Government of , Department of Space ISRO SATELLITE CENTRE HAL Road, Post, BENGALURU – 560 017, INDIA Phone: +91-080-2508 4001, Fax: +91-080-2520 5283 / 84, Email: [email protected]

Ref: No: ISAC/PUR/EOI/STE/2017 30.05.2017

Invitation for “Expression of Interest” (EOI) for Spacecraft Transportation Equipment

ISRO Satellite Centre (ISAC) of Indian Space Research Organization (ISRO) under Department of Space, is the lead Centre of ISRO for Design, Development, Fabrication, Integration and Testing of all Indian made Satellites.

This proposal is to invite EOI from Vendors who are capable of supplying SPACECRAFT TRANSPORTATION EQUIPMENT (STE) as per the technical specification and features uploaded in our website www.isro.gov.in The bidders must meet the pre-requisites, mandatory and the functional requirements essential for STE. Bidders capable of supplying above may submit their EOI, along with the compliances and checklist mentioned in the EOI document. NO INFORMATION ON PRICE OF THE EQUIPMENT OR ANY PART THEREOF, SHALL BE MENTIONED AT PRESENT. Applicable Technical Specifications and features shall alone be mentioned.

After evaluation of EOI responses, the Bidders qualifying the technical compliances, meeting the specification and pre-requisites mentioned, will be invited to offer their Technical and Price Bid quotes in Two Parts separately for the supply of STE.

EOI must be submitted along with the authorized signatory. EOI is to be submitted before the specified date and time along with the Document Fee Rs. 573/- in the form of Demand Draft, drawn in favour of Accounts Officer, ISAC, Bengaluru, failing which EOI document will not be considered. EOI with all the above information shall reach the undersigned, quoting above reference number .

Last date for submission of EOI : 14/07 /2017 : 14.00 Hours IST Opening date of EOI : 14/07 /2017 : 15.00 Hours IST

This proposal is initiated as a Pre-EOI Qualification. ISAC reserves the right to accept or reject all or any such “EOI”; without assigning any reasons what so ever.

Addendum/corrigendum to this EOI, if any, shall be uploaded in our website; www.isro.gov.in

HEAD, PURCHASE & STORES

%∏∞≤•≥≥©ØÆ Ø¶ )Æ¥•≤•≥¥ %/) 3∞°£•£≤°¶¥ 4≤°Æ≥∞Ø≤¥°¥©ØÆ

%±µ©∞≠•Æ¥

MAY 2017

%±µ©∞≠•Æ¥ ISRO SATELLITE CENTRE

BANGALORE- INDIA



4°¢¨• ض #ØÆ¥•Æ¥≥ 1.0. INTRODUCTION: ...... 3 1.1. General Requirements: ...... 3 2.0. Specification & Features ...... 4 2.1. Prime Mover (PART A): ...... 4 ! {    t  a    ! !    L    Ç   [       !  "      !# ! !! !   t  a   $ ! 5       t  a   $ 2.2. FLAT BED TELESCOPIC Trailer (PART B) : ...... 6 . { " C   ! The Trailer supplier must implement all the safety features mentioned as below:  ( . L!   )Ç ! *  + . 5   " The vendor shall be responsible for the safe delivery of the trailer to ISRO Satellite Centre, , along with documents required at the time of delivery.  + 3.0 Technical Compliance Matrix & Check List ...... 9 /  a  -   ! "  t  a    /  a  -   ! "  Ç     / . [ !   !  !!   9- !!   L  !   4 Commercial Compliance Criteria: ...... 13  t 01    /     #



 ).42/$5#4)/. SPACECRAFT TRANSPORTATION EQUIPMENT (STE) discussed here is required for transportation of programme critical, high cost space hardware like satellites and its appendages on Indian roads. STE primarily comprises a Diesel Prime Mover and a Trailer integrated to carry critical space hardware that is housed inside a specially built Transportation Container. Functionally, STE is required to offer soft ride comfort attenuating undue shock and vibration induced due to road conditions and offer reliable operations.

Expression of Interest (EOI) is invited from vendors who are capable of supplying STE as per the technical specification and features. The bidders must meet the pre-requisites, mandatory and the functional requirements essential for STE.

This EOI of STE document describes the scope of work of Supply of Prime mover along with Low Flat Bed Telescopic Trailer.

Bidders capable of supplying above may submit their Expression of Interest, along with the compliances and checklist mentioned in chapter 3.0

The bidders shall fill up the compliance matrix and the tick the check list given in chapter 3.0. At present, it is requested that the bidders shall provide:

a) Expression of Interest to supply Primemover and Low Flat Bed Telescopic Trailer. b) Technical details of the proposed Equipment(one or more options) along with relevant technical literature and catalogs etc.,

IMPORTANT: NO INFORMATION ON PRICE OF THE EQUIPMENT OR ANY PART THEREOF SHALL BE MENTIONED AT PRESENT. Applicable commercial terms shall alone be mentioned.

After evaluation of EOI responses, the bidders qualifying the technical compliances, meeting the specification and pre-requisites mentioned here, will be invited to offer their technical and price bid quotes in two parts separately for the supply of equipment(s).

  '•Æ•≤°¨ 2•±µ©≤•≠•Æ¥≥ a) a). STE shall comprise Standard Diesel Prime Mover integrated with a Flat Bed Telescopic Trailer as schematically illustrated in Figure 1.1. b) Both the Prime Mover and the Telescopic Trailer shall be OEM’s (Original Equipment Manufacturer) new equipment and approved by Automotive Research Association of India (ARAI). Retrofitted Equipment is NOT ACCEPTABLE. c) In order to enable registration and operations of the Prime Mover and Trailer on Indian roads, relevant documents, certification and approvals as listed herein Part A& B and as deemed necessary by statutory bodies of Indian Government must be arranged by the bidder. d) The equipment must be serviceable at Indian service centers authorized by OEM, preferably located in Bangalore-India. The particulars of Service Centers in India must be given in the EOI. In addition, on-site service must be offered on request in an eventuality when the equipment could not be moved to the service centre. #

e) Air Suspension: Both the Prime Mover and the Trailer must have built-in OEM fitted Air Suspension, offering near constant suspension frequency around 1.1 to 1.2 Hz, irrespective of variations of payload mass on the trailer as mentioned in Table B1.1 and B1.2. f) Maximum length of STE must be less than or equal to 25 meters. Vendors can also mention readily available length of STE. g) Quantity of STE may vary from one or two numbers depending upon ISRO requirement at the time of tendering process. h) Vendor has to clearly specify in EOI submission document whether they are importing and/or Indigenous supply of STE

 3∞•£©¶©£°¥©ØÆ ! &•°¥µ≤•≥   0≤©≠• -Ø∂•≤ &0!24 !(

!  3∞•£©¶©£°¥©ØÆ Ø¶ 0≤©≠• -Ø∂•≤ The prime mover shall have minimum specification as indicated here below. Nearest equivalent /higher specification shall also be offered separately as additional options.

a) Type: Multi axle 6x4 with fifth wheel coupling, payload carrying capacity around 75 Ton meeting the specification given hereunder. b) Emission Standard: BS IV/EURO IV. Note: The terms of supply for higher emission standards as applicable for operations in India, that may be applicable at the time of execution / delivery must be indicated separately. c) Fifth wheel coupling: Prime mover must match with 3.5” DIN / CUNA/ SAE Standard. Note: Trailer described in Part B, must be matched to this specification. d) Prime mover is to be equipped with ABS (Anti-Lock Braking system). e) Suspension : • Front: Parabolic suspension. • Rear: OEM built Air suspension • Natural frequency for air suspension system : 1.1 Hz to 1.2 Hz over no load to full load condition • Capacity of suspension: To match the axle rating of the prime mover under maximum load conditions mentioned in Table B1.1 & B1.2.

Note: Dynamic characteristic and performance of the suspension of Prime Mover under shock and vibration conditions must be submitted. The plot of variation of suspension frequency under complete range of the load must be given.

! !§§©¥©ØÆ°¨ )ƶØ≤≠°¥©ØÆ* 4•£®Æ©£°¨ ,©¥•≤°¥µ≤• ¥Ø ¢• ¶µ≤Æ©≥®•§ ¢π ¥®• ¢©§§•≤ a) The bidder must specify following particulars of prime mover that are suitable/ compatible to the Trailer specified in Part B of this document. i. Rated payload capacity ii. Rated load on each axle and King pin iii. Kingpin offset dimension (behind first rear axle) 

iv. Laden and Unladen Height from ground v. Details of Engine such as Max torque, Max. Horse power vi. Details of Gear box including fully automatic system vii. Details of Brake including Traction control, Load transfer function ,ABS viii. Details of Wheel and Tyres ix. Performance Data x. Fuel Tank Capacity in Litres xi. Details of Steering xii. Details of Brake xiii. Air Compressor Type & Capacity, Air Pressure Modulator, Air Tank Capacity xiv. Details of Electricals (Alternator, Batteries etc.,) xv. Details of the AC Cabin: Construction, Accommodation, Dashboard, Sleeper berths, Service Tilt angle, Interiors & Air conditioning xvi. Exteriors, Exhaust System, Tow Couplings, xvii. Tools and Accessories, etc. b) Dimensional Particulars of the Prime Mover: As per CMVR (Central Motor Vehicle Regulations–India) i. Wheel base ii. Overall length iii. Overall width iv. Overall height c) Weight Particulars of the Prime Mover: i. Laden weight, kg ii. Front Axle iii. Rear Axle iv. Gross Combination weight d) Any other relevant technical details

!. !££•≥≥Ø≤©•≥ ¶Ø≤ ¥®• 0≤©≠• -Ø∂•≤ The bidder shall indicate all accessories considering the utility and functions described in this document. However, following are the essential accessories that bidder must be capable to include in their offer. Fleet Management System (FMS): A health monitoring device to indicate critical status of Engine conditions such as Engine Temperature, Air Pressure in Suspension System reservoir speed of travel, etc. The device must have feature for interfacing with IP protocol based GPS transmitters for remote monitoring purpose.

!/ $Ø£µ≠•Æ¥°¥©ØÆ ¶Ø≤ ¥®• 0≤©≠• -Ø∂•≤ The bidder must be capable of providing following list of documents at the time of execution:

a) Homologation certificate b) Sale Letter c) Original Invoice d) Form 22-Pollution norms e) Temporary Registration Certificate 2 Technical Drawing approved by state Transport department. *2 Weighing Certificate $

 &,!4 "%$ 4%,%3#/0)# 4≤°©¨•≤ &0!24 "(  "  $©≠•Æ≥©ØÆ≥ ض &¨°¥ "•§ !≤•° ض ¥®• 4≤°©¨•≤ Flat Bed Area of the trailer must be capable of carrying any one of the Spacecraft Containers mentioned in Table B1.1. At a given time, any one of the containers will be transported on the trailer.

Table B1.1. Dimension & Mass details of various Spacecraft Containers & Required Length of Flat Bed Area S. Description Dimensions Mass Approx. required Length No (in metre) (Metric of Flat Bed Area(L T) Ton) L B H 1 Container-1 4.2 3.0 4.7 8 9 2 Container-2 7.0 4.5 4.1 16 9 3 Container-3 7.8 3.5 4.1 20 9 4 Container-4 7.8 4.54 4.1 22 9 5 Container-5 12.2 5.4 4.2 50 13.5 6 Container-6 7.0 5.0 8.6 11 9 7 Container-7 8.0 3.0 4.5 15 9 Max. Payload Mass on Flat Bed Area: 50 tons Max. Length of the Flat Bed Area: 13.5 metre

a) Length of the Flat Bed Area of the Trailer (L T) : The Trailer design must be modular in length dimension (L T) mentioned in Table B1.1, that is variable to accommodate all types of the containers listed table B 1.0 and preferably a Telescopic or equivalent

design meeting the lowest LT = 9meters and extendable upto the highest length LT = 13.5meters. The trailer must be lockable for every 2.0 meters (Approx.).

b) Width of the Flat Bed Area (B T) around 3.0 m (or) Nearest standard width shall be indicated by bidder.

c) Height of the Flat Bed Area (H T): Static design height of the trailer under Laden & Unladen condition= 0.9 to 1.0 m (Approx.) The trailer must be equipped with provision for lowering the static height and the adjustable range may be indicated by the bidder.

d) Size of Front Goose Neck Area (Flat usable area): (LG x B G) = Approx4.0 m x3.0m nearest standard width shall be indicated. The Front Goose Neck Area must facilitate fixing of any one of the payloads named ‘ECMS’ as indicated in Table B1.2 at a given time. ECMS consist of Diesel Generator and air conditioning system etc. connected by ducts to the spacecraft containers. The details of fixing interfaces of this payloads (such as twist lock position, fasteners etc.) will be given at the time of execution.

.

3

Table B1.2. Payloads on Front Goose Neck Area S.No Description Dimension (LxBxH) Mass (Ton) mtrs 1 ECMS-1 3.0x3.0x3.0 3.5 2 ECMS-2 3.0x3.0x3.0 5 3 ECMS-3 4.0x3.0x 3.0 5 Max. Payload Mass on Front Goose Neck Area: 5.0 tons Max. Length of the Front Goose Neck Area: 4.0 meters

e) Overall length of the trailer: Summing the maximum required length of the Flat Bed Area (13.5meters) and the maximum required length of the Front Goose neck area (4.0 meters) the overall length of the trailer is approx.: 17.5meters f) Overall Payload Capacity: Summing the required load capacity at the Flat Bed Area (50.0 tons) and the required load capacity at the Front Goose neck area (5.0 tons) the overall payload capacity required is 55 tons.

Note: Standard Air Suspended Low Flat Bed Telescopic Trailer meeting the above mentioned capacity and near equivalent dimensions shall be offered. " #ØÆ≥¥≤µ£¥©ØÆ §•¥°©¨≥ ض 4≤°©¨•≤

In order to meet the variable length of the flat bed area, the trailer shall be of Telescopic platform type. The trailer shall be designed in compliance to applicable standards and shall be presented for review and approval by our organization, before proceeding with fabrication. The telescopic extension of the trailer shall be enabled through Hydraulic / pneumatic actuators. Figure 1.1A shows the schematic view of the Trailer along with the Prime Mover. In fully extended condition, telescopic beam of the trailer shall be checked for Torsional and Bending modes due flexibility of box sections. To improve Torsional mode two additional spacer is to be connected to the telescopic beam as shown in figure 1.1 B. vendor must be capable of doing static and modal analysis of trailer in collapsed and extended condition in FEA software.

". !©≤ 3µ≥∞•Æ≥©ØÆ

Suspension: Trailer shall be provided with Air suspension system equipped with automatic self-leveling and height control valves, pneumatic circuits and devices. Suspension frequency should be in the range of 1.1 to 1.2 Hz for complete range of loads. Suspension characteristic along with drawings must be submitted to ISAC for review and approval by ISAC before fabrication of the trailer.

"/ !∏¨•≥ ض 4≤°©¨•≤ All axles should Hydro mechanically steerable live axles in trailer. Number of axles shall be chosen to meet the maximum loading conditions during the transportation of various containers mentioned in Table B1.1 & B1.2. The bidder shall attach design and construction details of the axle load calculation.

"3 "≤°´• 3π≥¥•≠ CE approved ABS/EBS brake system consisting of two compressed air circuits exclusively for service and emergency operations. In addition, spring controlled parking brake are to be included. 4

"5 4π≤•≥ Tentatively 245/70 R 17.5” tubeless; twin mounted/Equivalent tyres is proposed. The bidder shall present the axle load calculations and selection of tyres to meet the given load conditions in Table B1.1 & B1.2. In addition two spare tyres with rim, 16 spare tyres are to be supplied. The spare tyres shall not be placed on Flat bed or goose neck area and must be accommodated elsewhere in the trailer, ensuring easy removal and placement.

"6 %¨•£¥≤©£°¨≥ CE approved. 24 Volt, 2x7-pin plug ISO standard. The system features side markers, parking lights and flashers, stop lights, direction indicators, number plate lights and reflectors.

"7 !££•≥≥Ø≤©•≥ ¶Ø≤ ¥®• ¥≤°©¨•≤

The bidder shall indicate all accessories considering the utility and functions described in this document. However, following are the essential accessories that bidder must be capable to include in their offer.

°( )Æ¥•≤¶°£• $•∂©£• ¥Ø ¥®• &¨••¥ -°Æ°ß•≠•Æ¥ 3π≥¥•≠ ض ¥®• 0≤©≠• -Ø∂•≤

¢( 4∑©≥¥ ,Ø£´  Standard Screw type Twist locks matching with ISO corner blocks must be implemented at the Flat Bed Area to suit standard 20 feet, 30 feet and 40 feet shipping containers in compliance to ISO standards In addition, few sets of nonstandard pitch details which will be intimated during execution must also be implemented. c) ,°Æ§©Æß '•°≤ The trailer shall be equipped with two landing gears mounted at the front goose neck beams. d) 3•≤∂©£• !££•≥≥Ø≤©•≥ The bidder shall include supply of service accessories that include Tool Kit for the Trailer, Hydraulic Jacks (4 Nos), Pressure Gauges all of which are to be housed in a tool box housed in the trailer without occupying the payload area and goose neck area.

": $Ø£µ≠•Æ¥°¥©ØÆ ¶Ø≤ ¥≤°©¨•≤

The bidder must be capable of providing following list of documents at the time of execution:

a) Sale Letter b) Original Invoice c) Form 22-Pollution norms d) Temporary Registration Certificate 2 Technical Drawing approved by ministry 2 Weighing Certificate

"  3°¶•¥π &•°¥µ≤•≥ Ç Ç   !    !      ! "   !     ! 5

• Air suspension system shall be provided with hose rupture safety mechanism.

(

• Tilt warning device shall be provided for giving audible horn and visual (red light) signal for excess tilting of platform to a set value. Provision shall be made in the system for readjusting the signal at different tilt angles by user. Provision shall be made for fixing tilt warning device box at a convenient position. • All electrical systems shall be properly double earthed and grounding straps near tyres • In case of air hose rupture of the trailer brake system, emergency brake shall be automatically applied. • The vendor shall mention in details the safety features, protective devices / instruments available in the trailer. • In order to enable use of the primemover inside clean areas, an extension hose for the exhaust of the primemover shall be provided. The length of the hose shall be around 12 metres.

"  )Æ≥∞•£¥©ØÆ !4•≥¥©Æß The bidder offering for the supply of Prime mover and Low Flat Bed Telescopic Trailer must organise the Inspection & Testing of the Trailer separately as well as integrated condition with the Prime Mover at bidders’ works and on ARAI Certified test tracks available in India. Required test loads, labour, tools /instruments shall be arranged by the bidder. The major test includes

i) Static load test with Prime mover and Trailer. • Static load will 125% of the rated loads. ii) Transportation Test on Test Tracks • Test will conducted with varied loads in two steps i.e. 50% &100%.

"  $•¨©∂•≤π The vendor shall be responsible for the safe delivery of the trailer to ISRO Satellite Centre, Bangalore, along with documents required at the time of delivery.

. 4•£®Æ©£°¨ #Ø≠∞¨©°Æ£• -°¥≤©∏ ! #®•£´ ,©≥¥ The bidders shall fill up the compliance matrix and the tick the check list given here. Form A refers to the Compliance matrix for the supply of Prime Mover and Form B for that of the Trailer.

+

Form A

#Ø≠∞¨©°Æ£• -°¥≤©∏ ¶Ø≤ ¥®• ≥µ∞∞¨π ض 0≤©≠• -Ø∂•≤ (To be filled and signed by authorised representative of bidders. No part shall be left blank)

Sl. Description Compliance/ Remarks No. Noncompliance by the Vendor 1 Specification of Prime Mover as per Para A1.0 (a,b,c,d,e) 2 Additional Information /Technical Literature as per Para A2.0 (a,b,c,d) 3 Accessories for the prime mover as para A3.0 4 Documentation for the prime mover as para A4.0

Signature:

Name of the authorised signatory for the company:

Date: Place:

Note: Attach additional sheets, if required.



Form B

#Ø≠∞¨©°Æ£• -°¥≤©∏ ¶Ø≤ ¥®• ≥µ∞∞¨π ض 4≤°©¨•≤ (To be filled and signed by authorised representative of bidders. No part shall be left blank)

Sl. Description Compliance/ Remarks No. Noncompliance by the Vendor 1 Dimensions of Flat Bead Area of Trailer as per Para B1.0 (a,b,c,d,e,f) 2 Construction details of Trailer as per para B2.0 3 Air suspension as per para B3.0 4 Axles of Trailer as per para B4.0 5 Brake System as per para B5.0 6 Tyres as per para B6.0 7 Electricals system as per para B7.0 8 Accessories for the trailer as per Para B8.0 (a,b,c,d) 9 Documentation for Trailer as per para B9.0 10 Safety Features as per para B10.0 11 Inspection and Testing as para B11.0 i) Static load Test with prime mover and Trailer ii) Transportation test on test tracks 12 Delivery as per para B12.0

Signature:

Name of the authorised signatory for the company:

Date: Place:



Form C

#®•£´ ,©≥¥ ¶Ø≤ ¥®• ≥µ¢≠©≥≥©ØÆ Ø¶ %∏∞≤•≥≥©ØÆ Ø¶ )Æ¥•≤•≥¥

Sl. Description Tick off No. 1. Performance Characteristics of Air Suspension for Primemover 2. Load carrying Capacity on Axle, Kingpin, ,GCW 3. Laden and Unladen Height from ground of 5th wheel coupling 4 Engine Hauling capacity indicating Horsepower and Torque 5 Brakes Details including traction control, Load Transfer function, ABS 6 Details of Steering 7 Circuit diagram of electrical system, Pneumatic system for brakes and suspension, Hydraulic circuit for steerable axles. 8 AC cabin Details 9 Tools and Accessories for Prime mover 10 Performance Characteristics of Air Suspension for Trailer 11 Load carrying Capacity on each Axle & kingpin load 12 Platform Laden and Unladen Height from ground 13 Circuit diagram of electrical system, Pneumatic system and Hydraulic system for steerable axles 14 Tools and accessories for Trailer 15 Technical Weight details in kg with respect to speed km/hr

Signature:

Name of the authorised signatory for the company:

Date: Place:



/ #Ø≠≠•≤£©°¨ #Ø≠∞¨©°Æ£•

 t     /   The bidder[s] shall have (i) adequate experience in execution and supply of similar work and equipment (ii) sound financial background (iii) established manufacturing facilities and (iv) sufficient know-how & technical expertise to execute the scope of work described in this document.

The compliance to the criteria mentioned in Form D, shall be completed by the bidder and supporting documents shall be submitted as prescribed.

 w     ë 

Interested Vendors are hereby requested to register themselves by login to our ISRO website www.isro.gov.in or www.isac.gov.in . Quotation shall be submitted only against our Request For Proposal [RFP] which will be issued after completion of the evaluation of EOI response.  /   {     ! 9hL w a. The Company/Firms are advised to study all the instructions; Terms and Conditions; Forms; Requirements and other information in the EOI document carefully. The submission of EOI shall be deemed to have been done after a careful study and examination of the EOI documents with full understanding of its implications. b. The response to this EOI should be full and complete in all respects. (Forms A to D). Failure to furnish all the information required by the EOI document or submission of proposal not substantially responsive to the EOI documents in every respect will be at the risk of the Company/Firms and may result in rejection of the document. c. All the pages of the EOI submitted must be numbered and signed by the authorized signatory. d. Canvassing in connection with the EOI be strictly prohibited and such canvassed EOI submitted by the Agency/Firm are liable to be rejected. e. ISAC reserves the right to cancel/re-issue the process of EOI if the necessity so arises or to seek further information/details. f. Companies/Firms, if found to have indulged in any corrupt or fraudulent practices, will be debarred from taking part in the Tendering process and their EOI Document will not be taken up for consideration.

EOI must be submitted along with the authorized signatory. EOI is to be submitted before the specified date and time along with the Document Fee Rs. 573/- in the form of Demand Draft, drawn in favour of Accounts Officer, ISAC, Bengaluru, failing which EOI document will not be considered.

Last date for submission of EOI : / /2017 14.00 Hours IST

Opening date of EOI : / /2017 15.00 Hours IST

#

Form D Pre -Qualification Criteria Sl Description Compliance Remarks No Yes No Tick whichever is applicable 1. Field of Experience : Minimum of 3 The Bidder shall submit years in the field of Manufacture documentary proof of having and Supply of Air Suspended executed works similar to that Trailers, Manufacture /retro-fitment described in this document along of Air Suspension to Diesel Prime with description of work and copy Movers as per rating given in the (s) of the Purchase Order(s). technical specification

2. Financial Standing of the B idder : Copy of latest Purchase Order(s) The Bidder must have executed an not older than Five years shall be order of typical equipment each is attached in proof of the statement. of worth not less than Rs. 100 Lakhs for Indian Bidders and not less than US$ 0.25 Million for Bidders outside India.

3. Financial Performance : The • Details of Financial capacity of Bidders must have sound the Firm Viz., details of Audited performance for a period of at least Balance Sheet including Profit past Three years. and Loss account for the last 03 years certified by Chartered Accountant along with comments of Auditors. • Self-assessment technical and organizational competence to submit the EOI of this nature and magnitude.

4. Registered Firm : The Bidder shall Certificates of Registration be a Registered/incorporated /incorporation of the Company Company/Organization issued by the appropriate Authority (Proprietary/Partnership/Private/Pu along with Name and Address of blic Ltd. etc.,) Proprietor, Partners, Board of Directors, etc. along with the documentary proof.

5. Nativit y Specify (a) Indian or (b) Foreign.

6. Infrastructure and Facilities of the In-house facilities and outsourcing Bidding company shall be adequate details shall be furnished to perform the scope of work mentioned in this document.



Note: 1. All the documents / copies of documents attached by the Bidder shall be self-attested by authorized signatory.

2. The Certificates should be valid at the time of EOI submission and should be certified by an authorized signatory. In case, if the Company is owned by another Company details of the ownership should be provided.

3. Any other information of the company considered relevant, shall be attached.

Signature:

Name of the authorised signatory for the company:

Date: Place:

“Expression of Interest” with all the above information shall reach the undersigned, Quoting above Reference Number ------on or before / /2017 .

This proposal is initiated as a Pre-EOI Qualification. ISAC reserves the right to accept or reject all or any such “Expression of Interest”; without assigning any reasons what so ever. Only Qualified vendors will be given opportunity to take part in the subsequent Tendering Process.

Sd/- HEAD, PURCHASE & STORES.

Contact: Phone: +91-080-2508 4369, Fax: +91-080-2520 5283 / 84 Email: -----

$