You are on page 1of 10
INVITATION OF BIDS FOR SUPPLY AND INSTALLATION OF BOOM BARRIER WITH ACCESSORIES AT SDSC SHAR & SULLURUPETA RESIDENTIAL COLONIES 4. Proposals are invited from the interested bidders for the enclosed scope of work in two part bid. Part-1 technical and unpriced part of the work and Part-2 Priced commercial part. 2. The scope of the work includes the supply, erection/installation, testing and commissioning electronic boom barriers and other interfaces including the minor civil ‘works if any required. 3. Total 14 nos of 4 meter length boom barriers are required. Out of those, 4 boom barriers have to be erected at SDSC SHAR and 8 boom barriers have to be erected at Sullurupeta (residential colonies) and balance 2 boom barriers have to be erected at TOMD garage at Sullurupeta. 4, The address and contact numbers for seeking clarifications regarding this RFP are given below — (a)| Queries to be addressed to Sr.Purchase & Stores Officer, SCF (b)| Postal address for sending the | Tender Section ee Satish Dhawan Space Centre SHAR, ISRO, Dept. of Space, Govt. of India, Sriharikota ~ 524124, SPSR Nellore Dist, Andhra Pradesh (c)| Name/designation of the contact | Mr.Senthil Selvan personnel | (@| Telephone numbers of the | 08629-22 6174/6023 contact personnel (e)| emaitids of contact personnel | sselvan@shar.gov.in (f) | Fax number 08623-22 5170 5. This RFP is divided into five Parts as follows: ‘A. Part | - Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc. B. Part Il — Contains essential details of the items/services required, such as the ‘Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details. C. Part Ill — Contains Standard Conditions of RFP, which will form part of the Contract with the successful ler. D. Part IV Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder. E. Part V— Contains Evaluation Criteria and Format for Price Bids. . This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage. 7. BID SUBMISSION ids duly filled in by the Bidder should invariably be submitted as stipulated in the Letter inviting bid. Bids shall be submitted in the following manner. 7.1. PART ~ |: UN PRICED TECHNO-COMMERCIAL PART OF THE BID FOR THE WORK Complete Techno-commercial part of the bid shall be filled online in the “vendor Specified Terms’ form of the e-tender. Any documents related (demand draft for tender fee & EMD ), technical literature, guarantee /warrantee certificates and any other document as per the tender shall be scanned and uploaded to the e-tender under "Documents solicited from Vendor’ form only in ISRO e-procurement portal (https://eprocure.isro.qov.in). In case if the space is not adequate to upload, hard copy of the balance documents (without any price figures) shall be submitted before due date. Envelope of technical bid shall be marked with following: PART-I TECHNO-COMMERCIAL BID Name of client : Satish Dhawan Space Centre SHAR Indian Space Research Organisation Title of the proposal : Supply, erection, testing and commissioning of electronic boom barriers. Tender Reference Number SHAR/MSA/2014002003 From (Name of the bidder with z address) To: Head, Purchase & Stores Satish Dhawan Space Centre SHAR ISRO, Dept. of Space Govt. of India Sriharikota - 524124, SPSR Nellore Dist, Andhra Pradesh, In The deviation statement and checklist shall be filled online, without which the bid will not be considered, 7.2. PART -Il_: PRICE PART OF THE BID FOR THE WORK Price bid shall be filled in the on-line ‘price bid’ form of the e-tender only in ISRO e- procurement website_https://eprocure.isro.gov.in . The cost of spares and other prices shall be filled in the respective forms available on-line in the e-portal. Any other terms and conditions given in this part shall not be considered and if insisted upon by the Bidder, bids are liable for rejection, a) SDSC SHAR may open Part — | of the bid on the due date of opening subject to meeting the minimum evaluation criteria. Price Bids (Part-ll) of technically and commercially acoeptable offers shall be opened at a later date. b) SDSC SHAR reserves the right to reject any or all the Bids without assigning any reasons thereof, ©) Any bids/offers with price details in Techno-Commercial Offer (Part -1) shall be rejected. PART | - GENERAL INFORMATION 4. Clarification regarding contents of the RFP: A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Buyer in writing about the clarifications sought not later than seven days prior to the date of ‘opening of the Bids. Copies of the query and clarification by the purchaser will be sent to all prospective bidders who have received the bidding documents. 2. Modification and Withdrawal of Bids: A bidder may modify or withdraw his bid after submission provided that the written notice of modification or withdrawal is received by the Buyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the purchaser not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period will result in Bidder’s forfeiture of bid security. 3. Clarification regarding contents of the Bids: During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained 4, Rejection of Bids: Canvassing by the Bidder in any form, unsolicited letter and post- tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected. 5. Unwillingness to Quote: Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be delisted for the given range of items as mentioned in this RFP. 6. Validity of Bids: The Bids should remain valid till 90 days from the last date of submission of the Bids. 7. Earnest Money Deposit: Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs 50,000/- (Rupees fifty thousand only) along with their bids. The EMD may be submitted in the form of an Account Payee Demand Draft, in favour of Accounts Officer, SDSC SHAR, payable at State Bank of India, Sriharikota. EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30" day after the award of the contract, The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself, for which necessary supporting documents should be provided. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of their tender. PART II ESSENTIAL DETAILS OF ITEMS/ SERVICES REQUIRED 4. SPECIFICATIONS S.No} Parameter Specification ender: Compliance 1.4. | Duty Cycle 100% 4.2. | Mechanism Electrically operate 1.3. | Closing Time 1-6 Sec (adjustable) | (after vehicle passage) 1.4. Cycles per hour 100 1.5. | Cycles per day 2000 1.6. | Arm Dimension and | Length 4 meters. Aluminium Boom bar to Construction be used. Complete length of the arm shail | be pasted with reflective Red and White Strips for day & night visibility 1.7. | Power Supply 230 VAC , 50Hz 1.8. | Operating Options | Remote Control and Push Button (Manual) Optional: RFID based activation 1.9. | Operation during OpeniClose option with mechanical handle power failure 4.10.) Boom are ‘The movement of boom arc shall be full 90 degrees for maximum clearance. | 4.14. | Control Panel To provide a compact console for operating | the boom barrier conveniently | 1.12. | Shock Resistance | High Level and extremely sturdy 11.13. ] Finishing Treatment | Zinc Coating (inside oul), stainless steel cover & anti-corrosion treatment 4.14. | Water Proof and The device should be splash proof. (IP54) protection 11.15. | Operating 0° to 50°C Temperature 1.16. | Housing base The housing base frame will be of stainless S.No} Parameter Specification Vendor Compliance steel So as to protect the housing from rusting from bottom. 1.17. Safety Features (a) Bright LED lights mounted around the arm on both sides and shall be visible even in bright daylight. b) Safety and protective devices for any obstructions in opening and closing either relay based, micro processor controlled or with a set of photocells. S.No Description Compliance DELIVERY SCHEDULE: The supply, installation and commissioning of the system shall be completed within 3 months from the date of placement of the order. The quoted rate shall include for all associated civil, electrical, work supply and laying of cables for power supply as well as control cabling including cutting of existing concrete pavement, providing necessary foundation etc. Electric power supply shall be made available by the SDSC SHAR where the control panel is proposed to be installed. The site may be inspected for location of control panel, actual measurements and length of cables required etc. The firm shall have to carry out the complete job of installation & commissioning of Boom Barrier at CNP Gate on turnkey basis. The firm will have to carry out the complete cable laying work as per site requirement. The power cable must be armoured power cable for 230 VAC. SDSC will provide a power point nearby to this installation. All workers, engineers’ safety who will be engaged in this boom barrier installation work, will be the responsibility of the firm. The firm will have to provide training for 02 days for operation and maintenance. 10. The firm will have to provide 02 sets of operational and maintenance manual in English language. 11. The operational control panel and power source is required to be S.No Description Vendor Compliance placed minimum 10 meter away from the boom barrier hence firm must submit their quotation after considering all such requirements. 12, Warranty Services: The bidder shall provide twelve months warranty for the entire system for a defect liability, after final official handing over at his cost. During this period vendor has to provide and adhere to the following: i. This period shall include maintenance, replacement of defective/tailed parts at free of cost. ii. He has to attend four periodic maintenance calls and unlimited breakdown maintenance calls. ii, Break down maintenance should be responded within 48 Hours’ time and shall be completed within 48 Hours after respond. iv. Department will not provide any transportiaccommodation 13, Comprehensive Annual Maintenance Contract (AMC) Clause: ‘The following CAMC Clause will form part of the contract placed on successful Bidder:~ (a) The seller would provide comprehensive AMC for a period of 3 years after completion of warranty period. The CAMC services should cover the repair and maintenance of all the equipment and systems purchased under the present Contract. (b) The CAMC services would be provided in two distinct ways :~ a. Preventive Maintenance Service: The seller will provide a minimum of four Preventive Maintenance Service visits during a year to the operating base to carry out functional checkups and minor adjustments/tuning as may be required. b. Breakdown maintenance service: In case of any breakdown of the equipment/systems, on call from the Buyer, the seller is to provide maintenance service to make the equipment/system serviceable. (c) Response time: The response time of the seller should not exceed 24 hours from the time the breakdown intimation is provided by the Buyer. (a) Serviceability of 90 % per year is to be ensured. This amounts fo total maximum downtime of 36.5 days per year. Also unserviceability should not exceed 7 days at one time. (e) Required spares to attain this serviceability may be stored at S.No Description Vendor Compliance site by the seller at his own cost. Total down time would be calculated at the end of the year. If downtime exceeds permitted downtime, LD would be applicable for the delayed period, (f) Maximum repair tumaround time for equipment /system would be 14 days. However, the spares should be maintained in a serviceable condition to avoid complete breakdown of the equipmentisystem. (g) Technical Documentation: All necessary changes in the documentation (Technical and Operators manual) for changes carried out on hardware and software of the equipment will be provided. (h) During the CAMC period, the seller shall carry out all necessary servicing/repairs to the equipment/system under CAMC at the current location of the equipment/system. Prior | permission of the Buyer would be required in case certain components/sub systems are to be shifted out of location. On such occasion, before taking over the goods of components, the seller will give suitable bank guarantee/indemnity bond to the Buyer to cover the estimated current value of item being taken. (i) The Buyer reserves its right to terminate the maintenance contract at any time without assigning any reason after giving a notice of 01 months. The seller will not be entitled to claim ‘any compensation against such termination. However, while terminating the contract, if any payment is due to the seller for maintenance services already performed in terms of the contract, the same would be paid to it as per the contract terms. 14, OEM Certificate: In case the Bidder is not the OEM, the agreement certificate with the OEM for sourcing the spares shall be mandatory. However, where OEMs do not exist, minor aggregates and spares can be sourced from authorized vendors subject to quality certification. 15. Earliest Acceptable Year of Manufacture. Equipment needs to have been manufactured is not before 2014. Quality / Life certificate will need to be enclosed with the Bill. 16. Maintainability Evaluation Trials (MET): This is carried with a view to facilitate provisioning of effective engineering support during life cycle of the equipment. This would involve stripping of the equipment _and_carrying out _recommended_tests_and S.No Description Vendor Compliance adjustments and establishing adequacy of maintenance tools, test equipment and technical literature. To facilitate this process the Bidder is required to provide the following :- (a) Technical Literatu English and Hindi. (b) Technical Manual (c) Manufacturers Recommended List of Spares (MRLS). (d) Servicing Schedule. (e) Condemnation limits, (f) Packing specifications /instructions. (g) Any additional information suggested by the OEM. User Handbook/Operators Manual in

You might also like