-
i E/GOVERNMENT OF INDIA +iI M/DEPARTMENT OF SPACE
G
-
07
VSSC/PRSOPURCH/2018E1260501
[ ////TWO PART]
@ < -
High End workstation with GPU
2 ..../Nos
08
VSSC/ADMNAUX/2018E1270101
[ ////TWO PART]
S T S T S T S T
High Speed Precision Lathe & accessories
1 ..../Nos.
09
VSSC/CMSEPUR/2018E1228401
[ / TWO PART]
U U U U K K K K
M M M M
CFRP Mould with built in Heat & PLC for Ogive
Panel
1..../No
10
VSSC/AVN-PUR/2018E1236001
[ / SINGLE PART]
W W W W
X K
-
Detailed Technical Specifications and Terms & Conditions are available in our website www.isro.gov.in and www.vssc.gov.in
S `
-
( G ./against Sl. No.11)
( G ./against Sl. No.12)
Upto 23.10.2018 [17:00 Hrs.]
Upto 24.09.2018 [17:00 Hrs.]
Jx E il/ Bid Opening date ( G ./against Sl. No.2)
(G ./against Sl. No.3)
(G ./against Sl. No.4)
(G ./against Sl. No.5)
(G ./against Sl. No.6)
(G ./against Sl. No.7)
( G ./against Sl. No.8)
( G ./against Sl. No.9)
( G ./against Sl. No.10)
( G ./against Sl. No.11)
( G ./against Sl. No.12)
11.09.2018 [10:05 Hrs.]
14.09.2018 [11:00 Hrs.]
17.09.2018 [11:00Hrs.]
21.09.2018 [10:01 Hrs.]
07.11.2018 [10:00 Hrs.]
17.09.2018 [10:01 Hrs.]
10.09.2018 [12:05 Hrs.]
07.11.2018 [10:00 Hrs.]
09.10.2018 [14:00 Hrs.]
07.11.2018 [10:00 Hrs.]
28.09.2018 [10:00 Hrs.]
. 1 K www.isro.gov.in /
www.vssc.gov.in ]
EMD applicable for tender at Sl. No. 1 and details are available on ISRO Website www.isro.gov.in / VSSC Website www.vssc.gov.in
. 2 12 -
-
Note :-
1. Full details and specifications of the items and general instructions to be followed regarding submission of tenders are indicated in the tender documents.
2. Tender Documents can be downloaded from our websites and also be obtained
from the following address on request and submission of tender fee:
For Sl. No. 1 : Sr. Purchase & Stores Officer, MAIN Purchase, Purchase Unit I, RFF
Area, VSSC, ISRO PO, Thiruvananthapuram 695 022, Ph : 0471-256 3139/2065.
While requesting for Tender Documents please indicate on the envelope as Request for Tender Documents- Tender No.. dt.
3. Tender Fee (` 560/-) 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 : Accounts Officer, MAIN Accounts, VSSC (for item under Sl. No. 1) payable at State Bank of India, Thumba, Thiruvananthapuram. [The tender fee is NON-REFUNDABLE].
Government Departments, PSUs (both Central and State), Small Scale Industries units borne in the list of NSIC and foreign sources are exempted from submission of tender fee. Those who are coming under the above category should submit documentary evidence for the same.
4. While submitting your offer, the envelope shall be clearly superscribed with
Tender No. and Due Date and to be sent to the following address.
For Sl. No. 1: Sr. Purchase & Stores Officer, MAIN Purchase, Purchase Unit I, RFF
Area, VSSC, ISRO PO, Thiruvananthapuram 695 022, Ph : 0471-256 3139/2065.
5. Quotations received after the Due Date/Time will not be considered.
6. VSSC, Thiruvananthapuram is not responsible for any postal delay/loss of documents in transit.
7. Sr.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.
-
Annexure-1
Page 1 of 5 Seal & signature of the bidder
Terms and conditions of Rate Contract for Painting of Various VSSC Vehicles (To be
submitted by the bidder along with the quotation in the prescribed format Annexure-A to L)
Sl.
No. SCOPE OF WORK, TERMS & CONDITIONS
Strike off
whichever is
not applicable
Remarks,
if any
1.0
Period of Contract:
The Contract shall be valid for a period of Two years
from 01.10.2018 to 30.09.2020. However, VSSC
reserve the right to extend the same for further
periods at the same rate, terms & conditions on
mutual agreement. We also reserve the right to short
close the same by giving one month prior notice in
writing without any financial obligations on our side.
ACCEPTED/
NOT ACCEPTED
2.0
Scope of Work:
The scope of works listed in Annexure A to L and is
only a general outline of works to be carried out.
As it is only a general outline, the works shall be done
according to the type of vehicle and applicability to
the particular vehicle as instructed by the contact
person or his authorised representative. During all
stages of painting, the contact person or his
authorised representative will inspect the work and
any discrepancy felt by them should be rectified as
per their instructions. In any case, the work has to be
done to the utmost satisfaction of the contact person
or his authorized representative.
Contractor is responsible to maintain the painting
area clean after completion of the daily work and
carry out daily minor maintenance of the equipments
as instructed by the contact person. Any other related
works as instructed by the contact person or his
authorized representative have to be strictly adhered
to and no excess amount will be given other than that
quoted in the quotation.
ACCEPTED/
NOT ACCEPTED
3.0
Charges:
You shall quote the charges for each work in
Annexure A - L. The rate will remain firm and fixed till
completion of the contract period.
ACCEPTED/
NOT ACCEPTED
4.0
Approximate Quantum of Work:
The approximate quantum of work for two years is
given in the Annexure A-L. But, there is no upper or
lower limit for the quantum of works.
ACCEPTED/
NOT ACCEPTED
-
Annexure-1
Page 2 of 5 Seal & signature of the bidder
Sl.
No. SCOPE OF WORK, TERMS & CONDITIONS
Strike off
whichever is
not applicable
Remarks,
if any
5.0
5.1
Eligibility Criteria:
The contractor shall have minimum 5 years of
experience in painting of Cars, MUVs, Light & Heavy
Commercial vehicles for which necessary proof shall
be submitted along with the quotation.
PROOF
SUBMITTED/
NOT
SUBMITTED
5.2
The contractor shall have minimum 4 workers
including skilled workers for carrying out painting
works of vehicles. If required, additional workers
shall be deputed for completing the works on time.
ACCEPTED/
NOT ACCEPTED
06
Payment:
Payment shall be made monthly basis for the job
executed satisfactorily within 30 days of receipt of
your bill duly certified by the Contact person and
approved by Head, TOMD, VSSC and the same shall
be sent to the Accounts Officer (Bills) for arranging
payment.
ACCEPTED/
NOT ACCEPTED
07
Security Deposit:
In case of an order, you have to submit an interest
free security deposit equivalent to 10% of the Annual
contract value in the form of Fixed Deposit
Receipt(FDR) or Bank Guarantee which will be
refunded after due performance of this Contract or
shall be adjusted/forfeited against any dues.
ACCEPTED/
NOT ACCEPTED
08
Parallel/Adhoc Contract:
VSSC reserves the right to enter into parallel/Adhoc
contracts simultaneously with one or more agencies.
ACCEPTED/
NOT ACCEPTED
09
Termination:
VSSC reserves the right to terminate the contract, if
the performance of the contractor or his employees is
found to be unsatisfactory during its currency by
giving one-month notice in writing.
ACCEPTED/
NOT ACCEPTED
10
Sublet of Contract:
Contractor shall not sublet, transfer or assign the
contract or any part thereof without our prior written
approval.
ACCEPTED/
NOT ACCEPTED
-
Annexure-1
Page 3 of 5 Seal & signature of the bidder
Sl.
No. SCOPE OF WORK, TERMS & CONDITIONS
Strike off
whichever is
not applicable
Remarks,
if any
11
Fall Clause:
The rates quoted shall in no event exceed the lowest
charges at which the Contractor is undertaking job of
identical description to any other party during the
period of this Contract. If at any time during the said
period, the Contractor reduces the charges of such
works to any other customers, it shall be forthwith
notified to VSSC and the charges payable under this
contract for job done after the date of coming into
force of such reduction of charges, shall stand
correspondingly reduced.
ACCEPTED/
NOT ACCEPTED
12
Arbitration:
All disputes, differences, claims and demands arising
under or pursuant to this agreement shall be referred
to Arbitration of a Sole Arbitrator to be appointed by
Director, VSSC. Arbitration shall be held in
Trivandrum and shall be subject to and governed by
the provisions of the Arbitration and Conciliation Act
1996 or any statutory modifications or reenactment
thereof.
ACCEPTED/
NOT ACCEPTED
13
General:
The work is to be carried out at TOMD workshop,
VSSC, Thumba on working days from 08.45 AM to
5.15 PM and if situation warrants, beyond this time
and on holidays as per the instructions of the Contact
Person or his authorized representative. If the jobs
are to be executed at our Vattiyoorkavu or Valiamala
(near Nedumangad) site in case of exigency
situations, free transport arrangement for
contractor/his workers will be made by the
department.
ACCEPTED/
NOT ACCEPTED
13.1
Contractors authorized and skilled representative of
supervisory cadre shall be present every day at VSSC
work site and Contractors workers shall be under his
direct supervision. Required number of skilled
workers having sufficient experience in the line shall
be deputed daily.
ACCEPTED/
NOT ACCEPTED
13.2 The Contact person or his authorized representatives
instructions have to be strictly adhered to.
ACCEPTED/
NOT ACCEPTED
-
Annexure-1
Page 4 of 5 Seal & signature of the bidder
Sl.
No. SCOPE OF WORK, TERMS & CONDITIONS
Strike off
whichever is
not applicable
Remarks,
if any
13.3
Required equipment, water, power and materials like
paints, thinner, etc. except painting brushes will be
supplied by the VSSC free of cost.
ACCEPTED/
NOT ACCEPTED
13.4
Necessary personal protective equipments for the
contractor and his workers shall be used while
working at your cost. VSSC will not bear any cost
related to this and not responsible for any
occupational hazards to your workers due to the
nature of work.
ACCEPTED/
NOT ACCEPTED
13.5
In the event of damages to VSSC property or injury to
VSSCs/Contractors personnel due to the negligence
of contractors employees, the responsibility shall
solely rest with the contractor. VSSC shall not be
responsible for loss of life of the contractors workers
due to accidents/natural calamities/explosions, etc.
ACCEPTED/
NOT ACCEPTED
13.6
If any of the equipment or materials given by the
department is damaged due to carelessness of
Contractor/ his workers, the entire loss thus caused
to the department will be recovered from the
Contractors bills/security deposit.
ACCEPTED/
NOT ACCEPTED
13.7
The contractor shall make his own arrangement for
transport, canteen, safety, medical, EPF and other
amenities for his personnel deputed to VSSC.
ACCEPTED/
NOT ACCEPTED
13.8
The contractor/his workers shall observe the security
regulations of the Department and any loss or
damage incurred by the Department on account of
the contractors/his workers failure of any nature to
observe the security regulations shall be to
contractors account. Contractors workers shall be
instructed to behave in a good manner in VSSC
campus.
ACCEPTED/
NOT ACCEPTED
13.9
Contractor/ his workers shall adhere to the Laws and
Statutes on the subject while employing personnel for
such jobs, and shall pay them reasonable wages and
contractor will be held responsible for any breach of
the same.
ACCEPTED/
NOT ACCEPTED
-
Annexure-1
Page 5 of 5 Seal & signature of the bidder
Sl.
No. SCOPE OF WORK, TERMS & CONDITIONS
Strike off
whichever is
not applicable
Remarks,
if any
13.10
In case after award of the contract the contractor fails
to execute the same, Department shall get the works
done through other agencies at the Contractors risk
and cost.
ACCEPTED/
NOT ACCEPTED
13.11
As the requirement is urgent, for any
doubts/clarification regarding the nature of work, you
can contact Mr. Sathis Kumar N, Engr., TOMD, VSSC
(Ph: 0471-256 2351). Any doubts in works have to be
cleared before submitting the quotation. If required,
contractor may visit our worksite and the facilities
available before offering the quotation.
ACCEPTED/
NOT ACCEPTED
13.12
All bidders are requested to submit your quotation in
the prescribed format as annexure 1 & Annexure A-L.
Quotations should be completely filled and affix your
signature and seal on each pages of the Annexures.
Quotations submitted in any other format will not be
considered.
SUBMITTED IN
PRESCRIBED
FORMAT/ ANY
OTHER
FORMAT
-
SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB
1 Bus 1
2 Heavy Open Truck 1
3 Heavy Closed Truck 1
4 Heavy Open Truck National Permit 1
5 Heavy Closed Truck National Permit 1
6 Tempo Traveller (26 seater) 1
7 Tempo Traveller (17/20 Seater) 1
8 Tempo Traveller (13/14 Seater) 1
9 Tata Ace 1
10 Tata 207 Open Body 1
11 Tata 207 Closed Load Body 1
12 Tata 207 Explosive Van 1
13 Tata 407 Closed Load Body 1
14 Tata 709 Open Load Body 1
15 Tata 709 Closed Load Body 1
16 Tata 709 Explosive Van 1
17 M&M Bolero or Equivalent 1
18 M&M Bolero camper Gold 1
19 M&M Thar Jeep (Soft Top) or Equivalent 1
20 Toyota Innova or Equivalent 1
21 G M Tavera or Equivalent 1
22 Ford Fiesta Car or Equivalent 1
23 GM Optra Magnum Car or Equivalent 1
24 Toyota Etios Car or Equivalent 1
25 Fire Tender 1
26 Ashok leyland Prime mover/Tractor 1
27 Flat bed Trailer 1
28 Explosive Trailer 1
29 Semi Low Bed Trailer 1
30 Well Bed Trailer 1
31 Motor Cycles 1
Complete Scrapping & Two coats of Brush Painting of Complete Body Outside, Inside, Under chassis
including writing Name boards & Number boards and Polishing for following Vehicles
ANNEXURE - A
-
SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB
1 Bus 1
2 Heavy Open Truck 1
3 Heavy Closed Truck 1
4 Heavy Open Truck National Permit 1
5 Heavy Closed Truck National Permit 1
6 Tempo Traveller (26 seater) 1
7 Tempo Traveller (17/20 Seater) 1
8 Tempo Traveller (13/14 Seater) 1
9 Tata Ace 1
10 Tata 207 Open Body 1
11 Tata 207 Closed Load Body 1
12 Tata 207 Explosive Van 1
13 Tata 407 Closed Load Body 1
14 Tata 709 Open Load Body 1
15 Tata 709 Closed Load Body 1
16 Tata 709 Explosive Van 1
17 M&M Bolero or Equivalent 1
18 M&M Bolero camper Gold 1
19 M&M Thar Jeep (Soft Top) or Equivalent 1
20 Toyota Innova or Equivalent 1
21 G M Tavera or Equivalent 1
22 Ford Fiesta Car or Equivalent 1
23 GM Optra Magnum Car or Equivalent 1
24 Toyota Etios Car or Equivalent 1
25 Fire Tender 1
26 Ashok leyland Prime mover/Tractor 1
27 Flat bed Trailer 1
28 Explosive Trailer 1
29 Semi Low Bed Trailer 1
30 Well Bed Trailer 1
31 Motor Cycles 1
ANNEXURE - B
Complete Scrapping & Two coats of Spray painting of Complete Body Outside, Inside, Under chassis
including writing Name boards & Number boards and Polishing for following Vehicles
-
SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB
1 Bus 1
2 Heavy Open Truck 1
3 Heavy Closed Truck 1
4 Heavy Open Truck National Permit 1
5 Heavy Closed Truck National Permit 1
6 Tempo Traveller (26 seater) 1
7 Tempo Traveller (17/20 Seater) 1
8 Tempo Traveller (13/14 Seater) 1
9 Tata Ace 1
10 Tata 207 Open Body 1
11 Tata 207 Closed Load Body 1
12 Tata 207 Explosive Van 1
13 Tata 407 Closed Load Body 1
14 Tata 709 Open Load Body 1
15 Tata 709 Closed Load Body 1
16 Tata 709 Explosive Van 1
17 M&M Bolero or Equivalent 1
18 M&M Bolero camper Gold 1
19 M&M Thar Jeep (Soft Top) or Equivalent 1
20 Toyota Innova or Equivalent 1
21 G M Tavera or Equivalent 1
22 Ford Fiesta Car or Equivalent 1
23 GM Optra Magnum Car or Equivalent 1
24 Toyota Etios Car or Equivalent 1
25 Fire Tender 1
26 Ashok leyland Prime mover/Tractor 1
27 Flat bed Trailer 1
28 Explosive Trailer 1
29 Semi Low Bed Trailer 1
30 Well Bed Trailer 1
31 Motor Cycles 1
Necessary Scrapping & Two Overcoats of Brush Painting of Complete Body Outside, Inside, Under chassis
including Writing Name Boards & Number Boards and Polishing for the following Vehicles
ANNEXURE - C
-
SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB
1 Bus 110
2 Heavy Open Truck 5
3 Heavy Closed Truck 5
4 Heavy Open Truck National Permit 15
5 Heavy Closed Truck National Permit 10
6 Tempo Traveller (26 seater) 2
7 Tempo Traveller (17/20 Seater) 6
8 Tempo Traveller (13/14 Seater) 26
9 Tata Ace 2
10 Tata 207 Open Body 12
11 Tata 207 Closed Load Body 6
12 Tata 207 Explosive Van 2
13 Tata 407 Closed Load Body 10
14 Tata 709 Open Load Body 10
15 Tata 709 Closed Load Body 10
16 Tata 709 Explosive Van 8
17 M&M Bolero or Equivalent 8
18 M&M Bolero camper Gold 8
19 M&M Thar Jeep (Soft Top) or Equivalent 5
20 Toyota Innova or Equivalent 15
21 G M Tavera or Equivalent 10
22 Ford Fiesta Car or Equivalent 1
23 GM Optra Magnum Car or Equivalent 1
24 Toyota Etios Car or Equivalent 2
25 Fire Tender 6
26 Ashok leyland Prime mover/Tractor 26
27 Flat bed Trailer 1
28 Explosive Trailer 8
29 Semi Low Bed Trailer 6
30 Well Bed Trailer 10
31 Motor Cycles 15
Necessary Scrapping & Two Overcoats of Spray Painting of Complete Body Outside, Inside, Under Chassis
including Writing Name Boards & Number Boards and Polishing for the following Vehicles
ANNEXURE - D
-
SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB
1 Tempo Traveller (13-26 Seater) 5
2 Toyota Innova/Crysta or Equivalent 15
3 G M Tavera or Equivalent 2
4 Ford Fiesta Car or Equivalent 3
5 GM Optra Magnum Car or Equivalent 1
6 Toyota Etios Car or Equivalent 12
7 M&M Bolero Jeep (Soft Top) or Equivalent 1
8 M&M Bolero camper Gold or Equivalent 1
9 M&M Bolero or equivalent 2
10 M&M Thar Jeep or Equivalent 1
11 Tata Ace 1
12 Motor Cycles 5
SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB
1 Tempo Traveller (13-26 Seater) 1
2 Toyota Innova/Crysta or Equivalent 1
3 G M Tavera or Equivalent 1
4 M&M Bolero or equivalent 1
5 Ford Fiesta Car or Equivalent 1
6 GM Optra Magnum Car or Equivalent 2
7 Toyota Etios Car or Equivalent 2
8 Motor Cycles 1
ANNEXURE - F
Rubbing & Wax Polishing for the following Vehicles
Touching & Polishing including Writing Name Boards & Number Boards of following Vehicles
ANNEXURE - E
-
SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB
1 Toyota Innova/Crysta or Equivalent 5
2 G M Tavera or Equivalent 1
3 M&M Bolero Jeep Closed or equivalent 1
4 Ford Fiesta Car or Equivalent 1
5 GM Optra Magnum Car or Equivalent 1
6 Toyota Etios Car or Equivalent 5
SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB
1 Bus 1
2 Heavy Truck 1
3 Tempo Traveller (26 seater) 1
4 Tempo Traveller (17/20 Seater) 1
5 Tempo Traveller (13/14 Seater) 4
6 Tata Ace 1
7 Tata 207 1
8 Tata 407 1
9 Tata 709 1
10 M&M Bolero or Equivalent 1
11 M&M Bolero camper Gold or Equivalent 1
12 M&M Thar Jeep (Soft Top) or Equivalent 1
13 Toyota Innova or Equivalent 5
14 G M Tavera or Equivalent 3
15 Ford Fiesta Car or Equivalent 1
16 GM Optra Magnum Car or Equivalent 1
17 Toyota Etios Car or Equivalent 1
18 Fire Tender 1
19 Ashok leyland Prime mover/Tractor 1
20 Flat bed Trailer/Explosive Trailer 1
21 Semi Low Bed Trailer 1
22 Well Bed Trailer 1
Two coats of Under Chassis Painting for the following vehicles
Wax Polishing for the following Vehicles
ANNEXURE - H
ANNEXURE - G
-
SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB
1 Bus/Truck/Mini Bus/Mini Truck or Equivalent 200
2 Car/Jeep/Toyota Innova/Tavera or Equivalent 50
SL. NO. DESCRIPTION QUANTUM OF WORK RATES IN RS PER JOB
1 Writing of Name Boards & Number Boards 20
2 Writing of Explosive Information Labels 10
SL. NO. DESCRIPTION QUANTUM OF WORKRATES IN RS PER
Sq. Feet
1 Bus/Truck/Mini Bus/Mini Truck or Equivalent 10
2 Car/Jeep/Toyota Innova/Tavera or Equivalent 4
SL. NO. DESCRIPTION QUANTUM OF WORKRATES IN RS PER
Sq. Feet
1 Bus/Truck/Mini Bus/Mini Truck or Equivalent 500
2 Car/Jeep/Toyota / Innova/Tavera or Equivalent 500
Rubbing, Two Coats of Spray Painting & Polishing per Sq. Feet for the following Vehicles
Rubbing, Two Coats of Brush Painting & Polishing per Sq. Feet for the following Vehicles
Writing of Boards as follows
Painting of Wheel disc (For One No.) for the following vehicles
ANNEXURE - J
ANNEXURE - K
ANNEXURE - L
ANNEXURE - I
-
E-Procurement No. VSSC/ADMNAUX/2018E1220201 and Print Media Advertisement ref. No.
VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of A4 Copier Paper
through our E-procurement site https://eprocure.isro.gov.in. Tender documents can be
downloaded upto 09.09.2018[14:00 Hrs.], Tender Opening date : 11.09.2018 [10:05Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [ie. 11.09.2018
10:05Hrs. ]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
-
E-Procurement No. VSSC/AVN-PUR/2018E1228601and Print Media Advertisement ref. No.
VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of Exhaust System
through our E-procurement site https://eprocure.isro.gov.in. Tender documents can be
downloaded upto10.09.2018 [11:00 Hrs.], Tender Opening date: 14.09.2018 [11:00Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [ie14.09.2018
[11:00Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
-
E-Procurement No. VSSC/ AVN-PUR//2018E1191501and Print Media Advertisement ref. No.
VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of Copper laminate
&Prepregs through our E-procurement site https://eprocure.isro.gov.in. Tender documents
can be downloaded upto12.09.2018[11:00 Hrs.], Tender Opening date : 17.09.2018
[11:00Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule [17.09.2018
[11:00Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
-
E-Procurement No. VSSC/ PRSOPURCH /2018E1257701and Print Media Advertisement ref. No.
VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of Rectifier
Transformer through our E-procurement site https://eprocure.isro.gov.in. Tender documents
can be downloaded upto 18.09.2018[14:00 Hrs.], Tender Opening date : 21.09.2018
[10:01Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule 21.09.2018
[10:01Hrs.]. If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
-
E-Procurement No. VSSC/CMSEPUR/2018E1214901and Print Media Advertisement ref. No.
VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of CFRP Dual Launch
adaptor through our E-procurement site https://eprocure.isro.gov.in. Tender documents can be
downloaded upto 23.10.2018[17:00 Hrs.], Tender Opening date : 07.11.2018 [10:00Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule 07.11.2018
[10:00Hrs.].If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
-
E-Procurement No. VSSC/PRSOPURCH/2018E1260501 and Print Media Advertisement ref. No.
VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of High End
workstation with GPU through our E-procurement site https://eprocure.isro.gov.in. Tender
documents can be downloaded upto 12.09.2018[12:00 Hrs.], Tender Opening date: 17.09.2018
[10:01Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule 17.09.2018
[10:01Hrs.].If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
-
E-Procurement No. VSSC/ADMNAUX/2018E1270101 and Print Media Advertisement ref. No.
VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of High Speed Precision
Lathe & accessories through our E-procurement site https://eprocure.isro.gov.in. Tender
documents can be downloaded upto 07.09.2018[10:00 Hrs.], Tender Opening date :
10.09.2018 [12:05Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule 10.09.2018
[12:05Hrs.].If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
-
E-Procurement No. VSSC/CMSEPUR/2018E1228401and Print Media Advertisement ref. No.
VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of CFRP Mould with built
in Heater & PLC for Ogive Panel through our E-procurement site https://eprocure.isro.gov.in. Tender
documents can be downloaded upto 23.10.2018[17:00 Hrs.], Tender Opening date: 07.11.2018
[10:00Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice: Tender shall be opened on the first day of the schedule 07.11.2018
[10:00Hrs.].If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
-
E-Procurement No. VSSC/AVN-PUR/2018E1236001and Print Media Advertisement ref. No.
VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of PCI Express compliant
ADC Card for SSLVthrough our E-procurement site https://eprocure.isro.gov.in. Tender documents
can be downloaded upto 01.10.2018[11:00 Hrs.], Tender Opening date : 09.10.2018
[14:00Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice : Tender shall be opened on the first day of the schedule 09.10.2018
[14:00Hrs.]..If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
-
E-Procurement No. VSSC/CMSE-PUR/201801216401 and Print Media Advertisement ref. No.
VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of Uni-directional
Carbon Fabric through our E-procurement site https://eprocure.isro.gov.in. Tender documents
can be downloaded upto 23.10.2018[17:00 Hrs.], Tender Opening date: 07.11.2018
[10:00Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice: Tender shall be opened on the first day of the schedule 07.11.2018
[10:00Hrs.].If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
-
E-Procurement No. VSSC/MVITPUR/2018E1268101 and Print Media Advertisement ref. No.
VSSC/P/ADVT/259/2018 Dt.23.08.2018 E-Tenders are invited for Supply of Storage Bin
Shelving System through our E-procurement site https://eprocure.isro.gov.in. Tender documents
can be downloaded upto 24.09.2018[17:00 Hrs.], Tender Opening date: 28.09.2018
[10:00Hrs.].
Only online tenders will be accepted. No manual / Postal / e-mail / fax offers will be
entertained. No manual tender document will be issued. Parties interested to participate in
this e-Tender are required to register themselves as vendors, if not already registered, in our
e-procurement portal https://eprocure.isro.gov.in by downloading plugins and help demos
listed on the home page of the e-procurement link mentioned above to complete the vendor
registration process. They can seek help from help desk 080 6780 7786 also as provided in the
home page of e-procurement portal in case of any problem for registration and subsequent
process. Vendors may please note that without registering in our e-procurement portal, they
will not be able to quote for this e-tender.
Important Notice: Tender shall be opened on the first day of the schedule 28.09.2018
[10:00Hrs.].If the tender could not be opened on the first day due to any technical snag, it
will be opened on the subsequent day as per the schedule. Bidders who are desirous of
attending the tender opening may make arrangements for attending the tender opening at
their cost.
-
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE, ISRO
VIKRAM SARABHAI SPACE CENTRE
PURCHASE & STORES DIVISION
Tel: (0471) 2563676; Fax: (0471) 2562105
EXPRESSION OF INTEREST
Ref.No. VSSC/SPRE/APEP/EOI/MLTP Date: 14/08/2018
REALISATION OF A SEMI-AUTOMATIC BOWL CLEANING SYSTEM
. VSSC/SPRE/APEP/EOI/MLTP 17/09/2018
[16:00 Hrs.] $ & '() *
VSSC invites, EOI from prospective bidders for ESTABLISHING MOTHER LIQUOR TRETMENT
PLANT AT APEP/VSSC, ALUVA, KOCHI -683112. Interested parties can furnish their
Expression of Interest in Sealed Envelope quoting our Reference No. VSSC/SPRE/APEP/EOI/MLTP
on or before 17/98/2018 [16:00 Hrs.] to the following address:
-. 1 / Sr. Purchase & Stores Officer,
III /Purchase Unit- III, PRSO
8, / RFF Area, ISRO. PO,
$/Thiruvananthapuram- 695022.
/Ph: 0471-256 3775 /
-
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE, ISRO
VIKRAM SARABHAI SPACE CENTRE
PURCHASE & STORES DIVISION
Tel: (0471) 2563775; Fax: (0471) 2562105
INVITATION FOR EXPRESSSION OF INTEREST
Ref.No. VSSC/SPRE/APEP/EOI/MLTP Date: 14.08.2018
ESTABLISHING MOTHER LIQUOR TRETMENT PLANT AT APEP/VSSC, ALUVA, KOCHI -
683112
Ammonium Perchlorate Experimental Plant (APEP) of VSSC, ISRO located at Aluva, Kerala, is
entrusted with manufacture and supply of Ammonium Perchlorate (AP) for various ISRO programmes.
Patented technology has been developed by VSSC in 0.3 m3 pilot scale batch process for converting
mother liquor into raw materials in the manufacturing of AP. This technology involves various process
operations like reactive precipitation, liquid-solid separation, filtrate acidification, residue purification,
acidification etc. All these operations have been developed in 0.3 m3 batch scale and process is
optimized. This EOI is aimed at short listing suitable vendors from competent Engineering firms for
executing a full scale Mother Liquor Treatment Plant on a turnkey basis. The scope of work involves
process scale up from 0.3 m3/batch to 20 m
3/day in semi-batch or continuous process, plant design,
manufacture, installation, platforms & structures, construction of building, commissioning and
performance demonstration.
Interested parties may submit their Expression of Interest to Senior Purchase & Store Officer,
Unit III, PCM/PRSO Purchase, VSSC, Thiruvananthapuram -695022 quoting reference number. The EOI
should contain the details about the supplier as mentioned in the document Ref No.
VSSC/SPRE/APEP/EOI/MLTP, which is available in our website www.isro.gov.in and www.vssc.gov.in.
For further details, terms & conditions, Senior Purchase & Store Officer, Unit III, PCM/PRSO
Purchase, VSSC, Thiruvananthapuram -695022 may be contacted (preferably through e-mail:
[email protected]) quoting the Ref No. VSSC/SPRE/APEP/EOI/MLTP.
-
P a g e | 1
Ref.No. VSSC/SPRE/APEP/MLTP Dt: 13/07/2018
1.0 INTRODUCTION
Ammonium Perchlorate Experimental Plant (APEP) of VSSC, ISRO located at
Aluva, Kerala, is engaged in the manufacture of Ammonium Perchlorate (AP) for various
ISRO programmes. During the manufacturing of AP, crude mother liquor is generated,
which contains saturated Sodium Chloride, minor quantity of Ammonium Perchlorate and
traces of Sodium Chlorate. A new patented technology has been developed by VSSC in
0.30 m3 pilot scale batch process for converting this mother liquor into materials, which can
be used as raw materials in the manufacturing of AP. This technology involves various unit
operations/processes like double decomposition reactions, precipitation, filtration,
acidification, decomposition, purification, scrubbing, etc.
In order to establish a full scale plant for converting mother liquor into raw materials,
process scale up & design and establishment of Mother Liquor Treatment Plant (MLTP) is
planned at APEP on a turnkey basis from competent engineering firms. The scope of work
involves process & design scale up of the technology using semi-batch or continuous process
and the plant shall have mother liquor treatment capacity of 20 m3/day. This document
describes the functional requirements, simplified process description, materials and other
terms and conditions.
2.0 OBJECTIVE
The main objective of the EOI is to identify suitable vendors for carrying out the process
scale up from 0.3 m3/batch to 20 m3/day in semi-batch or continuous process, plant design,
required structural building & other civil works, procurement of equipments, installation,
integration, commissioning and establishing 20 m3/day capacity Mother Liquor Treatment
Plant at APEP-Aluva, Kochi, Kerala 683112.
3.0 SCOPE OF WORK
The scope of work includes design, realization of subsystems, installation,
commissioning and demonstration trials of 20 m3/day Mother Liquor Treatment Plant at APEP,
Aluva. This includes process scale up from 0.3 m3/batch to 20 m3/day in semi-batch or
continuous process, plant design, manufacturing, testing, supply, erection, test run and
commissioning of all equipments including structural building & other civil works as per the
details given in this document and all associated safety machineries to operate the plant safely
and smoothly. Patented technology (Batch type) shall be provided by VSSC to the successful
-
P a g e | 2
bidder upon the awarding of Purchase Order/ Contract and signing of Non-Disclosure
Agreement (NDA).
Location of site
Ammonium Perchlorate Experimental Plant (APEP)
VSSC/ISRO, Erumathala (P.O), Aluva - 683112
Ernakulam, Kerala, India
The plant is located at Aluva in the Aluva - Munnar Road, about 15 km away from
Cochin Airport and 6 Km away from Aluva town.
4.0 ELIGIBILITY CRITERIA
The vendor shall furnish the following details to qualify for the bidding:
a) The vendor shall be a reputed engineering firm with minimum 7 years of experience in
process scale up, plant design and establishment of similar chemical plants on turnkey
basis. Parties shall be supported with documentary evidence for three similar completed
works costing not less than Rs 4 Crores OR two similar completed works costing not
less than Rs 5 Crores OR one similar completed work costing not less than Rs 8
Crores. Please provide successfully executed purchase order details with addresses for
a probable visit by VSSC team. Also provide contact details of the respective customers
at such installations.
b) Audited/certified copies of annual turnover and balance sheet for the last three years.
c) Company profile detailing technical manpower. Vendor shall furnish the quality
implementation certification (like ISO) awarded to them. Also a brief write up on the
quality department existing with them, total number of staff, in-house capabilities in
process scale up, plant design and realization, details of items/works which will be out
sourced in this contract, etc.
d) The vendor must ensure themselves that they fulfill the eligibility criteria mentioned
above before submitting the offer.
5.0 MODE OF SUBMISSION OF EOI
Vendor shall furnish their interest in participating in this EOI in their own letterhead with
details of contact person. No mention of price shall be given in the EOI.
Party shall furnish the EOI in the following format.
Part A
Covering note expressing the interest to participate in the bid. This is to be typed on
companys letter head and signed by the authorized signatory.
Part B
Declaration of understanding on process description and list of equipments as per section 6, 7
and 8.
-
P a g e | 3
Part C
Documentary evidences towards fulfilling the eligibility criteria as given in section 4.
Based on the EOIs received, vendors shall be shortlisted on technical competence,
conformance to the general specifications, experience in handling similar projects etc. VSSC
may also choose to visit the vendors office/projects, as and when required. Short listed
vendors shall be invited to VSSC for giving detailed presentation and relevant technical inputs.
RFP (Request For Proposal) shall be issued to the short listed parties for submitting detailed
offer in two part bid mode. After further technical scrutiny and price bid opening, final vendor
shall be selected for carrying out the total work on a turnkey project basis.
6.0 SIMPLIFIED PROCESS DESCRIPTION
The basic process description given below show different unit operations/processes in
MLTP. The plant shall convert mother liquor @ 20 m3/day into raw material for manufacturing
of AP. Interested parties can get the specifications of Chemicals-A, B, C, D & E mentioned in
the process chart shown below
Basic Process Flow Diagram
-
P a g e | 4
7.0 SELECTION OF MATERIALS FOR EQUIPMENTS
Sl. No Process Step Material Of Construction & Suggested Equipments
1 Reactive Precipitation Suggested MOC: SS 316 L/Suitable materials (Material
shall have good resistance to corrosion). The solution will
have pH in the range of 5 to 8, temperatures variations from
25 to 50 deg.C
Suggested Equipments: Jacketed Continuous Stirred Tank
Reactor/Plug Flow Reactor/Suitable equipment
2 Filtration Suggested MOC: SS316 L (Material shall have good
resistance to corrosion)
Suggested Equipments: Continuous pusher type
centrifuge/Suitable Equipments. Equipment shall have
maximum filtration efficiency
3 Acidification &
decomposition
Suggested MOC: MS Glass lined/Suitable material
(Material shall have good resistance to corrosion). The
solution will have pH in the range of 1 to 8 and temperature
variations from 20 to 100 deg.C
Suggested Equipments: MS Glass lined Reactor/Suitable
non-metallic equipments.
4 Residue purification Suggested MOC: MS Glass Lined Reactor (Material shall
have good resistance to corrosion. The solutions will have
pH in the range of 4 to 11 and temperature variations from
25 to 100 deg.C
Suggested Equipments: MS Glass lined Reactor/Jacketed
SS316 L reactor/ Suitable equipment
5 Acidification Suggested MOC: MS Glass lined (Material shall have good
resistance to corrosion. The solutions will have pH in the
range of 2 to 11 and temperature variations from 20 to 100
deg.C
Suggested Equipments: MS Glass lined Reactor/Suitable
equipment
6 Evaporation Suggested MOC: Titanium/ SS316 L (Material shall have
good resistance to corrosion). The solutions will have pH in
the range of 4 to 7 and temperature variations from 20 to
110 deg.C
Suggested Equipments: Titanium/SS316 L Evaporator
/Suitable equipment
-
P a g e | 5
8.0 INSTRUMENTATION AND CONTROL
Plant shall be equipped with fully automated PLC based control system with monitoring
and controlling features of essential parameters. Corrosive nature of the plant environment
shall be taken care while designing the control system, sensors etc. Provision for manual
operation and suitable safety interlocks shall also be provided.
9.0 General Terms and Conditions
a) The entire work shall be executed on a TURNKEY basis by the vendor and handed
over to VSSC in fully operational condition.
b) The vendor shall be responsible for process scale up, plant design, plant layout,
procurement, erection, testing and commissioning of all the equipments, pipelines,
fittings, structures, platforms etc and as a whole plant.
c) Civil works related to erection of all equipments, piping system, etc. including building
structures shall be carried out by the Vendor.
d) Electrical works of the entire facility complete in all respect shall be the responsibility
of the vendor.
e) The vendor shall indicate if it intends to sub contract to a third party any part of the
work.
f) The responsibility of hiring necessary manpower, tools, transport, loading and
unloading of equipments for the total work lies with the vendor.
g) Demonstration/performance of the plant has to be carried out for 3 months by the
party to confirm satisfactory performance of the plant in all the respects.
h) VSSC also reserves the right to cancel the whole process without assigning any
reasons thereof.
i) Interested parties can visit APEP/VSSC, Aluva on any working days (10:00 hrs to
16: 00 hrs) with prior intimation within three weeks from the date of advertisement for
getting firsthand knowledge regarding the plant location before submission of EOI.
[Contact Person:: Shri. Rama Chandra Rao Adduru, Scientist/ Engineer, APEP,
VSSC(Ph. #0484- 258 3578, E-mail: [email protected])]
j) Party shall ensure the emission/discharge levels within the permissible limits of
KSPCB/CPCB.
k) Intellectual Property Rights (IPR)
a. To the best of their knowledge, both parties do not infringe on any intellectual
property rights of any third party on any matter as stipulated in the scope of the EOI.
In the event of any future litigation, the obligation of the parties will be restricted to
defending themselves.
-
P a g e | 6
b. Any Intellectual Property Right related to the Project generated out of the project
will be the joint property of the party and ISRO and the benefit out of the same will be
mutually decided by the party and VSSC.
l) Vendor should have valid registrations for GST. Vendor should submit GST
Registration details.
m) Vendor should submit PAN card details.
n) Vendor should submit bankers details.
o) Vendor should submit letter that their firm is not blacklisted by any PSU/Govt
body.
-
GOVERNMENT OF INDIA,
DEPARTMENT OF SPACE,
ISRO, PURCHASE UNIT IV,
MVIT ENTITY, THIRUVANANTHAPURAM-695 547
EXPRESSION OF INTEREST
Ref : VSSC/MVIT PUR/2018012486 09/08/2018
EXPRESSION OF INTEREST FOR DESIGN, REALIZATION, INSTALLATION AND
COMMISSIONING OF REMOTE BAND PROOF LOADING SYSTEM.
To meet ISRO requirements, it is proposed to develop / find sources for design,
realization, installation and commissioning of remote band proof loading Test rig.
The scope of work is :-
Design and realization of loading mechanism and base fixture as per the requirements.
Design and realization of hydraulic jack and hydraulic actuation system as per the specification requirements.
Qualification and acceptance of components at system level. Assembly of all components in the test rig. Pressure testing and integrated functional testing at partys site. Installation and commissioning of the system at actual site.
Interested industries may visit our website www.isro.gov.in & www.vssc.gov.in and
download further details. Interested vendors can furnish their Expression of Interest
quoting our reference VSSC/MVIT PUR/2018012486 on or before 15th September,
2018 to the following address : The Sr. Purchase & Stores Officer, Purchase Unit IV,
MVIT, VSSC, Valiamala, Thiruvananthapuram - 695 547, Ph:0471 256 7507,
Fax:0471 256 7207,Email: [email protected]
-
DESIGN, REALIZATION, INSTALLATION AND
COMMISSIONING OF REMOTE BAND PROOF
LOADING TEST RIG1. Introduction
A remote band proof loading test rig
of maraging steel of different diameter
hydraulic system.
Major system elementsof
A loading mechanism and fixture.
Hydraulic jacks and a dedicated hydraulic
Instrumentation system (under the scope of
2. Brief description about the band system The band strips are used for separation of two different cylindrical structures (2) and it
consists of two maraging steel band halves passing over wedge shaped blocks. The two halve
segments are connected at diametrically opposite locations by bolts. Required tension in the band
is applied through the bolt assemblies, which gives the necessary clamping force/load to the joint
interface. Conceptual description of a band is shown in figure 1.
Diameters of band used are 937mm, 1194mm and 2800mm and its width and thickness
ranging from 30 to 55mm and 1.5 to 3 mm respectively, depending on the diameter of the band.
3. System Requirements
3.1 Objectives and Scope of work
i. Objectives
Maraging steel bands have to be structurally proof loaded to ensure sufficient design
margin.
Three type of band strips
single set up.
Operational easiness has to be provided for loading unit as well as hydraul
Remote operation during loading is the prime objective of this requirement.
System should be as safe as possible in case of Band failure/damage.
ii. Scope of work
Design and realization of loading mechanism and base fixture as per the requirements
mentioned in the subsequent chapters
from reputed make (Specifications/Make).
Design and realization of hydraulic jack and hydraulic actuation system, as per the
DESIGN, REALIZATION, INSTALLATION AND
COMMISSIONING OF REMOTE BAND PROOF
LOADING TEST RIG
remote band proof loading test rig is required to enable ground testing of
of different diameters in a single set upwith the help of a remotely operated
the test rig include:
A loading mechanism and fixture.
a dedicated hydraulic actuation system.
Instrumentation system (under the scope of the department).
Brief description about the band system
The band strips are used for separation of two different cylindrical structures (2) and it
consists of two maraging steel band halves passing over wedge shaped blocks. The two halve
nected at diametrically opposite locations by bolts. Required tension in the band
is applied through the bolt assemblies, which gives the necessary clamping force/load to the joint
interface. Conceptual description of a band is shown in figure 1.
Diameters of band used are 937mm, 1194mm and 2800mm and its width and thickness
ranging from 30 to 55mm and 1.5 to 3 mm respectively, depending on the diameter of the band.
Scope of work
steel bands have to be structurally proof loaded to ensure sufficient design
Three type of band strips ( 937mm, 1194mm and 2800mm) have to be tested with a
Operational easiness has to be provided for loading unit as well as hydraul
Remote operation during loading is the prime objective of this requirement.
System should be as safe as possible in case of Band failure/damage.
Design and realization of loading mechanism and base fixture as per the requirements
entioned in the subsequent chapters (3.2.1), selection and procurement of components
from reputed make (Specifications/Make).
Design and realization of hydraulic jack and hydraulic actuation system, as per the
DESIGN, REALIZATION, INSTALLATION AND
COMMISSIONING OF REMOTE BAND PROOF
testing of band strips made
remotely operated
The band strips are used for separation of two different cylindrical structures (2) and it
consists of two maraging steel band halves passing over wedge shaped blocks. The two halve
nected at diametrically opposite locations by bolts. Required tension in the band
is applied through the bolt assemblies, which gives the necessary clamping force/load to the joint
Diameters of band used are 937mm, 1194mm and 2800mm and its width and thickness
ranging from 30 to 55mm and 1.5 to 3 mm respectively, depending on the diameter of the band.
steel bands have to be structurally proof loaded to ensure sufficient design
2800mm) have to be tested with a
Operational easiness has to be provided for loading unit as well as hydraulic system.
Remote operation during loading is the prime objective of this requirement.
Design and realization of loading mechanism and base fixture as per the requirements
, selection and procurement of components
Design and realization of hydraulic jack and hydraulic actuation system, as per the
2
1
-
Qualification and acceptance of components at system level.
Assembly of all components in the test rig.
Pressure testing and integrated functional testing at partys site.
Installation and commissioning of the system at actual site.
3.2 Elements of the Test rig
As briefed earlier, the test rig shall have the following elements:
3.2.1 Loading mechanism and Fixture
The mechanism and fixture should work on radially loading principle.The fixture shall
consist of the following elements:
i. Two rigid semi-discsof diameter 3m mounted on a base structure (1) as shown in the
figure 1. The base structure made of mild steel has to be grounded.
ii. The interface rings (4)for the band strips of different diameters has to be simulated on the
discs. Test will be carried out for one band at a time.
iii. Of the two discs, one semi-disc-1 (2) is hingedand other semi-disc 2 (3)can slide apart
when actuated from the hinged semi-disc.
iv. The sliding disc shall be guided and supported by linear bearings (5).
v. Centrally mounted hydraulic jack (6), actuated through the remotely operated hydraulic
system, has to provide linear motion to the semi disc (2), which in turn ensure radial
loading on the band strips.
3.2.2 Hydraulic actuation system
As explained earlier, the hydraulic jack has to be operated by a remote hydraulic system
(Schematic representation of the hydraulic circuit is shown in figure 3), which shall consist
of the following elements:
i. The system shall consist of power pack (2) having pump/motor unit, pressure line filter,
oil tank (50 litre capacity), filler/breather unit, float switch, oil temperature sensor and
manual safety relief valve.
ii. A proportional relief valve (3) is provided in the system to set the pressure remotely
according to the loading pattern.
iii. 3/2 solenoid operated directional control valve (4) is provided in the pressure line.
1 5
4 2
4
6
3
-
iv. The second chamber of the jack is connected to a line rupture safety valve (5) and a 3/2
solenoid operated directional control valve (6).
v. A gas-charged bladder type accumulator (5 litres capacity) (7) is also provided in the
circuit, when the band system has to be loaded for a specified periodat a particular set
pressure without the support of pump.
3.2.3 Instrumentation system
A dedicated instrumentation system for operating the hydraulic system as well as to
monitor the performance parameters of the band is planned by the department and this
does not come under the scope of work.
4. Brief Specifications of the System
Sl.No. Components/Parameters Specification
1 Rated design load of Semi-discs and fixture 500 kN
2 Rated load of linear bearing 200 kN
3 Design load of hydraulic jacks 200 kN
4 Rated pressure for jacks 25 MPa
5 Pressure rating for valves, pumps-motor units
and accumulators
35 MPa
6 Pressure rating for pipes/fittings/hoses 50 MPa
7 Flow rating of Proportional relief control valve 0.1 to 1.0 lpm
1
2
3
7
4 5
6
-
Page | 4
5. Pre-qualification Terms and Conditions
It is mandatory for the Party to have prior experience of having successfully designed, fabricated,
integrated and commissioned an analogous hydraulically operated systems with actuator/hydraulic jack. In
the Expression of Interest (EOI),the Party need to submit documentation citing experiences of having
executed the design of hydraulic circuits/mechanical elements, fabrication, integration and
operationalisation of similar hydraulic test systems or larger. The documentation must contain
location/institution/industry/country where installed, year of commissioning and brief specification of the
installed facility including details of hydraulic jacks, loading systems/actuators, range of pressure and flow
rate, type of testing, types of valves, pipes/fittings/hoses with standards followed and its performance
parameters with respect to the intended functions and other salient features of the facility.
For the cases cited above, the Party must be the main contractor (shall not be sub-contractor) on
whom the order was placed for installing and commissioning of such a system. Failing the above, the party
shall be discontinued from further scrutiny by department and the Party no longer competes in the further
process.
The primary criteria for adjudging disqualification by a given Party is the lack of previous experience,
as a main contractor, of having designed, built and operationalized similar hydraulically operated systems.
If the Party is qualified as per the above terms, department shall provide the detailed specificationsto
participate in the tendering stage.