Government of India /Department of Space ISRO …...1 भ रत सरक र /Government of India...

29
1 भारत सरकार /Government of India अंतǐर¢ वभाग /Department of Space इसरो जड़×वीय Ĥणालȣ यूǓनट /ISRO Inertial Systems Unit वǑयूरकाव /Vattiyoorkavu Ǔतǽवनंतपुरम /Thiruvananthapuram – 695 013 व£ापन सं .आईआईएसयू /पीटȣ/व£ापन 06/2015 Ǒदनांक 05/12/2016 ADVT.NO.IISU/PT/ADVT-06/2015 dated 05/12/2016 भारत के राçĚपǓत के लए तथा उनकȧ ओर से Ǔनàनलखत मदɉ के लए वǐरçठ Đय एवं भंडार अधकारȣ , इसरो जड×वीय Ĥणालȣ यूǓनट (आई आई एस यू ), वǑयूरकाव पी . ., Ǔतǽवनंतपुरम , मोहरबंद Ǔनवदाएँ आमंǒğत करते हɇ :- For & on behalf of the President of India, the Senior Purchase & Stores Officer, ISRO Inertial Systems Unit (IISU) Vattiyoorkavu, Thiruvananthapuram invites Sealed Tenders for the following items:- Đम सं Sl. No. Ǔनवदा सं Tender No. ववरण/Description माğा Qty. बयाना जमा राश/ EMD 01. 8294-2016 00 3111 एकल भाग/Single Part Vacuum Oven 5 Nos. Refer tender documents 02. 8302-2016004670 एकल भाग/Single Part ATMEL Processor AT697F Evaluation Tools & Engineering Samples 10 Nos. 03. 8304-2016004457 एकल भाग/Single Part Magnetizer Calibrator System 1 No. 04. 8271-2016005992 एकल भाग/Single Part Thermal Chamber with Dehumidifier 2 Nos. 05. 8234-2016004817 दो भाग/Two Part Desktop PC & High-end Desktop PC 100 Nos. नोट:- वǓनदȶशन तथा वèतृत Ǔनबंधन एवं शतɏ Ǔनवदा दèतावेज़ के अनुसार Note :- Specification and detailed terms & conditions as per Tender document Ǔनवदा शुãक / Tender Fee Rs. 573/-ĤǓत Ǔनवदा/ per tender Ǔनवदा फाम[ जारȣ करने कȧ अंǓतम Ǔतथ Last Date for issue of Tender Forms 04/01/2017 16.00 बजे तक /up to 16.00 Hrs. Ǔनवदा èवीकृ Ǔत के लए Ǔनयत Ǔतथ Due Date for Receipt of Tender 05/01/2017 16.00 बजे तक /up to 16.00 Hrs. Ǔनवदा खोलने कȧ Ǔतथ Tender Opening Date 06/01/2017 10.00 बजे /at 10.00 Hrs. इसरो वेब साईट www.isro.gov.in पर Ǔनवदा दèतावेज़ उपलÞध हɇ I इÍछु क Ǔनवदाकार, वेब साईट से Ǔनवदा दèतावेज़ डाउनलोड करɅ और Ǔनवदा सूचना मɅ Ǒदए गए ववरण के अनुसार , वǐरçठ लेखा अधकारȣ, आइआइएसयू लेखा, वǑटटयूरकाव पी .., Ǔतǽवनंतपुरम - 695013 के नाम पर भारतीय èटेट बɇक , मुÉय शाखा , èटैÍयु , Ǔतǽवनंतपुरम मɅ देय , रेखत डमांड ĜाÝट के Ǿप मɅ Ǔनधा[ǐरत Ǔनवदा लागत के साथ अपना Ĥèताव Ĥèतुत करɅ। Tender documents are available on ISRO web site www.isro.gov.in . Interested tenderers may, download the tender documents from the web site and submit their offers alongwith the prescribed tender cost in the form of CROSSED DEMAND DRAFT drawn in favour of Sr. Accounts Officer, IISU Accounts, Vattiyoorkavu P.O, Thiruvnanthapuram-695013 payable at State Bank of India, Main Branch, Statue, Thiruvananthapuram as per details given in the Tender Notification. हèता¢ǐरत/Sd/- वǐरçठ Đय एवं भंडार अधकारȣ /Sr. Purchase & Stores Officer

Transcript of Government of India /Department of Space ISRO …...1 भ रत सरक र /Government of India...

  • 1

    भारत सरकार /Government of India

    अंत र वभाग /Department of Space इसरो जड़ वीय णाल यू नट/ISRO Inertial Systems Unit

    व यूरकाव/Vattiyoorkavu त वनंतपुरम /Thiruvananthapuram – 695 013

    व ापन स.ंआईआईएसय/ूपीट / व ापन 06/2015 दनांक 05/12/2016 ADVT.NO.IISU/PT/ADVT-06/2015 dated 05/12/2016

    भारत के रा प त के लए तथा उनक ओर से न न ल खत मद के लए व र ठ य एवं भंडार अ धकार ,

    इसरो जड वीय णाल यू नट (आई आई एस य)ू, व यूरकाव पी. ओ., त वनंतपुरम, मोहरबंद न वदाएँ आमं त करते ह :-

    For & on behalf of the President of India, the Senior Purchase & Stores Officer, ISRO Inertial Systems Unit (IISU) Vattiyoorkavu, Thiruvananthapuram invites Sealed Tenders for the following items:-

    म स ंSl. No.

    न वदा स ंTender No.

    ववरण/Description

    मा ा Qty.

    बयाना जमा रा श/ EMD

    01. 8294-2016 00 3111

    एकल भाग/Single Part Vacuum Oven 5 Nos.

    Refer tender

    documents

    02. 8302-2016004670 एकल भाग/Single Part

    ATMEL Processor AT697F Evaluation Tools & Engineering Samples

    10 Nos.

    03. 8304-2016004457 एकल भाग/Single Part

    Magnetizer Calibrator System 1 No.

    04. 8271-2016005992 एकल भाग/Single Part

    Thermal Chamber with Dehumidifier 2 Nos.

    05. 8234-2016004817 दो भाग/Two Part

    Desktop PC & High-end Desktop PC 100 Nos.

    नोट:- व नदशन तथा व तृत नबंधन एवं शत न वदा द तावेज़ के अनुसार Note :- Specification and detailed terms & conditions as per Tender document

    न वदा शु क / Tender Fee Rs. 573/- त न वदा/ per tender

    न वदा फाम जार करने क अं तम त थ Last Date for issue of Tender Forms

    04/01/2017 16.00 बजे तक /up to 16.00 Hrs.

    न वदा वीकृ त के लए नयत त थ Due Date for Receipt of Tender

    05/01/2017 16.00 बजे तक /up to 16.00 Hrs.

    न वदा खोलने क त थ Tender Opening Date

    06/01/2017 10.00 बजे /at 10.00 Hrs.

    इसरो वेब साईट www.isro.gov.in पर न वदा द तावेज़ उपल ध ह I इ छुक न वदाकार, वेब साईट से न वदा द तावेज़ डाउनलोड कर और न वदा सूचना म दए गए ववरण के अनुसार, व र ठ लेखा अ धकार , आइआइएसयू लेखा, व टटयूरकाव पी.ओ., त वनंतपुरम - 695013 के नाम पर भारतीय टेट बक, मु य शाखा, टै य,ु त वनंतपुरम म देय, रे खत डमांड ा ट के प म नधा रत न वदा लागत के साथ अपना ताव तुत कर।

    Tender documents are available on ISRO web site www.isro.gov.in. Interested tenderers may, download the tender documents from the web site and submit their offers alongwith the prescribed tender cost in the form of CROSSED DEMAND DRAFT drawn in favour of Sr. Accounts Officer, IISU Accounts, Vattiyoorkavu P.O, Thiruvnanthapuram-695013 payable at State Bank of India, Main Branch, Statue, Thiruvananthapuram as per details given in the Tender Notification.

    ह ता रत/Sd/- व र ठ य एवं भंडार अ धकार /Sr. Purchase & Stores Officer

  • 2

  • 3

    Tender NO.8294-2016003111

    TECHNICAL SPECIFICATIONS FOR VACUUM OVEN SYSTEM

    Vacuum Oven System with electrical feed-through is required for testing of different space-craft mechanism subsystems. The system consists of a vacuum drying oven with support frame, electrical feed-through and a vacuum pump. Entire system is to be located inside Class-100 clean room. The detailed specifications for each of the components are detailed below:

    1.Vacuum Oven

    Make : Vacuucel, MMM Group Germany

    External dimensions(WXDXH) :760 X 585 X880 mm (approximately without support frame)

    Internal dimensions(WXDXH) :540 X 410 X 480 mm (approximately) Interior Volume : 110 litre approximately Weight : 130 kg approximately (without support frame) Number of shelves : 2 Temperature range : 5°C above ambient to 200 °C Temperature fluctuation at 5 mbar : ±12°C at 100 °C Heating Rate : < 4 hours from 5°C upto 200°C Vacuum range : Atmospheric to 5 x 10-3 mbar

  • 4

    Oven door : Door with min. 20 mm thick glass window 45 x 35 cm (aprox.)

    Controller type : Multi-functional microprocessor control, Fuzzy logic controller. Temperature display : Illuminated LCD Vacuum display : Dial gauge and illuminated LCD Timer : 1 min to 99 hours or better with 1 min. resolution

    Construction : Interiors : SS 316L Exteriors: Metal, galvanized sheet, enamelled Shelves : SS Power Supply : 220/230VAC, 50 Hz Single phase Support Frame : In-built support frame that serves for

    placing the vacuum pump(Provision of removal of vaccum pump–mounting plate, for placing pump separately on ground, to avoid vibration, be provided). The oven shall be placed on top of the support frame and screwed to the frame.

    Mobile design : Oven should be mobile on heavy duty wheels with lockable casters

    Spare door gaskets : Three numbers (moulded) Port for electrical feed through : located at the centre portion in top wall of

    the inner chamber of the vacuum oven

  • 5

    Port for additional feed through : An additional access port (DN 40) shall be present, located at the centre portion in the rear wall of the inner chamber of the vacuum oven at maximum height possible. Vacuum tight metal caps/ blank flanges with spare gaskets shall be provided for the port. Note :- Piping lines to be provided in the oven to connect vacuum pump.

    Other features

    Vacuum pump ON/OFF switch. Vacuum and vent valve. Vacuum display on front panel. Adjustable temperature ramp functions via program editor. Chip card system for program storage. Elapsed time indicator. Spring mounted shatter proof safety glass panel. Inert gas valve connection. Independent adjustable temperature safety device with visual and acoustic

    alarm. All suction and ventilation tubes, as well as internally welded pressure

    container, shelves and vacuum valve should be made of AISI 316L. Integrated interface RS232 for data output. Double insulation for electrical circuits insulation. Oven storage temperature in the range of 0°C to 40 °C.

    2. Electrical feedthrough Specifications Circular Hermetic multipin feedthrough- 20 AWG copper pins. Number of pins = 37 Current capacity = 7.5 A To be mounted at the centre portion in top wall of the inner chamber

    of the vacuum oven. Materials –

    Body & nut – SS O ring – nitrile rubber

    Pins – copper

  • 6

    High vacuum compatible materials Bakeable to 100 degree Celsius. Industry standard threaded connectors Dimensions of the feedthrough: 40 mm diameter (max.) Make : - Douglas/ Pfeiffer/ MDC vacuum

    3.Oil free vacuum Pump Specifications

    Type : Oil free dry pump Dimensions (L x W x H) : < 435 x 270x305 mm approximately Cooling method : Air Noise level without gas ballast :

  • 7

  • 8

  • 9

  • 10

    MAJOR REQUIREMENTS OF MAGNETIZER/CALIBRATOR

    A. WORKING SYSTEM FOR MAGNETIZING / CALIBRATION SYSTEMS

    The Magnetization Systems should consist of

    1. Basic System a. Magnetizer/Calibrator b. Axial Magnetizing coils

    2. Supporting Systems a. Cooling Systems (Forced Air or Water Chilled) b. Measuring System (Flux Meter, Measuring Coils, Gauss meter, Hall probe

    andHelmHoltzcoils) c. Thermal Control System (With Thermal Sensor) d. Handling tools (Up/Down cylinders, Linear Displacement and Rotation) e. Protections (Optical barriers, Magnetic shields and double command remote

    control) B. MAIN OPTIONS TO BE PROVIDED

    1. Maximum Energy Levels 2. Upgradanble base unit 3. Demagnetization or Calibration Capability 4. Number of Coils that can be Connected 5. Direct Temperature control of the Coils

    C. MAGNETIZER

    The Magnetizer has to act as the power source and provide enery to produce the desired current pulse in the coil. It should have the major features like

    1. Magnetization and Demagnetization capability 2. Expandability 3. Voltage Accuracy and Regulation

    D. MAGNETIC CALIBRATION 1. Magnetic calibrator has to provide the performance characteristics with the tolerance

    limit better than 1% 2. It has to compensate magneticallty the mechanical tolerances 3. It has to stabilize the magnet performance to prevent the future variation during

    operation due to external de magnetizing coils 4. It has to take care the variability of materials

  • 11

    Calibration has to be controlled by the feedback of the magnetic flux or the field levels of the magnet. The magnet parameters has to be compared in each step during the process which will be set as the acceptance value

    The software has to manage the voltage levels to reduce the over all time of the process to insure the precise magnetic field target to be met.

    Auto adjusting the voltage temperature depend upon the temperature.

    Main features of the Calibrator setup to be provided

    1. Magnetization, demagnetization and Calibration 2. Energy levels to be expandable up to 40kJ. 3. Integrated touch screen for easy programmability 4. PC based controller 5. Voltage Accuracy of better than 1% 6. Different power outputs 7. Magnetizing Coil temperature monitoring 8. Cooling Fan Control 9. Preferable Work bench operation

    E. MAGNETIZATION OF MAGNETS

    The Magnetizer Calibrator should have the capability of Magnetization of of the following types

    1. Types of Magnets a. SmCo b. NdFeBr c. Ferrite d. AlNiCo

    2. Shapes Magnets to be Magnetized a. Arc Magnets and b. Block Magnets

    3. Type of Magnetization a. Radial b. Parallel c. Halbach type Magnetization (Optional)

  • 12

    F. Safety The operation has to be safe and the safety of the operator be the primary factor. Safe operation has to be guaranteed under all working condition and environment to the highest levels of energy

    1. Safety interlocks has to be provided to prevent any potential shock hazard if the cabinet is open or not securely closed

    2. An analog voltmeter has to be provided in the front panel tp provided the direct indication of voltage on the capacitor for visual control

    3. Emergency button to disconnect from the main in the case of opening. 4. Remote switch for the operation of Magnetizer to operate from a distance of 20mts.

    MAJOR SPECIFICATIONS OF MAGNETIZER/CALIBRATOR

    MAGNETISER

    1. Energy : 6600 MFD + 500 MFD 2. Working Voltage : 50 - 3000 V 3. Maximum Current : 30KA 4. Magnetisation Cycle Time : 4s (charge - discharge) 5. Demagnetisation Time : 3s (discharge at 2000V) 6. Average cycle time : 3s (3demagnetising cycles) 7. Accuracy on voltage load : +/-1% 8. Type of Capacitors : Metallic paper 9. Input / Output : 24 VDC 10. Dimensions : 1200 x 800 x 1800 mm (approx) 11. Logic control unit : Latest Available PLC 12. Input /Output : 24V DC 13. Working temperature : 0 to +40 deg C 14. Relative Humidity : 0 to 90% 15. Power Supply : 380V +/- 10% 50Hz Three Phase 32A 16. Power Consumption : 5KW (approx)

    MAGNETISING COIL

    1. Inside diameter : 80mm () 2. Max. Useful height : 170mm 3. Type of magnetic material : SmCo, NdFeBr, Ferrite, AlNiCo 4. Magnetic orientation : Axial 5. Number of poles : 2 6. Necessary energy : 30000 J (Ws) 7. cycle time : 18 Sec

  • 13

    8. Maximum working voltage : 2850 V 9. Temperature control : Inside thermostats 100 deg C 10. Cooling system : Forced air with FAN 11. Dimensions : 450 x 425 x 150 mm

    COOLING FAN

    1. Cooling Fan : Air cooling for dry system 2. Supply : Three phase 380-415V, 50Hz 3. Power consumption : 1.3KW

    WORK BENCH

    1. Type : Horizontal handling

    ACCESSORIES

    Suitable accessories has to e provided to meet the above requirement and for the operation of the system

    1. Digital Fluxmeter 2. Helmholtz coil Model No 3. PC and Accessories

    INSTALLATION

    1. The Systems has to be installed at the site with adequate operation training 2. Minimum Spare parts has to be provided 3. Guarantee of 1 year has to be provided 4. Details has to be provided for periodic AMC for maintenance and calibration of the

    system

  • 14

  • 15

    Tender Enquiry No.8271-2016005992

    ANNEXURE 1

    Description:

    Thermal chambers are required for testing of flight components at varied thermal ranges. The overall dimensions should be small. The instrument shall provide reliable microprocessor electronics with high temperature stability as well as warning and safety functions. It should be provided with trolley. Detailed specifications are given below. Technical specifications:

    Working temperature range : -40°C to +180°C Condenser : Air cooled Condensation : Protection against condensation. Temperature deviation in time : ±0.5 Kelvin Specimen weight : 20Kg (Approx.) Temperature rate of Change Cooling : 3 Kelvin/min

    Heating : 2 Kelvin/min Display : 8” Color Touch screen TFT display. Integrated programmer : Should be available Interfaces : USB & Ethernet ports Test space contents : 200Liters. With Shelf of SS Test Space : Polished Stainless steel Entry Ports : 2 Ports (80mm dia. minimum) on Left and Right

    sides of the test space for harness routing. Door : Door with Window and Lighting Test space dimensions (Height X Width X Depth) : 65X55X55 cm (Approx.) Outside dimensions (Height X Width X Depth) : 165 X 85 X 125 cm (Approx.) Test Cabinet Protection : Safety temperature limiter for protection of test cabinet against overheating. Nominal Voltage : AC 230V +/- 10% 50HZ, Indian power Socket Noise level :

  • 16

  • 17

  • 18

    STANDARD DESKTOP PC CONFIGURATION Quantity – 95 Numbers

    Sl. No Item Specification

    1 Processor INTEL 6th Generation Core i5-6500 Processor

    2 Motherboard / Chipset Mother board with Intel H110Chipset

    3 Memory Slots 2 Slots

    4 Memory 2 x 4 GB DDR42133 MHz

    5 Hard Disk Drive 1 x 1000 GB SATA Interface, 7200 RPM

    6 Optical Drive Super Multi DVD Writer SATA Interface

    7 Audio INTEL High Definition Audio

    8 Network Integrated Gigabit Ethernet

    9 Graphics Onboard Intel HD Graphics

    10 Expansion Slots Full-Height PCIe x1 - 3, Full-Height PCIe x16 - 1

    11 Built in I/O Connectors USB 3.0 – 4, USB2.0 – 4, PS/2 – 2, RJ 45 – 1, VGA– 1, Microphone – 2, Audio In – 1, Audio Out – 1, Headphone – 1, HDMI – 1, Display Port – 1

    12 Keyboard 104 Keys Keyboard with USB 2.0 Interface

    13 Mouse 2-Button Optical Scroll Wheel Mouse with USB 2.0 Interface

    14 Drive Bays Internal – 3, External – 1

    15 Chassis Micro Tower (MT)

    16 Monitor

    Viewable Size:21.5”, Aspect Ratio:16:9, Panel Type: IPS, Surface: Anti glare with hard coat 3H, Resolution:1920 x 1080 at 60 Hz, Contrast Ratio:1000: 1, Brightness:250 cd/m2, Response Time:8 ms, Viewing Angle:178° vertical / 178° horizontal, Backlight Technology: LED, Display Type: Widescreen Flat Panel Display

    17 Operating System Genuine Microsoft Windows 10 Pro 64-bit Version with Media, Documentation &Certificate of Authenticity

    18 Power 230V +/-10%, 50 Hz, Power Cord with Indian Plug for Monitor & CPU Chassis

    19 SMPS 240 Watts SMPS with 92% Efficiency and Active Power Factor Correction 20 OS Certification RHEL, Windows 7, Windows 8.1& Windows 10

    21 Regulatory Certification Energy Star 5.0, EPEAT

    22 Warranty 3 Years, On-site, Comprehensive

  • 19

    HIGH-END DESKTOP PC CONFIGURATION Quantity – 5 Numbers

    Sl. No Item Specification

    1 Processor INTEL 6th Generation Core i7-6700 Processor

    2 Motherboard / Chipset Mother board with Intel H110Chipset

    3 Memory Slots 2 Slots

    4 Memory 2 x 8 GB DDR42133 MHz

    5 Hard Disk Drive 2 x 1000 GB SATA Interface, 7200 RPM

    6 Optical Drive Super Multi DVD Writer SATA Interface

    7 Audio INTEL High Definition Audio

    8 Network Integrated Gigabit Ethernet

    9 Graphics Onboard Intel HD Graphics

    10 Expansion Slots Full-Height PCIe x1 - 3, Full-Height PCIe x16 - 1

    11 Built in I/O Connectors USB 3.0 – 4, USB2.0 – 4, PS/2 – 2, RJ 45 – 1, VGA– 1, Microphone – 2, Audio In – 1, Audio Out – 1, Headphone – 1, HDMI – 1, Display Port – 1

    12 Keyboard 104 Keys Keyboard with USB 2.0 Interface

    13 Mouse 2-Button Optical Scroll Wheel Mouse with USB 2.0 Interface

    14 Drive Bays Internal – 3, External – 1

    15 Chassis Micro Tower (MT)

    16 Monitor

    Viewable Size:24”, Aspect Ratio:16:9, Panel Type: IPS, Surface: Anti glare with hard coat 3H, Resolution:1920 x 1080 at 60 Hz, Contrast Ratio:1000: 1, Brightness:250 cd/m2, Response Time:8 ms, Viewing Angle:178° vertical / 178° horizontal, Backlight Technology: LED, Display Type: Widescreen Flat Panel Display

    17 Operating System Genuine Microsoft Windows 10 Pro 64-bit Version with Media, Documentation &Certificate of Authenticity

    18 Power 230V +/-10%, 50 Hz, Power Cord with Indian Plug for Monitor & CPU Chassis

    19 SMPS 240 Watts SMPS with 92% Efficiency and Active Power Factor Correction 20 OS Certification RHEL, Windows 7, Windows 8.1& Windows 10

    21 Regulatory Certification Energy Star 5.0, EPEAT

    22 Warranty 3 Years, On-site, Comprehensive

  • 20

    Annexure - II

    TERMS & CONDITIONS

    1. Quotation must be given on the basis of “Most Competitive and Final”.

    2. Offered item should be of reputed brand with competence to support for 3

    year onsite comprehensive warranty.

    3. Quotation should contain complete details of the offered item such as

    brand name, model, part number and configuration along with printed

    leaflet supporting the above.

    4. Quantity

    a. Standard Desktop PC: 95 Numbers(Quote shall be in the slab

    of 1-50, 51-75, 76-100 and 101-125 Numbers)

    b. High-End Desktop PC : 5 Numbers

    5. Delivery period should be clearly spelt out in the quotation and strictly

    adhered to.

    6. Installation, Commissioning and Performance demonstration to meet the

    specifications of all the systems and parts should be carried out by the

    supplier with qualified personal at IISU, Trivandrum.

    7. The supplier should be ready to arrange for demonstration if asked for.

    The demonstration model should be the same in all aspects as the one

    being quoted.

    8. All hardware and software manuals in originals should accompany the

    consignment.

    9. Warranty: 3 year, onsite, comprehensive warranty should be provided.

    During warranty period service support should be available through

    service centres with qualified engineers / technicians at our site, IISU,

    Trivandrum. The systems covered under warranty shall be warranted

    against all defects for trouble free performance. In case of any defect(s)

    the same shall be rectified / replaced free of cost at the earliest. During

    the warranty period, all the updates / patches of the software if any shall

    be supplied free of charge.

  • 21

  • 22

  • 23

    Note :-

    1. Full details and specifications of the items and general instructions to be followed regarding submission of tenders are indicated in the tender documents.

    2. Tender Documents can be downloaded from our website www.isro.gov.in

    and also be obtained from the following address on request and submission of tender fee :

    While requesting for Tender Documents please indicate on the envelope as “Request for Tender Documents- Tender No……….. dt……………”.

    3. Tender Fee (Rs. 573/-) shall be paid in the form of CROSSED DEMAND DRAFT

    ONLY. Other mode of payment is not acceptable. The Demand Draft should be in favour of : Sr. Accounts Officer, IISU Accounts, Vattiyoorkavu PO, Trivnadrum-695013 payable at State Bank of India, Main Branch, Thiruvananthapuram – 695 001 [The tender fee is NON-REFUNDABLE] Government Departments, PSUs (both Central and State), Small Scale Industries units borne in the list of NSIC and foreign sources are exempted from submission of tender fee. Those who are coming under the above category should submit documentary evidence for the same.

    4. While submitting your offer, the envelope shall be clearly superscribed with

    Tender No. and Due Date and to be sent to :- Sr.Purchase & Stores Officer, IISU Purchase, Vattiyoorkavu PO, Trivandrum – 695 013

    5. Quotations received after the Due Date/Time will not be considered. 6. IISU, Thiruvananthapuram is not responsible for any postal delay/loss of

    documents in transit. 7. Sr. Purchase & Stores Officer , IISU , Thiruvananthapuram reserves the right to

    accept or reject any/or all the tenders in part or full without assigning any reasons thereof.

  • 24

    ANNEXURE-II

    GENERAL TERMS & CONDITIONS:

    1. Sales Tax/VAT and other duties/levies where legally leviable are intended to be claimed should be distinctly shown separately in the tender. We are exempted from Customs Duty/Excise Duty, Octroi etc., for which necessary certificate will be issued, if required. In case of Fabrication Order, if FIM (Free Issue Material) is involved, please note that we are exempted from payment of Service Tax vide Notification No.25/2012 dated 20/6/2012. While submitting your quotation, these points shall be taken into account.

    2. Your quotation should be valid for 120 days from the date of opening of tender. 3. Preference will be given to those tenders offering supplies from ready stocks and on

    the basis of F.O.R. Destination/Delivery at site. 4. The Purchaser shall be under no obligation to accept the lowest or any tender and

    reserves the right of acceptance of the whole or any part of the tender or portions of the quantity offered (split quantity) and the tenderer shall supply the same at the rates quoted.

    5. The Purchaser reserves the right to place order on the successful tenderer for additional quantity up to 25% of the quantity offered by them at the rates quoted.

    6. The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance.

    7. The stores shall be tendered by the Contractor for Inspection at such places as may be specified by the Purchaser at the Contractor’s own risk, expense and cost.

    8. The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be essence of the contract and delivery must be completed on or before the specified dates.

    9. Should the contractor fail to deliver the stores or any consignment thereof within the period prescribed for such delivery, the Purchaser shall be entitled at his option : (a) To recover from the Contractor as agreed Liquidated Damages and not by way of

    penalty, a sum of 10% (ten) of the price of any stores which the Contractor has failed to deliver as aforesaid for each month or part of a month during which the delivery of such store may be in arrears.

    10. Contractor’s bill will be passed for payment only after the stores have been received, inspected and accepted by the Purchaser.

    11. Our normal payment term for the accepted stores is “within 30 days from the date of receipt of the materials at our site” for indigenous suppliers and `Sight Draft’ for foreign suppliers.

    12. Warranty: Warranty of minimum 1 year from the date of receipt and acceptance of the item should be confirmed.

    13. Performance Bank Guarantee : Successful Bidder shall submit Performance Bank Guarantee at 10% of the value of the Purchase Order obtained from any Nationalized/Scheduled Indian Bank/Foreign Bank of International repute (in the case of an import order) executed on non-judicial stamp paper of appropriate value, and valid for a period of sixty days beyond the date for completion of all the terms and conditions of the Purchase Order/expiry date of warranty period.

  • 25

    Guidelines for quoting and placing orders on/through Indian Agents:

    13.1 The Indian Agent on behalf of the foreign principal directly could bid in a

    tender but not both. Percentage of Agency commission if any included in the offer should be explicitly mentioned and will be paid only in Indian Currency.

    13.2 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 shall be mentioned.

    13.3 Copy of the agency agreement between the foreign principal and the Indian Agent, and the precise relationship between them and their mutual interest in the business shall be mentioned.

    13.4 Registration and item empanelment of the Indian Agent. 13.5 Agency Commission shall be paid only in Indian Currency. 13.6 Compliance of Tax Laws by the Indian Agent.

    Note:

    Duty Exemption: We are exempted from payment of Excise Duty/Customs Duty/Octroi Duty etc. Necessary duty exemption certificate will be provided by us. Pl. quote accordingly.

    Ours is a Govt. of India Department and we cannot issue any concessional form. Hence pl. quote the normal rate of CST/VAT.

    You shall provide Performance Bank Guarantee for 10% of Order Value towards Warranty support

  • 26

    ANNEXURE –III

    SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS

    PROCEDURE TO BE FOLLOWED BY TENDERERS

    PART-I : TECHNICAL & COMMERCIAL BID: (a) TECHNICAL DETAILS: Our tender enquiry contains technical requirements and specification of items. The detailed technical specifications of your offer should be covered in this part. This part should not contain Price Details. This should be sent in a sealed envelope duly super scribing the following details on the top of the envelope. (b) COMMERCIAL DETAILS: The commercial terms applicable for this tender such as Delivery terms, Delivery period, Payment Terms, Mode of Despatch, Validity of the Offer, Warranty, Guarantee, Performance Guarantee, Liquidated Damages (for delayed supply), Quantity tolerance etc. shall be covered . The applicable taxes and duties or requirement of Duty Exemption Certificates also shall be indicated in this part. A copy of the price offer by masking prices shall be enclosed to the technical and commercial part (Part-I) to clearly understand as to whether you have provided the prices as desired by the tender document. The technical and commercial part should be put in a sealed envelope and super scribed as follows : PART –II : PRICE BID The price of the item should be indicated in this part with unit rate. The prices are to be mentioned both in figures as well as in words and each page is to be signed by your authorized signatory. Apart from the cost of the items, packing charges, forwarding charges, freight charges (if applicable), installation and commissioning, training charges etc shall be clearly mentioned. Taxes and Duties applicable shall also be mentioned.

    i) The “Technical and Commercial Bid” and the “Price Bid” are to be in separate sealed covers and they should be put into a single envelope super scribed with the Tender Number, Due Date and Time. The cover thus prepared should be sent to the following address so as to reach us on or before the due date and time specified in the tender form.

    The Senior Purchase & Stores Officer IISU Purchase ISRO Inertial Systems Unit Vattiyoorkavu PO. Trivandrum – 695 013, Kerala, India

    ii) Tenders may be hand delivered or sent by post or through couriers. Levels of responsibility and reliability among couriers with respect to the delivery to IISU are not entirely satisfactory and tenderers shall therefore choose the couriers with particular case.

    iii) The offer should be valid for a minimum period of 120 days from the due date. iv) TENDER OPENING The Technical and commercial Bid will be opened on the specified b day

    and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.

    v) Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.

    vi) Tenders which are not prepared in terms of these instructions are liable to be rejected. vii) Fax offers shall not be considered.

  • 27

    viii) All the pages of your offer should be signed/initialled by competent authority and affixed with your Company’s Seal.

  • 28

    ix) Either the Indian Agent on behalf of the Principal / OEM or Principal / OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender. If an agent submits bid on behalf of the Principal / OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product.

    x) Note:- YOU MAY CLEARLY SPECIFY ANY EXPORT LICENCE IS REQUIRED AND WHETHER THE

    ITEM CAN BE SUPPLIED ON HIGH SEA SALES BASIS OR RUPEE PAYMENT IN THE TECHNICAL BID ITSELF WITHOUT MENTIONING THE PRICE

    I. Spliting up of the quantities at the time of placement of Order:

    We would like to have more than one source of supply and the final orders will be given to most eligible ones.

    II. Department /ISRO has the right to cancel the tender without assigning any reason. III. Detailed Technical details/catalogue/data sheet required. IV. Please confirm acceptance of payment term 100% within 30 days from the date of receipt &

    acceptance of item at our site / Sight Draft, in the case of imported item.

    V. The facility to inter-state purchases by Government Depts. Against form-D stands withdrawn with effect from 01/04/07. As such, please indicate CST/VAT applicable.

    VI. We are exempted from payment of Excise duty vide Notification No. 64/95 Dtd. 16/03/95 as amended Notification No.15/07 dated 01/03/07 and amended Notification No.07/08 dated 01/03/08. Customs Duty Exemption Certificate under Notification No.12/2012-Customs dated 17/03/2012 for 100% duty free clearance will be provided by us.

    IMPORTANT : Your offer duly complying with the above formalities should reach us on or before the due date and time prescribed in the Tender Enquiry. Late offers, Delayed offers, Fax Offers and e-mail offers will summarily be rejected.

  • 29

    ANNEXURE-IV

    EARNEST MONEY DEPOSIT/BID SECURITY:

    1. Earnest Money Deposit (EMD) or Bid Security is obtained to ensure the earnestness of the vendor in the procurement process. Registered Vendors of IISU/ISRO shall not furnish EMD or Bid Security in the procurement process. Other Vendors participating in the tender process has to furnish EMD through Demand Draft/Banker’s Cheque for Rs.5.00 Lakhs (Rupees Five Lakhs Only) drawn in favour of Sr.Accounts Officer, IISU Accounts payable at State Bank of India, Main Branch, Statue PO, Trivandrum EMD shall be interest free. EMD shall also be furnished in the form of Fixed Deposit Receipts or Bank Guarantee from any lot the Scheduled Banks executed on non-judicial stamp paper of value Rs.200/-. In case of Bank Guarantee, it shall be valid for a period of 45 days beyond the final tender validity date.

    2. Also, Foreign Vendors, Registered Vendors who have already applied for renewal of

    registration, Central PSUs, PSEs, Autonomous Bodies, Micro and Small Enterprises, KVIC, National Small Industries Corporation etc., are exempted from the payment of EMD.

    3. Any tender not accompanied with EMD shall be treated as invalid tender and rejected. Vendors seeking exemption from payment of EMD shall submit necessary proof like registration number etc.

    4. EMD of 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 the 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.

    5. EMD shall be refunded to all the unsuccessful vendors within thirty days after placement of the Purchase Order. EMD shall be refunded to the successful tenderer/contractor after payment of the Security Deposit. EMD shall be refunded to all the participants in cases where the tender is cancelled or withdrawn by the Centre/Unit, within thirty days from the date of such cancellation or withdrawal.

    ……….