two part tender - isro.gov.in · isro-ursc-tpt-rfp-t01 august 2018 request for proposal (rfp) for...

63
URSC/PUBLIC TENDER NOTICE NO. 22/18-19 17.08.2018 On behalf of the President of India, Head, Purchase & Stores, U R Rao Satellite Centre [URSC] (Formerly known as ISRO Satellite Centre), HAL Airport Road, Vimanapura Post, Bengaluru – 560 017, invites Sealed Tenders (Offline mode) for the following Service. Two Part Tender SL NO TENDER REFERENCE BRIEF DESCRIPTION 01 ISGE-2018-0-41805-01 Transportation of S1,S2,S3 Spacecraft, Test Allied Equipments and Loose items SUBMISSION OF TENDER : 6 th September 2018 @ 14.00HRS (IST) OPENING OF TENDER : 6 th September 2018 @ 15.00HRS (IST) Tender documents can be downloaded from www.isro.gov.in . Tender Fees of Rs. 500/- and EMD of Rs.5,00,000/- ( Rs. Five Lakh Only) in the form of separate Demand Drafts shall be drawn in favour of Accounts Officer, URSC, Bengaluru and to be submitted along with the offer without which offers will not be considered. Tenders will be opened in the presence of attending Tenderers or their Authorized Representatives on production of valid Authorisation Letter. Sd/- Head, Purchase & Stores GOVERNMENT OF INDIA, DEPARTMENT OF SPACE U R Rao Satellite Centre [URSC] (Formerly known as ISRO Satellite Centre) HAL Airport Road, Vimanapura Post, BENGALURU - 560 017

Upload: hoanglien

Post on 27-Jul-2019

215 views

Category:

Documents


0 download

TRANSCRIPT

URSC/PUBLIC TENDER NOTICE NO. 22/18-19 17.08.2018

On behalf of the President of India, Head, Purchase & Stores, U R Rao Satellite Centre [URSC] (Formerly known as ISRO Satellite Centre), HAL Airport Road, Vimanapura Post, Bengaluru – 560 017, invites Sealed Tenders (Offline mode) for the following Service.

Two Part Tender

SL NO

TENDER REFERENCE

BRIEF DESCRIPTION

01 ISGE-2018-0-41805-01 Transportation of S1,S2,S3 Spacecraft, Test Allied Equipments and Loose items

SUBMISSION OF TENDER : 6th September 2018 @ 14.00HRS (IST)

OPENING OF TENDER : 6th September 2018 @ 15.00HRS (IST)

Tender documents can be downloaded from www.isro.gov.in. Tender Fees of Rs. 500/- and EMD of Rs.5,00,000/- ( Rs. Five Lakh Only) in the form of separate Demand Drafts shall be drawn in favour of Accounts Officer, URSC, Bengaluru and to be submitted along with the offer without which offers will not be considered. Tenders will be opened in the presence of attending Tenderers or their Authorized Representatives on production of valid Authorisation Letter.

Sd/-

Head, Purchase & Stores

GOVERNMENT OF INDIA, DEPARTMENT OF SPACE

U R Rao Satellite Centre [URSC] (Formerly known as ISRO Satellite Centre)

HAL Airport Road, Vimanapura Post, BENGALURU - 560 017

ISRO-URSC-TPT-RFP-T01 August 2018

REQUEST FOR PROPOSAL (RFP) FOR

TRANSPORTATION OF ISRO SPACECRAFT S1, S2& S3 AND ALLIED

EQUIPMENT

PART A – TECHNICAL

August 2018

U.R.Rao Satellite Centre / ISRO Bengaluru

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: ii

SCOPE

This RFP outlines the requirements for transporting three ISRO Spacecraft S1, S2 & S3 and

their corresponding Test & Allied Equipment along with loose items from ISITE to Felix Eboue

Airport, Cayenne, French Guyana. Compliance is required from bidders for all the

requirements mentioned in this document.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: iii

1. Cargo Description .................................................................................................... 2

2. Aircraft Specifications / Requirements ........................................................................ 2

3. Spacecraft Packing and Loading/Unloading Operations ................................................. 3

4. Allied Equipment Packing, Loading and Unloading Operations........................................ 5

5. In-Flight Environment and Monitoring ........................................................................ 6

6. Airport Clearances, Aircraft Itinerary .......................................................................... 7

7. ISRO Personnel Accompanying the Cargo ................................................................... 8

8. Safety & Security .................................................................................................... 9

9. Insurance ..............................................................................................................10

10. Schedule ...............................................................................................................10

ANNEXURE – A1 ...............................................................................................................11

ANNEXURE – A2 ...............................................................................................................12

ANNEXURE – A3 ...............................................................................................................13

ANNEXURE – A4 ...............................................................................................................14

ANNEXURE –A5………………………………………………………………………………………………………………………………15

ANNEXURE - A6………………………………………………………………………………………………………………………………19

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: iv

ACRONYMS

ACAS Airborne Collision Avoidance System

AWB Air Way Bill

CSC Container Safety Convention

EGSE Electrical Ground Support Equipment

GN2 Gaseous Nitrogen

GSE Ground Support Equipment

HAL Hindustan Aeronautics Limited, Bengaluru

ICAO International Civil Aviation Organisation

ISITE ISRO Satellite Integration & Test Establishment, Bengaluru

KIAL Kempegowda International Airport Limited

URSC U.R. Rao Satellite Centre, Bengaluru

ISRO Indian Space Research Organisation

MGSE Mechanical Ground Support Equipment

RH Relative Humidity

TBD To Be Decided

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 1

Introduction

A. ISRO Spacecraft S1, S2 and S3 and their allied equipment are planned to be

transported to Cayenne, French Guyana. These are three different spacecraft that

are to be air lifted at different time schedules from KIAL/HAL Airport,Bengaluru,

India to Felix Eboue Airport, Cayenne, French Guyana. Each spacecraft is

accompanied with its allied equipment. The definition of S1, S2 and S3 in this

document refers to shipment of respective spacecraft 1, 2 and 3 along with their

corresponding allied equipment. The spacecraft is packed in a special

transportation container and allied equipment are packed inside standard

shipping containers and some equipment is carried as loose items.

Respective spacecraft 1, 2 and 3 along with their allied equipment referred as S1,

S2 and S3 consignments shall be transported in exclusively chartered AN 124 type

Aircraft as per their nominal schedules mentioned.

The key objective is to safely transport the spacecraft and its allied equipment

from ISITE, Bengaluru to Cayenne, French Guyana.

B. Offers are invited from the bidders to carry out the transportation of spacecraft

and allied equipment and related activities as listed in the subsequent sections.

C. The bidder shall respond for the scope of work as follows:

Transportation of S1 Spacecraft & Allied Equipment

Transportation of S2 Spacecraft & Allied Equipment

Transportation of S3 Spacecraft & Allied Equipment

ISRO reserves the right to award contract for any one or more than one of the

above tasks.

D. The bidder shall provide compliance to each of the points given in the following

sections. A compliance matrix is enclosed.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 2

1. Cargo Description

1.1 Cargo shipment S1, S2 and S3 each comprises of

a) Spacecraft packed in a special container. The details are given in Annexure –

A1.

b) All other allied equipment distributed in standard shipping containers along

with a few additional special crates / boxes given in Annexure – A2 and

A3.Both these annexures are applicable for S1 & S2.

c) Allied equipment details for S3 spacecraft is indicated in Annexure – A6

1.2 Nominal Cargo Volume and Weight:

a) Cargo volume: 460 m3 approximately and weight of cargo including spacecraft

in container: 72Tonnes approximately for S1Spacecraft.

b) Cargo volume: 460 m3 approximately and weight of cargo including spacecraft

in container: 72 Tonnes approximately for S2 Spacecraft.

c) Cargo volume: 500 m3 approximately and weight of cargo including spacecraft

in container: 70 Tonnes approximately for S3 Spacecraft.

1.3 The allied equipment mainly consists of electrical and mechanical ground support

equipment, alignment accessories, propulsion testing equipment, weighing

balances, mechanical fixtures, printers, computers and computer peripherals etc.

2. Aircraft Specifications / Requirements

2.1 The entire cargo consisting of the spacecraft container and allied equipment (S1,

S2 and S3) each are to be airlifted by an exclusive chartered aircraft and the

aircraft offered should be of pressurized type. The aircraft should be of AN124 type

meeting our specifications. Please refer the attached drawing (AnnexuresA4& A5)

for overall dimensional details of the spacecraft shipment container. ISRO will

decide to transport the S1 & S2 spacecraft in container 1. S3 Spacecraft shall be

transported in container 2 only. The bidder may verify actual dimensions of the

spacecraft container at URSC/ISITE premises at Bengaluru. The spacecraft

container will be made available for verification one month prior to respective

shipment for this purpose.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 3

2.2 The bidder shall provide the detailed characteristics (supported with detailed

dimensioned sketches and video wherever necessary) of the aircraft covering the

following:

a. Maximum weight and volume capacity of the aircraft

b. Detailed dimensions including plan and elevation views of different locations

of the entire cargo bay

c. Dimensions of loading / unloading access doors.

d. The details and location of cargo anchors in the cargo bay

e. Various handling equipment to be used for handling the proposed cargo – such

equipment shall have necessary certifications

f. Typical environmental conditions in the cargo bay such as pressure, relative

humidity (RH), temperature and vibration / shock experienced all through the

flight need to be monitored, recorded and made available on arrival at the

destination. The bidder shall provide a specimen log of records of all

environmental data (temperature, humidity, pressure, shock and vibration) in

the cargo bay for a typical cargo transported in the recent past.

2.3 The aircraft must be featured with Airborne Collision Avoidance System (ACAS) in

accordance with the Standards and Recommended Practices of Annex 10 to the

Convention on International Civil Aviation – Aeronautical Telecommunications,

Volume IV (Surveillance Radar and Collision Avoidance Systems) including all

amendments till date.

3. Spacecraft Packing and Loading/Unloading Operations

3.1 The spacecraft will be packed in a special container. This container is specifically

designed for air shipment. Few components of the spacecraft are purged with

Gaseous Nitrogen, few milli-bar above ambient pressure. The essential tools for the

container handling will be packed in a separate tool box. The spacecraft container

is handled using container handling system. The handling points are accessible by

a ladder.

3.2 For S1 & S2 Spacecraft:The operations of packing the spacecraft within the

container and handling the spacecraft container from URSC/ISITE up to tarmac of

Bengaluru Airport will be the responsibility of ISRO. The bidder shall be

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 4

responsible for unloading of spacecraft container from truck/trailer at Airport

TARMAC and loading into the aircraft.

3.3 For S3 Spacecraft: The operations of packing the spacecraft within the container at

URSC/ISITE will be the responsibility of ISRO. Provision of suitable flatbed trailer,

loading the spacecraft container at URSC/ISITE and provision of a suitable crane

for loading the spacecraft container at URSC/ISITE shall be the responsibility of the

bidder and this crane shall be positioned within URSC/ISITE a week before the

actual activity. Transportation of the spacecraft from URSC/ISITE to airport shall

be the responsibility of the bidder. The bidder shall be responsible for unloading of

spacecraft container from truck/trailer at Airport TARMAC and loading into

aircraft.

3.4 For Antonov AN-124 type of aircraft, the bidder shall ensure supply and erection of

ramp with a suitable ramp angle for towing the spacecraft container into the

aircraft through the nose door. The bidder shall specify the ramp angle in the bid.

3.5 For S1 & S2 Spacecraft:The bidder shall ensure availability of mobile crane for

handling Container 1 as mentioned in Annexure A1 (60 tonnes minimum capacity)

with handling hook dimension suitable with spacecraft container handling system

interface to lift the container from the truck and place it on the aircraft ramp. The

crane (boom length) should be chosen such that it is capable of handling the

spacecraft container and its handling system dimensions apart from weight.

3.6 For S3 Spacecraft: The bidder shall ensure availability of mobile crane for handling

Container 2 as mentioned in Annexure A1 (160 – 250 tonnes capacity) with

handling hook dimension suitable with spacecraft container handling system

interface to handle the container at URSC/ISITE and at airport. The crane (boom

length) should be chosen such that it is capable of handling the spacecraft

container and its handling system dimensions apart from weight.

3.7 The bidder shall also be responsible for unloading the spacecraft container from

the aircraft up to the ramp / tarmac at Felix Eboue Airport, Cayenne, French

Guyana.

3.8 The bidder shall provide the detailed operations plan for spacecraft container

loading into the aircraft at Bengaluru Airport and unloading at Felix Eboue airport,

Cayenne supported by sketches.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 5

3.9 As the cargo is extremely delicate, very fragile and expensive, it needs utmost care

during handling, loading and unloading. Execution of all the above activities shall

be the total responsibility of the bidder at all stages. The bidder shall be

responsible for arranging handling equipment, tools and accessories, packing

materials / consumables, if any, for the above activities.

4. Allied Equipment Packing, Loading and Unloading Operations

4.1 The allied equipmentcorresponding to S1 and S2 would be packed by ISRO in

designated boxes / crates / gunny wrapped. The tentative list of equipment is

provided in Annexure – A3. The allied equipment corresponding to S3 would be

packed by ISRO in designated boxes / crates / gunny wrapped. The tentative list of

equipment is provided in Annexure–A6.The finalised list would be provided by

ISRO prior to the shipment of the respective cargo.

4.2 The bidder shall deliver at the designated URSC/ISITE premises 6 numbers (for S1

or S2) / 2 numbers (for S3) of standard high cube 20 feet shipping containers of

size, 8ft wide x 9.5ft high (external dimensions); container code: 25G0 or 25G1 in

accordance with ISO 6346; with necessary certification. The containers must be

Container Safety Convention (CSC) certified as suitable for transportation by air

and sea for at least two years from the date of delivery to URSC/ISITE. Empty

containers shall be supplied to URSC/ISITE ten days before the day of shipment.

4.3 The bidder shall be responsible for loading/stuffing/lashing the equipment inside

the shipping containers (other than spacecraft container) at URSC/ISITE premises

to ensure safe transportation as per ISRO’s timeline/requirement. The supply of

required material and equipment for this operation is the responsibility of the

bidder.

4.4 ISRO will support the bidder with forklift and operator for loading purpose up to

the entry point of shipping container within the designated URSC/ISITE premises

for allied equipment and loose items.

4.5 The bidder shall provide the services of certified / tested cranes, forklifts, roller

platforms, hydraulic pallet trucks, lift platforms, etc., for handling, loading and

unloading the cargo at URSC/ISITE premises and Bengaluru Airport respectively.

Obtaining clearances from the agencies concerned (like airport authorities,

customs, etc.,) for operating the devices in the airport/aircraft shall be the

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 6

responsibility of the bidder. Arrangements for spare fork lift / necessary standby

are to be ensured by bidder in case of any breakdown / contingency requirements.

4.6 The bidder shall be responsible for arranging the transportation of allied

equipment from URSC/ISITE premises to the Bengaluru Airport for further loading

onto the aircraft.

4.7 The bidder shall be responsible for carrying out all the operations related to

loading of the cargo into the Aircraft at Bengaluru Airport and unloading the cargo

from the aircraft on the TARMAC of Felix Eboue Airport, Cayenne, French Guyana.

4.8 The bidder shall provide the loading and unloading plans (along with sketches

wherever applicable) at following locations two weeks prior to the actual

shipment:

at URSC/ISITE premises

into the aircraft at designated airport at Bengaluru

unloading plan at Cayenne, French Guyana

The loading and unloading of the items at all phases of the cargo movement will be

subject to ISRO’s approval.

4.9 The shipping containers would be retained at Kourou, French Guyana and will be

exported back by ISRO by Sea so as to reach URSC/ISITE, Bengaluru, India

nominally within eight months from the date of departure from India.

In case, the duration of retention period by ISRO exceeds eight months, the bidder

shall indicate the retention charges on a monthly basis beyond eight months (as

per the format in Annexures of Part B: Commercial).

The bidder shall ensurecollection of empty containers from URSC/ISITE premises

at Bengaluru upon receipt of intimation from ISRO within 10 working days.

5. In-Flight Environment and Monitoring

5.1 The spacecraft container would be connected to the GN2 cylinders for continuous

purging of few components of the spacecraft inside the container. The spacecraft

container consists of air breather valves and rapid de-pressurisation port (RDP).

The bidder shall ensure access by the ISRO personnel to the container and all the

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 7

equipment for inspecting them at intermediate halted airports en-route until the

destination Airport.

5.2 The bidder shall ensure following environmental conditions in the cargo bay in the

zone where the spacecraft container is located all through the travel duration (at

take-off, landing, during flight and on ground):

Temperature :21±5° C

Pressure :>=480 mbar

Relative Humidity :< 55% RH

5.3 The bidder shall ensure setting up of aircraft ground mobile pre-conditioned air

unit at every transit stop / crew rest stop so as to ensure that the temperature and

humidity are within the specified limits. The bidder shall be responsible for

monitoring the temperature and humidity parameters.

5.4 Details related to temperature, humidity, pressure experienced in the cargo bay

from take-off at Bengaluru Airport up to landing (including transit stops) at the

Felix Eboue Airport, Cayenne, French Guyana should be logged at typically 15

minutes interval. An electronic copy of the same shall be handed over to ISRO

personnel on arrival at Felix Eboue Airport, Cayenne, French Guyana.

5.5 The details related to vibration and shock loads experienced in the cargo bay shall

be provided for each flight event such as Aircraft landing, take-off and any

turbulence experienced during flight (Data in English).

6. Airport Clearances, Aircraft Itinerary

6.1 The bidder shall obtain requisite clearance from Director General of Civil Aviation,

Government of India and other appropriate authorities for Landing; Loading and

Unloading operations and for necessary over-flying permission from Bengaluru to

Cayenne and at all airports en-route to the Felix Eboue Airport, Cayenne, French

Guyana.

6.2 Full details of the proposed route with minimum stop overs shall be provided to

ISRO in advance. The route / stop over shall be subject to ISRO’s approval before

finalizing the same. ISRO reserves the right to say ‘NO’ to particular route in which

case, an alternate route shall be finalized by mutual agreement.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 8

6.3 Total number of landings from Bengaluru to Felix Eboue Airport, Cayenne, French

Guyana should be limited to a maximum of 4 including final landing.

6.4 The day and time of landing at Felix Eboue Airport, Cayenne will be informed by

ISRO nominally one week prior to shipment. The bidder shall adhere to this while

finalising the route itinerary.

6.5 The bidder shall be responsible for undertaking the customs clearance formalities

of the cargo, issuing an AWB (Air Way bill) and obtaining necessary final clearance

for export.

6.6 ISRO will provide the necessary documents for customs clearance [specified by the

bidder] for smooth completion of the export formalities.

6.7 Trans-shipment en-route is not allowed for any of the cargo items. In case of any

exigency such as unloading / loading on to an alternate aircraft due to aircraft

breakdown or any other reasons beyond Bidder’s control, alternate suitable

chartered aircraft should be arranged within 48 hours with prior approval of ISRO.

In such an event, the bidder is fully responsible for all the associated operations

such as unloading / loading on to the alternate aircraft for safe transportation of

the cargo up to Felix Eboue Airport, Cayenne, French Guyana without violating the

conditions specified in this document. All the expenses in such an eventuality shall

be borne by the bidder. All approvals that may be required to be taken for such an

eventuality shall be the responsibility of and at the cost of the bidder.

7. ISRO Personnel Accompanying the Cargo

7.1 Two ISRO personnel will accompany the cargo from Bengaluru to Cayenne, French

Guyana in the aircraft. The aircraft operator shall issue valid passenger flight

tickets for the journey of the ISRO personnel accompanying the cargo from

Bengaluru to Flex Eboue Airport, Cayenne at no extra charges. The bidder shall

arrange for full fare return tickets including excess baggage allowance up to 10 kg

(with open date), for these ISRO personnel from Felix Eboue Airport, Cayenne,

French Guyana to Bengaluru, India. The return tickets shall be issued well before

the commencement of journey at French Guyana.

7.2 ISRO will provide the details of the designated personnel accompanying the cargo

well in advance.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 9

7.3 The bidder shall be responsible for fulfilling the customs clearance, immigration

formalities, etc., for ISRO personnel at Bengaluru Airport and bear all the relevant

expenses.

7.4 The bidder shall provide satisfactory seating, resting facility and arrangement for

food for ISRO personnel during the journey from Bengaluru to Felix Eboue Airport,

Cayenne as well as during the return journey during Transit stops

7.5 At all the intermediate transit halts between Bengaluru Airport and the Felix

Eboue Airport, Cayenne, French Guyana, the bidder shall be responsible to obtain

necessary permission and ensure smooth transit of ISRO personnel in that country,

including transit visa. Also, boarding and lodging for them at good standard hotel

on single occupancy basis shall be provided during stopovers (including during

any contingency indicated in 6.7) en-route to Felix Eboue Airport from Bengaluru.

8. Safety & Security

8.1 Safety aspects of entire cargo during its movement from URSC/ISITE to Bengaluru

airport, storage till departure, en-route stop over and till final unloading of the

cargo at Felix Eboue airport is the responsibility of the bidder.

8.2 The bidder shall arrange for cargo to be stored under covered shelter / space at

Bengaluru airport prior to & during loading as may be required and obtain

clearance of concerned authorities at Airport for the duration as may be required

including any contingency of an unforeseen delay in arrival or take-off of the

aircraft. Such arrangements shall also be made in case of transhipment as

described in 6.7 above.

8.3 ISRO will arrange for security during spacecraft and allied equipment cargo

movement to Bengaluru airport and within the cargo premises (at Bengaluru

airport). ISRO will take the necessary permission for entry of the security

personnel from concerned authorities in this regard.

8.4 The bidder shall ensure the safety and security of the cargo at the transit airports

enroute to the Cayenne airport.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 10

9. Insurance

9.1 ISRO shall arrange for insuring the cargo (spacecraft and allied equipment) for the

entire period of transportation. The bidder shall provide necessary support in

providing clarifications in this regard.

9.2 Insurance for Standard shipping containers: The empty containers should be

insured by the bidder for their container cost for the entire period from delivery to

ISRO (10 days before shipment) till eight months for any damages due to handling,

storage etc. In case the containers are retained beyond eight months, the bidder

should provide insurance for the empty containers for this extended period as

specified by ISRO and ISRO shall reimburse the cost of insurance for the extended

period against submission of insurance documentary proof.

9.3 The liability of bidder is limited under the rules governed under Warsaw

Convention of 1929 “Convention for the Unification of Certain Rules Relating to

International Carriage by Air” suitably amended as Montreal Convention of 1999.

10. Schedule

10.1 The nominal shipment schedule for each spacecraft is given below:

Table –1: Shipment Schedule (Nominal)

S.No. Spacecraft Shipment Schedule (Nominal)

1 S3 Spacecraft & Allied Equipment 10thOctober 2018 + 6 months

2 S1 Spacecraft & Allied Equipment 1st November 2018 + 6months

3 S2 Spacecraft & Allied Equipment 15thMay 2019 + 6 months

Note:

ISRO shall provide 15 days prior intimation on a seven days window for each

spacecraft transportation.ISRO shall intimate exact date of shipment to the bidder

7calendar days before the actual departure. The total duration of shipment from

take-off at Bengaluru, India to Flex Eboue Airport, Cayenne shall be less than or

equal to 3 days.

ISRO shall provide sevencalendar days prior notice in case of any requirements for

rescheduling/postponement of spacecraft transportation from the agreed date.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 11

ANNEXURE – A1

The details of the spacecraft container for each spacecraft (S1, S2 & S3) are given below:

Container Container-1 + S1/S2 Container 2 + S3

Length (cm) 780 1220

Width (cm) 454 542

Height (cm) 403 415.5

Volume (m3) 145 274.7

Weight (tons) 18 40

Minimum crane capacity

to handle container

60 tons 160 - 250 tons

Aircraft compatibility AN-124 AN-124

Ground transportation

ISRO flatbed trailer

Flatbed trailer with air

suspension (bidder's

responsibility)

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 12

ANNEXURE – A2

The tentative consolidated list of allied equipment along with spacecraft container is given below for each spacecraft (S1 and S2):

Length Width Height

1

Spacecraft Transportation Container with Spacecraft (S1/S2)

112000 /

18000 126/143

2 Container Handling System

600 80 100 1 850.00 4.80

3 Container Tool Box 120 120 150 1 200.00 2.164 Ladder 300 100 30 1 50.00 1.005 GN2 Cylinders & Stands 70 90 150 2 350.00 2.006 4 Bar Fixture 426 213 100 1 3000.00 9.10

7Allied Equipment in Standard 20 Feet Containers

605 250 290 6 47350.00 255.00

8 Remote Filling Equipment

214 183 220 1 750.00 8.70

9 FTU Fuel Cart 214 183 220 1 1250.00 8.70

10 Panel Integration / Handling Fixtures

335 300 250 1 3000.00 25.10

16 72000.00 Approx.

460.00 Approx.

Total

As per Annexure – A1 for each of the

spacecraft

S.No. ItemsDimensions (cm) Total

Weight (kg)

Total Volume

(m3)Qty.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 13

ANNEXURE – A3

About Seventy boxes and equipment with following indicative dimensions with weight and volume are given below and most of these are to be stuffed inside the standard six shipping containers – applicable for S1 & S2.

Quantity Dimensions Volume

(m3) Weight

(kg) Length (cm)

Width (cm)

Height (cm)

15 125 100 225 42.19 6200.00 30 125 100 100 37.50 5600.00 6 220 200 220 58.08 5000.00 2 100 100 100 2.00 400.00 2 150 100 100 3.00 1000.00 3 400 200 100 24.00 6700.00 7 200 180 100 25.20 2100.00 4 300 100 100 12.00 650.00 1 500 100 100 5.00 1700.00 Loose items 45.00 3000.00

70 Total 254.00 32350.00

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART A: TECHNICAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 14

ANNEXURE – A4

The sketch showing the spacecraft container (S1 and S2) with its handling system details is given below:

Container-1

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 15

ANNEXURE – A5

Container-2

Details of Spacecraft Transportation System (STS)

Spacecraft Transportation system (STS) used to transport spacecraft from ISITE campus

Bengaluru to Felix Eboue Airport, Cayenne, French Guyana is illustrated in Figure A2

and its other particulars are given in Figures A3 to A5.

Dimension: 12.2x5.2x4.15 metres. Weight 38 tons

Illustration of the Spacecraft Transportation System

Handling system

Pressure Equalization

Lifting Jacks

Mobility Jacks

Container Corner

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 16

External Dimension of Spacecraft Transportation System inside Indicative AN124 cargo envelope

(All Dimensions in millimeter)

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 17

Details of Spacecraft Transportation Container (STS) for Cargo Loading with Spacecraft

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 18

All Dimensions are in mm.

Mass: Approx. 2000kg

.

Dimensional Details of Handling Beam and Shackle

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 19

ANNEXURE – A6

The tentative consolidated list of allied equipment along with spacecraft container is given below for S3 Spacecraft:

S.No. Items

Dimensions (cm) External Weight

(kg) Volume

(m3) Qty Length Width Height

1

Spacecraft transportation container with S3 spacecraft, Clamp band and spacecraft adaptor

1220 545 416 38000 276.6 1

2 Spacecraft transportation container handling system 600 32 80 1850 1.54 1

3 Four bar fixture 510 250 160 5000 20.4 1

4 Battery panel integration fixture with two mounting frame

298 99 103.4 350 3.05 1

5 Payload panel integration fixture with two mounting frame

410 458.3 291.5 1925 54.77 1

6 Ka Band Handling System 300 20 50 300 0.3 1

7 HK Panel Integration Fixture with two mounting frame

315 230 280 1000 20.29 1

8 Spacecraft handling system, Dummy mass plates, z frames etc

400 100 100 1000 4 1

9 Cylinder trolley with 2 GN2 cylinders 150 100 150 750 2.25 1

10 Tool box 40 20 20 30 0.02 1

11 Four Bar Fixture S/C container electrical panel 200 100 200 250 4 1

12 Four Bar Fixture S/C electrical panel 200 100 200 250 4 1

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENTS PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-T01 August 2018

Page: 20

*Dimension of each Container

13 Alignment equipment, computer& theodolite etc. 130 90 97 400 1.13 1

14 Cylinder trolley with 2 GN2 cylinders 150 100 150 100 2.25 1

15 Cylinder trolley with 2 GN2 cylinders 150 100 150 100 2.25 1

16

Allied equipment packed in 20feet container *(includes tare weight of container – 2315kg)

605 243 289 4115 42.48 1

17

Allied equipment packed in 20feet container *(includes tare weight of container – 2315kg)

605 243 289 5942 42.48 1

Total 70000.00 Approx.

500.00 Approx. 17

ISRO-URSC-TPT-RFP-C01 August 2018

REQUEST FOR PROPOSAL (RFP) FOR

TRANSPORTATION OF ISRO SPACECRAFT S1,S2&S3AND ALLIED

EQUIPMENT

PART B – COMMERCIAL

August 2018

U.R.Rao Satellite Centre / ISRO Bengaluru

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 2

Important:

A. The intending Tenderers are advised to read the Technical specifications, terms and

conditions and all other details relating to the work contemplated in the Bid

document carefully, and fully acquaint themselves as to all conditions and matters

which may in anyway affect the work or cost thereof. The Tenderer shall be deemed

to have read, understood and to know the entire nature, scope and magnitude of the

work. Tenderer should Bid/Offer only if he considers himself eligible, represents

thus, and only if it is in possession of all documents required to be submitted, as per

the tender. The intending Tenderers are required to bid after carefully examining

all instructions, eligibility criteria, forms, terms standards and specifications as per

the tender document with full understanding of its implications on all matters

concerned with this Tender.

B. If the Tenderer is found ineligible after opening of tenders, his tender shall become

invalid ipso facto, and costs of the tender document and processing fees,

asapplicable shall not be refunded. Offers which are not in compliance with the

tenderconditions will be rejected, without assigning any reasons thereof. Failure to

furnishall requisite information and/or documents shall result in rejection of the

Offer.Notwithstanding the foregoing, U R Rao Satellite Centre [URSC] [Formerly

knownas ISRO Satellite Centre [ISAC]], Bengaluru reserves the right to assess

thecapability of the Tenderer to perform the contract keeping in view the

overallinterest of URSC, by applying such guidelines as it deems fit. In the event,

theTenderer’s capability and capacity are found to be unsatisfactory; URSC

reservesthe right to reject the bid, without assigning any reasons thereof.

C. Any neglect, omission or failure on the part of the Tenderer in obtaining

necessaryinformation as stated above or in any other matter affecting the Tenderer

shall notrelieve him from any risks or liabilities or the entire responsibility for

completion ofthe work in accordance with the bid documents.

Definitions:

In the Contract, the following expressions shall, unless the contextotherwise requires,

have the meanings, hereby respectively assigned to them:

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 3

A. “Acceptance” shall mean conditional determination by Purchaser ofthe completion

of the Work/Service or any element thereof in accordance with theContract, by

issuance of a Certificate of Substantial Completion of Work as provided inthe

Contract.

B. ‘’Approval’’ shall mean approval in writing issued by the Purchaser, in terms of

thetender.

C. ‘‘Contract’’ shall mean the documents forming the tender, the offer, the award

oftender, general and special conditions of contract (if any) and the

formalagreement executed between the competent authority on behalf of Purchaser

andthe Contractor, together with the documents referred to therein including

theconditions enumerated herein, specifications, designs, drawings and

instructionsissued from time to time by the competent authority of Purchaser and

all thesedocuments taken together, shall be deemed to form one Contract and shall

becomplementary to one another.

D. ‘‘Contractor’’ shall mean the individual, firm, Limited Liability Partnership [LLP] ora

duly incorporated company, undertaking the works and shall include the

legalrepresentatives, affiliates, successors-in-interest, permitted assigns,

Heirs,Executors and Administrators of such individual, LLP, Firm or Company, as

thecase may be, unless repugnant to the context or meaning thereof.

E. ‘‘Contract Value’’ shall mean the sum for which the tender is accepted as per

theLetter of Award.

F. ‘‘Purchaser’’ shall mean The President of India represented by its Director orHead,

Purchase and Stores, U R Rao Satellite Centre, Bengaluru or his successorsor

assigns.

G. “ISITE” shall mean ISRO Satellite Integration and Test Establishment

[ISITE],Marathhalli Outer Ring Road, Karthik Nagar, Bengaluru - 560 037 via HAL

Airport,Bengaluru.

H. “Transportation” shall mean Transportation of three ISRO Spacecraft (S1, S2 and

S3)and their corresponding Allied Equipment along with loose items from ISITE to

Felix Eboue Airport, Cayenne, FrenchGuyana.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 4

1. Preparation of Quotation

Quotations against this tender are invited in Two Parts. They are:

Part-A [Technical and Commercial Bid]- 2 sets of signed hard copies to

besubmittedPart-B [Price Bid]-1 set of signed hard copy to be submitted.

Please go through the following instructions as to how you have to prepare your

offerand sent to us to become a valid tender.

Part-A – Technical and Commercial Bid

[a] Technical Bid:

The Technical Specifications/Scope of Work offered by you for the Transportation

ofthree ISRO Spacecraft S1, S2& S3 and their corresponding Test &Allied Equipment

along with loose items from ISITE to Felix Eboue Airport, Cayenne, French Guyana

in response toour tender are required to be incorporated by you. You have to

provide the compliance statement duly confirming all theparameters of the Scope of

Work offered by you. All the points are to be properlyresponded with the

Specifications/Scope of Work instead of simply mentioning“compliant” or

otherwise. The corresponding data sheets, brochures whereverapplicable are

required to be enclosed in support of the Specifications/Scope of Workoffered by

you. In case of non-compliance or partial compliance, appropriate reasons /

clarification shall be clearly indicated.

[b] Commercial Bid:

The Commercial terms applicable for this tender such as Time Schedule, Submission

ofEarnest Money Deposit, Security Deposit, Acceptance of Liquidated

Damages,Applicability of Goods and Services Tax, Acceptance to our Standard

Terms ofPaymentetc., shall come in this part. A copy of the Price Bid by masking the

prices shall be enclosed to the Technical and Commercial part [Part-A] to clearly

understand as towhether you have provided the prices as per our tender

documents.

The Technical and Commercial part prepared as above has to be enveloped and

super-scribed as follows and sealed.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 5

Part – B – Price Bid

The prices applicable for the Specifications/Scope of Work and for the commercial

termsindicated by you in Part-A, shall come into this part. In case a format is

provided togive the prices, the same shall be filled and attested by you.

The price part prepared as above has to be enveloped and super-scribed as follows

andsealed:

Tender Ref No:

Due Date for submission of Tender:

Part – A (Technical and Commercial Bid)

To

The Head, Purchase & Stores (Projects)

U R Rao Satellite Centre

[Formerly known as ISRO Satellite Centre[ISAC]]

HAL Airport Road, Vimanapura Post

Bengaluru – 560 017, India

From

_____________________________

_____________________________

Tender Ref No:

Due Date for submission of Tender:

Part – B (Price Bid)

To

The Head, Purchase & Stores (Projects)

U R Rao Satellite Centre

[Formerly known as ISRO Satellite Centre[ISAC]]

HAL Airport Road, Vimanapura Post

Bengaluru – 560 017, India

From

_____________________________

_____________________________

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 6

The Part-A [Technical and Commercial Bid] cover and the Part-B [Price Bid]

prepared asabove shall be inserted in another envelope and super scribed as

follows and sealed.

The tender prepared as above shall be delivered to the addressee so that they

receivethe tender before the due date and time. The offers received after the due

date and duetime shall be summarily rejected and will not be considered.The

Bidder shall fill the compliance matrix as provided in the Techno-Commercial part.

2. Indian Service Provider

The Bidder shall possess or Hire an Indian Service Provider having valid

CustomsHouse Agents (CHA) License for handling and exporting of the consignment

andsubmit a copy of the valid License along with the Techno-Commercial Bid.

3. Valid Agreement with Airline Company

The bidder shall provide a document issued by the owner of AN-124 confirming his

acceptance to provide the services of proposed AN-124

a. directly through the bidder or

Tender Ref No:

Due Date for submission of Tender:

Part – A& Part – B are kept inside and individually sealed

To

The Head, Purchase & Stores (Projects)

U R Rao Satellite Centre

[Formerly known as ISRO Satellite Centre[ISAC]]

HAL Airport Road, Vimanapura Post

Bengaluru – 560 017, India

From

_____________________________

_____________________________

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 7

b. through any other service provider with the involvement of the bidder

Adherence to this Clause iscompulsory otherwise the Tender will be rejected.

4. Experience

The Bidder shall have prior experience in handling similar heavy and

delicateSpacecraft with Over Dimensional Cargo [ODC] and transportation

operations on anAN-124 Aircraft. A copy of the contract for having operatedsuch

cargo shall beenclosed in support of your Quotation. Adherence to this Clause

iscompulsory otherwise the Tender will be rejected.

5. Validity

The proposal shall be valid for 120 days from the date of tender opening.

6. Point of Contact

Any queries regarding this RFP may be addressed to Head, Purchase & Stores

(Project) - email: [email protected].

7. Shipment Schedule

The nominal shipment schedule for each spacecraft is given below:

Table –1: Shipment Schedule (Nominal)

S.No. Spacecraft Shipment Schedule (Nominal)

1 S3 Spacecraft & Allied Equipment 10th October 2018 + 6 months

2 S1 Spacecraft & Allied Equipment 1st November 2018 + 6months

3 S2 Spacecraft & Allied Equipment 15thMay 2019 + 6 months

Note:

ISRO shall provide 15 days prior intimation on a seven days window for each

spacecraft transportation.ISRO shall intimate exact date of shipment to the bidder

7 calendar days before the actual departure. The total duration of shipment from

take-off at Bengaluru, India to Flex Eboue Airport, Cayenne shall be less than or

equal to 3 days.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 8

ISRO shall provide seven calendar days prior notice in case of any requirements

for rescheduling/postponement of spacecraft transportation from the agreed date.

8. Bid Submission

The Bidder shall quote for a Chartered Aircraft exclusively for transporting the

Spacecraft andits Test & Allied Equipment as per the Price Template Part-B, only in

a separate sealedcover super-scribing our Tender No and the due date on the

envelope. Any/All Bidsby way of FAX/E-MAIL will not be accepted.

9. Taxes & Duties

The applicable taxes and duties, if any, shall be quoted separately. However, the

taxes and duties as applicable at the time of transportation of each spacecraft shall

be reimbursed against documentary evidence.

10. Income Tax

The Income Tax as applicable shall be deducted as per the provisionsof Income Tax

Act, 1961 and amended from time to time and necessary certificateshall be issued

by Accounts Officer, URSC. Please mention your PAN.

11. Lowest Offer

The lowest offer (L-1) shall be decided based on the aggregate value of

allItems/Services of all 3 spacecraft (S1+S2+S3) put together for which quotation

have been called for, excluding taxes and duties. The taxes & duties applicable at the

time of transportation shall be reimbursed against documentary evidence.

12. Basis of Pricing

The Price offered shall be firm and fixed except for Fuel Price Variation

mentionedat Clause No. 12.

a. The Transportation Charges shall be arrived at based on the fuel prices

declared by M/s. Indian Oil Corporation, Devanahalli, Bengaluru, India

prevailing on 1st August 2018 applicable to scheduled International

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 9

Airlinesfrom KIAL, Bengaluru (excluding GST &termed Reference Price in US

Dollar per Kilo Litre). A copy of aviation fuel tariff prevailing on 1st August 2018

shall be submitted along with the price bid.

b. The Transportation Charges shall include:

Fixed Costs: This includes cost towards all servicesmentioned at Sl. No. 2

to 6 of the Price Bid Part-B required for executing the Transportation

operations of theSpacecraft and Test & Allied Equipment.

Variable Costs:This includes Fuel Cost only.

Price & Schedule Variation

a. Fuel Price Variation:Any variation in the fuel price on the date

ofcommencement of transportation with respect toReference Price either

upward ordownward beyond 5% will be reimbursed/deducted. This shall be

applicable only on the variable cost (charges incurred towards Aviation

Turbine Fuel). Thesample calculation is shown in Annexure C2.

b. Schedule Variation:In the event the Spacecraft shipment schedule exceeds

thenominal schedule (as indicated in Clause No. 7), the Bidder shall indicate

thepercentage variation in the fixed cost on per quarter of year basis beyond

the schedule period.

13. Payment

ISRO/URSC will release the payment to the selected Contractor as applicable inUS

Dollar or equivalent Indian Rupees based on the Telegraphic Transfer (T.T)Selling

Rate of exchange prevailing on the date of Aircraft Take Off from HALAirport,

Bengaluru on submission of documentary proof for rate of exchange fromState

Bank of India. The payment would be made at the earliest but not laterthan 30 days

from the date of receipt of invoice and other relevant documentscorrectly made in

all respects from the Contractor.

The payment for Indian Contractor shall be in Indian Rupees (INR) and

forContractor from outside India shall be in United States Dollar (USD).

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 10

14. Cancellation Clause

The Bidder shall propose the applicable terms and conditions for cancellation

ofContract during the contractual period. The cost impact, if any, shall be specifiedin

terms of percentage only. This shall be mutually agreed before finalizing

theContract.

15. Transhipment

Trans-shipment of Cargo between Bengaluru and Felix Eboueis not

permittedexcept due to Force Majeure. In such an event, the Contractor shall

informISRO/URSC immediately and perform all necessary procedures to complete

thetransportation. The Contractor is also fully responsible for all the

associatedoperations for safe transportation of the cargo up to Felix Eboue,

Cayenne Airport,French Guyana without any cost impact for ISRO/URSC.

16. Language

All parts of the proposal and any communication relating thereto shall be writtenin

English Language only. Any document originally in a language other thanEnglish

must be accompanied with certified English translation and only then thesame shall

be considered for evaluation.

17. Liquidated Damages

The time and date stipulated in the Contract for the Transportation of S1S2, S3

Spacecraft; Test & Allied Equipment shall be deemed to be the essenceof the

Contract. If the Contractor fails to Transport S1, S2&S3 Spacecraft; Test & Allied

Equipment to Felix Eboue, Cayenne Airport, French Guyana asper the firm date

informed by ISRO/URSC which shall be within the timesSpecified in Sl. No 7 or any

extension thereof, ISRO/URSC shall recover from theContractor as Liquidated

Damages a sum of one-half of one percent (0.5%) of theTotal Contract value of the

undelivered service portion of S1, S2& S3 Spacecraft; Test & Allied Equipment for

each calendar week of delay or part thereof. The total LiquidatedDamages shall not

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 11

exceed 10% of the Total Contract value of the Transportation of S1, S2, & S3

Spacecraft; Test & Allied Equipment so delayed.

18. Contractor's Default Liability

ISRO/URSC may upon written notice of default to the Contractor, shall beentitled to

terminate the Contract giving 30 Days prior notice, in whole or in part,at the sole

risk and cost of the Contractor, in circumstances detailed hereunder:

a. If in the judgement of ISRO/URSC, the Contractor fails to fulfil their

contractualobligations within the time specified in the Contract/Agreement or

within theperiod for which extension has been granted by ISRO/URSC to the

Contractor.

b. If in the judgment of ISRO/URSC, the Contractor fails to comply with any of

theother provisions of this Contract.

In the event ISRO/URSC terminates the Contract in whole or in part as

providedhereinabove, ISRO/URSC reserves the right to get the services, upon such

termsand in such a manner as ISRO/URSC may deem appropriate, services similar

tothat terminated and the Contractor shall be liable to ISRO/URSC for anyadditional

costs for such similar services and/or for Liquidated Damages for delaysas defined

in the Contract until such reasonable time as may be required for thefinal Service.

In the event ISRO/URSC does not terminate the Contract as provided above,

theContractor shall continue the performance of the Contract in which

case,Contractor shall be liable to ISRO/URSC for Liquidated Damages as set out in

theContract until the services are accepted.

19. Arbitration

In the event of any dispute/s, difference/s or claim/s arising out of or relating tothe

interpretation and application of the Contract, such dispute/s or difference/sor

claim/s shall be settled amicably by mutual consultations of the good Offices ofthe

respective Parties and recognizing their mutual interests attempt to reach asolution

satisfactory to both the parties. If such a resolution is not possible, within30 days

from the date of receipt of written notice of the existence of suchdispute/s, then the

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 12

unresolved dispute/s or difference/s or claim/s shall bereferred to the Sole

Arbitrator appointed by the Parties by mutual consent inaccordance with the rules

and procedures of Arbitration and Conciliation Act 1996together with amendments

thereto or any modification thereof.

The arbitrationshall be conducted in Bengaluru in the Arbitration and Conciliation

Centre –Bengaluru (Domestic and International) as per its rules and regulations.

Theexpenses for the Arbitration shall be shared equally or as may be determined

bythe Arbitrator. The considered and written decision of the Arbitrator shall be

finaland binding between the Parties. The applicable language for Arbitration shall

be“English” only.

Work under the contract shall be continued by the Tenderer during the pendencyof

arbitration proceedings, without prejudice to a final adjustment in accordancewith

the decision of the Arbitrator unless otherwise directed in writing by thePurchaser

or unless the matter is such that the works cannot be possiblycontinued until the

decision (whether final or interim) of the Arbitrator isobtained. Adherence and

acceptance to this Clause is Compulsory, otherwisethe Tender will be rejected.

20. Arbitration with Overseas Supplier

In the event of any dispute or difference arising out of or in connection with

thisPurchase Order, such dispute or difference shall be settled amicably by

mutualconsultants or through the good offices of the respective parties. If

suchresolution is not possible, then the unresolved dispute or difference shall

bereferred to the Sole Arbitrator appointed in accordance with provisions of

theICADR Arbitration Rules, 1996 of the International Centre for Alternative

DisputeResolution, New Delhi. The Arbitration shall be conducted in India in

accordancewith the Rules & Procedures of the Arbitration and Conciliation Act of

1996 or anyre-enactment or modification thereof. The expenses for the Arbitration

shall bepaid as may be determined by the Arbitrator. The Seat for Arbitration shall

beBengaluru. The applicable language for Arbitration shall be English

only.Adherence and acceptance to this Clause isCompulsory or otherwise the

Tenderwill be rejected.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 13

21. Applicable Law &Jurisdiction

The Contract shall be interpreted,construed and governed by the Laws of India and

the Courts in Bengaluru Cityalone shall have exclusive jurisdiction in this regard, to

the extent permissibleunder the Arbitration and Conciliation Act, 1996, including

statutory modificationsor amendments, thereto. Adherence and acceptance to this

Clause is Compulsoryor otherwise the Tender will be rejected.

22. Bidder’s Representative

No company or person (other than a full-time bona-fide employee working solelyfor

the Bidder), including any local coordinator, shall be employed or retained bythe

Bidder to solicit, secure or participate in any negotiations/correspondencesthat

may be called for. If the Bidder pays to any company, any fee, commission r

brokerage, contingent upon or resulting from the award of any contractsresulting

from this RFP, ISRO/URSC is not responsible for such payments. TheBidder shall

explicitly make a statement to this effect in its proposal.

23. Force Majeure

a. Neither party shall bear responsibility complete or partial non-performance

of anyof his obligations [except for failure to pay any sum which has become

due onaccount of receipt of Services under the provisions of the

PurchaseOrder/Contract], if the non-performance results from such force

majeurecircumstances such as, but not restricted to, flood, fire, earthquake,

civilcommotion, sabotage, explosion, epidemic, quarantine restriction, strike,

lockout,freight embargo, acts of the Government either in its sovereign or its

contractualcapacity, hostility, acts of public enemy and other acts of God as

well as war orrevolution, military operation, blockade, acts or actions of

state authorities or anyother circumstances beyond the control of the parties

that have arisen after theconclusion of Purchase Order/Contract. In such

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 14

circumstances, the time stipulatedfor the performance of an obligation under

the Purchase Order/Contract may beproportionately extended.

b. The party for whom it has become impossible to meet the obligation

underhiscontract due to force majeure condition shall notify the other party

in writing notlater than 7 days from the date of the occurrence and cessation

of the forcemajeure condition/s. In the event of delay lasting over one

month, arising fromforce majeure causes, the Purchaser reserves the right to

cancel the contractwithout any obligation to compensate the Tenderer in any

manner. Unless agreedby both the parties, in writing, the Contractor shall

continue to perform hisobligations under the Purchase Order/Contract as far

as is practical and shall seekall reasonable alternative means for

performance not prevented by the forcemajeure event.

c. Any Certificate issued by the Chamber of Commerce or any other

competentauthority or organization of the respective country shall be

sufficient proof ofcommencement and cessation of the above circumstances.

In case of failure tocarryout complete or partial performance of an obligation

for more than 60 days,either party shall reserve the right to terminate the

Contract totally orpartially. Aprior written notice of 30 days to the other

party will be given informing of theintention to terminate without any

liability.

The Force Majeure condition is applicable only to the prime Contractor

andPurchaser and not to sub-contractors, if any.

24. Bank Charges

All Bank Charges within India shall be borne by ISRO/URSC. Similarly, all

BankCharges outside India shall be to the account of the Contractor.

25. Counter Terms and Conditions of Bidder/Contractor

Where Counter Terms and Conditions / printed or cyclostyled conditions havebeen

offered by the Bidder, the same shall not be deemed to have been acceptedby

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 15

ISRO/URSC, unless specific written acceptance thereof is obtained andincorporated

into the Contract to be entered between the Parties upon award ofthe Contract.

26. Earnest Money Deposit [EMD] / Bid Security

The Techno-Commercial Bid should be accompanied with an Earnest MoneyDeposit

(Refundable) of Rs. 5 Lakhs [Rupees Five Lakhs Only] in a singleinstalment through

Demand Draft/Banker’s Cheque/Fixed Deposit Receipts orBank Guarantee from

any of the Nationalised/Scheduled Banks executed on non-judicialStamp paper of

appropriate value. In case of Bank Guarantee, it should bevalid for a period of 45

days beyond the final Tender validity date. EMD in theform of Demand Draft/Bank

Draft should be drawn in favour of Accounts Officer, U R Rao Satellite Centre,

Bengaluru. EMD in the form of Bank Guarantee shall besubmitted as per the Format

given in Annexure C3.

The Earnest Money Deposit in respect of the Bidders who do not qualify

theTechnical Bid [First Stage] / Financial Bid [Second Competitive Stage] shall

bereturned to them at the earliest without any interest after the expiry of the

finalBid validity and latest on or before the 30th day after the award of the Contract.

The EMD will be forfeited if the Bidder withdraws or amends or impairs

orderogates from the Tender in any respect within the validity period of the

Tender.However, the EMD in respect of the successful Bidder shall be adjusted

towardsthe Security Deposit.

Failure to furnish Security Deposit by the successful Bidder within the

specifiedperiod shall also result in forfeiture of EMD.

Foreign Vendors, Registered Vendors or vendors who have already applied

forrenewal of registration with URSC, Central PSUs/PSEs/Autonomous Bodies,

Microand Small Enterprises, KVIC, National Small Industries Corporation, etc.,

areexempted from the payment of EMD.

Any tender not accompanied with EMD shall be treated as invalid tender

andrejected.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 16

Bidders seeking exemption from payment of EMD, under the above

mentionedCategory shall submit necessary proof for claiming such exemption.

27. Tender Fee

Interested Bidder may, at their option, download the tender documents from

thewebsite; www.isro.gov.in and submit offers along with the prescribed Tender

Feein the form of Bank Draft (Demand Draft). The Demand Draft towards Tender

Feeshould be furnished along with Techno-commercial Bid only. At the time

ofopening Tender, if the offer does not contain tender fee in the Techno-

CommercialBid, the same will be treated as incomplete and such offer(s) will be

rejected.

Tender fee shall be payable only in the form of Bank Draft (Demand Draft) drawnin

favour of Accounts Officer, U R Rao Satellite Centre, Bengaluru, payable

atBengaluru. No other mode of payment for tender fee is acceptable.

Quotations received without payment of Tender Fee will not be considered.

Bidder Firm’s Name and Tender Number shall be indicated on the reverse side of

the Demand Draft/Bank Draft.

The Demand Draft/Bank Draft for the Tender Fee should not be dated prior to

thedate of publication of Public Tender Notification.

Tender fee will not be refunded.

Note:

a. Foreign Bidders submitting their Bids directly are exempted from paymentof

Tender Fees.

b. Foreign Bidders submitting their Bids through their Indian

Agents/Indiansupport should furnish the Tender Fees as mentioned above.

28. Parallel Contract

ISRO/URSC reserves the right to enter into parallel Contract/s with one or

moreContractors for availing same/similar Service or any portion thereof that

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 17

iscovered by the Contract and the Contractor shall not have any

objectionwhatsoever therefore.

29. Security Deposit

On acceptance of the tender, the Contractor shall, deposit with ISRO/URSC,within

the period specified by ISRO/URSC, in any acceptable form asISRO/URSC may

determine, security deposit not exceeding 10% of the value ofthe Contract as

ISRO/URSC shall specify. If the Contractor is called upon byISRO/URSC to deposit,

‘Security’ and the Contractor fails to provide the securitywithin the period specified,

such failure shall constitute a breach of the Contract,and ISRO/URSC shall be

entitled to make other arrangements for availingservices Contracted at the risk of

the Contractor in terms specified in the Contractand/or to recover from the

Contractor, damages arising from such cancellation.

Security Deposit pertaining to Spacecraft shipment will be released on completionof

contractual obligations. No interest is payable on Security Deposit.

In case of non-compliance of any of the contractual obligations, the said

SecurityDeposit shall be forfeited /adjusted by ISRO/URSC. If the Contractor fails

tofurnish Security Deposit, the EMD shall be forfeited and appropriate penal

actionwill be initiated. Central Public Sector Undertakings [PSUs]/Public

SectorEnterprises [PSEs]/Autonomous Bodies are exempted from Security Deposit

[SD],and instead, an Indemnity Bond shall be executed in lieu of SD.

The proceeds of the Security Deposit shall be payable to the Purchaser

ascompensation for any loss resulting from the Tenderer’s failure to complete

hisobligations under the Contract. The Purchaser shall discharge the Security

Depositafter completion of Tenderer’s performance obligations.

Security Deposit shall be returned after completion of all the Contractual

obligationswith a “NO CLAIM CERTIFICATE” issued by Contractor as per our

specimen.Adherence to this clause is compulsory or otherwise the Tender will be

rejected.

30. Right to Accept or Reject

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 18

ISRO/URSC reserves the right to accept or reject any offer in part or full

withoutassigning any reason thereof.

31. Termination

Under the normal circumstances, Termination/Short Closing of the

PurchaseOrder/Contract is not foreseen. However, the Purchaser reserves the right

toterminate the Contract in whole or in part by giving 30 days’ prior notice

underany of the following circumstances:

a. For repeated non-performance or delay/s in the execution of

PurchaseOrder/Contract.

b. If the Contractor fails to Transport the Spacecraft S1, S2 & S3 and their

corresponding Test & Allied Equipmentfrom ISITE to Felix Eboue Airport

French Guyana within the stipulateddelivery schedule or any extension thereof,

granted by ISRO.

c. If the Contractor fails to perform any other obligations under

PurchaseOrder/Contract.

d. If the Contractor becomes bankrupt or otherwise insolvent or any

petitionseeking its insolvency is admitted by a Court/Tribunal of

competentjurisdiction or if the Contractor applies for voluntary insolvency or

entersinto any arrangement for deferred payment to its creditors.

e. Owing to deficiency of service and/or breach of Contract.

f. For inefficiency, indiscipline, irregularity, insincerity, indifference in

work,indulges in corrupt practices, disobedience, doubtful

credentials/integrity,etc., at any point of time during the Contract period.

g. If the Contractor is found to have made any false or fraudulent declarationor

statement to obtain the Contract or he is found to be indulging inunethical or

unfair trade practices.

h. When both the parties agree mutually.

i. Any special circumstances, which must be recorded to justify thecancellation or

termination of PO/Contract.

j. To terminate the Contract without assigning any reason.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 19

After the receipt of written notice, the Contractor shall undertake to observe

theinstructions of the Purchaser as to the winding up of the Contract both on his

ownpart and on the part of his Sub-Contractor[s].

In the case of Termination/Cancellation/Short Closing of Contract by thePurchaser

without any fault of the Contractor, the Contractor shall on receipt ofthe

Purchaser’s instructions forthwith take the necessary steps to implementthem. The

period to be allowed to implement them shall be fixed by the Purchaserafter

consultation with the Contractor and, in general, shall not exceed 3 Monthsafter

receipt of notice from the Purchaser.

32. Bid Securing Declaration:

The Tenderers/Bidders have to sign a Bid Securing Declaration accepting that

iftheTenderer[s] withdraw or modify their Bids during the period of validity, or

ifthey are awarded the Contract and they fail to sign the Contract, or fail to

submitEMD/Security Deposit before the deadline stipulated in the request for

BidDocuments or Purchase Order/Contract, they will be suspended for the period

of 5years and such Tenderer[s] will not be eligible to submit Bids for Contracts

withU R Rao Satellite Centre [URSC] and other Centres/Units of ISRO or

theDepartment of Space.

33. Bid Signing Authority

The Authority of the Person signing the Tender/Offer shall be produced along

withthe bid.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 20

Annexure C1

Price Details for Transporting Spacecraft & Allied Equipments

1. Exclusively chartered aircraft (All prices shall be in US Dollars)

Sl. No.

Activity S1 S2 S3

1. Transportation Charges from designated Bengaluru Airport to Felix Eboue Airport, Cayenne French Guyana by an Exclusive Chartered Aircraft.

2. The shipping container retention charges up to Eight months from the date of delivery at ISRO premises for Loading operations. (For Insurance,refer Part A- Technical)

3. Airport/Ground Handling Charges at designated Bangalore Airport.

4. Loading charges at URSC/ISITE premises, Bengaluru including containerization charges.

5. Unloading charges at Felix Eboue Airport, Cayenne if any

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 21

Sl. No.

Activity S1 S2 S3

6. Handling and transportation of S3 from URSC/ISITE to designated airport at Bangalore (applicable only for S3 as per the clause 3.3,3.6 of Technical -Part A)

Not Applicable

7. Any other charges (Provide the activity details).

TOTAL (SI. No. 1 to 7)

8. Percentage of transportation charges as given in SI.No.1 towards ATF.

9. Percentage variation in the transportation charges on per quarter of year basis for the fixed price.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 22

Annexure – C2

Sample Calculation of Variable Cost- Based on Fuel Cost Variation

(All figures are assumed for showing the sample calculation only)

Transportation charges from

Bengaluru Designated Airport to Flex

Eboue Airport, Cayenne, French

Guyana

100000 USD

Percentage of transportation charges

(as given in Sl.No.1 of Annexure C1)

towards variable cost –viz. Fuel ATF

70%

Calculation:

Amount towards fuel 70/100* 100000= 70000 USD

Assumed Fuel charges as on 1st May,

2015 (Reference Price) 516.77 USD/KL

Case 1:

Fuel Charges on the date of shipment

% Change in Fuel Cost

% increase beyond 5%

Increase in price due to fuel price

variation

555.53 USD/KL

(555.53-516.77)/516.77 X 100= 7.5%

7.5%-5%= 2.5%

70000*2.5/100= 1750 USD

AMOUNT TO BE PAID BY ISRO

TOWARDS VARIABLE COST 70000+1750=71750 USD

Case 2:

Fuel Charges on the date of shipment

% Change in Fuel Cost

% increase beyond 5%

Increase in price due to fuel price

variation

478.01 USD/KL

(478.01-516.77)/516.77 X 100= -7.5%

-7.5%+5%=-2.5%

70000*-2.5/100= -1750 USD

AMOUNT TO BE PAID BY ISRO

TOWARDS VARIABLE COST 70000-1750= 68250 USD

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 23

Annexure – C3

PROFORMA FORBANK GUARANTEE FOR EARNEST MONEY DEPOSIT

(On non-judicial stamp paper of appropriate value)

WHEREAS M/S. …………………………………………………………. (herein after called

the"Tenderer") have submitted their offer dated................................. for the supplyof

..................................................................... (herein after called the"tender") against tender

enquiry No. ……………………………….. dated ………….. made by……………………… (name

of the Centre/Unit) (herein after called the “Purchaser”);

KNOW ALL MEN by these presents that WE.....................................................(name of

the Bank and Branch) having our Registered Office at.......................................... (herein

after called the "Bank") are bound unto thePurchaser in the sum of` ..............

(Rupees ……………………. only) for whichpayment will and truly to be made to the

said Purchaser, the Bank binds itself, itssuccessors and assigns by these

presents; SEALED with the Common Seal of thesaid Bank this...................day of

.......................... (month) ………...... (year);

THE CONDITIONS OF THIS OBLIGATION ARE:

1. If the Tenderer withdraws or amends, impairs or derogates from the tender

inany respect within the period of its validity; and/or

2. If the tenderer, having been notified of the acceptance of their tender by

thePurchaserduring the period of its validity,

a. fails to furnish the Security Deposit/Performance Security prescribed by

thePurchaser for the due performance of the said Contract; and/or

a. fails or refuses to execute the Contract.,

WE undertake to pay the Purchaser up to the above amount upon receipt of

itsfirst written demand, without the Purchaser having to substantiate its

demand,provided that,in its demand, the Purchaser will note that the amount

claimed by itis due to it owing to the occurrence of one or both the two

conditions, specifyingthe occurred condition or conditions.

REQUEST FOR PROPOSAL TRANSPORTATION OF ISRO SPACECRAFT

AND ALLIED EQUIPMENT PART B: COMMERCIAL

ISRO-URSC-TPT-RFP-C01 August 2018

Page: 24

THIS GUARANTEE will remain in force up to and including 45 days after

the periodof tender validity and any demand by the Purchaser in respect thereof

shouldreach the Bank not later than the above date.

…………………………..………………………….

(Signature of the Authorised Officer of the Bank)

………………………………………………………

………………………………………………………

(Name and designation of the officer)

Seal

Name, Address of the Bank (Head Office) with Phone/Fax Nos.

Name & Address of the Branch with Phone/Fax Nos.

--------------------

ISRO Specification Bidder ComplianceCommercial SpecificationsImportant

A

The intending Tenderers are advised to read the Technical specifications, terms andconditions and all other details relating to the work contemplated in the Bid documentcarefully, and fully acquaint themselves as to all conditions and matters which may inanyway affect the work or cost thereof. The Tenderer shall be deemed to have read,understood and to know the entire nature, scope and magnitude of the work. Tenderershould Bid/Offer only if he considers himself eligible, represents thus, and only if it is inpossession of all documents required to be submitted, as per the tender. The intendingTenderers are required to bid after carefully examining all instructions, eligibilitycriteria, forms, terms standards and specifications as per the tender document with fullunderstanding of its implications on all matters concerned with this Tender.

B

If the Tenderer is found ineligible after opening of tenders, his tender shall becomeinvalid ipso facto, and costs of the tender document and processing fees, as applicableshall not be refunded. Offers which are not in compliance with the tender conditions willbe rejected, without assigning any reasons thereof. Failure to furnish all requisiteinformation and/or documents shall result in rejection of the Offer. Not with standingthe foregoing, U R Rao Satellite Centre [URSC] [Formerly known as ISRO Satellite Centre[ISAC]], Bengaluru reserves the right to assess the capability of the Tenderer to performthe contract keeping in view the overall interest of URSC, by applying such guidelines asit deems fit. In the event, the Tenderer’s capability and capacity are found to beunsatisfactory; URSC reserves the right to reject the bid, without assigning any reasonsthereof.

C

Any neglect, omission or failure on the part of the Tenderer in obtaining necessaryinformation as stated above or in any other matter affecting the Tenderer shall notrelieve him from any risks or liabilities or the entire responsibility for completion of thework in accordance with the bid documents.

Definitions

A“Acceptance” shall mean conditional determination by Purchaser of the completion of the Work/Service or any element thereof in accordance with the Contract, by issuance of a Certificate of Substantial Completion of Work as provided in the Contract.

B ‘’Approval’’ shall mean approval in writing issued by the Purchaser, in terms of the tender.

C

‘‘Contract’’ shall mean the documents forming the tender, the offer, the award of tender,general and special conditions of contract (if any) and the formalagreement executedbetween the competent authority on behalf of Purchaser andthe Contractor, togetherwith the documents referred to therein including the conditions enumerated herein,specifications, designs, drawings and instructions issued from time to time by thecompetent authority of Purchaser and all these documents taken together, shall bedeemed to form one Contract and shall be complementary to one another.

D

‘‘Contractor’’ shall mean the individual, firm, Limited Liability Partnership [LLP] or aduly incorporated company, undertaking the works and shall include the legalrepresentatives, affiliates, successors-in-interest, permitted assigns, Heirs, Executorsand Administrators of such individual, LLP, Firm or Company, as the case may be, unlessrepugnant to the context or meaning thereof.

E ‘‘Contract Value’’ shall mean the sum for which the tender is accepted as per the Letter ofAward.

F ‘‘Purchaser’’ shall mean The President of India represented by its Director or Head,Purchase and Stores, U R Rao Satellite Centre, Bengaluru or his successorsor assigns.

G“ISITE” shall mean ISRO Satellite Integration and Test Establishment [ISITE],

Marathhalli Outer Ring Road, Karthik Nagar, Bengaluru - 560 037 via HAL Airport,Bengaluru.

H“Transportation” shall mean Transportation of three ISRO Spacecraft (S1, S2 and S3)

and their corresponding Allied Equipment along with loose items from ISITE to FelixEboue Airport, Cayenne, French Guyana.Preparation of QuotationQuotations against this tender are invited in Two Parts. They are:Part-A [Technical and Commercial Bid]- 2 sets of signed hard copies to be submitted Part-B [Price Bid]-1 set of signed hard copy to be submitted. Refer Commercial Part B for Details

1

 Indian Service Provider

Valid Agreement with Airline CompanyThe bidder shall provide a document issued by the owner of AN-124 confirming hisacceptance to provide the services of proposed AN-124a.       directly through the bidder or b.      through any other service provider with the involvement of the bidder

Adherence to this Clause is compulsory otherwise the Tender will be rejected .

Experience

ValidityThe proposal shall be valid for 120 days from the date of tender opening. Point of ContactAny queries regarding this RFP may be addressed to Head, Purchase & Stores (Project) - email: [email protected] ScheduleThe spacecraft shipment schedule shall take place nominally during the period indicated here below:S3 Spacecraft & Allied Equipment: 10th October 2018 + 6 monthsS1 Spacecraft & Allied Equipment: 1st November 2018 + 6monthsS2 Spacecraft & Allied Equipment: 15th May 2019 + 6 months

v    ISRO shall provide 15 days prior intimation on a seven days window for eachspacecraft transportation. ISRO shall intimate exact date of shipment to the bidder 7calendar days before the actual departure. The total duration of shipment from take-offat Bengaluru, India to Flex Eboue Airport, Cayenne shall be less than or equal to 3 days.

v    ISRO shall provide seven calendar days prior notice in case of any requirements forrescheduling/postponement of spacecraft transportation from the agreed date.

7

5

6

3

The Bidder shall have prior experience in handling similar heavy and delicate Spacecraft with Over Dimensional Cargo [ODC] and transportation operations on anAN-124 Aircraft. A copy of the contract for having operated such cargo shall be enclosed in support of your Quotation. Adherence to this Clause is compulsory otherwise the Tender will be rejected.

4

2 The Bidder shall possess or Hire an Indian Service Provider having valid Customs House Agents (CHA) License for handling and exporting of the consignment and submit a copy of the valid License along with the Techno-Commercial Bid.

8 Bid Submission

The Bidder shall quote for a Chartered Aircraft exclusively for transporting theSpacecraft and its Test & Allied Equipment as per the Price Template Part-B, only in aseparate sealed cover super-scribing our Tender No and the due date on the envelope.Any/All Bids by way of FAX/E-MAIL will not be accepted.

9 Taxes & DutiesThe applicable taxes and duties, if any, shall be quoted separately. However, the taxesand duties as applicable at the time of transportation of each spacecraft shall bereimbursed against documentary evidence.

10 Income Tax

The Income Tax as applicable shall be deducted as per the provisions of Income Tax Act,1961 and amended from time to time and necessary certificate shall be issued byAccounts Officer, URSC. Please mention your PAN.

Lowest Offer

The lowest offer (L-1) shall be decided based on the aggregate value of all Items/Servicesof all 3 spacecraft (S1+S2+S3) put together for which quotation have been called for,excluding taxes and duties. The taxes & duties applicable at the time of transportationshall be reimbursed against documentary evidence.

12 Basis of PricingThe Price offered shall be firm and fixed except for Fuel Price Variation mentioned at Clause No. 12.

a

The Transportation Charges shall be arrived at based on the fuel prices declared by M/s.Indian Oil Corporation, Devanahalli, Bengaluru, India prevailing on 1st August 2018applicable to scheduled International Airlines from KIAL, Bengaluru (excluding GST &termed Reference Price in US Dollar per Kilo Litre). A copy of aviation fuel tariffprevailing on 1st August 2018 shall be submitted along with the price bid.

b The Transportation Charges shall include:Fixed Costs: This includes cost towards all services mentioned at Sl. No. 2 to 6 of the Price Bid Part -B required for executing the Transportation operations of the Spacecraft and Test & Allied EquipmentVariable Costs: This includes Fuel Cost onlyPrice & Schedule Variation

11

a

 Fuel Price Variation: Any variation in the fuel price on the date of commencement oftransportation with respect to Reference Price either upward or downward beyond 5%will be reimbursed/deducted. This shall be applicable only on the variable cost (chargesincurred towards Aviation Turbine Fuel). The sample calculation is shown in AnnexureC2.

bSchedule Variation :In the event the Spacecraft shipment schedule exceeds the nominalschedule (as indicated in Clause No. 7), the Bidder shall indicate the percentage variationin the fixed cost on per quarter of year basis beyond the schedule period.

13 PaymentISRO/URSC will release the payment to the selected Contractor as applicable in US Dollaror equivalent Indian Rupees based on the Telegraphic Transfer (T.T) Selling Rate ofexchange prevailing on the date of Aircraft Take Off from HAL Airport, Bengaluru onsubmission of documentary proof for rate of exchange from State Bank of India. Thepayment would be made at the earliest but not later than 30 days from the date ofreceipt of invoice and other relevant documents correctly made in all respects from theContractor.The payment for Indian Contractor shall be in Indian Rupees (INR) and for Contractorfrom outside India shall be in United States Dollar (USD).

14 Cancellation Clause

The Bidder shall propose the applicable terms and conditions for cancellation ofContract during the contractual period. The cost impact, if any, shall be specified in terms of percentage only. This shall be mutually agreed before finalizing the Contract.

15 TranshipmentTrans-shipment of Cargo between Bengaluru and Felix Eboue is not permitted except due to Force Majeure. In such an event, the Contractor shall inform ISRO/URSCimmediately and perform all necessary procedures to complete the transportation. TheContractor is also fully responsible for all the associated operations for safetransportation of the cargo up to Felix Eboue, Cayenne Airport, French Guyana withoutany cost impact for ISRO/URSC.

16 LanguageAll parts of the proposal and any communication relating thereto shall be written inEnglish Language only. Any document originally in a language other than English mustbe accompanied with certified English translation and only then the same shall beconsidered for evaluation.

17 Liquidated Damages

The time and date stipulated in the Contract for the Transportation of S1,S2,S3Spacecraft; Test & Allied Equipment shall be deemed to be the essence of the Contract. Ifthe Contractor fails to Transport S1,S2,S3 Spacecraft; Test & Allied Equipment to FelixEboue, Cayenne Airport, French Guyana asper the firm date informed by ISRO/URSCwhich shall be within the times pecified in Sl. No 7 or any extension thereof, ISRO/URSCshall recover from the Contractor as Liquidated Damages a sum of one-half of onepercent (0.5%) of the Total Contract value of the undelivered service portion of S1or/andS2 Spacecraft; Test & Allied Equipment for each calendar week of delay or partthereof. The total Liquidated Damages shall not exceed 10% of the Total Contract valueof the Transportation of S1, S2,S3 Spacecraft; Test & Allied Equipment so delayed.

18 Contractor's Default Liability

ISRO/URSC may upon written notice of default to the Contractor, shall been titled toterminate the Contract giving 30 Days prior notice, in whole or in part, at the sole riskand cost of the Contractor, in circumstances detailed hereunder:

aIf in the judgement of ISRO/URSC, the Contractor fails to fulfil their contractual

obligations within the time specified in the Contract/Agreement or within the period forwhich extension has been granted by ISRO/URSC to the Contractor.

b If in the judgment of ISRO/URSC, the Contractor fails to comply with any of the otherprovisions of this Contract.

In the event ISRO/URSC terminates the Contract in whole or in part as providedhereinabove, ISRO/URSC reserves the right to get the services, upon such terms and insuch a manner as ISRO/URSC may deem appropriate, services similar to that terminatedand the Contractor shall be liable to ISRO/URSC for any additional costs for such similarservices and/or for Liquidated Damages for delays as defined in the Contract until suchreasonable time as may be required for the final Service.

In the event ISRO/URSC does not terminate the Contract as provided above, theContractor shall continue the performance of the Contract in which case, Contractor shallbe liable to ISRO/URSC for Liquidated Damages as set out in the Contract until theservices are accepted.

19 Arbitration

In the event of any dispute/s, difference/s or claim/s arising out of or relating to theinterpretation and application of the Contract, such dispute/s or difference/s or claim/sshall be settled amicably by mutual consultations of the good Offices of the respectiveParties and recognizing their mutual interests attempt to reach a solution satisfactory toboth the parties. If such a resolution is not possible, within30 days from the date ofreceipt of written notice of the existence of such dispute/s, then the unresolveddispute/s or difference/s or claim/s shall be referred to the Sole Arbitrator appointed bythe Parties by mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 together with amendments thereto or any modificationthereof.

The arbitration shall be conducted in Bengaluru in the Arbitration and ConciliationCentre –Bengaluru (Domestic and International) as per its rules and regulations. Theexpenses for the Arbitration shall be shared equally or as may be determined by theArbitrator. The considered and written decision of the Arbitrator shall be final andbinding between the Parties. The applicable language for Arbitration shall be “English”only.

Work under the contract shall be continued by the Tenderer during the pendency ofarbitration proceedings, without prejudice to a final adjustment in accordance with thedecision of the Arbitrator unless otherwise directed in writing by the Purchaser orunless the matter is such that the works cannot be possibly continued until the decision(whether final or interim) of the Arbitrator is obtained. Adherence and acceptance tothis Clause is Compulsory, otherwise the Tender will be rejected.

20 Arbitration with Overseas Supplier

In the event of any dispute or difference arising out of or in connection with thisPurchase Order, such dispute or difference shall be settled amicably by mutualconsultants or through the good offices of the respective parties. If such resolution is notpossible, then the unresolved dispute or difference shall be referred to the SoleArbitrator appointed in accordance with provisions of the ICADR Arbitration Rules, 1996of the International Centre for Alternative Dispute Resolution, New Delhi. TheArbitration shall be conducted in India in accordance with the Rules & Procedures of theArbitration and Conciliation Act of 1996 or any re-enactment or modification thereof.The expenses for the Arbitration shall be paid as may be determined by the Arbitrator.The Seat for Arbitration shall be Bengaluru. The applicable language for Arbitration shallbe English only. Adherence and acceptance to this Clause is Compulsory or otherwise theTender will be rejected.

21 Applicable Law & Jurisdiction

The Contract shall be interpreted, construed and governed by the Laws of India and theCourts in Bengaluru City alone shall have exclusive jurisdiction in this regard, to theextent permissible under the Arbitration and Conciliation Act, 1996, including statutorymodifications or amendments, thereto. Adherence and acceptance to this Clause isCompulsory or otherwise the Tender will be rejected.

22 Bidder’s Representative

No company or person (other than a full-time bona-fide employee working solely for theBidder), including any local coordinator, shall be employed or retained by the Bidder tosolicit, secure or participate in any negotiations/correspondences that may be called for.If the Bidder pays to any company, any fee, commission r brokerage, contingent upon orresulting from the award of any contracts resulting from this RFP, ISRO/URSC is notresponsible for such payments. The Bidder shall explicitly make a statement to this effectin its proposal.

23 Force Majeure

a

  Neither party shall bear responsibility complete or partial non-performance of any ofhis obligations [except for failure to pay any sum which has become due on account ofreceipt of Services under the provisions of the Purchase Order/Contract], if the non-performance results from such force majeure circumstances such as, but not restrictedto, flood, fire, earthquake, civil commotion, sabotage, explosion, epidemic, quarantinerestriction, strike, lockout ,freight embargo, acts of the Government either in itssovereign or its contractual capacity, hostility, acts of public enemy and other acts of Godas well as war or revolution, military operation, blockade, acts or actions of stateauthorities or any other circumstances beyond the control of the parties that have arisenafter the conclusion of Purchase Order/Contract. In such circumstances, the timestipulated for the performance of an obligation under the Purchase Order/Contract maybe proportionately extended.

b

a.       The party for whom it has become impossible to meet the obligation under hiscontract due to force majeure condition shall notify the other party in writing not laterthan 7 days from the date of the occurrence and cessation of the force majeurecondition/s. In the event of delay lasting over one month, arising from force majeurecauses, the Purchaser reserves the right to cancel the contract without any obligation tocompensate the Tenderer in any manner. Unless agreed by both the parties, in writing,the Contractor shall continue to perform his obligations under the PurchaseOrder/Contract as far as is practical and shall seek all reasonable alternative means forperformance not prevented by the force majeure event.

c

a.       Any Certificate issued by the Chamber of Commerce or any other competentauthority or organization of the respective country shall be sufficient proof ofcommencement and cessation of the above circumstances. In case of failure to carryoutcomplete or partial performance of an obligation for more than 60 days, either partyshall reserve the right to terminate the Contract totally or partially. Aprior written noticeof 30 days to the other party will be given informing of the intention to terminatewithout any liability.The Force Majeure condition is applicable only to the prime Contractor and Purchaserand not to sub-contractors, if any.

24 Bank ChargesAll Bank Charges within India shall be borne by ISRO/URSC. Similarly, all Bank Chargesoutside India shall be to the account of the Contractor.

25 Counter Terms and Conditions of Bidder/Contractor

Where Counter Terms and Conditions / printed or cyclostyled conditions have beenoffered by the Bidder, the same shall not be deemed to have been accepted byISRO/URSC, unless specific written acceptance thereof is obtained and incorporated intothe Contract to be entered between the Parties upon award of the Contract.

26 Earnest Money Deposit [EMD] / Bid Security

The Techno-Commercial Bid should be accompanied with an Earnest Money Deposit(Refundable) of Rs. 5 Lakhs [Rupees Five Lakhs Only] in a single instalment throughDemand Draft/Banker’s Cheque/Fixed Deposit Receipts or Bank Guarantee from any ofthe Nationalised/Scheduled Banks executed on non-judicial Stamp paper of appropriatevalue. In case of Bank Guarantee, it should be valid for a period of 45 days beyond thefinal Tender validity date. EMD in the form of Demand Draft/Bank Draft should be drawnin favour of Accounts Officer, U R Rao Satellite Centre, Bengaluru. EMD in the form ofBank Guarantee shall be submitted as per the Format given in Annexure C3.

The Earnest Money Deposit in respect of the Bidders who do not qualify the TechnicalBid [First Stage] / Financial Bid [Second Competitive Stage] shall be returned to them atthe earliest without any interest after the expiry of the final Bid validity and latest on orbefore the 30th day after the award of the Contract.

The EMD will be forfeited if the Bidder withdraws or amends or impairs or derogatesfrom the Tender in any respect within the validity period of the Tender. However, theEMD in respect of the successful Bidder shall be adjusted towards the Security Deposit.

Failure to furnish Security Deposit by the successful Bidder within the specified periodshall also result in forfeiture of EMD.Foreign Vendors, Registered Vendors or vendors who have already applied for renewalof registration with URSC, Central PSUs/PSEs/Autonomous Bodies, Micro and SmallEnterprises, KVIC, National Small Industries Corporation, etc., are exempted from thepayment of EMD.

Any tender not accompanied with EMD shall be treated as invalid tender and rejected.

Bidders seeking exemption from payment of EMD, under the above mentioned Categoryshall submit necessary proof for claiming such exemption.

27 Tender Fee

Interested Bidder may, at their option, download the tender documents from thewebsite; www.isro.gov.in and submit offers along with the prescribed Tender Fee in theform of Bank Draft (Demand Draft). The Demand Draft towards Tender Fee should befurnished along with Techno-commercial Bid only. At the time of opening Tender, if theoffer does not contain tender fee in the Techno-Commercial Bid, the same will be treatedas incomplete and such offer(s) will be rejected.

Tender fee shall be payable only in the form of Bank Draft (Demand Draft) drawn infavour of Accounts Officer, U R Rao Satellite Centre, Bengaluru, payable at Bengaluru. Noother mode of payment for tender fee is acceptable.Quotations received without payment of Tender Fee will not be considered.Bidder Firm’s Name and Tender Number shall be indicated on the reverse side of theDemand Draft/Bank Draft.The Demand Draft/Bank Draft for the Tender Fee should not be dated prior to the dateof publication of Public Tender Notification.Tender fee will not be refunded.Note:

a Foreign Bidders submitting their Bids directly are exempted from payment of TenderFees.

b Foreign Bidders submitting their Bids through their Indian Agents/Indian supportshould furnish the Tender Fees as mentioned above.

28 Parallel Contract

ISRO/URSC reserves the right to enter into parallel Contract/s with one or moreContractors for availing same/similar Service or any portion thereof that is covered bythe Contract and the Contractor shall not have any objection whatsoever therefore.

29 Security Deposit

On acceptance of the tender, the Contractor shall, deposit with ISRO/URSC, within theperiod specified by ISRO/URSC, in any acceptable form as ISRO/URSC may determine,security deposit not exceeding 10% of the value of the Contract as ISRO/URSC shallspecify. If the Contractor is called upon by ISRO/URSC to deposit, ‘Security’ and theContractor fails to provide the security within the period specified, such failure shallconstitute a breach of the Contract, and ISRO/URSC shall be entitled to make otherarrangements for availing services Contracted at the risk of the Contractor in termsspecified in the Contract and/or to recover from the Contractor, damages arising fromsuch cancellation.

Security Deposit pertaining to Spacecraft shipment will be released on completion ofcontractual obligations. No interest is payable on Security Deposit.

In case of non-compliance of any of the contractual obligations, the said Security Depositshall be forfeited /adjusted by ISRO/URSC. If the Contractor fails to furnish SecurityDeposit, the EMD shall be forfeited and appropriate penal action will be initiated. CentralPublic Sector Undertakings [PSUs]/Public Sector Enterprises [PSEs]/AutonomousBodies are exempted from Security Deposit [SD],and instead, an Indemnity Bond shall beexecuted in lieu of SD.The proceeds of the Security Deposit shall be payable to the Purchaser as compensationfor any loss resulting from the Tenderer’s failure to complete his obligations under theContract. The Purchaser shall discharge the Security Deposit after completion ofTenderer’s performance obligations.

Security Deposit shall be returned after completion of all the Contractual obligationswith a “NO CLAIM CERTIFICATE” issued by Contractor as per our specimen. Adherenceto this clause is compulsory or otherwise the Tender will be rejected.

30 Right to Accept or RejectISRO/URSC reserves the right to accept or reject any offer in part or full withoutassigning any reason thereof.

31 TerminationUnder the normal circumstances, Termination/Short Closing of the PurchaseOrder/Contract is not foreseen. However, the Purchaser reserves the right to terminatethe Contract in whole or in part by giving 30 days’ prior notice under any of the followingcircumstances:

a For repeated non-performance or delay/s in the execution of Purchase Order/Contract.

bIf the Contractor fails to Transport the Spacecraft S1 & S2 and their corresponding Test& Allied Equipment from ISITE to Felix Eboue Airport French Guyana within thestipulated delivery schedule or any extension thereof, granted by ISRO.

c If the Contractor fails to perform any other obligations under Purchase Order/Contract.

d

If the Contractor becomes bankrupt or otherwise insolvent or any petition seeking itsinsolvency is admitted by a Court/Tribunal of competent jurisdiction or if the Contractorapplies for voluntary insolvency or enters into any arrangement for deferred payment toits creditors.

e Owing to deficiency of service and/or breach of Contract.

fFor inefficiency, indiscipline, irregularity, insincerity, indifference in work, indulges in corrupt practices, disobedience, doubtful credentials/integrity, etc., at any point of time during the Contract period.

gIf the Contractor is found to have made any false or fraudulent declaration or statement to obtain the Contract or he is found to be indulging in unethical or unfair trade practices.

h When both the parties agree mutually.

i Any special circumstances, which must be recorded to justify the cancellation or termination of PO/Contract.

j To terminate the Contract without assigning any reason.After the receipt of written notice, the Contractor shall undertake to observe the instructions of the Purchaser as to the winding up of the Contract both on his own part and on the part of his Sub-Contractor[s].In the case of Termination/Cancellation/Short Closing of Contract by the Purchaser without any fault of the Contractor, the Contractor shall on receipt of the Purchaser’s instructions forthwith take the necessary steps to implement them. The period to be allowed to implement them shall be fixed by the Purchaser after consultation with the Contractor and, in general, shall not exceed 3 Months after receipt of notice from the Purchaser.

32 Bid Securing Declaration:

The Tenderers/Bidders have to sign a Bid Securing Declaration accepting that if the Tenderer[s] withdraw or modify their Bids during the period of validity, or if they are awarded the Contract and they fail to sign the Contract, or fail to submit EMD/Security Deposit before the deadline stipulated in the request for Bid Documents or Purchase Order/Contract, they will be suspended for the period of 5 years and such Tenderer[s] will not be eligible to submit Bids for Contracts with U R Rao Satellite Centre [URSC] and other Centres/Units of ISRO or the Department of Space.

33 Bid Signing AuthorityThe Authority of the Person signing the Tender/Offer shall be produced along with the bid.Annexures are provided in Commercial Part-B