specification for fire pipeline re-routing & new pipe ......filling and acceptance of trenches...

23
1 Specification for fire pipeline re-routing & new pipe laying works at SPROB

Upload: others

Post on 14-May-2020

8 views

Category:

Documents


0 download

TRANSCRIPT

1

Specification for fire pipeline re-routing & new

pipe laying works at SPROB

2

CONTENTS

01. GENERAL PROJECT INFORMATION......................................................................04

02. SCOPE OF WORK.........................................................................................................04

03. TECHNICAL SPECIFICATION FOR PIPES AND PIPE FITTINGS.......................04

03.01 TECHNICAL SPECIFICATION FOR YARD PIPING SYSTEM...............04

03.01.01 PIPE SPECIFICATION.............................................................................05

03.01.02 TECHNICAL SPECIFICATIONS FOR PIPE FABRICATION

AND ERECTION WORK……………..........……………………....... 05

03.01.03 LAYING BURRIED PIPELINES……………………………................05

03.01.04 METHOD OF QUALITY CONTROL IN WELDED JOINTS................06

03.02 PIPE FITTINGS, FLANGES, BOLTS, AND NUTS GASKETS....................08

04.RCC PIPE SUPPORTS................................................................................................... 09

05. PAINTING OF PIPING.................................................................................................09

06. PACKING.......................................................................................................................09

07. INSTRUCTIONS TO THE BIDDER............................................................................09

08. SPECIAL INSTRUCTION TO THE BIDDER.............................................................10

08.01. GENERAL PROCEDURES...........................................................................10

08.02. PART-I: TECHNO-COMMERCIAL BID.....................................................10

08.03. PART-II: PRICE BID.................................................................................. ..11

A. BID SUBMISSION..................................................................................11

B. BID EVALUATION.................................................................................12

09. SPECIFIC REQUIREMENTS.......................................................................................12

09.01 TIME SCHEDULE..........................................................................................12

09.02 UNIT RATES...................................................................................................13

09.03 PERFORMANCE BANK GUARANTEE......................................................13

09.04 LIQUIDATED DAMAGE..............................................................................13

09.05 SECURITY DEPOSIT.....................................................................................13

09.06 VALIDITY OF OFFER...................................................................................13

09.07 GUARANTEE..................................................................................................14

09.08 PAYMENT TERMS.........................................................................................14

09.09 COST OF BIDDING.......................................................................................14

3

09.10 INDEMNIFY.....................................................................................................14

09.11 TERMINATION OF CONTRACT...................................................................14

09.12 SECRECY.........................................................................................................14

09.13 COMPLIANCE WITH SECURITY REQUIREMENTS..................................15

09.14 FORCE MAJEURE...........................................................................................15

09.15 CLAIMS............................................................................................................15

09.16 CONFIDENTIALITY AND PROPRIETARY RIGHT PROTECTION........16

09.17 PATENT RIGHT...............................................................................................16

09.18 ARBITRATION................................................................................................16

10. SAFETY...........................................................................................................................16

11. INSPECTION AND TESTING.......................................................................................17

12. CODES AND STANDARDS..........................................................................................17

List of Tables:

TABLE 1: PIPES DN 200 AND ABOVE SIZES AS PER - IS: 3589-1991…………........4

TABLE 2: PIPELINE THICKNESS TO BE FOLLOWED…………….............................4

TABLE 3: HUME PIPE (NP3 GRADE) SIZES …..............................................................5

TABLE 4: TOLERANCE......................................................................................................7

TABLE 5: SPECIFICATION FOR COMPANION FLANGES ..............................…......9

TABLE 6: CODES & STANDARDS (MAJOR EQUIPMENT ONLY)………................17

List of Annexure:

ANNEXURE-I : BILL OF QUANTITY………..……………………………………...…18

ANNEXURE-II : TYPICAL DETAIL OF ROAD CROSSING FOR DN400..………..19

ANNEXURE-III: DRAWING OF RCC PIPE PEDESTALS............................................20

ANNEXURE-IV: LIST OF APPROVED MAKES…………………………………....…21

ANNEXURE-V: PRICE BID FORMAT……………………………………………….....22

ANNEXURE-VI: VENDOR COMPARISON CHECKLIST………………………….....23

4

01 GENERAL PROJECT INFORMATION

Satish Dhawan Space Centre (SDSC SHAR) is one of the units of Indian Space

Research Organisation (ISRO), Government of India, located at Sriharikota island, 100

km North of Chennai. SDSC SHAR have planned to realize new facilities and

associated systems for augmenting the existing Solid Propellant Space Booster Plant

(SPROB). The existing above ground fire water pipelines are to be re-routed

underground with pipe corrosion protection at road crossings by providing Hume pipes

and supply & erection of new fire water pipelines at site, as per specifications.

02 SCOPE OF WORK

Existing Fire water pipe lines are to be cut at specified location and to lay the pipes in

the underground with wrap coating through the Hume pipes at road crossings as per

bill of quantity given in annexure-I.

Supply of the pipes, pipe fittings and wrap coating materials as per bill of quantity,

delivery at site, handling at site, erection, testing, commissioning, and handing over

of the refurbished Fire pipe line network at SPROB.

03. TECHNICAL SPECIFICATION FOR PIPES AND PIPE FITTINGS

The bill of quantity for pipes, pipe fittings is given in Annexure-I.

03.01 TECHNICAL SPECIFICATION FOR YARD PIPING SYSTEM

03.01.01 PIPE SPECIFICATION

Mild steel/Carbon steel pipelines shall be used.

TABLE 1 PIPES DN 200 AND ABOVE SIZES AS PER - IS: 3589 - 1991

S.N. DESCRIPTION SPECIFICATION

1. End Connection Bevel Ends for butt welding

2. Material Carbon Steel, Gr. Fe 410

3. Manufacture ERW / EFW / SW Process

TABLE 2 PIPELINE THICKNESSES TO BE FOLLOWED

S.N. DESCRIPTION Thickness

1 DN350 8.0mm

2 DN400 8.8mm

DIMENSIONAL TOLERANCE AND END FINISHES

Tolerance on outside diameter of the pipe and specified thickness shall conform to the

limits laid down in Respective standards. Finish pipe shall not deviate from straightness

by more than 0.2% of the total length.

Pipes to be butt welded shall be supplied with ends bevelled to an angle of 30

degrees (+ 5 degree – 0 degree) measured from a line drawn perpendicular to the

axis of the pipe. The root face shall be 1.6 ± 0.8 mm.

5

03.01.02 TECHNICAL SPECIFICATIONS FOR PIPE FABRICATION AND

ERECTION WORK

The term pipe work referred herein generally covers erection of pipes, fittings (such as

bends, tees, reducers, flanges, pipe supports, corrosion protection etc.

The pipes work shall be manufactured, assembled and tested as per the latest standards,

codes and recommendations of the Bureau of Indian Standards, ANSI, ASTM, AWWA,

or other equivalent international standards. Pipe work shall be complete in all respects

including all accessories essential for proper installation, operation and maintenance,

even though such items are not specifically mentioned in the specification.

Piping system shall be with high degree of reliability so that the systems perform the

duty of fluid handling without any failure under all conditions of plant operation. Piping

layout must follow good engineering practice.

Pipelines shall be laid above ground on the civil pedestals. Wherever it is not possible,

Pipelines shall be laid underground with corrosion protection with wrap coating.

Wherever pipelines are crossing roads, they shall be laid below road with wrap coating

in RCC Hume pipes of class NP3 for traffic movement.

RCC Pipe pedestal span to be considered is maximum 6m between supports.

RCC Pipe Pedestal Support shall be considered minimum 300mm above from the

ground level and 500 to 700 mm shall be considered as maximum based on ground level

variation.

03.01.03 LAYING BURRIED PIPELINES

The bill of quantity for Hume pipes is given in Annexure-I. The bidder shall supply and

erect the Hume pipe. All the buried pipelines shall be laid at a depth of about 1200 mm,

below finished ground level (i.e. the top of the pipelines shall be 1.2 m below the

finished ground level). For laying of buried pipelines earth work in excavation, back

filling and acceptance of trenches etc. shall be done as per IS: 5822-1994 and IS: 3114-

1994 and IS: 12288-1987.Typical detail for road crossing for DN 400 pipe is given in

Aneexure-II.

Wherever the buried pipelines are crossing the roads, they shall be suitably encased with

Hume pipes (class -NP3). The different sizes of the encasing Hume pipes shall be as

given below:

TABLE 3 HUME PIPE (NP3 GRADE) SIZES

Encase Pipe Diameter Encasing pipe (for welded pipe) size

(mm)

200 600

400 800

In case stones, boulders etc. are found at the bottom of the trench/excavation which

6

cannot be removed completely, the bottom shall be levelled by sand layer for a

minimum thickness of 150 mm.

If the depth of excavation is more, proper protection for sidewalls shall be provided till

the pipe levelling is completed.

After laying the pipelines, 150 mm thick layer of local sand shall be provided over the

sand bed.

Mechanical cleaning and anticorrosive protection of underground MS pipelines shall

conform to IS: 10221 – 1982. Coal tar based anticorrosive tape as per IS: 15337 – 2003

shall be provided for protection of underground MS pipelines. The thickness of tapes

shall be 3 mm up to pipe diameter DN 300 mm and 4 mm above pipe diameter of DN

300 mm. Holiday testing and peel testing shall be conducted as per standards after

completion of anticorrosion tape.

Precautions shall be taken at all the times to prevent damage to the coating and

wrapping in the pipe lines and appurtenances as applicable by workmen or trespassers

during laying or at any other time. Pipe handling slung and any blocking used in

handling or storing the pipes must be well padded to avoid damage to pipe and its

coating.

After laying a pipeline on skids it shall be thoroughly cleaned, inspected and for any

damage to the protective coating, satisfactory repair work shall be performed while the

pipe is suspended above the trench.

After the pipes are erected and tested, the back filling of the trenches shall be done with

loose soil free from stones, bricks and metallic pieces, in layers and shall be well

rammed and compacted.

03.01.04 METHOD OF QUALITY CONTROL IN WELDED JOINTS

Following steps shall be taken by the Contractor, besides controlling quality in general,

to make effective control in carrying out welded joints.

a) Welding procedures shall be prepared in line with IS: 7307 (Part – I) –1974,

reaffirmed in 1991 and tests shall be carried out to quality procedures. Number of

procedures will depend on variables like positions of welding, thickness range

etc. Once a welding procedure is qualified, strict adherence to it shall be made

during actual welding.

b) Welders employed shall be qualified as per IS: 7310 (Part – I) – 1974, reaffirmed

in 1987 after passing necessary tests.

c) Welding consumables shall be of approved type. Such consumables are, however,

subject to qualifying initial check tests as per IS: 814-1991.

d) The Contractor shall strictly follow approved welding procedures during actual

welding. Besides, the following stages of inspection shall also be carried out:

7

i) Weld edge preparation before welding, proper fit up, position of welding,

cleaning of slag between the passes, proper weld profile etc., shall be checked

visually amongst others.

ii) The Radiography test shall be carried out for at least 10% of total welds to qualify

the welds.

iii) Dye penetrant testing of welds shall be done for root and final welding for 100%

of weld joints.

iv) Non-destructive tests of weld of welded joints shall be carried out as per approved

procedures/ drawings.

Preparation of Joints

The Contractor shall prepare the edge correctly to the shape, size and dimensions of

the vee-grooves as per ANSI B-16.

The welding surfaces shall be smooth, uniform and free from fins, tears, notches or

any other defect which may adversely affect welding and shall be free from loose

scale, slag, rust, grease, paint, moisture or any other foreign material. The clean

surface shall extend to about 10mm beyond the welding faces to avoid contamination

of the weld metal with foreign material and to avoid unsound weld deposit.

Assembly, Alignment & Welding

Butt welding by SMAW which confirms the electrode specification 6018 at root level

and electrode specification 7016/7018 at filler level. Root welding for butt welds shall

be done by TIG welding (ER 70 S2 or S6) and all other passes for butt welding shall be

done by SMAW welding. Root weld and all other passes of socket welding shall be

done by ASAW welding.

Pipe and attachment shall be aligned properly by accurate and permanent methods prior

to welding. If tack welds are used, the tack shall be either fused into the first layer or

weld or else chipped out.

Tolerance

Deviations for assembly of welded joints may be permitted to the following extent:

TABLE 4 TOLERANCE

S.N. Tolerance

Manual Arc Automatic

1. Source Butt Joints

Gap between the end of plates +2.0mm

-1.0mm +/-1.0mm

Stepping of one plate over the

other 1.0mm 2.0mm

2. Single Vee Groove Joints

Bevel Angle +/-5degree +/-5degree

Stepping of one plate over the

other 2.0mm 2.0mm

3. Lap Joint

Overlap 5.0mm 5.0mm

Gap between the surface 2.0mm 1.0mm

4. Tee Filler Joint

8

Gap between the edges of the web

and the surface of the flange 2.0mm 2.0mm

Tests on welded joints

Visual examination

The Contractor shall carryout all tests as specified hereinafter to satisfy the

Purchaser about the acceptability of the welded joints, as directed by the

Purchaser.

The Contractor shall examine the following during the Visual examination:

1) Check the correctness of shape and size of the welded joints

2) Incomplete penetration of weld metal

3) Influx

4) Burns

5) Under cuts

6) Un-welded crates

7) Cracks in welded spots and heat affected zones

8) Porosity in welds and spot welds

9) Compression in welded joints as a result of electrode impact while carrying

out contact welding.

10) Displacement of welded element.

(a) Liquid Dye-penetrant Test

Liquid dye-penetrant tests shall be carried out at root level and filler level for

all weld joints in pipes accordance with IS: 3658-1981, reaffirmed in 1991 for

surface/ sub-surface defects.

(b) Radiography Testing

Radiography test shall be done for 10% of total weld joints.

(c) Hydrostatic Testing

The whole piping system shall be hydro test for 150% of maximum

expected operating pressure as per relevant standards. After hydro testing of pipeline,

all joints shall be coated / painted only after rectification of defects, if any.

03.02. PIPE FITTINGS, FLANGES, BOLTS & NUTS

The pipe fittings namely bend, reducers, tees shall generally comply with IS: 1239-

2011 (Part-2)

All the materials shall be supplied and erected as per the bill of quantity given in

Annexure-I.

SORF Flanges shall be provided for all the valves and they shall be of mild steel and

conform to the relevant table of IS: 6392.

Bolts and nuts shall confirm to IS:1363 shall be provided for the companion flanges.

Rubber gaskets shall confirm to IS:638 shall be provided for the companion flanges.

9

TABLE 5 SPECIFICATIONS FOR FLANGES

1 Type SORF flanges, Slip-on, welded, plate fabricated, machined

finish.

2 Dimensional

Standard

As per IS-6392-1971(RA'88), PN=1.6 /1.0 N/mm2, ASME

B16.5, SORF, Class 150/300 as per valve rating,

Table-17/11, drilled off centre, RF.

3 Material C.S as per IS-2062 -1992 GR.A.

Note: Valve flanges and matching flanges shall be drilled as per IS:6392-1971

(RA'1988), table 17 for PN 1.6. ASME B16.5, SORF, Class 150

04. RCC PIPE PEDESTALS

The quantity of civil pedestals are to be erected as given in Annexure-I. They shall be

supplied and erected as per the Annexure-III.

05. PAINTING OF PIPING

All yard piping shall be painted with approved paints. Supply of paints is in the scope of

the contractor only. Painting operation shall generally be in line with IS 1477 and color

of finish paint shall be fire red shade no. 536 of IS 5 and the thickness required is 150

microns DFT of total with epoxy mastic primer of 120 microns and epoxy PU coating of

30microns.

06. PACKING

a. All openings of pipes, valves and fitting shall be protected by suitable covers or plugs.

07. INSTRUCTIONS TO THE BIDDER

a. Any contradiction either between various parts of document or in the content of the

document itself shall be a matter of clarification to be obtained by the bidder from

the purchaser. The purchaser's decision shall be final and binding.

b. Any loss of plant and equipment after receipt at site due to imprudence, negligence

and unsuitable treatment and handling on part of the contractor shall have to be

replaced by the contractor at his cost.

c. Any existing services or other property if damaged or demolished during the course

of execution either wilfully or negligently, shall be re-done/ re-erected by the bidder

at his own cost.

d. The bidder shall take all precaution against damages due to rains or other natural

causes and no liability shall lie with the purchaser for any loss on this account.

e. The approval of drawings and/or inspection by SDSC SHAR and/ or their

authorized representative shall not absolve or relieve the bidder from any of his

obligation under this contract and they shall be wholly and solely responsible for

the satisfactory operation and guaranteed performance of the systems and

equipment forming part of the system.

f. Any equipment / material which in any way fails to meet the requirements of the

specification will be rejected by the purchaser and such equipment / material shall

not be used under the contract.

10

g. The equipment covered in this specification shall conform to the technical

specification, general requirements and relevant latest standards / codes in respect

of dimensions, size, material, manufacture, inspection, testing, painting, packaging,

etc. as applicable.

h. All material, dimensional standards, tolerances, process of manufacture and testing

procedures shall be in accordance with the latest revision of the standard codes

specified in this Tendering Specification. In case where such suitable standards are

not mentioned, any acceptable Indian/International Standards shall be adopted with

prior approval of SDCS SHAR.

i. The Bidder shall quote for earliest delivery of the equipment / supplies as well as

earliest completion of the entire work.

j. The Bidder shall submit the Quality Assurance Plan containing the overall quality

management and procedures which he proposes to follow for performing the work

during various phases of execution.

k. At the time of award of contract, the detailed Quality Assurance Plan to be followed

for execution of the contract will be mutually discussed and agreed to.

l. Materials used and equipment supplied shall be new and the best of their kind and

shall comply with the latest revisions of all relevant standards. Manufacturer's

certificates shall be furnished by the successful Bidder for the material used.

m. Bidder shall clearly indicate the deviations taken from the Tender

documents/specifications separately in his offer.

08 SPECIAL INSTRUCTION TO THE BIDDER

08.01. GENERAL PROCEDURES

The Indent consists of two parts viz., Part-1(Techno commercial Bid) and Part-

2(Price Bid).

08.02. PART-I: TECHNO-COMMERCIAL BID

Technical and un-priced commercial part as per price bid format given in

Annexure-IV. All the documents given below shall be scanned and uploaded to the

techno-commercial bid. The bids will be rejected if any filled priced bid copy is

found with techno-commercial bid.

The bidder shall submit the following

1. The bidder shall produce One recent (last 3 years) Purchase order (PO) of Rs.40

lakh in the field of water based fire protection systems commissioning.

2. Unpriced price bid copy as per the given Annexure-IV to be attached along with this

bid.

3. Submission of bid letter along with one set of proposal document duly signed and

stamped as token of acceptance. Scanned copy shall be uploaded in the ISRO e-

procurement portal.

4. The filled vendor comparison checklist as given in Annexure-V.

5. Power of attorney in favour of authorised signatory of the bid/ proposal documents.

6. Compliance statement to the technical specification given is to be duly signed &

stamped and to be uploaded in SDSC SHAR portal as a part of acceptance.

7. Detailed QAP shall be submitted by the party after placement of order. Quality

Assurance Plan mutually agreed by successful bidder and SDSC SHAR shall be

11

complied. Party shall confirm the broad guidelines mentioned in the technical

specification document.

8. Deviations, if any, w.r.t technical and commercial terms & conditions shall be clearly

brought out and deviation list to be added. If deviations are not listed separately, it

will be presumed that the bidder is adhering to all the technical specifications and

commercial terms & conditions given in this document.

9. Quote shall be based on F.O.R. Sriharikota.

10. Goods and Services Tax (GST) shall be reimbursed at actual as per the provisions of

GST act or relevant notifications issued by Government of India from time to time.

SDSC SHAR is eligible for concessional rates of GST under as per relevant

notifications (presently @5% on supply). Exemption certificate shall be issued to the

contractor for supplies of goods only. The Taxes and duties applicable shall be

indicated clearly in quotation.

11. Transportation & Transit Insurance are fully in the scope of supplier and the same

shall be borne by the party.

08.03. PART-II: PRICE BID

The price bid shall contain schedule of prices and shall be filled in ISRO e-

procurement portal. The party has to give the price break up for all the items given

in the price bid format attached in Annexure-IV. However, the overall lowest

quotation will be considered for the awarding the contract. No deviations,

terms and conditions, assumptions, 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.

A. Bid Submission

1. Offers should be submitted On-line using standard digital signature of class -3

with encryption/decryption options.

2. The tenders authorized online on or before the open authorization date and

time will only be considered as valid tenders.

3. Prices shall be mentioned in the space/column provided in the ISRO e-

procurement portal only for such purpose.

4. Physical copy of the bid will be accepted only in case if the file size is bigger

and not possible to upload the same. In such case, the hard copy shall be

submitted within due date. Documents received after due date will not be

considered.

5. Prices quoted should be on the basis of F.O.R. Sriharikota.

6. The purchaser will not pay separately for transit insurance and same shall be

included in the cost quoted by the Bidder.

7. All risks in transit shall be exclusively borne by the contractor and the

purchaser shall pay only for such items as are actually received in good

condition in accordance with the purchase order.

8. Bids duly filled in by the Bidder should invariably be submitted as stipulated

in the e-procurement portal.

9. Department may open Part – I (Techno- commercial bid) of the bid on the due

date of opening at convenience. Price Bid (Part-II) of the technically and

12

commercially acceptable bids shall be opened at a later date.

10. Department reserves the right to reject any or all the Bids without assigning

any reasons thereof.

B. Bid Evaluation

Pre-Bid evaluation criteria

► The bidder shall produce One recent (last 3 years) Purchase order (PO)

of Rs.40lakh in the field of water based fire protection systems

commissioning.

► The parties who have submitted their bids shall meet the above pre-bid

evaluation criteria. Only such of those bids will be considered for

evaluation.

► The bidder shall provide all the relevant data/information/details required for

evaluating the bid technically and commercially. Apart from this, Bidder is

free to add any other relevant information.

► During evaluation, Department may request Bidder for any clarification on the

bid/ additional documents/ information required. Bidder shall submit all

clarifications/additional documents/ information requested in original. If not

submitted within the stipulated time department has the right to reject such

bids.

► Techno-commercial discussion shall be arranged with Bidder, if needed.

Bidder shall depute his authorized representatives for attending discussions.

► In case Bid does not fully comply with the requirement of Proposal document

and the bidder stipulates deviations to the clauses of the proposal, which are

unacceptable to the Department, the Bid will be rejected.

► Performance of Bidder on similar nature of works executed/under execution

shall be taken into consideration before selecting the Bidder for opening his

price bid.

► The party shall quote entire scope of work defined in technical specification

document. Any party quoting only for supply or erection portion alone

will not considered as a successful bidder.

► Department shall not be obliged to furnish any information/clarification to

unsuccessful bidder with regard to non acceptance of their Bids.

09 SPECIFIC REQUIREMENTS

09.01. Time schedule

The delivery and erection of all equipment shall be so scheduled that it shall be possible

to commission 3 months from the date of award of P.O in order to match with the overall

commissioning schedule of “Augmentation of facilities for SPROB” Project. The delivery

date shall be quoted from the date of issue of PO taking into account the time for approval

of technical data sheet and specification of bought out items by the Purchaser. The

successful Bidder shall guarantee the material delivery and commissioning dates. Progress

report shall be submitted by the successful Bidder at regular intervals of 15 days on a

format prescribed by the purchaser giving the status of approval of drawings, ordering

position of equipment and other materials ordered, manufactured, fabricated, delivered

and erected.

13

09.02. Unit Rates

The Bidder shall quote item wise units and unit price and total units and total price of items

and materials to be supplied and erected under this specification as per Annexure-I. The

Bidder shall quote supply and erection rates of each item separately. The rates shall be valid

till handing over the systems to SDSC, SHAR and Bidder shall supply additional quantities,

if required for the completion and successful commissioning of the systems on the same

rates as quoted. Items not featuring in the BOQ but required for completion of the systems

shall be borne by Bidder and shall be deemed to be included in the bidder’s offer. No extra

claim for such items shall be entertained after placement of order.

09.03. Performance bank guarantee

PBG at 10% of the value of the Purchase Order shall be submitted through bank guarantee

from any of the Scheduled Banks executed on non-judicial stamp paper of appropriate value,

and shall be valid for a period of sixty days beyond the date of completion of all the terms

and conditions of the purchase order / expiry of warranty period.

09.04. Liquidated damage

Delivery Time is the essence and hence delivery period shall be strictly adhered to this order.

If the supplier's defined scope of work is not made by the end of delivery period, liquidated

damage will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of

value of undelivered stores.

09.05. Security deposit

Party shall submit security deposit, within 15 days of Order Acknowledgement, for 10% of

the total order value. Security Deposit shall be obtained through Bank Guarantee or fixed

deposit receipt from any of the Scheduled Banks executed on non-judicial stamp paper of

appropriate value, and shall be valid for a period of sixty days beyond the date of completion

of the Purchase Order. In case the vendor fails to furnish the security deposit within the

specified date or extended due date, the Purchase Order/Contract shall be cancelled, and the

EMD, if any, made earlier shall be forfeited, and, in addition, appropriate penal action will be

taken. Central PSUs/PSEs/Autonomous Bodies/ shall be exempted from the payment of

Security Deposit, and instead, an Indemnity Bond shall be submitted by them in lieu of the

Security Deposit.

09.06. Validity of Offer

Bid shall remain valid for acceptance for a period of four months from the due date of

submission of the Bid. The Bidder shall not be entitled during the period to revoke or cancel

his Bid or to vary the Bid except and to the extent required by Department 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.

14

09.07. Guarantee

The system shall be guaranteed against any defects or malfunctioning for a period of 12

months from the date of Commissioning of the system. For any defects noticed during the

guarantee period, replacement rectification should be arranged at free of cost within a

reasonable period of such notification.

09.08. Payment Terms

Our standard payment term is 100% by RTGS within 30 days after receipt and acceptance of

all items at our site including supply, erection, testing, commissioning at SDSC SHAR. The

party has to furnish the bank account details in the invoice for arranging 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 Bank Lending Rate plus 2%

penal interest. Interest will be loaded for advance payments/stage payments as per the

lending rate of Bank 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 Net Present Value (NPV) will be adopted for evaluating the offers. The

milestone payment to the contractor shall be paid on pro-rata basis upon delivery of

material and acceptance at site/execution of service including erection, testing &

commissioning based on billing break-up.

09.09. Cost of Bidding

All direct and indirect costs associated with the preparation and submission of Bid (including

clarification meetings and site visit), shall be to Bidder'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.

09.10. Indemnify

The party shall, at all times, indemnify the SDSC SHAR against all claims including claims

by any third party relating to stores for infringement of any rights protected by patent

registration of design or trademarks. The party shall also take the entire responsibility for

adequacy of supplies/services for fulfilment of the Purchase Order.

09.11. Termination of Contract

In case of project running for a long duration, the SDSC SHAR shall have the right to

terminate the Purchase Order with adequate notice and also if the party fails to perform any

other obligations under the Purchase Order.

09.12. Secrecy

The party shall take all reasonable steps necessary to ensure that all persons employed in

connection with the Purchase Order have full knowledge of the Official Secrets Act and the

regulations framed there under. Any breach of the aforesaid conditions shall entitle the SDSC

SHAR to cancel the Purchase Order and if necessary to go ahead with the purchase at the risk

and cost of the party in addition to any other penal action it may take at its discretion.

15

09.13. Compliance with security requirements

The party shall strictly comply with the security rules & regulations of the SDSC SHAR. The

party shall complete the required formalities including verification of character &

antecedents, of the persons engaged or deployed by him, through police or any other

authority.

09.14. Force majeure

For the purpose of the contract the term “force majeure” shall means strikes, lockouts and

other conflicts, acts of an enemy, war hostile blockade, disturbance of the public order,

stroke of lightning, fire under thunderstorm, flood explosion and acts of god and

government acts beyond the reasonable control of the party claiming force majeure. If due to

circumstances of force of majeure, either of the parties to this contract partially of

completely unable to fulfill its obligations in accordance with this contract, the said party

shall be obligated to immediately inform the other party of occurrence of the circumstances

of force majeure in writing. The party claiming force majeure shall also be obligated to keep

the other party informed of the events in the process related to the occurrence of the said

force majeure circumstances and of the possible degree of non-fulfilment or delay in

fulfilment of the obligations in accordance with this contract. All the obligations of the party

that invokes the plea of force majeure shall be suspended as long as the said force majeure

circumstances continues to exist and not longer, and the said party shall not be regarded as

having committed breach or failure, nor shall be held responsible to make compensation for

losses suffered by either party. The terms of fulfilment of the obligation shall be duly

extended for the period during which the circumstances of force majeure lasts. The

fulfilment of the obligations shall be resumed immediately after the cessation of the said

circumstances of force majeure. If the said force majeure circumstances last for more than

sixty days, parties to this Contract shall discuss and agree upon further action. Should the

state of non-fulfilment of obligation under the Contract be more than three (3) months and

nothing could be done to make a statement about ceasing of obligations of Contract, within

not more than three (3) months either party has the right to cancel the Contract mentioned

below. The ownership of all materials, parts and unfinished work paid for by the SDSC

SHAR shall vest with the SDSC SHAR or transferred to the SDSC SHAR as soon as

they have paid for. The amount of compensation payable/recoverable shall be fixed on the

basis of evidence produced by party and acceptable by the SDSC SHAR.

09.15. Claims

Claims on account of additional works, not covered under the above scope, if any, may be

considered by the SDSC SHAR and shall be settled based on mutual discussion. Claims on

account of any additional Taxes & duties payable, which are statutory levies, shall be paid

by the SDSC SHAR, at rates prevailing at the time of delivery. In the event of the failure on

the part of either party to meet its responsibilities of the PO, the parties of this PO shall

negotiate and come to a mutual understanding regarding the payments already made and the

schedule of subsequent delivery/payments in accordance with the PO.

09.16. Confidentiality and proprietary right protection

The party shall be obliged to preserve the confidentiality of the proprietary information

received, exchanged between each other during the period of the Contract. Technical

16

documentation published and/or claimed for a patent shall be effected by both the parties

only on mutual decisions and approval of both the parties, during the existence of this

agreement.

09.17. Patent right

The party shall take all possible care and precautions to avoid infringement or use of patents

or design rights or any alleged patents or design rights in the execution of this project.

However, in the event of any claims made under or any action brought against in respect of

such matters as aforesaid, beyond the control of party, SDSC SHAR shall not be responsible

to settle any dispute or conduct any litigation that may arise there from, including financial

implication.

09.18. Arbitration

Except as otherwise specifically provided in the Contract any disputes or differences

including those considered as by only one of the parties out of or in connection with this

Contract shall be, to the extent possible, settled amicably between the parties. If amicable

settlement cannot be reached, then all disputes shall be referred to Director, SDSC SHAR,

ISRO, whose decision shall be binding on both the parties. If this contract is terminated for

any reasons, the expenses incurred for conduct of the above work are to reckoned to the

extent of the work that is carried out which will be settled by the either of the parties to this

contract on mutual agreement within 30 days or such extended period from the date of

intimation of termination of contract.

10 SAFETY

a. All equipment shall be complete with approved safety devices wherever a potential hazard

exists and with provision for safe access of personnel to and around equipment for

operational and maintenance functions. All danger and caution notice boards shall be both

in English and Telugu languages.

b. All electrical drives and equipment must be equipped with safety devices. The safety

provisions shall conform to the recognized standards, safety codes and statutory

regulations.

c. All safety measures as required to be adopted as per the statutory regulations and the

safety rules of the plant shall be strictly followed by the Bidder during the execution of the

Contract.

d. Adequate number of first aid boxes as defined in the Andhra Pradesh State Factories Rules

shall be provided and maintained at work sites.

e. The vendor shall ensure that the item supplied by them are absolutely safe for use in the

stipulated work environment & confirm to applicable safety norms and standards.

11 INSPECTION AND TESTING

The inspection shall be carried out stage-wise & final stage as per the approved

Quality Assurance Plan (QAP). After award of contract, the detailed Quality

Assurance Plan to be followed for execution of the contract will be mutually discussed

and agreed to. The Bidder shall submit the Quality Assurance Plan containing the

overall quality management and procedures.

17

12 CODES AND STANDARDS

The codes and standards mentioned herein are to be followed for all the items required

for successful completion of project

TABLE 6 CODES & STANDARDS (MAJOR EQUIPMENT ONLY)

S.N. Description Standard / Code

1. MS Pipe

IS: 1239-2004(Part-1)(Reaffirmed 2010),

IS: 3589-2001(Reaffirmed 2006),ANSI

B.31.3

3. Pipe Fittings IS: 1239-2011 (Part-2) ASTM A234WAPD

4. Bolts, Nuts IS: 1364-2002

5. Washers IS: 2016-1967

6. Gasket IS: 11149-1984 (Reaffirmed 2009)

7 Flange

IS: 6392-1971 (Reaffirmed

2009)/Equivalent BS/API/ASME standard,

ASTM A105,ANSI B16.5

8 Hume Pipe(RCC)-NP3 IS: 458-2003, Class NP3

9 Laying of Buried Pipeline IS: 5822-1994 (Reaffirmed 2009)

10 Anti-Corrosive Coating on

buried pipeline

IS: 10221-2008, AWWA

C 200

11 welders qualification ASTM Sec. IX

12 welding standard ANSI B-16.25, AWS

18

ANNEXURE-I: BILL OF QUANTITY

The Bill of quantity is indicative only and the successful bidder shall supply all the items

required for successful completion of project. A quantity variation of +10% on

individual items is acceptable based on site conditions. However, the payment to the

successful bidder will be made based only on the actual supplied, erected, tested &

commissioned and accepted at SDSC SHAR.

Supply of Materials

Sl.

No Description Units

Quantity to be

supplied

1

Supply of MS pipes at site as per IS : 3589 as

per technical specifications DN 400 (OD

406.0 x 8.8 thk.), MS Pipe as per IS : 3589,

Fe 410 ERW, Bevel end

Meters 100

2 Supply of MS Fitting fabricated from Pipes as

per TS 400NB Bends-90deg Nos 4

3 Supply of MS Fitting fabricated from Pipes as

per TS 400NB Bends-45deg Nos 30

4 Erection works, painting, testing and

commissioning of fire pipe line Meters 5600

5

Butt welding of pipes, fittings etc ,by GTAW

welding process for root and SMAW for

subsequent passes with 10% radiography of

welds (Including cutting of 400NB existing

pipes 250m)

Meters 1700

6 Supply and erection of Hume pipes-800NB

(NP3 class) Meters 50

7

Supply & Erection of wrapping & coating

material as per IS : 10221 – 1982 for CS pipes

(underground)as per TS .

Square meters 120

8 Supply & Erection of RCC concrete with

necessary structural steel for RCC pedestals Nos 70

9 Supply of structural steel, U clamps, bolts, nuts

and gaskets for erection of pipeline Lot 1

19

ANNEXURE-II : TYPICAL DETAIL OF ROAD CROSSING FOR DN400

20

ANNEXURE-III :DRAWING OF RCC PIPE PEDESTALS

21

ANNEXURE-IV: LIST OF APPROVED MAKES

S.N. Item Approved make

1 MS pipes

Jindal / TATA / Suryaroshini (Surya) /

SAIL/Ratnamani / MSL/Mukat

/Welspun

2 MS Pipe fittings

Echhjay / CD Engg / Arvind / B&M / VS /

Abbas / Eby industries / Tube Products /

Rajmani / Sangvi

3 Paint primer and paints

Asian paints / berger paints / dulux paints /

goodlass paints / Shalimar paints / Jerlac

paints

4 Wrap coat IWL

5 Hume Pipes Sri kalahasthi/LANCO

Note: Any deviation shall be approved by SDSC SHAR

22

ANNEXURE-V: PRICE BID FORMAT

The un priced price bid shall be attached to the Techno-commercial bid. The filled

price bid format shall not be attached to the tender document. It shall be separately

uploaded quoting unit rates for all the elements mentioned therein.

SCHEDULE OF QUANTITIES

S.N. Description Unit Quantity Unit

rate

Taxes,

other

charges

extra

Total

cost

1

Supply of MS pipes at site as per IS :

3589 as per technical specifications

DN 400 (OD 406.0 x 8.8 thk.), MS

Pipe as per IS : 3589, Fe 410 ERW,

Bevel end

Meters 100

2 Supply of MS Fitting fabricated from

Pipes as per TS 400NB Bends-90deg Nos 4

3 Supply of MS Fitting fabricated from

Pipes as per TS 400NB Bends-45deg Nos 30

4 Erection works, painting, testing and

commissioning of fire pipe line Meters 5600

5

Butt welding of pipes, fittings etc ,by

GTAW welding process for root and

SMAW for subsequent passes with

10% radiography of welds(Including

the cutting of 400NB existing pipe

line)

Meters 1700

6 Supply and erection of Hume pipes-

800NB (NP3 class) Meters 50

7

Supply & Erection of wrapping &

coating material as per IS : 10221 –

1982 for CS pipes (underground)as

per TS .

Square

meters 120

8

Supply & Erection of RCC concrete

with necessary structural steel for

RCC pedestals

Nos 70

9

Supply of structural steel, U clamps,

bolts, nuts and gaskets for erection of

pipeline

Lot 1

23

ANNEXURE-VI: VENDOR COMPARISON CHECKLIST

Contractor shall fill the following checklist and submit with the offer. Deviation from point

wise confirmation shall be spelt out clearly.

Sl.

No Evaluation elements

Reference

Page No. & Sl.

No

Confirmatio

n

(Yes or No)

Deviations, if

any

1 Scope of work and Detailed scope

of work

Page No. 04 &

Sl. No. 02

2 Technical specification for pipe

and Pipe fittings

Page No. 04 &

Sl. No. 03

3 Technical specification for pipe

Fabrication and erection work

Page No. 05 &

Sl. No.03.01.02

4 Quality control in welding joints

with tolerances

Page No. 06 &

Sl. No.03.01.04

5 Bill of Quantity Page No. 18 &

Annexure:-I

6 Un priced bid format submission Page No. 22 &

Annexure:-V

7 Inspection & testing Page No.16

8 Codes & Standards Page No. 17

9 Techno commercial bid with pre-

bid evaluation criteria

Page No. 10 &

Sl.No 08.02

10 Specific requirements Page No. 12 &

Sl. No. 09

11 RCC pipe pedestal drawings Page No. 20 &

Annexure:-III

12 List of Approved Makes

Page No.21 &

Annexure:-IV