भारत रकार government of india अन्तररक्ष विभाग...

18
1 भारत सरकार Government of India अतरर विभाग Department of Space सतीश धिन अंतरर केSatish Dhawan Space Centre शार SHAR ीहररकोटा डा.घ.524124 आं.. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेलिफोन:+91 8623 225023 Telephone: +91 8623 225023 फेस: +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

Upload: others

Post on 23-Mar-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

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,

[email protected]). 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 : [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