Post on 23-Mar-2020
1
भारत सरकार Government of India
अन्तररक्ष विभाग Department of Space
सतीश धिन अंतररक्ष केन्र Satish Dhawan Space Centre शार SHAR
श्रीहररकोटा डा.घ.524124 आं.प्र. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेलिफोन:+91 8623 225023 Telephone: +91 8623 225023 फेक्स: +91 8623 225170 Fax: +91 8623 225170
GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE
SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)
TENDER NOTICE NO. SDSC SHAR/Sr.HPS/PT/08/2019-2020
On behalf of President of India, Sr. Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line
quotations for the following.
Sl
No
Ref. No. Description Qty.
01 SHAR CMD 2018 0 10058 e-procurement [Two Part basis]
Supply, Installation, Testing and Commissioning of Indoor & Outdoor VCB Panels.
1 LS
02 SHAR SC 2019 0 10268 e-procurement [Two Part basis]
Children Play Items
1 LS
03 SHAR SP 2019 E0 10139 e-procurement [Two Part basis]
Fabrication, supply and Testing of Truck mounted mobile Crane at rear end of the Truck.
1 LS
04 SHAR SPP 2019 0 10955 e-procurement [Two Part basis]
Supply of EOT Cranes 16t cap
1 LS
05 SHAR SC 2019 0 11042 e-procurement [Two Part basis]
Design, supply of material & Fabrication of Jeep Fire Tender
1 No.
06 SHAR SC 2019 0 11361 e-procurement [Two Part basis]
Fabrication and Supply of AC Luxury Bus Body 1 No.
07 SHAR SC 2019 0 11362 e-procurement [Two Part basis]
Supply, Installation, Testing and Commissioning of 500kVA, 415V DG Set
1 No.
08 SHAR SC 2019 0 11369 e-procurement [Single Part basis]
Contract for Catering Supervisor Services of Canteen Works for a period of TWO years
24 Months
Last Date for downloading of tender documents : 09.07.2019 at 16:00 hrs. Due Date for submission of bids online : 09.07.2019 at 16:00 hrs. Due Date for Bid Sealing on : 09.07.2019 at 16:01 hrs. to 09.07.2019 at 17.30 hrs. Due Date for Open Authorization : 09.07.2019 at 17.31 hrs. to 11.07.2019 at 17:00 hrs. Due Date for opening of tenders : 12.07.2019 at 14:30 hrs.
Instructions to Tenderers:
No tender fee shall be applicable for tenders submitted through EGPS
01. For full details/scope of work and terms and conditions etc., please see the enclosed annexures.
02. Interested tenderers can download the e-tender from ISRO e-procurement website https://eprocure.isro.gov.in and submit the offer on line in the e-procurement portal. Offers sent physically by post/courier/in person will not be considered.
03. Tender documents are also available on ISRO website www.isro.gov.in ISRO e-procurement website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website www.shar.gov.in. The same can be down loaded and offer submitted on line in the e-procurement portal.
04. Quotations received after the due date/time will not be considered.
05. The tender documents are available for download upto 09.07.2019 at 1600 hrs. and last date for submission of tenders on line 09.07.2019 at 1600 hrs. and Tender Opening on 12.07.2019 at 14:30 hrs.
06. Sr. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or reject any/or all the quotations. DT: 17.06.2019 Sr. HEAD, PURCHASE AND STORES
Annexure 1
BUS BODY SPECIFICATION FOR TATA LPO 1618/62 WB CHASSIS To be constructed as per CMV Rule, AIS,ARAI and MV Act of India
AIR CONDITIONED BUS BODY SPECIFICATION
SI. No.
Description Specifications
1
Model of chassis (SDSC SHAR’s scope)
TATA make bus chassis model LPO 1618TC – 6200mm WB fitted with CUMMINS, 180HP BSIV diesel engine, 6 speed synchromesh over drive gear box, power steering, rear air suspension, ABS, speed limiting device, 7 nos. of 295/80 R 22.5 – 16PR tubeless tyres, without face cowl.
2
Types of body All GI tubular construction, full fixed glass, pushback seats, floor – BWR plywood with Vinyl Mat, AC Unit, Wide water channel, GI sheet roof and PU sealant with 3M PU tape for roof joints as per ARAI/CIRT/ICAT bus body code AIS-052.
External
3 Wheel base 6200 mm
4 Rear over hang 60% of WB (maximum) – 3720 mm
5 Overall width 2600mm (maximum)
6 Overall length 12000 mm (maximum)
7 Overall height with AC
3525mm (Max. 3800mm as per CMVR)
8 Overall height without AC
3300mm (3500mm Max.)
9 Ground clearance 249mm clearance for rear differential and 350mm for first foot
step.
Internal
10 Gangway Length 10500 mm Max.
11 Saloon width 2445mm approx.
12 Saloon height 2030mm (1900mm Min.)
13 Gangway/Aisle 410mm (350mm min.)
14 Seating capacity 43 to 45 + Driver (2 x 2 arrangement)
15 Seat pitch 850 mm(LH) and 810mm (RH) – Layout as per drawing
enclosed as Annexure – 2
Luggage Space
16 Saloon Hat rack 1.0 Cubic metres Minimum
17 Luggage compartment 0.75 Cubic metres Min. (Luggage compartment size shall be
the maximum possible – Shall be provided on LH side and on rear )
Structure
18 Floor longitude 3.175 mm MS channel Sections of different cross sections
Annexure 1
19 Floor cross bearers ISMC channel 100x50x6 mm
20 Main pillar GI tube 60x40x2mm
21 Stump pillar GI tube 40x40x2mm
22 Skirt rail GI tube 40x20x2mm
23 Anti-drumming rail GI tube 40x20x2mm / L section 40x20x2mm
24 Waist rail GI tube 40x40x2mm
25 Roof stick GI tube 40x40x2mm
26 Roof longitudes 2 mm GP sheets of different cross sections(U,Z,C,L, etc.,)
27 Structure fabrication Sub frame over OE chassis shall be integrated using U-bolts
as recommended by the vehicle manufacturer.
The structure shall be fabricated using superior quality
branded GI tubes/sheets of Kalinga, Apollo, JSW (Jindal),
Bhushan or similar make. All other structure materials used
shall also be of GI materials. The GI coating shall be
minimum 120GSM.
All welded joints shall be cleaned thoroughly and zinc-rich
primer shall be applied. Double coat of primer shall be
applied on all structures. Floor to waist level height
preferred to be more than 850 mm (min. 835mm as per bus
body code)
28 Entrance/Exit 1 no. placed front left opposite to driver door.
External paneling
29 Waist rail to rub rail 1 mm GI stretched sheet with joint beadings
30 Rub rail to skirt rail 1.2 mm aluminium sheet with joint beadings, 2mm for all
doors.
31 Front shape Elegant looking front show of aerodynamic design with
single piece 61 inch Volvo curved laminated safety wind
shield glass (ARAI approved). The front face shall be made
up of molded FRP. Front bumper ground clearance shall be
400mm. 2 pocket type steps and handles shall be provided
for cleaning front windshield glass.
Front grills shall be with air vent & good quality gas spring
mechanism. W/S glass should be inserted type and front
water channel should be projected beyond the glass seating
to ensure water resistant joint.
Different shapes available along with the photos of model
vehicles shall be provided. We reserve the freedom to select
any front shape it shall comply with AIS 052 specification
also.
Annexure 1
32 Front grill Grilled type with reliable hydraulic/gas cylinders for easy
lifting of the bonnet and suitable vents to ensure fresh air
supply to the radiator. Front grill should be large enough to
facilitate easy maintenance. The grill and middle part of the
bumper shall be removable to facilitate easy serviceability of
engine and radiator.
33 Rear shape Elegant looking molded FRP with single piece 5 mm bonded
safety glass. 2 pocket type steps and handles shall be
provided for cleaning rear glass.
Different shapes available along with the photos of model
vehicles shall be provided. We reserve the freedom to select
any rear shape. It shall comply with AIS 052 specifications
also.
34 Roof panels 1.00 mm stretched GP coil with permacel tape for joints
35 Hatch ventilators 2 nos. mechanically operated roof hatch exit at front & rear
of passenger saloon with reliable water proof joints.
36 Luggage flaps Hinged flap doors with sealable handles along with locking
arrangement on luggage doors
37 Front bumper FRP – split type – middle portion shall be removable.
38 Rear bumper FRP
39 Raised seat base Min. 2.5mm thick aluminium sheet covering shall be done
for raised portion above the wheels for wheel arch with
suitable structure.
40 Water channel Hindalco extruded water channel, product no: 6256.
41 Reflex reflectors Reflex reflectors as per AIS 057-2005 shall be fitted.
Internal trims
42 Side trim Powder coated GI sheets of 0.8mm thickness/Aluminium
composite panel (ACP) of min. 2mm thickness
43 Roof trim Powder coated GI sheets of 0.8 mm thickness/Aluminium
composite panel (ACP) of min. 2mm thickness
44 Windows Clear glass or light green/grey – bonded type with curtain.
45 Hat rack Open ABS/ACP hat rack with AC vents in multi set. Above
the hat rack luggage compartments shall be partitioned.
46 Multi set Adjustable AC vent console and individual reading lamps
with switch.
47 Floor 12mm BWR plywood conforms to IS 15061 flammability
requirements as per bus Code. Superior quality anti skid fire
retardant vinyl mat shall be used over that.
Annexure 1
48 Curtain Curtain cloth conforms to IS 15061 flammability
requirements as per Bus Code. Curtain cloth of suitable
design & colour as suggested by us during the inspection
stage shall be fitted on both sides of interior for the entire
length of saloon.
49 Insulation Min. 40mm thick glass wool thermal insulation.
50 Foot step Passenger’s entry foot step shall be four step structure
located ahead of front axle covered with BWR plywood &
anti-skid vinyl mat. The minimum width of each step shall
be 8 inches. The foot step shall be designed and fabricated to
the full width of entrance passage. The ground clearance for
first foot step shall not exceed 350mm.
Two nos. each on front & rear bumper and two handles each
at reachable height shall be provided for easy access to clean
front and rear glasses.
Two nos. pocket type foot step on RH side for driver at
suitable location for easy entry to the driver seat.
51 Grab rail Hand holds shall be provided at lower edge of hat rack for
the ease of access at regular intervals on both LH and RH
sides (min. 10 nos. on each side)
52 Engine cover It shall be OE make, padded and stitched with Rexene cloth.
53 Inspection cover 350 x 350 mm inspection covers above the gear box and flap
doors on LH & RH wheel arch for rear air suspension with
gas spring mechanism and with sturdy locks.
Glasses
54 Front windshield 61 inch Volvo, Single piece curved laminated clear safety
glass mounted on rubber beading.
55 Side glass windows Toughened clear or light green/grey safety glass – bonded
type
56 Rear windscreen Single piece clear safety toughened glass.
Seats
57 Driver seat Wire Knitted 4 way adjustable seat with seat belt, equal to
Harita seating quality.
Annexure 1
58 Passenger seat model
and seating layout
Ergonomically designed contoured push back wider seats
with good thigh support, retractable wider arm rest, bottle
holder, magazine pouch, double grab handle, headrest flap
and adjustable foot rest. Seat mounting shall be provided on
both structures and platform. It shall comply with AIS 052 &
AIS 023 requirements also.
The seats’ design & dimensional drawing shall be submitted
before commencing the works. Harita magnum seats are
highly preferred in 2x2 layout.
59 Barricade & foot step Barricade and foot rest shall be provided in front of the 2
seater seat near to rear emergency door and 2 seater seat
near to the passenger door. A mat finished SS handle shall
be provided on barricade near passenger door in inclined
position for grab holding by passengers while boarding the
bus.
60 Seat pitch 850 mm(LH) and 810mm (RH)
61 Min. leg room 280 mm (Min.)
Driver cabin
62 Dash board Ergonomically designed elegant dash board with all controls,
music system, etc., at drivers’ arms reach. Instrument panel
shall be made of FRP (Flammability certified as per IS 15016)
63 Radiator filling cover Sufficiently large rattle free inspection cover with good
quality hinges and locking mechanism (400sq. cm) shall be
provided on the front instrument panel for easy maintenance
of radiator.
64 Driver partition Full partition with stainless steel (SS) pipe (Mat finish) with
door shall be provided between driver cabin and passenger
cabin. The door shall be provided with transparent
toughened glass with cooling film. A curtain shall also be
provided near door. A foot rest and handle shall be provided
on the partition for the passenger sitting behind the
partition. The driver cabin shall also be air conditioned.
65 Engine Bariguard
partition
Stainless steel (SS – Mat finish) pipe guard rail on LH side
surrounding engine cover. Its height shall be 700 mm in left
side reducing to 500 mm in rear of the bonnet enabling easy
entry for the driver.
Annexure 1
66 Driver door model One carriage type door on RHS with reliable good quality
lock, handle & key. Lifting type clear window glass with
reliable water/air tight joint. A reliable locking mechanism
and dove tail shall be provided to avoid rattling sound. ABS
magazine pouch/document box and water bottle holder on
driver door. One full width pipe handle shall be provided on
door inside panel.
Suitable foot step and handle for easy access of driver. Driver
door bottom shall be left open for drainage of water. A
removable foot support made of plywood or aluminium sheet
shall be provided behind the ABS pedals in front of the driver
seat for foot support. It shall be positioned parallel to the
driver seat so that driver can show the hand signal and can
look through the window while reversing.
67 Passenger door Water/air tight pneumatic out-swing type door ahead of front
axle on LH side and mechanisms shall be top mounted. Mat
finished SS pipe hand rails shall be fitted suitably on door
and on RH side above foot step level for grab holding by
passengers during entry. The size & operation of door
mechanism shall be as per AIS 052. The door operation
mechanism shall be mounted on top of the door and should
be covered with paneling.
Safety
68 Emergency Exit The side and rear glasses shall be toughened safety clear
glass and shall be breakable with hard objects for use as
emergency exit. One carriage type emergency door behind
rear wheel arch on RH side with heavy duty lock and with
breakable glass(operable from both outside & inside), double
sliding glass, latch arrangements and with beeper.
69 Emergency Hammers 5 nos. of emergency hammer shall be fitted in the passenger
saloon; two on each sides and one on rear at easily
accessible location. Hammers shall be mounted right next to
the emergency windows.
70 Fire Extinguisher
6+4 Kgs/4+4+2
Kgs/6+2+2 Kgs
10 Kgs, class DCP (ABC) fire extinguishers as per bus body
code shall be fitted in suitable structure and ensure that it
will not make any noise & vibration.
71 First Aid Box 1 no. of first aid box holder shall be provided in driver cabin
with medicine
Annexure 1
72 Safety Instruction Easily readable safety instruction sticker about all safety
exits in English shall be pasted inside the passenger saloon
on driver partition glass.
AC & Entertainment
73 AC drive Vehicle manufacturer approved direct drive for AC (DDAC)
unit from the engine shall be fitted in the vehicle. AC tonnage
shall be 8 TR, 40 KW capacity air conditioning unit shall be
used.
74 LED TV Good quality Sony/LG/Samsung, suitable size (32 inch
preferred) LED Flat TV shall be fitted on driver partition.
75 Music Player Good quality double Din Sony/Pioneer audio system with
DVD receiver, Front USB port, Front AUX-In facilities and
digital Dolby surround system.
76 Speakers At roof – 4” size – 6 nos. & 1 no on driver cabin. All speakers
with individual ON/OFF switch. Wiring of the speaker shall
be done separately and extended up to music system
provision provided in front instrument panel. Master switch
for the speakers shall be provided near the instrument panel.
Electrical – External
77 Wiper system Wiper system complying the requirements as per AIS 011.
Volvo type Twin wiper arm & blade, Opposed wide sweep,
inbuilt spray with 3 litre tank.
78 Head Lamps 2+2 nos. of round type on LH & RH side. The head lamp
fitted shall be adjustable and easily serviceable. Head lamp
dipped beam vertical orientation instruction given by the
vehicle manufacturer shall be strictly followed and it shall be
as per AIS-008. Head lamp initial setting shall be done as
recommended by the manufacturer.
79 Fog Lamps 1 nos. on each side
80 Tail Lamps 4 nos. on each side
81 Front & Rear
indicators
1 nos. on each side
82 Park Lamp at front 1 nos. on each side
83 Side marker lamp
with inbuilt reflector
LED type suitable to the body colour as per AIS 052.
84 Height marker lamps 2 nos. each on top of front & rear
85 Number plate light 2 nos. at rear
86 Reverse lamp with
buzzer
1 no.
Annexure 1
87 Battery cut-off switch OE battery cut-off switch shall be replaced with superior
quality battery cut-off switch and shall be fitted in an easily
operable location near driver seat
88 Horn OE fitted
89 Bell 1 no. of Buzzer at front of passenger saloon for passengers
90 Reverse parking
Assist System
Steel mate or other reputed brands reverse parking assist
system with prior approval from us before
procurement/fitment.
Electrical – Internal
91 Saloon/Roof lamps 6 nos. of LED lamp inbuilt with the hat rack
92 Night Lamp 1 no. of LED lamp on roof above the gangway
93 Individual reading
lamps
Integrated with multi set
94 Passenger entry
lamps
At the foot step
95 Electric Cabin Fan Remi make 8” cabin fan above driver, a control switch in
driver cabin instrument panel.
96 Wirings All wirings shall be done only with reputed brand such as
Finolex make wires of appropriate size based on actual loads
by following all safety guidelines and shall be placed inside
fire retardant wire sleeves & conduits. They should confirm
to the ISI standards.
Other Fitments
97 Illuminated Name
boards
One at front behind W/S glass on dash board and one at
rear below rear glass with ‘GOVT OF INDIA’ lettering both in
Hindi and English of not less than 15 cm in P/O. red colour
on white back ground. Name boards shall be placed at
center.
98 Tool box Tool box of appropriate size shall be provided in portion
above battery box compartment with sufficiently strong
structure considering the size & weight of tools, jack, jack
lever, wheel spanner, lever and other items to be kept.
99 Air filter inspection
cover
Sufficiently large rattle free inspection cover with good
quality locking mechanism (400 Sq. cm) shall be provided for
the inspection and maintenance or air filter.
100 Mud Flap Rubber 4 Nos of suitable size.
101 Warning Triangle OE Retro reflective warning triangles to comply with AIS 022-
2001 in white at front and red at rear shall be fitted.
Annexure 1
102 Outside rear view
mirror (ORVM)
2 Nos. of good visibility OE manually adjustable convex
mirrors and 2 small mirrors shall be fitted on LH & RH side
positioned to get a clear view of rear side.
103 Inside rear view
mirror (IRVM)
1 No. at centre, above dash board to view the passengers
boarding the bus.
104 Number plates Fitted at front & rear of size 23”x7” painted with yellow
colour and yellow stickering on sides.
105 Document Box 1 no. in driver cabin
106 Wheel arch rubber 4 nos. –black colour beading
107 Propeller shaft
bracket
To be provided as per MV Rules
108 Stickers All fonts shall be in book antique format.
At top of front windshield – ‘GOVT OF INDIA’ in white
background of height 290mm, Red colour letters of height –
170mm.
At bottom of rear windscreen – outside – ‘GOVT OF INDIA’ in
black background of height 290 mm, Red letters of height –
150 mm.
At driver partition glass inside saloon – safety instruction
sticker.
Front & Rear illuminated name boards – ‘GOVT OF INDIA’ in
English & Hindi – Red colour letter in white back ground.
109 Reflecting Tapes As per CMVR Rules
110 Paint Exterior: Multi colored PU paint as per our requirement
Interior: PU Paint suitable to the interior finish wherever
required.
111 Cleaning Ladder W/s glass cleaning ladder to be supplied separately.
112 Sun visor 1 mtr length, good quality.
Annexure 1
GENERAL CONDITIONS FOR BODY BUILDING:
1. For any clarification regarding fabrication specification or terms & conditions, you may
contact Mr. C. Muralidhar, DGM, TOMD (Ph: 08623-226323,
muralidhar.c@shar.gov.in). Any clarifications regarding fabrication must be obtained
before giving your quote.
2. All body materials used shall be of reputed manufacturers such as Kalinga, Apollo,
JSW (Jindal), Bhushan, Hindalco, Balco, Tata steel, TMT, Vizag steel, SAIL, Mother
India and shall be new, free of rust/corrosion. If required by the inspection team, a set
of documents and test certificates of materials used shall be handed over to the
inspection team for verification.
3. All other materials & electrical accessories used shall be of reputed manufacturers. If
any items used is found inferior by the inspection team, the same shall be replaced
with recommended quality material.
PRECAUTIONS TO BE TAKEN DURING BODY BUILDING:
1. Body building instructions and CMVR requirements given by the bus chassis
manufacturer M/s. TATA Motors Ltd., shall be followed during fabrication of bus.
2. Battery shall be removed and kept in safe location during body building. Its condition
shall be checked regularly and if required, it shall be charged.
3. Wheel arch to tyres clearance shall be so provide as to avoid tyre fouling with the wheel
arch even in extreme conditions. Recommended vertical clearance is 135mm as
measured in unladen condition.
4. Working clearance required for drop arm movement, axle articulation, suspension
movement, variation in propeller shaft drive lines, flexible pipes, bumper clearance etc.,
must be provided.
5. Precautions for electronic Control Unit (ECU), Exhaust Gas Recirculation (EGR) and
Selective Catalytic Reduction (SCR) during body building given by the vehicle
manufacturer shall be followed strictly.
6. The ECU shall be disconnected from the harness and a dummy cap/cover with plastic
bags shall be put on the ECU connector. There should be not ingress of water through
the wiring harness on the ECU. The ECU as such shall be covered in a box so that if
any washing is done the ECU will be protected.
7. Before welding, the following shall be followed mandatorily.
• Disconnect the battery terminals (both positive & negative terminal of 24V
supply)
• Disconnect two connectors of the ECU and have the panel cover refitted.
Annexure 1- Scope of Work
SCOPE OF WORKS FOR TYPE III ACX AIRCONDITIONED LUXURY BUS ON TATA MAKE
LPO 1618TC/62 (SCR) REAR AIR SUSPENSION CHASSIS
1. Scope of work:
Fabrication & Supply of Tyre III ACX (A.C. Deluxe) category fully built air conditioned
Luxury bus on TATA LPO 1618TC/62 chassis by strictly complying with “AIS-052
(Rev.1 or latest) Phase-II – code of practice for bus body design & approval” and as
per the specification attached in Annexure 1 and drawings in Annexure 2.
2. General design and key requirements:
Generally streamlined balanced bus body with elegant looking front show of
aerodynamic design, single piece windshield glass, full fixed side glasses, BWR
plywood with vinyl mat platform, pushback seats, AC Unit, glass wool insulation,
outswing type pneumatically operated positioned ahead of front axle, full width
complete foot step, hat rack, multi set with individual controls, curtains, LED TV,
Music player & Speakers.
3. Statutory regulation to be followed:
The fabrication of bus body must comply with “AIS-052 (Rev.1 or latest) Phase-II-
Code of practice for Bus body design & approval” and its amendments as on date
and in line with TYPE III ACX category of bus. The fabrication shall also comply with
all applicable automotive Industry Standards (AIS), CMVR 1989, A P state MV rules
and Motor Vehicle Act 1988 of Govt. of India.
You shall have AIS-052 approval for body building TYPE III ACX category bus on
TATA LPO 1618 TC – 6200 mm WB chassis as per our requirement. If the existing
approval is not meeting our (SDSC SHAR’s) requirements specified in the
specification, the party shall take necessary extension on the existing approval to
meet our specification.
You shall submit AIS-052 approval (body building and approval [Second Phase] with
compliance verified for AIS:052 (revision 1)-2008 or latest valid at the time of delivery
of the vehicle for TYPE III ACX on TATA LPO 1618 TC – 6200 mm WB chassis with
drawing and other related documents during the delivery of the vehicle.
If any statutory regulation is issued vide further amendments from ARAI, body
builder is liable to take approval for the same and build our bus body as per the
latest amendments so that vehicle can be registered without any objection by RTA.
After delivery of the fully built vehicle at our site, if RTA suggests any modification to
comply with AIS-052, you are liable to do the same at free of cost so that the vehicle
can be registered.
TERMS & CONDITIONS
1. Fabrication of Air Conditioned Bus Body on TATA Make 6200 mm WB LPO 1618TC
Chassis with rear air suspension - 1 No.
2. Detailed Specfications and scope of Type-III ACX Bus as per Annexure-1. Layout
drawing of bus at Annexure- 2.
3. CMVR 1989, MV Act 1988 and relevant AIS standards shall be followed during
fabrication in addition to the specification provided.
4. A pre-body building discussion meeting will be conducted at our site before
commencement of fabrication works, if felt required.
5. All materials used shall be of reputed manufacturers such as kalinga, Apollo, JSW
(jindal), Bhushan, Hindalco, Balco. If required by the inspection team, the documents and
test certificates shall be shown to the inspection team for verification.
6. All other materials & electrical accessories used shall be of reputed manufactures. If
any items used are found inferior by the inspection team, the same shall be replaced with
recommended quality material.
7. All mandatory fittings as per motor vehicles rules shall be provided in the vehicle. If
the motor vehicle department denies registration of vehicle due to non-conformance to
Motor Vehicle Act, you shall do the necessary modifications deemed necessary without any
additional cost to meet the MV act for enabling registration of the vehicles.
8. The chassis shall be collected by you from our site (TOMD, SDSC SHAR) after
submitting necessary Bank Guarantee for the value of chassis and after body building and
our final clearance, it shall be delivered back to our site at TOMD, SDSC SHAR,
Sriharikota. The charges of transportation, Toll Gate, Transit Insurance, Diesel, Driver
beta etc. shall be quoted separately. During the fabrication of body building the vehicle
shall be offered for stage wise inspection before arranging delivery. A letter of Undertaking
to be furnished by you on receipt of the Chassis from us.
9. Being a Govt. of India organization, the vehicles are exempted from taking
insurance. Hence, the party will be held responsible for the safety of the vehicle during
transportation, fabrication and till the vehicle is delivered safely to Sriharikota.
10. Stage –wise inspection will be carried out by our Engineers at your works for
which status shall be communicated to us if work is awarded to you and vehicles shall be
dispatched only after final inspection and clearance by Head, TOMD, SDSC SHAR.
Normally 3 stage inspection i.e., structural, paneling and finishing stages will be made by
our inspection team during the body building work.
After completion of each stage, communication shall be sent by you for arranging
inspection of each stage by our inspection team. During the inspection of each stage, any
minor modification and corrective works if found necessary by the inspecting team, it shall
be carried out free of cost. After completion of the modification only next stage work can be
started.
(a) Structural Stage Inspection: It will be conducted after completion of structure
fabrication and before application of primer coat. However, zinc rich shall be applied
at all welded joints to avoid rust/corrosion. The body materials used shall be of
reputed manufacturers, new and free of rust/corrosion at any place. If the
inspection team not satisfied with material and work quality, you are bound to
replace the materials with acceptable quality material. After clearance of inspection
team, you shall apply to coats of epoxy primer paint on all structures before starting
the next stage work.
(b) Paneling stage inspection: this stage inspection will be conducted after the
fabrication of exterior paneling of body including doors and platform. Leak test will
be conducted during this stage inspection. Any modification and corrective works
recommended by the inspection team shall be carried out.
The glass wool, one ply asbestos, colour & quality of floor mat, driver cabin
upholstery sheet as per our specification shall be arranged ready for inspection and
acceptance by our inspection team.
(c) Final stage inspection: this stage inspection will be conducted after completion of
vehicles in all respects. The vehicles will be completely inspected by the inspection
team. In addition, road test and water leak test will be conducted by the inspection
team.
It may also be noted that the number of inspection stages given above is only
approximate and the inspection team can make any number of inspection as it feels
additional inspections are necessary. The fully built vehicles should be delivered only
after final inspection and clearance from our inspection team.
11. A work completion certificate mentioning that the body is built according to the AP
Motor Vehicles Rules and other applicable Indian standards and a drawing of the
completed vehicle with actual dimensions which will be required for producing to RTO
after the completion of work shall be provided.
12. The drawing of windscreen glass & sliding glasses, fixed glasses, structure drawing of finished vehicle with overall dimension drawing, seat dimensions drawing and seat
layout shall be submitted at the time of delivery of vehicle. Brochure & Warranty
certificate of Music player and LED TV shall be provided.
13. Delivery period: You have to deliver the fully fabricated vehicles within 90 days from
the date of collection of chassis from our site excluding the time taken for inspection
of each stage.
14. Delivery Terms: After completion of final inspection and acceptance, the vehicles
shall be delivered by you at our site free cost.
15. Warranty: Fully built Body/vehicle should have a warranty of minimum 2 years for
any defect in materials and workmanship. If any defect noticed after acceptance of
the vehicle during the warranty period of 2 years, it shall be suitably rectified by you
at your cost to the utmost satisfaction of us. Repair work of the vehicle required
during the warranty period shall be done by you at TOMD, SDSC SHAR, Sriharikota
using your facilities whenever necessary. If required, you may take the vehicle to your
premises to carry out repair and it shall be delivered back to TOMD, SDSC SHAR,
Sriharikota, free of cost.
16. Payment: 100% by RTGS within 30 days after completion of work, duly certified by
I/O and approved by Head/DGM, TOMD. Payment shall be released against safe
delivery of fully fabricated buses at SDSC SHAR, Sriharikota and submission of all
necessary documents for registration along with PBG.
17. Bank Guarantee: Since the Chassis is the property of Govt. of India, for keeping the
Chassis at your site you have to furnish a Bank Guarantee/Security Deposit from a
Nationalized/Scheduled Bank towards the cost of the Chassis on Rs. 200/- Stamp
Paper for the custody of the Chassis valid up to the period of delivery of fully built
vehicles at our site. The Chassis shall be given to you only on receipt of the Bank
Guarantee for fabrication of body on it.
18. Performance Bank Guarantee (PBG) – cum – Security Deposit (SD): 10% of the
total Order Value shall be submitted by you in the form of a Bank Guarantee issued
by a Nationalized/Scheduled Indian Bank in Rs. 200/- Stamp Paper and shall be
valid till two months beyond the completion of the 24 months of Warranty period. The
Bank Guarantee shall be furnished immediately on receipt of Purchase Order along
with Order Acceptance/Acknowledgement. (SD-CUM-PBG format is enclosed).
19. Liquidated damages: The delivery date as per clause No. 19 above is the essence of
the Contract. In case of delay in delivery of fully built vehicles as per the delivery
schedule, Liquidated Damage @ 0.5% (half percentage) per week or part thereof on
the undelivered portion subject to a maximum of 10% of the Contract value shall be
deducted from your payment.
BID QUALIFICATION CRITERIA
Bidders who are qualifying / meeting following Technical and financial criteria are
eligible to participate in the bid for construction and supply of bus body. Bidder shall
furnish all the information mentioned in the criteria with documentary proof and
submit along with quotation. Bids of the parties which are not meeting the following
criteria will not be considered for evaluation and will be rejected without seeking any
further clarifications.
1. Firm establishment certificate and nature of work.
2. Party Should have minimum 6 years of experience in Bus body building works
and should have constructed 25 buses per annum for the last two years. (2017-
18 & 2018-19). Relevant supporting documents shall be submitted.
3. Copy of audited Balance Sheets for last three years.
4. Annual Turnover should be not less than Rs.4.00 Crores for the past 3 years.
5. The firm shall have all facilities for manufacturing of bus body including 7 tank
phosphating facility, water shower test facility. List of Machinery &
Equipment to be used for the work.
S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR
Welcome, Materials Master (isro)31 August 2017,
17:16:08 IST
MAIN VIEW HELP
Preview For STANDARD TERMS AND CONDITIONS
Page Destination: Tender Header Format Type : Normal
. :
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
SATISH DHAWAN SPACE CENTRE
PURCHASE DIVISION
Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-Mail ID : hps@shar.gov.in, hasan@shar.gov.in, sselvan@shar.gov.in
STANDARD TERMS & CONDITIONS
1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.
2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-
1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid
In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part
tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below
GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017
TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.
This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be
furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.
9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank
Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.
Page 1 of 3
11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till
completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.
13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.
15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and
commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.
19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS
The Tenderer should submit the following documents/information while quoting:- a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual
interest in the business. c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.
e)Compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.
b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. GST as applicable d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.
e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable.
1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices
4.GST Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS
The following tenders shall be summarily rejected from the procurement process a.Tenders received from vendors who have not qualified in terms of their registration. b.Tenders received against publishing of a limited tender in the CPP portal.
c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.Unsolicited tenders from vendors. e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.
f.The tenders which are not accompanied by the prescribed Earnest Money Deposit. g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.The validity of the tenders is shorter than the period specified in the tender enquiry.
i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.
Page 2 of 3
k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).
l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.
Page 3 of 3