of - isro.gov.in · 6.16.IGC testing shall be conducted as per ASTM A262 practice-B or E on valve...
Transcript of of - isro.gov.in · 6.16.IGC testing shall be conducted as per ASTM A262 practice-B or E on valve...
Page 1 of 20
Annexure - 1
1. Speci f ication for supply of Electro Pneumatic Ball valves
Type : Two way EP Ball Valve with Pneumatic Actuator and
Limit Switches & spare kits
Size & Class Rating : As given in annexure-II
End Connection : RF Flanged with serration to ANSI B 16.5
Port : Full Bore
Construction : 2 pieces
Operating Temperature : 50 0C
Fluid Handling : Isrosene (Kerosene) as per MIL-DTL-25576D/N2/He
Design Code : BS 5351/API 6D/ BSEN-ISO 17292
Testing Code : BS 6755 Part-I/ BS-EN-ISO-12266 Part 1/API 598
Anti-static Device : Yes, to be provided
Operation : By direct mounted pneumatic actuator
Fire Safe Design : BS6755 Part - 2/API-607 / BS-EN-ISO12266 Part-II
2. Material of construction
Body : SS304 / SS 304L
Stem : SS304 / SS 304L
Gland : SS304 / SS 304L
Ball : SS304 / SS 304L (From solid bar)
Seat : PTFE
Gland packing seals : Primary seal: Kalrez (Kalrez is must)
Secondary seal: PTFE/Graphite
Body seals(minimum two seals): PTFE/ PTFE Encapsulated Viton o’ ring/ SS 304L spiral wound and Graphite Bolting : A 193 Gr. B8M/A194 Gr. 8M
Heat Treatment : Solution annealing of all castings as per
(In case of Castings only) Standard ASTM A 351 S11.1
Inspection : By Supplier’s Quality Control Department & Purchaser’s representative or prior to dispatch as per QAP at supplier’s Place
3. Actuators
Type : Spring return, single acting piston &
Direct Mounted as per ISO std. Links shall be of
Stainless Steel.
Page 2 of 20
Input Signal : Min 5 bar (g) of N2 gas/Air nominal 7 bar (g)
Angle of rotation : 90 Deg (with a provision on the actuator
to adjust the angle of rotation)
Failure Position : Normally closed
Body Material : Extruded Aluminum Alloy internally
Hard anodized, externally coated with
Polyurethane/ Epoxy powder
Piston & Pinion : Anodized die cast Aluminum/
Manufacturer’s standard
Air Supply Connections : ¼ “BSPP, Female
Springs : Cartridge type multi springs of material spring
Steel, Electro Static
Response time along with valve : (Tentative time for Opening of the valve is given
below and supplier has to provide response time of offered / proposed valves)
Note: Optimum torque should be selected for each size of valve actuator. For interpolated torque values, next higher value should be chosen. However torque values shall be detailed in the offer for the selected valve mentioning the requirement vs actuator selected.
4. Specification of limit switches The specified Micro-Switch assemblies housed in Flame proof and weatherproof
enclosure will be mounted on Actuator for monitoring the ON/OFF status of Electro
Pneumatic Valves.
Type : Heavy Duty, SPDT Switches
No. of switches for each valve : 4 nos. (2 Nos. for ON and 2 nos. for OFF Status)
Contacting Rating : As per standard
Operating Temperature : 50 Deg.C
Sl. No EP Valve Size Response time for valves (in sec)
01 15 NB x 150#(2 way) 1-3
02 25 NB x 150#(2 way) 1-3
03 40 NB x 150#(2 way) 1-4
04 50 NB x 150#(2 way) 1-4
05 80 NB x 150#(2 way) 2-6
06 80 NB x 300#(2 way) 2-6
07 100 NB x 150#(2 way) 3-6
Page 3 of 20
The Micro-Switches shall be mechanical contact type. The three wires/leads from each
of the Micro-Switches shall be sealed at switch side and other end terminated on
terminal blocks (shall be of Wago type, not screw type)/PCB. It means all the 12 leads
from all the micro switches shall be terminated on terminal blocks/PCB. However, total
15 nos. of terminal blocks including spares shall be provided inside each enclosure.
5. Enclosure specifications All the four no. of Micro-Switches, 15 nos. of terminal blocks, spring loaded rotary cams
for position setting along with connecting shaft etc., shall be housed inside the
enclosure as specified below:
Material of Construction : Aluminium Alloy
Degree of protection : IP 65 or better
Electrical Classification : Flame proof suitable for Zone 0/1
Group II C environment certified by BASEEFA
or equivalent International Agency/ IS 2148 Gr.
II C.
Cable Entry : ¾” NPT (female) 2 nos. (1 no. to be plugged)
One no. of ¾“NPT suitable double
compression gland (GR-IIC) of SS material shall
be supplied with each enclosure
Local ON/OFF indication : Impact Resistant Thermoplastic (Preferable). To
be mounted on Micro-Switch assembly.
Mounting Accessories : All fittings, connectors, screws, Circlips etc.
shall be of SS 304 /304L only & the scope
includes the supply of coupling and mounting
bracket links also.
Cams for switches : Individual cam with adjustment
Provision for each Micro-Switch to be provided.
Note: Interface brackets and couplings, Bolts, circlips etc. shall be of SS 304/304L
only.
6. Miscellaneous:
6.1. Valve to be supplied shall be strictly as per specification, deviation if any from
specification will lead to rejection of offer. The quantity of the EP valves &
Spare kits is given in annexure-II.
Page 4 of 20
6.2. OFFER should contain cross-sectional drawings & relevant brochures/ catalogues
of valves, Actuator, Limit Switches and Limit switch housing with out which offer
will not be considered.
6.3. The following are the preferable makes of valves and components with possible
combinations.
Valve: Velan/ flow serve/ Argus
Actuator: Virgo /El-O-Matic (Netherlands) / Automax Supernova/Norbro /
Flowserve/ Rotadisc/ Bettis ,
Limit switch: Honeywell / Omeron
Limit switch enclosure: Emerson, Virgo, Westlock
6.4. Proposed make valve and actuator torque details has to be submitted along with
the offer.
6.5. The offer should contain the gland packing details (Location & number of seals and
material of construction of seals) in Cross sectional drawings.
6.6. The cross sectional drawings with material of construction of all parts shall be sent
to purchaser for approval before commencing production. The supplier shall
guarantee that the valves supplied shall be exactly as per the approved drawings in
all respects.
6.7. No welding is allowed on the valve body.
6.8. All valves shall be made of investment castings up to 80NB. Bar stock construction
is not acceptable.
6.9. All sealing & seating materials shall be compatible with fluids given in the
specifications. During approval of fabrication drawings, the purchaser reserves
right to suggest suitable materials if offered materials are not compatible with
fluids (Isrosene/ Kerosene/RP1 as per MIL-DTL-25567 and N2/He).
6.10. ISO interface for mounting pneumatic actuator to be provided on the valve body.
6.11. Valve actuators shall be provided with sintered mufflers on vent side.
6.12. Solenoid valves for actuator are not in the scope of supply.
6.13. Make of Valve, Actuator and Limit Switches shall be as per our indent
specifications.
6.14. All fasteners shall be SS304L/ SS316L.
6.15. Foundry/Material test certificate of all wetted parts of the valves and all other test
certificates like, Body hydro test, Leak test, Functional test, etc., shall be furnished
to the purchaser at the time of inspection.
6.16. IGC testing shall be conducted as per ASTM A262 practice-B or E on valve bodies
on one sample for 80 NB & 100 NB valves.
Page 5 of 20
6.17. Radiography shall be carried out on critical areas for one number each in 50NB,
80NB and 100NB valves randomly selected as per ASME B16.34 and radiography
evaluation reports shall be submitted during inspection of valves. The radiography
testing charges shall be included in the offer in valve basic cost.
6.18. All valves shall have stem seal arrangement to meet the fugitive emission test (FET)
version & fire safe version. Type test certificates for Fugitive emission test as per
ISO 15848 part-I and fire safe test as per BS 6755 part-II shall be furnished along
with the offer and at the time of inspection.
6.19. Test certificates from appropriate testing and certifying authorities for explosion
proof for specified class and protection class of Limit Switch Enclosures shall be
obtained and furnished at the time of inspection without which the items cannot
be cleared during inspection.
6.20. Prices Quoted shall be inclusive of all testing charges.
6.21. Inspection of valves shall be carried out by the purchaser prior to dispatch at
manufacturers site as per approved QAP. The supplier shall ensure that QAP is
strictly followed in all stages of manufacturing, Testing & Inspection. The supplier
has to inform the purchaser, the readiness of the materials for inspection well in
advance for arranging the purchaser’s representative for inspection at works. The
items shall be dispatched only after inspection of the valves completed by the
purchaser’s inspection engineers at works and after dispatch clearance given by
the purchaser.
6.22. The valves shall be tagged with size, class rating and material of construction of
body, manufacturers reference no. etc.
6.23. All valves shall be painted with high epoxy paint with aliphatic polyurethane final
coat and total DFT shall be 150 ± 10µ. Painting shall be carried out after our final
inspection.
6.24. The valve offered shall be guaranteed for proper performance for a period of
minimum 12 months from the date of receipt and acceptance at SDSC.
6.25. At the time of dispatch of items, the following details shall be sent along with item.
3 Sets of Documents Comprising
• Purchase Order copy
• Final Drawings
• Operational and Maintenance manual
• Test certificates
• Part list and spares list.
Page 6 of 20
6.26. The bidder has to confirm all the specifications by point wise and deviations shall
be highlighted without which offers shall not be considered.
6.27. Supplier shall also accept the part order with same offered cost.
6.28. Each EP valve soft spare seal kit must contain the following items -:
Item No. Part Name Material Qty
01 Seats PTFE 2 Nos
02 Body seals(minimum two seals)
PTFE/ PTFE Encapsulated Viton o’ ring/SS 304L spiral wound and Graphite.
1 Set
03 Gland Packing seals Primary seal: Kalrez and Secondary seal: PTFE/Graphite
1 Set
6.29. The purchaser reserves the right to procure/not to procure the spare kits after
receiving the quote from supplier.
6.30. Spare kits shall be neatly packed to avoid damage during transit.
Page 7 of 20
Quality Assurance Plan (QAP)
R: Review, H: Hold, RN: Random, W:Witness
(*) Note: Dimensional & visual inspection, Hydro shell / body, Hydrostatic seat test, pneumatic seat test shall be carried out at least one number from each variety or 10 % of each item whichever is more in number.
7. General conditions
7.1. Suppliers are expected to furnish Offers / quotations with best match to design
standards, materials of construction and other technical conditions specified in
Tender specifications and Annexure – 1 to 6.
7.2. Supplier shall present the bids on two-part basis as highlighted below:
Sl.No
Characteristics /
type of check
Ref. Document.
Method of check
Quantum of check
Supplier‘s Q.C
Purchaser rep.
1. Material of
construction Customer P O/ Approved drwg.
Verification of
Material test certificates.
R 100%
R 100%
2 Solution annealing Customer P O/ Approved drwg.
Verification of MTCs/Heat charts.
R 100%
R 100%
3. Verification of IGC
test reports ASTM A262 practice B or E
Verification of IGC test Certificates.
R 100%
R 100%
4. Radiography ASME B.16.34. Review of
radiographs R
100% R
100 %
5 Dimensional and visual inspection
Customer approved drwg.
Measurement/ visual
R 100%
W (RN) 10 %(*)
6 Hydro shell/Body
test
BS 6755 part-1/ BSEN-ISO-12266
Part 1 Testing on RIG
H 100 %
W (RN)
10 %(*)
7. Hydro/ Pneumatic
seat test
BS 6755 part-1/ BSEN-ISO-12266
Part 1 Testing on RIG
H 100 %
W (RN)
10 %(*)
8 Functional test with actuators and limit
switches
As per P O/ Approved drwg.
Performance of On/OFF valves
H 100%
W RN-10%
9 Valve identification tagging/labeling on
valve/ protection
Customer P O Visual H
100 %
W (RN)
10%
10 Valve coating /
painting Customer P O/ Approved drwgs
Visual inspection H
100%
R
100%
11 Final Documentation As per P O/
Approved drwg.
Verification of Documents/ Certificates
H
100 %
R
100%
Page 8 of 20
� Part-I: Techno-Commercial bid
� Part-II: Price bid indicating the price.
7.3. Part-I: Techno-Commercial bid:
The Bidder shall necessarily present the following in the techno-commercial bid:
7.3.1. The Bidder shall furnish point-wise confirmation for the technical
specifications given in the enquiry. However change of specifications/
deviations (if any) shall be brought out in the offer with detailed
justification. Offers fulfilling the above conditions only will be short listed
for price bid opening. The following are the list of Documents to be
submitted in e-procurement portal.
7.3.2. As part of an acceptance supplier has to Sign & stamp in each page of
Tender/Indent specifications, Annexure-1 & 2 and copy has to be
submitted.
7.3.3. Filled copy of Technical compliance as per Annexure-3. Same details
have to be entered in e-procurement portal formats also.
7.3.4. Additional points as per Annexure-5 and Deviations & Exceptions if any
as per Annexure-6.
7.3.5. Bidder need to furnish the details related to commercial terms indicating
payment terms, details of bank guarantee in case of advance payments &
name of Third Party Inspection Agency proposed etc.
7.3.6. Bidder shall quote the prices on “FOR Sriharikota” basis.
7.3.7. The Bidders shall indicate clearly the delivery/time period for supplying
the items to SDSC SHAR.
7.3.8. As per Notification no. 05/2018 Customs Dt.25.01.2018 ISRO is eligible
to pay reduced rate of customs duty @10.77%. Hence Bidder need to
indicate the list and quantity of the items needs to be imported/required
CDEC Exemption, if any.
7.3.9. Bidder need to submit Unpriced price bid copy (as given in Annexure-4)
indicating the description of all the cost elements considered, without
indicating the price. Bidder shall note that indication of price in the
techno-commercial bid shall lead to dis-qualification of bid.
7.4. Part-II: Price bid indicating the price. Price bid should be submitted by the
Bidder in the format as given in annexure-4 with price break-up. This filled &
Scanned format has to be uploaded in the price bid only. The details are to
be updated in the e-procurement portal.
Page 9 of 20
7.5. Landed cost (Base item cost + P&F + Freight + Taxes) only will be taken as
reference for finalizing placement of Order. P&F, Freight charges shall be
included in the base item cost.
7.6. Bidder’s eligibility:
7.6.1. Bidder should be a manufacturer/authorurised agent/distributor for the
valves proposed.
7.6.2. Profile of the company, documentary evidence for the orders executed shall
be submitted along with the offer without which offer will not be
considered.
7.6.3. Bidder should have average annual turnover of Rs.300 lakhs for the last 3
years (Financial year 16-17, 17-18 and 18-19) in the supply of valves and
should have not entered in losses and audited profit loss
statement/balance sheet has to be submitted along with the offer.
7.6.4. Bidder should have executed the supply of offered EP Valves in the last 3
financial years for an order value of Rs.210 lakhs of single order/ 130
lakhs of 2 orders/100 lakhs 3 orders. Relevant End user certificate of
conforming the satisfactory performance of the valves shall be submitted to
this effect. Non submission of end user certificates shall lead to
disqualification of the offer.
7.6.5. Bidder should have test facilities for EP Valves and should provide after
sales service for maintenance.
7.6.6. Along with the above criteria, the following conditions also are required to
be met.
7.6.6.1. For manufacturers: Bidder should be manufacturing the offered
valves for the last five years and supplying the same continuously
for the last three years.
7.6.6.2. For Authorised distributors/dealers/stockiest: Bidder should be
distributing and handling the offered valves for the last five years.
They should submit the authorisation certificate from the original
equipment manufacturer along with the offer.
7.6.6.3. For other make valves than preferred valves: Supplier should be
in the same field of manufacturing for ten years and supplying
continuously for the last five years. Accordingly the end user
certificate shall be submitted (in compliance with Point No.7.6.4).
Page 10 of 20
7.6.7. Purchaser reserves the right for vendor evaluation in case of need /
requirement. The supplier should co-operate for the same. It may be noted
that if the feedback during the vendor evaluation is not meeting the
requirements of tender specifications, the offer may not be considered for
further processing.
7.7. Prior to dispatch of the items, supplier shall forward the below referred
documentation in confirmation with Approved Quality Assurance Plan to the
purchaser.
���� Test reports of bought out items like Actuators, limit switches and any
other components etc.,
���� Complete test documentation as specified in QAP.
7.8. Dispatch clearance will be provided by the purchaser, upon review of the
test documentation.
7.9. Delivery of EP Valves: Supplier has to complete the manufacturing, assembly,
testing of EP Valves and deliver to SDSC SHAR within 9 months from the date of
release of Purchase Order. The following is the tentative schedule.
Sl.No. Time (EDC) Major events
1 T0 Date of release of Purchase order
2 T0 + 1 month Submission of drawings to Purchaser’s approval.
3 T0 + 8 months Delivery of the items to SDSC, SHAR Sriharikota
Bidder has to confirm the above schedule.
Page 11 of 20
Annexure-2
Table I: List of EP Valves
Table II: List of Spare soft seal kits for EP Valves
Annexure-3 Format to be filled by the bidder
Sl. No
Description Yes/ No by supplier
1.1 All the tender document specifications including annexures 1 to 6 are studied
fully, understood and as an acceptance signed and stamped in each page
*
1.2 All general conditions and quality assurance plan is acceptable *
1.3 Deviations, if any, with reference to tender specifications *
1.4 Quoted for all the items *
S.NO EP Valve Size Quantity (No’s)
01 15 NB X 150#(2 way) 10
02 25 NB X 150#(2 way) 16
03 40 NB X 150#(2 way) 11
04 50 NB X 150#(2 way) 52
05 80 NB X 150#(2 way) 57
06 80 NB X 300#(2 way) 5
07 100 NB X 150#(2 way) 13
Total Number of Valves 164 Valves
S.NO EP Valve Size Quantity (No’s)
01 15 NB X 150#(2 way) 5
02 25 NB X 150#(2 way) 5
03 40 NB X 150#(2 way) 5
04 50 NB X 150#(2 way) 12
05 80 NB X 150#(2 way) 15
06 80 NB X 300#(2 way) 5
07 100 NB X 150#(2 way) 5
Total Number of Spare kits 52
Page 12 of 20
1.5 Part order is acceptable *
1.6 Items will be delivered to SDSC, SHAR, Sriharikota *
1.7 Necessary Technical catalogues, broachers and supporting documents for bidders eligibility criteria is uploaded/attached in the e-portal.
*
2.0 Valve technical specifications *
2.1 Type: Two way EP Ball Valve with Pneumatic Actuator and Limit Switches & spare kits
*
2.2 Size and Class rating: as given in the annexure-II *
2.3 End Connection: RF Flanged with serration to ANSI B 16.5 *
2.4 Port: Full Bore *
2.5 Construction: 2 pieces *
2.6 Operating Temperature:50 0C *
2.7 Fluid Handling: ISROSENE/UH-25/N2/He *
2.8 Design Code: BS 5351/API 6D/ BSEN-ISO 17292 *
2.9 Testing Code: BS 6755 Part-I/ BS-EN-ISO-12266 Part 1/API 598 *
2.10 Anti-static Device shall be provided *
2.11 Operation: By direct mounted pneumatic actuator *
2.12 Fire Safe Design: BS6755 Part - 2/API-607 / BS-EN-ISO12266 Part-II *
The following are the preferable makes of valves and components
2.13 Valve Velan / Flowserve / Argus *
2.14 Actuator Virgo /El-O-Matic(Netherlands) / Automax
Supernova/Norbro / Flowserve Rotadisc/ Bettis *
2.15 Limit switch Honeywell / Omeron *
2.16 Limit switch enclosure
Top Worxs/Emerson/Virgo/Westlock *
3.0 Material of Construction *
3.1 Body, Stem, Gland :SS304 / SS 304L *
3.2 Ball :SS304 / SS 304L (From solid bar) *
3.3 Seat :PTFE *
3.4 Gland packing seals: Kalrez and PTFE/Graphite *
3.5 Body seals (minimum two seals): PTFE/ PTFE Encapsulated Viton o’ Ring /SS 304L spriral wound and Graphite
*
3.6 Bolting : A 193 Gr. B8M/A194 Gr. 8M *
3.7 Heat Treatment: Solution annealing of all castings as per (In case of Castings only) Standard ASTM A 351 S11.1
*
3.8 Inspection: By Supplier’s Quality Control Department & Purchaser’s representative or TPIA prior to dispatch as per QAP at Manufacturer’s Place
*
4.0 Actuators (Preferable makes: Virgo /El-O-Matic, Netherlands / Automax Supernova/Norbro / Flowserve Rotadisc/ Bettis
*
4.1 Type: Spring return, single acting piston & Direct Mounted as per ISO Std. Links shall be of Stainless Steel.
*
4.2 Input Signal :Min 5 bar (g) of N2 gas/Air nominal 7 bar (g) *
4.3 Angle of rotation:90 Deg (with a provision on the actuator to adjust the angle of rotation)
*
Page 13 of 20
4.4
Response time along with valve: Tentative time for Opening of the valve is given
below and supplier has to provide response time of offered / proposed valves)
Sl. No EP Valve Size Response time for valves (in sec)
01 15 NB x 150#(2 way) 1-3
02 25 NB x 150#(2 way) 1-3
03 40 NB x 150#(2 way) 1-4
04 50 NB x 150#(2 way) 1-4
05 80 NB x 150#(2 way) 2-6
06 80 NB x 300#(2 way) 2-6
07 100 NB x 150#(2 way) 3-6
*
4.5 Failure Position :Normally closed *
4.6 Body Material :Extruded Aluminum Alloy internally Hard anodized, externally coated with Polyurethane/ Epoxy powder
*
4.7 Piston & Rack :Anodized die cast Aluminum/Manufacturer’s standard *
4.8 Air Supply Connections: ¼ “BSPP, Female *
4.9 Springs: Cartridge type multi springs of material spring Steel, Electro Static *
4.10 Optimum torque should be selected for each size of valve actuator. For interpolated torque values, next higher value should be chosen. However the torque values shall be specified in the offer
*
5.0 Specification of limit switches *
5.1 The specified Micro-Switch assemblies housed in Flame proof and weatherproof enclosure will be mounted on Actuator for monitoring the ON/OFF status of Electro Pneumatic Valves.
*
5.2 Type: Heavy Duty, SPDT Switches *
5.3 No. of switches for each valve: 4 nos. (2 Nos. for ON and 2 nos. for OFF Status) *
5.4 Contacting Rating: As per standard *
5.5 Operating Temperature: 50 Deg. C *
5.6
The Micro-Switches shall be mechanical contact type. The three wires/leads from each of the Micro-Switches shall be sealed at switch side and other end terminated on terminal blocks (shall be of Wago type, not screw type)/PCB. It means all the 12 leads from all the micro switches shall be terminated on terminal blocks/PCB. However, total 15 nos. of terminal blocks including spares shall be provided inside each enclosure.
*
6.0 Enclosure specifications *
6.1 All the four no. of Micro-Switches, 15 nos. of terminal blocks, spring loaded rotary cams for position setting along with connecting shaft etc., shall be housed inside the enclosure.
*
6.2 Material of Construction: Aluminum Alloy *
6.3 Degree of protection: IP 65 or better *
6.4 Electrical Classification: Flame proof suitable for Zone 0/1 Group-IIC environment certified by BASEEFA or equivalent International Agency / IS 2148 Gr. II C.
*
6.5 Cable Entry: ¾” NPT (female) 2 nos. (1 no. to be plugged) One no. of ¾“NPT suitable double compression gland (GR-IIC) shall be supplied with each enclosure
*
Page 14 of 20
6.6 Local ON/OFF indication: Impact Resistant Thermoplastic (Preferable). To be mounted on Micro-Switch assembly.
*
6.7 Mounting Accessories: All fittings, connectors, screws, Circlips etc. shall be of SS 304 only & the scope includes the supply of coupling and mounting bracket links also.
*
6.8 Cams for switches: Individual cam with adjustment Provision for each Micro-Switch to be provided.
*
6.9 Interface brackets and couplings, Bolts, circlips etc. shall be of SS 304/304L only.
*
7.0 General conditions *
7.1 Valve to be supplied shall be strictly as per specification. The quantity of the EP valves & Spare kits is given in annexure-II.
*
7.2 OFFER should contain cross-sectional drawings & relevant brochures/ catalogues of valves, Actuator, Limit Switches and Limit switch housing.
*
7.3 The offer should contain the valve cross sectional drawings with gland packing details (Location & number of seals and material of construction of seals).
*
7.4
• The cross sectional drawings with material of construction of all parts shall be sent to purchaser for approval before commencing production.
• The supplier shall guarantee that the valves supplied shall be exactly as per the approved drawings in all respects.
*
7.5 No welding is allowed on the valve body. *
7.6 All valves shall be made of investment castings. Bar stock construction is not acceptable.
*
7.7
• All sealing & seating materials shall be compatible with ISROSENE/UH-25/N2/He
• Purchaser reserves right to suggest suitable materials if offered materials are not compatible with fluids, during approval of drawings.
*
7.8 ISO interface for mounting pneumatic actuator to be provided on the valve body. *
7.9 Valve actuators shall be provided with sintered mufflers on vent side. *
7.10 Solenoid valves for actuator are not in the scope of supply. *
7.11 Make of Valve, Actuator and Limit Switches shall be as per our indent specifications.
*
7.12 All fasteners shall be SS304L. *
7.13 Foundry/Material test certificate of all wetted parts of the valves and all other test certificates like, Body hydro test, Leak test, Functional test, etc., shall be
furnished to the purchaser at the time of inspection.
*
7.14 IGC testing shall be conducted as per ASTM A262 practice-B or E on valve bodies on one sample for 80NB & 100 NB valves.
*
7.15
• Radiography shall be carried out on critical areas for one number in each 50NB, 80NB and 100 NB size valves)
• Radiography evaluation reports shall be submitted during inspection of valves.
• The radiography testing charges shall be included in the valve basic cost in the offer.
*
7.16
• Valves shall have stem seal arrangement to meet the fugitive emission test (FET) version & fire safe version.
• Type test certificates for Fugitive emission test as per ISO 15848 part-I and fire safe test as per BS 6755 part-II shall be furnished along with the offer and at the time of inspection.
*
7.17 Test certificates from appropriate testing and certifying authorities for explosion proof for specified class and protection class of Limit Switch Enclosures shall be obtained and furnished at the time of inspection without which the items cannot
*
Page 15 of 20
be cleared during inspection.
7.18 Prices Quoted shall be inclusive of all testing charges except radiography charges. *
7.19
• Inspection of valves prior to dispatch at manufacturers site.
• QAP shall be followed during manufacturing, Testing & Inspection.
• One week advance inspection call to the purchaser
• Dispatch of items only after inspection and clearance.
*
7.20 The valves shall be tagged with size, class rating and material of construction of body, manufacturers reference no. etc.
*
7.21 Painting of valves: With high epoxy paint with aliphatic polyurethane final coat and total DFT shall be 150± 10µ. Painting shall be carried out after our final inspection.
*
7.22 Warranty/Guarantee of Valves: 12 months from the date of receipt and acceptance at SDSC SHAR.
*
7.23 3 Sets of Documents Comprising Purchase order copy, Final Drawings, Operational and Maintenance manual, Test certificates, Part list and spares list shall be sent along with item.
*
7.24 The bidder has to confirm all the specifications by point wise and deviations shall be highlighted.
*
7.25 Part order is accepted with same offered cost. *
7.26
Each EP valve soft spare kit must contain
Item No.
Part Name
Material Qty
01 Seats PTFE 2 Nos
02 Body seals(min. two seals)
PTFE/PTFE Encapsulated Viton o’ ring/ SS 304 L spiral wound and Graphite
1 Set
03 Gland
Packing
Primary seal: Kalrez
Secondary seal: PTFE/Graphite
1 Set
*
7.27 The purchaser reserves the right to procure/not procure the spare kits after receiving the quote from supplier.
*
7.28 Spare kits shall be neatly packed to avoid damage during transit. *
7.29. Bidder’s eligibility: Bidder should be a manufacturer/authorurised agent/distributor for the valves proposed.
*
7.30 Profile of the company, documentary evidence for the orders executed shall be submitted along with the offer without which offer will not be considered.
*
7.31
Bidder should have average annual turnover of Rs.300 lakhs for the last 3 years (Financial year 16-17, 17-18 and 18-19) in the supply of valves and should have not entered in losses and audited profit loss statement/balance sheet has to be submitted along with the offer.
*
7.32
Bidder should have executed the supply of offered EP Valves in the last 3 financial years for an order value of Rs.210 lakhs of single order/ 130 lakhs of 2 orders/100 lakhs 3 orders. Relevant End user certificate of conforming the satisfactory performance of the valves shall be submitted to this effect. Non submission of end user certificates shall lead to disqualification of the offer.
*
7.33 Bidder should have test facilities for EP Valves and should provide after sales service for maintenance.
*
7.34 Purchaser reserves the right for vendor evaluation in case of need / requirement. The supplier should co-operate for the same.
*
7.35 For manufacturers: Bidder should be manufacturing the offered *
Page 16 of 20
valves for the last five years and supplying the same continuously for the last
three years.
7.36
For Authorised distributors/dealers/stockiest: Bidder should be distributing and
handling the offered valves for the last five years. They should submit the
authorisation certificate from the original equipment manufacturer along with the
offer.
*
7.37
For other make valves than preferred valves: Supplier should be in the same field
of manufacturing for ten years and supplying continuously for the last five years.
Accordingly the end user certificate shall be submitted.
*
7.38 Supplier shall also accept the part order with same offered cost. *
* To be filled by the bidder and produce the documents/catalogues where ever applicable
Page 17 of 20
Annexure-4
Letter head of the Bidder --------------------------------------------------------------------------------------------------------------------------------------
Tender No. Date: …./…./2019
Subject: Price bid format (Unpriced) for the supply of EP Valves-reg.,
Dear Sir/Madam,
Having examined the Tender Document, the receipt of which is hereby duly acknowledged, we,
the undersigned, offer our quote in the following format (Un priced) for the supply of EP valves.
FORMAT OF UN-PRICED PRICE BID:
S. No
Description Qty (No.s)
Unit Cost (Rs.)
Applicable Tax(%, Rs.) GST/CDEC
Total Cost (Rs.)
Supplier Confirmation(YES/NO)
1. Supply of Electro Pneumatic ball
valves as per the enclosed annexure-1, Size 15 NB X 150#(2 way)
10
Un priced
Un priced
Un priced
2 25 NB X 150#(2 way) 16
3 40 NB X 150#(2 way) 11
4 50 NB X 150#(2 way) 52
5 80 NB X 150#(2 way) 57
6 80 NB X 300#(2 way) 5
7 100 NB X 150#(2 way) 13
8 Soft seal kits for
15 NB X 150#(2 way) valve
5
9 Soft seal kits for
25 NB X 150#(2 way) valve
5
10 Soft seal kits for 40 NB X 150#(2 way) valve
5
11 Soft seal kits for 50 NB X 150#(2 way) valve
12
12 Soft seal kits for
80 NB X 150#(2 way) valve
15
13 Soft seal kits for 80 NB X 300#(2 way) valve
5
14 Soft seal kits for 100 NB X 150#(2 way) valve
5
Grand Total Cost
Note: Testing, Packing forwarding charges/freight charges shall be included in the valve cost.
We confirm that, the Price bid was also submitted in the same format and up loaded in e-portal.
Date : Place: Name & Designation of Authorised Signatory
Page 18 of 20
Annexure-5
ADDITIONAL TERMS & CONDITIONS TO TENDER ENQUIRY
1. Offer Validity: The validity of the offers / tenders should be 120 days from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation.
2. GST: As per Notification No.47/2017-Integrated Tax (Rate) Dt:14.11.2017 Issued by Ministry of Finance (Dept. of Revenue), SDSC SHAR is eligible to avail a reduced rate of IGST @ 5% for the procurements made by the Dept. of Space (DOS) being a public funded research Institution. Accordingly, SHAR will provide IGST Exemption Certificate.
3. Customs Duty: As per Notification no. 05/2018 Customs Dt.25.01.2018 ISRO is eligible to pay reduced rate of customs duty @10.77% (CD @5%+IGST @5%). Hence party need to indicate whether mentioned rates are inclusive of this Customs Duty @10.77% or extra.(SHAR will provide Customs Duty Exemption Certificate in case of Import Orders/ imported supplies).
4. Suggested Payment Terms: Our general payment terms are within 30 days after receipt and acceptance of items at purchaser’s (SDSC-SHAR, Sriharikota) site. However, the following payment terms also will be considered, if required.
1.1. 30% of order value as advance against submission of Advance Bank Guarantee.
1.2. 60% of order value against receipt of items at SDSC SHAR. 1.3. Balance 10% of order value against satisfactory performance of items
against Performance Bank Guarantee
5. 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.
6. 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.
7. 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.
8. Security Deposit: 10% value of the order shall be deposited with SDSC within 10 days from the date of the Purchase Order towards security deposit in the form of
Bank Guarantee towards performance of the contract plus sixty days towards claim period (This will be returned by SDSC immediately on execution of the order satisfactorily as per order terms. If not, the amount will be forfeited.
9. 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 19 of 20
10. Delivery: Delivery is the essence of the contract. Delivery period of all items shall
be within 9 months from the date of release of purchase order.
11. Arbitration: Disputes, if any, shall be settled mutually failing which it shall be referred to an One man Arbitrator to be appointed by Director, SDSC SHAR in accordance with the Indian Arbitration and Conciliation Act 1996, whose decision shall be final and binding on both the parties.
12. 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.
13. The Department will have the option to consider more than one source of supply and final orders will be given accordingly.
14. The bidders should note that conditional discounts would not have edge in the evaluation process of tenders.
15. Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Advance Bank Guarantee, Performance Bank Guarantee, Liquidated damages are liable for disqualification.
16. Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation.
17. The specifications given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party.
18. EXCLUSION OF TENDERS The following tenders shall be summarily rejected from the procurement process:-
18.1. Unsolicited tenders from vendors. 18.2. The tenders which materially depart from the requirements specified in the
tender document or which contain false information.
18.3. The tenders of vendors who have not agreed to furnish Advance Bank Guarantee or Performance Bank Guarantee.
18.4. The validity of the tenders is shorter than the period specified in the tender enquiry.
18.5. 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. 18.6. The tenders received from vendors, who, in the opinion of the
Centre/Unit, have a conflict of interest materially affecting fair competition.
18.7. If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-
responsive and will not be considered.
Page 20 of 20
Annexure-6
Exceptions and Deviations
(To be filled, if any, signed, stamped and uploaded in Techno-Commercial Bid Proposal)
In line with Tender Document, Bidder may stipulate Exceptions and deviations to the
Proposal conditions if considered unavoidable.
Sl.No. Reference in
Specification
Tender
Spécification
Offered
Spécification Déviations
1 Page No Clause No
2
NOTE :
1. Only deviations are to be written in this Annexure.
2. Any deviations taken by the Bidder to the stipulations of the Indent /Tender
specifications shall be brought out strictly as per this format and enclosed along
with the bid.
3. Any deviations not brought out as per this Pro-forma and written elsewhere in
the Proposal document shall not be recognized and the same is treated as null
and void.
4. Any willful attempt by the Tenderer to camouflage the deviations by giving them
in the covering letter or in any other documents that are enclosed may render the
Bid itself non-responsive.
(Signature of the Bidder)
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 : [email protected], [email protected], [email protected]
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