भारत सरकार Government of India अतिरक्ष िवभाग सतीश धवन अंतिरक्ष के द्र Space Centre शार SHAR ीहिरकोटा डा.घ.524124 आ.ं प्र. भारत SRIHARIKOTA P.O. 524124, AP, INDIA टेिलफोन:+91 8623 225023 Telephone: +91 8623 225023 फे क्स: +91 8623 225170 Fax: +91 8623 225170

GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124 SRI POTTI SREERAMULU. (A.P)

TENDER NOTICE NO. SDSC SHAR/Sr.HPS/PT/16/2018-19

On behalf of President of India, Sr. Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line quotations for the following. Sl Ref. No. Description Qty. No SHAR SPP 2018 00 8662 e-procurement Design, Manufacture, Testing at Shop floor, Supply, Installation 01 [Two Part basis] at Site, Testing and Commissioning of High Energy X-Ray 1 SET Radioscopy system

SHAR RO 2018 00 9324 e-procurement Software Development Services/manpower Hiring for 500 02 [Single part basis] Function points for the period of ONE year 1 Lot

SHAR RO 2018 00 9326 e-procurement Work Contract for Software Development and Maintenance 03 [Two part basis] Contract for the Period of TWO years 1 Lot

SHAR SPP 2018 00 9356 e-procurement Supply of Tri-chloro Ethylene 30000 04 [Single Part basis] kgs

SHAR MSA 2018 00 9410 e- Supply of Data Entry Operators at various places of SDSC 05 procurement [Two part basis] SHAR, Sriharikota for the period of ONE year 1440 Units

SHAR CMD 2018 00 9434 e- Construction supervision, Inspection and Certification services 06 procurement [Two Part basis] [Civil, electrical, Air-conditioning and allied works] for PSLV 1 Lot Integration Facilities project at SDSC SHAR

07 SHAR SN 2018 00 9447 e-procurement Software Drafting and Printing Service Contract at SCEND & 240 [Two Part basis] ASG, SDSC SHAR, Sriharikota Nos

08 SHAR SC 2018 00 9455 e-procurement Fabrication of Canteen Van Body on our TATA LPT 909/38 EX2 2 Nos. [Two Part basis] BS4 Cab Chassis.

09 SHAR MSA 2018 00 9502 e- Supply & Erection of Concertina Coil Fencing at SDSC SHAR, procurement [Two part basis] Sriharikota. 1 Lot

Last Date for downloading of tender documents : 23.10.2018 at 16:00 hrs. Due Date for submission of bids online : 23.10.2018 at 16:00 hrs. Due Date for Bid Sealing on : 23.10.2018 at 16:01 hrs. to 23.10.2018 at 17.30 hrs. Due Date for Open Authorization : 23.10.2018 at 17.31 hrs. to 25.10.2018 at 17:00 hrs. Due Date for opening of tenders : 26.10.2018 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.org; 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 23.10.2018 at 1600 hrs. and last date for submission of tenders on line 23.10.2018 at 1600 hrs. and Tender Opening on 26.10.2018 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: 01.10.2018 Sr. HEAD, PURCHASE AND STORES 1

PSLV INTEGRATION FACILITIES (PIF) PROJECT

REQUEST FOR PROPOSAL

For

CONSTRUCTION SUPERVISION, INSPECTION AND CERTIFICATION SERVICES for PSLV INTEGRATION FACILITIES (PIF) PROJECT AT SDSC SHAR (CIVIL, ELECTRICAL, AIRCONDITIONING AND ALLIED WORKS)

Satish Dhawan Space Centre SHAR Indian Space Research Organization Sriharikota -524 124, A.P

Contents

S.No Description Page No

PROPOSAL DOCUMENT, CLARIFICATION AND ADDENDUM……….. 3 Section A Introduction ………………………………………………………………………... 10 Section B Scope of the Work………………………………………………………………… 15 Section C General Terms & Conditions …………………………………………………… 21 Section D Annexures………………………………………………………….…………………… 24 Annexure –A: Unpriced price bid format.…………………………….……. 25 Annexure –B : Service Provider evaluation format……………………… Annexure –C: Drawings …………………………………. …………………….. 26

PROPOSAL DOCUMENT, CLARIFICATION AND ADDENDUM

Proposals are invited from the interested firms for the enclosed scope of work in two-part bid. Part- 1 Technical and Unpriced part of the work and Part - 2 Priced Commercial part.

The RFP document is organized in four sections as follows.

Section –A Introduction Section –B Scope of Work Section –C General Terms & Conditions Section –D Annexures

Title of the Entity: PSLV integration Facilities [PIF] Project at SDSC SHAR Title of the proposal: CONSTRUCTION SUPERVISION, INSPECTION AND CERTIFICATION SERVICES of PSLV INTEGRATION FACILITIES (PIF) PROJECT AT SDSC SHAR (CIVIL, ELECTRICAL, AIRCONDITIONING AND ALLIED WORKS) Date of Public Notification issued: As per publication Last Date of purchase / downloading tender Document: As per publication Last date of submission of tender documents : As per publication Place of submission of tender documents : SDSC SHAR, Sriharikota

1. PROPOSAL DOCUMENT 1.1. One set of proposal document along with the drawings is issued. Service Provider shall sign and stamp each page of proposal as token of acceptance & submit along with the offer. 1.2. Transfer of Proposal document issued to another party shall not be permissible. 1.3. Proposal documents shall remain the property of Department and if obtained by one intending Service Provider shall not be utilized by another without the consent of the Department. 1.4. The proposal shall be completely filled in all respects and shall be submitted together with requisite information and Annexure. Any offer incomplete in any particulars is liable to be rejected. 1.5. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents shall be up-loaded in ISRO e-procurement website. 1.6. The Proposals shall be submitted on-line in ISRO e-procurement portal before the time limit for bid submission specified in the Letter Inviting Bid. 1.7. The Proposal shall be opened on the date and at the time, specified in the Letter Inviting Bid or as soon thereafter as convenient. Proposal not received in time shall not be considered. 1.8. Service Provider shall set their quotations in firm figures and without qualifications or variations or additions in the terms of the Proposal documents. Proposal containing qualifying expressions such as "subject to minimum acceptance” or " subject to prior sale" or any other qualifying expressions or incorporating terms and conditions at variance with the terms and conditions incorporated in the Proposal documents are liable to be rejected.

1.9. ADDENDA /CORRIGENDA Addenda/corrigenda to the tender document may be issued by SDSC SHAR prior to the date of opening of the tenders, to clarify or reflect modifications in the contract terms and conditions. Such addendum/corrigenda will be distributed to each firm or person who had purchased the tender documents. 1.10. AMBIGUITY Should there be any ambiguity or doubt as to the meaning of any of the tender clause/condition or if any further information is required, the matter shall be immediately brought to the notice of Head, Purchase & Stores, SDSC SHAR in writing for necessary clarifications prior to the opening of the tenders.

2. PREPARATION OF BIDS 2.1. SITE VISIT The SERVICE PROVIDER shall visit SDSC SHAR and acquaint himself fully with the requirements and no claims whatsoever will be entertained on the plea of ignorance of difficulties in the execution of the work. Before submitting the tender the Service Provider shall be deemed to have clearly understood and satisfied himself regarding the work and services, all conditions liable to be encountered during the execution thereof and that prices, and/or compensation quoted in the offer are adequate and all inclusive with respect to all factors, circumstances and conditions likely to be incidental, both direct and indirect, to the work and services. 2.2. VALIDITY OF OFFER Bid shall remain valid for acceptance for a period of 4 (Four) months from the due date of submission of the Bid. The Service Provider shall not be entitled during the said period to revoke or cancel his Bid or to vary the Bid except and to the extent required by Department and communicated in writing. Bid shall be revalidated for extended period as required by Department in writing. In such cases, unless otherwise specified, it is understood that validity is sought and provided without varying either the quoted price or any other terms and conditions of Bid finalized till that time.

2.3. COST OF BIDDING All direct and indirect costs associated with the preparation and submission of Bid (including clarification meetings and site visit, if any), shall be to Service Provider's account and the Department will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Bid process.

2.4. APPLICABLE LANGUAGE/MEASUREMENTS The Bid and all correspondence incidentals to and concerning the Bid shall be in the English Language. For supporting document and printing literature submitted in any other language, an

accurate English Translation shall also be submitted. Responsibility for correctness in translation shall lie with the Service Provider. All the measurements shall be given in metric system.

2.5. ARRANGEMENT OF BID The Bid shall be neatly presented on white paper with consecutively numbered pages. It should not contain any terms and conditions which are not applicable to the Bid. The Bid and all details submitted by the Service Provider shall be signed and stamped on each page as token of acceptance by a person, legally authorized to enter into agreement on behalf of the Service Provider. Corrections/ alteration, if any, shall also be signed by the same person. Service Provider shall submit Power of Attorney in favor of the person who signs the Bid and subsequent submissions on behalf of the Service Provider. Department will not be bound by any Power of Attorney granted by the Service Provider or changes in the constitution of the firm made subsequent to submission of the Bid or after the award of the contract. Service Provider may however, recognize such Power of Attorney and changes after obtaining proper legal advice, the cost of which will be borne by the Service Provider. The cancellation of any document such as Power of Attorney, partnership Deed etc should be communicated by the Service Provider to the Department in writing well in time, failing which Department shall have no responsibility or liability for any action taken by Service Provider on the strength of the said documents. Should the Service Provider have a relative or relatives or in the case of firm or company one or more of its shareholders or a relative or relatives of the share holder (s) employed in a senior capacity in Department's organization, the authority inviting Bids shall be informed of the fact at the time of submission of the Bid, failing which the Bid may be disqualified or, if such fact subsequently comes to light, Department reserves the right to take any other action as it deems fit in accordance with any applicable law, Rules, Regulations of the like in force for the time being.

2.6. SCHEDULE OF PRICES The schedule of prices shall be read in conjunction with all the sections of proposal document. For Lump sum contract, the lump sum prices quoted by the Service Provider shall be firm and fixed for the completion of the work, unless stated otherwise. The price must be filled in the format for ‘Schedule of Prices’ – Annexure-A

2.7. DOCUMENTS COMPRISING THE BID Bids shall be arranged in the following order.

2.7.1. PART – I: TECHNICAL AND UNPRICED COMMERCIAL PART Technical and unpriced commercial part shall comprise the attachments, specifying attachment number arranged in the order as follows: (a) Submission of bid letter along with one set of proposal document duly signed and stamped as token of acceptance (b) Copy of Company’s registration number certificate. (c) All the annexures enclosed in proposal duly filled, signed and sealed (d) Unpriced copy of schedule of prices with all other commercial terms and conditions duly filled (Prices to be kept blank), signed and stamped (e) Audited balance sheet including profit and loss account for the last three financial years 2014-15, 2015-16, 2016-17 showing annual turn over. (f) Latest income tax clearance certificate. (g) List of projects in hand & completed during the last 3 financial year indicating the name of client, contact person, contract value, nature of work, work completed, work balance, name of Consultant, month & year of commencement & completion etc. (h) Organization chart for the proposed work with bio data of key personnel. (i) Pre-qualification criteria with supporting documents

2.7.2. PART – II: PRICED COMMERCIAL BID Priced commercial bid shall contain schedule of prices duly filled in, signed and stamped. No deviations, terms and conditions, assumptions, conditions, discounts etc. shall be stipulated in price bid. Department will not take cognizance of any such statement and may at their discretion reject such bids

3. BID SUBMISSION Bids duly filled in by the Service Provider should invariably be submitted as stipulated in the Letter inviting bid. Bids shall be submitted in the following manner, in separate sealed envelopes duly super- scribed as below:

3.1. PART – I TECHNO-COMMERCIAL PART OF THE BID FOR THE WORK Complete Techno–commercial part of the bid shall be filled online in the “vendor Specified Terms’ form of the e-tender. Any documents related (demand draft for tender fee & EMD), technical literature, guarantee / warrantee certificates and any other relevant documents as per the tender shall be scanned in lower resolution format and uploaded to the e-tender under ‘Documents solicited from Vendor’ form only in ISRO e-procurement portal (https://eprocure.isro.gov.in ). In case if the space for uploading is not sufficient, hard copy of the balance documents shall be submitted before due date.

Envelope shall be marked with following:

PART-I TECHNO-COMMERCIAL BID

NAME OF CLIENT: INDIAN SPACE RESEARCH ORGANISATION, SDSC SHAR

TITLE OF THE ENTITY: PSLV INTEGRATION FACILITIES (PIF) Project at SDSC SHAR

TITLE OF THE PROPOSAL: “CONSTRUCTION SUPERVISION, INSPECTION AND CERTIFICATION SERVICES of PSLV INTEGRATION FACILITIES (PIF) PROJECT AT SDSC SHAR (CIVIL, ELECTRICAL, AIRCONDITIONING AND ALLIED WORKS)”

DUE DATE AND TIME OF THE OPENING:

FROM: (NAME OF THE SERVICE PROVIDER WITH ADDRESS)

To: Sr. Head, Purchase & Stores Satish Dhawan Space Centre SHAR ISRO, Dept. of Space Govt. of India Sriharikota – 524124, SPSR Nellore Dist,

Andhra Pradesh, India The deviation statement if any, and checklist shall be filled online, without which the bid will not be considered.

3.2. PART – II: PRICE PART OF THE BID FOR THE WORK Price bid shall be filled in the on-line ‘price bid’ form of the e-tender only in ISRO eProcurement website https://eprocure.isro.gov.in . Any other terms and conditions given in this part shall not be considered and if insisted upon by the Bidder, bids are liable for rejection. a. SDSC SHAR may open Part – I of the bid on the due date of opening subject to meeting the minimum evaluation criteria. Price Bids (Part-II) of technically and commercially acceptable offers shall be opened at a later date. b. SDSC SHAR reserves the right to reject any or all the Bids without assigning any reasons thereof. c. Any bids/offers with price details in Techno-Commercial Offer (Part –I) shall be rejected. d. SDSC SHAR reserve rights to place order for either full quantities of all items or partial quantities and partial items based on the unit rates available.

4. Pre-qualification Criteria:

S. No CRITERIA 4.1. Tenderer should have experience in providing Construction supervision, inspection & certification services for construction of tall RCC framed structures/buildings involves RCC, Steel, Masonry, Electrical works, Gantry girders, Heavy steel Motorized doors, AC works like ducting Chillers, AHUs etc & Mechanical works of more than 30m height which involves RCC, steel, Masonry and deep pile foundations etc. 4.2. Prior experience of minimum 5 years in providing Supervision, Inspection and Certification services for construction works which involves RCC, Steel, Masonry, Electrical works, Gantry girders, Heavy steel Motorized doors, AC works like ducting Chillers, AHUs etc & Mechanical works. 4.3. Shall have Full-fledged office setup with qualified Technical staff of sufficient numbers [as mentioned in section : 4 of part – B] to deploy the required people as per the tender. 4.4. Party shall have average annual turnover more than Rs.100 lakhs during last 3 years. Party shall submit the documentary proofs for supporting the above criteria. Department may visit the works executed or being executed for evaluation. 4.5. Party should have satisfactorily completed the works during the last 5 years as mentioned below: *One order value of similar work costing not less than Rs.90 lakhs [OR] *Two orders value of similar works each costing not less than Rs.70 lakhs. The bidders shall submit the documentary proofs for supporting the above criteria.

5. Bidder Evaluation Format SDSC SHAR seeks response to the given questionnaire for assimilating data which would be used for evaluating the capability of the Service provider for executing the referred work. Hence, the Service provider is requested to provide only genuine data and any discrepancy found at a later point of time may result in rejection of the Service provider from purchase process. Furnishing of data cannot be Construed as automatic qualification for participation in the tender. Questionnaire should be signed by a responsible and authorized person of the Company / Agency. Schedule of general particulars / vendor evaluation format shall be filled as per Annexure - B Note : In order to consider as valid experience, all the experience has to be supported with the technical details, completion certificate and purchase order.

6. EARNEST MONEY DEPOSIT The tenderer has to submit an Earnest Money Deposit (EMD) for Rs. 2.50 Lakhs in a single installment through Demand Draft (DD)/ Banker’s Cheque/ Fixed Deposit Receipts or Bank Guarantee from any of the Scheduled Banks executed on non-judicial stamp paper of appropriate value. In case of Bank Guarantee, it shall be valid for a period of 45 days beyond the final tender validity date. It shall be taken in-favour of “Sr. Accounts Officer, SDSC SHAR” payable at State

Bank of India, Sriharikota Branch. The bid will be disqualified if the EMD is not submitted along with the Techno-commercial Bid. Foreign vendors, Registered vendors or vendors who have applied for renewal of registration, Central PSUs/ PSEs/ Autonomous Bodies, Micro and Small Enterprises, KVIC, National Small Industries Corporation, etc. shall be exempted from the payment of EMD. Vendors seeking exemption from payment of EMD shall submit the necessary documentary proof. EMD of a vendor shall be forfeited, if the tenderer/Contractor withdraws or amends his tender or deviates from the tender in any respect within the period of validity of the tender. Failure to furnish Security Deposit/ Performance Bond by a successful vendor within the specified period shall also result in forfeiture of EMD. EMD shall be refunded to all the Unsuccessful vendors within 30 days after placement of the Purchase Order. EMD shall be refunded to the successful Tenderer/Contractor after payment of Security Deposit (SD) or may be adjusted against the Security Deposit (SD). EMD shall be refunded to all the participants in cases where the Tender is cancelled or withdrawn by the Centre/ Unit, within 30 days from the date of such cancellation or withdrawal.

7. DETERMINATION OF RESPONSIVENESS The bid which does not satisfy the pre-qualification criteria as mentioned in Section (clause) 4 shall summarily be rejected and shall not be considered for further evaluation. SDSC SHAR will scrutinize bids to determine whether the bid is substantially responsive to the requirements of the tender documents. For the purpose of this clause, a substantially responsive bid is one which inter-alia conforms to all the terms and conditions of the entire Tender document without any deviations and reservations. The decision of SDSC SHAR shall be final in this regard.

8. BID EVALUATION 8.1. During evaluation, Department may request Service Provider for any clarification on the bid upon additional documents. 8.2. Techno-commercial discussion shall be arranged with Service Provider, if needed. Service Provider shall depute his authorized representatives for attending discussions. The representatives attending the discussions shall produce authorization from his organization to attend the discussion and sign minutes of meeting on behalf of his organization if required. The authorized representative must be competent and empowered to settle/decide on all technical and commercial issues. 8.3. The complete scope of work is defined in the Proposal document. Only those Service Providers who undertake total responsibility for the complete scope of work as defined in the Proposal document shall be considered.

8.4. In case Bid does not fully comply with the requirement of Proposal document and the Service Provider stipulates deviations to the clauses of the proposal in Schedule of deviations, which are unacceptable to the Department, the Bid will be rejected. 8.5. Performance of Service Provider on similar works executed/ under execution shall be taken into consideration before selecting the Service Provider for opening his price bid. 8.6. Department reserves right to visit client’s site for verification/validation. 8.7. The time schedule for completion is given in the Proposal document. Service Provider is required to confirm the completion period unconditionally. 8.8. Department reserves the right to accept a bid other than a lowest and to accept or reject any bid in full or part without assigning any reasons. Such decisions by the Department shall bear no liability on the Department whatsoever consequent upon such decision. 8.9. The Service Provider, whose bid is accepted by the Department shall be issued a Letter of Intent (LOI) to proceed with the work. Service Provider shall confirm acceptance by returning a signed copy of the LOI along with 10% of total order value as security deposit within 10days from letter of intent (LOI). Thereafter Department may issue purchase order or Department will sign the Contract with successful Service Provider 8.10. Department shall not be obliged to furnish any information / clarification to unsuccessful Service Providers as regards to non acceptance of their Bids.

SECTION - A

Introduction of Project Facility buildings

1. INTRODUCTION

Satish Dhawan Space Centre SHAR (SDSC SHAR), Sriharikota is planning for necessary augmentation of the infrastructure facilities to meet the increased launch frequency of the operational launch vehicles – PSLV and GSLV.

First launch Pad [ FLP] at SDSC SHAR caters primarily to the needs of launching PSLV vehicles. With the available infrastructure, the maximum number of PSLV missions possible from FLP is 6 per annum.

In the proposed configuration, the following elements are added in the FLP area and will form integral part of the overall configuration:

1. Introduction of PSLV Integration Facility building [PIF] where PSLV will be integrated up to fourth stage [PS4]. 2. Conversion of Fixed launch pedestal to Mobile Launch Pedestal. 3. Transportation of integrated vehicle [up to PS4] in Integration Building at PIF to Launch Pad by suitable rail track and Hauler [ SPU].

The launch pad occupancy time for vehicle built up will be optimised by 15 days and one more vehicle is being assembled at PIF up to fourth stage simultaneously. For refurbishment, one service building is identified where Launch Pedestal refurbishment will be parallel to vehicle integration activities at PIF and MST. With the proposed configuration, as work is planned in parallel at three different centres, the overall campaign time will be optimised to about 23 days and it will be feasible to have 15 launches per annum.

To increase the PSLV launch frequency from existing 6 launches per annum to 15 launches per annum, the configuration of the First Launch Pad has to the modified to partially Integrate, Transfer and Launch concept” from integrate on launch pad concept. This requires modification in the launch pedestal Fluid circuits of the existing facilities. Also, it requires the following new additional infrastructure facilities:

1. PSLV Integration facilities [PIF] with a. Integration Building for vehicle integration up to 4 th stage b. Service building for MLP refurbishment work after launch. 2. Mobile Launch Pedestal [ MLP] – 3 nos a. One for vehicle integration at FLP – MST b. One for Vehicle integration at PIF c. One for MLP refurbishment works at Service building 3. Bogie system with Rail track 4. Hauler for Bogie [ SPU] 5. Checkout systems & Pneumatic systems for electrical and leak checks at PIF.

The typical layout of PIF project is enclosed in Annexure - I

NEW FACILITIES:

4.1 INTEGRATION BUILDING :

This facility is intended for receiving the segments/stages/sub-systems for the launch vehicle, tilting and handling them inside the facilities wherever required, integrating them on a Mobile launch Pedestal [ MLP], performing checkout operation and leak checks [stage level and full vehicle]. Attaching Bogie & self-Propelled Vehicle [SPU] to MLP, vehicle will be rolled up to Mobile Service Tower [ MST/FLP for launch. This facility is sized to carryout integration of PSLV & future vehicles of ISRO like SSLV. PIF integration building is fully air-conditioned RCC structure of 35m [ L] x 30m [ W] x 60m [H], which provides a comfortable and controlled environment for integration of the launch vehicle. The details of the building is as follows: 1. It is a RCC framed structure, all sides closed with RCC walls other than the door opening area resting on Pile foundation with associated Electrical, A/C and Mechanical works. 2. It is having 15 nos of floors of levels at 5.5m, 8.4m, 12.4m, 15.7m, 19m, 22.2m, 25.2m, 29.2m, 33m, 37m, 41.2m, 45m, 49m, 53m and 56.5m. 3. It is provided with 125/25T EOT cranes inside the building. 4. Seven sets of mechanized horizontally sliding doors [ HSDs] on the front side to give way for the vehicle to move out and a HSD rear side to receive MLP. 5. It is provided with 10 sets of folding platforms to provide approach the vehicle height between 8m to 41.2m. 6. Two numbers of elevators for goods cum passenger travel. 7. Auxiliary rooms such as Checkout room, Control room, CSOC room, toilets etc., are attached to sides of the Main PIF building with RCC roof.

4.2 SERVICE BUILDING:

This facility is intended for refurbishment of launch exposed MLP after launch provided with EOT crane inside the building. Services like PC 10 coating, pneumatic circuits refurbishment , paint and CBS trails etc., will be carried out in the facility. The details of the building is as follows:

1. It is RCC framed structure, of size 34m [L] x 24m [W] x 18m [H] resting on raft foundation with associated Electrical, A/C and Mechanical works. 2. It is provided with one set each of Horizontally sliding doors [ HSDs] both at front and rear side. 3. It is provided with 10T EOT crane inside the building. 4. Auxiliary rooms such as Pneumatic service room, Electrical panel room, Tool crib, TPS service room, toilets etc., etc., are attached to sides of the Service building with RCC roof. 5. Necessary Associated Electrical, Electronics, A/C & Mechanical works are also included.

4.3 RAIL TRACK SYSTEM:

The fully integrated launch vehicle has to be moved from Integration building to First launch pad [FLP] on a mobile launch Pedestal using bogie. To meet this requirement, a sturdy track capable to taking bogie wheel loads are to be laid between Integration building and FLP. The details of track is as follows:

a. The proposed track is a a double flange single rail track with centre to centre spacing of 7.5m for the length of 1500m. b. The area between the rail track is to be paved with RCC road to enable the movement of the SPU used for MLP traction. c. The track proposed for PIF is curved with a radius of 260m.

4.4 JDD MODIFICATION WORKS:

PIF project involves movement of Integrated vehicle on MLP from PIF facility to FLP. This introduced the concept of Mobile launch Pedestal [ MLP]. Currently launch pedestals is fixed to the FLP foundation by 4 legs ne at each corner with cross section is 1m x 1m. In view of PIF project, Launch pedestal has to be transformed to Mobile Launch Pedestal involving the following works:

a. Removal of existing Fixed Launch Pedestal. b. Conversion of Launch Pedestal to Mobile launch pedestal concept. c. Extension of rail track from PIF building to beyond Jet Deflector Duct [JDD] at FLP over the span pf 9m and suitably interfaced with JDD. d. Introduction of 2 track beams across the JDD walls for taking the launch vehicle from rail track to Umbilical Tower of FLP. e. Realization of suitable Anchoring scheme for Launch Pedestal and ground interfaces such that Mobile launch Pedestal top height shall be maintained with associated Electrical and Mechanical works.

5. LOCATION & SAFETY ASPECTS The facility buildings are co- located in proximity with the existing launch pad for optimum management and sharing of resources. The proposed buildings is planned as per safety requirements and geographical feasibilities, ensuring independent approach during construction phase, without disturbing the ongoing launch campaign activities.

Annexure - I

O - P O I N T T O P S L V D A R O O R A X S D E LP ROAD T S

P SL V RO AD

O PE RA TI ON A L R O OM S T OI LE TS

O P S U E R R AT VE I O W IL N AI LA AL TI NC R N G E OO R C M OO UM S M

T O ILE TS C SUBSTATION ON FE RE NC E HA LL TSB D o o r M l e a ch ic m a r o n t o si c r m RE le l A E e R n a p

b r i c l o D o T o o r M e c ha g n in is ic m v r e m s s o t o le S r rm i P o o T t f T la p y s r t s o n e t c t e c n m a c a o r m A ll ro f p m e e i o P p g R u o L o in q r r c e P i D r v o e o s r M e ch a ic m n t o is a o m m r u g e ni n ic P v r e se s a c r e ir t a a g F D t w in RO o S e ic NT o ir rv m r F e o M s r o e ch SERVICE BUILDING a ni sm

RIS E SCAPE Pneumatic ESCAPE C HUTE Console systems CHUTE TO ILETS Pneumatic room FACILI TY ROOM

GAS VALF PARKING CYLINDER Checkout PORT ICO

SECU RITY RO OM CSOG WAITI NG H ALL

TR ACK A/C CENTER E LEVA TOR-2 ELEVATO R-1 DI SCU SSI ON ROOM INTEGRATION

A/C STAI R CASE STAI R CASE PLANT ts FACILIT Y ROOM Toile plant

AUXILIARY RAI L TRACK BUILDING BUILDING

RAIL TRACK LENGTH = 1500 meters ROAD

FLP

Layout of PIF Project.

Section-B

Scope of Work

1.0 Scope of work under Construction Supervision, Inspection & Certification services: The total scope of Civil, Electrical, Air-conditioning and allied works covered for realization of the above facilities shall be carried out under the SUPERVISION OF SERVICE PROVIDER. The scope of work is as follows:

PIF Project Facilities includes following: 1.1 Civil works & Structural works: The civil works include construction as per the construction drawings provided by the employer, on item rate basis inclusive of supply of all materials, construction and testing in respect of all facilities required for completion and handing over of the work as per technical specification and bill of quantities. Broad scope of civil work shall include surveying, earthwork excavation, all types of foundations [ Shallow/pile foundation], RCC structure, Brick masonry, finishing works in respective premised along with cable trenches, pipe trenches etc., for facilities. Scope shall also include construction of other miscellaneous units like pits, drains, trenches, paved area, where necessary. Civil works shall also include all works required for completeness of the project including water supply, sanitary, plumbing, septic tanks etc. Special works like piling, water proofing, sloped roof etc., are also included in the scope. The Scope of Structural works includes steel structural work for the various crane gantry girders, manual as well as motorized steel sliding doors, swing doors – comprising of normal doors with MS sheet with/without bottom wheel, MS grill steel doors, lead sandwich steel door and framework of concrete doors which shall be installed on various RCC buildings of this project. The work covers supply of all materials and consumable, fabrication, surface preparations, shop painting etc. The detailed scope of work is as follows:

a) Checking of construction materials and collection of samples by the contractor from steel, cement, sand, brick, aggregate and any other materials used for construction and stamping at site for testing. Review of test reports to examine the quality and acceptance based on the results. Inspection of received material at site to assess quality and maintaining the inventory for the same. b) Visual inspection of soil during construction and intimating, it any variations with respect to soil investigation report to contract manager/EIC for further inspection.

c) Witnessing sample collections and tests conducted by construction contractors as specified in the latest Indian standards and certifying the test results as per QAP. d) Witnessing the execution of all concealed items before concreting and certifying the same. e) Dimensional verification as per department approved drawings and standards. Checking levels of pile foundations and pile cap and all floor levels. f) Supervising the load test of pile foundation as per IS: 2911. g) Checking the coordinates of various members of structures. h) Checking the alignment of RCC structural members. i) Checking of the staircase interfaces with the structures, etc. j) Inspection of dimensions, orientation & level of all RCC structures, beams & foundation etc., during various stages of construction. k) Verification of the correctness of structural member construction with reference to approved detailed drawings. l) Review and supervision of safe construction practices during construction as per agreed HSE documents. Deviations to be informed to the EIC immediately. m) Inspection and clearance at different stages of construction works: (1) Foundation (2) Flooring with ground Anchor (3) Floor levels as specified in tender (4) Roof level (5) MLP track and Drain with embankment (6) Other services & utilities. n) Enabling to sort out on the issues on quality of construction arising at site, suggesting measures to improve quality o) Monitoring the progress of work as day to day basis and preparation of weekly/monthly progress reports based on the reports of progress of work by CONTRACTOR. p) Party shall bring to the notice of the Department if any slippage or bottleneck occurs at any point of construction. q) Ensure that contractors carry out work in accordance with the approved quality assurance plan to meet the quality standards as per standards/codes. r) Party shall ensure that Department requirements are totally fulfilled as indicated in the contract by adopting necessary checklists and quality measures. s) Assessment of labour required from time to time to meet the targeted site erection programme. t) Monitoring and follow up of field and laboratory test plan schedules with contractor and ensuring timely carrying out test for smooth and quality construction. u) Checking of accuracy of placement of all inserts/embedment during construction as per required tolerances.

v) Checking of alignment/leveling of sole plates/I beams/foundation bolts as per the tolerances. w) Monitoring the Hydro test and Pneumatic test of pipelines and certifying the same. x) Checking and certification of various running account and final Bills, Extra items, Deviation items, Substitute items etc., with quantity measurements of various items of work executed and submitted by contractors and preparation & Maintenance of all site/work execution related registers. y) Witnessing the calibration of concrete batching plant and other equipment at the laboratory established by the construction agency. z) Issue of final acceptance certificate . Verification of acceptance test reports and issue of stage wise inspection report for bill verification and final inspection report at the time of handing over of building. Inspection Agency shall certify the total scope of work carried out and submit three copies of overall inspection document to Department in proper printed formats duly signed including as built drawings. aa) Extra work / Variation assessment and certification of estimate for recommendation of payment. The decision of the Engineer In charge shall be final as regards extra work/ variation assessment and certification of estimate. bb) Any other work assigned by the Engineer In charge which are not explicitly mentioned in the contract. cc) Tenderer shall submit the qualification and experience of people to be deployed for obtaining clearance from the Department. dd) Preparation & Maintenance of all site/work execution related registers.

1.2 Electrical works: The scope of the Electrical works for the PIF project is as follows: • Incoming Material Inspection • Verification of Test certificates& documents • Measurement of work and preparation of Bills and maintaining of various materials inventory. • Quality assurance • Power and control Drawing study /clearance. • Coordination with other agencies. • Daily site clearances for civil and AC. • Temporary Power O & M • Commissioning Tests and T&E and complete documentation

• Verification of welding joints etc., as per drawings and witnessing the weld tests. • Alignment of doors/drive systems.

1.3 Air Conditioning & Mechanical works: The scope of work involves realization of two Nos of Higher capacity AC plants and one No packaged AC plant apart from various standard units.

• Up keeping of various registers viz., Material Register, site Register, progress Register, labour Register, Test certificate, Etc., • Receipt, unloading, safely storing and inspection of various equipment, items and material at site. • Taking of quantity measurements and ensuring meeting of technical specifications of the received material in line with work order. • Verifying the test certificates of various equipment, materials Etc., • Issue of material and monitoring stock of items. • Supervision of erection works and ensure quality as per prevailing standards. • Ensuring safety at site. • Follow up of day to day erection activities, man power attendance & deployment, ensuring entry permits to site for the contract staff, Etc., • Taking of measurements of various works like ducting, piping Etc., • Preparation of bills/ M-books Etc., • Commissioning and testing of the system after ensuring air side balancing, water side balancing Etc. & testing of AC ducts and chilled water piping systems. • Ensure neatness in the premises of works. • Co-Ordination with Civil / Electrical / Instrumentation teams in smooth progress of work and commissioning.

2.0 Quality Assurance Plan Quality Assurance Plan will be approved by the department in consultation with SERVICE PROVIDER and construction contractor. Once the document is finalized the SUPERVISION SERVICE PROVIDER is responsible to ensure the inspection strictly as per the approved Quality Assurance Plan (QAP). All checkpoints are as per QAP required to be inspected thoroughly for meeting the system specification. Deviations if any shall be brought to the notice of the department and contractor for rectification.

3.0 Schedule of Deployment:

The service provider shall depute qualified and experienced inspection engineer(s) as per the qualification given in below table continuously at site for quality inspection as per site requirements. The following personnel shall be deputed by the service provider at required time as specified in below table.

Designation/Branch Approx. S.No Qualification & Experience of Engg numbers

B.E/B.Tech Civil Engineer with more than 15yrs 1 Sr. Engineer [CIVIL] 1 experience

Graduate Engineer B.E/B.Tech Civil Engineer with more than 5yrs 2 1 [CIVIL] experience

Site Engineer with Diploma Civil with more than 3 Site Engineer [CIVIL] 3 5yrs experience

1 Site Engineer [Electrical]+ Site Engineer with Diploma Electrical/Electronics 4 [Electrical/Electronics] 1 with more than 5yrs experience [Electronics]

Graduate Engineer [A/C B.E/B.Tech AC/Mechanical Engineer with more 5 1 & Mech] than 5yrs experience

Note : B.E/B.Tech and Diploma in Engineering passed with First class personnel only are to be deployed.

In the above table, for S. No : 1,2 & 3, the Service Provider has to deploy the Manpower required immediately after issue of work order. The manpower requirement for the category of personnel mentioned in S. No : 4 to 5, shall be intimated 7 days in advance, and the service provider has to deploy the manpower as per the advice of the department.

SECTION - C

GENERAL TERMS & CONDITIONS

General Terms & Conditions: i. Service provider appointed person at site should be a “Competent Personnel” of requisite experience mentioned in point 3.0 of section B. the experience of personnel shall be in RCC high rise building constructions. However the Inspection Agency shall provide bio-data of the personnel proposed to be deployed for Department’s approval. Addition and deletion in the personnel list shall be effected only with prior approval of ISRO with reasonable advance notice to ensure that inspection services do not suffer at any time whatsoever . ii. The construction work shall be in general six days in a week and also beyond office hours, holidays whenever required. Deployed staff shall meet the spontaneous demands of construction works. iii. Service provider shall make own arrangement for accommodation, transport to site of work, medical facility, food, communication facility for their personnel. iv. In case of demand for mobilizing additional manpower for few days party shall provide support of one (or) two engineer on daily basis which will be paid on prorate basis. v. Party shall not issue any news release, articles, brochure advertisements, prepared speeches, and other information covering the contract works without written approval of ISRO SHAR regarding the content and timing of such release. vi. The technical information, drawings, specifications and other related documents (which are all confidential) furnished by ISRO is the property of ISRO and shall not be disclosed or handed over to any other agency except for the purpose of execution of the contract. vii. Site Office: One room without any office furniture / equipment’s will be provided to party to carryout the day to day activities subject to availability. viii. Payment Terms: Payment will be made on monthly basis against producing invoice certified by the Engineer in charge as per the agreed rates per month. In case of absence in the month, necessary deductions will be effected based on the pro-rata basis considering 26 days in a calendar month.. ix. Taxes: All statutory taxes including GST, leives etc shall be indicated separately in schedule of prices [Annexure – A]. x. The rates quoted by contractor shall include minimum wage prevailing in the State for respective personnel, Principal Employers contribution and Employees contributions to EPF, ESI at prescribed rates and BONUS as per the act. It should be ensured that the contractor comply with all labour laws minimum wages act, payment of Employees Provident fund [EPF], and ESI as applicable. The contractor shall indemnify and compensate SDSC SHAR, it SDSC SHAR as Principal Employer

under the Contract Labour [Regulation & Abolition] Act, 1970 becomes liable to assume any liability towards the workforce engaged by the Contractor. In the event, the provisions relating to recovery as provided in the relevant clauses of the said act shall be applicable in toto.

xi. STATUTORY VARIATION Statutory variation for CGST/SGST/UGST/IGST is applicable, provided the actual completion of services does not occur beyond the period stipulated in the order/contract or any extension (without levy of penalty). For variation after the agreed completion periods, the service provider alone shall bear the impact for the upwards revisions. For downward revisions, the Department shall be given the benefit of reduction in CGST/SGST/UGST/IGST. xiii INCOME TAX: Income tax at the prevailing rate as applicable from time to time shall be deducted from the Service provider's bills as per Income Tax Act,1961 and the rules there- under or any re-enactment or modifications thereof and a TDS certificate shall be issued. xiv SECURITY DEPOSIT The Service provider, whose tender is accepted, will be required to furnish by way of security deposit for the due fulfillment of the contract such a sum as will amount to 10 % of the contract price of the work awarded. (A). The security deposit (bearing no interest) shall be held by the Department as security till satisfactory completion, testing and handing over of all the system and for the due performance of all Service providers’ obligations under the contract as per delivery period or extension granted thereof by the Department. (B). The Service provider within 10 days of Purchase Order or signing of Contract, deposit the security deposit with the Accounts officer, Satish Dhawan Space Centre SHAR, Sriharikota as detailed above by any one or more of the following modes namely: (a). By a crossed demand draft in favour of Accounts officer, Satish Dhawan Space Centre SHAR drawn on SBI and payable at Sriharikota. (b). By a bank guarantee in the prescribed format (required format will be provided after award of contract). The bank guarantee shall be from a nationalized / scheduled bank for & shall be valid for 60 days beyond completion period. (c). In case of breach of contract, the Security deposit shall stand forfeited in addition to other relief available to the Department under this contract.

xv. ARBITRATION In the event of any question, dispute of difference arising under these conditions or any conditions contained in the Purchase Order or in connection with this contract, (except as to any matters the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration of the head of the Purchase Office or some other person appointed by him, it will be no objection that the arbitrator is a Government Servant that he had to deal with matter to which the contract relates or that in the course of his duties as Government Servant he had expressed views on all or any of the matters in disputes or difference. The award of the arbitrator shall be final and binding on the parties of this contract. It is Term of this contract: a. If the arbitrator be the head of the purchase office. I. In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his successor-in office either to proceed with the reference himself, or to appoint another person as arbitrator, or. II. In the event of his being unwilling or unable to act for any reason, it shall be lawful for the Head of the Purchase Office to appoint another person as arbitrator: or b. If the arbitrator be a person appointed by the Head of the Purchase Office in the event of his dying, neglecting or refusing to act, or resigning or being unable to act, for any reason, it shall be lawful for the Head of the Purchase Office either to proceed with the reference himself or to appoint another person as arbitrator in place of the outgoing arbitrator. Subject as aforesaid, the Indian Arbitration and Conciliation Act, 1996 and the rules there under and any statutory modifications thereof for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The arbitrator shall have the power to the extent with the consent of the Purchaser and the Contractor the time making and publishing the award. The venue of arbitration shall be place as the purchaser in his absolute discretion may determine. Work under the Contract shall, if reasonably possible, continue during arbitration Proceedings.

c. In case order is concluded on the public Sector Undertakings, the following Arbitration Clause will be applicable.

In the event of any dispute or differences relating to the interpretation and application of the provisions of contracts, such dispute or difference shall be referred by either party to the Arbitration of one of the Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Bureau of Public Enterprises. The Indian Arbitration and Conciliation Act, 1996 shall not be applicable to the Arbitration under this clause.

The award of the arbitrator shall be binding upon the parties to the dispute provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such Additional Secretary when so authorised by the Law Secretary whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the arbitrator.

xvi. APPLICABLE LAW AND JURISDICTION The laws of India shall govern this purchase order for the time being in force. The Courts of , India only shall have jurisdiction to be with and decide any legal matters or disputes what so ever arising out of the purchase order. xvii. FORCE MAJEURE Should a part or whole work covered under this purchase order be delayed due to reasons of Force Majeure which shall include legal lockouts, strikes, riots, civil commotion, fire accident, quarantines, epidemic, natural calamities and embargoes the completion period for work, equipment referred to in this agreement shall be extended by a period not in excess of the duration of such Force Majeure. The occurrence shall be notified within reasonable time. xviii. DISCOUNTS Tenderer shall not indicate any discount separately and quoted price should be after deducting the discount. xix. MODE OF PAYMENT All the payments due to Service provider will be made in Indian currency by crossed “Account Payee” cheque sent to the registered office of the Service provider. Bidders can submit the banker details and payments can also be made through ECS. xx. Contract Period Contract shall expire when the Services have been completed in all respects at the end of scheduled period of completion 15 (Fifteen) months of the subject work months plus 4 (four) months after completion of the works with a total period of 19 (Nineteen) months. The number of personnel required will be intimated from time to time based on the requirement and the service provider has to provide accordingly. In case of the construction work getting extended, Department shall grant extension on the same existing terms & conditions. xxi. Third Party Liability The Department shall not be liable for any injury / death, caused to any official, employee, representative or agent of the Service Provider working at the site or damage to their properties for any reason whatsoever and Department shall not entertain any claim from any person on that behalf.

It would be the responsibility of the Service Provider to get their officials, employees, representatives, agents insured against the possible risks involved in the discharge of their duties at the work site. The Service Provider shall take out and maintain, insurance at his own cost against the risks, and for the coverage of Employer’s liability and workers' compensation insurance in respect of the personnel of the Service Provider in accordance with the relevant provisions of the Applicable Law, as well as, with respect to such Personnel, any such life, health, accident, travel or other insurance as may be appropriate. xxii. Sub-letting of professional services No sub-letting of services shall be permitted by the Department. Under no circumstances the Service Provider shall sublet the services.

xxiii. Professional Misconduct If at any time, it is noticed that deliberate attempt has been made by the Service Provider to cause over payments to the contractors by over-measurement or over estimation of rates or sub- standard work is accepted and recommended for payment, the amount shall be recovered from the payment due to the Service Provider. The Engineer in Charge shall be at liberty to object to and require the contractor to remove from the works any person who in his opinion misconducts himself, or is incompetent or negligent in the performance of his duties or whose employment is otherwise considered by the EIC to be undesirable. Such person shall not be employed again at works site without the written permission of the EIC and the persons so removed shall be replaced as soon as possible by competent substitutes.

xxiv. Penalty for the absenteeism The Service Provider should ensure minimum number of manpower as stipulated are engaged throughout the period of the contract. However if due to any reason, less number of manpower are deployed, suitable reduction on pro-rata basis shall be effected from the bills payable to the Service Provider. In addition to deduction of manday rate against each designation, a penalty is also imposed at the rate of 10% for the categories of personnel that are not deployed.

SECTION-D

ANNEXURES

Annexure - A

Sl. Description Qty Unit Rate per Amount No. Unit Rs. in Rs.

1 Charges towards Supervision & Inspection Services including logistics and office expenses etc.

CIVIL 19 Man (a) Senior Graduate Engineer with more than Months 15 years Experience (One Engineer Deployment)

16 Man (b) Graduate Engineer with more than 5 years Months Experience (Max. of one Engineer Deployment) ( C) Site Engineer with Diploma with more 42 Man than 5 years experience. (Max. of three Months Engineers deployment)

ELECTRICAL/ELECTRONICS ( a ) Site Engineer with Diploma with more 32 Man than 5 years experience. (Max. of Two Months Engineers deployment one no. each in Electrical and Electronics)

AC & MECHANICAL 16 Man (a) Graduate Engineer with more than 5 Months years Experience (Max. of One Engineer Deployment)

Sub Total (A) Rs. 2 Service GST 18% on (A) % Rs. Total (1 + 2) Rs.

FORMAT TO BE FILLED AND SUBMITTED BY THE BIDDER

Page 1 of 3

Satish Dhawan Space Center SHAR 31 August 2017, Welcome, Materials Master (isro) 17:16:08 IST MAIN V IEW 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 2 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 3 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.