request for proposal (rfp) for operation and …

33
REQUEST FOR PROPOSAL (RFP) FOR OPERATION AND MAINTENANCE OF HIGH PRESSURE INSTALLATIONS GENERATING HIGH PRESSURE HYDROGEN, HELIUM, NITROGEN AND AIR AT IPRC, MAHENDRAGIRI

Upload: others

Post on 13-Feb-2022

4 views

Category:

Documents


0 download

TRANSCRIPT

REQUEST FOR PROPOSAL (RFP)

FOR

OPERATION AND MAINTENANCE OFHIGH PRESSURE INSTALLATIONS

GENERATING HIGH PRESSUREHYDROGEN, HELIUM, NITROGEN AND AIR

AT IPRC, MAHENDRAGIRI

- 2 -

CONTENTS

CLAUSENO TITLE PAGE

NUMBER1 INTRODUCTION : 52 LOCATION OF FACILITIES : 53 DESCRIPTION OF THE FACILITIES : 64 EQUIPMENT DETAILS & SPECIFICATIONS : 105 SCOPE OF THE BIDDER : 106 DEPARTMENT’S SCOPE : 127 RIGHTS OF THE DEPARTMENT : 138 PERIOD OF CONTRACT : 149 DETAILS TO BE FURNISHED IN THE QUOTATION : 1410 TERMS OF PAYMENT : 1611 TAXES AND DUTIES : 1612 SECURITY DEPOSIT : 1613 WARRANTY : 1714 INSURANCE : 1715 LIQUIDATED DAMAGES : 1716 LIABILITES OF THE DEPARTMENT : 1717 SECRECY : 1718 FORCE MAJEURE : 1819 TRANSFER OR SUBLETTING OF CONTRACT : 1820 SHORT CLOSING /TERMINATION OF THE CONTRACT : 1821 SETTLEMENT OF DISPUTE : 1922 ARBITRATION : 1923 APPICABLE LAW : 1924 GENERAL : 1925 ENTIRE CONTRACT : 22

- 3 -

ANNEXURES

ANNEXURE-1 : Layout plan

ANNEXURE-2 : Details of equipments

ANNEXURE-3 : Specification of equipments & fluids

ANNEXURE-4 : Typical schematic / P&I diagrams

ANNEXURE-5 : Description of property for taking insurance

ANNEXURE-6 : Details of human resources to be deployed

ENCLOSURES

ENCLOSURE-1 : Pro-forma for claiming monthly paymentENCLOSURE-2 : Pro-forma for claiming reimbursement for insurance

- 4 -

DEFINITIONS

Wherever used hereinafter in the RFP, the following expressions shall have thefollowing meanings:

1. ‘IPRC’ means the ISRO Propulsion complex of the Indian Space ResearchOrganization, Department of Space, and Government of India.

2. ‘ISRO’ means the Indian Space Research Organization under the Department ofspace.

3. ‘DEPARTMENT’ means the President of India or his successors, representativesor assigns. In this case THE DIRECTOR, ISRO Propulsion complex,MAHENDRAGIRI – 627 133.

4. ‘BIDDER’ means party who is going to execute the scope of works in this RFP.

5. “LIN” means Liquid Nitrogen

6. “LOX means Liquid Oxygen

7. “LHe means Liquid Helium

8. “LH2” means Liquid Hydrogen

9. “GH2” means Gaseous Hydrogen

10. HIGH PRESSURE INSTALLATION means all facilities connected with storing ofcryogenic fluids and or converting them into high pressure gases such ashydrogen, helium, nitrogen and compressed air at IPRC, Mahendragiri, asdefined in Clause 3 of the Contract.

11. CONSUMBLES means all consumables including lubrication oil, grease, cottonwaste etc., required for carrying out the operation maintenance of HighPressure Facilities, as prescribed in the procedures.

- 5 -

1. INTRODUCTION:

ISRO Propulsion Complex is the lead centre of ISRO, responsible for the

design, development and realization of liquid Rocket engines and stages required

for Satellite Launch Vehicle programmes. Liquid propulsion test facilities at

Mahendragiri is responsible for conducting ground testing on various liquid Rocket

engines & stages for qualification, acceptance, development studies etc. and the

integration of stages for launch and test purposes. Ground testing programme

requires various key facilities for supporting these tests.

Integrated Liquid Hydrogen Plant (ILHP), one among the key facilities, is

responsible for servicing of propellants, high pressure fluids and cryogenic fluids.

Propellants and service fluids are being procured/collected from production

plants, analyzed in laboratory at Mahendragiri, serviced to different user points

based upon the requirements. Chemical analysis of the propellants and fluids are

also being carried out and certified by Dept. High pressure Hydrogen gas required

for cryogenic tests conducted at IPRC is being produced at Hydrogen Gas plant

(HGP).

It is proposed to handover, operate and maintain the following facilities on

contract in round the clock basis:

1. Hydrogen Gas Plant (HGP).

2. High pressure Installation (HPI).

3. Cryo High pressure Installation (CHPI).

4. High Pressure LOX Conversion Facility near SPTF

The location of these facilities is given in Annexure -1. These facilities are

designed to generate and supply high pressure Helium, Hydrogen, Nitrogen and Air

required for the various test activities at Mahendragiri.

2. LOCATION OF FACILITIES:

The facilities are located at three different areas as shown in layout plan -

Annexure – 1. Hydrogen gas plant (HGP), located at B group area houses Hydrogen

gas production equipments and high pressure Hydrogen gas compressors. HPI

located at B group area houses high pressure compressed air systems and high

- 6 -

pressure Liquid Nitrogen conversion systems. CHPI located at B group area houses

high pressure Liquid Nitrogen conversion system, high pressure Liquid Helium

conversion system and mobile gas cylinder filling system. High Pressure LOX

Conversion Facility near SPTF houses high pressure LOX pumping system and

evaporator. ILHP is located inside IPRC, Mahendragiri at 2KM from the main gate.

3 DESCRIPTION OF THE FACILITIES:

3.1. HYDROGEN GAS PLANT (HGP)

3.1.1 The plant area is about 7000 sq.m. Equipments such as LH2 vaporizer, H2 gas

compressors, water chiller, cooling towers, cooling water circulation pumps, H2

gas purification unit. Fire station, four pole structure with transformer, AVR and

GLR water tanks are located outside the plant. Integrated Liquid Hydrogen Plant

(ILHP) supplies LH2 in 10m3 and 5m3 tankers to HGP for gas conversion. The LH2 is

converted into GH2 in an evaporator and using the H2 gas compressors the GH2 is

compressed to high pressure and supplied to various test facilities. HGP is

connected with the stationary cylinders at Main Engine and Stage Test Facility

(MET) and Sub scale Engine Test Facility (SET) and Thrust Chamber Facility (TCT)

through yard piping for filling Hydrogen gas. Continuous operation of the HGP is

envisaged. The details of the equipments in the facility are given in nnexure-2 and

the detailed specification of the equipments in HGP is given in Annexure –3.

3.1.2 Maintenance work of Hydrogen gas compressors shall be carried out by the bidder

as directed by the department. This includes disassembly of all three stages

(including diaphragm stages) of compressor, pipelines, valves (Suction, discharge,

condensate) and intercoolers of all stages and replacement of worn-out parts. The

required spares will be supplied by Department. Finally the assembly of

compressor shall be carried out.

3.2. HIGH PRESSURE INSTALLATIONS (HPI):

3.2.1 The plant area is 2500 sq.m. It houses two Air compressors systems with

auxiliary dryer cooling water pumps & towers and high pressure

Liquid Nitrogen conversion systems. The details of the equipments in the

facility are given in Annexure-2 and detailed specification of equipments is given

in Annexure-3. The electrical power and cooling water required for the facility

- 7 -

operations are provided by the Department. Electrical distribution panels for

individual systems are provided at each room.

3.2.2 High pressure air is required in very large quantity at High Altitude Test (HAT)

facility (200m away), Scramjet Facility (SPTF) (200m away) and Auxiliary

Test Stand (ATS) facility (300m away). Both the compressor systems are required

to be operated continuously on-round-the-clock basis, to meet the test

schedules. High pressure air is passed through dryer for ensuring the outlet Air

quality meeting the specified moisture level of less than 10 ppm. High pressure

Air is filled at test stand storage cylinders using dedicated yard pipe lines running

between these facilities. The operations related to charging of HAT facility

cylinders (2.2m3 x 20 Air cylinders) at 300 bar shall be carried out by the

contractor. A control room is provided for the operators to work and monitor the

Air compressors operation. The control room will be also utilized for seating the

people in addition to 250 bar air compressor operations.

3.2.3 Maintenance work of Air compressors shall be carried out by the bidder as directed

by the department. This includes disassembly of all Five stages of compressor,

pipelines, valves (Suction, discharge, condensate) and intercoolers of all stages

and replacement of worn-out parts. The required spares will be supplied by

Department. Finally the assembly of compressor shall be carried out.

3.2.4 Liquid Nitrogen from a transport tanker is unloaded to the storage tank and

converted into gaseous Nitrogen. High pressure GN2 at 350 bar is required for

every test operation. The LN2 conversion shed is a well ventilated 121m2 area

provided with gates. It houses a 15m3 liquid Nitrogen storage tank, pumps &

vaporizers and accumulator. The system shall be operated and monitored locally.

Gaseous Nitrogen is supplied to HAT, SET & PTS test facilities which are 500m,

100m and 1000 m away respectively through yard pipe lines. The operations

related to charging of HAT (2.2m3 x 40 GN2 cylinders) at 300 bar, PTS & SET

facility cylinders including operation of valves of cylinders, shall be carried out by

the bidder.

- 8 -

3.2.5 Maintenance work of Liquid Nitrogen pumps shall be carried out by the bidder

as directed by the department. This includes disassembly of Cold end, Crank drive,

pipelines, valves (Suction, discharge) and replacement of worn-out parts. The

required spares will be supplied by Department. Finally the assembly of Liquid

Nitrogen pumps shall be carried out.

3.3 CRYO HIGH PRESSURE INSTALLATIONS (CHPI):

The plant area at HPI-Cryo facilities is 2500 sq.m. It houses High Pressure Liquid

Nitrogen Conversion system, High Pressure Liquid Helium conversion system

including high pressure Helium compressor unit, and a maintenance room. The

maintenance room (4 m x 3.5 m ) can also be utilized for seating the bidder’s

personnel common for all facilities.

3.3.1 LN2 conversion system is located in a well ventilated high roofed shed of 185 m2

and the Helium compressor is located in 100 m2 room. The control room and

maintenance room are 24 m2 each. Liquid Nitrogen from a transport tanker is

unloaded to the storage tank. From the storage tank Liquid Nitrogen is pumped to

high pressure using reciprocating pumps and then converted into gaseous Nitrogen

by passing through ambient vaporizer. High pressure nitrogen gas is supplied to

TPT, MET & TCT facilities at a distance of 100m, 500m and 1000m respectively. The

operations related to charging of cylinders at TPT, MET & TCT facilities, including

the operation of valves of cylinders shall be carried out by the contractor. The

mobile gas cylinders with GN2 filling is also carried out.

3.3.2 Maintenance work of Liquid Nitrogen pumps shall be carried out in the control room

by the bidder as directed by the department. This includes disassembly of Cold

end, Crank drive, pipelines, valves (Suction, discharge) and replacement of worn-

out parts. The required spares will be supplied by department. Finally the assembly

of Liquid Nitrogen pumps shall be carried out.

3.3.3 Helium is sourced by 2 modes. For requirement in small quantity, Helium is brought

in cylinder quads in trucks. In such case, Helium is regulated and compressed to

high pressure. Alternatively for requirement in large quantity, Liquid Helium at low

- 9 -

pressure from transport tanker is converted to Gaseous Helium by passing through

ambient vaporizer and then compressed to high pressure. Helium and Nitrogen

tanker parking are provided in an open area covered with fencing. High pressure

gaseous Nitrogen and gaseous Helium is supplied to TPT, MET & TCT facilities

through yard pipe lines and maintenance of the same is carried out in regular

intervals. The contractor shall be responsible for operations of the valves on the

cylinders at the test stands also.

3.3.4 Maintenance work of Helium compressor shall be carried out by the bidder as

directed by the department. This includes disassembly of all Piston and diaphragm

stages of compressor, pipelines, valves (Suction, discharge, condensate) and

intercoolers of all stages and replacement of worn-out parts. The required spares

will be supplied by Department. Finally the assembly of compressor shall be carried

out.

3.3.5 Each Helium quad having 54 Nos of 50 litres capacity Helium gas cylinders arranged

in 9x6 matrix form are to be hydro tested once in five years. For conducting hydro

test Helium cylinder quad is to be dismantled from the structure and to be

transported to Gas Cylinder Test Facility(GCTF) which is available about 2km from

CHPI for testing. These cylinders after testing are to be transported back to CHPI

and assembled as a quad. The details of the equipments in the facility are given in

annexure-2 and detailed specification of equipments is given in annexure-3.

3.4 3.4 HIGH PRESSURE LOX CONVERSION FACILITY NEAR SPTF:

The LOX conversion facility mainly caters the requirements of SPTF test activities

at HAT area. The LOX pump and evaporator are located in HAT area.

They are to be operated and GO2 will be supplied to SPTF for test activities.

3.4.1 Maintenance work of Liquid Oxygen pump if any shall be carried out by the bidder

as directed by the department. This includes disassembly of Cold end, Crank drive,

pipelines, valves (Suction, discharge) and replacement of worn-out parts. The

required spares will be supplied by Department. Finally the assembly of Liquid

Oxygen pump shall be carried out.

- 10 -

3.5 3.5 LIN/LOX TRANSFER OPERATIONS:

The Liquid Nitrogen (LIN) and Liquid Oxygen (LOX) transfer operations are to be

carried out at the above facilities and at the storage facility by the bidder

personnel.

4 EQUIPMENT DETAILS & SPECIFICATIONS:

The details of various equipments of all facilities are given in annexure – 2. All

these equipments are rated for continuous duty. The specifications of these

equipments and the fluids handled by them are given in annexure-3.The Typical

schematic / P&I diagrams are given in annexure-4

5 SCOPE OF THE BIDDER:

5.1 The operation and maintenance of HGP,CHPI ,HPI & LOX conversion Facilities for

generating high pressure Hydrogen, Helium, Nitrogen, Oxygen & Air on round the

clock basis in order to meet the gas requirements of IPRC based on the schedules

given by the department, from time to time, using the utilities and resources

supplied by the Department.

5.2. a) HPI including operation of LOX pumping system will be generally operated on two

shift basis in a year. It requirement arises 3rd shift operation is to be performed. For

each shift of operation and routine maintenance following manpower is to be

necessarily engaged.

A. General shift - 1 Diploma + 1 ITI per shift

(I shift) - In addition, 1 ITI (Instrumentation) and 1 ITI (Electrical) are

to be engaged which are common for 5.2 (a) and (b)

B. II shift - 1 Diploma + 1 ITI per shift.

C. III shift - 1 Diploma + 1 ITI per shift based on requirements.

Entire operation is subject to requirements as decided by Department.

b) CHPI will be generally operated on two shift basis for 11 months in a year.

Generally HGP will not be operated. It may be operated for one month in a year

and hence pooled with CHPI. For each shift of operation and routine

maintenance, one Diploma Engineer and one ITI (Fitter) are to be necessarily

engaged. Entire operation is subject to requirements as decided by Department

c) For Transfer operation and sample collection of

LN2/LOX/LH2/LHe/GN2/GHe/GH2 from tanker/cylinder 2 ITI (Fitters) are to be

engaged on general shift subject to requirement as decided by Department.

- 11 -

d) The details of human resources to be deployed for every shift is given in

Annexure: 6.which is to be deployed subject to shift operation requirements as

decided by the Department.

5.3 Maintenance of the plants and machineries on` As is Where is Condition’, as

handed over to the bidder, throughout the period of Contract in order to

ensure uninterrupted supply of high pressure fluids to test operations. This shall

include

• Hydrogen compressors in HGP area, Air compressors and LN2 pumps in HPI

area & LOX Pump in HAT area and Helium compressor and LN2 pumps in CHPI

area and yard pipe lines as defined in clause no. 3.0.

• Testing of flow components and tanks and calibration of Instruments.

IPRC will provide required tools and instruments.

5.4 Ensuring safety of the operating personnel and plant and machinery in the

above facilities.

5.5 Ensuring security, safety and fire fighting using the installed fire hydrant system.

Department/ Bidder shall be the focal point for safety and quality.

5.6 The bidder should comply with the Department regulations regarding the entry of

their personnel. The bonafide and antecedents of the bidder’s personnel shall be

verified & certified by local authorities and the same shall be submitted to

Department at the time of applying for entry permit. The bidder personnel are

strictly prohibited from entry into areas other than those mentioned in the entry

permit.

5.7 Bidder shall arrange transport and other logistics required inside Mahendragiri for his

man power. For transportation of materials between facilities of HPI, CHPI, HGP and

ILHP, vehicle will be provided by IPRC.

5.8 The personnel deputed against the contract shall not be replaced without our

written clearance and in case if exigency situation, replacement shall be

entertained, for which clearance from the Department is a pre-requisite.

5.9 The bidder shall also carry out the following works related to operation and

maintenance of the facilities:

- 12 -

5.9.1 Bidder shall arrange sampling of LIN/LOX/LHe from tankers received from suppliers

and handing over to ILHP Lab for analysis. The bidder shall also arrange samples of

GN2/GH2/GHe/Air from cylinders. The sample bottles will be supplied by

Department.

5.9.2 The bidder shall be responsible for loading & unloading of Liquid Nitrogen from

transport tanker to storage tank available at HPI, CHPI, Integrated Cryo Fluids Storage

Facility (ICFS) & Integrated Liquid Hydrogen Plant (ILHP).Also testing of LOX/LIN

tanks available at ILHP,ICFS,HPI,CHPI & Flow components and Calibration of

instruments such as Pressure gauges, Pressure transmitters, Temperature

transmitters, Level gauges etc, which are mounted in the tanks and equipments is

also the responsibility of the bidder. In ICFS & ILHP there are 2 Nos. of 75m3 (total 4

Nos.) storage tanks are available.

5.9.3 All cylinders available in the above facilities (CHPI, HPI & HGP) will be transported to

GCTF, IPRC for requalification test once in 5 years. Bidder has to carryout all manual

operations such as dismantling, loading, unloading, re-assembly, etc. However the

material handling equipment with operator will be provided by the Dept.

5.9.4 Housekeeping within the premises of each facility is the responsibility of the bidder.

5.9.5 The scope also includes maintaining logbooks, maintenance history of

equipments/system, Inventory records of spares & consumables, records of cylinders,

SRV testing, pressure gauges, instruments and test certificates, records of fluid supply

and receipt, route cards, chemical analysis certificates etc required for the operation

and maintenance of the facilities.

6.0 DEPARTMENT’S SCOPE:

6.1 Department shall provide plant and machinery required for the plant operation and

maintenance.

- 13 -

6.2 Department shall provide input materials, electricity and water at free of cost for

the facilities. All the required spares for the maintenance of the plant will be

supplied by Department at free of cost. However worn-out spares shall be returned

to Department. The tools required for the above work will be given by Department.

6.3 Fire extinguishers, sprinkler system will be provided by Department.

6.4 Subject to availability, during normal office hours on all working days, the first aid

medical service can be provided in case of emergency.

6.5 In case of fire, Department fire tender can be made use of on call basis.

6.6 Building maintenance such as painting, replacement of electrical items such as

bulbs, tubes, fan and a/c etc will be carried out by CMG/IPRC. The bush clearance

within the premises of the facilities and on both sides of the air, N2, H2, and He

pipe lines shall also be carried out by CMG/IPRC.

6.7 IPRC will arrange for calibration of the pressure transmitters, pressure switches, and

Temperature sensors in its calibration facility where ever required.

7.0 RIGHTS OF THE DEPARTMENT

7.1 The Department reserves to verify the educational qualification and other details of

the bidder’s employee.

7.2 The Department reserves the right to terminate any of the bidder’s employee if

found unfit at any stage.

7.3 The Department reserves the right to deduct the payment in case of failure of thebidder to operate the facilities.

7.4 The Department reserves the right to augment/ modify the existing plant to

the minor extends.

7.5 The Department reserves right to verify the Insurance policies for the plant and

group insurances for the bidder’s personnel.

7.6 Depending upon the work load, the Department reserves the right to redeploy

the manpower required in different facilities and in different shifts.

- 14 -

8 PERIOD OF CONTRACT:

Period of contract is one year from the date of handing over of the plant to the

Contractor and it can be extended for further two years with escalation as per

clause no: 9.4 of RFP.

9 DETAILS TO BE FURNISHED IN THE QUOTATION:

9.1 Bidder eligibility criteria for qualification:

Sl.No Description Document to be produced

1 Annual turnover Annual turnover details – Minimum

13.70 Lakhs/year

2 Pan card Copy of Pan card

3 Service Tax RegistrationCopy of Service Tax Registration

certificate

4Registration with central labour

office

Copy of registration document

with central labour office

5 Any other documents Copy of documents

The working personnel shall have experience in operation and maintenance of

LIN/LOX pumps, Air compressors, Helium & Hydrogen compressors for at least 5 years.

The details of human resources to be deployed is given in Annexure:6 which is to be

deployed subject to shift operation requirements as decided by the Department.

9.2 The price shall remain firm and fixed for the entire period of the contract. The

Contract Manager of the Department will decide the shift operations based on the

requirements.

- 15 -

9.3 The quotation shall have the breakup cost of following:

SL.

NODESCRIPTION

QTY/

MONTH

QTY/

YEARCOST IN

(RS) PER

MONTH

TOTAL

COST IN

(RS) PER

YEAR

Unit No Unit No

1High Pressure Installations (HPI)

and LOX pumping system as per

Clause No: 3.2.2,3.2.4, 3.4 and

5.2 (a)

(i) General shift

(ii) Other Two shifts

Per

shift

26

52

Per

shift

312

624

2

Cryo High Pressure Installations

(CHPI) and Hydrogen Gas Plant

(HGP) as per Clause No:

3.3.1,3.3.3,3.1.1, and 5.2 (b)

(i) Two shifts

Per

shift

52

Per

shift

624

3

Transfer operation and sample

collection of

LN2/LOX/LH2/LHe/GN2/GHe/GH2

from tankers/cylinders as per

Clause No: 5.9.1 & 5.9.2 and

5.2(c).

(i) General shift

Pershift

26

Per

shift

312

4Printed Log book & documents

each 200 page No 100

Total

Note: General shift timing – 9.00 to 17.00 hrs

Other shift involves 8 hours operation.

- 16 -

9.4 The prices shall be firm and fixed during the currency of the contract. If the

Department decides to extend the period of contract for a period beyond 18

months, then escalation charges is applicable as per CPI formula after 18 months

from the date of original purchase order. The CPI formula is follows:

V = C x Ix - Ib

Ib

V = Increase/Decrease in price at the time of renewal.

C = Base contract value.

Ix = AICPI (Industrial works) in previous month of renewal of contract.

Ib = AICPI (Industrial works) in the month of signing contract.

10 TERMS OF PAYMENT

Payment shall be made once in a month based on the certification of work by

Contract Manger of Department.

11 TAXES & DUTIES:

The Department shall pay Service Tax to the bidder at the rates fixed by the

Government from time to time, on demand. Proof of remittance towards Service

Tax shall be furnished to Accounts Officer, IPRC in the ensuing month, failing which

payment shall be withheld and the Contract shall be terminated without any notice.

12. SECURITY DEPOSIT:

The bidder shall submit an interest free Security Deposit for an amount equivalent

to 10 % of value of Contract, in the form of Bank Guarantee, obtained from any of

the Scheduled Banks, executed on non-judicial stamp paper of appropriate value,

and shall be valid for a period of sixty days beyond the date for completion of

the Contract, immediately after signing of the contract towards due performance

of the contract. After successful completion of the contractual obligations, the said

Security Deposit shall be returned to the contractor upon certification by the User

Division. In case of non-compliance of any of the contractual obligations, the said

Security Deposit shall be forfeited /adjusted by the Department.

- 17 -

13. WARRANTY:

The bidder shall ensure the performance of the plant machineries and overall

performance of the system, as required by the contract, during the period of

contract. The bidder shall remedy at their own expense the defects caused due to

willful damage/careless operation by their personnel.

14. INSURANCE:

14.1 Plant insurance to protect against earth quake, fire, natural calamities, etc.The

plant insurance shall be taken as per directions given by Department and the

premium for the plant insurance will be reimbursed by Department at actuals. The

details are given in Annexure-5.

14.2 The bidder’s personnel shall be covered under a Group Insurance Scheme

immediately after signing of the contract and the premium shall be borne by the

bidder and the same shall not be reimbursed by the Department. Copy of the

policy shall be forwarded for our records.

15. LIQUIDATED DAMAGES:

Contract period indicated at clause no.8 shall be deemed to be the essence of the

contract. In the event the bidder does not take over the plant within the time

specified in the contract or any extension thereof allowed by the Department, the

Department shall have the right to recover from the bidder’s liquidated damages a

sum at the rate of ½ % per week not exceeding a total of 10% of the overall cost of

the contract on pro-rata basis from monthly payment.

16. LIABILITY OF THE DEPARTMENT:

IPRC is not responsible for any payment / compensation other than those

mentioned in the contract.

17. SECRECY:

Any data furnished to the bidder by Department or by the bidder to Department

shall be treated as confidential which shall not be disclosed by the bidder and their

personnel to a third party during and after the contract period. All the drawings

- 18 -

and documents provided to the bidder shall be treated as confidential and should

not be taken out of Departments’ premises.

18. FORCE MAJEURE:

Should a part or whole of the works covered by this contract could not be executed

due to reasons of force majeure each party undertakes to advise the other as soon

as it becomes aware of the circumstances of such force majeure so that actions

under the provisions of this contract can be mutually reviewed and agreed upon

between the bidder and the Department.

19. TRANSFER OR SUBLETTING OF CONTRACT:

The bidder shall not unless prior permission obtained in writing from the

Department transfer or sub let the work under the contract either in whole or in

part for the fulfillment of the contractual obligations vested with them.

Department reserves the right to refuse the permission without assigning any

reason thereof.

20. SHORT CLOSING/ TERMINATION OF THE CONTRACT:

20.1 In case of failure on the part of bidder for taking over the whole facilities within a

period of three months from the date of signing of the contract, Department

reserves the right to terminate the contract and the Security Deposit shall be

forfeited in total.

20.2 In case of non performance of the bidder in fulfillment of the contractual

obligations vested with them, Department reserves the right to terminate wholly

and notify the bidder accordingly. In such case also the Security Deposit shall be

forfeited in total. On receipt of short closing/termination notice the bidder shall

take all necessary steps for winding up of the contract in line with the notice

within a reasonable period but in any case not later than 3 months from the date of

issuing the notice.

20.3 In case of major changes in the policies of the Government of India as a result of

which the Department is compelled to curtail its requirements wholly or partly,

Department and the bidder shall enter into negotiations to mutually agree to

- 19 -

terminate this contract wholly or partly. The compensation, if any, to be paid to

the bidder shall be agreed to by mutual negotiations.

21. SETTLEMENT OF DISPUTE:

Any dispute or difference including those considered as such by one of the parties

arising out of or in connection with this contract shall be to the extent possible

settled amicably between the parties represented by the bidder. In case the bidder

could not resolve these issues the same shall be referred to arbitration.

22. ARBITRATION:

All and any disputes arising out of or in connection with the present agreement

which cannot be settled amicably by mutual consultation shall be referred for

Arbitration. Arbitration shall be conducted in accordance with Indian Arbitration

and Conciliation Act, 1996 by sole Arbitrator appointed by Director, ISRO Propulsion

Complex. The place of Arbitration shall be Tirunelveli. The Arbitration award shall

be final and binding on both the parties.

If any fault or negligence found on the side of the bidder or by act or omission

causes damage to the Department the bidder is obliged to pay damages done even

though no pre-existing contractual relation between the parties.

23. APPLICABLE LAW:

This contract shall be governed by and interpreted and construed in accordance

with the laws of India. The Department shall not be responsible if the bidder

infringes the laws or statutes in force during the currency of the contract.

24. GENERAL:

24.1 The bidder is solely responsible to compensate fully for the damage if any caused

to Department’s properties / personnel and bidder’s properties /personnel,

during operation / maintenance.

24.2 The bio-data of all bidder’s personnel shall be submitted to the Department for

scrutiny and approval. Only approved bidder’s personnel shall be engaged for the

works. In case of filling of vacancies during the contract period also the same

procedure shall be followed.

- 20 -

24.3 Only three National holidays and five more holidays will be declared as closed

holidays for their work. Normally Sunday will be a closed holiday. However the

bidder shall operate the facility on Sundays also, if required occasionally. Five

more holidays mentioned above can be declared at the start of each year after

consultations with the Department.

24.4 The bidder shall be liable to pay Employee’s contribution, Employer’s

contribution towards EPF and ESI after deducting the same from the bill, at the

rates prescribed by the respective Organisations/Departments.

24.5 The bidder should strictly adhere to all statutory rules/labour laws and

regulations regarding the EPF, ESI etc. Any violation of the above statutory

provisions currently applicable will be sufficient reasons for termination of this

Contract. Documentary proof for remittance towards EPF & ESI shall be furnished

to Accounts Officer, IPRC in the ensuing month, failing which payment shall be

withheld and the Contract shall be terminated without any notice.

24.6 In case, the bidder fails to carry out the work satisfactorily, the Contract is liable

to be terminated forthwith, without notice, and alternative arrangements made to

get the work executed. Any loss incurred to the Department in this regard is also

liable to be recovered from the bidder and they will not be considered for future

Contracts in IPRC.

24.7 The bidder should replace personnel violating the security, safety and other

guidelines of IPRC/Department of Space.

24.8 The bidder and his/her personnel should abide by all security instructions of the

Department of Space/IPRC. They will not be permitted to move in the campus

without cause and shall not be permitted to do any work other than the work

indicated in the Work Order.

24.9 If persons engaged by the bidder are found responsible for any theft, damage,

deface, break or destruction of any installation/fittings etc., in the institution,

the bidder shall make good the loss, at bidder’s cost.

- 21 -

24.10 The bidder shall take all safety precautions required for the execution of the

work. The Department will not in any way be responsible for any

injury/damage that may be caused to the bidder or their personnel during the

execution of the work.

24.11 In case of any injury or death caused to any of the persons during the course of

engagement the responsibility shall solely rest with the bidder.

IPRC/Department shall not be responsible for loss of life of the bidder’s

personnel caused at IPRC site. The bidder shall alone be responsible for any

compensation for which they shall take adequate insurance policy/policies at

their cost and expenses from time to time.

24.12. In case while on duty and during the course of engagement in the work

premises of IPRC under this Work Order, if any of the bidder’s workforce

meet(s) with any injury, indisposition due to accident or other natural

calamities, the bidder shall ensure that immediate and adequate medical and

viz., First – aid and subsequent treatment facilities are provided to the

person(s) concerned free of cost and without fail. In addition, the bidder shall

also be liable for meeting the statutory liabilities under the ESI/EPF or

Workmen’s Compensation Act as detailed above.

24.13 All the personnel deployed by the bidder by virtue of this Contract shall remain

the employees of the bidder only and they shall not acquire any claim

whatsoever for employment in IPRC or right for regularization as employees of

IPRC/Department of Space or for continued engagement under

IPRC/Department of Space. The bidder or the personnel engaged by the bidder

shall not have any right to claim for employment based on the work done

through this Work Contract.

24.14. Bidder shall submit a declaration to the effect that none of the persons

engaged by his/her has a criminal background to the Sr. Administrative Officer,

IPRC before executing the work assigned to them.

- 22 -

24.15. The bidder shall comply with all Acts, Laws including the Contract Labour

(Regulation & Abolition) Act, 1970 or other statutory rules, regulations, bye-

laws applicable or which might be applicable.

25.0 ENTIRE CONTRACT

The terms and conditions herein contained or incorporated constitute the

entire Agreement between the parties hereto and shall supersede all previous

communications, representations or agreements, either oral or written,

between the parties hereto with respect to the subject matter hereof and no

Contract or understanding varying or extending the same shall be binding upon

either party unless in writing, signed by a duly authorized Officer or

representative.

- 23 -

Annexure –22. DETAILS OF EQUIPMENTS

HIGH PRESSURE INSTALLATION:

4. HP Aircompressorsystems

a. Multi stage lubricated water cooled reciprocatingair compressor with 150KW electric motor and airdryer.

1

Multi stage lubricated water cooled reciprocating aircompressor with 100 KW electric motor and air dryer.

1

Cooling water pumps 2

Cooling towers 2

5.High pressureLN2

pumping systems

LN2 storage tank 1

LN2 high pressure pumps2LN2 high pressure evaporators 2

GN2 storage vessel 1

6. EOT crane Electrical operated overhead trolley, micromovements 1

Sl.No SYSTEM DESCRIPTION QTY.

HYDROGEN GAS PLANT

1.Hydrogen gasconversionsystem

Atmospheric evaporator 1

Buffer vessel 1

2.Hydrogen gascompressionsystem

Burton corblin H2 compressor 1

Andreas Hofer H2 compressor 1

3. Blowercompressor

To maintain positive pressure in electrical panelroom & Gas analyser room.

2

- 24 -

CRYO HIGH PRESSURE INSTALLATION:

7.

High pressureLN2

Pumpingsystems.

LN2 storage tank 1

LN2 High pressure pumps & Evaporators 2

8.High PressureLiquid Heliumevaporation andcompressionsystem.

Liquid Helium evaporator 1

Non-lubricated piston and diaphragmcombination, multistage, water cooled helium gascompressor.

1

Cooling water pumps 2

Cooling water tower 1

9. High pressuremulti cylinderfilling andstorage

Gaseous Helium storage cylinder 1

Gaseous Nitrogen storage cylinder. 1

Gaseous Helium cylinders 200

Gaseous Helium cylinders 80

10. High pressure Aircompressorsystem

Multi stage lubricated air cooled reciprocating aircompressor with 180 KW electric motor and air dryer

1

11. JIB Crane -- 1

- 25 -

Annexure - 3SPECIFICATION OF EQUIPMENTS & FLUIDS:

Specification of equipments at HGP:

a) AtmosphericEvaporator

MaterialTotal lengthOperating pressure

Copper15 metre4 bar

b) Buffer vesselMaterialCapacityOperating pressure

SS 3045 m34 bar(g)

c) Burton CorblinHydrogenCompressor

TypeModel noFluid HandledNo of StagesCapacitySuction PressureSuction TemperatureDischarge PressureDischarge TemperatureMotor PowerMotor type

Cooling Water flowCooling water TemperatureCooling water Pressure

DiaphragmD123 HG 5/4HydrogenTwo33.5 Nm3/hr3 bar(g)390 C350 bar(g)400 C max22 KWExplosion proof asper EExdllC1100 lits/hr300 C4bar(g)

d) Andreas HoferHydrogenCompressor

TypeModel noFluid HandledNo of StagesCapacitySuction PressureSuction TemperatureDischarge PressureDischarge TemperatureMotor PowerMotor type

Cooling Water flowCooling water TemperatureCooling water Pressure

DiaphragmMKZ 470-5/260-40HydrogenTwo33 Nm3/hr2 bar(g)300 C350 bar(g)400 C max18.5 KWExplosion proof asper EExdllC900 lits/hr300 C4 bar(g)

- 26 -

Specification of equipments at CHPI,

Specification of LN2 storage tank

Type : Horizontal, Cylindrical shell with dished end, double

walled, evacuated perlite insulated type.

Capacity : 20,000 L

Working Pressure : 13 bar(a)

Design Pressure : 14 bar(a)

Test Pressure : 19 bar(a)

Specification of LN2 pumps & Evaporator

Type : Reciprocating piston with supercharger

Flow rate : 10.3 liters/ minute

Suction pressure (max) : 15 bar(a)

Working pressure : 400 bar(a)

Required NPSH : 0 (Super charger)

Quantity : 2 Nos.

Evaporator:

Type : Vertically mounted, Aluminium finned SS tubular,

Ambient LN2 evaporator

Max. working pressure : 400 bar(a)

Hyd. Test pressure : 600 bar(a)

Make : Cryo Mec AG Switzerland

Specification of Liquid Helium Evaporator:

Type : Ambient air, vertical column type natural draught

Capacity : Not less than 150 Nm3 /hr GHe

Max. working pr. : 6 bar(a)

Min. working pr. : 2 bar(a)

- 27 -

Specification of Helium Compressor System

Type : Oil free reciprocating water cooled piston/ diaphragm

GHe compressor

Capacity : 120 NM3/hr. GHe.

Suction

From GHe evaporator : 2 bar to 5 bar(a)

From GHe cylinder : 2 bar to 180 bar(a)

Suction temperature : 40 C

Oil content : <3mg/m3

Discharge

Pressure : 400 bar

Temperature : 45 C

Oil content : < 3mg/m3

Specification of 50 L cylinder

Gas capacity - 8.0cum

Maximum working pressure - 150 bar(a)

Hydro test pressure - 250 bar(a)

Specification of Equipments at HPI

Specification of Air compressors:

I. 350 BAR AIR COMPRESSOR:

Type - Reciprocating

Fluid handled - Air

No. of stages - 5

Capacity - 400 Nm3/hr.

Suction pressure - 0 bar (g)

Suction temperature - Ambient

- 28 -

Discharge pressure - 350 bar (g)

Discharge temperature - 400C max.

Motor power - 150 KW

II. 250 BAR AIR COMPRESSOR:

Type - Reciprocating

Fluid handled - Air

No. of stages - 5

Capacity - 250 Nm3/hr.

Suction pressure - 0 bar (g)

Suction temperature - Ambient

Discharge pressure - 350 bar (g)

Discharge temperature - 400C max

Motor Power - 100 Kw

III . 350 BAR AIR COMPRESSOR(AIR COOLED):

Type - Reciprocating

Fluid handled - Air

No. of stages - 5

Capacity - 400 Nm3/hr.

Suction pressure - 1 bar

Discharge pressure - 350 bar (g)

Discharge temperature - 400C max.

Motor power - 180 KW

Cooling - Air

Lubrication - Oil

FLUID SPECIFICATION:

1. HELIUM

Grade : A.4.5

Purity : 99.995%

- 29 -

IMPURITIES:

Oxygen : Less than 3 ppm

Moisture : Less than 9 ppm

Nitrogen : Less than 14 ppm

THC : Less than 0.5 ppm

CO : Less than 1 ppm

CO2 : Less than 1 ppm

Neon : Less than 5 ppm

2. NITROGEN:

Purity > 99.8%

O2 + H2O < 50 ppm

H2O < 5 ppm

Ar < 1000 ppm

Particle size < 15 mic

3. AIR

Nitrogen - 78 %

Oxygen - 21 %

Ar - 0.93 %

CO2 - 0.03 %

Rare gases - 0.003 %

Moisture - 10 ppm

Oil content - < 0.03 mg/m3

4. HYDROGEN

Purity > 99.995 %

He < 39 ppm

O2+Ar < 1 ppm

N2+H2O+HC < 9 ppm

CO+CO2 < 1 ppm

Oil content < 3 mg/m3

- 30 -

Annexure 5

DESCRIPTION OF PROPERTY

Policy coverage: Standard fire and special peril policy and terrorism(Amount in Rupees)

I. Buildings - 45, 00,000/-Cryo High Pressure Installations

II.Plant/Machinery and accessories - 1,05,00,000/-1. Helium compressor - 12,00,000/-2. Helium evaporator and Hoses - 9,00,000/-3. LIN pump and Evaporator 2 sets - 60, 00,000/-5. LIN storage tank (20m3) - 50, 00,000/-6. Piping - 1,00,00,000/-

III.BuildingsHigh Pressure installations - 45, 00,000/-

IV.Plant/Machinery and accessories1. Air compressor (250 bar) - 30,00,000/-2. Air compressor (350 bar) - 50,00,000/-3. Dryer system (2 nos) - 10,00,000/-4. Cylinder (1M3 ) - 6,00,000/-5. LIN pump and evaporator (2 sets) - 60,00,000/-6. LIN storage tank (15M3) - 20,00,000/-

V.BuildingsHydrogen gas production plant ` - 1,00,00,000/-

VI.Plant/Machinery and accessories1. Burton H2 compressor (Pressure -350 bar) - 50,00,000/-2. Andreas Hofer H2 compressor (Pressure -350 bar) - 65,00,000/-3. Chiller plant - 25,00,000/-

VII.Electrical InstallationsElectrical fittings - 5,75,000/-

Total (Rs) - 8,47,75,000/-

- 31 -

Annexure:6

Details of human resources to be deployed:

SL.NO DESCRIPTION QUALIFICATION

MINIMUMEXPERIENCE

YEARS

PREFERREDAREA OFEXPERIENCE INOPERATION &MAINTENANCEOF

NO OFMANPOWER

1 Shift in Charge DME 5 Air, Hydrogenand Heliumcompressors,LIN/LOX pumps,and routinemaintenance.

5

2 Field operator ITI Fitter 5 Air, Hydrogenand Heliumcompressors,LIN/LOX pumps,Cryogenic fluidstransfer androutinemaintenance.

7

3 MaintenanceTechnician/Instrumentation

ITIInstrumentation

5 Fieldmaintenance ofInstrumentation

1

4 MaintenanceTechnician/Electrical

ITI Electrical 5 Fieldmaintenance ofElectrical

1

- 32 -

Enclosure 1Proforma for claiming monthly payment.

Contract Name : Date:Contract Ref. : AddressClaim details :

Ref.contract clause :Claims so far made :Present claim refers to :Contractor’s declaration :--------------------------------------------------------------------------------------------------No ofshifts performed :

Sl.No Description No of shifts Unit rate Total cost1 High Pressure Installations (HPI)

& Lox Pumping systemi) General shiftii) Other two shifts

2 Cryo High Pressure Installation(CHPI) and Hydrogen Gas Plant(HGP)

i) Two shifts

3 Transfer operation and samplecollection

i) General shift4 Printed Log book & documents

GRAND TOTAL

Date: Contract Manager-Contract----------------------------------------------------------------------------------------------------------Certification by Department:Performance of the contractor :No of shifts to be deducted/Added :Comments if any :Recommended/Not recommended for payment:

Date: Contract Manager-DepartmentToAccounts Officer,IPRC, Mahendragiri.Cc:SPSO,IPRC

- 33 -

Enclosure 2

Proforma for claiming Insurance reimbursement

Claim No : Date :Contractor Name : Address:Contractor ref :Claim detail :----------------------------------------------------------------------------------------------------------Ref.Contract Clause: Ref Order:Category : InsuranceCompany Name :Invoice No: Date: Amount:Amount indicated Againstthis heading in the contract : Comments, if any

Date: Contract Manager-Contract----------------------------------------------------------------------------------------------------------CERTIFICATION BY DEPARTMENT

Category : InsuranceClaim admissible :Recommended/Not recommended for payment

Date: Contract Manager-Department