+ All Categories
Home > Documents > Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

Date post: 14-Feb-2017
Category:
Upload: truonghanh
View: 271 times
Download: 7 times
Share this document with a friend
52
Transcript
Page 1: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014
Page 2: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014
Page 3: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014
Page 4: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

Document No

APEP/VSSC/PF/APR/2014 - R

Date

OCTOBER 2014

Important Note: This RFP document supersedes the earlier document no. APEP/VSSC/PF/APR/

2014 dated August, 2014

REQUEST FOR PROPOSAL

(REVISED)

REVAMPING OF AMMONIUM PERCHLORATE

RECOVERY PLANT AT APEP/VSSC, ALUVA,

KOCHI -683112

Page 5: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

VIKRAM SARABHAI SPACE CENTRE

INDIAN SPACE RESEARCH ORGANISATION

THIRUVANANTHAPURAM -695022

CONTENTS

1 INTRODUCTION ………………………………………………………. 1

2 LOCATION………………………………………………………………. 1

3 ELIGIBILITY CRITERIA…………………………………………………. 1

4 MODE OF SUBMISSION OF PROPOSAL……………………………. 2

5 PAYMENT TERMS………………………………………………………. 3

6 PROCESS DESCRIPTION……………………………………………… 4

7 RESPONSIBILITY OF THE CONTRACTOR…………………………. 5

8 PERFORMANCE DEMONSTRATION OF TOTAL SYSTEM………… 6

9 SCOPE OF WORK………………………………………………………. 6

10 MATERIALS……………………………………………………………… 7

11 BOUGHT OUT ITEMS…………………………………………………… 8

12 LIST OF EQUIPMENTS…………………………………………………. 8

13 FABRICATION, TESTING, SUPPLY AND ERECTION OF MAJOR EQUIPMENTS……………………………………………………………

8

14 PIPING……………………………………………………………………. 14

15 SUPPORTING STRUCTURES, PLATFORMS AND LADDERS…… 15

16 FABRICATION AND ERECTION OF FRP DUCTS………………….. 15

17 BATTERY LIMITS………………………………………………………… 15

18 INSTRUMENTATION……………………………………………………. 16

19 CIVIL WORKS…………………………………………………………….. 17

20 TRIAL RUN AND COMMISSIONING…………………………….......... 18

21 SCHEDULE……………………………………………………………….. 18

22 DOCUMENTATION CONTROL………………………………………. 20

23 GUARANTEE……………………………………………………………… 19

Page 6: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

24 OTHER TERMS AND CONDITIONS…………………………………… 19

ANNEXURE 1…………………………………………………………….. 21

ANNEXURE 2…………………………………………………………….. 24

ANNEXURE 3…………………………………………………………….. 31

DRAWINGS……………………………………………………………….. 33

Page 7: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

1

REVAMPING OF AMMONIUM PERCHLORATE (AP) RECOVERY PLANT AT APEP, ALUVA

1.0 Introduction

Ammonium Perchlorate Experimental Plant (APEP), Aluva is a unit under Vikram Sarabahi

Space Centre (VSSC) which produces Ammonium Perchlorate (AP). AP recovery plant is a

facility of APEP to increase the AP yield by recovering AP from the Crude Mother Liquor

(CML) generated from the main process. It also indirectly aid to reduce the percentage of AP

in the final effluent. Here CML is subjected to evaporation and crystallization to recover AP.

This plant has evaporators, crystallizers, pumps associated pipelines and interconnecting

structural frame work. There are two streams of operation. All the major equipments are

positioned on stainless steel structures with SS platforms and ladders.

Due to the highly corrosive nature of the chemicals handled at elevated temperature,

this plant is now in a fully corroded condition. A complete revamping of the plant with new

equipments, associated pipelines, structural supports and platforms is proposed. Existing

building structure is intact and shall be utilized for installation of new equipments.

2.0 LOCATION

Site of installation is:

Ammonium Perchlorate Experimental Plant (APEP) Vikram Sarabhai Space Centre / ISRO Govt. of India, Dept. of Space Erumathala (P.O), Aluva - 683112 Ernakulam (District), Kerala, India

3.0 ELIGIBILITY CRITERIA

The Bidder shall furnish the following requirements to qualify for the bidding:

A) The bidder shall be a reputed engineering firm with minimum 5 years of experience in

establishing chemical plants/process equipment fabrication and this shall support the

same with documentary evidence.

B) The Bidder must have executed 2 similar chemical plant installation projects with a

minimum project cost of Rs.3 Crores for individual projects and the same shall be in

satisfactory operation for at least 3 years.

Page 8: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

2

C) The Bidder must provide letters of Reference from minimum two clients where they

have established similar plants in India/abroad on turnkey basis, stating the scope of

work in brief, the year of commissioning and confirmation that the plant is operating

satisfactorily for the last 3 years or more.

D) Turnover and balance sheet for the last three years.

E) Company profile detailing Quality Management System and profile logic. Party shall

furnish the quality implementation certification (like ISO) awarded to the company. Also

a brief write up on the quality department existing in the company, in-house capabilities

in design and manufacturing, details of items/works which will be out sourced in this

contract, etc shall be provided.

F) The Bidder must ensure that they fulfill the eligibility criteria mentioned above before

submitting the offer.

4.0 MODE OF SUBMISSION OF PROPOSAL

Before submitting the offer/proposal, party may visit the installation site at Ammonium

Perchlorate Experimental Plant (APEP), VSSC, Erumathala Post, Aluva, Kochi, Kerala – 683112

to assess the technical requirements (if desired). Interested parties may seek clarifications on

technical aspects.

Interested parties shall contact Shri.R.Raghu, DGM, APEP (e-mail:[email protected]) for any clarifications.

Parties shall submit their proposal in two part bid format – TECHNICAL BID & PRICE BID. No omission/deletion of any item/part of work is possible.

Due date for submission: 25th November 2014

a. TECHNO COMMERCIAL BID

The techno commercial bid shall have only those details relevant to the technical

aspects as given in the tender enquiry. No mention on price shall be there in the techno

commercial bid. Only after scrutiny of techno commercial bid and ensuring compliance to the

specified terms and conditions, Price Bids shall be opened. Compliance Matrix as per

Annexure 3 has to be duly filled and signed by authorized signatory and attached in the

TECHNO COMMERCIAL BID.

The technical bid shall be submitted only after understanding all the technical

requirements mentioned in the RFP. Copying and pasting of all the conditions in the tender

enquiry for compliance purpose shall be avoided.

b. PRICE BID

Price bid shall be furnished in the following format with price break-up details.

Page 9: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

3

Part A

Major equipments

Sl

No

Equipment Quantity

(Nos)

Unit Price Total Price

1 Evaporator - 5000 litres 2

2 Evaporator - 2500 litres 2

3 Crystallizer – 1000 lit 2

4 Chemical process pumps 8

5 Dosing pumps 8

6 Fume Blowers 4

7 Pneumatically operated flush

bottom valves

8

Part B

All required SS structural platforms, ladders, foundation works and all related structural

elements – Please refer section 9. Total quantity shown is approximate. Bidders shall quote for

the total cost and additionally Rate /Ton.

i) Piping

Sl No. Type NB SCH Approx.Estima

ted Qty (m)

Unit Rate /

m

Total

1

SS316L

seamless

pipes

100 40 16

2 50 40 64

3 40 40 128

4 20 40 72

5 PVC pipes 40 PN10 60

6 FRP Ducts ID-300 Thk =5 mm 80

ii) All required hot surface and cold surface insulation – Rate / m and Total cost

iii) All necessary valves & fittings as listed under sections 5, 6, 7 & 8 of ANNEXURE 2.

iv) All instrumentation components.

Page 10: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

4

Part C

Erection and Commissioning charges

Technical Bid and commercial bids shall be submitted in separate sealed

enclosures with RFP No. on top, addressed to:

Senior Purchase & Stores Officer,

Purchase Unit No. 3, PRSO Entity,

Vikram Sarabhai Space Centre,

Department of Space, Govt. of India,

ISRO Post, Thiruvananthapuram 695022

Kerala, India

5.0 PAYMENT TERMS

Following payment terms shall be adopted.

PART A

• 30% payment under part A in advance along with BG valid for the period of contract for

equal amount.

• 40% of payment under part A after readiness for delivery after inspection and clearance at

party’s site.

• 15% of payment under part A after delivery of equipments at APEP and successful

completion of acceptance trials.

• 15% payment after total installation, commissioning and handing over along with payment

under part C.

PART B

• 30% payment under part B as advance along with BG valid for period of contract for equal

amount.

• 40% payment on delivery of pipes, SS materials for platforms, instrumentation system

components, valves etc at APEP

• 15% after total erection of all equipments at site.

• 15% after commissioning and handing over along with payment under part C.

PART C

• 100% payment under part C after completion of total commissioning trials, GTR and

successful handing over subjected to submission of PBG for 10% of the contract value valid

till 12 months.

Page 11: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

5

Note: Party shall account all necessary items / works related to total supply, installation and

commissioning of AP recovery plant.

6.0 PROCESS DESCRIPTION

Ammonium perchlorate present in the Crude Mother Liquor (CML) formed during AP

production in the main plant is recovered using the AP recovery plant as shown in the following

flow chart. The process steps involve mainly evaporation and crystallisation. During

evaporation, sodium chloride present in the mother liquor crystallizes while AP remains in the

solution. NaCl thus formed is filtered in hot condition and dissolved in water for disposal. The

evaporation is carried out in two stages. The AP rich filtrate is pumped to a crystallizer for

crystallization by cooling. The AP crystals thus formed is dissolved in hot water and pumped

back to the main plant for further purification processes.

Page 12: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

6

This is a batch process and the operations are carried out in two streams. One batch

quantity is 5000 litres of crude mother liquor and batch time for the entire process is 22-23

hrs. The plant can handle 10000 litres of crude mother liquor per day.

7.0 RESPONSIBILITY OF THE CONTRACTOR

The work is proposed to be executed on a turnkey basis and the major responsibilities

are:

a. Preparation of isometric drawings of the plant based on inputs provided by APEP.

b. Fabrication, supply, testing, erection and commissioning of all equipments and

accessories required for the AP recovery plant at APEP, Aluva, Kochi 683112.

c. Procurement & supply of necessary pumps, pipelines, pipeline fittings, structural

materials and all other necessary materials required for the erection of AP recovery plant.

d. Erection, trial run and commissioning of the AP recovery plant and demonstration of

performance as agreed as per sl no.20 of the RFP.

e. The entire work is to be executed on a turnkey basis by the contractor and handed over

to APEP/VSSC in satisfactory operational condition.

Note: As mentioned earlier, there are two independent streams to be installed in the AP

recovery unit. The installation of both streams shall be carried out in a parallel manner and

commissioning shall be carried out in a serial manner.

8.0 PERFORMANCE DEMONSTRATION OF TOTAL SYSTEM

Performance guarantee run for the total integrated system with a minimum of 5 batches of production on each stream to be demonstrated for final acceptance of the plant. All equipments shall function to the desired levels. The commissioning trials shall be carried out for processing one batch per day and hence it may take about 10-12 days for the demonstration of 5 batches on both streams.

9.0 SCOPE OF WORK

Scope of work includes:

a. Preparation of the following drawings based on inputs from APEP.

i. Isometric drawings for the pipeline routings showing all components.

ii. GA drawings for the equipment layout, structural supports, platforms and ladders.

iii. Fabrication drawings for the major equipments Evaporators and Crystallizer.

iv. Complete P&I diagrams for the total plant.

Page 13: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

7

b. Fabrication, testing, supply and erection of Evaporators and Crystallizers.

The fabrication of the equipments shall be carried out according to the drawings

approved by APEP. The input drawing will be provided by APEP. All raw materials shall be

inspected and cleared by VSSC official at party’s site before starting the fabrication (Please

refer terms & conditions for fabrication of major equipments)

c. Fabrication and erection of all associated structural platforms, equipment support

pedestals, stairs ,handrails, etc

d. Procurement and supply of auxiliary items (Details given in Annexure 2)

i. Pumps

ii. Fume Blowers

iii. Pipes

iv. Pipe fittings

v. Pneumatic flush bottom valves for evaporators and crystallizers.

vi. Pressure gauges

vii. Temperature sensors

viii. Level indicator

ix. pH meter

x. Temperature Transducers/transmitters with remote display units

xi. Channels, angles, plates and rods.

xii. Insulation materials for hot and cold insulation.

The list of materials given in Annexure 2 are provisional. The actual requirement of all the

materials shall be finalized after the approval of all the drawings.

e. Erection of pumps and blowers and associated works.

f. Erection of all the pipelines with all the pipe fittings and with proper supports as per the

approved isometric drawing.

g. Fabrication, erection and testing of FRP ducts for connection to Fume Blowers.

h. Hot surface insulation for the equipments Evaporators, Crystallizers and for steam lines

using 50 mm thick ceramic fiber blanket as per IS 7413/1981 & 14164/1994

i. Cold surface insulation for chilled brine lines using 50mm thick thermocole pipe sections of density 20Kg/M3.

Page 14: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

8

j. Civil works related to erection of pumps, blowers, supporting structures and pipelines

excluding building structures.

k. Flooring of the building with epoxy.

l. Electrical works related to all electrical equipments, display systems/units, switches and

indicators. Electrical cabling using suitable cable trays from the panel to each

equipments and instruments is under bidder’s scope.

m. Instrumentation according to approved P&I diagram.

n. Erection, trial run and commissioning of both streams of the plant .

10.0 MATERIALS

The material of construction of the equipments, pipelines, pipe fittings and other

components are mentioned in Annexure 2. Original mill certificates as well as test certificates /

authenticity certificate from a govt.approved / NABL accredited laboratory for all materials &

bought out items shall be forwarded to APEP for approval. Any unapproved items used for

fabrication shall be rejected by APEP.

11.0 BOUGHT OUT ITEMS

All bought out items like pumps, motors, gear box shall be of reputed make. The

approved make for pumps are Kirlosker/KSB/Investa. Motor shall be of Crompton/ Kirlosker/

Siemens /ABB make and gear box shall be of Elcon/Shanti/Radicon make.

12.0 LIST OF EQUIPMENTS

Below table gives equipment list for the AP recovery plant including both streams of operation.

Sl No Equipment Quantity

(Nos)

1 Evaporator - 5000 litres 2

2 Evaporator - 2500 litres 2

3 Crystallizer – 1000 lit 2

4 Chemical process pumps 8

5 Dosing pumps 8

6 Fume Blowers 4

7 Pneumatically operated flush bottom valves 8

Page 15: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

9

13.0 FABRICATION ,TESTING,SUPPLY AND ERECTION OF MAJOR EQUIPMENTS

The following major equipments shall be subjected to the terms and conditions given below

for final acceptance before installation at APEP.

i. Evaporators – 5000 litres (2 nos)

ii. Evaporators -2500 litrs (2 nos)

iii. Crystallizers – 1000 litres (2 nos)

a. The equipments shall be fabricated as per the corresponding drawings.

b. No material will be provided by the Department for fabrication of the equipments. Only

Fresh / New materials shall be used for the entire work.

c. Three hard copies & one soft copy in AUTOCAD format of the detailed fabrication

drawing shall be submitted for approval by APEP/VSSC. Fabrication shall be started only

after approval of the drawings submitted by VSSC.

d. All materials used for fabrication and welding rods shall be inspected and have to be

approved by VSSC before starting the fabrication. Sample piece of the material for

fabrication shall be collected by our Engineers from the party’s premises and the plates

shall be stamped. The party should intimate the readiness of the raw material and submit

test certificates, from reputed ISO / ISI certified testing agencies, for all major materials to

be used well in advance for our test and approval.

e. Details of weld joint configuration at all weld joints shall be submitted for approval.

f. It is preferred to have minimum number of welds in the cylindrical part & the conical

bottom of the evaporators1&2. It is proposed to limit the no. of welding as follows (MOC -

Ti Gr2):

i) Cylindrical portion – One L- seam weld.

ii) Conical portion –Maximum three weld joints.

iii) Cylinder to Cone – One cir seam weld.

g. Maximum no. of welding for the crystallizers in the cylindrical part & the dished bottom of

the inner shell and outer jacket shall be as follows (MOC- SS316L):

iv) Cylindrical portion – One L- seam weld.

v) Dish portion –Single dish without any meridian weld.

Page 16: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

10

vi) Cylinder to Dish – One cir seam weld

Note: No relaxation of weld joint shall be permitted.

h. Inside surface of the equipments shall be of mirror finish free from any welding burs,

projections, etc. Outside surface shall also be free from burs and weld joints shall be

ground to smooth finish.

i. Any minor modifications suggested by our Engineers during the fabrication shall be

undertaken at no extra cost.

j. The hydraulic testing of the equipments at the specified test conditions are to be carried

out by the contractor in the presence of VSSC engineer.

13.1 Inspection and Testing

a. The contractor shall submit the following documents for review and approval by APEP/

VSSC

i. Fabrication Process plan for all the major equipments giving details of all the processes

involved.

ii. Quality Control Plan including material acceptance plan, dimensional inspection, 100%

Dye Penetrant Testing & radiography of all weld joints, stage inspection plan, final

inspection plan, acceptance & pressure testing, packing & dispatch, etc.

b. WPS (Welding Procedure Specification) and PQR (Process Qualification Record).

c. The fabrication drawings and other documents will be reviewed by APEP /VSSC and

the fabrication shall be started only after the approval of the fabrication drawings and

documents by APEP /VSSC.

d. The major equipments shall be offered for inspection by VSSC Engineers at various

mandatory stages of fabrication as identified in the approved Process plan.

e. Pressure testing of the major equipments are to be carried out at the specified

conditions both at work site and also after delivery at APEP. Final acceptance of the

equipments shall be only after successful completion of pressure test / leak test at

APEP.

The operating pressure and test pressure for the equipments are as follows

Sl No

Equipment Operating Pressure

Test Pressure

1 Evaporator - 5000 litres

Shell Atmospheric -

Steam coil 50 psi 75 psi with hold time 20 min

Page 17: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

11

2 Evaporator - 2500 litres

Shell Atmospheric -

Steam coil 50 psi 75 psi with hold time 20 min

3 Crystallizer – 1000 lit

Shell Atmospheric -

Jacket 50 psi 75 psi with hold time 20 min

f. Radiography, DP shall be carried out for all weld joints of factory welded pipelines. DP

shall be carried out for site welded fillet joints. Pressure testing at 75 psi with hold time 20

min shall be carried out for all the pipelines and components.

g. Leak test of the pipelines after erection.

h. Testing of all the components and instruments for its operation both electrical and

mechanical.

i. Demonstration of the operation of the plant and commissioning.

j. Inspection during various stages of erection ,testing, trial run and commissioning shall be

carried out by APEP/VSSC

k. The contractor shall hand over all the inspection reports, material test certificates,

pressure test reports, radiography report and all other relevant reports to APEP/VSSC for

verification and approval.

13.2 Welded Joints

1 Evaporators are designed to undergo extreme thermal cycling. Welding being the weakest

link; joint configuration, welding heat, cooling rate, weld defect, welding procedure etc. are

crucial for the long term service performance of the reactor. Extreme caution during

welding and welding process control is critical to prevent premature deterioration of the

chemical reactor.

2 All the butt welds shall be of Class-I classification.

3 All the butt welds shall be carried out in flat position (1G). Wherever possible, fillet welds

shall also be carried out in flat position. Pre-heating shall not be done.

4 All welds shall be carried out using Gas Tungsten Arc Welding (GTAW) using Iolar-1 grade

Argon gas (99.9993% purity) for shielding, purging and trailing

5 Stage clearance (raw material or component acceptance) from VSSC shall be obtained

prior to setting up the job for welding

6 Before start of evaporator welding, Welding procedure Qualification (WPQ), Welder’s

Page 18: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

12

qualification and adaptability shall be ensured. WPS shall be separately established for

6mm to 6mm joint and 6mm to 20mm joint

7 All the butt welds shall be with V joint configuration. Joint preparation shall be carried out

by machining. Joint shall be planned / designed such that accessibility of TIG torch for root

melting is ensured. There shall be root gap and root face of 1.5mm to 2mm

8 Maximum mismatch (center line offset) at the joint after tack welding shall be 0.3mm for

longitudinal welds and 0.6mm for cir seam welds. Mismatch shall be measured by

template, feeler gauge and ultrasonic thickness tester

9 For butt welds, copper backup shall be employed to support molten weld metal and also to

extract heat from the joint. There shall be suitable groove along its length on its butting

face with the metal being welded. There shall be Argon gas purging provision in the

backup

10 Ф1.6mm cut length ERTi-2 shall be the filler wire (manual welding). In addition to test

certificate issued by the manufacturer, sample analysis (wet) shall be carried out to

confirm the chemistry. Welding shall be carried out with DCEN polarity. Filler wire shall be

properly stored during and after the welding. Electrode shall be Ф3.2mm 2% thoriated

tungsten.

11 Welding shall be carried out by qualified and experienced welder conversant with GTAW.

The welder shall possess valid certification from third partied like Engineers India, Lloyds,

Tata consultancy, etc.

12 Qualification of welding procedure shall be carried out prior to freezing the welding

parameters for welding the reactor vessel. The procedure thus qualified shall be

considered valid for the particular machine, set up, parameters, welding position and filler

wire. Changes in any of the above factors shall call for re-qualification of the welding

procedure. Welding procedure qualification shall be carried out through Phase-0 and

Phase-1 experiments

13 At the end of phase-0, the fabricator shall freeze welding current, arc voltage, speed of

welding, gas flow rate for shielding, purging and trailing, inter-pass cleaning, inter-pass

temperature, number of passes and length and pitch of tack weld.

14 During Phase-1 stage, three coupons of 300mm weld length shall be welded using

parameters frozen in Phase-0 and ensure repeatability. Welder employed in Phase-0 shall

Page 19: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

13

only be employed for this stage qualification. Inspection of the coupons shall be carried out

using visual inspection, 100% DP & 100% X-ray RT. If any test coupon fails in the above

mentioned NDT, two more test coupons shall be qualified to establish the process

soundness. Repair shall not be carried out in the test coupons

15 After successful completion of Phase-1 stage, longitudinal welding and circumferential

welding shall be carried out in the actual hardware using the process established in

Phase-1 stage.

16 Wherever possible, fillet welds shall be penetrating type (edge chamfer is to be provide in

the mating section). Adopting procedure given in 13 and 14 above, welding current, arc

voltage, speed of welding, gas flow rate for shielding, number of weld passes, inter-pass

cleaning, length and pitch of tack weld are to be established. Fillet weld shall be qualified

by visual inspection, 100%DP, macro etching to confirm penetration, measurement of size

of weld and verification of bead contour

17 If the procedure qualification and evaporator vessel welding are carried out by different

welders, one test coupon of 300mm weld length shall be welded by the latter for each

thickness as per the procedure mentioned in 14 above for both butt and fillet welding. The

weld shall be qualified as per 14 above in the case of butt weld and 16 above in the case

of fillet weld.

18 Job truing and mismatch correction is to be carried out using properly devised fixtures.

Welding on the evaporator for job truing and mismatch correction shall not be allowed. No

clamps shall be welded on to the evaporator surface during fabrication.

19 Weld bead penetration and reinforcement shall be flush ground. Inside surface of the

evaporator shall be of mirror finish. For circumferential welding of shell with cone and cone

with base plate, smooth transition shall be ensured without affecting the evaporator

thickness (one pass welding from inside after rooting grinding is admissible).

20 Open surface defects like under cut, porosity, lack of edge fusion, etc. shall not be

allowed. Profile error, mismatch variation and thickness reduction shall not be allowed

beyond the permissible limits ie 10% of the material thickness.

21 Repair welding shall be carried out if acceptance criterion has not been met. Maximum

number of repair in a location shall be restricted to two. During repair, adequate care shall

be taken to avoid localized profile error and thickness reduction

Page 20: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

14

22 X-ray radiography of weld joints shall be carried out with AGFA D4 film. The film shall be

free from all mechanical and chemical damages and artifacts and shall be used before

expiry date. Film density shall be 2 to 2.8

23 RT traceability with respect to the weld joint shall be retained until the final inspection

clearance of the assembly is issued by VSSC

24 All the weld joints shall be ground smooth. Inside surface of the reactor shall be buffed to

mirror finish. Mirror finish is extremely important from the process point of view.

25 All fillet weld joints shall be inspected by 100% DP test and all butt welds with 100%

radiography & 100%DP for acceptance. UT shall be carried out for all butt welds wherever

RT is not possible.

26 Stress relieving of the whole evaporator shall be done by the party to relieve internal

stresses.

27 Following Stress relieving cycle shall be adopted with electrical or gas firing.

- Temperature: 540-560 deg C

- Soaking time: 30 minutes (minimum).

- Cooling media: Air (natural convection).

13.3 Erection of equipments

a. Arranging necessary equipments, tools, scaffolding, material handling equipments,

vehicles and manpower for transportation, handling and installation of all equipments is

the responsibility of the contractor.

b. The contractor shall arrange necessary mobile cranes since the plant building is not

having any crane facility.

c. The erection and trial run of the equipments complete in all respects shall be carried out

by the contractor.

14.0 PIPING

a. All pipelines shall be of flanged joints and are to be isolated using valves at appropriate

locations. All pipe joints shall be factory welded to the maximum possible extent.

b. The pipeline isometric drawing showing all components shall be prepared by the

contractor. The layout will be finalized only after the drawing approval by APEP.

Page 21: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

15

c. Supply of all pipes and fittings as per the approved isometric drawing shall be under the

scope of work of the contractor. The quantity given in Annexure 2 is tentative. In

addition to the total quantity, unit rate shall be quoted for each piping item. Final

payment shall be for actual work done based on site measurement.

d. Erection of all pipelines with fittings is the responsibility of the contractor. This erection

shall be done as per the approved isometric drawing.

e. All pipelines are to be supported properly with anti corrosion powder coated supports.

f. All pipelines shall be pressure tested at 75 psi with hold time of 20 min. Proper isolation

of the lines in order to perform the testing is under the scope of the contractor.

g. Steam lines are to be insulated with hot surface insulation and chilled brine lines with

cold surface insulation.

h. The cooling water lines shall be painted in green colour using epoxy paint (2 coats)

i. Pneumatic lines shall be painted in blue colour using epoxy paint (2 coats).

j. All the pipelines shall be of flanged joints for the easy maintenance.

15.0 SUPPORTING STRUCTURES, PLATFORMS AND LADDERS

a. The GA drawing for the supporting structures, platforms and ladders shall be prepared

by the contractor. This will be finalized only after the approval by APEP/VSSC.

b. Supply of all the materials required for the supports, platforms and ladders as per the

approved drawing. All material shall be of SS316L. The quantity of materials given in

Annexure 2 is approximate and the actual quantity will be as per the approved drawing.

c. Erection of all supports, platforms and ladders are under contractor’s responsibility. The

ladders and platforms shall be provided with suitable handrails made of SS316L.

d. All the structural design details are to be provided by the party.

16.0 FABRICATION AND ERECTION OF FRP DUCTS

a. The FRP duct layout drawing connecting evaporators and fume blowers showing all

components shall be prepared by the contractor as per the drawing given by APEP. The

layout will be finalized only after the drawing approval by APEP/VSSC.

b. Fabrication and supply of FRP ducts including all necessary flanges, bends, Tees,

isolation valves etc required for the connection to fume blowers shall be carried out by

the contractor.

c. Erection of the FRP ducts as per the approved drawing.

Page 22: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

16

d. The contact temperature range with the FRP ducts & bends may be between 950C to1000 c.

17.0 BATTERY LIMITS

For determining the battery limits clearly, party may visit the installation site at Ammonium

Perchlorate Experimental Plant (APEP), VSSC.

Incoming

a. Feed solution: Outside AP recovery plant at a distance of 6m from evaporator.

b. Steam: Outside AP recovery plant at a distance of approx.6m from evaporator.

c. Process water: Outside AP recovery plant at a distance of approx.6m from crystallizer.

d. Cooling water: Outside AP recovery plant at a distance of approx.6m from crystallizer.

e. Chilled brine : Outside AP recovery plant at a distance of approx.6m from crystallizer

Outgoing

f. Mother liquor from crystallizer : Effluent pit at a distance of approx.50m from crystallizer

g. NaCl solution from evaporator : Effluent pit at a distance of approx.50m from evaporator

h. Steam condensate: Trench inside the plant

i. Cooling water : Outside AP recovery plant at a distance of approx.6m from crystallizer

j. Chilled brine : Outside AP recovery plant at a distance of approx.6m from crystallizer

k. Recovered AP solution : Outside AP recovery plant at a distance of approx.6m from crystallizer

18.0 INSTRUMENTATION

Suitable instrumentation and control system shall be designed and provided to enable

measurement and display of critical process parameters. The major measurement and display

parameters in each equipment are as follows:

Sl No.

Name of the Equipment

Instruments & control Qty required

for 2 streams

1 Evaporator -

5000 litres

Instruments

i) Temperature measurement (Duplex RTD) inside

4 nos

Page 23: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

17

Evaporator ( 0 to 150 deg) with digital display unit– 2nos

ii) Flow meter (Turbine flow meter) in water line – 1 no 2 nos

iii) Pressure 0- to 5 Ksc (Dial type) for steam coil -1 no 2 nos

iv) Online pH meter (0-14) with digital display unit – 1 no. 2 nos.

v) Level measurement (non-contact type) - 1no 2 nos.

Control System

Automatic control of pH at 6 by using NaOH dosing pump

and online pH meter

2 nos.

Evaporator -

2500 litres

Instruments

i) Temperature measurement (Duplex RTD) inside

Evaporator ( 0 to 150 deg) with digital display unit – 2nos

4 nos

ii) Flow meter (Turbine flow meter) in water line – 1 no 2 nos

iii) Pressure 0- to 5 Ksc (Dial type) for steam coil -1 no 2 nos

iv) Online pH meter (0-14) with digital display unit – 1 no. 2 nos.

v) Level measurement (non-contact type) - 1no 2 nos

Control System

Automatic control of pH at 6 by using NaOH dosing pump

and online pH meter.

2 nos.

Crystallizer –

1000 litres

Instruments

i) Temperature measurement (Duplex RTD) inside

crystallizer ( 0 to 150 deg) with digital display unit– 2nos

4 nos

ii) Flow meter (Turbine flow meter) in water line – 1 no 2 nos

iii) Pressure 0- to 5 Ksc (Dial type) for jacket 2 nos

iv) Level measurement (non-contact type) - 1no 2 nos

All the display units shall be compatible to severe corrosive conditions with ambient temp of

15-40oC. Hence these units shall be housed in suitable anti corrosive enclosures.

19.0 CIVIL WORKS

The building for erection of equipments will be handed over to the contractor by VSSC. The

building and the equipment layout drawings are attached in Annexure 4. However the contractor

Page 24: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

18

shall carry out minor civil works like foundation for equipments, RCC platform for erection of

blowers etc.

20.0 TRIAL RUN AND COMMISSIONING

a. Trial run of the individual equipments as well as the performance demonstration of the

system as a complete unit under the actual operating conditions is the responsibility of the

contractor.

b. The required raw materials, process water, utilities, electricity, etc will be provided by

APEP/VSSC during the trial run and commissioning activities. The utilities provided by

APEP are steam, cooling water and chilled brine solution.

c. The plant is deemed to be commissioned only after proving satisfactory performance for

five consecutive batch operations for each stream at the operating plant capacity as per

the flow diagram in section 6.0.

21.0 SCHEDULE

The total duration for entire scope of work, up to erection and commissioning shall be 15

months from the date of approval of drawing. Upon award of contract /P.O and before

commencement of work the bidder shall prepare a detailed MASTER PERT CHART and shall

be submitted for review and approval by VSSC/ISRO.

The contractor shall follow the time schedule as mentioned below:

a Submission of all drawings and documents Within 2 months

from P.O

b Readiness of qualified material at fabricators site for all

the major equipments.

Production of documentary evidence for procurement of

major sub systems/components/ bought out items.

T + 6 months

c Delivery of all equipments and sub systems at APEP,

Aluva T + 12 months

d Plant erection complete in all aspects including

instrumentation, piping, structures, platforms, etc T + 14 months

Page 25: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

19

e Plant commissioning and handing over T + 15 months

T = Date of approval of drawings.

If the contractor fails to stick on to the project schedule, suitable liquidated damages will

be recovered as per the standard purchase procedure.

22.0 DOCUMENTATION CONTROL

The contractor shall establish and operate a well defined documentation service to fulfill

the documentation requirements for this project. Such service shall be capable of immediately

retrieving current information in all aspects of the performance of this contract, reproducing

material and forwarding it to ISRO. Following basic documentation will be required to furnish

for each sub system.

a. Drawings - P&I Diagram, Equipment fabrication drawing, G.A drawings for platforms

&ladders, civil foundation drawings, Equipment layout , piping isometric drawing,etc

b. Material Test Certificates & flameproof certificates wherever applicable

c. Manufacturers Certificates for bought out items,

d. Process and QA plan

e. stage and final inspection reports including functional test

f. GTR/commissioning reports

g. Manuals/catalogues

h. Warrantee details of each sub system

i. Electrical and instrumentation drawings

23.0 GUARANTEE

a. All the equipments shall be guaranteed for a minimum period of 12 months from the date

of commissioning or 18 months from the date of acceptance by APEP, whichever is

early, against any manufacturing defects / inferior material quality / faulty workman ship.

b. Performance guarantee for the plant for a minimum period of 12 months from the date of

commissioning shall be provided by the contractor.

c. The contractor has to furnish Bank Guarantee from a nationalized bank for 10% of the

basic order value for the performance guarantee. This shall be valid till the end of

guarantee period.

d. Any defect due to faulty material / bad workmanship shall be rectified free of cost to the

entire satisfaction of APEP/VSSC.

Page 26: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

20

24.0 OTHER TERMS AND CONDITIONS

a. The entire work is to be executed on a TURNKEY basis by the contractor and handed

over to APEP /VSSC in fully operational condition.

b. The contractor is wholly responsible for setting up the AP recovery plant based on the

details of plant layout, equipment specifications, process description, piping,

instrumentation & control, etc provided by VSSC.

c. The contractor is responsible for procurement, erection, testing and commissioning of all

the equipments, pipelines &fittings, structures, platforms &ladders.

d. Civil works related to erection of minor equipments, piping system, etc excluding building

structures.

e. The contractor shall indicate if it intends to give sub contract to a third party for any of the

work. Party shall ensure the third party is meeting all the quality standards. The party

shall submit the details of the third party and details of the contract and obtain VSSC’s

approval before finalizing the contract.

f. The responsibility of hiring necessary manpower, tools, transport, loading and unloading

of equipments for the total work lies with the contractor.

g. VSSC also reserves the right to cancel the whole process without assigning any reasons

thereof.

h. VSSC intends to evaluate proposals and conclude contract without discussions with the

Party. Therefore, the Party’s initial proposal should contain the Party’s best terms without

any ambiguity from a technical, commercial and price standpoint. VSSC reserves the

right to conduct discussions if later determines them to be necessary.

i. Excise duty exemption certificate will be provided by VSSC to the successful bidder

based on submission of necessary invoices/ documents.

j. Customs duty exemption certificate will be provided by VSSC to the successful bidder for

import items based on submission of necessary invoices/ documents. However this shall

not be issued to any sub contractor appointed by the main contractor.

Page 27: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

21

ANNEXURE 1

DETAILS OF MAJOR EQUIPMENTS

I. EVAPORATOR - 5000 LITRES - QUANTITY - 2 NOS

(Material of construction –Titanium Grade 2)

Function

The Crude Mother Liquor (CML) from the main production unit is subjected to

evaporation inside this vessel. Heating is carried out by passing steam through steam coils

fitted inside the vessel. Steam is supplied from in house boiler facility. Sodium chloride

crystals produced due to evaporative crystallization is separated from the filtrate by hot

filtration through an inbuilt filter inside the evaporator.

Technical Data

Sl No Description Unit Data

1 Total feed quantity /day ltrs 5000 2 Density of CML g/cc 1.2 3 Material of Construction - Titanium Gr 2 4 Evaporator vessel diameter mm 2170 5 Evaporator vessel shell length mm 1450 6 Thickness mm 6 7 Coil tube OD, mm 19 8 No. of coils In rows 3 9 Heating steam pressure Kg/cm2 3.5 10 Product boil temperature oC 105 11 Agitator

Type : Turbine (2 turbines at diff. heights ) Material of construction : SS 316L

Gear box : Agitator type worm reduction gear, 20:1 ratio of reputed make such as Elcon/Shanti/Radicon only.

Motor details : 10 HP, 1440 RPM, TEFC, IP55, Class F insulation. Motor shall be of reputed make such as Crompton/Kirlosker/Siemens /ABB only. Motor shall be fitted with a Variable Frequency Drive to vary the agitator speed from 20-70 rpm.

The configuration of the equipment is as per drawing no.VSSC/APEP/PH/EVAPORATOR-

1/2014

Page 28: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

22

II. EVAPORATOR - 2500 LITRES - QUANTITY - 2 NOS

(Material of construction –Titanium Grade 2)

Function

The hot filtrate from 5000 litre capacity evaporator is subjected to 2nd evaporation

in a 2500 litres capacity evaporator. The operations carried out in this vessel are same as

that of the operations in 1st evaporator. The configuration of the equipment is also same as

that of the 1st evaporator with a lesser capacity.

Technical Data

Sl No

Description Unit Data

1 Total feed quantity /day ltrs 2500 2 Density of CML g/cc 1.2 3 Material of Construction - Titanium Gr 2 4 Evaporator vessel diameter mm 1940 5 Evaporator vessel shell length mm 1100 6 Thickness mm 6 7 Coil tube OD, mm 19 8 No. of coils In rows 3 9 Heating steam pressure Kg/cm2 3.5 10 Product boil temperature oC 105

11 Agitator Type : Turbine (2 turbines at diff. heights ) Material of construction : SS 316L

Gear box : Agitator type worm reduction gear, 20:1 ratio of reputed make such as Elcon/Shanti/Radicon only.

Motor details : 10 HP, 1440 RPM, TEFC, IP55, Class F insulation. Motor shall be of reputed make such as Crompton/Kirlosker/Siemens /ABB only. Motor shall be fitted with a Variable Frequency Drive to vary the agitator speed from 20-70 rpm

The configuration of the equipment is as per drawing no. VSSC/APEP/PH/EVAPORATOR-

2/2014.

Page 29: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

23

III. CRYSTALLIZER - 1000 LITRES - QUANTITY - 2 NOS

(Material of construction –SS316L)

Function

The hot filtrate from 2500litre capacity evaporator is subjected to crystallization

in a jacketed vessel. Here crystallization takes place by cooling which is carried out by

admitting cooling water and chilled brine solution through the jacket of the crystallizer.

The recovered AP is dissolved in water and pumped to the main plant for further

processing.

Technical Data

Sl No

Description Unit Data

1 Total feed quantity /day ltrs 900 2 Material of Construction - SS316L 2 Crystastallizer vessel

diameter mm 1346

3 Crystastallizer shell length mm 1274 4

Thickness

Shell cylindrical portion mm 8

Shell dish portion mm 10

Jacket cylindrical portion mm 6

Jacket dish portion mm 8 5 Feed inlet temp oC 100 6 Product temp

oC 5

7 Brine inlet temp to jacket oC -2 8 Brine outlet temp to jacket oC 2 9 Agitator

Type : Paddle (2 Paddles at diff. heights )

Material of construction : SS 316L

Gear box : Agitator type worm reduction gear, 30:1 ratio of reputed make such as Elcon/Shanti/Radicon only.

Motor details : 3 HP, 1440 RPM, TEFC, IP55, Class F insulation. Motor shall be of reputed make such as Crompton/Kirlosker/Siemens /ABB only.

The configuration of the equipment is as per drawing no.

VSSC/APEP/PH/CRYSTALLIZER/01/2012.

Page 30: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

24

ANNEXURE 2

DETAILS OF OTHER EQUIPMENTS AND MATERIALS

1. PUMPS- 4NOS + 4 nos erected standby

Specifications

5 HP Centrifugal, single stage chemical process Pump with motor, coupling,SS coupling

guard and SS base plate all in fully assembled and aligned condition and with the

following specifications

Type : Centrifugal, single stage

Capacity : 200 LPM

Head : 25 m minimum

Specific gravity of liquid handled : 1.2

Temperature : 80 to 100 0C

MOC for product contact parts : Titanium grade II

Gland packing : Teflon

Motor

Make : Crompton / Siemens / Kirloskar /NGEF/Hindustan/ABB

Motor HP / RPM : 5 HP / 2900

Motor Type :TEFC Squirrel Cage Induction motor

Duty : S1 / Continuous duty

Protection : IP 55

Insulation : Class “F

Voltage : 3 Phase, 415 ± 10 %, 50 Hz ± 3 %

Dosing Pumps - 4 nos+4 nos erected standby

Four dosing pumps shall be supplied by the contractor for the addition of NaOH to the

evaporators to maintain the pH of the solution at 6-6.2. The pH of the solution shall be

controlled automatically by introducing suitable control system.

Major Requirements

Flow rate : 2 litres /hr

Page 31: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

25

Motor

Power : 2 HP

Duty : S1 / Continuous duty

Protection : IP 55

Insulation : Class “F

Voltage : 3 Phase, 415 ± 10 %, 50 Hz ± 3 %

2.0 FUME BLOWERS-QTY- 3 nos + 1 no erected standby

Specifications

Type : Centrifugal

Capacity : 6000 CFM

Total static pressure : 150 mm WG

Fume temperature : 50-95 ºC, Max. 100 ºC

Fumes handled : Fumes of water vapour with small quantities of

perchlorates, chlorides & chlorates

Casing : FRP, 6 mm thick

Stiffeners & supports : MS angle with FRP lined

Impeller : Continuous heavy duty FRP fully moulded capable

of working continuously at the maximum temp

Coupling : Direct

Suction end connection : 555 mm dia. Flanged

Discharge end connection: 500 X 550 mm inside, 580 X 630 mm outside.

Rectangular Flanged

Motor rating / RPM : 10 HP / 1440

Protection : IP 55

Motor make : Crompton / Siemens / Kirloskar /NGEF/Hindustan/ABB

NOTE :- All nuts & bolts used for assembly of the fume blower should be of SS316 L

Page 32: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

26

2.1 Party has to construct the RCC platform of required size at an approx. height of 6m for

positioning 4 blowers with necessary RCC pillars. All necessary civil works for platform,

foundations etc. has to be included in the scope of work.

2.2 The FRP connection from the evaporators and crystallizers to the blowers positioned

outside the building is under the scope of the party. One common blower shall be used

for two 5000 litres evaporators. Similarly for 2500 litres evaporators and crystallizers

.

3.0 PNEUMATICALLY OPERATED FLUSH BOTTOM VALVE Qty- 6 nos + 2 nos stores

standby

Specifications

ANCHOR BRAND FLUSH BOTTOM VALVE:-ASA Class – 150 having ANCHOR

PNEUMATIC CYLINDER for pneumatic operation

Anchor brand Flush bottom valve –FBTM-1117

Size: 100 X 100mm NB

Valve shall be inside vessel opening design

MOC A.I.S.I 316L body, Bonnet, seat, barrel, collar, Spindle, disc, disc-nut, Barrel

bolts, yoke studs, yoke bush, plate, hand wheel, Stallited seat.

End Connection

Flanged ends to ANSI-B 16.5 Class-150.

Anchor Cylinder –PCYL-11111

Anchor pneumatic cylinder shall be fabricated from AISI 316L body, Spring

housing, Hand wheel, duly normalized and grounded, rubber O rings, with normal

position to close and with arrangement for manual opening in emergency. Stroke

length 100mm max, air pressure required 6kg/sqcm.

Test Pressure Hydraulic

Seat : 22kg/sqcms-Hydro from outside

Body: 28kg/sqcms-Hydro from outside

Page 33: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

27

4. PIPES

Sl

No

Description Location Size Material Quantity Approx.

(m)

NB SCH For one

stream

For two

streams

1 SS316L

seamless

pipes

Evaporator -1 to feed

pump

100 40 SS316L 8 16

2 SS316L

seamless

pipes

Evaporator -1 to feed

pump

50 40 SS316L 4 8

3 SS316L

seamless

pipes

(Non-IBR)

Steam inlet to

Evaporator-1

50 40 SS316L 6 12

4 SS316L

seamless

pipes

(Non-IBR)

Condensate outlet

from Evaporator-1

40 40 SS316L 7 14

20 40 SS316L 13 26

5 SS316L

seamless

pipes

(Non-IBR)

Steam inlet to

Evaporator-2

50 40 SS316L 6 12

6 SS316L

seamless

pipes

(Non-IBR)

Condensate outlet

from Evaporator-2

40 40 SS316L 7 14

20 40 SS316L 13 26

7 SS316L

seamless

pipes

From pump to

Evaporator-2

50 40 SS316L 6 12

8 SS316L

seamless

pipes

Chilled water, steam

and brine lines of

crystallizer

40 40 SS316L 25 50

9 SS316L

seamless

pipes

Recovered AP to

process house

50 40 SS316L 10 20

9 PVC pipes Process waterline 40 PVC 30 60

Page 34: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

28

10 SS316L

seamless

pipes

From crystallizer to

effluent pit

40 40 SS316L 50

11 SS316L

seamless

pipes

For compressed air 20 40 SS316L 20

12 FRP Ducts Evaporator-1 ,2 and

crystallizer to fume

blowers positioned

outside the building.

ID =

300

mm

OD

=310

mm

Length

= 3 m

FRP 120

5. BALL VALVES – Make: L&T AUDCO

Full bore ball valves, Class 150, Flanged ends, Three piece /Two piece design as

per manufacturing standard BS 5351.

End connections as per ASME B 16.5 Class 150

Material of construction shall be as follows

Part name MOC

Stem SS AISI 316 Locking nut SS AISI 304

Lever SS AISI 304 (PVC coated)

Stopper SS AISI 304

Gland SS AISI 316

Packing ring PTFE

Body connector SS ASTM A351 Gr CF8M

Ball SS ASTM A351 Gr CF8M

Studs & Nuts SS AISI 304

Body SS ASTM A351 Gr CF8M

Seat PTFE

Gasket PTFE

Size (NB) Qty (Nos )

100 mm 4 50 mm 40

Page 35: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

29

40 mm 20

20 mm 20

6. GLOBE VALVES

Globe Steam Stop Valve of the following sizes suitable for a working pressure of

100 psi saturated steam

Size (NB) Qty (Nos )

40 mm 20

20 mm 20

7. PIPE FITTINGS

Sl no.

Description MOC Size (NB) Qty (Nos)

1 Elbows SS316L 100 mm 50 mm 40 mm

4 30 40

2 Tees SS316L 50 mm 40 mm

15 10

3 Reducers SS316L 100mm - 50mm 50mm - 40mm

5 10

4 Flanges SS316L 100 mm 50 mm 40 mm

20 60 100

5 Gasket 100 mm 50 mm 40 mm 20 mm

10 60 50 25

6 Flexible bellows SS316L 100 mm 50 mm 40 mm 20 mm

2 10 10 6

The dimensions of the pipe fittings should confirm to ANSI B16.9, suitable for

schedule 40s pipes.

The steamline fittings should be suitable for a working pressure of 100 psi.

8. NUTS & BOLTS

All the nuts, bolts and fastners used shall be of SS316.

Page 36: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

30

9. MATERIALS FOR STRUCTURAL SUPPORTS, PLATFORMS AND LADDERS

All material shall be of SS316L .The material list given above is provisional. The contractor has

to assess the correct quantity for the structural supports, platforms and ladders. The standards

mentioned in above table are for MS. Party shall consider similar dimensions for fabricating the

structural supports, platforms and ladders withSS316L.

Page 37: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

31

ANNEXURE 3

COMPLIANCE MATRIX TO RFP FOR REVAMPING OF AMMONIUM PERCHLORATE RECOVERY PLANT AT APEP/ VSSC, ALUVA

(Note: This has to be duly filled, signed and attached in the Technical Bid for evaluation purposes)

Party shall fill up the compliance matrix below by verifying each point in the RFP and entering the remarks / confirmation in the 4th column and signed

by authorized signatory at the bottom of each page.

Sl No Description Reference no. in

RFP

Remarks /

Confirmation

by the party

1 Please confirm whether all required details mentioned under the eligibility criteria in the RFP are included in

the proposal / bid

Sl No. 3.0

Points a-f

2 Please confirm whether the offer is submitted in TWO PART BID format.

(Separate sealed covers for Technical & Price Bid)

Sl No. 4.0

Points a-b

3 Please confirm that the payment terms mentioned in the RFP is agreeable. Sl no.5

3 Please confirm that the responsibility of the contractor mentioned in the RFP is agreeable. Sl No. 7.0

Points a-e

4 Agreement to the performance demonstration of total system. Sl No. 8.0

5 Please confirm the entire scope of work as mentioned in the RFP is included Sl No. 9.0

Points a-n

6 Please confirm that the material of construction and bought out items shall be provided as mentioned in the

RFP

Sl No. 10.0 ,11.0

Annexure 1,2

7 Supply of all equipments as per the list mentioned in the RFP is included. Sl No. 12.0

8 Please confirm that the fabrication, testing, supply and erection of all the major equipments shall be carried

out as per the terms and conditions mentioned in the RFP.

Sl No.13

13.1Points a-j

13.2 Points 1-27

13.3 Points a-c

Annexure 1

Authorised Signatory with seal ---------------------------------------

Page 38: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

32

9 Confirmation for carrying out the entire piping work as mentioned in the RFP. Sl No.14

Points a-j

Annexure 2

10 Confirmation for the erection of supporting structures, platforms and ladders Sl No.15

Points a-d

11 Confirmation for the fabrication and erection of FRP ducts Sl No.16

Points a-d

12 Confirm that the battery limits mentioned in the RFP are agreeable. Sl No.17

Points a-k

13 Confirmation for the complete instrumentation of the plant as mentioned in the RFP Sl No.18

14 Confirmation for the civil works as mentioned in the RFP Sl No.19

15 Confirmation for carrying out the trial run and commissioning as mentioned in the RFP Sl No.20

Points a-c

16 Party to confirm the adherence to schedule of activities as mentioned in the RFP Sl No.21

a-e

17 Party to confirm the willingness to provide all the documents mentioned in the RFP Sl No.22

a-i

18 Party to confirm the adherence to guarantee clauses as mentioned in the RFP Sl No.23

Points a-d

19 Party to confirm the adherence to terms and conditions as mentioned in the RFP Sl No.24

Points a-h

Authorised Signatory with seal ---------------------------------------

Page 39: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

33

ANNEXURE 4

Page 40: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

34

Page 41: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

35

Page 42: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

36

Page 43: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

37

AP RECOVERY PLANT- BUILDING PLAN

Page 44: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

38

AP RECOVERY PLANT- BUILDING ELEVATION

Page 45: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

NOTE :-

1. Duty Exemption :- We are exempted from payment of Excise Duty / Customs Duty and necessary duty Exemption Certificate will be provided by us. Please quote accordingly.

2. Ours is a Government of India Department and we cannot issue any concessional form. Hence, please quote normal rate of VAT / CST.

3. Detailed Tech Details / Catalogues / Data Sheets should be sent along with the offer.

4. Installation required at our site. 5. In order to avail of the benefits extended by Government of India to the Micro and

Small sectors, please submit attested copy of the valid Entrepreneur Memorandum Part-II signed by the General manager, District Industries centre or NSIC Registration Certificate along with your offer.

Page 46: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS

I. PART I - TECHNICAL AND COMMERCIAL BID (In duplicate) in one cover. Technical and commercial part should clearly indicate the technical details, scope of supply, payment terms, delivery terms. [FOB/FOR/Ex-Works] delivery period, taxes and duties. Warranty, guarantee, security deposit, performance bank guarantee, etc. under separate heads. Please note that the price should NOT be indicated in the Technical and Commercial Offer. Tender Fee, by way of Demand Draft should be enclosed with Technical Bid, failing which the offer will not be considered.

Complete literature/leaflets/catalogues or brochures relevant to the offered models are to be enclosed with the Technical and Commercial Part of the Tender.

The cover should clearly be super scribed “Technical and Commercial Bid”. The Tender Number - due Date and Time should also be indicated on the cover.

II. PART II - PRICE BID in one cover:- Price alone should be indicated (in duplicate). Wherever installation/commissioning is involved, such charges may be indicated separately in the Price Bid. The cover should clearly be super scribed “Price Bid”. The Tender Number - Due Date and Time should also be indicated on the cover.

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

The Senior Purchase & Stores Officer Purchase Unit III, PRSO Purchase, RFF Area, VSSC, Trivandrum - 695 022

IV. a) In a tender, either the Indian agent on behalf of the Principal / OEM or Principal / OEM itself can bid but both cannot bid simultaneously for the same item / product in the same tender.

b) If an agent submits bid on behalf of the Principal / OEM, the same agent shall not submit a bid on behalf of another Principal / OEM in the same tender for the same item / product.

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

VI. The offer should be valid for a minimum period of 120 days from the due date.

VII. TENDER OPENING : The Technical and commercial Bid will be opened on the specified day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.

VIII. Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well

in time to reach us before the due date and time.

IX. Tenders which are not prepared in terms of these instructions are liable to be rejected.

X. Fax / e-mail offers shall not be considered for TWO PART BIDS. If by any chance, Price bid is not submitted separately as indicated above, the offer shall be treated as invalid.

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

XII. Our enclosed standard terms and conditions (Form P003) shall also form part of this tender.

Page 47: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

Form No. P003 GOVERNMENT OF INDIA DEPARTMENT OF SPACE

VIKRAM SARABHAI SPACE CENTRE

PURCHASE UNITIII, PRSO, RFF AREA

ISRO PO, Thiruvananthapuram – 695 022

INVITATION TO TENDER

To M/s. ………………………………… ………………………………………. Dear Sir,

The Sr. Head, Purchase & Stores / Purchase Officer for and on behalf of the President of India (The Purchaser) invites sealed tender for the supply of stores detailed in the tender form here to annexed. The conditions of contract which will govern any contract made are printed on the reverse / enclosed. If you are in a position to quote for the supply in accordance with the stated requirements, please submit your quotation in the attached tender form. Your tender must reach us on or before the due date and time as indicated in the attached tender schedule.

Yours faithfully,

For and on behalf of the President of India (The Purchaser)

INSTRUCTIONS TO TENDERS

1. Tenders should be sent in sealed envelopes superscribing the relevant tender No. and the due date of opening.

Only one tender should be sent in each envelope. 2. Late tenders will not be considered. 3. Sales Tax / VAT and / or other duties / levies where legally leviable and intended to be claimed should be distinctly

shown separately in the tender. 4. As a Government of India Department this office is exempted from the payment of Octroi and similar local levies.

Tenderers shall ensure that necessary exemption certificates are obtained by them from the Purchase Officer concerned to avoid any payment of such levies.

5. a) Your quotation should be valid for 120 days from the date of opening of the tender. b) Prices are required to be quoted according to the units indicated in the annexed tender form. When quotations

are given in terms of units other than those specified in the tender form relationship between the two sets of units must be furnished.

6. Preference will be given to those tenders offering supplies from ready stocks and on basis of FOR destination / delivery at site.

7. a) All available technical literature catalogues and other data in support of the specifications and details of the items should be furnished along with the offer.

b) Samples if called for, should be submitted free of all charges by the tenderer and the Purchaser shall not be responsible for any loss or damage thereof due to any reason whatsoever. In the event of non-acceptance of tender will have to remove the samples at his own expense.

Page 48: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

c) Approximate net and gross weight of the items offered shall be indicated in your offer, if dimensional details are available the same should also be indicated in your offer.

d) Specifications :- Stores offered should strictly conform to our specifications. Deviations, if any should be clearly indicated by the tenderer in their quotation. The tenderer should also indicate the Make / Type number of the stores offered and provide catalogues, technical literature and samples, wherever necessary along with the quotations. Test Certificate wherever necessary should be forwarded along with supplies. Whenever options are called for in our specifications, the tenderer should address all such options. Wherever specifically mentioned by us the tenderer could suggest changes to specifications with appropriate response for the same.

8. The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance

of the whole or any part of the tender or portions of the quantity offered and the tenderer shall supply the same at the rates quoted.

9. Corrections, if any must be attested. All amounts shall be indicated both in words as well as in figures. Where there is difference between amounts quoted in words and figures, amount quoted in words shall prevail.

10. The tenderer should supply along with his tender, the name of his bankers as well as the latest Income-Tax clearance certificate duly countersigned by the Income-Tax Officer of the Circle concerned under the seal of his office, if required by the Purchaser.

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

12. The authority of the person signing the tender, if called for should be produced.

TERMS AND CONDITONS OF CONTRACT

1. Definitions :- a) The term ‘Purchaser’ shall mean the President of India or his successors or assigns. b) The term ‘Contractor’ shall mean, the person, firm or company with whom or with which the Order for the supply

of stores is placed and shall be deemed to include the Contractor’s successors, representatives, heirs, executers and administrators unless excluded by the contract.

c) The term ‘Stores’ shall mean, what Contractor agrees to supply under the contract as specified in the Purchase Order including erection of plant and machinery and subsequent testing should such a condition be included in the Purchase Order.

d) The term ‘Purchase Order’ shall mean, the communication signed on behalf of the Purchaser by an Officer duly authorized intimating the acceptance on behalf of the purchaser on the terms and conditions mentioned or referred to in the said communication accepting the Tender or offer of the Contractor for supply of stores or plant, machinery or equipment or part thereof.

2. Prices Tenders offering firm prices will be preferred. Where a price variation clause is insisted upon by a tenderer, quotations with a reasonable ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at a time of tendering and also the formula for any such variations.

3. Security Deposit On acceptance of tender, the Contractor shall, at the option of the Purchaser and within the period specified by him deposit with him in cash or in any other form as the Purchaser may determine security deposit not exceeding ten percent of the value of the contract as the Purchaser shall specify. If the Contractor is called upon by the Purchaser to deposit, ‘Security’ and the Contractor fails to provide the security with in the period specified, such failure shall constitute a breach of the contract and the Purchaser shall be entitled to make other arrangement for the re-purchase of the stores contracted for at the risk of the Contractor in terms of Sub-Clause (ii) and (iii) of clause 10(b) hereof and / or to recover from the Contractor damages arising from such cancellation.

4. Guarantee and Replacement a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for

material, workmanship and performance.

Page 49: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

b) For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein found to have developed under proper use, arising from faulty stores design or workmanship Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any part thereof are faulty.

c) If in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser provided the notice informing the Contractor of the defect is given by the Purchaser in this regard within the said period of 14 months from the date of acceptance thereof.

d) The Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the Contractor the whole or any portion of the defective stores.

e) The decision of the Purchaser not withstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser, as to whether or not the stores supplied by the Contractor are defective or any defects has developed within the said period of 12 months or as to whether nature of the defects requires renewal or replacement, shall be final, conclusive and binding on the Contractor.

f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above, the Contractor shall, at the option of the Purchaser furnish a Bank Guarantee (as prescribed by the Purchaser) from a Bank approved by the Purchaser from an amount equivalent to 10% of the value of the contract along with first shipment documents. On the performance and completion of the contract in all respects, the Bank Guarantee will be returned to the Contractor without any interest.

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of store at purchaser’s site.

h) Even While the 12 months guarantee applies to all stores in case where a greater period is called for by our specifications then such a specification shall apply in such cases the period of 14 months referred to in para 4 (b) & (c) shall be asked for guarantee period plus two months.

5. Packing, Forwarding & Insurance The Contractor will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air to withstand transit hazards and ensure safe arrival at the destination. The packing and marking of packages shall be done by and at the expense of the Contractor. The Purchaser will not pay separately for transit insurance all risks in transit being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually received in good condition in accordance with the contract.

6. Despatches The Contractor is responsible for obtaining a clear receipt from the transport authorities specifying the goods dispatched. The consignment should be despatched with clear Railway Receipt / Lorry Receipt. If sent in any other mode it is at the risk of the Contractor. Purchaser will take no responsibility for short deliveries or wrong supply of goods when the same are booked on said to contain basis. Purchase shall pay for only such stores as are actually received by them in accordance with the contract.

7. Test Certificate Whenever required, test certificates should be sent along with the despatch documents.

8. Acceptance of stores a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by the

Purchaser at the contractor’s own risk, expense and cost. b) It is expressly agreed that the acceptance of the stores contracted for is subject to final approval by the

Purchaser, whose decision shall be final. c) If, in the opinion of the Purchaser all or any of the stores that do not meet the performance or quality

requirements specified in the purchase order, they may be either rejected or accepted at a price to be fixed by

Page 50: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

the Purchaser and his decision as to rejection and the prices to be fixed shall be final binding on the Contractor.

d) If the whole or any part of the stores supplied are rejected in accordance with Clause No. 8 (c) above the Purchaser shall be at liberty with or without notice to the Contractor, to purchase in the open market at the expense of the Contractor, stores meeting the necessary performance and quality contracted for in place of those rejected, provided that either the purchase or the agreement to purchase from another supplier is made within six months from the date of rejection of the stores as aforesaid.

9. Rejected stores Rejected stores will remain at destination at the contractor’s risk and responsibility, if instructions for their disposal are not received from the Contractor within a period of 14 days from the date of receipt of the advice of rejection, the Purchaser or his representative has, at his discretion the right to scrap or sell or consign the rejected stores to contractor’s address at the contractor’s entire risk and expense Freight being payable by the Contractor at actuals.

10. Delivery a) The time for and the date of delivery of the stores stipulated in the purchase order shall be deemed to be

essence of the contract and delivery must be completed on or before the specified dates. b) Should the Contractor fail to deliver the stores or any consignment there of within the period prescribed for

such delivery, the Purchaser shall be entitled at his option either. i. to recover from the Contractor as agreed liquidated damages and not by way of penalty, a sum of 0.5% per

week subject to a maximum of 10% of the order value. or ii. to purchase elsewhere, without notice to the Contractor on the account and at the risk of the Contractor the

stores not delivered or others of a similar description (where others exactly complying with the particulars, are not in the opinion of the Purchaser readily procurable, such opinion being final) without cancelling the contract in respect of the consignment (s) not yet due for delivery, or

iii. to cancel the contract of a portion thereof and if so desired to purchase or authorize the purchase of stores not so delivered or others of a similar description (where others exactly complying with the particulars are not in the opinion of the Purchaser readily procurable such opinion final) at the risk and cost of the Contractor.

In the event of action being taken under sub-clause (ii) & (iii) of clause 10 above, the Contractor, shall be liable for any loss which the Purchaser may sustain on that account, provided that the re-purchase, or if there is an agreement to re purchase then such agreements is made within six months from the date of such failure. But the Contractor shall not be entitled to any gain on such re-purchase made against default. The manner and method of such re-purchase shall be at the discretion of the Purchaser, whose decision shall be final. It shall not be necessary for the Purchaser to serve a notice of such re-purchase on the defaulting Contractor. This right shall be without prejudice to the right of the Purchaser to recover damages or breach of contract by the Contractor.

11. Extension of time As soon as it is apparent that contract dates cannot be adhered to an application shall be sent by the Contractor to the Purchaser if failure, on the part of the Contractor to deliver the stores in proper time shall have arisen from any cause which the Purchaser may admit as reasonable ground for an extension of the time (and his decision shall be final) he may allow, such additional time as be considers it to be justified by circumstances of the case without prejudice to the purchaser’s rights to recover liquidated damages under clause 10 thereof.

12. Erection of Plant & Machinery Wherever erection of a plant or machinery is the responsibility of the Contractor as per the terms of the contract and in case of Contractor fails to carry out the erection as and when called upon to do so within the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through any source of his choice. In such an event, the Contractor shall be liable to bear any additional expenditure that the Purchaser is liable to incur towards erection. The Contractor shall, however, not be entitled to any gain due to such an action by the Purchaser.

13. Payment

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

Page 51: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

14. Mode of payment Normally payment will be made for the accepted stores within 30 days from the date of receipt of the materials.

15. Recovery of sums due Whenever any claim for the payment of whether liquidated or not, money arising out of under this contract against the Contractor, the Purchaser shall be entitled to recover such sum by appropriating. In part or whole the security deposited by the Contractor, if a security is taken against the contract. In the event of the security being insufficient or if no security has been taken from the Contractor, then the balance or the total sum recoverable, as the case may be, shall be deducted from any sum then due or which at any time thereafter may become due to the Contractor under this or any other contract with the Purchaser. Should this sum be not sufficient to cover the full amount recoverable, the Contractor shall pay to the Purchaser on demand the remaining balance due. Similarly, if the Purchaser has or makes any claim, whether liquidated or not, against the Contractor under any other contract with the Purchaser, the payment of all moneys payable under the contract to the Contractor including the security deposit shall be with-held till such claims of the Purchaser are finally adjudicated upon and paid by the Contractor.

16. Indemnity The Contractor shall warrant and be deemed to have warranted that all stores supplied against this contract are free and clean of infringement of any Patent, Copyright or Trademark, and shall at all times indemnity the Purchaser against all claims which may be made in respect of the stores for infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk of accidents or damage which may cause a failure of the supply from whatever cause arising and the entire responsibility for sufficiency of all means used by him for the fulfillment of the contract.

17. Arbitration In the event of any question, dispute or difference arising under these conditions or any conditions contained in the purchase order or in connection with this contract, (except as to any matter the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration of the Head of the Purchase office or of some other person appointed by him. It will be no objection that the Arbitrator is a Government servant, that he had to deal with matter to which the contract relates or that in the course of his duties as Government servant he has expressed views on all or any other matters in dispute or difference. The award of the Arbitrator shall be final and binding on the parties of this contract. It is a term of this contract a) If the arbitrator be the Head of the Purchase Office (i) In the event of his being transferred or vacating his office by resignation or otherwise, it shall be lawful for his

successor-in-office either to proceed with reference himself, or to appoint another person as Arbitrator, or (ii) In the event of his being unwilling or unable to act for any reason, it shall be lawful or the Head of the Purchase

Office to appoint another person as arbitrator, or b) If the arbitrator be a person appointed by the Head of the Purchase Office in the event of his dying, neglecting

or refusing to act or resigning or being unable to act, for any reason it shall be lawful for the Head of the Purchase office either to proceed with the reference himself or appoint another person as arbitrator in place of the outgoing Arbitrator.

Subject as aforesaid the Arbitration and Conciliation Act 1996 and the rules thereunder and any statutory modifications there of for the time being in force shall be deemed to apply to the arbitration proceedings under this Clause. The Arbitrator shall have the power to extend with the consent of the Purchaser and the Contractor the time for making and publishing the award. The venue of arbitration shall be the place as Purchaser is his absolute discretion may determine. Work under the contract shall, if reasonably possible continue during Arbitration proceedings.

18. Counter Terms and Condition of Suppliers Where counter terms and conditions / printed or cyclostyled conditions have been offered by the supplier, the same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained.

Page 52: Corrigendum IIAdvt No VSSC/P/ADV/135/2014 Dt. 16.10.2014

19. Security for Purchaser’s Materials Successful tenderer will have to furnish in the form of a bank guarantee or any other form as called for by the Purchaser towards adequate security for the materials / property provided by the Purchaser for the due execution of the contract.


Recommended