technical ordering specification for spp facilities

22

Upload: others

Post on 26-Jan-2022

8 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES
Page 2: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

1

TECHNICAL ORDERING SPECIFICATION

FOR

FPS PIPE FABRICATION

FOR SPP FACILITIES

Nov, 2019

SDSC SHAR, SRIHARIKOTA

Page 3: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

2

SPECIFICATION FOR ERECTION OF FIRE PROTECTION SYSTEM PIPING FOR SPP FACILITIES

1.0 Introduction

Fire protection system yard pipelines are to be erected for different facilities in SPP, SDSC-SHAR. Tapping connection to these pipelines shall be taken from the existing available pipe line near to the facility. In the yard piping fabrication, hydrant and water monitor systems meant for those facilities are to be erected as per the site requirements.

2.0 Scope of work of the Contractor / Vendor: 2.1 Erection of the following materials including handling and unloading at work spot

(refer BOQ for quantity and other details):

➢ Pipes, hydrants, water monitors, pipe fittings like reducers, tees, flanges etc., ➢ Isolation butterfly valves to facilitate isolation of building as per annexure, hydrants,

water monitors and also for providing vents and drains. ➢ Angles as pipe supports on the pedestal top plate. ➢ Excavation, providing PCC concrete support for the hose box stand with concrete

slab surrounding the hose box as per SPP/SAFETY/FPS/Hose box/01. ➢ Civil RCC pedestals of required dimension as per the

SPP/SAFETY/FPS/PEDESTAL/01 shall be constructed at an interval of every 5m for piping support / as per the site pipe support requirements. The scope also includes jungle clearance (if necessary), excavation and backfilling. RCC used shall be of RCC grade M35. Cement shall be of PPC (Portland Pozzolana Cement). Construction & cube testing requirements shall be as per IS 456:2000.

➢ Painting- epoxy mastic primer and aliphatic polyurethane finish coat of total DFT of 150 microns.

➢ Wrapper coating of pipelines buried under the ground, near the ground and laid within the hume pipe as per the site requirements.

2.2 Documentation: ➢ Preparation of as built diagram, piping schematic and piping layout drawings after

the completion of the work.

2.3 Mobilization of the following work front for completing the total scope of the work ➢ Machinery (welding, grinding, cutting, painting, NDT, testing etc) ➢ Man power (skilled, semi-skilled and helpers / labourers) ➢ Tools, tackles and measuring instruments ➢ Fabrication fixtures and scaffolding ➢ Fabrication and testing consumables ➢ Transportation to and from work spot, boarding and lodging of contract staff ➢ Receipt of department free issue materials from department stores / storage facility,

loading / unloading, handling and transportation to work spot. After completion of work, the excess free issue material shall be returned back to stores with proper documents before completion of work at SPP.

3.0 Scope of Department (Free Issue for Contractor) as per annexure 4 ➢ Construction Electrical power and water. Providing necessary power cables & laying

it underground is in the scope of contractor. (Vendor shall arrange for extending power with necessary junction boxes, fuses, cables etc and also for extending the water /air supply from the nearby facility to the work spot).

➢ The following materials will be made available at department stores / storage facility. (approx.1.5km from work spot).

Page 4: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

3

• Pipes and butterfly valves

• Hydrants valves and water monitors

• Required quantity of wrap coat material with primer

• Required quantity of Structural Steel like rods, channels, equal leg angle and plate

• Required quantity of paints like primer, thinner, epoxy paints and hardener

4.0 Specification for erection of hydrant and water monitor system:

➢ Preparation of P&I diagram, piping schematic and piping layout drawings. ➢ Providing hydrant and water monitor system for the Building by suitably tapping

from the 350/200 NB size pipe line as shown in the reference drawing no. SPP/SAFETY/FPS/FACILITY LAYOUT/01 & 02.

➢ Introduction of isolation butterfly valves to facilitate isolation of hydrant system, hydrants, water monitors, vents and drains.

➢ Providing structural steel piping supports for the piping header. ➢ Fabrication of piping header spool pieces and hydrant branch headers as per

approved Piping layout drawings. ➢ Fabrication of flanged piping spools meant for road crossings including fabrication

of piping shoes, hydro testing, application of multilayer wrapping tapes of (minimum 100 mm width x 4 mm thick) over the hydro tested spool piece.

➢ Providing isolation valves and providing double landing valves and pressure gauges with root valve for the hydrant system.

➢ Edge preparation, fittup, Fabrication of piping header spool pieces and branch headers consisting of pipe and pipe fittings as per approved P&I and Piping layout drawings. Dismantling of existing pipeline max of 200NB- 50m, 150NB- 100m &100NB- 200m and erecting new pipeline wherever applicable. Pipeline dismantling cost is to be included in the erection cost of pipelines.

➢ Construction of RCC pedestals:

• The size of the pedestal suitable for 350NB/ 200NB pipeline is shown in drawing no. SPP/SAFETY/FPS/PEDESTAL/01.

• The height of the pedestals shall be erected equal to existing pedestal height in the site.

• The jungle / forest clearance, excavation and backfilling for construction of pedestals are in the contractor scope. There is no separate payment for jungle clearance and the cost shall be included in the erection cost of pipelines.

➢ Painting of pipe line and supports as per approved procedure, with epoxy primer (DFT 110microns) and aliphatic polyurethane paints with finish (DFT 40microns) for a total DFT of 150microns.

➢ Boxing up including fixing of hydrants and water monitors including tag numbering of pipe line and flow components.

➢ Fabrication of hose cabinet stand shall be as per the drawing no. SPP/SAFETY/FPS/Hose box/01.

➢ Commissioning by way of functional water flow test for yard piping as per approved procedure.

➢ Handing over the system including as built drawings and documents as per PO terms.

4.1 Fabrication Procedure: ➢ Laying of pre-fabricated piping spool over pedestals / pipe supports, assembly of

flow components, alignment, and field welding by SMAW/TIG process welding with

Page 5: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

4

arc electrodes of ER70S2/6 for root pass and electrodes confirming to AWS classification ER 7018 for final pass.

➢ Only qualified welders with proven track record will be permitted to carryout of the welding works. Qualification of welder need to be carried out in the presence of department Engineer suiting to the pipe size / schedule requirements. Fitters/Fabricators/Grinders should be well experienced. Welder qualification test shall be the party scope. Weld joint test report shall be approved by department approved TPI agency.

➢ Providing slope, required vent and drain points as per code. ➢ Necessary openings in walls of buildings for the pipeline work including making the

wall shall be carried out by the party. ➢ Providing Wrapper coating:

• Wrapper coating of buried MS pipe and MS pipes inside Hume pipe with 4mm thick multilayer wrapper coating tapes as per AWWA C203.

• Hydrant stand posts & water monitors which will project above ground level shall be protected by wrapper coating for the entire MS portion inside ground and up to 200mm minimum from formed ground level as per the drawing.

• The application, characteristics of material and testing requirements shall strictly as per IS: 10221.

➢ Carrying out 100% DPT for root pass of butt welds and final pass of socket and branch welds, including consumables like cleaner, dye penetrant and developer spray canisters.

➢ Carrying out 10% radiography of 2-2T penetrometer sensitivity on total butt weld joints.

➢ Preparation of weld joints and fabrication history sheet and taking clearance for hydro test from department inspector.

➢ Carrying out hydro test of piping spool, followed by integrated hydro testing of overall pipeline for leak tightness as per approved procedure and as per relevant ASTM standards at 1.5 times the maximum operating pressure.

5.0 Bill of Quantity & Quantity Variations ➢ It is to be noted that the BILL OF MATERIALS is only indicative and parties have to

supply all the materials required to complete the work to meet the requirement as stipulated in the tender. The extra materials supplied and erected as per the site requirements shall be paid as per the unit rates.

➢ A quantity variation of 10% in each item as per BOQ shall be allowed to account for a variation in routing owing to prevailing site conditions in the field. However, payment will be made for the actual quantity erected and tested.

6.0 General conditions ➢ Sriharikota is an island located 18km from Sullurupeta (the nearest railway station).

It is bounded by Bay of Bengal and Pulicat Lake. The work site is located about 14.0 km from main gate of Sriharikota. Vendors have to arrange own transport for his personnel to and from the work spot.

➢ The parties are requested to quote after visiting the site for assessing the requirements and site conditions.

➢ Parties should give compliance/deviation/remarks point wise. Quotations of parties without enclosing the compliance check list mentioned in Annexure-5 will not be considered.

➢ The parties should be in a position to complete the entire work in 180 days from the date of placing the order.

➢ The representative of the department shall have access and right to inspect the work at all times, during the course of installation and commissioning. The party

Page 6: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

5

without delay and without any extra cost shall correct any work, which is found faulty. The department has no obligation to discover defects in the work performed and it shall be the sole responsibility of the party (CONTRACTOR) to ensure such completed work is defect free and meets the technical specifications / requirements.

➢ No separate payment shall be made for erection of valves, painting, fittings, structural steels, clamps, flow components, Hydrant post, hydrant landing valves, water monitors, wrap coating, tag numbering etc. The same shall be included in the erection cost of pipeline.

7.0 Quality assurance plan (QAP): The vendor has to check and produce all the necessary certificates, procedures and plan, at various stages during progress of work for approval to the purchaser.

8.0 Warranty ➢ Warranty period shall be for a period of 12 months, commencing from the date of

acceptance & taken over by the purchaser or 18 months from the date of supply of items.

9.0 Delivery & Commissioning schedule: Party shall complete supply, erection, testing and commissioning of all the items within 180 days from the date of issue of purchase order.

10.0 Documents to be given during commissioning of the system ➢ After awarding the work: Contractor has to submit the following for approval

• Work execution plan / PERT

• Procedures for approval (PQR, WPS, Equipment erection, alignment of pipeline, DP testing, radiography, hydro/pneumatic test, painting)

• Monthly and weekly schedules ➢ During the execution of work:

• Preparation of material identification

• Preparation of line and weld history sheets

• Preparation of test packs

• Preparation of as built drawings ➢ After commissioning (5 sets)

• Submission of as built drawings and

• Submission of final test dossier in neatly bounded condition

11. Liquidated Damages In all cases, delivery schedule as 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.

12. 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.

13. Security deposit

Party shall submit security deposit, within 15 days of Order Acknowledgement, for 10% of the total order value. Security Deposit shall be obtained through Bank Guarantee or fixed deposit receipt from any of the Scheduled Banks executed on non-judicial stamp paper of appropriate value and shall be valid for a period of sixty days

Page 7: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

6

beyond the date for completion of the Purchase Order.

14. Payment Terms

Payment will be made on pro-rate basis against submission of bill. Centre Level Inspection Panel (CLIP) approval is to be obtained against the bill submitted. Payment will be made only after that. Payment against the work shall inspected by Engineer In-charge and the same shall be cleared by CLIP representative for the work.

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 Bank Lending Rate plus 2% penal interest in addition to the LD Clause.

15. Bid Qualification Criteria:

• Bidder shall submit one work order in recent 5 years period for pipeline fabrication, erection, testing and commissioning for at least 50 lakhs to any government / non-government establishments across the country.

• Supply work order to ISRO centers or government / non-government organizations will not be considered. As the work involves fire water pipe fabrication, bidder shall have experience in pipeline fabrication, erection and commissioning.

• Party shall submit the copy of the work order along with quotation for bid evaluation. Bid, without the copy of work orders will be liable for rejection.

Page 8: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

7

Annexure -1 LIST OF APPROVED VENDORS / MAKES

SL. No.

ITEMS MAKE / MANUFACTURER

1 Fittings Rajmani/ union/ sangvi/ bharat

2 Welding electrodes ESAB / ADAR / L&T

3 Anchor Fasteners Hilti / Fischer / Powers

Bill of Materials (To be erected by vendors)

Annexure – 2

Sl. No

Description Standards / codes

Quantity to be erected

PIPING

1. Butt welding of pipes, fittings etc, by SMAW/TIG welding process with filler rod ER70S2/6 for root and SMAW (E7018) Arc welding for subsequent passes with 10% radiography

ASME B 31.3

5000 Inch Dia

2. Socket welding of fittings, slip on flanges etc by SMAW (E7018)

ASME B 31.3

2000 Inch Dia

3. MS piping erection, installation of flow components by providing adequate support & anchoring, clamping, testing, painting, wrap coating (wherever required), tag numbering and commissioning

ASME B 31.3

24000 Inch.m

4. Fabrication of hose box stand including earth Excavation, providing concrete support for stand with concrete slab surrounding the hose box.

12 nos.

Civil works

5. Construction of civil pedestals specified as per the drawing. Pedestal works includes jungle clearance, excavation, wood / steel working and sand back filling

110 nos.

Notes:

1 No separate payment will be made for applying paints on pipe, structural steel. Same is to be included in the erection cost of pipes.

2 The party may be paid as per the actual materials supplied and erected at site. 3 A quantity variation of 10% in each item as per BOQ shall be allowed to account for

variation in routing owing to prevailing site conditions in the field. However, payment will be made for the actual quantity erected and tested.

4 Order cannot be splitted as it involves fabrication and supply of sub components. Realization is inter dependable. Any delay in erection of one item will affect the whole system realization. Hence, splitting is not recommended.

Page 9: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

8

Annexure – 3 List of layout drawings:

S/No Drawing Description Drawing reference No.

1. Facility layout SPP/SAFETY/FPS/FACILITY LAYOUT/01 & 02.

2. Double headed Hydrant drawing SPP/SAFETY/FPS/ DH /01.

3. Water monitor drawing SPP/SAFETY/FPS/ WM /01.

4. Hose box installation drawing SPP/SAFETY/FPS/Hose box/01.

5. Arrangement of underground

pipeline inside the Hume pipe

SPP/SAFETY/FPS/HUMEPIPE/01

6. Civil pedestal drawing SPP/SAFETY/FPS/PEDESTAL/01

Page 10: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

9

Annexure - 4

Scope of Department (Free Issue Material* for Contractor)

* - Quantity is indicative

S/No Item description Specification Quantity, nos/m

1. MS ERW & Seamless Pipes

• 350NB X 8 mm thick

• 200NB X 6.35 mm thick

• 150 NB Heavy class

• 100 NB Heavy class

• 50 NB Heavy class

IS 3589 Gr-Fe410 IS 3589 Gr-Fe410

IS 1239 IS 1239 IS 1239

1150 1040 120 90 6

2. Butterfly valves

• 350 NB gear operated

• 200 NB gear operated

• 100 NB lever operated

• 50 NB lever operated

Tested and manufactured as per BS 5155 / BS

5146 /

3 4

24 3

3. Hydrants & water monitors

• hydrant landing valves

• Hydrant stand post

• Water monitors

• Hose cabinet/boxes

• Hoses

40 20 4

12 24

4. Wrap material 200 Sq.m

5. Structural steel – angles, plates and rods 3000 kg

6. Pipe fittings (SORF Flanges)

• 350NB

• 200NB

• 100NB

• 80NB

• 50NB

ANSI B 16.5

6 8

72 44 10

7. Paints

• Polyurethane paint shade 536 Fire Red

• Polyurethane paint thinner

• Polyurethane paint zinc primer

BIS 5

300 litres

300 litres 300 litres

Page 11: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

10

Annexure - 5 Mandatory Checklist to be filled and submitted for bid evaluation: -

Vendor shall fill the following checklist and submit with the offer. Deviation from point wise confirmation shall be spelt out clearly.

Sl. No Scope of work contractor Reference Sl. No. & Page No.

Confirmation Deviations, if any

1. Scope of work of the Contractor / Vendor

2 YES / NO

2. Scope of Department (Free Issue for Contractor) as per annexure 4

2 YES / NO

3. Specification for erection of hydrant and water monitor system

3 YES / NO

4. Bill of Quantity & Quantity Variations

4 YES / NO

5. General conditions 4 YES / NO

6. Quality assurance plan (QAP) 5 YES / NO

7. Warranty 5 YES / NO

8. Delivery & Commissioning conditions

5 YES / NO

9. Documents to be given during commissioning of the system

5

YES / NO

10. Liquidated Damages

5 YES / NO

11. Performance Bank Guarantee

5 YES / NO

12. Security deposit 5 YES / NO

13. Payment Terms 6 YES / NO

14. Bid Qualification Criteria

6 YES / NO

15. Annexure 1 7 YES / NO

16. Annexure 2 7 YES / NO

17. Annexure 3 8 YES / NO

18. Annexure 4 9 YES / NO

Page 12: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

I'\.lote. , _ _ ' Existing pipeline

Proposed pipeline

,. c:l ~ 1-\\.\WJ2.., p.'"p(.(' w~\, bL- o,vo.':..\.,J.,~ ·to .u:e_ P~.

~. ,t',h{'W,,f" E><r5;'H~ J...cONg r~(\.(( ~l.. cttsmOtrlf/e4 '2. ,..;~;,) 19',vn ~(~ ~,

Page 13: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

8~~-\-1(J rc.ptt~~t:-

Ntv.> petdtl)l- -Iv b(._ e..veJ-eJ

'I111/.._::.. t r;7)tJ '1/ \ Or) N '1 p'..pdt-'rtv <to b6

cdv 'f€('>l~e4 J.~ UP N,!? .

0 ..... '\\0vvle.-- pipe.. \I;~\' ~( (p'}L:'{g}k ."

-ft.,~ PMtj.

__ D.(~~~~ . NO: SfP I ~~eTJ / FP~ / r-A0Jf__£TJ _ _jJ~Jovf"_02... _

Page 14: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

1 50 150

BUTIERFLY VALVE

100NB

100NB PIPE

d .. ' Zi" ., ,

, ., ~," ,<1' , : 4 ": '~'

<1 ,', G.L.

TYPICAL GENERAL ARRANGEMENT OF DOUBLE HEADED HYDRANT

63NB HYDRANT VALVE

o o

w~~

G.L. a

Page 15: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

NOZZLE ORIFICE (32mm)

WATER MONITOR

63mm

BUTIERFLY VALVE

100NB

CONN. REDUCER

150NBx100NB

B.O.P. EL.9.2M

R.C.C PEDESTAL ', d 1 ~. . pec PRE. CAST SLAB

2000x2000 FGL

. ~ . '", .

. ~4' ~ FGL

1000

0::::

:; TYPICAL GENERAL ARRANGEMENT OF

WATER MONITOR

1000

Page 16: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

100 FIRE

2Nos.x15M Lg.

HOSES

BRANCH PIPE ~-

& NOZZLE

250x250x12 Thk.

M.S. PLATE

150NB PIPE

150 I I I ~ I M 12 x 25 LONG BOLT

WITH NUT

150NB P TAK WELDING

(AT SITE) o

IS:1239 M IS:1239 M

8¢ BARS TO BE WELDED

TO THE PIPE & GROUTED \,

F.F.L. (+ )8.9M. .

800

8¢ BARS TO BE WELDED

TO THE PIPEf.~L.G

PCC

300

I ELEVATION SIDE VIEW

INSTALLATION DETAIL OF HOSE BOX (EXTERNAL) tJ/(f §N rYlm A L-l,.... D1MGf')..u.. 0(\)1.

O-ro.w~~ ~ NO: Spp

Page 17: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

C ~~E_ OF_ RO~~ __

WRAPING & COATING (TYP.)

VARIES

(TYP.)

VARIES

(TYP.)

TYPICAL PIPELINE ROAD CROSSING DETAILS

A tI D7 TY1 eJ,1.J'~ .M ( ~ i", V'Y) II?)

D(i'w~"'1 ('-10; sVf' /[Af6l'ljFPSj fWI'1 E PJPFfl

Page 18: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

~ r-IJ""L LJIJo\.' I

! [~ r-----·--

Fy Fl WIOTH(W) OEPTH(D) HEIGHT(H) REINF. DETAILING LEN~~(L) WlCTH{B) 'OEP H(DI ~ TOP RE NF. NB kN 4N rnm mm mm m",' m"";

1000 O. ~ 5 1.50 1.52 200 8H@150c/e 1000 800 300 I

H{]} ,

100"- 0.15 1.50 1.92 750 1100 800 .300 8# @ 175 C/C

300 400 bothwoys

10041 0.15 1.50 2.47 1500 1.300 1000 .300 r---

12.99 I-JOO---l 100" 0.15 1.50 2200 1500 1100 .300

, _- c- , 15041 0.30 .3.00 2.1.3 200 al@150c/e 1000 750 300

1501" 0 . .30 .3.00 2.54 750 {]1 1200 750 .300

300 400 4-12 ~I 8# @ 175 C/C

15041 0 . .30 3.00 3.09 1500 1400 900 300 bothwoys

15041 0 . .30 300 .3.60 I 2200 1---1 1600 1100 300 I

200G) 0.50 5.00 2.84 200 8H@15~C 1000 800 300

2000 0.50 1 5.00 3. 38 750 . r±

8-"r-Df 1200 900 300

400 600 8N @ 175 c/c 20041 0.50 5.00 4.12 1500 1400 1000 300 bothwoys

- 20041 0.50 5.00 4.80 2200 1 ......• 00-1 1600 1200 300

30041 1.30 13.00 4.80 200 8IO'SO[]1 1200 900 300

300(6 1.30 13.00 5.34 750 1500 900 300 ----1 400 600 8-126- i 8N q;, 175 c/c

.10041 1.30 13.00 6.08 1500 1800 1000 300 bothwoys

...l.

30041 1.30 13.00 6.76 2200 hoo-l 1800 1200 300

35041 1.60 16.00 5.54 200

81.'1&11 1400 900 300

35011 1.60 116.00 6.08 750 1600 900 300

8-1211 ~ 000 8# @ 175 C/G

3500 1.60 16.00 6.61 400 600 1500 . J 1800 1100 300 bcthwoys

350(6 1.60 16.00 750 2200 1....-00-1 2000 1200 300 --===-~

2.00 I

40041 120.00 6.'27 200 810~

1500 800 400

40041 2.00 20.00 750 6.81 8-126 I I 1700 900 400

400 600 8# e 175 c/c 40041 2.00 20.00 7.55 1500

I 1 bothwoys 2000 1000 400

, I_.a<>---J 4(J00 2.0e 20.00 8.23 2200 2200 1200 400 I -.

5001'> 3.00 30.00 7.74 200 81.'SlQj1 1600 800 400

5001'> 3.00 30.00 8.28 750 1800 1000 400

30.0019.02 400 600 8-12#- 600 8U @ 175 C/C

5000 3.00 1500 J 2000 1200 400 bothwoys

I 1 .....• 00-1 I

50041 3.00 30.00 9.70 2200 2200 1400 I 400

55041 3.50 3S.0C 8.48 200

8'=D1 1600 1000 400

l-

I ..

550"- 3.50 35.0C 9.02 750 1700 1200 400 400 600 8-12 000 8# @ 175 c/r:

5500 3.50 JS.OC 9.75 1500 J 2000 1400 400 bothways

5500 3.50 35.0C 10.44 2200 I .•..•.• a<>---J 2200 1600 400

6001'> 4.00 40.00 9.21 200

8'=D1 1600 1000 400

6009> 4.00 40.00 9.75 750 1700 1200 400 \ 8# @ 175 C/C 400 600 8-12 00<1

600\11 4-.00 40.00110.49 1500 J 2000 1400 400 bothwoys

600<!l 4-.00 40.00 1 1. 1 7 2200 1 ......• 00-1 2200 1500 400 i

c

NOTE-II) :- 1. The loads mentioned in the table ore consIdered for desi9ning respective pedestals

2. 2JOKmph Wind speed considered (or wind lood eotcutctioe on pipes

Page 19: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

..------* ----- ,

-I

B_O_IT_O_t~ __ ~~_LI ~

INSERT PLATE OnAILS

I ~ 011 C 175 c/: I

ootnwoys

i

I !==------+==~------------~

i ,

~~~---+----------------~

I 1:1# @ 175 eye bo~nwOrs

100

~. [!~l'l°i SECTION y-y

REINfT. ALONG 'S' r - -,r:'-- --- ---'1

: PEDESTAL :

: l~-r : J' : ~ _J : I INSERT PLATE I I I l _:j REINFT. ALONG 'L'

!! - .- ' I !-~:)~

pec 1:.3:6 100 mm thk.

200 t--I

4NO.1S' ~\tJ10 LUGS ';. :'.,;:

us Pu>TE SECTiON y-y

I 500><300.12 TI<K. -----~--------~--~

10# e 175 c/c bothwcys

lU# e 175 G/C bcthwoys

1 J# e 1/5 c,«: bolhl'loys

SECTION X X

200 t--t

4NO.16' ~~0 ~o LUGS ';.:'.,;:.

us ?u.rr SECTiON y Y

500.300.12 THK.

200 t--I

4NO.IS. ~~o LUGS ~

-"S pu>rr SECTION Y Y SOO.JOCh12 (HI(.

PLAN-fOOTING DEmLS (TYP)

= -====~==============~===~

10# e 175 C/C bothwoys

I{)# @ 175 c/c botnwcy:s

1)# @ 175 C/G bohwoys

11;# @ 175 C/C bothwoys

200 I-I

4NO.IS' lfl]110 Lues ' •• :' ,,~:Jc loiS P("\T£ SEcnON Y Y

500.300.1 2 THK.

i'l0TES:

1. All DIMENSIONS ARE IN MM UNLESS OTHERWISE SPECifiED

2. GRADE OF CONCRETE TO BE USED IS M-30

J. GRADE Of REINFORCEMENT BARS TO BE USED IS fe 415

4. ClEAR COVER fOR fOUNDATION SOmm TOP. 50mm SIDES,

60mm BOnOM &. fOR PEDESTAl 40mm

5. , REPRESENTS HYSD BAR Of GRAOE F. 415

6. sec VALUE CONSIDERED IS IOt/m'

7. DEVELOPI.4ENT LENGTH Of REINf. SHOULD NO, LESS

THAN JB TIllES OIA. Of BAR

B. LAP LENGTH Of REINf. SHAll BE 45 TII.IES DA. Of BAR

9. PROVI:JE 8mm WELD SIZE If NOT SPECifiED

10. fORM WORK fiNISHING SHAll BE ACHEIVED

11. INCASE Of OI:;CRfPANCl" THt: SAMe SH"'LL Be BROUGHT TO THe

NOTICE OF DESIGN ENGINEER

12 USER CLEARANCE SHALL BE TAKEN FOR LOCATION OF PEDESTALS

BEFORE EXECUTION Of WORK

200 t--t

4NO.16. ~ID].1o Lues .~ ... ~ ... ~.

"'S PlATE St.CJ.!.QILt:::)' ~OOl(3001(12 -HK.

200 1--1

4NO.1S. lfJlo Lues ';. "";'

••• s P("\TE .s.ECOOti..Y=Y 500,300.12 THK.

200 1--1

'~~~r l~o "S PlATE SECDON Y-y

500,300.12 TPK.

SCEND&ASG rrnr RCC PEDESTAL FOR SVPPO"RT FFJl~Jil,lli¥t.:~.L FOR SECOND CASTING/CURING F~UTY iNsPP AREA I

P'1tQJ£CTKHIj ,

A

I

I ~ I' I I

II lEI

I

I

I I

C

I <

Page 20: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

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

Page 21: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

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

Page 22: TECHNICAL ORDERING SPECIFICATION FOR SPP FACILITIES

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