at the centre, Total – 25 nos
Armature Auto Centering Armature auto centering at stated load by means of pneumatic load support mechanism with manual override
Minimum possible bare table test levels
≤ 0.1g swept sine, sweeping rate 1 oct/min from 5-2500 Hz
Nominal length of hose for cooling air (shaker to blower)
10 meters
Compressed air requirement Information to be provided by vendor : not to exceed 7 bar
Acceleration waveform distortion measures at table top
< 10 % at full acceleration level
Shaker Assembly type Combo, shaker and slip table, mounted on a standalone single structure providing
permanent alignment of shaker with slip table with air isolation
SRS Specification Details of SRS specification to be provided Armature Mounting selection Trunnion mounted air suspension Air bellow To isolate the system from ground:details to be
provided Air cooling blower Details to be provided including power
requirement and flow rate of cooler for shaker and ampliflier. Silencer to be provided to reduce noise pollution
Working temperature range Up to 30 degC Total power requirement of ampliflier,FPS,Blower
70 KVA or less
Working ambient range
2. Slip Table
Slip plate size HBT 750 x 750 mm Type Oil Film + Hydrostatic Bearing,
High Pressure Total Moving Mass (Armature, Drive Bar & Slip plate)
< 120 kg
Slip plate moving mass (Including Bearings)
< 70 kg
Flatness of table 0.10 mm/m or better Maximum Slip Plate Stroke > 75 mm Combined Resonance Frequency > 1000 Hz Driver Bar Tension bolt type made of
magnesium Combined useful frequency range 5 to 2000 Hz Slip table Material Magnesium Alloy AZ 31B Slip table thickness 50 mm or higher Driver Bar Material Magnesium Alloy AZ 31B
Pitch > 30 kNm Roll > 30 kNm
Overturning Moment
Yaw > 24 kNm Hydraulic Power Pack Suitable for the bearing of slip
table. Low noise, 70dB within 2 meters from HPP. The pressure and flow to be at least 1.5 times the actual requirement of bearing. The power pack should operate with 415VAC, 50 hz 3 phase power supply. The exact power requirement to be mentioned in the offer. Hydraulic safety interlock to be provided with the power pack to detect low hydraulic pressure
Bearing Hydrostatic :vendor to provide the exact number to meet the above mentioned pitch, yaw and roll
moment specifications Type of insert and hole pattern on the top surface of slip table
As per drawing attached
Slip table to shaker interface With suitable driver bar with in line connection (tension bolt) or driver bar+H adaptor+shear pins. Mounting hole pattern suitable for the above mentioned shaker
Cross axis response Should be less than 10% in the operating frequency
3. Power Amplifier
Power Amplifier Capacity Suitable to the rated shaker capacity
Type PWM Based, switching type, Class D, modular and Air cooled
Frequency Response ± 3dB, 20 Hz to 3000 Hz Overall Efficiency > 90 % Amplifier Shaker Distance 12 meter approx Minimum no. of amplifier modules 4 Total Harmonic Distortion < 0.2% when measured with
matched resistive load at rated output
Amplifier Remote Control panel Remote control panel with all monitoring and control switches be provided with cable length of 50 m via PC interface. Remote controller should provided with the following minimum configuration:Intel core 2 duo e 7500 processor/intel G41 Chip set motherboard/2GB DDR3 RAM/500GB HDD drive/Keyboard and Mouse / LAN / Internal Graphics / Card reader/21 inch or higher TFT monitor,A3colour laser Printer, windows XP OS preloaded with remote control software
Amplifier Soft Start/Shut down Shall be available. This is to avoid transient on the shaker during Power Ampliflier ON/OFF operations. Details to be provided.
System Noise 0.05 Vrms or less Switching Frequency ≥ 150 kHz Signal to Noise Ratio > 65 dB Input Impedance ≥ 10 kΩ Input Sensitivity 1 Vrms for 100 Vrms output.
Differential unput compatible with all standard controller specifically ‘M+P’ controller. Should accept maximum 10 V peak input.
RFI filter to meet EMC Standard Details to be provided
Safety Interlocks Specifications
Amplifier Cooling Vibrator Cooling Vibrator Over Travel Field Failure Module Over Current Cabinet Door Open External Trip- 2 HT Minimum
Interlocks
HT Maximum Amplifier Output Voltage Amplifier Output Current
Metering
Field Voltage and Current Output Over Current Output Over Voltage Output Short Circuit Output DC Fault Aux Power Supplies ON Amplifier Cooling Failure Amplifier Over Temperature
The power amplifier and shaker system must be protected with following safety interlocks with appropriately located indicators. This has to be indicated on remote panel and also on amplifier panel.
Indication System Level
Vibrator Cooling Vibrator Over Travel Vibrator Cooling Failure Vibrator Over Temperature Field Failure Supply Low/High Voltage Cabinet Door Open
Emergency Stp Variable Field Control Amplifier should accommodate
field power supply transformer and related circuits. Field power systems should incorporate easily variable controlled field supply
Electrical Wiring & Mains Power Wiring suitable for 415 VAC ± 10%, 50Hz, 3 phase. Lower tapings for 318 VAC to be provided
Power Module The power module should have independent cooling and RFI filters
Power Loss Protection The amplifier should have
synchronized loss protection facility to have a smooth shut down in the event of power failure
System Interface The amplifier should have microprocessor based user interface which improves reliability and fault diagnosis of the system
Power rating of individual amplifier module
Details to be provided
SLIP TABLE HOLE PATTERN
ACCEPTANCE TEST PLAN OF TOTAL SYSTEM
Acceptance Test plan
Vendor shall give full details of his proposed Acceptance Test Plan
(1) At his works and
(2) At VSSC, Trivandrum
Vendor shall also propose the schedule of test plan activities
Details of minimum required tests are given below
ALL THE TEST SHOULD BE CONDUCTED AND REPORTS GENERATED WITH GRAPHS
AND INSTANATANEOUS TEST VALUES AND SUBMITTED TO US AND APPROVAL
OBTAINED BEFORE DESPATCH OF ITEM
Test along the vertical axis Sr.No Parameter Test Specifications
1 Bare table open loop test Frequency range 5 to 3000 Hz
2 Bare table closed loop test At 0.1g: frequency range 5 to 2000 Hz Sweep rate one octave/min
3 Bare table test At maximum rated displacement (d),Velocity (V),acceleration(a) as per rated specifications.
4 Diaphragming test 100 Hz to 1000 Hz,100g Input level Center control and measured at two location 90 degree apart extremes of shaker.
5 Full load test With rated displacement, Velocity and acceleration as per their monogram.
6 Low level random test 0.2 grms: Frequency range 20 to 2000 Hz 7 Bare table random test At 50grms:Frequency range 20 to 2000Hz
appropriately shaped. 8 Full load random test With rated mass.
9 Open loop test with full load
Open loop test with full load: Frequency range 5 to 2000 Hz.
10 Shock test For rated specifications 11 Body suspension test Resonance frequency of body suspension test
Frequency range 2 Hz to 10 Hz Test along the horizontal axis
1 Bare table open loop test Frequency range 5 to 2000 Hz 2 Bare table closed loop test At 0.2g: frequency range 5 to 2000 Hz
Sweep rate one octave/min 3 Low level random test At 0.2 grms:Frequency range 20 to 2000Hz
4 Full load Bare table random test
Frequency range 20 to 2000Hz
5 Open loop test with full load
Frequency range 5 to 2000Hz
6 Bare table open loop test Bare table open loop test 7 System noise test System noise test while input shorted with full
gain.
ADDITIONAL TESTS
Additional tests can be carried out as per mutually agreed terms for power amplifiers and total integrated system, ie. noise measurement , current and voltage measurement at rated force, distortion measurement and stray magnetic field measurement etc.
Note/Special Conditions:
Vendor shall clearly indicate the shock Response Spectrum (SRS) capability in terms of
frequency band and g for rated shock force. Vendor shall also specify system limitations if
any for conducting SRS test on the system offered.
Vendor shall provide the monogram of the system offered in terms of displacement, velocity,
acceleration v/s frequency
Vendor shall provide the details of the dead weight required to demonstrate sine and
Random force capability along with rated displacement, velocity and acceleration capability
at VSSC, Trivandrum at the time of installation and commissioning
Vendors shall provide the measured test values for their recent supplies of 60kN shaker
systems. The test report shall contain relevant parameters, values and plots.
The system shall be their standard product and must be a regular product line item. Vendor
should provide MTBF values of the offered system based on the field experiences of similar
60kN systems deployed at various user sites.
It is planned to install entire shaker, power amplifier and slip table system, in Air conditioned
area. However shaker cooling system shall be installed in non air conditioned area. Vendor
may take note of this and also identify for any specific requirement in doing so.
The vendor shall specify the environmental conditions required, like the operating
temperature range of the system offered, relative Humidity requirements during operation
etc.
The vendor shall specify the maximum peak power required to operate complete shaker
system at rated force (including shaker system, amplifiers, hydraulic power packs for shaker
& slip table, chiller systems, air compressor
Vendor shall submit the documentary evidence from the supplied customers for the
satisfactory performance of the 6 ton shakers. The supplied system must be operational for
more than 5 years
Technical and Commercial Requirements
Supply details of complete shaker system including shaker, slip table, power
amplifier. Vendor should provide details of 60 kN or higher capacity system supplied by
them in the past, which includes shaker, 750mmx750 mm or higher slip table and power
amplifier. Vendor should attach relevant contract/Purchase order copies and other details to
substantiate their claims. Vendor shall specify whether the system was (a) designed and
manufactured at vendor’s works, or, (b) supplied as partially as system integrator or, (c) fully
as system integrator. Vendor to provide details for either case applicable. The supplied
system must be operational for more than 5 years. Vendor to provide date of installation
with a copy of acceptance report.
Test report of supplied systems
Vendor shall submit the detailed test report with results and appropriate plots for shaker
system capacity of 60 kN or higher supplied to other parties with full details of tests carried
out at factory as well as at buyer place with the technical proposal.
Details of associated systems
Vendor must submit the complete details with relevant documents of the associated
systems like cooling system for shaker, hydraulic power pack.
Quality standards
Vendor must provide quality standard followed at manufacturing works wherever
system/subsystem are manufactured and it shall adhered to either of ISO, CE, UL, TUE etc
Details of service centre
Vendor must have service centre in India for pre/post guarantee/warranty service back up.
Vendor shall submit detailed list of service centre/s.
Pre- Despatch Acceptance & Training
Pre-despatch inspection will be done by VSSC Engineers before delivery if found
necessary. As a part of pre-Despatch Acceptance & Training, (1) Vendor shall provide basic
training related to operation & maintenance and trouble-shooting and (2) Vendor shall carry
out and demonstrate all the tests as per Factory Acceptance Test Plan in presence of VSSC
Engineers at their works/site.
Installation, Commissioning, Acceptance Testing and Training at VSSC
Vendor is completely responsible for
(1) Safe transportation of total system,
(2) Unloading and handling of the system at VSSC Trivandrum,
(3) Erection and commissioning of total system at the installation site identified at VSSC,
Trivandrum, and
(4) Demonstration of total performance specifications of shaker system including slip table,
power amplifier and other associated system supplied by vendor.
Vendor shall also impart detailed training for operation and maintenance of the system to
Engineers/Technicians at VSSC, Trivandrum free of cost.
Any special earthing like safety earth, RFI earth must be provided along with all the
cablings free of cost
Standard Guarantee period
All the equipments offered by vendor must have free guarantee support of at least Two
years from the date of installation, commissioning and acceptance of total system at VSSC
Trivandrum
Warranty support
Vendor shall also specify the charges for warranty support, beyond standard guarantee
period, on yearly basis
Technical catalogues, literature & service and operational manuals
Vendor should attach Technical catalogs, literature and detailed data sheets of all items
offered by the vendor in support of their technical offer. Installation, Operation &
maintenance manuals of all systems should be supplied with the system.
Essential spares
Vendor is required to submit list of essential spares required for trouble free operation of
total system beyond standard guarantee period for minimum 10 years. Offers should be
provided for one set of spare field coils, one spare armature assembly, one set of spare
armature bearings, f-our nos of power modules. Also this should contain list of consumables
used for preventive maintenance.
Tool kit: A set of tools required for assembly of the items must be supplied free of cost
General Terms & Conditions
Vendor shall clearly indicate the specification of their shaker system and not a compliance
statement to the requirement given by us
The offer should be for the full system and part supply is not allowed.
The vendor should give details of shakers supplied by them earlier of specifications given
in this tender along with performance report for 5 years. If shaker with same specs was not
supplied /supplied is not giving expected performance we have every right to accept the
system supplied to us and make payment only after the system is used for at least six
months.
This is a TWO PART Tender enquiry and quotations are invited in two parts, in separate
sealed covers, from experienced vendors.
Part-1: This sealed cover should contain (a) details covering all the technical aspects along
with necessary technical attachments/literature/documents, if any in support of the
compliance to the specifications along with the Compliance Matrix. Any deviation from the
specifications to be clearly spelled out in the Compliance Matrix, and (b) Commercial terms
and conditions like payment terms, validity etc. It should be exact replica of the commercial
price bid but without price information
Part-2: This sealed cover should contain only the commercial price bid along with requisite
commercial terms and conditions
Vendor is required to give the Name, Address, Email ID, Phone No etc of a Contact person
from his side for all relevant communications/interactions.
VSSC reserves the right to visit Vendor’s premises for verification of information provided by
the vendor in the technical bid and other infrastructure facilities claimed. The technical bid
of the vendor, who is not able to substantiate/satisfy the technical requirements laid down in
this tender, is liable to be rejected.
Vendor shall be ready to give a techno-commercial presentation during the negotiations at
VSSC, Trivandrum. The vendor shall be intimated 30 days in advance for this presentation.
This intimation will be sent to the vendor only after technical evaluation of the proposal and
if it is found technically suitable.
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer Purchase Unit No. III Vikram Sarabhai Space Centre RFF Area, ISRO PO Trivandrum - 695 022
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
X) Tender No. 6541-2012-0427
Annexure
Supply, installation and commissioning of High Temperature valve with actuator and
controls
Specifications
Valve Type : High temperature valve
Working fluid : Nitrogen gas
Mass flow rate : 3 Kg/sec
Operating pressure : 30 bar
Operating Temperature : 1600K min
Blow down duration : 60 sec.
Nominal throat dia. : 4 inches
End Connection : Flanged / welded
Actuator : Electro pneumatic / Hydraulic with suitable power pack
Maximum opening time (from fully closed to fully open) : < 3 seconds Maximum closing time (from fully open to fully closed) : < 3 seconds Valve position : Normally closed
Requirements to be met
1. The valve is to be used in a test facility where in hot Nitrogen gas at 1600 K (minimum) flows through the valve for a duration of 60sec. 2. Valve to be operated remotely 3. Valve has to open/ close against maximum differential pressure of 30 bar 4. Valve has to withstand a differential pressure of 30 bar from either side. 5. Valve has to withstand a differential pressure of 30 bar with downstream evacuated to 0.01 mbar. 6. Leak rate should be absolute minimum. 7. Pressure and temperature rating to be met. 8. The valve has to be remotely operated and should be adoptable into a PLC based circuit. 9. Direction of flow shall be stamped on the valve body.
10. Necessary valve cooling provision to be provided to meet the operating pressure and
temperature requirements. 11. Installation, commissioning and training at VSSC site to be carried out. Following additional information shall be provided: 1) List of materials for all valve components.
2) Confirmation that all valves and valve components selected are suitable for full range of process conditions. 3) Valve testing procedures; Valve shall be hydrostatically pressure tested to 1.5 times the rated pressure. 4) List of valves of similar design conditions supplied elsewhere. 5) Valve performance charts. 6) Valve is to be thoroughly tested before dispatch. Valves supplied shall be issued with a copy of hydrostatic test certificates, conformity certificates, fire safe certificates. 7) The flange face on valve is to be protected with a bolted metal flange matching to the size of the flange out side diameter. 8) Valve shall be adequately packaged for shipping to prevent damage in transit and during
storage at the erection site. 9) Valve and valve components have to meet relevant ASME/ASTM standards; Specification
for each components and qualification / acceptance test should be listed. 10) Spares required for the valve shall also be included. 11) Operation /maintenance manuals in English shall be provided.
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer Purchase Unit No. III Vikram Sarabhai Space Centre RFF Area, ISRO PO Trivandrum - 695 022
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
XI) Tender No. 6526-2012-0510
Annexure-1
Specification/features of Cycling Chamber Design, fabrication, supply, installation, commissioning and training of cycling chamber at
SOG/VSSC/ISRO as per the following specification: 1. Cycling chamber with temperature and humidity control. 2. Specimen envelope size: 1m x 1m x 1m (1000 Liters) - approx 3. Mass of specimen: 20 kg stainless steel - (Max). 4. Temperature range
Lowest temperature with Refrigeration system:(-) 85°C.
Lowest temperature by using LN2 passing through coil:(-)130°C.
Higher temperature: (+)180°C 5. Rate of heating/cooling
Rate of heating: 5-7°C/minutes from (-)70°C to (+)180°C for empty chamber.
Rate of cooling: 5-7°C/minutes from (+)180°C to (-)70°C for empty chamber.
Rate with 20 kg SS: 3-5 °C/minutes for temperature range of (-)50°C to 100°C
6. Temperature stability: < ± 0.5°C along temp. range of (-) 85°C to (+)180°C. 7. Humidity range: 10% to 98% RH ( fluctuation +-3 RH).
8. Deviation in space: +- 0.5 to +-2°C.
9. Temperature gradient across sample: 1 to 4°C.
10. Material of construction: built in welded, airtight stainless steel with castors with locking mechanism.
11. Chamber feed through:
a) Electric: 51 pin electric feed through, 10A, 300 VDC rating, with mating connectors on both sides.
b) Pressure line: Two number of O-ring compression seal for passing Stainless steel
tube of OD 10mm.
c) Temperature sensor: 10 numbers of sensors (for specimen temperature monitoring). d) Port holes: on each side dia 80mm.
12. Automatic operation: The equipment offered should have automated operation with provision for manual over ride. The operation should be via touch screen (20”) using appropriate software and also by a PC based remote operating console. these console should have minimum distance of 8 m from the chamber.
13. Data logging: Provision for real time monitoring and printing of temperature and humidity
data (for sample thermocouple and chamber sensors) using PC interface. The basic configuration should be as follows:
Processor type: Intel® Core™ i7-880 Processor (3.06 GHz, 8 MB cache, 1333 MHz
memory) or Intel ® Core™ i7-870 Processor (2.93 GHz, 8 MB cache, 1333 MHz memory).Ram : minimum 4GB. Hardisk: SATA 320 GB. Monitor: LED 32 inch. Colour laser printer (model: HP MF PB1 75 3IN1 Laser jet printer) should also be provided for meeting above requirement.
14. Mimic diagram: Full system real time mimic diagram should be displayed on the screen so
that the fault conditions are visible to the operator. In addition, there should be provision for a comprehensive alarm system for warning the operator of any malfunction / variation in service conditions. live synoptic should enable
i) to see chamber at work, watch and check values of parameter in dynamic display. ii) check circuits and pressure values during working. iii) check all inputs and outputs of the board in dynamic display and spot eventually the
defective I/E status. 15. Power supply: 3 phase 50HZ, 415 V +-10%. 16. Other accessories: i) Additional shelf made of SS. ii) Illumination of test space. iii) Observation window on the door preferably with heater. iv) Additional capacitive sensor for humidity measure. 17. Safety features: a) Sound warning on event b) Emergency push button. c) Alarm on door opening d) Thermal fuse connected to alarm. e) Minimum-maximum Electronic temperature safety on sensor. f) Electronic thermostat safety. g) Customized safety by calibrated thermal fuse. h) Adjustable software temperature limiter min/max i) Independent adjustable temperature limiter tmin/tmax.. 18. Restart/power failure: software should be designed such that the chamber should restart
automatically and resume the programme after power failure.
Annexure-2 General terms and conditions
1. Installation and commissioning: It is the responsibility of the party to do the installation
and commission of the equipment at VSSC. Training in the operation and maintenance should be given at this stage. The entire final acceptance test should be carried out satisfactorily as per agreed procedures.
2. Two part bid: party may submit their offer in two parts - technical bid and price bid .
a) Technical bid: It should contain all the design and technical details of the climatic chamber. Compliance matrix with regard to the specification provided should be prepared and attached with the offer. In addition, all other details like technical data sheet, catalogue, options, accessories, etc may be included with technical part of the offer.
b) Price bid: This part of the offer should contain all the price details of the chamber along
with the split up cost for various brought out items, packing & forwarding, installation and commissioning, etc. Price bid should be send in a sealed cover to the purchase department. Price bid send through email will be disqualified.
3. Design & Drawing: Offer should include design drawings, layout/block diagram& footprint
of the system. 4. Technical catalogue: Detailed technical catalogue for the chamber and all bought out
items should be provided. 5. Calibration: Calibration certificate to be provided from an approved certifying agency. In
addition, party should supply calibration certificates for the bought out items like thermal sensor, temperature controller, indicators, humidity sensors, etc. party should also specify the calibration procedures of the sensors (temperature & humidity)
6. Software/Document: Software developed should be given to VSSC in installable CD
media along with source code. Any licensed software used in the system should be given to VSSC along with the license. Update of the softwares should be free of cost. Along with the machine, party should supply minimum 2 sets of operating and maintenance documents.
7. AMC : party should be able to provide comprehensive annual maintenance for the
equipment after the expiry of warranty period as per standard terms & condition of VSSC. 8. Authorisation/Previous experience: Party should provide detail list of the vendors to whom
they have supplied such a equipment earlier. Quotations from the manufacturer or the manufacturer’s authorized sales/ service agents only will be considered. The certificate of authorization must be furnished with the quote.
9. Safety: All statutory safety requirements for the equipment should be complied. Safety
interlocks to be provided wherever feasible. Other than this the safety features specified in the annexure 1 - point no 17 should be strictly adhered.
10. Spares: The offer should include essential spares and consumables required for trouble free operation of the machine for a period five years. Also include list of such items like calibrated sensors, heater, etc proposed to be supplied along with the machine. Quantity and split up cost for each may be included in the offer.
11. Payment terms: Party may mention clearly about payment terms in the offer. 12. Capital equipment insurance: The equipment is to be insured by the party to cover the total
interest, including VSSC’s interest, till such time the equipment is handed over to VSSC after the commissioning.
13. Tools: Set of maintenance tools and any special tools required for the regular operation of
the equipment may be supplied with equipments 14. Time line for delivery: Party should clearly mention the time required for realization of the
chamber from the release of purchase order. 15. Packing and forwarding: After the initial acceptance, party should properly pack and
forward the equipment to our site at VSSC, Trivandrum for final installation and commissioning. VSSC will provide all required logistics/utilities in this regard.
16. Warranty: Total equipment should have comprehensive warranty for a period of two year
from the date of final acceptance at VSSC.
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer Purchase Unit No. III Vikram Sarabhai Space Centre RFF Area, ISRO PO Trivandrum - 695 022
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
XII) Tender No. 6083-2012-0100
Annexure-1
Technical Specification of 1000T Hydraulic Forging Press
1.0 Scope of Work: Design, Realization, Supply, Erection, Installation, Commissioning
and Performance Demonstration of downstroking 1000T Hydraulic Forging Press.
2.0 Intended use of the equipment & features:
This press is required for forging of various metallic materials viz, Aluminum alloys,
Titanium alloys, Steels, Super alloys, Nickel and Copper alloys.
The press should not have any blankholder or die-cushion type of
arrangement.
Press should have a Double action main cylinder.
Press should be operated fully in both automatic and manual mode with inching.
Both Manual and automatic modes should have necessary safety interlocks. The
machine should be fully controlled by a PLC with all safety interlocks. Both the
automatic and manual modes should be fully independent i.e, Malfunctioning of
automatic mode shouldn’t affect the performance of press when operated in manual
mode.
3.0 Detailed Technical specification:
Sl No Description Specification
1. Type Down stroking double action Hydraulic
Press. “Four Pillar type”
2. Maximum operating load 1000T
3. Table Size [ with T slot]
(Drawing of T slot as per Appendix-
I)
800x800mm
4. Daylight 1000mm
5. Holding time
(load application time)
60minutes (minimum)
6. Operating level
distance between bottom table
level to ground level
700mm
7. Maximum Stroke 800mm
8. Approaching speed 150mm/sec
9. Pressing Speed 1 to 10mm/sec (provision to select in
steps of 1mm/sec)
10. Return Speed 200 mm/sec
11. Stroke Length 800mm
12. Mode of Operation Automatic & Manual with inching
13. Geometrical Accuracies of the press As per JIS B 6403 Grade-1
4.0 Mode of operation: Press should be operational in inching mode through push
buttons. Separate push buttons should be provided for forward and return motions of ram.
Operation in Automatic mode should include setting of:
Required load from 10T (min load) to 1000T (max. capacity) in steps of 10T.
Pressing speed (1 to 10mm/sec (provision to select in steps of 1mm/sec)
Stroke length (upto 800mm)
Holding time: One hour at maximum rated load (in the range 1 to 60 mins).
5.0 The equipment should confirm the specification as follows:
5.1 Constructional Features
Material of Construction: All materials shall confirm to IS 2062. Grade 1A/1B,
designed for low deflection. These frames must be stress relieved to reduce internal
stresses prior to fabrication.
(a) Frame: These frame to be stress relived to reduce internal stress developed during
fabrication. It is to be finish machined by ensuring accuracies as per relevant
standards for proper alignment and movement for mating parts when fitted.
(b) Cylinder: Single cylinder double action down stroking, made out of solid
drawn seamless tubes, precisely bored and honed to fine surface finish. Supplier
may indicate size of cylinder and operating pressure. Wiper ring/Suitable
mechanism should be provided to prevent foreign particles from entering into the
cylinder. Suitable seal should be provided to ensure minimum oil leakage during
operation. Party should provide details of the seal materials.
(c) Ram: Mild Steel ground to high surface finish and hard chrome plated ensuring
hardness of about 65HRC to give long life and anti-scratch properties.
(d) Table: Table with T slot (refer Appendix-I) will be of Mild Steel confirming to IS
2062 Grade 1A/1B and should be in finished machined condition. The dimensions of
T-slot table should be worked out by the party according to the press capacity.
(e) Pillars and Nuts: Pillars will be made out of alloy steel round bar. They should be
turned, ground and chrome plated. They should be fixed at both ends by means of
threads and adjustable nuts. Material specification of pillar and nuts should be
mentioned.
(f) Lubrication: Automatic centralized lubrication system shall be provided in the
press.
(g) Press accuracies: Shall comply with JIS B 6403 Grade-1 or better.
5.2 Hydraulic system
a. The press is to be equipped with a hydraulic power unit of sufficient capacity to
operate the press continuously for its maximum load and time. The power pack shall
be equipped with all necessary items like electrical motor, hydraulic pumps,
pressure control, relief valves, pressure gauges, safety relief valves, pressure
switches, oil level indicators, temperatures gauges, thermostat, etc. for its smooth,
safe and trouble free operation. It should be provided with proper cooling system
to ensure oil temperature below 60ºC.
b. Party shall provide corrosion free oil tank of sufficient capacity, fitted with drain
plug, strainers, filter/return line filter and necessary items. It should be accessible
for easy cleaning. Position of the tank should be at ground level.
c. Hydraulic pump and all valves, gauges, pressure switches, oil seal etc. should be
from standard manufactures viz. Vickers/Yuken/ Polyhydron/ Rexroth/Denison/
Parker.
d. Electrical motor should be of 415 V AC, 3 phase, 50 Hz supply and from reputed
manufactures like ABB/Crompton greaves/ Siemens etc.
e. Hydraulic Power Pack to be designed as per the latest trends in the hydraulic
machines to give trouble free operation. The power pack to be mounted on suitable
location (preferably at the ground level)
f. DIN/ISO standard to be followed for all hydraulic systems.
g. Low noise operation of pumps is essential. Damping enclosure to meet noise level
85dB or less at 1 meter from any component of the press is required. Mechanical
vibration of press during operation at maximum rated capacity should be specified.
h. Stroke adjustment: Linear scale to be provided for controlling and measuring ram
movement. Heidenhein / Fager make to be used.
i. Daylight shall be limited by using limit switch. One redundancy limit switch to be
provided for fail safe operation.
5.3 Electrical, Control and Instrument systems
5.3.1. Electrical Panel must be standard make with full opening doors provide to house all
control instrumentation, PLC (Programmable Logic Control) and display-MMI (Man
Machine Interface) control switches, push buttons, indicators, fuses, starter,
overload relay, voltmeter, ammeter, main switch, circuit breakers, contactor etc. All
should be housed in an in-built air conditioned panel (Recommended make: Rittal).
An emergency switch off red in color & suitable size should be provided in the panel
for emergency switching off the hydraulic systems. All electrical systems are
properly wired and numbered as in the circuit diagram as per international
standards. All electrical components shall be from reputed manufacturer like
siemens, ABB and L & T.
5.3.2. In addition to main control panel, a Remote/ Pendent Push Button Station
containing mains on/off, Pump on/off, main cylinder down, main cylinder up, selector
switch for the selection of “Auto” & “Inch” mode of operation, emergency stop have to
be fitted in the press on the right side of the Operator. Same controls should be
provided in main control panel. Selection switch to be provided for shifting operation
of the press between main control panel to Remote push button.
5.3.3. Load Cell: Load cell to be provided for the precise Load measurements and make
should be Rexroth/ IPA/ Honeywell/ HBM. Make of load cell should be mentioned in
the offer.
5.3.4. The system to be equipped with PLC, MMI etc from reputed manufactures like
Siemens, Allen Bradley, Honeywell and properly interfaced with standard personal
computer with SCADA and Windows 7 platform on panel. Display should show
mimic diagram on main screen showing press operation, slide position (status &
sequence display).
5.3.5. Parameters to be measured, monitored and controlled are:
a. Pressure on main cylinders (5% or better in set values)
b. Speed of main ram (5% or better in set values)
c. Actual Load on Workpiece
d. Stroke length
e. Pressing speed
f. Holding time
5.3.6. Graphical display of Stroke Length vs time. & Load vs time should be available. All
data should be stored in excel file.
5.3.7. UPS of suitable rating for 30 min back up time should be provided for control and
data acquisition system.
6.0 Safety requirements
6.1. Total safety of the system to be ensured by supplier by providing proper safety
interlocks. Complete details of all safety features incorporated, including interlocks,
audible alarms, signal lamps etc. shall be provided by the supplier. Safety
measures/provisions to prevent accidental movement of ram should be
provided.
6.2. Health of the system to be monitored by a self check.
6.3. Following safety features must be available in the system:
Alarm light showing readiness for press working and failure of any system.
Emergency off switch at safe reach of operator.
Software limit for all the parameters.
Limits for ram position (Electrical and Mechanical).
Overload relays to prevent the electrical system from overloading.
Visual Indication with control against in case of rise in oil temperature above
600C.
The lockable type selector switches for press operation to prevent unauthorized
handling.
7.0 Assembly, Testing & Acceptance
7.1. Detailed design documents of the press should be submitted by the party for VSSC
Approval within 2 to 3 months of placement of confirmed purchase order.
7.2. Calibration and testing: The party will be responsible for the calibration and testing
of the system at their site and shall arrange all the items required for the same.
Calibration certificate of various equipment/instruments viz. pressure valves, gauges,
sensors etc. should be provided. Calibration procedure and traceability to the
National standards should be given by the party for regular calibration of the press.
7.3. Pre-delivery inspection of press should be carried out as per Clause 8.0.
7.4. Press shall be assembled in our site and demonstrated. Press will be verified for the
compliance of all the specifications mentioned in the Purchase Order. All the
plumbing joints should be leak tight for 2 times the maximum working pressure and
demonstrate for 60 minutes. The components selected for the system should ensure
that the realized system have adequate margin over the system operating pressure.
After installation of press at VSSC, party has to demonstrate working at
maximum rated capacity of press i.e. 1000T for 60mins.
7.5. Software: Software developed for operation/maintenance of hydraulic press should
be supplied to VSSC in installable CD media with source code. Software used in the
system should be given to VSSC with license.
7.6. Utilities required: The party shall clearly indicate basic utilities such as details of
power supply, water cooling arrangements required successful installation of press
at VSSC.
7.7. Lay-out plan: The general arrangement of equipment layout details with drawings
and the necessary building plan for accommodating equipments shall be provided
along with the offer.
7.8. Spares list: Party should provide list of spares along with rates as an additional
Annexure along with the offer. The party should supply essential spares like
electrical fuses, seals, ’0’rings, limit switches etc. along with the press for
proper functioning upto TWO years.
7.9. Delivery: Within 9 Months from the date of Confirm Purchase Order.
7.10. Guarantee/Warranty:
The equipment should be fully guaranteed for its performance as per the
specification for a period of 24 months from the date of commissioning and
acceptance. A certificate to this effect should be given to VSSC..
Party should ensure availability of all components and essential spares for a
minimum period of 10yrs from the date of installation and commissioning of
hydraulic press at VSSC.
7.11 TWO different shapes of Anvils (refer Appendix-II (a), (b) & (c) for detailed
drawing) should be provided as additional spares. TWO sets which include both
TOP& BOTTOM of Appendix-II (a) & (b) and ONE set of anvil holder as per
Appendix-II(c) should be provided. Anvil holder should have provision for
assembling on the T slotted press bed.
7.12 All consumables (including hydraulic oil for initial filling) required during
commissioning trials and load test shall be provided by the Supplier.
7.13 Party should provide all necessary tools related to the press (like spanners, pipe
wrench, allen key etc.)
8.0 INSPECTION
Pre-delivery inspection at party‘s site:
8.1 The terms and conditions are on mutually agreeable basis.
8.2 Supplier shall submit all documents including test reports and test certificates with
respect to design, materials, fabrication, testing, etc. for pre-delivery inspection at
manufacture’s site.
8.3 The equipment shall be assembled and satisfactory performance of all the systems
shall be demonstrated as per specifications and mutually evolved Accepted Test
Procedures (ATP) at manufacture’s site.
8.4 The manufacturer should demonstrate the successful performance of the system
initially at their work center for the maximum rated load and also after installation
and commissioning at VSSC.
9.0 Erection and Commissioning:
Foundation drawing and other civil works needed are to be clearly provided by the supplier
after placement of purchase order.
Supplier is responsible for:
a) Packing and transportation of the press to VSSC, unloading at VSSC Site
and installation followed by commissioning.
b) Providing foundation bolts, equipment alignment and grouting at VSSC
site.
c) Demonstration of trial forging on workpiece with maximum rated load
capacity & time after installation of press at VSSC.
d) Demonstration of operation and functioning of all mode of the system of
the press at VSSC.
e) Adequate training to be provided to VSSC personnel at supplier’s
workplace during pre-delivery inspection and also at VSSC site. Focus of
training shall be both on operation and maintenance (Mechanical &
Electrical) of the press.
10.0 Technical Documentation: The supplier shall provide THREE sets of technical
documentation in English (Both in printed and CD):
The documents shall contain:
Operator’s instruction manual with the identification of components with part
number.
Catalogue of bought out items.
Complete hydraulic circuit diagram with all details.
All electrical circuits/wirings including details of interlocks & PLC circuits/ Ladder
diagram.
Overall equipment lay out.
System software and application software in HDD and installable CD media
Service and maintenance manual.
11.0 Submitted quotation should clearly address following major points:
a. Technical specification of the supplied press. (Should address all points in
clause 3.0.)
b. Quotation should consist of construction details with well-supported catalogues
and leaflets along with make and model number of each component. Foot print of
the system, dimension, weigh, mobility and enclosure details to be provided.
Approximate available space at VSSC for installation of press is included in
Appendix-III.
c. Grades of materials used for fabrication of press.
d. Makes of all systems or subsystems involved in fabrication of press like hydraulic
pump, pressure valves and switches, oil seals, electrical motors, load cell, PLC, Linear
Scale, specification of personal computer etc.
e. Full Cost of hydraulic press and Mode of payment (advance if any).
f. Delivery Schedule should include:
Period for readiness of press at party’s site for pre-delivery inspection after the date
of placement of purchase order.
Time required for installation & commissioning of press at VSSC.
g. List and details of all bought out components shall be provided in the quotation.
h. List of recommended spare parts and consumables with individual quoted price
should be mentioned for smooth and proper functioning of press for 2 years.
i. Cost of Anvils/ Anvil holder mentioned in Clause 7.11 should be separately quoted.
j. All safety requirements included in Clause 6.0 should be clearly mentioned in offer.
k. Details of all Hydraulic systems and Electrical, Control and Instrument systems as
included in clause 5.2 &5.3 should be clearly addressed.
l. Isolation transformer with voltage stabilizer of higher rating should also be quoted
separately as optional.
12.0 Qualification for bidding:
(i) The party must have proven track record of design, fabrication,
commissioning, testing and demonstration of 1000T or higher capacity Hydraulic
press. Along with offer party should submit relevant evidence in this regard.
(ii) Each point/clause of this technical annexure should be clearly addressed in
quotation and non-conformance to any clause should be clearly specified.
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer Purchase Unit No. V Vikram Sarabhai Space Centre RFF Area, ISRO PO Trivandrum - 695 022
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
XIII) Tender No. 6087-2012-0326
Annexure-1
TECHINICAL SPECIFICATIONS OF MINI HOT PRESS
1.0 HYDRAULIC PRESS
1.1 PRESS
CONSTRUCTION
: Double acting 20 ton hydraulic press of open pillar type
construction. The press should use a single cylinder for both
down and return strokes.
1.2 PRESS SPECIFICATION :
Press capacity of the cylinder : 20 tons
Ram stroke : 150 mm
Minimum measurable load : 0.5 Tons or lower
Load measurement accuracy : 1% of the rated capacity
of the press or better
Load cell (preferably attached
to bottom ram)
: 20 tons
Positional accuracy : 0.1 mm
Pressing Speed : 1 mm/sec
Return speed : 5 mm/sec
Ram Size : ∅ 75 mm (minimum)
Daylight : As per the vacuum
chamber design
The geometric tolerances and parallelism of the press and
its sub-systems (e.g. Top and Bottom Ram) should
comply with latest standard JIS- 6043. The frame of the
press and bottom support structure should conform to IS
2062 grade material. The press cylinder should be made
out of drawn seamless tube, accurately bored and honed
to fine surface finish. Pillar material should be made from
low alloy steel, ground and hard chrome plated. Load cell
to be provided for the precise Load measurements and
make should be of Rexroth or IPA.
1.3 LOAD AND POSITION
MEASUREMENT
: Digital display for Applied load and Ram position should be
provided.
1.4 TOP & BOTTOM RAM : • The top ram and bottom ram should be made from a solid
heat treated ground stainless steel 304L with water cooling
arrangement.
• Bottom end of the top ram and top end of bottom ram
should be screw-fitted with a molybdenum adapter having
high degree of flatness. Adapter should have same
diameter as of Top Ram and bottom ram and should have
at least 25mm thickness.
• The contacting surfaces of the top and bottom ram to
molybdenum adapters should be ground to high degree
flatness. The rams and adapters should have perfectly
mating surface for transfer of load.
• The clearance between the vacuum chamber and furnace
should be designed such that the bottom end of the top
ram should remain between them during full ram stroke of
150mm. In full stroke condition, there should be a minimum
clearance of 30mm between top ram adapter and furnace.
1.6 Hydraulic Power Pack : • The hydraulic power pack should have sufficient capacity
to operate the press continuously for 12 hrs at its
maximum capacity. The power pack shall be equipped
with all necessary items like electrical motor, hydraulic
pumps, pressure control and relief valves, pressure
gauges, oil level indicators, temperature gauges, pressure
switch, thermostat for its smooth, safe and trouble free
operation. Proper cooling system also to be provided to
the power pack to ensure that the oil temperature will not
exceed 60 °C during the operation.
• DIN/ISO standard to be followed for all hydraulic systems.
• All the hydraulic lines should be made of tubes confirming
to DIN 2391.
• All valves, gauges, pressure switches, oil seal etc. from
standard manufactures viz. Vickers/Yuken/Polyhydron/
Rexroth/ Denison only.
• Electrical motor should be of 415 V AC, 3 phase, 50 Hz
supply and from reputed manufactures like ABB/Crompton
greaves/ Siemens etc.
• Low noise operation of pumps is essential. Damping
enclosure to meet noise level 85dB or less at a distance of
1 meter from the power pack of the press is required.
2.0 VACUUM CHAMBER
2.1 CHAMBER SIZE AND
CONFIGURATION
: Vertically mounted double walled water cooled chamber
having suitable dimension to accommodate the required
furnace.
2.2 MATERIAL OF
CONSTRUCTION
: Stainless steel SS 304L for both internal chamber and external
chamber.
2.3 TYPE OF DESIGN : Front side should be full opening of 180 degree hinge
supported dished end door.
2.4 PORTS : Chamber should be provided with ports for top and bottom
rams evacuation, gas inlet, pyrometer and feedthroughs for
heater and thermocouples etc.
2.5 POLISHING : Internal surface of the chamber to be electro chemically
polished for low out-gassing rates.
2.6 LEAK TESTING : The chamber to be helium leak rate tested to an individual leak
rate of better than 1×10-8 mbar l/s in cold condition.
2.7 VACUUM SEALING : • All the demountable vacuum seals should be made of
Neoprene ”O” rings and gaskets with mating surfaces
machined to close tolerances meeting the generals
specifications of the vacuum standards.
• The seal area should be effectively water cooled to avoid
heat damage.
• Wherever the seals are prone for high temperature
radiation, silicone (or) Viton “O” rings should be used.
2.8 TOP AND BOTTOM
RAM SEALS
: The cylindrical top of the chamber to be fitted with a port
housing shaft seal packing for hydraulic top ram shaft
movement.
Bottom cylindrical portion of the chamber to be fitted with a
port housing a shaft seal for stationary bottom ram.
The seal housing metal case should be made from
SS304L and should be water cooled.
2.9 SUPPORT STRUCTURE
FOR CHAMBER
: • Chamber should be mounted on a rigid support legs, which
is further attached to hot press frame structure.
• The chamber should be located at suitable height to
facilitate the easy approach to the operator.
3.0 HOT ZONE
3.1 HOT ZONE
(EFFECTIVE)
: Diameter : 175±5 mm, Height : 175±5 mm.
3.2 HEATING LOAD : 30 kg (maximum) of Metal/ Ceramics/Graphite.
3.3 HEATING ELEMENTS : Distortion free, reliable, long life operation of the furnace
should be ensured by combining proper design and material
selection. High performance lanthanum oxide doped
molybdenum rods, having high ductility, sag resistance and
good dimensional stability, should be used. Design should
ensure that the heating elements do not obstruct the
thermocouple emanating from the feed through in the heat
shield. The heating elements should be procured from reputed
manufacturers such as PLANSEE.
3.4 HEATING ELEMENT
ARRANGEMENT
: • Cylindrical hot zone should have one segment of heating
elements in the door and two segments in the stationary
portion of the chamber to ensure the uniform temperature
across the effective hot zone area.
• Heating elements should be arranged to a balanced 3
phase heating power system.
• Heaters should be arranged in such a circular fashion to
ensure uniformity in temperature.
• The heating elements should be supported by water
cooled solid copper (OFHC) electrodes.
• The schematic representing the design and arrangement
of heating elements should be provided along with the
quotation.
3.5 MAXIMUM OPERATING
TEMPERATURE
: 1350 0C under vacuum with 30 kg of heating load for 6 hours.
3.6 TEMPERATURE
UNIFORMITY
: Better than ± 10 0C across the effective hot zone above 600 0C
3.7 HEATING/ COOLING
CYCLE
: The furnace should be designed to operate at controlled
heating rate of 2 0C/ min to 200C/ min and controlled cooling
rate of 1 0C/min to normal furnace cool rate.
3.8 HEAT INSULATION : • The heat insulation should be provided by radiation shields
comprising of layers of Molybdenum and SS sheets on all
sides to minimize heat loss.
• The insulation should be designed to ensure that the
temperature at outer wall of vacuum chamber does not
exceed 45 °C during operation at maximum furnace
temperature and soaking time.
• Suitable spacers should be provided between each layers
of heat shield to ensure uniform and correct clearance and
avoid deformation leading to a mechanical contact
between shields during operation. The spacers should be
made of high purity (99.5% or better) alumina.
• Integration of heat shield should be suitable for easy
maintenance and replacement of heating elements.
• The schematic representing the design of heat insulation
(no. and type of sheets) should be provided along with the
quotation.
4.0 POWER SUPPLY:
The equipment should be operated with a rated power supply of 415 V - 3 phase - 50Hz
AC.
4.1 FURNACE POWER
SUPPLY
: • The furnace power supply should be controlled using
Thyristor power controller (preferably made of M/s
EUROTHERM/Siemens) and should be using heavy duty
step down transformer.
• The terminal voltage to the heating elements should be
limited to 36 V (maximum).
• Furnace and heating power system should be designed by
providing sufficient margin (minimum 30%) in heating
capacity.
5.0 VACUUM SYSTEM
5.1 VACUUM PUMP
(ROTARY, ROOTS AND
DIFFUSION)
: • The vacuum pumping system should comprise of Rotary,
Roots and Oil diffusion Pump of reputed manufacturer.
• The pumping system should have the capability to
generate an ultimate vacuum of 1×10-5 mbar or better in
the chamber from the atmospheric pressure.
• Diffusion pump shall be provided with refrigerant traps.
• A holding rotary vacuum pump of suitable capacity should
be provided to the Diffusion pump.
5.2 VACUUM VALVE : All vacuum valves should be electro pneumatically operated
and should be from a reputed manufacture so as to get
replacement/maintenance support.
5.3 VENT VALVE : A solenoid operated vent valve connected to the chamber to
break vacuum for opening the chamber either by admitting
atmospheric air (or) by connecting dry nitrogen gas source
should be provided.
5.4 VACUUM PLUMBING
LINES
: • Vacuum Plumbing lines, bellows, couplings and adapters
should be made of stainless steel.
• All the joints in the vacuum lines shall be ISO/DIN
standard.
• Necessary bellow adaptors should be provided to connect
the vacuum pumping system with the chamber.
5.5 VACUUM
MEASUREMENT AND
CONTROLLER
: • A dial gauge of minimum 4” size and 0-1000 mbar range to
be fitted to the chamber to monitor initial rough vacuum.
• Vacuum gauge controller with 2 pirani sensors and 1
penning sensor for measuring the chamber pressure from
1000 to 10-7 mbar should be provided with set point
controller with all required cables and interconnections.
5.6 ULTIMATE VACUUM : • In clean, cold, empty chamber (except the charge material)
an ultimate Vacuum of 1×10-5 mbar should be achieved.
• The total pumping time to generate the ultimate vacuum
from atmospheric pressure should not exceed 60 mins.
5.7 LEAK TEST : • All the weldments should be individually leak tested with a
calibrated helium mass spectrometer leak detector to the
level of individual leak rate of 1×10-8mbar-lit/sec or better.
• The leak rate of entire system (chamber assembly with all
connecting lines, seals and other attachments) should be
less than leak rate of 5×10-3 mbar-lit /sec.
6.0 CONTROL INSTRUMENTATION
6.1 TEMPERATURE
PROGRAMMER AND
CONTROL
: Microprocessor based digital programmer (PID) controller of
M/S EUROTHERM/ HONEYWELL /YOKOGAVA make having
minimum of 20 Programmes should be provided for
temperature measurement and control. Each programme
should have a minimum of 15 steps. The PID controller should
have the capability to select different type of thermocouples
like K/N/R/S etc and to be with communication ports for
interfacing the data logging system.
6.2 OVER TEMPERATURE
CONTROLLER
: Digital temperature controller of M/s EUROTHERM or any
standard make should be provided with a relay output which is
interlocked with furnace power supply in the event of any
malfunctioning of PID and if the temperature level shoots
beyond the normal operating level.
6.3 THERMOCOUPLE : A total of 3 molybdenum sheathed “R” type thermocouples
should be provided inside the furnace. One of these will be
used for over temperature controller. The other two will be
used for temperature control.
Thermocouples should be located at suitable positions to
achieve uniform temperature control throughout the hot zone
area and it should not be obstructed by the handling of job.
An Extra feed through port for connecting 3 nos of
thermocouples for job temperature measurement/ calibration
should also be provided.
6.4 AUTO/MANUAL
VACUUM
CONTROLLER
: An auto/manual vacuum controller should be provided with
fully automatic and manual overriding facility with mimic
diagram, manually operated ON/OFF switches, with indication
lamps, auto/manual standby selector switch, utility failure
indications and alarms etc.
6.5 PROGRAMMABLE
LOGIC CONTROLLER
: A programmable logic controller of reputed make like M/s GE
FANUC/ SIEMENS should be provided in the system for
complete automation of vacuum cycle, temperature cycle and
press operation and also to achieve various interlocks provided
in the system.
7.0 INERT GAS FILLING
SYSTEM
: • Gas inlet manifold with a provision to connect 2 argon
cylinders with individual control valve, solenoid operated
valve, a preset needle valve and pressure gauge to admit
Argon in the furnace chamber should be provided.
• Pressure switch should be provided to cut off the gas
supply by closing the solenoid valve after achieving the set
level of pressure.
• A digital pressure controller with pressure sensor and
suitable pressure control mechanism should also be
provided to control the chamber pressure at the range from
0.02 mbar to 500 mbar.
• A mechanical pressure relief valve (set 1.1 bar absolute) of
suitable size should be provided on chamber to prevent the
argon pressure hike above the desired level.
8.0 CONTROL CONSOLE : Control console made of mild steel should be provided to
house all the control instrumentation and switches for
automatic and manual operation of the equipment.
All control and monitoring instruments should be placed at
suitable positions in control panel for easy approach to
them
All the electrical switch gear like control transformers
contactors, relays, fuses etc are mounted on a plate and
fitted vertically for the convenience of maintenance.
The control panel should have audio-visual alarm for
indicating any failure in safety systems, auxiliaries, power
and control systems etc.
Panel should be provided with volt meters, ammeters,
phase indicators, indicators for all motors and valves,
indicators for heating power control and hydraulic system.
Panel doors should be designed to get easy approach to
all the internal components.
An emergency switch should also be provided in the
control panel for emergency shutdown of equipment.
All electrical items like circuit breakers, relays, power
contactors should be procured from reputed manufactures.
Control console should be wired for 415V - 3 phase - AC
supply.
Electrical wiring of the panel should confirm to accepted
Indian/ International standards.
The control console should be of IP-54 class.
The control panel should be air-conditioned.
9.0 SAFETY &
INTERLOCKS
: The equipment should be provided with all the safety
devices and inter locks to protect the system and the
operator from malfunction and possible operator’s errors.
The hydraulic press operation should be interlocked in
such a manner that accidental movement is avoided.
The maximum top ram movement should be interlocked by
a limit switch.
The door should be interlocked with vacuum system,
heating system and gas filling systems to avoid accidental
operation.
Heating system should be interlocked with water cooling
system, vacuum/pressure.
Vacuum system should be interlocked with pneumatic
pressure, water cooling system.
Vacuum valves should be inter locked to prevent its
accidental operation and for sequential operation where
ever necessary.
Gas purging should be interlocked with chamber vacuum
valves, chamber pressure and inlet gas pressure.
A pressure switch should be provided in pneumatic line to
alert the operator by alarm and should be interlocked by
PLC in case pneumatic pressure in the supply line falls
below the required operating pressure.
9.1 OVERLOAD
PROTECTION
: All the electric motors should be protected, by thermal over
load relay, from drawing excess current due to over loading.
9.2 COOLING WATER
LINES
: • Cooling water lines should be provided to different system
of the equipment from a central manifold with individual
control valves.
• The outlet water from different systems of the unit should
be connected to a common outlet manifold.
• Water flow switches should be provided on the outlet of
each system so that the water flow of each of the system
can be sensed and may be interlocked by PLC for safety of
the equipment.
10.0 AUXILIARY SYSTEMS : The party should also supply the auxiliary systems required for
the independent operation of the equipment.
10.1 WATER COOLING
TOWER
: • Water cooling tower of suitable capacity with closed loop
water circulation system to all water cooled parts.
• The temperature of the cooling water at the outlet manifold
should be maintained below 45 degrees during operation
of equipment at maximum capacity.
• The supply should also include all interconnecting lines
from cooling tower to equipment.
10.2 WATER STORAGE
TANK
: Water storage tank of 1000 liter capacity to maintain cooling
water supply at the time of power failure.
10.3 WATER PUMPS : Cooling water circulation pumps of suitable capacity should
also be supplied.
10.4 AIR COMPRESSOR : Air compressor with reservoir of required capacity and Air
dryer, filtering and lubricating system and all connecting
pneumatic lines.
11.0 PRE-DELIVERY
INSPECTION
:
The equipment will be inspected at the manufacturing site by our representatives before
dispatch. The following tests should be carried out in presence of the representatives:
Leak testing of the whole unit mass with a calibrated mass spectrometer leak detector (to
be arranged by party).
Vacuum level testing of the completely assembled furnace (except job) to the ultimate
vacuum level at room temperature.
Testing of automatic operation of vacuum system from cold start to vacuum ready
indication.
Testing of furnace to the operating temperature of 1350 0C under vacuum to mutually
agreed heating cycle.
Testing of Hydraulic system for load, travel, position etc at full capacity at room
temperature and high temperature.
Testing of the unit completely with safety devices, interlocks and mechanical accuracy
wherever specified.
Testing gas control system and partial vacuum system.
12.0 TRAINING : Two VSSC personnel should be trained for the operation and
maintenance of the equipment at the time of final inspection
and commissioning of the equipment.
13.0 DOCUMENTAION : Two sets of complete operation and instruction manual should
be provided along with the equipment. The assembly drawing
and service manuals for each component should also be
provided. Two sets of all electrical wiring diagram, PLC inter
locking schematic diagrams and all other relevant documents
should also be provided. All documentation should be in
English language. All softwares/programmes developed
should be supplied in installable CDs with Licences.
14.0 INSTALLATION AND
COMMISIONING
: The party should install the equipment at our site, commission
and demonstrate the performance of the equipment.
15.0 UPS The control console should be backed up with a suitable
capacity UPS for 30 minutes.
16.0 Data logging system
/SCADA (OPTIONAL)
PC based Data logging of the Load and Ram position,
temperature, vacuum/pressure.
PRE QUALIFICATION OF THE SUPPLIER:
The party should have previous experience in the field of manufacturing similar
equipments. List of customers with address where the party has supplied similar
equipment should also be attached along with the quotation. The parties who have
supplied similar equipment in last 5 years will only be considered.
GENERAL CONDITION:
The party is expected to provide two part quotation i.e. Techno-commercial and
price bid.
Quotation should consist of construction details with well supported catalogues and
leaflets along with make, model number of each component.
Commercial valuation of each sub-system should also be indicated in the price bid
Certificate of calibration of all indicating and control instruments, thermocouples,
load cell should be provided from calibrating agencies those have traceability to
national standards.
Any software developed/ procured for operation of the equipment should be
supplied to VSSC in installable CD with license and source code.
The general arrangements of equipment and lay out drawing with necessary space
requirement shall be provided along with offer.
The party shall clearly indicate the details of water and power requirements for the
operation of the equipment. VSSC will provide the electrical power supply and raw
water supply only.
The supplier should undertake the full responsibility for the dispatch and unloading
of the equipment at the installation site in VSSC, successful installation,
commissioning, testing and demonstration of the performance.
VSSC will undertake the required minor civil work to install the equipment.
DELIVERY
The party shall submit the design documents within 3 months after placement of order. The
equipment should be supplied within 6 months from the date of clearance of the design
document from VSSC.
GUARANTEE/WARANTEE
The performance of the equipment should be guaranteed for a period of at least two years
from the date of acceptance.
SPARES FOR THE TWO YEARS TROUBLE FREE OPERATION OF UNIT:
SI.NO DESCRIPTION QTY
1 Heating elements 1 Set
2 Rotary Pump Oil 12 Ltrs.
3 Vacuum Gauge Controller 1No.
4 “O” rings and Gaskets 1 Set
5 Diffusion Pump Oil 1 Ltr
6 Diffusion Pump Heater 1 No.
7 Indication Lamps 10 Nos.
8 ON/Off Switches 5 Nos.
Schematic of the Mini Hot Press
Top
Ram
Top Ram
Adapter
Bottom Ram
Adapter Bottom
Ram
Vacuum
Chamber
Furnace
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers and they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer Purchase Unit No. V Vikram Sarabhai Space Centre RFF Area, ISRO PO Trivandrum - 695 022
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
Annexure-1
A
B Technical Features of the machine
1 Submerged wire cutting ty pe
2 C.I./poly mer concerete bed
3 LM Guideway s
4 Linear motion with ball screw
5 Automatic lubrication sy stem
6 Direct f eedback sy stem with linear scales
C Specifications
1 Axis travels (nominal)
1.1 X-axis 500mm
1.2 Y-axis 350mm
1.3 Z-axis 425mm
1.4 U/V Axis +/- 70mm
1.5 Max. taper angle <°/height 300/100mm
2 Work Area
2.1 Max. workpiece dimensions L x W x H pl specif y
2.2 Max. workpiece weight (min) 200kg
2.3 Univ ersal clamping f rame f or best utilisation of the work zone
2.4 Machining in bath 400mm
3 Accuracies(as per VDI DGQ 3441)
3.1 X,Y axis
Positioning uncertainty , P 0.006 mm or better
3.2 Geomtrical accuracies X,Y,U and V Pl attach similar model test report
4 Feed & Feedback system
4.1 Ty pe of driv e AC digital f eed driv es
4.2 Driv e element Preloaded backlash f ree ball screws
4.3 Ty pe of f eedback Closed loop
5 Traverse feed rates
5.1 Rapid trav erse of linear axes : 4 m/min
5.2 Feedrate of linear axes : Pl specif y
Machine Description and applications
Specifications of 4 axis CNC Wire cut machine
XIV) Tender No. 8504-2011-9472
This machine is intended f or the use of complex prof ile cutting,thin wall cutting with high aspect ratio on
aerospace materials of v arious high strength steels, Titanium alloy s, Supper alloy s, Copper alloy s etc.
The machine shall also capable to cut Graphite,HSS,carbide and CBN material.This machine shall be of 4
axes linear interpolation conf igured with geometry X,Y,U&V. The machine shall be equipped with state-of -
the-art CNC control sy stem and driv es.
6 Generator
6.01 The generated should be of latest one hav ing f eatures f or cutting Graphite, Titanium ,Carbides ,CBN etc
Should hav e f eatures like anti electroly sis
High power generator capacity 60A
6.02 Wide range of tested techology f or common users work piece materials
6.03 Max. cutting rate with 0.30 mm wire . >500 mm2 / min
6.04 Finishing quality , best roughness Ra 0.2 µm
6.05 Finishing quality , best roughness Ra 0.1 µm, pl quote as optional
6.06 Duotec, technology f or the use of two wires ty pe in a single contour
6.07 Smoothsurf , best surf ace homogeneity , unif ormity of the eroded surf aces
6.08 Perf ect contour accuracy and cy lindricity control
Control f eature to control inf luences of wire wear and f lushing pressure
6.09 Dy namic path optimisation and process adaptation in the radii
6.10 Real time detection and correction of the wire bending
6.11 Dy namic Corner Control
6.12 Automatic power optimisation
6.13 PCD Module, machining of PCD disks or cutting tools pl quote as option
7 Wire threading system
7.1 Automatic wire threading required
7.2 Threadable height Pl specif y
7.3 Threading nozzle Pl specif y details
7.4 Wire driv e, wire spool upto 25Kg
7.5 Wire disposal chopper ty pe
8 Dielectric conditioning unit
8.01 Dielectric conditioning unit should be integrated
8.02 Filter cartridges Specif y details No of f ilter etc
8.03 Filtrate quality pl specif y
8.1 Deionizing
8.11 Deionizing bottle charge v olume Specif y details
8.2 Cooling
8.21 Generator and control unit pl specif y
8.22 Dielectric with water/ water heat exchanger Specif y details
9
9.1 Remote control with all setup f unctions with LCD display
9.2 Operating sy stem Multitasking Windows XP
9.3 Resolution : 0.001 mm
9.4 Serv ocontrolled axes X/Y/Z/U/V
9.5 Display : 17" TFT
9.6 Hard disk capacity : 20 GB (min)
9.7 Data interf aces V24 RS 232C / V11 RS 422 /Ethernet
9.8 Data storage media CD/DVD Rom f or updates and on line manual, f loppy -disk, USB
9.9 Machining simulation 2D and 3D v iew
9.10 Dust proof casing f or CNC sy stem
CNC system and programming
9.11 ISO programming in metric & inch
9.12 Cartesian, polar programming
9.13 Parametric programming
9.14 Mathematical f unctions, logical operators
9.15 Coordinate transf ormation
linear tranf ormation, rotation in the machining plane,scaling
9.16 Sub programs
9.17 2D and solid Graphic simulation
10 Compensation
10.1 Wire radius compensation
10.2 Pitch error compensation
10.3 Quadrant error compensation
10.4 Backlash compensation
11 Machine Guarding
11.1 All mov ing parts/guide way s/ball screws shall be protected
against dust incursion by prov iding suitable cov ers/bellows
11.2 Machine shall be prov ided with adequate guarding & doors
11.3 Control sy stem elements shall be enclosed in a dust-proof
cabin with air conditioning
11.4 Washing gun required
12 Electrical specifications
12.1 Voltage : 415 v +/- 10% AC, 3 phase
12.2 Frequency : 50 Hz +/- 2%
13 Accessories (quote as optional)
13.1 3R clamping sy stem f or round and f lat jobs Pl quote as optional
13.2 Any other accessories Pl quote with f ull details
14 Spares and consumables Pl quote as optional
14.1 Hy draulic / pneumatic spares
14.2 Electrical / electronic spares
14.3 Any special lubricants used in the machine
14.4 Consumables like nozzles,f ilters,current pickup etc f or two
y ears of operation pl quote with details
14.5 Three sets of complete machine & maintenance manuals
14.6 Any other relev ant spares -Pl specif y
15 Inspection
15.1
15.2 Machining a component (to be identif ied by us) to demonstrate the geometry ,surf ace f inish ,sizes etc.
16 Training
16.1 Training f or two persons at manuf acturer's works f or the programming,operation and basic troubleshooting
16.2
The machine shall be inspected as per VDI/DGQ 3441 standards f or positional and geometrical accuracies
at manuf acturers site and cleared bef ore despatch
Training on basics of EDM technoligies,Selection of parameteres for the given component & work material etc.
17 Installation
18 Delivery period to be specif ied
19 Machine Acceptance
20 Warranty
Minimum one y ear f rom the date of commissioning.
21 Others
21.1
21.2
21.3
21.4
21.5 All commercial terms like FOB, Insurance, Pay ment terms etc shall be clearly mentioned.
The machine has to be installed at our site by y our experts and demonstrate the perf ormance by
machining a component af ter installation.
Technical leaf let and write-up of equipment must be f urnished by the party along with quotation.
Acceptance of the machine will be based on the geometrical test and positional accuracy of the machine
as per VDI / DGQ 3441 at y our site as well as the perf ormance of the machine af ter installation at our
site.
Quotation shall be prepared and signed by the original machine manuf acturer only .
Ref erence list of organisations (with postal address,contact person and f ax number) to whom similar
equipment in recent past may be f urnished along with of f er.
The bidders should hav e manuf actured and supplied similar machines during last f iv e y ears.
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers and they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer IISU Purchase, Vattiyoorkavu PO Trivandrum - 695 013
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility
and reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
1111
XV) Tender No. 8311-2012-0114
IISU/TR/75/2010
SPECIFICATION DOCUMENT
FOR
DESIGN, MANUFACTURING, TESTING, INSTALLATION AND
COMMISSIONING
OF
RF-DC MAGNETRON SPUTTERING SYSTEM
ISRO INERTIAL SYSTEMS UNIT
INDIAN SPACE RESEARCH ORGANIZATION
THIRUVANANTHAPURAM 695013
2222
Contents I. INTRODUCTION ....................................................................................................................................... ….3
II. DETAILED SPECIFICATION OF THE UNIT................................................................................................. 3
1.0. VACUUM CHAMBER .......................................................................................................................... 3
2.0. SUPPORT STRUCTURE ....................................................................................................................... 3
3.0. MAGNETRON SOURCE ...................................................................................................................... 4
3.1. UNIFORMITY ..................................................................................................................................... 4
3.2. SOURCE SHUTTER ............................................................................................................................. 4
3.3. SUBSTRATE HOLDER WITH ROTATION AND UP AND DOWN MOTION CONTROL ............................ 4
4.0. RF POWER SUPPLY 600 WATTS ......................................................................................................... 5
7.0. SUBSTRATE HOLDER BIAS ................................................................................................................. 6
8.0. FILM THICKNESS MONITOR ............................................................................................................... 6
9.0. GAS DISTRIBUTION SYSTEM .............................................................................................................. 6
10.0. RESIDUAL GAS ANALYSER ................................................................................................................. 6
11.0. COMPUTER CONTROL SYSTEM ......................................................................................................... 6
12.0. VACUUM PUMPING SYSTEM ............................................................................................................ 7
12.1. ROTARY VACUUM PUMP .............................................................................................................. 7
12.2. TURBO MOLECULAR PUMP ........................................................................................................... 7
12.3. HIGH VACUUM VALVE ................................................................................................................... 7
12.4. ROUGHING & BACKING VALVE ..................................................................................................... 7
12.5. VACUUM PIPE LINES ..................................................................................................................... 8
12.6. VENT VALVE .................................................................................................................................. 8
12.7. VACUUM MEASUREMENT ............................................................................................................ 8
12.8. AUTOMATIC THROTTLE VALVE CONTROLLER ............................................................................... 8
12.9. VACUUM CHARACTERISTICS ......................................................................................................... 8
13.0. INSTRUMENTATION & CONTROL SYSTEMS ...................................................................................... 9
14.0. SAFETY DEVICES .............................................................................................................................. 10
15.0. PNEUMATIC SUPPLY ........................................................................................................................ 11
16.0. SERVICE ........................................................................................................................................... 11
17.0. INSPECTION ..................................................................................................................................... 11
18.0. DOCUMENTATION .......................................................................................................................... 12
20.0. TRAINING ........................................................................................................................................ 12
21.0. INSTALLATION ................................................................................................................................. 12
22.0. PARTY/VENDOR EXPERIENCE .......................................................................................................... 12
23.0. CONFIGURATION LAYOUT ............................................................................................................... 12
24.0. PRICE ............................................................................................................................................... 12
25.0. COMPLIANCE STATEMENT .............................................................................................................. 12
3333
I. INTRODUCTION
The equipment is meant for development of high quality, high performance, and multipurpose, long life
sputter coated thin films for space application. The films are mostly of self-lubricating dichalcogenides
like MoS2 (Molybdenum di sulphide), WS2 (tungsten di sulphide) etc or hard coating TiC, TiW or
multifunctional nano-composite films .
II. DETAILED SPECIFICATION OF THE UNIT
1.0. VACUUM CHAMBER:
The Ultra High Vacuum Chamber is to be fabricated out of stainless steel SS 304 L and having
inner dimension of 490mm (W) x 460mm (H) x 475mm (D). Front of the chamber is to be welded with a
flange and fitted with Viton ’O’ Ring to serve as door. Approximate opening of the door is to be 400mm
size.
A hinge supported door is required to achieve vacuum sealing with chamber’s front flange. Front
door is to be provided with a view port for observation of the process inside the chamber. View port size
should be approx. 250mm.
A diagnostic port is to be provided (oblique, line of sight to wafer surface) and on the side.
The chamber is to be provided with water cooling system. A Vacuum Pumping Port is required
on the chamber to connect the Turbo Molecular Pump based Vacuum Pumping System.
A thin stainless steel sheet liner is to be provided inside the chamber to prevent the deposition
on the chamber wall.
Bottom plate made of Stainless Steel SS 304L is to be provided to support 4 Nos. of Magnetron
Sources. Top plate is to be provided with ports for substrate rotation, mechanical / Electrical feed-
through etc.
4 Nos. of pneumatically operated source shutter feed throughs are to be provided.
Ports for substrate rotation, mechanical / Electrical feed-through etc. is to be provided. Spare
ports with above mentioned standard sealing shall also be provided. An additional set of substrate
holder ports with mechanical/electrical feed through is to be provided on the side wall.
Gas Inlet Port as described in 9.0 is to be configured and provided. Chamber inner surface is to
be polished for low outgassing.
Chamber weld joints are to be leak tested using Helium Mass Spectrometer Leak Detector to an
individual leak rate of 3 x 10-9 m.bar. ltrs / sec.
2.0. SUPPORT STRUCTURE :
Support Structure should be made of mild steel Tubular Frame Structure, neatly powder coated
is to be provided to house the chamber on the topside of the support structure. The support structure is
to be sturdy enough for vibration and noise free operation of the system.
4444
3.0. MAGNETRON SOURCE :
Three numbers of magnetron source of 3” dia source, which are Water Cooled are to be
provided. These Magnetron Sources should be RF & DC compatible and should have tilt motion
capability.
The Magnetron Sources are to be positioned towards the substrate and is to be provided in the
Sputter up Configuration from the bottom Plate. Switching provision should be provided for the sources
with switch control from outside the chamber during sputtering.
The Magnetron Sources have to be of M/S. ANGSTROM SCIENCES, USA make
The sputtering targets two nos. of Molybdenum di sulphide, 3” purity 99.99%, 3mm thick and a
TiC 3” purity 99.99%, 3mm thick has to be provided. The target disks should have proper copper
backing (Cu bonding of target disk).
Sputtering sources to be fitted with the “in situ tilt” option for precise and repeatable con-focal,
direct, and off-axis deposition. This option is to allow the sputtering targets to be precisely swiveled
from outside the vacuum chamber through an actuator. The swiveling motion should be independently
computer programmable for fine tuning the incident angle which can deliver better than +/- 5%
uniformity on substrates. Swiveling angle should be approximately ± 20°.
Target selection should be through control panel. Single or multiple target operation should be
available.
3.1. UNIFORMITY:
Uniform Deposition of ±5% on 2 – 2.5” diameter substrate has to be demonstrated.
3.2. SOURCE SHUTTER :
Pneumatically operated Source Shutter fabricated out of stainless steel is to be provided to each
Magnetron Source to open or close the required Sputtering Source during Sputtering operation from
control panel.
3.3. SUBSTRATE HOLDER WITH ROTATION AND UP AND DOWN MOTION CONTROL:
Two numbers of substrate Holder made of Stainless Steel SS 304L, to hold discs ranging from
250mm to 15 mm dia and width upto 50mm- are to be provided. The job on collet has to be rotated such
that width side of the job is coated and job is rotated continuously through rotary shaft seal using
suitable drive.
The rotary shaft seal and the rotation mechanism have to be provided on the top and side wall
port of the chamber for the substrate holder. The system should be configured with replaceable
substrate holders. Two separate substrate holders are to be supplied as detailed below.
(a) Substrate holder with rotation and horizontal motion:
It is to be provided by means of suitable Drive Mechanism with rotation speed of 2- 20 rpm. Substrate
should have horizontal motion control. Motion controllers for substrate translation should also be
provided on the control panel and should be computer programmable.
(b) Substrate holder with planetary and up-down motion:
Planetary substrate holders to achieve excellent uniformity shall be provided. The work holder should
be able to accommodate min. of 3 nos. of planet, which should be capable holding substrate of size
5555
50mm. Substrate should have vertical motion control .The planetary work holder rotation should be
computer programmable.
The substrate holder is to be provided with facility for biasing using RF Power Supply of 300
Watts, 13.56 MHz frequency.
The deposition will be done on the width side of the disc which is up to 50mm.
Figure 1: Proposed Scheme for substrate holder mounting on the chamber
3.4. HEATER
Suitable substrate heater is to be provided to heat the substrate in the range of 150-4000C
Type of the heater employed in the system should be IR source or quartz source and of reputed
make. Temperature control system shall work in close loop.
Temperature measurement and the control has to be by means of PID controller (preferably M/s
EOROTHERM make) with chromel alumel K type Thermocouple with SSR power controller.
4.0. RF POWER SUPPLY 600 WATTS – 1 No. :
RF power supply of 600 W of M/S. HUTTINGER, GERMANY Make nominal frequency of 13.56
MHz with auto matching network is to be provided in the unit to feed the RF Power to the
Magnetron Source to carry out the RF Sputtering operation.
The party should have some prior experience in RF power matching network tuning.
5.0. PULSED DC POWER SUPPLY-1 No.:
M/S. HUTTINGER or M/s ADVANCE ENERGY make pulsed DC Power supply of 5KW rating is
to be provided for DC Magnetron Sputtering with adjustable frequency range of 5-350 kHz.
6.0. RF DC SELECTOR SWITCH BOX-1No.:
Suitable RF and DC selector switch box with RF filter is to be provided to select desired
magnetron source
6666
7.0. SUBSTRATE HOLDER BIAS:
M/S. HUTTINGER, GERMANY make RF Power Supply 300 watts capacity of 13.56 MHz with
auto matching network has to be provided for RF biasing of the substrate holder. Biasing of the
substrate holder is to be carried out through a specially designed slip ring mechanism, to feed RF Power
and substrate holder has to be suitably insulated.
8.0. FILM THICKNESS MONITOR – 1 NO.:
M/S. SIGMA, USA Make Film Thickness Monitor Model SQM – 160 with standard Single Sensor,
remote oscillator. Cables to be provided (Spares 10 nos of quartz crystals are also to be provided).
Shall be supplied with PC controlled multifilm thickness monitor, free from RF interference. It
shall also include crystal holders.
9.0. GAS DISTRIBUTION SYSTEM :
A Gas Manifold fabricated out of stainless steel is to be provided which accommodates 3 Nos of
M/S. BRONKHORST Make Mass Flow Controller having flow range of 10-100 sccm with filter, valve to
feed gas into the chamber to carry out sputtering operation. The Gases used are Argon, Nitrogen and
Oxygen.
10.0. RESIDUAL GAS ANALYSER
M/S. INFICON or M/S HORIBA STEC make Residual gas analyzers to measure real time traces
of impurities remaining in vacuum chambers. The unit is to be equipped with a color liquid-crystal
display, which allows obtaining analysis results on easy-to-read graphs.
11.0. COMPUTER CONTROL SYSTEM
Lab view based computer control system. This control system should accommodate a large, flat-
screen laptop in 19 “drawer the control system should allow the user to operate in either the “manual
mode” or the “automated processing mode”.
In the “automated processing mode” shall enable user to designs process “layers” which could be
compiled and saved as a “process.” The system shall allow limiting access to a user’s layers and
preventing unexpected corruption of a user’s saved processes.
The control system shall accommodate RF power supplies, one 3-way RF switchbox, four process
gases, closed loop automatic pressure control and substrate temperature control. Processes should
abort if plasma is not detected. Standard data logging and downloading Process data to common
spreadsheet programs should be possible.
All the substrate and target motion should be programmable on the monitor and should allow
custom storage of programs. Display of all the above motions should be available on the screen.
7777
Oxygen Inlet
Nitrogen Inlet
12.0. VACUUM PUMPING SYSTEM:
12.1. ROTARY VACUUM PUMP :
M/S. EDWARD make Direct Drive Rotary Vacuum Pump having 1000 ltrs/min. capacity is to be
provided for rouging / backing operation of the vacuum chamber. The noise level while in operational
condition should be less than 50 dB and should be oil free dry type, clean room compatible.
12.2. TURBO MOLECULAR PUMP :
Turbo Molecular Pump of make M/S Pfeiffer having pumping speed of 1150 ltrs/sec for N2 is
required. The pump is to be provided with Turbo Controller, Inlet Screen and Emergency Vent Valve etc.
12.3. HIGH VACUUM VALVE :
Electro pneumatically operated High Vacuum Valve is to be mounted above the Turbo Pump.
This High Vacuum Valve facilitates the isolation of the Turbo Pump when the chamber is to be brought
to atmospheric pressure even when the Turbo Pump is working. This valve operation is to be
interlocked with roughing valve and vent valve.
12.4. ROUGHING & BACKING VALVE :
Electro pneumatically operated Right Angle Valve is to be provided for carrying out roughing,
backing operations. Operation of these valves is to be inter-locked with High Vacuum Valve and Vent
Valve.
Fig: Evacuation System
Argon Inlet
Gas Vent
Main Valve Roughing Valve
Fore line Valve
Roughing
Pump
Diffusion
Pump
Chamber
8888
12.5. VACUUM PIPE LINES :
The Vacuum Pipe Lines are to be fabricated out of stainless steel SS-304L with necessary bellow
adaptors provided to arrest the vibrations, if any.
12.6. VENT VALVE :
An air admittance valve is to be provided to break the vacuum at the end of the coating cycle to
expose the substrate to atmosphere. This valve operation is to be interlocked with the High Vacuum
Valve such that when the Vent Valve is in operation the other valve cannot be energized.
12.7. VACUUM MEASUREMENT :
Vacuum gauges are to be of M/S. EDWARDS, UK Make with TIC Instrument Controller with 2
Nos. of Pirani Gauge Heads to measure vacuum from atmosphere to 10-3 m.bar and 1 No. of Inverted
Magnetron Sensor with pressure measuring range of 10-3 to 10-9 m.bar is to be provided. (OR) M/S.
INFICON Make Vacuum Gauge with 2 Pirani and 1 Invert Magnetron sensor is to be provided.
12.8. AUTOMATIC THROTTLE VALVE CONTROLLER :
Motorized Throttle Valve of suitable size with Controller is to be provided to maintain the
required partial pressure of Argon inside the chamber to carry out the Sputtering operation.
The valves to be used in the vacuum system, water system and gas distribution system
needs to be specified by the party with respect to their make, capacity and quality.
12.9. VACUUM CHARACTERISTICS:
12.9.1. ULTIMATE VACUUM:
Ultimate Vacuum of 5 x 10-7 m.bar has to be achieved with Turbo Molecular Pump in clean, cold,
empty degassed chamber after back filling with pure and dry Nitrogen.
12.9.2. PUMP DOWN TIME:
10-6 m.bar is to be achieved in 20 minutes after opening the high vacuum valve in clean, cold,
empty thoroughly degassed condition and after roughing the chamber to vacuum of 0.05 m.bar.
12.9.3. WORKING VACUUM :
Working Vacuum will be in the range of 10-3 m.bar depending upon the requirement during
sputtering operation.
12.9.4. LEAK CHECKING:
All the components, sub-assemblies and final unit are to be leak tested using MSLD to an
individual leak rate of 3 x 10-9 m. bar ltrs/sec.
12.9.5. LEAK RATE:
Total leak rate of 1 x 10-3 m.bar ltrs / sec can be achieved by pressure rise method under valve
off condition in clean, cold, degassed condition.
9999
13.0. INSTRUMENTATION & CONTROL SYSTEMS:
13.1. AUTO/MANUAL VACUUM CONTROLLER:
An auto/manual vacuum controller is to be provided for complete automation of vacuum
pumping system with fully automatic and manual override facility with mimic diagram, manually
operated ON/OFF switches with indication lamps, auto/manual /standby selector switch, utility failure
indication and alarms etc.,
13.2. PROGRAMMABLE LOGIC CONTROLLER:
A Programmable Logic Controller is to be provided in the system for complete automation of
vacuum cycle and to achieve various interlocks of the system. This PLC should have necessary number
of inputs and outputs, communication interface module etc.
13.3. CONTROL CONSOLE:
Control Console is to be fabricated out of Mild Steel neatly powder coated is a part of frame
structure should house all the Electrical Control Instrumentation and Control Switches which houses the
following: -
1. Auto / manual Vacuum Controller
2. Programmable Logic Controller
3. Vacuum Gauge
4. substrate heater control
5. Mass Flow Gas Control
6. Mains Control with RYB Indications and Isolator switch.
7. Turbo Pump Controller
8. RF/DC Power Supply
All the electrical switchgears like Control Transformer, Contactors, Relays, Fuses, Timers and
Motor Starters etc are to be mounted on a plate and fitted vertically for the convenience of maintenance.
All electrical controls, circuit breakers and terminal strips are to be located in an enclosure. All
pumps, power supplies, hoists, instrumentation should be with separate circuits with circuits breaker.
The above Control Console is to be neatly wired to operate on 415 V AC, 50 Hz, 3 Phase Power
Supply. The equipment is to be designed and constructed for clean room compatible.
Control panel should be configured with
target shutter selector, roughing valve, fore line valve, RF/DC selector, tuning knob,
impedance matching, Argon inlet, mechanical pump switch, rotary pump switch, main
switch, cathode selector, cathode shutter controller, DC power display, plate current meter,
plate voltage meter, incident power meter, reflected power meter.
Substrate heater switch, substrate coolant supply switch, cathode chamber coolant supply
switch. Rack mounting of power supplies.
Substrate motion ON/OFF switch control and display, rotation, translation, planetary
speed control, Target motion ON/OFF control and display, swivel angle, motion display.
Motion/position program, speed control.
11110000
14.0. SAFETY DEVICES:
The Sputtering Unit is to be provided with all safety devices to protect the system and the
operator from mal-function and possible operator's errors.
14.1. COOLING WATER LINES:
The system should be equipped with its own cooling water supply system with all
feeding pumps and compressors, filters, plumbing, valves, gauges etc. De-ionized water in a closed cycle
system should be used. These accessory systems should be of reputed make.
Water lines for different system of the sputtering unit are to be taken from a central manifold
distributing them into various circuits providing each with a control valve for independent operation.
Similarly the outlet water from different systems of the coating unit is to be connected to a
common outlet manifold. Water flow switches are to be provided on the outlet of each system so that
the water flow rate of each of the system can be sensed and OK signal is to be given to operate respective
power controls.
In case of water supply failure or reduced rate of water flow those switches de-energise the
electrical circuit and give alarm showing the status of the system through LED indicators.
14.2. PRESSURE SWITCHES:
Pressure switches one in pneumatic line is to be connected to alert the operator by alarm in case
pneumatic supply drops below the required operating pressure.
14.3. MICRO SWITCH:
The High vacuum valve is to be fitted with micro switches which provide the signal on the valve
fully closed position so that even if the electrical signal gives any wrong status the micro switches will
not allow other operation to be carried out.
14.4. PIRANI CONTROLLER (PART OF VACUUM GAUGE):
Pirani vacuum controller are to be incorporated operating in the range of 0.5 to 1 x 10–3 m.bar
through a roughing pirani gauge head and backing pirani gauge head. These vacuum controllers sense
the vacuum of respective places and energies the relay when the preset vacuum is reached.
The pirani controller fitted to roughing gauge head is normally set at 0.05m.bar which is the
normal vacuum to be created before opening the high vacuum valve. In case of leak in the chamber or
any degassing the controller should not allow the high vacuum valve to open until the preset vacuum is
reached in the chamber there by protecting the diffusion pump.
14.5. INVERT MAGNETRON GAUGE CONTROLLER (PART OF VACUUM GAUGE):
Invert Gauge Controller which operates in the range of 5 x 10–3 m.bar to 1 x 10–6 m.bar is to be
inter connected with coating unit power controls such that if vacuum falls beyond the set value the
controls and respective power supply will be de-energised.
11111111
15.0. PNEUMATIC SUPPLY
The system should be configured with its own pneumatic supply system with filters, compressor,
and its associated piping. All the equipments should be of reputed make and clean room
compatible. Compressor noise level should be below 47dB.
16.0. SERVICE
The following inputs will be provided at the site are which required for the proper operation of
the Magnetron sputtering unit. Provision to be made to have proper power, water, pneumatic
supplies with proper connectors at the location of installation
16.1. POWER SUPPLY:
The whole coating unit is to be wired to operate on 415V AC 3 phase 50Hz, with power neutral
and ground connections.
16.2. PROCESS GASES:
Process gases for carrying out sputtering operation with cylinder and 2 stage regulator will be
provided.
17.0. INSPECTION:
Inspection and clearance by IISU representatives needs to be completed at definite phases of
fabrication. The following tests are to be carried out during this inspection and before the
shipment of the item to IISU.
a) After the completion of the vacuum chamber, inspection points are to be specified with respect
to Overall finish (UHV quality) and size of the chamber, Verification of the ports on the
chamber and Provisions for mounting attachments inside and outside the chamber and Base
vacuum measurement.
b) Leak testing of the chamber and its sub-assemblies (if any) to an individual leak rate of 1 x 10-9
m.bar ltrs / sec using Helium Mass Spectrometer Leak Detector.
c) Testing of ultimate vacuum of 5 x 10-7 m.bar in clean, cold, empty thoroughly degassed
condition.
d) Testing pump down to 10-6 m.bar in 20 mins. After roughing the chamber to 0.05 m.bar and
after opening the high vacuum valve in clean, cold, empty thoroughly degassed conditioned
chamber.
e) Demonstrate molybdenum disulphide/TiC sputtering on specimens by RF Sputtering with
sputtering rate of 5 A0/S and thickness uniformity of ±5%.
Characterization of films will be carried out at IISU.
f) Testing of automatic operation of vacuum system from cold start to vacuum ready indication.
g) Testing safety interlocks functions.
11112222
h) DC or RF connectivity to any desired Magnetron Source and conducting sputtering using on
supplied coupons.
i) Inspection of all equipments before assembly.
j) Inspection of the RF Sputtering system in assembly condition.
k) Trial run and demonstration of the process
18.0. DOCUMENTATION:
Provide 2 set of Instruction Manual for operation and maintenance of the system and manuals
of purchased items. Documentation should be in English. Hard and soft copies to be supplied.
19.0. SPARES
The party supplying the system should supply spares listed below for minimum three years of
maintenance.
20.0. TRAINING:
Provide Training to user engineers at our site for 2 days.
21.0. INSTALLATION :
The systems should be commissioned and demonstrated at IISU, Trivandrum with all
accessories on a turnkey basis. All the imported subsystems warranty period shall be
extended to our end. System shall carry two years warranty.
22.0. PARTY/VENDOR EXPERIENCE :
The party supplying the sputtering system should have prior experience in building and
commissioning of RF sputtering systems in India should be produced with documentary proof.
23.0. CONFIGURATION LAYOUT :
The party shall provide the configuration layout. The configuration layout of the sputtering
system should detail all equipments, water connections, water circulation system, gas
distribution, control panel, valves, switches etc. This should contain all the views with
dimensions. Control panel configuration detailing equipments, power supplies, vacuum
measuring equipments, thickness measuring equipments, mass flow meter display etc should be
elaborated.
24.0. PRICE
The party shall quote separately for all the above mentioned components of RF Magnetron
Sputtering System.
25.0. COMPLIANCE STATEMENT
The party must provide compliance statement with respect to each point mentioned above
clearly detailing deviation in specification if any.
11113333
SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS
I. PART - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender. The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.
II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.
III. The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers and they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.
The Senior Purchase & Stores Officer IISU Purchase, Vattiyoorkavu PO Trivandrum - 695 013
IV. Where an agent participate in a tender on behalf of one manufacturer, he should not to quote on behalf of another manufacturer along with first manufacturer in a subsequent / parallel tender for the same item. However the Indian agents at their option can quote on behalf of one or more principals/manufacturers provided the items pertains to different Brands/Makes and/or with different options.
V. Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and
reliability among couriers with respect to the delivery to VSSC are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.
VI. The offer should be valid for a minimum period of 120 days from the due date.
VII. TENDER OPENING The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.
VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.
IX. Tenders which are not prepared in terms of these instructions are liable to be rejected. X. Fax offers shall not be considered for TWO PART BIDS.
top related