You are on page 1of 203

Government of India

Department of Space
Indian Space Research Organization
Space Applications Centre
Ahmedabad – 380 015
Tender Notice No. SAC/PT/22/2008-09
For and on behalf of the President of India, Sr. Head, Purchase & Stores, Space Applications Centre, Ahmedabad invites
sealed tenders for supply of the following :-
SN Tender Reference Brief Description Qty.
1 AHEG 2008002086 Supply of Push Button Telephone Instruments As per doc.
2 AHSG 2008001004 High Stability Frequency Counter 1 No.
3 AHDI 2008002013 X-Band MMIC Chip & Packaged Device As per doc.
4 AHEG 2008001679 Point to Point Microwave Link (TWO PART TENDER) 1 No.
5 AHMR 2008002158 Frequency Counter 10 Hz to 26.5 GHz (26.5 GHz to 110GHz with As per doc.
sub Harmonic Mixing)
6 AHSG 2008001752 VLSI Tester (TWO PART TENDER) As per doc.
7 AHEG 2008002040 Supply, Installation, Testing & commissioning of 18 Ton Electro 1 No.
Dynamic Shaker System along with 96 Channel Digital Vibration
Control System (TWO PART TENDER)
8 AHST 2008001853 High Power Flexible Cable Assemblies (TWO PART TENDER) As per doc.
9 AHMR 2008002177 Signal Generator frequency range 75 GHz to 110GHz As per doc.
10 AHMR 2008002178 Signal Generator frequency range 140 GHz to 220GHz 1 No.
11 AHSE 2008002087 Swir Linear Array Infrared Detectors(TWO PART TENDER) As per doc.
12 AHSE 2008002199 Thermo Vision Camera System (TWO PART TENDER) 2 Nos.
13 AHDI 2008001848 MMIC Multiplier & Amplifier As per doc.
14 AHDI 2008001847 Internally & Externally referenced phase locked DRO @13.8 GHz 30 Nos.
15 AHAS 2008000966 Advance Computer Server System (TWO PART TENDER) 1 No.
• Tender fee: Rs. 200 each for Sr. No. 1 to 15.
• Due Date for Sr. No. 1 to 5 is 2nd March, 2009 at 15.00 hrs. (ISD), for Sr. No. 6 to 9 is 4th March,
2009 at 15.00 hrs.(ISD) & for Sr. No. 10 to 15 is 9th March, 2009 at 15.00 hrs. (ISD)
Tender documents are available on ISRO website www.isro.gov.in interested tenderers may at their option
download the Tender documents from the website and submit their offer alongwith prescribed Tender fee (In the
form of Demand Draft) as per details in the notification. While submitting your offer please superscribe Tender
No. (File No.) and due date on the envelope.

While making request for tender documents by post, the following points shall be noted :-

1) Only brief descriptions are furnished here. Detailed specifications are available in the tender documents and
the offers should be in the prescribed form only. 2) Request letter shall be sent for demanding tender documents
indicating tender notice number and file number together with prescribed tender fee to the Purchase and Stores
Officer, Space Applications Centre, Ahmedabad – 380 015 only. 3) The Envelope containing such request shall
indicate the “REQUEST FOR TENDER DOCUMENTS”. 4) DD should not be prior dated to the date of
advertisement. Separate request letter and separate Demand Draft shall be sent for each tender document. 5)
The tender fees (non refundable) should be made in the form of CROSSED DEMAND DRAFT (MICR DD
ONLY) from any Nationalized Bank payable at AHMEDABAD in favour of The ACCOUNTS OFFICER,
SAC, Ahmedabad – 380 015 only. 6) Vendors/firm name and file number shall be indicated on the reverse
side of the Demand Draft. 7) Quotation received without payment of tender fee will be treated as unsolicited 8)
No request for the extension of the due date will be considered. 9) The sale of the tender documents through
POST shall be closed 10 days prior to due date. 10) In case party desires to collect the tender document in
person, they may contact Purchase Section (Bldg. No. 30-A, Room No. 52) on any working day between 1400
to 1600 hrs one day before the due date. 11) Last date for the receipt of the sealed offers shall be up to 3.00
P.M. on the above mentioned due dates. 12) Bids received shall be opened in the presence of attending
tenderers or their authorized representatives on the above mentioned due dates at 3.00 P.M. 13) In the event of
any date indicated above is declared a Holiday, the next working day shall become operative for the respective
purpose mentioned herein.

***
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835

INVITATION TO TENDER

Ref No. AHEG 2008002086 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 2, 2009


Opening : 15.30 IST on March 2, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


1. Supply of Push Button Telephone Instruments No. As per doc.

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE
TECHNICAL SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE
QUOTATION IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY
SHOULD SUBMIT EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT
IN ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR
ANY DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Page 1 of 3
Ref. No. 2008002086

Annexure – I

Technical Specifications for Caller ID phones

Sr.
Specifications /Features Complied / Comment
No.
1. Phone should be of reputed make like Panasonic /
BPL / Beetel or equivalent only.
2. Phone should be DTMF / FSK CLI compatible.
3. Phone should display CLI on PBX and PSTN line.
4. Phone should work without battery; however there
should be battery compartment module.
5. Two way speakerphone with good audible quality
6. Speakerphone and LCD display should work with
telephone line
7. 50 caller ID memories or higher
8. 8 one touch speed dial memories or higher
9. 25 phone book entries or higher
10. 16 outgoing dialed numbers memories or higher with
review and redial
11. Message waiting and incoming call indication
12. Date and time display
13. Local area code setting
14. Auto add “0” in call back
15. Multiple ring melody selectable
16. Tone / Pulse switchable
17. Hold, Flash, Redial key with flash time adjustable
18. Phone should be RJ-11 plug – in type.
19. Specify colors available
20. Line cord: RJ-11 type at both ends with minimum 1.5
meter length.
21. Short listed supplier will arrange demonstration at
SAC.
22. Three years on site warranty includes free
replacement in case of manufacturing defect.

Page 2 of 3
Annexure – II

Terms & conditions

1. Supplier has to comply the specifications as per Annexure – I.


2. Supplier has to quote price in slabs of 1 to 200, 201 to 500 & 501 to 1000. SAC
will place an order of required quantity.
3. Short listed supplier will be asked for demonstration of telephone instrument for
feature verifications at SAC before placing purchase order.
4. SAC will decide the color and mentioned in purchase order.
5. Supplier should have service centre in Ahmedabad
6 Manufacturers or authorized dealers of manufacturer should quote. Supplier has
to provide sales & service authorization certificate from Original manufacturers.
7 Supplier shall provide 10 % bank guarantee of purchase order for three years
warranty.
8 During warranty period, suppler shall repair / replace defective telephone
instrument
s within three days from date of complaint.
9 Name of “Space Applications Centre, Govt. Of India, AHMEDABAD” shall be
printed on
each phone in Hindi & English. Supplier shall provide operation and maintenance
manuals with technical details and circuit diagrams.

Page 3 of 3
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835

INVITATION TO TENDER

Ref No. AHSG 2008001004 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 2, 2009


Opening : 15.30 IST on March 2, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


2. High Stability Frequency Counter No. 1 No.

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE
TECHNICAL SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE
QUOTATION IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY
SHOULD SUBMIT EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT
IN ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR
ANY DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Indent No: AHSG2008001004

SPECIFICATIONS FOR FREQUENCY COUNTER

Sr.No. Parameter Specifications


1 Frequency Range DC to 2.0 GHz (min)
2 Counter Measurement Reciprocal type
Method
3 Frequency Resolution 11 digits (1 sec)
4 No. Of channels Two
5 Maximum Input Level +20 dBm
6 Minimum Input Level -5 dBm
7 Input impedance 50 / 1 M
8 Freq. Measurement 0.1 ppb or better
Accuracy
Note1: The requirement is for min. frequency range of DC to 2 GHz. However, frequency counters
with higher frequency range complying to the measurement accuracy and stability requirements are
also acceptable.
Time base specifications
9 Time base accuracy 0.1 ppb (minimum);0.05 ppb or better(preferred)
10 Short term stability 1s Allan Variance 10s Allan Variance 100s Allan Variance
< 5 x 10-11 < 1 x 10-11 < 1 x 10-12
11 Warm Up Interval 30 minutes to meet short term stability specification
12 Stability Per day Per month Per Year (optional)
-11 -11
<1 x 10 /day < 5 x 10 /month < 5 x 10-10/year
Note2: All the stability and measurement accuracy specifications are required for operating
temperature 25°C ± 3 °C.
Others
13 Connector style BNC,SMA-F (optional)
14 Interfaces IEEE 488,RS-232,Printer port
15 Operating Temp. 0° C to 50° C
16 Supply Voltage rating 240 V ± 10%,1 Ø 50 Hz nominal
17 Cable GPIB cable,2 meter
18 Power Cord India-3 pin standard interface
19 Warranty At least ONE year from the date of installation at SAC
General
20 Vendor shall carry out installation and demonstration of the system at SAC.
21 Operating and service manual to be supplied alongwith the instrument.
22 Please quote for any essential aceesories, software or other optional items necessary for this
instrument.Also, quote for Extended warranty for 2 years minimum.
23 Please furnish calibration certificate with details about the calibration standard for the
shipped instrument.
24 Supplier to demonstrate measurement accuracy and repeatability with an appropriate
frequency standard at the end-user premises.
25 Vendor should supply compliance matrix to above specifications, stating the specification
value for each parameter (Please fill in the format furnished as ANNEXURE).
26 Vendor should supply detailed technical specifications sheet of all the quoted models.
27 Vendor should quote for all the models complying or exceeding the required specifications.
To be filled in by the competent technical personnel from Vendor / Manufacturer end
Sr. Parameter End user’s min. Corresponding Page Complian Remarks /
No. requirement spec. of the no. in ce (Write Additional
model proposed the data YES/NO) Info, if
sheet any
1 Frequency Range DC to 2.0 GHz
2 Counter Reciprocal type
Measurement Method
3 Freq. Resolution 11 digits (1 sec)
4 No. Of channels Two
5 Maximum i/p Level +20 dBm
6 Minimum Input -5 dBm
Level
7 Input impedance 50
8 Freq. Measurement 0.1 ppb or
Accuracy better
Time base
9 Time base accuracy 0.1 ppb(min)
10 Short 1s < 5 x 10-11
Term
Stability- 10 s < 1 x 10-11
Allan 100 s < 1 x 10-12
variance
11 Warm up Interval
12 Long Per day <1 x 10-11
Term Per < 5 x 10-11
Stability month
Per year < 5 x 10-10 (opt.)
Others Details
13 Connector style BNC,SMA
14 Interfaces IEEE 488,RS-
232,Printer port
15 Operating Temp. 0° C to 50° C
16 Supp. Volt. Rating 240 V ± 10%,1
Ø
17 GPIB Cable 2 meter
18 Power Cord India-3 pin
standard
interface
19 Warranty w.e.f. At least one
the date of year
installation at SAC
To Be filled in by the Manufacturer/Vendor
Name and Address of the Vendor/Quoting agency:

Name and Address of the Equipment Manufacturer:

Frequency Counter Model No.:


(Please use separate blank copies of this sheet if quoting for more than one model no.)
Whether Tech. spec. sheets for the above model attached (Write YES/NO):

Whether Authorisation letter from the equipment manufacturer for Sales,


Service and Maintenance attached (If the agency quoting for the above
equipment is not the equipment manufacturer)? (Write YES/NO):

(Authorized Signatory)
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835


INVITATION TO TENDER

Ref No. AHDI 2008002013 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 2, 2009


Opening : 15.30 IST on March 2, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


3. X-Band MMIC Chip (Medium Power) No. 10 Nos.
X-Band MMIC Packaged Device (Medium Power) No. 10 Nos.
X-Band MMIC Chip (High Power) No. 10 Nos.
X-Band MMIC Packaged Device (High Power) No. 10 Nos.

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE
TECHNICAL SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE
QUOTATION IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY
SHOULD SUBMIT EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT
IN ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR
ANY DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Page 1 of 3
Ref. No. 2008001004

X-BAND MMIC PACKAGED & CHIP DEVICES

S.No. 1 High power MMIC packaged device.


Center Frequency : 9.65 GHz
Bandwidth : ±500 MHz
Power Output at 1dB (P1dB) minimum : 40.0 dBm
Linear GAIN minimum : 21.0 dB
Power added efficiency : 35%
Operating temperature : -55 to 100 °C
Storage temperature : -65 to 165 °C
Type : Hermetic package.

S.No. 2 High power MMIC chip.


Center Frequency : 9.65 GHz
Bandwidth : ±500 MHz
Power Output at 1dB (P1dB) minimum : 40.0 dBm
GAIN (G1dB) minimum : 21.0 dB
Power added efficiency : 28%
Operating temperature : -55 to 100 °C
Storage temperature : -65 to 165 °C
Type : Chip

S.No. 3 Medium power MMIC packaged device.


Center Frequency : 9.65 GHz
Bandwidth : ±500 MHz
Power Output at 1dB (P1dB) minimum : 31.0 dBm
GAIN (G1dB) minimum : 18.0 dB
Power added efficiency : 30%
Operating temperature : -55 to 100 °C
Storage temperature : -65 to 165 °C
Type : Hermetic package.

Page 2 of 3
S.No. 4 Medium power MMIC chip.

Center Frequency : 9.65 GHz


Bandwidth : ±500MHz
Power Output at 1dB (P1dB) minimum : 31.0 dBm
GAIN (G1dB) minimum : 18.0 dB
Power added efficiency : 30%
Operating temperature : -55 to 100 °C
Storage temperature : -65 to 165 °C
Type : Chip

NOTE:

1) Party should provide information of its space heritage.


2) Party should quote in the slab of 1-10, 11-25 and 26-50.

Page 3 of 3
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835


INVITATION TO TENDER

Ref No. AHEG 2008001679 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 2, 2009


Opening : 15.30 IST on March 2, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


4. Point to Point Microwave link No. As per Doc.
(TWO PART TENDER)

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE
TECHNICAL SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE
QUOTATION IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY
SHOULD SUBMIT EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT
IN ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR
ANY DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Indent No. 2008001679

TECHNICAL SPECIFICATIONS CUM COMPLIANCE FOR POINT TO POINT


MICROWAVE LINK BETWEEN SAC & BOPAL CAMPUS

TWO PART TENDER


PART-I – TECHNICAL AND COMMERCIAL

Introduction

SAC Telephone Exchanges and Bopal Telephone Exchanges are connected


through Single mode Optical fiber cable (OFC) and OPTIMUX using QSIG.
This provides four digits internal dialing for Bopal with feature transparency.
SACNET, a campus wide computer network (SAC intranet) is also extended
through OFC.

Telephone and LAN services are getting affected during OFC failure.
Considering round the clock (24x7) working of Telephone and LAN
services, connectivity between two campus is required.

Vendor has to offer Microwave link to provide voice and data connectivity
between two campus. Microwave link should support simultaneously both
voice connectivity through E1 / ISDN PRI and data connectivity through
Ethernet.
A) TECHNICAL

Sr. No. Description Compliance/


comments

1.0 Scope of Work


Vendor has to supply, install and commission point to
point Microwave link on TURN KEY basis, which includes

1.1 Site Survey: After received of PO, vendor has to carry out
site survey at both the campus. During Site survey
height of mast, location of mast, location of equipments,
etc will be finalized & report of site survey to be submitted
within ten days from the date of purchase order. After
clearance of site survey, vendor will start erection,
installation and commissioning work.

1.2 Vendor has to build-up triangular self supported mast at


SAC and Bopal campus.

1.3 Vendor will install two identical radio equipments pair


(300Mbps each) to be installed at SAC and Bopal
campus.

1.4 Each radio should be configured to establish telephone


(voice) connectivity between two telephone exchanges
through dual E1 / ISDN port (total 60 channels per radio).
Feature transparency should be available between two
telephone exchanges using QSIG.

1.5 Ethernet output of 100/1000 BaseT (auto negotiable)


should be configured to extend LAN to Bopal campus.

1.6 Lightning protection & earthing at SAC & BOPAL campus


as per telecom standard.

1.7 Training

1.8 Maintenance
2.0 Microwave Radio Specification

2.1 Radio equipments includes: In Door unit (IDU),


connectorised Out Door Units (ODU), cables between
IDU & ODU, mounting arrangement for IDU & ODU.
2.2 Data rate (Typical) : Up to 300 Mbps aggregate data rate
with external parabolic antenna
2.3 Technology : Orthogonal Frequency Division Multiplexing
(OFDM)
2.4 Typical range : Non – LOS Up to 10 Km, LOS up to 40
Km
2.5 Frequency band/Range : 5.725 GHz – 5.850 GHz
(license free) or
5.825 GHz – 5.925 GHz
(license free).
2.6 Channel Width : adjustable 5,10, 15 & 30 MHz
2.7 Encryption Type : 256 bits or better
2.8 Latency : <1 ms each direction (typical)
2.9 Nominal Receiver Sensitivity (dBm typical) : Adaptive,
varying between – 88 dBm and – 59 dBm according to
modulation selected
2.10 Antenna support : System should support external
connectorised high gain parabolic antenna
2.11 Antenna connectivity : N-type female
2.12 Duplex technique: Time Division Duplex (TDD) ratio Tx /
Rx should be dynamic
2.13 Power supply (typical) : 90-240 AC, 50 Hz .
2.14 Interfaces: ISDN PRI/E1/T1- 2 Ports .
(G703/G704,G823/G824) (RJ-45) for voice & 10BASE-T
/ 100 BASE-T / Base T (RJ-45 for data on each radio)
2.15 Protocols Used : IEEE 802.3 compatible
2.16 Link availability : 99.99 %
2.17 Temperature : - 40°C to + 60°C
2.18 Outdoor unit enclosure : All weather enclosure,
2.19 Humidity: Up to 90 % non condensing
2.20 Wind Survival: >240 km/hr
2.21 Specification for Enhance In Door Unit (E-IDU):
a It should support 8 x E1 & 1 x 100/100 Base T
Ethernet port
b One E-IDU should support two outdoor unit
c E – IDU should be configured for two radio link work in
redundant mode.
D 1U 19 inch rack mount
2.22 External parabolic antenna specification:
a Antenna gain: 33 dBi
b Size : 0.9 meter (minimum)
c Dual polarization
d N type connector
e Suitable mounting arrangement
f Antenna & radio equipment should be same make or
compatible
2.23 Global Position System (GPS ) receiver specification:
a It should support multiple channels & 1000 base T
protocol
b Internally mounted GPS antenna
c RJ-45 connector for radio interface
2.24 Specifications for RF, LAN & power cable :
a All the cables should be weatherproof, outdoor grade &
as per BIS standard.
B CAT5/CAT6 cable should be STP, pre-moulded,
connectorized & reputed make
3.0 Specification for subsystem
3.1 Specification for system management software(SMS):
a. SMS should be WEB base/ Graphic User
Interface (GUI)
b. Vendor will provide Ethernet interface for desktop
PC.
c. Management software shall generate reports for
system performance like transmit power, receive
power, link loss, data rate, signal strength ratio
V/H
d. SMS should provide link failure alarm log & all
historical alarm events
3.2 Specifications for managed layer 2 LAN switch:
a 100/1000 Mbps
b It should support minimum 8 Ethernet (RJ45)
port
c Minimum 2 port (4 core) for single mode fiber
9/125 µm compatible
d Switch should support 1000 base LX & TX/RX
Single Mode fiber & minimum distance of 10
Km support
e Operating conditions: 0º C to 50º C, 85% RH
(non- condensing)
g Power supply of switch should be industrial grade
with operating temperature of 50º C
3.3 Specification for desktop PC:
Make : HP/Dell/IBM/LENOVO/COMPAQ
a. INTEL core to duo CPU, E 8000 series, 3.0GHz,
6MBCache,FSB 1333MHz
b. Motherboard : INTEL/HP/DELL/IBM/LENOVO
branded mother board based on G31 or G35 Intel
chipset, 2 GB RAM
c. LCD Monitor : 1600 x 1200 pixel resolution colour
display 17”
d. HDD : 2x250GB SATA
e. Internal DVD writer : 8x DVD (W) writer, 32x DVD I
capability for double density DVD media x 1
f. Graphic card : 1600 x 1200 pixel resolution,128 MB
VRAM, 2D graphics
g. OS: windows – XP prof. With sp3 or latest license
(OEM/full) + Original media with key no.
h. Cabinet with Power supply
3.4 Specifications for 3 KVA online UPS at SAC & BOPAL
a. Output power: 3000 VA, Output nominal voltage:
230V
b. Output Voltage Distortion: Less than 5% at full
load
c. Output Frequency : 47 – 53 Hz for 50 Hz nominal
d. Crest Factor: up to 5 : 1, Waveform type: Sine
wave
e. Bypass: Internal bypass (Automatic & Manual)
f. Input voltage range:176 – 282V
g Maintenance-free sealed & leak proof battery
h Backup time four hour at full load
3.5 Specification for mast at SAC & BOPAL:
a Supply, fabrication & erection of triangular self
supported
with painting
b Height of mast: 110 feet (MS pipe type) with hot dip
galvanizing
c It includes all civil work with materials & suitable
RCC foundation
d Vendor will supply & install aviation lamps,
lightning arrestor, all type clamps, HDPE,GI pipe
& all the type of cables
e Following MS material should be used for mast
fabrication :
Pipes: 100mm to 40mm diameter/3-4mm
thickness.
Angles : 35x35x6/65x65 x 6 mm.
Rod: Cross Rod 20/16/12 mm.
f Mast should have provision of additional 30 feet
height for future requirement
3.6 Lightning protector unit specification :
a It should be compatible with radio equipment & same
make .
b. Necessary mounting arrangements & cables to be
provided.
3.7 Earthing specification at SAC & BOPAL:
a. Vendor will create separate earthing near mast
using earth pit & copper plate as per telecom
standard (< 0.5 Ohm).
b. Earthing connectivity should be provided with radio
& indoor.
3.8 Racks specification :
a 19 inch – 36 U floor rack with wheels
b It should be fabricated from sheets metal & power
coated
c AC mains – horizontal with 15 A fuse & indicator, six
5A switches & sockets x 2 nos., 4 cooling fans.
D Front & rear door with acrylic & locking
arrangement, server sliding tray x 2nos, sliding key
board tray
4.0 INSPECTION & ACCEPTANCE
4.1 Microwave link with all the equipments, cable and other
accessories will be inspected at vendor’s premises by
SAC engineers before dispatch. The readiness is to be
informed for an inspection.
4.2 Vendor will provide details Acceptance Test Procedure
(ATP) to SAC & demonstrate link specification as per
tender to SAC engineer. During ATP, vendor will use
their tools, equipments. SAC will not provide any test
instrument / tool
4.3 The system will be considered as installed and accepted
only after successful uninterrupted operation of the entire
system at site for period of 30 days and cleared by SAC.
5.0 WARRANTY & ON SITE SUPPORT
5.1 Supplier has to provide on site warranty of THREE
YEARS from the date of acceptance.
5.2 Warranty shall include preventive & unlimited break-down
maintenance calls including repair/replacement of
spares, modules, software etc.
5.3 Minimum One Site Engineer should be available in the

campus for three months from date of installation and

acceptance of system. Additional manpower should be

added as and when required to keep the system in

working condition. Man power deployed will carry out:

a. Preventive & routine maintenance of the system.


b. Maintenance and bug management of the system
c. Assist SAC authority in regular operation of the
system
d. Any other work to keep system 100% available
5.4 Whenever new Software version released by
manufacturer with additional features, Vendor will inform
same to SAC in writing & will upgrade the new software
at free of cost during warranty period.
6.0 MAINTENANCE & SERVICE SUPPORTS
6.1 Supplier shall provide onsite maintenance and service
supports for minimum 10 years. Necessary letter to be
produced from original equipment manufacturer for
warranty and post warranty services
6.2 After expiry of the warranty period, SAC may enter into a
COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (AMC) with the vendor
6.3 Vendor shall quote for year-wise AMC for next seven
years commencing after the end of warranty period
6.4 Vendor service center should be located in Ahmedabad
with necessary infrastructure for proving 24x7 trouble
free operation of microwave link.
7.0 SECURITY
Supplier should provide 256 bits or better data encryption
for security.
8.0 DOCUMENT
Three sets of operation and service manuals for each
items supplied to be provided. Service manuals should
provide complete system details like operation, &
maintenance of system with detail configuration, relevant
lay out, circuit diagram and drawings
9.0 TRAINING
Vendor shall impart training to two engineers at vendor
premises.
10.0 TECHNICAL TERMS AND CONDITIONS
10.1 Vendor will take up the contract on turnkey basis, i.e.
procurement, erection, installation, commissioning and
operation of the entire system (all elements included) to
the satisfaction of SAC
10.2 Technically complied vendor will be called for technical
presentation.
10.3 Vendor will establish end-to-end telephone and Ethernet
connectivity between SAC & BOPAL campus.
10.4 Vendor will provide the detail about licenses to be
obtained for mast from the concern authorities /
agencies. After PO, Vendor has to proceed and obtain
the licenses from the same on behalf of SAC. All the
original licenses / receipts are to be handed over to SAC
during acceptance of system.
10.5 Vendor has to carry out site survey for deciding height of
mast, location of mast, different type of cable
requirement etc & report to be submitted to SAC for final
approval.
10.6 Vendor will provide complete mast structure details with
drawing.
10.7 Systems with better specifications shall be accepted.
10.8 Vendor should provide latest software version for all
equipment.
10.9 In case costs are not quoted for certain items which are
a must e.g. cabling from radio to indoor unit, indoor unit
to fiber mux, LAN switch etc, it will be presumed that
such costs are included with the quote and the vendor
should supply the required material to execute the work
so that the system should function as an integrated one
from point to point link
10.10 Any other suitable option that the supplier considers that
meets the requirements can be indicated separately.
10.11 Vendor must quote for standard make items and specify
‘name of the manufacturer’, make’ & ‘model’ of the items
along with product catalogue including sourced from
Original Equipment Manufacturer (OEM). Detail bill of
material must be provided by the vendor as per annexure
I
10.12 Vendor shall submit specification cum compliance
statement in the specified table for all items along with
original specifications/data sheet from OEM in support of
their claim. Non-compliance or additional feature about
quoted items must be described separately in the
annexure, If such details are not provided with technical
bid, offer will be rejected
10.13 The order will be placed to single vendor.
10.14 Vendor should attach authorization certificate from the
original manufacturer for sales & services their products
& details of local service support with service engineers’
name.

1. COMMERCIAL TERMS (OTHER THAN PRICES)

COMPLIANCE STATEMENT TO BE ENCLOSED TO THE OFFER AS PART-B


(COMMERCIAL TERMS – DO NOT INDICATE THE PRICE).

SN Description Compliance
1.0 The prices quoted by you should be for delivery at our premises including
transportation etc.
2.0 VAT/GST extra as applicable (Please indicate the percentage). Also
indicate on which item the taxes are applicable (as per the price bid
format).
3.0 Percentage of Service Tax extra as applicable. Also indicate on which
item the Service Tax is applicable (as per the price bid format).
4.0 Excise Duty Exemption certificate will be provided in case you are a
manufacturer.
5.0 Supplier has to provide onsite warranty of THREE YEARS from the date
of acceptance. (part I clause 5.0 )
6.0 Supplier shall provide onsite maintenance and service supports for
minimum 10 years. (part I clause 6.0 )
7.0 PAYMENT : Total payment is divided into two parts as follows
7.1 70 % payment on supply of materials
7.2 30 % after acceptance of system as per specification
8.0 Installation and commissioning is in the scope of contract.
9.0 The quotations should be submitted as per bill of material in Annexure-I.
Supplier should clearly indicate cost for each item & Total cost of system.
They can add additional items if any.
10.0 All the prices should be quoted on unit basis like cost per radio pair,
antenna, per meter mast height, E1/ISDN PRI with RJ45 connectivity on
each radio, Power supply redundancy option, lightning arrestor & earthing
etc., so that order can be placed for the required items and quantities for
the present and also at a later date. Final payment shall be based on
actual
11.0 No separate payment for site survey & licenses will be made. All the
payment will be a part of the TURN KEY project.
12.0 All the cables & mast height charging will be per meter on actual basis
13.0 Vendor has to provide a copy of the price bid format without indicating
prices to this part. This is to ensure that you are quoting all the items as
per our format, since Price Bid will not be opened initially.

PART-II – PRICE BID

(To be enclosed in a separate cover)


Annexure – I

BILL OF MATERIAL CUM PRICE STATEMENT

Notes (1) Clearly specify applicable taxes like VAT, Service Tax, and Exercise Duty etc.
(2) Vendor shall submit the specification-cum-compliance statement in the tabular
format with clear remark complied or Not complied.
(3) In compliance table for any specification left blank shall be treated as non-
complied to SAC specification and offer will not be considered
(4) Any additional information, better specifications or reasons for deviations shall
be provided separately.
(5) Vendor must sign each pages of Specification-cum-compliance with rubber
stamp. In case, Non compliance any point of specifications, SAC will reserve
right to accept or reject the offer.

SN Descriptions Quantity Unit Total


price price
01 Microwave radio equipments: One radio equipment of each pair 2 pairs
(300Mbps) to be installed at SAC main campus & other radio
equipment at BOPAL campus. (Ref 2.0)
02 Enhance in door unit for load sharing configuration (Ref 2.21) 1 pair
03 256 bits data encryption for security (Ref 7.0) 1 no
04 Mast at SAC & BOPAL. Rate for mast should quote per meter basis. 02 nos
(Ref.3.5)
05 External parabolic antenna with mounting & RF cable. 04 nos
(Ref 2.22)
06 GPS receiver (Ref 2.23) 02 nos
07 Power supply redundancy option on each radio pair for radio 04 nos
equipment
08 LAN switch (Ref 3.2) 02 nos
09 Desk top PC (Ref.3.3)`` 02 nos
10 Lightning protection at SAC & BOPAL campus. (Ref 3.6) 02 nos
11 Earthing at SAC & BOPAL campus as per telecom standard. (Ref 3.7) 02 nos
12 STP cable (Ref 2.24) 800
meter
13 Power cable (Ref 2.24) 200
meter
14 Grounding cable (Ref 2.24) 200
meter
15 HDPE 1” pipe 150
meter
16 Labour charges for Installation & commissioning radio link at SAC & Job
BOPAL with necessary connectivity.
17 SACFA/WPC liaison work on behalf of SAC which include obtaining Job
SACFA/WPC license.
18 Suitable racks for microwave link at SAC & BOPAL (Ref.3.8) 02 nos
19 UPS at SAC & BOPAL (Ref.3.4) 02 nos
20 Any item if required for realization of microwave link
21 Warranty (Ref.5.0) Three
years
22 Comprehensives Annual Maintenance Contract (AMC) for all the Year
supply items on per year basis for 4th year onwards. (Ref.6.0) wise
Total Cost of the microwave link (all inclusive) in RS
INSTRUCTIONS FOR TWO-PART TENDER

We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial &
Part II Price.

All Tenderers are requested to follow carefully the following instructions before preparing
their offer.

I PART I : TECHNICAL & COMMERCIAL BID


Part – (a) Technical

i. This part should contain detailed specifications of the items quoted by you along with
Technical literature and leaflets if any.
ii. A compliance statement showing the compliance of the item quoted by you with that
of item tendered by us should be prepared and enclosed to this.
iii. Any other information called for in the tender related technical and specifications can
also come in this part.
iv. Prices should not be indicated in this cover.

Part – (b) Commercial terms : (WITHOUT PRICES)

i. The commercial terms applicable for the item quoted by you should be indicated in
this part.
ii. If any compliance statement is called for the commercial terms / contractual terms and
conditions, the same is to be attached in this part.
iii. Prices should not be indicated in this part. However a copy of the price bit (without
prices) can be enclosed in this part to enable to understand whether all the items
required to be quoted by you have been quoted in the price bid. Alternatively a
statement is to be made indicating that you have quoted prices for all the items as per
the tender and enclosed in the Price Bid as per the format.
iv. The Commercial terms such as delivery terms, delivery period, payment terms,
Warranty, validity of the offer, installation & commissioning, duties and taxes etc.,
shall come into this.

Note : 1. Either Technical Specifications or terms & conditions as above should be very
clearly
reflected item-wise with reference to the items called for in the tender.
2. Please note that the PRICE SHOULD NOT BE indicated in this part.
3. Technical and Commercial part as described above shall be prepared and put it in a
sealed cover & super scribed and addressed as follows:
Tender No. :
Due Date :
PART I : TECHNICAL & COMMERCIAL BID

The Head Purchase & Stores


----------------------------------
----------------------------------
From :
II PART II : PRICE BID

i. The prices applicable for the items, item-wise in response to the tender shall come
into this part.
ii. Tenderer shall indicate very clearly item-wise prices with reference to their technical
offer.
iii. Price part prepared as above shall be enveloped and superscribed as follows:

Tender No. :
Due Date :
PART II : PRICE BID

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

III The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as
above should be inserted in another envelope and superscribed as follows:

Tender No. :
Due Date :
PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE :

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

Important Note:

Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers
are received by mail before due date and time.
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835

INVITATION TO TENDER

Ref No. AHMR 2008002158 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 2, 2009


Opening : 15.30 IST on March 2, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


5. Frequency Counter 10 Hz to 26.5 GHz (26.5 No. As per doc.
GHz to 110GHz with sub Harmonic Mixing)

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE
TECHNICAL SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE
QUOTATION IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY
SHOULD SUBMIT EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT
IN ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR
ANY DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.

Page 1 of 3
Ref. No. 2008002158
Specifications for Frequency counter 10Hz to 110GHz

Parameters Band 1 Band 2 Band 3


Frequency range 10Hz-100MHz 10MHz-1GHz 1-26.5GHz
Sensitivity 25mV RMS -20dBm -20dBm
impedance 1MΩ/20pF 50 Ohm 50 Ohm
connector BNC(F) BNC(F) SMA 3.5mm(F)
Input Coupling DC AC AC
Max Operating Level 120 mV RMS +10dBm +10dBm
Damage level 150 mV RMS +27dBm +45dBm(30Watts)
continuous
+53dBm(200Watts)
Peak pulsed (1<µS PW,
0.1%duty)
Acquisition time
Standard -------- <50mS <200mS
Center Freq Mode -------- <20mS
Automatic Amplitude -------- -------- 10dB
Discrimination
FM tolerance Carrier remains in Carrier remains in band 20MHz-P-P up to
band 10MHz rate
Freq Resolution 0.1Hz to 10MHz 1Hz to 1GHz 1Hz to 1GHz
Maximum tracking Speed Carrier remains in >800MHz/Sec Typ >800MHz/Sec Typ
band
VSWR N/A 2.5:1 Typical 2.5:1 Typical
Source Locking 10MHz -26.5GHz,
Resolution 10KHz(2.5KHz<50MHz),
Accuracy Equal to Counter time base,
Bandwidth user selectable, 500Hz, 2KHz, 10KHz
Time base standard OCXO 5x10-10 /Day Oven Oscillator
Freq Accuracy ±1Count±time base error
Operating temperature 0 to 45 degree
Frequency extension up to Frequency Extension As per page no 2 of 3
110GHz Power Measurement optional
Manual Operating, calibration, Maintenance \ Service Manual
Accessory Frequency extension cable kit (Two)
GPIB Interface IEEE-488 programmability
Service (Optional) Service Kit
Power 220/240/VAC ±10%, 50 to 400Hz

General
• Supply through manufacturer their authorized Indian representative only.
• Party must provide point by point compliance with listed specifications along with page no of data
sheet/ product literature, without this quote is liable to be rejected.
• Warranty: 3 years; if standard warranty is of one year then vendor may quote for additional two years
of warranty.
• Installation and training at SAC has to done by suppliers
• It will be the responsibility of vendor to supply/Quote for essential accessories, software and other
extra optional items etc.
• Warranty service should be available in India
• Quote should be in the slab of 2-5 quantity.

Page 2 of 3
Frequency Extension Module (26.5-50GHz)
Frequency range 26.5-50GHz

I/P Connector K-connector


LO/IF connector SMA 3.5mm
Sensitivity -25dBm typical
Max Operating Level +5dBm
Damage level +10dBm
Conversion loss (Max) 40dB
Temperature Range 0-45 Deg. Centigrade

Frequency Extension Module (50-75GHz)


Frequency range 50-75GHz

I/P Connector(Flange) WR-15(UG-385/U)


LO/IF connector SMA 3.5mm
Sensitivity -25dBm typical
Max Operating Level +5dBm
Damage level +10dBm
Conversion loss (Max) 35dB
Temperature Range 0-45 Deg. Centigrade

Frequency Extension Module (75-90GHz)


Frequency range 75-90GHz

I/P Connector(Flange) WR-12(UG-387/U)


LO/IF connector SMA 3.5mm
Sensitivity -25dBm typical
Max Operating Level +5dBm
Damage level +10dBm
Conversion loss (Max) 35dB
Temperature Range 0-45 Deg. Centigrade

Frequency Extension Module (90-110GHz)


Frequency range 90-110GHz

I/P Connector(Flange) WR-10(UG-387/U)


LO/IF connector SMA 3.5mm
Sensitivity -25dBm typical
Max Operating Level +5dBm
Damage level +10dBm
Conversion loss (Max) 40dB
Temperature Range 0-45 Deg. Centigrade

Note:
Vendor should send complete details of electrical and mechanical interface with drawings of
the extension modules. If the RF input interface is not possible as mentioned then vendor may
offer above mentioned interface with appropriate transition.

Page 3 of 3
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835

INVITATION TO TENDER

Ref No. AHSG 2008001752 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 4, 2009


Opening : 15.30 IST on March 4, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


6. VLSI Tester (Two Part Tender) No. As per doc.

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE
TECHNICAL SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE
QUOTATION IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY
SHOULD SUBMIT EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT
IN ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR
ANY DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Ref. No. 2008001752

Annexure – I

1. SCOPE OF TENDER : Test System for Characterization of VLSI devices.

2. DEVICE TYPES: The tester shall be capable of performing haracterization /


parametric measurements and full functional testing for the following device types.

(a) ASICs – Full custom


2. Semi custom (Gate Arrays, Standard cell etc.)
(b) Field programmable gate arrays (FPGAs).
(c) Programmable Array Logics (PAL) and Programmable Logic Devices
(PLDs)
(d) Hybrid Microcircuits (HMCs)
(e) Standard TTL (54 – LS / S / ALS / AS / F/AC/ACT/ACTS etc.)
(f) Standard ECL (10 K, 11 K, 100 K series etc.)
(g) Standard CMOS (4000 series, 54 HC / HCT etc.)
(h) Memories (SRAM, DRAM, FIFO, PROM, EPROM, EEPROM etc.)
(i) Microprocessors, Microcontrollers.
(j) Data Converters (Analog-to-Digital and Digital-to-Analog)

Datasheets for sample devices and test measurements required for each device type are

given. The response shall be accompanied with procedure of programming (defining

parameters as per datasheets) and measurement of each parameter for the sample

devices. It is desirable that program details for the actual system and sample output is

given along with the response.

3. TESTER HARDWARE : The tester configuration shall be of per pin architecture. The
tester shall provide the capability to test devices up to at least 480 bi-directional channels
and shall have expandable test capability in future for devices upto at least 1000 pins. The
system shall be capable of performing functional tests, D.C. parametric tests and timing
(A.C.) measurements. The channel specifications for 100 MHz are in TABLE – III, and
desirable channel specifications for 200 MHz are given in TABLE – IV. It should be
indicated whether test boards of different frequencies can be combined in the VLSI test
system.

4. MULTI-CHANNEL DEVICE POWER SUPPLY SPECIFICATIONS:

The system should have a multi-channel power supply of following specifications given
in TABLE – I to bias the supply pins of the DUT.
Each channel of the power supply should be independently configurable through the
software.
TABLE-I
Sr. No. Parameters Power Supply
1 No. of Channel 8 (minimum)
2 Output Voltage ±6 V
3 Output Current 0 to 2 A
4 Voltage Resolution ≤1 mV
5 Voltage Accuracy ±0.2% of FSR
6 Current Range 200 uA, 2 mA, 200 mA, 2A
7 Current Resolution 5 nA, 0.1 uA, 5 uA, 50 uA
8 Current Accuracy ±0.4% of FSR
9 Capacitive Load 10 uF ( min)

5. HIGH SPEED DIGITAL INSTRUMENTATION:

The Digital Instrumentation shall have per pin architecture. The number of channels
shall be minimum 480 ( may be in multiple cards ) and expandable upto 1000 channels.

5.1. D.C. Parametric Measurement Unit Specification ( Per Pin Measure Unit ):

The system should have V/I Force/Measurement unit with specifications given in
TABLE-II to Force and Measure at the DUT pins.
D.C. parametric unit shall be capable of performing following test functions.

1. The IC tester shall have D. C. Parametric Measurement Unit switchable to each


channel.
2. Measure Voltage
3. Measure Current
4. Force Current / Measure Voltage
5. Force Voltage / Measure Current
6. (a) Input pin: IIL, IIH, VIL, VIH, VIK
3. Output pin: VOL, VOH, IOL, IOH, IOZL, IOZH
(c) All pins: Continuity

TABLE-II

Sr. No. Mode Range Resolution Accuracy


( % FSR )
1 Voltage ±2V 1 mV ± 0. 05%
2 Force ±6V 3 mV ± 0.05%
4 Current ±3 uA 1 nA ± 0.1%
5 Measure ±300 uA 10 nA ± 0.1%
6 ±3 mA 0.1µA ± 0.1%
7 ±30 mA 1 uA ± 0.1%
8 ±300 mA 10 uA ± 0.1%
9 Current ±3 uA 1 nA ± 0.1%
Force
10 ±300 uA 10 nA ± 0.1%
11 ±3 mA 0.1µA ± 0.1%
12 ±30 mA 1 uA ± 0.1%
13 ±300 mA 10 uA ± 0.1%
14 Voltage ±2V 1 mV ± 0. 05%
Measure
15 ±6V 3 mV ± 0.05%
16 ± 20 V 10 mV ± 0.05%

5.2. Driver Channel Specifications :

Specifications of driver / measurement channels for each pin are given in TABLE-III

TABLE – III
Sr. No. Parameters Specification for 100 MHz
1 Sequencer Instruction Rate (100MHz to 10KHz)
Resolution ≤20 ps
2 Architecture Per Pin
3 Drive Data Rate ≥100 Mbps per channel
4 Capture Data Rate ≥100 Mbps per channel
5 Period Resolution ≤20 ps
6 Vector depth per channel 16M, 32M
7 Edge placement resolution ≤20 ps
8 Edge placement accuracy Logic- ± 500 ps
Logic
9 Edge placement accuracy Z-Logic ± 500 ps
`10 Edge placement accuracy, Logic – ±1 ns
Z
11 Transition time (3 V swing) ≤1.5 ns (20%-80%)
12 Overshoot/ Undershoot ≤ 10 %
13 Minimum o/p current ±25 mA
14 Voltage range -1V to 6V
15 Output swing 0.2V to 6 V
16 Level resolution ≤1 mV
17 Level accuracy ± 50 mV
18 Data formats DNRZ,RZ,R1,RC,DNRZ+
High-Z
19 Compare modes Edge, window
20 Programmable Load Per Pin
21 Source/Sink Range ± 25 mA
22 Source/Sink Resolution ≤ 25 uA
23 Source/Sink Accuracy ≤3 % of FSR
24 Force Voltage Range -1 V to +6 V
25 Force Voltage Accuracy ±20 mV
26 Compare Voltage Range -1 V to +6 V
27 Compare resolution ≤ 1 mV
28 Compare Voltage Accuracy ± 50 mV
29 Min. detectable amplitude 200 mV
30 Min. detectable pulse width (3V 2.5 nS
Swing)
31 Compare modes Edge, window
5.3. Desirable Driver Channel Specifications :

Specifications of driver / measurement channels for each pin are given in TABLE-IV

TABLE – IV
Sr. Parameters Specification for 200 MHz
No.
1 Vector period Range 5 nS≤ tvec ≤5µs
(200MHz to 200KHz)

Resolution ≤20 ps
2 Vector depth per channel ( Mini. ) 64 M
3 Edge placement resolution ≤20 ps
4 Edge placement accuracy Logic- ± 200 ps
Logic
5 Edge placement accuracy Z-Logic ± 300 ps
6 Edge placement accuracy, Logic – ±500 ps
Z
7 Transition time (3 V swing) ≤1.5 ns (20%-80%)
8 Overshoot/ Undershoot ≤ 10%
9 Minimum o/p current ± 25 mA
`10 Voltage range -1V to 5V
11 Output swing 0.25V to 5 V
12 Level resolution ≤1.5 mV
13 Level accuracy ± 0.2% of Value
14 Data formats DNRZ, RZ, RH, RC,
DNRZ+High-Z
15 Programmable Load Per Pin
16 Source/Sink Range ± 25 mA
17 Source/Sink Resolution ≤25 uA
18 Source/Sink Accuracy ≤3 % of FSR
19 Force Voltage Range -2 V to +5 V
20 Force Voltage Accuracy ≤20 mV
21 Compare Voltage Range -2 V to +5 V
22 Compare Resolution ≤1.5 mV
23 Compare Voltage Accuracy ≤100 mV
24 Min. detectable amplitude 250 mV
25 Min. detectable pulse width (3V 2.5 nS
Swing)
26 Compare modes Edge, window
5.4. Mixed Signal Analog Channel Specifications:
Specifications of source/ measurement channels for each pin are given in TABLE-V
and TABLE VI.

TABLE – V : Source Unit Specification

Sr. Parameter Specification


No.
1 Number of Channels ( Min. ) 2 (Differential)
4 ( Single ended )
2 Sampling Frequency ( Min.) 200 Msps
3 Voltage Range (50 Ohm) -2.5 V to +2.5 V

Resolution 16 bits

Accuracy ≤0.3% of Range


4 Programmable Baseline (DC) -2 V to +4 V
Voltage Range

Resolution 16 bits

Accuracy ≤0.3% of Range


5 Output Current 20 mA
6 Bandwidth (-3dB) 100 MHz

TABLE – VI : Measurement Unit Specification

Sr. Parameter Specification


No.
1 Number of Channels 2 (Differential)
2 Sampling Frequency 100 Msps
3 Voltage Range -6 V to +6 V

Resolution 16 bits

Accuracy ≤0.3% of Range


4 Bandwidth (-3dB) 100 MHz
6. DUT BOARDS AND TEST PROGRAMS:

6.1. DUT Boards with ZIF Sockets and Test Programs:

The system shall be supplied alongwith

1. Test Boards / DUT boards, with appropriate ZIF sockets.


2. Sample device.
3. Test program.
4. Test Results

The list of test devices and package style of the devices are given in Table – VII. The
detailed datasheet for the device, Mechanical package drawing of the device and
parameters to be measured are given in Appendix – I. The board shall contain
appropriate ZIF socket to accommodate the device package. The schematic drawing
and layout of the boards shall be supplied alongwith the boards. Test program shall be
developed as per the datasheet specified test conditions, and successful demonstration of
the measurements shall be given before shipment. If required sample devices may be
supplied by SAC. The DUT boards shall have provision for mounting additional test
components like Relays, Resistors, Capacitors, turrets, etc. The boards shall have per pin
architecture, and it shall be possible to test any other device with same Mechanical
package style. Any additional hardware resources required for testing these devices shall
be quoted. The quote for the boards shall be for the Quantity of 1 to 5.

TABLE-VII: Device Type and Package Details

Sr. No. Device Name Package Style No. of Pins


1 54LS161A Dual Flat Pack 16
2 54HCT244 Dual Flat Pack 20
3 Mux-1840A Dual Flat Pack 28
4 54LVTH162244 Dual Flat Pack 48
5 CD4014B Short Outline IC 16
6 DAC-AD8562 Short Outline IC 20
7 CD4034B Short Outline IC 24
8 ECL-100331 Quad Flat Pack 24
9 ADC-AD6645 Quad Flat Pack 52

6.2. DUT Boards with Device ZIF Sockets:

The system shall be supplied alongwith the Test board / DUT board with appropriate ZIF
socket for the package styles given in TABLE –VIII. The Mechanical package
drawing for each is given in Appendix – II. The board shall contain appropriate ZIF
socket to accommodate the device. The schematic drawing and layout of the boards
shall be supplied alongwith the boards. The DUT boards shall have provision for
mounting additional test components like Resistors, Capacitors, turrets, etc. The boards
shall have per pin architecture, and it shall be possible to test any other device with same
Mechanical package style. The quote for the boards shall be for the Quantity of 1 to 5.
TABLE-VIII: Device Package Details

Sr. No. Device Name Package Style No. of Pins


1 ADC-TS8388 Quad Flat Pack 68
2 FPGA-54SX32SU Quad Flat Pack 84
3 FPGA-1280 Quad Flat Pack 172
4 FPGA-54SX32SU Quad Flat Pack 208
5 FPGA-AX2000 Quad Flat Pack 256
6 FPGA-AX1000 Quad Flat Pack 352
7 FPGA-XQV1000 Column Grid Array 560
8 FPGA-AX1000 Column Grid Array 624
9 FPGA-XQ2V3000 Column Grid Array 717

7. GENERAL PURPOSE DUT BOARDS WITHOUT SOCKETS:

7.1. The system shall be supplied alongwith the Test board / DUT board
which shall accommodate the following socket styles.

(a) DIL up to 28 pins (with 0.3”, 0.4”, 0.5”, 0.6” row spacing)
(b) DIL up to 64 pins (with 0.6” and 0.9” row spacing)
(c) PGA up to 72, 120, 144, 240, 360, 480 pins.
(d) SOQ / SOP 24 pin

7.2. The schematic drawing and layout of the boards shall be supplied
alongwith the boards. The DUT boards shall have provision for mounting
additional test components like Relays, Resistors, Capacitors, turrets, etc. The
boards shall have per pin architecture, and it shall be possible to test any other
device with same Mechanical package style. The quote for the boards shall be
for the Quantity of 1 to 15.

7.3. Quotes should also be given for DUT boards having other package
styles. The details of DUT boards including complexity / ease of wiring for
different package styles and for using the same board for different devices of
the same family shall be given.

7.4. If customized DUT boards for specific applications are available from
third party vendors endorsed by the responder the name, address, phone / fax
no. and e-mail address shall be given.

7.5. It is desirable that DUT boards are pre wired except for supply pins with
impedance matched (50 or 100 Ohm) striplines on the DUT board to minimize
pulse distortion at high frequency operation.

(a) The DUT boards shall have space for soldering external components.
(b) Facility for connecting external test equipment to the DUT board.
(c) All the DUT boards shall have provision for up to 8 power supply channels,
provision for pull up, pull down and series Resistors to each pins.
7.6. Relay drivers ( 5 V or 12 V ) for use with the DUT board shall be
quoted in the slabs of 1-100, 100-200.

8. PROBER INTERFACE :

The system shall be capable of interfacing to a prober for die testing. The details of
prober interface supported shall be provided.

9. SYSTEM CONTROLLER :

The tester shall have latest system controller with standard operating system like
Windows or UNIX.
The controller shall have,

(a) Hard Disk drive : Two discs each with minimum 250 GB capacity.
(b) DVD R/W drive
(c) Minimum 24” LCD Color monitor.
(d) Adequate system memory (minimum 8GB) for satisfactory functioning of the
system. This should take care of any future upgradation of the Test system.
(e) 8 USB ports, RS – 232, GPIB/IEEE 488 interface, Ethernet ( 10/100BaseT) and
Loadboard EEPROM for connecting and controlling external peripherals and
instruments.
(f) Laser Printer for Hard copy

10. SYSTEM SOFTWARE AND USER INTERFACE :

(b) System operating system shall be Windows or UNIX


(c) Appropriate Test programs.
(d) Library of test functions for making standard A. C. and D. C. parametric
measurements like
i. Functional tests
ii. Continuity test
iii. Voltage at any pin
iv. D. C. input characteristics
v. Operating Current
vi. Standby Current
vii. High Z Current
viii. Hold time
ix. Propagation delay
x. Setup time
xi. Rise / Fall time
xii. Additional parameters for mixed signal Ics
xii.a. Integrated Nonlinearity (INL)
xii.b. Differential Nonlinearity (DNL)
xii.c. Gain Error
xii.d. Offset Error
xii.e. Zero Scale Error
xii.f. Full Scale Error
xii.g. Signal-to-Noise Ratio (SNR)
xii.h. Total Harmonic Distortion (THD)
xii.i. Conversion Time
(e) Automatic test pattern generation.
(f) Tester configuration and setup.
(g) Tester pin allocation.
(h) Timing and level setup.
(i) Functional test vector application.
(j) D. C. parametric test.
(k) A. C. timing vector application and analysis, this should also check for glitches
and intermediate states.
(l) Waveform display and error mapping.
(m) Debug mode for Engineering test program development
(n) EDA interface software for automatic generation of test vectors from IC
simulation results of standard simulators like Verilog, Sentry, Mentor, etc.
(o) Boundary and internal scan vector data interpretation and analysis.
(p) Schmoo plot for performing series of functional tests by varying more than one
parameter.
(q) Display / storage of results in user defined format.
(r) Drift calculation for two sets of test data.
(s) Statistical Analysis of Parametric results (Mean, Variance, Standard deviation
etc.)
(t) System calibration up to DUT pins.
(u) Details of the type of calibration, requirement of external equipments, frequency
of calibration.
(v) Calibration and diagnostics. Diagnostics tests to determine the proper operation
of systems functional block and debugging of the problem.
(w) Calibration tool kit for System calibration upto DUT pins.
(x) Offline test program development tool.

11. GENERAL REQUIREMENTS :

11.1. SAC requires testing of various types of devices. Manufacturer shall clearly
indicate the full cycle of board development, program development for
testing of a new device. As indicated the system is required to test various
types and package style of devices. During the testing the device can not be
soldered is to be mounted in ZIF socket only. It may not be possible to have
separate DUT board for each device/package type. Hence one DUT board
may contain more than one type of device type or package styles, and only
one device type shall be tested at a time. Vendor may propose an interface
board on which various smaller boards with the appropriate ZIF socket can
be connected.
11.2. The equipment shall be supplied with one set of operating manual (both
hardware and software), one set of Maintenance and Service manuals and
complete schematic and Layout diagram for each board.
11.3. System software must be supplied in duplicate.
11.4. Detail specification for the operating environment (temperature, humidity)
and AC power requirement of VLSI test system shall be given. Air-cooling
VLSI test system is preferred. Environmental, Electrical and Space
requirement shall be provided along with the quote.
11.5. Installation, commissioning, demonstration have to be carried out by your
factory trained personnel at SAC. After completion of the commissioning,
the SAC Engineers shall be trained for Operation and Maintenance of the
system at SAC, Ahmedabad. Details of the training program shall be
provided along with the quote.
11.6. Before shipment of the system details of the material being shipped shall be
provided to SAC for review. At its discretion SAC may inspect or authorize
someone to inspect. Only after SAC approval the system shall be shipped.

12. MANDATORY REQUIREMENTS WITH QUOTE:

12.1 The quote must be in two parts – Technical and Commercial bid. The commercial quote
copy without prices shall be attached to the technical bid.
12.2 The Appendix – III gives the blank compliance matrix in Excel format. The supplier
shall fill the Table and supply in Hard and Soft copy ( in Excel format ) along with the
quote. The quote must specifically answer the specifications / other conditions
mentioned above point to point. No specifications / conditions should be kept silent /
blank. Supplier system specification is to be entered in the blank column. Also all the
compliance has to be supported by giving reference page / para no. to the supplied
documentation. It may be noted by suppliers that the specifications not fully answered
or left blank shall be considered as not available with the system.
12.3 The quote shall accompany all the Hardware and software details including manuals.
12.4 Schematic and Layout drawing of General Purpose DUT/DUT Interface board shall be
supplied alongwith the quote.
12.5 Sample test programs and test results.
12.6 As the system is complex, one system may not be able to test all the device types to the
full specifications and full capability. Hence please quote for all the available systems,
even if complete indent requirements are not met. Quote must be for all the available
systems and all the options, additional hardware, accessories, software of the system.
12.7 The manufacturer should provide the details of how the technical and service support
for the system would be provided. Manufacturer shall provide the system life tree and
also specify the duration for which the support shall be provided.
12.8 Minimum essential spares required for the trouble free operation of the system for 10
years and details of maintenance contract if any after warranty period shall also be
quoted. Quote shall also include extended onsite warranty terms.
12.9 Quote shall provide price of each individual item. Price Break up for each module shall
be provided.
12.10 Quote may accompany a demo file, which shall illustrate all the aspects of the system
including Hardware and Software capability, Program development and device testing,
report generation, analysis, etc.
APPENDIX –I

Device Type and Package Details


(Ref .TABLE-VII: Annexure – I )

Sr. No. Device Name Package Style No. of Pins


1 54LS161A Dual Flat Pack 16
2 54HCT244 Dual Flat Pack 20
3 Mux-1840A Dual Flat Pack 28
4 54LVTH162244 Dual Flat Pack 48
5 CD4014B Short Outline IC 16
6 DAC-AD8562 Short Outline IC 20
7 CD4034B Short Outline IC 24
8 ECL-100331 Quad Flat Pack 24
9 ADC-AD6645 Quad Flat Pack 52
1. 54LS161A ( Dual Flat Pack – 16 pin )

1: Functional Sequences of Counter (54LS161: )


Table -2a: D.C. Parameters of Counter (54LS161A) at Room Temperature
Table -2b: A.C. Parameters of a Counter (54LS161A) at Room Temperature
2. 54HCT244 ( Dual Flat Pack – 20 pin )

Table -3a: D.C. Parameters of Buffer (54HCT244) at Room Temperature


Table -3a: D.C. Parameters of Buffer (54HCT244) at Room Temperature (Cont..)
Table -3a: D.C. Parameters of Buffer (54HCT244) at Room Temperature (Cont..)
Table -3b: A.C. Parameters of Buffer (54HCT244) at Room Temperature (Cont..)
Table -3b: A.C. Parameters of Buffer (54HCT244) at Room Temperature (Cont..)
3. MUX – 1840A ( Dual Flat Pack – 28 pin )

Table -4a: D.C. Parameters of Mux-1840A at Room Temperature


Table -4a: D.C. Parameters of Mux-1840A at Room Temperature (Cont..)
Table -4a: D.C. Parameters of Mux-1840A at Room Temperature (Cont..)
Table -4b: A.C. Parameters of Mux-1840A at Room Temperature
Table -4b: A.C. Parameters ofMux-1840A at Room Temperature (Cont..)
4. 54LVTH162244 ( Dual Flat Pack – 48 pin )

Table -5a: D.C. Parameters of Buffer/Driver (54LVTH162244) at Room Temperature


Table -5b: A.C. Parameters of Buffer/Driver (54LVTH162244) at Room Temperature
5. CD4014B ( Short Outline IC – 16 pin )

Table-6: Functional Truth table Shift Register (CD4014B)


Table -7a: D.C. Parameters of Shift Register (CD4014B) at Room Temperature
Table -7a: D.C. Parameters of Shift Register (CD4014B) at Room Temperature (Cont.)
Table -7a: D.C. Parameters of Shift Register (CD4014B) at Room Temperature (Cont.)
Table -7b: A.C. Parameters of Shift Register (CD4014B) at Room Temperature
5. DAC AD8562 ( Short Outline IC – 20 pin )

Table -8: Parameters of D/A Converter (AD8562) at Room Temperature


6. CD4034B ( Short Outline IC – 24 pin )
Table -9a: D.C. Parameters of a Bidirectional Register (CD4034B) at Room
Temperature
Table -9a: D.C. Parameters of a Bidirectional Register (CD4034B) at Room
Temperature (Cont…)
Table -9a: D.C. Parameters of a Bidirectional Register (CD4034B) at Room
Temperature (Cont…)
Table -9a: D.C. Parameters of a Bidirectional Register (CD4034B) at Room
Temperature (Cont…)
Table -9a: D.C. Parameters of a Bidirectional Register (CD4034B) at Room
Temperature (Cont…)
Table -9b: A.C. Parameters of a Bidirectional Register (CD4034B) at Room
Temperature
8. ECL 100331 ( Quad Flat Pack – 24 pin )

Table-10: Functional Truth table of ECL Flip-Flop (100331)

Table -11a: D.C. Parameters of ECL Flip-Flop (100331) at Room Temperature

Table -11b: A.C. Parameters of ECL Flip-Flop (100331) at Room Temperature


9. AD 6645 ( Quad Flat Pack – 52 pin )

Table -12: Parameters of A/D Converter (AD6645) at Room Temperature


Table -12: Parameters of A/D Converter (AD6645) at Room Temperature (Cont..)
Table -12: Parameters of A/D Converter (AD6645) at Room Temperature (Cont..)
APPENDIX – II

Device Package Details


(Ref .TABLE-VIII: Annexure – I )

Sr. No. Device Name Package Style No. of Pins


1 ADC-TS8388 Quad Flat Pack 68
2 FPGA-54SX32SU Quad Flat Pack 84
3 FPGA-1280 Quad Flat Pack 172
4 FPGA-54SX32SU Quad Flat Pack 208
5 FPGA-AX2000 Quad Flat Pack 256
6 FPGA-AX1000 Quad Flat Pack 352
7 FPGA-XQV1000 Column Grid Array 560
8 FPGA-AX1000 Column Grid Array 624
9 FPGA-XQ2V3000 Column Grid Array 717
7. Quad Flat Pack – 68 pin

Figure-1: Package details of QFP-64 for ADC-TS8388B (Top view)


2. Quad Flat Pack – 84 pin

Figure-2a: Package details of QFP-84 for FPGA-54SX32SU (Top view)


2. Quad Flat Pack – 84 pin

Figure-2b: Package details of QFP-84 for FPGA-54SX32SU (Bottom view)


3-6. Quad Flat Pack – 172 pin, 208 pin, 256 pin, 352 pin

Figure-3: Package details of QFP-172, -208, -256 & -352 for FPGAs
Table 1: Dimension details of QFP-172, -208, -256 & -352 for FPGA Packages
7. Column Grid Array – 560 pin

Figure-4: Package details of CGA-560 for FPGA-XQV1000


Table 2: Dimension details of CGA-560 for FPGA-XQV1000 Package
7. Column Grid Array – 624 pin

Figure-5: Package details of CGA-624 for FPGA-AX1000


Table 3: Dimension details of CGA-624 for FPGA-AX1000 Package
8. Column Grid Array – 717 pin

Figure-6: Package details of CGA-717 for FPGA-XQ2V3000

Table 4: Dimension details of CGA-717 for FPGA- XQ2V3000 Package


INSTRUCTIONS FOR TWO-PART TENDER

We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial &
Part II Price.

All Tenderers are requested to follow carefully the following instructions before preparing
their offer.

I PART I : TECHNICAL & COMMERCIAL BID


Part – (a) Technical

v. This part should contain detailed specifications of the items quoted by you along with
Technical literature and leaflets if any.
vi. A compliance statement showing the compliance of the item quoted by you with that
of item tendered by us should be prepared and enclosed to this.
vii. Any other information called for in the tender related technical and specifications can
also come in this part.
viii. Prices should not be indicated in this cover.

Part – (b) Commercial terms : (WITHOUT PRICES)

v. The commercial terms applicable for the item quoted by you should be indicated in
this part.
vi. If any compliance statement is called for the commercial terms / contractual terms and
conditions, the same is to be attached in this part.
vii. Prices should not be indicated in this part. However a copy of the price bit (without
prices) can be enclosed in this part to enable to understand whether all the items
required to be quoted by you have been quoted in the price bid. Alternatively a
statement is to be made indicating that you have quoted prices for all the items as per
the tender and enclosed in the Price Bid as per the format.
viii. The Commercial terms such as delivery terms, delivery period, payment terms,
Warranty, validity of the offer, installation & commissioning, duties and taxes etc.,
shall come into this.

Note : 1. Either Technical Specifications or terms & conditions as above should be very
clearly
reflected item-wise with reference to the items called for in the tender.
2. Please note that the PRICE SHOULD NOT BE indicated in this part.
3. Technical and Commercial part as described above shall be prepared and put it in a
sealed cover & super scribed and addressed as follows:

Tender No. :
Due Date :
PART I : TECHNICAL & COMMERCIAL BID

The Head Purchase & Stores


----------------------------------
----------------------------------
From :
II PART II : PRICE BID

iv. The prices applicable for the items, item-wise in response to the tender shall come
into this part.
v. Tenderer shall indicate very clearly item-wise prices with reference to their technical
offer.
vi. Price part prepared as above shall be enveloped and superscribed as follows:

Tender No. :
Due Date :
PART II : PRICE BID

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

III The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as
above should be inserted in another envelope and superscribed as follows:

Tender No. :
Due Date :
PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE :

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

Important Note:

Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers
are received by mail before due date and time.
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835

INVITATION TO TENDER

Ref No. AHEG 2008002040 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 4, 2009


Opening : 15.30 IST on March 4, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


7. Supply, Installation, Testing & No. 1 No.
commissioning of 18 Ton Electro Dynamic
Shaker System along with 96 Channel Digital
Vibration Control System
(TWO PART TENDER)

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE
TECHNICAL SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE
QUOTATION IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY
SHOULD SUBMIT EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT
IN ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR
ANY DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Ref. No. 2008002040
18 TON ELECTRO DYNAMIC SHAKER SYSTEM

1. APPLICATION: Electro dynamic shaker system is planned to be used to conduct


sine, random, classical shock, SRS (shock response spectrum) and Force limited
vibration testing on space and ground hardware in conjunction with standard
vibration control system, vibration / force transducers and signal conditioners.
2. SCOPE OF WORK/SUPPLY: Total Scope of work shall include following.
2.1 Supply of 18 ton shaker system and slip plate meeting specifications outlined in this
document.
2.2 Supply of required cooling system for shaker system.
2.3 Supply of Guided head expander.
2.4 Supply of required compressed air system for the total shaker system including
Guided head expander.
2.5 Demonstration of total performance as a part of acceptance testing and imparting
basic training for operation and maintenance of the total systems for Two Engineers
at vendor place as per annexure – V.
2.6 Safe transportation of total system, unloading and handling at SAC, Ahmedabad.
Erection and commissioning of total system at the installation site identified at SAC,
Ahmedabad, demonstration of total performance specifications of shaker system,
cooling system, compressed air system and all the hardware/software supplied by
vendor in conjunction with the existing standard control systems, signal conditioners
and accelerometer available at SAC, Ahmedabad and similar new procurements.
Vendor shall also impart detailed training for operation and maintenance to
engineers/technicians of VTF at SAC, Ahmedabad.
3. SPECIFICATIONS:
3.1 SHAKER
3.1.1 Peak Sine Force: 180 KN Nominal, However not less than
175 KN
3.1.2 Random Force RMS: 180 KN Nominal, However not less than
175KN
3.1.3 Shock Force Twice the sine force
3.1.4 Expandability of shaker system for Vendor to specify the maximum force in
sine and random force (Preferable) KN up to which the offered system can be
expanded in future.
3.1.5 Bare Table Fundamental Axial Vendor shall specify the guaranteed value
Resonance Frequency of Armature & in Hz with Q in their offer.
transmissibility at resonance.
3.1.6 Useful Frequency Range: 5Hz To 2000 Hz
3.1.7 Resonance frequency of body Not more than 3 Hz.
suspension
3.1.8 Peak to Peak Displacement (Bare Not less than 50 mm
table) Vertical & Lateral axis
3.1.9 Velocity: (Bare table) Vertical & Not less than 1.5 meter/sec.
Lateral axis
3.1.10 Acceleration Sine Peak (bare table) Not less than 70g
3.1.11 Acceleration Shock Peak (bare table) Minimum twice the sine peak g
3.1.12 Acceleration Random (bare table) Not less than 60g. rms.
3.1.13 Armature Mass Vendor shall specify the actual value in
Kg.
3.1.14 Axial stiffness Vendor shall specify the exact value.
3.1.15 Cross axial stiffness Vendor shall specify the exact value.
3.1.16 Rotational stiffness Vendor shall specify the exact value.
3.1.17 Armature Diameter More than 600mm Vendor shall specify the
exact value.
3.1.18 Type of Insert M10/M12 Stainless Steel inserts
3.1.18.1 Insert pattern Radial 8 web configuration
3.1.18.2 Inserts @ 200 PCD (1st PCD) 8.
nd
3.1.18.3 Inserts @ 400 PCD (2 PCD) 8.
3.1.18.4 Inserts @ X1 PCD (3rd PCD) Vendor shall specify the exact value.
th
3.1.18.5 Inserts @ X2 PCD (4 PCD) Vendor shall specify the exact value if
available.
3.1.18.6 Inserts @ center 1 in center
3.1.19 Maximum Internal Load Support Vendor shall specify the exact value in Kg.
Capacity available without Guided head expander.
3.1.20 Cross axis response of shaker table Should be less than 10% in operating
frequency range except at half power band
at resonance and its sub harmonics
3.1.21 Ground resistance in ohm required to Vendor shall specify the required ground
conduct swept sine test 0.15 g from 5 resistance (Earthing requirement) for this.
Hz to 2500 Hz.
3.1.22 Stray Magnetic Field Less than 2 m Tesla at 150 mm above the
armature top face.
3.1.23 Auto centering of armature a) Auto-centering of the armature for the
rated static Load this should be achieved
with Electronic sensing and Automatic
adjustment.
b) Display of the armature position
monitoring should be provided near
shaker as well as at remote control
panel.
c) Manual over ride provision should also
be provided.
3.1.24 System Noise in the useful frequency Not more than 0.15 grms.
range
3.2 Special requirements of testing Vendor shall propose guided head
large size payloads on this shaker expander taking into account the
system: It is planned to test large size specifications of most suitable and
payloads on this shaker system and it optimum shaker system offered in their
is foreseen that guided head expander quote and meeting all our requirements.
would be essential to interface shaker Vendor shall attach detailed specifications
armature with payload base. of guided head expander.
3.2.1 Details of the Payload to be tested on this shaker system:
3.2.1.1 Weight: 1200 Kg.
3.2.1.2 Size: 2000mm x 2000mm x 2000 mm (height)
3.2.1.3 CG Offset: 200mm (X axis) x 200mm (Y axis) x
900mm (Z axis)
3.2.2 Maximum g value for which payload Vendor shall specify the maximum value
can be tested considering the weight of g offered.
of armature and guided head
expander.
3.2.3 Vendor shall also keep in mind overall Vendor to note and ensure.
static load support capability of the
shaker system offered and Maximum
overturning moment estimate
specified below before deciding on
Guided Head Expander. Proposed
Guided Head Expender shall meet
minimum following specifications.
3.2.3.1 Static Load Support Capability along It must meet Payload mass of
with Guided head expander. 1200kg+mass of guided head expander
offered. Vendor shall specify the actual
capacity available in kg’s
3.2.3.2 Maximum Overturning Moment along Not less than 35KN-meter, vendor to
with Guided head expander. specify the exact value
3.2.3.3 First major resonance frequency of Not less than 400 Hz, vendor to specify the
Guided head expander along with exact value
shaker (Useful frequency range)
3.2.3.4 Allowable Transmissibility peaks of None below first mode (0.4 kHz). Not
Guided head expander. (Preferable) more than 2 peaks from 0.4 kHz to 1.0 kHz
of less than 6:1 (3dB band width of 125
Hz) preferred.
Not more than 3 peaks from 1.0 kHz to 2.0
kHz of less than 8:1 (3dB band width of
150 Hz) preferred. Vendor shall specify the
guaranteed value provided by them.
3.2.3.5 Allowable Variation in Peak At first mode 1.5:1 at the extreme points
(Preferable) From 0.4 KHz to 1.0 KHz less than 2:1
preferred
From 1 KHz to 2.0 KHz less than 2.5:1
preferred Vendor shall specify the
guaranteed value provided by them
3.2.3.6 Allowable Orthogonal Motion Guided None up to 400 Hz preferred.
head expander. (Preferable)
3.2.3.7 Size of top surface of the guided head 2000mm x 2000mm
Expender
3.2.3.8 Type of Insert on top face of Guided Compatible with slip plate configuration.
head expander.
3.2.3.8.1 Insert pattern Radial 8 web configuration
3.2.3.8.2 Inserts @ 200mm PCD (1st PCD) 8
3.2.3.8.3 Inserts @ 400mm PCD (2nd PCD) 8
rd
3.2.3.8.4 Inserts @ X1PCD (3 PCD) Vendor shall specify the exact value.
Inserts @ X2 PCD (4th PCD) Vendor shall specify the exact value if
available.
3.2.3.8.5 Inserts @ center 1 in center
3.2.3.8.6 Balance inserts Balance in 100mm matrix
3.3 POWER AMPLIFER
3.3.1 Power Amplifier driving the above system should be air cooled, solid state, modular
in construction and PWM based switching type amplifier and derated to get the
required force in random, sine and shock mode testing.
3.3.2 Frequency range of operation 3 Hz to 3000 Hz.
3.3.3 Efficiency Not less than 85%
3.3.4 Switching frequency Vendor shall specify the value in KHz.
3.3.5 Output signal to noise ratio Not less than 65 dB
3.3.6 Input impedance Not less than 10 KΩ
3.3.7 Input voltage to get the maximum 0 –10V please mentioned the value
rated output
3.3.8 Peak current handling capacity 3 times more than the rated sine current
rating.
3.3.9 RFI filter to meet EMC standard. Suitable RFI filter shall be provided as per
the ISO standard EN 50081 and EN 5882
international EMC standard and MIL-STD-
461E or equivalent. Vendor to specify the
standard followed.
3.3.10 The power amplifier and shaker system must be protected with following system
interlocks. Vendor shall confirm total list of interlocks provided including the
following ones but not limited to.
3.3.10.1 Output Voltage off set
3.3.10.2 Output Over Current.
3.3.10.3 Output Over Voltage.
3.3.10.4 Vibrator Over Travel.
3.3.10.5 Vibrator Cooling
3.3.10.6 Vibrator field
3.3.10.7 Amplifier Cooling
3.3.10.9 Module Over Current.
3.3.10.10 Module Over temperature
3.3.10.11 Auxiliary Supply
3.3.10.12 Oil Supply to the slip plate in horizontal position with shaker.
3.3.10.13 Manual shutdown for shaker
3.3.10.14 Two extra interlocks
3.3.11 Data Logging Unit Low Level Voltage Signals shall be
provided for Monitoring & Recording :
• Amplifier output current
• Amplifier output voltage
• Field output current
• Field output voltage
• Interlock Status
• PC Interface Preferred
3.3.12 The system should have following Digital Indicators on display console.
3.3.12.1 Output voltage
3.3.12.2 Output current
3.3.12.3 Input power meter indicating power drawn by the total shaker system in KVA/KW
with provision of computer connectivity for logging the power consumption with
time stamp shall be preferred.
3.3.13 Remote control panel for Power It shall have a ON/OFF switch, gain
Amplifier setting, current and voltage meters, safety
indicators etc.
3.3.14 Soft start/Shut down requirements Amplifier should have protection to avoid
the transient on the shaker during power
amplifier ON/OFF operation
3.3.14 Cable /hose/pipe length requirement.
3.3.14.1 Power Amplifier to Shaker Not less than 10 meter
3.3.14.2 Field power Supply to Shaker Not less than 10 meter
3.3.14.3 Power Amplifier Remote Control Not less than 20 meter
Panel
3.3.14.4 Cooling system hose pipe from shaker Not less than 10 meter
to chiller unit.
3.3.14.5 Oil supply and return hoses from Not less than 10m for each.
hydraulic power supply to slip table.
Compressed air supply piping between Not less than 10m for each.
compressed air system and shaker
system.
3.3.14.6 Additional cost of the cables and hose Shall be provided on per meter basis for
pipe each of the above.
3.4 SLIP TABLE
3.4.1 The shaker and slip table should be of combo type (permanent alignment with
shaker and slip table) for easy change over from horizontal to vertical position &
vice–a–versa and preferred to have motorized arrangement with required interlock.
3.4.2 Size of the slip plate : 2000 mm X 2000 mm length
3.4.2.1 Slip plate thickness Not less than 70mm.Vendor shall provide
detailed design calculation in support of
thickness offered
3.4.2.2 Material: Tool grade magnesium (AZ31B)
3.4.2.3 Stroke: Compatible with shaker rated stroke.
Supplier shall specify the exact values
3.4.2.4 Hydrostatic bearing: 20 preferred Vendor shall specify exact
configuration offered.
3.4.2.5 Weight of the slip plate Vendor shall specify the exact weight in
Kg.
3.4.2.6 Maximum static load support capacity Vendor shall specify the exact capacity in
available. Kg.
3.4.2.7 Types of inserts on slip table Type: M10/M-12 Stainless Steel inserts
3.4.2.7.1 Mounting hole insert pattern Radial 8 web configuration
st
3.4.2.7.2 Inserts @ 200 PCD (1 PCD) 8
nd
3.4.2.7.3 Inserts @ 400 PCD (2 PCD) 8
3.4.2.7.4 Inserts @ X1 PCD (3rd PCD) Vendor shall specify the exact value
3.4.2.7.5 Inserts @ X2 PCD (4th PCD) Vendor shall specify the exact value if
available
3.4.2.7.6 Inserts @ center 1 in center
3.4.2.7.7 Balance inserts Balance in 100mm matrix similar to guided
Expender
3.4.3 Over turning moments requirements for slip plate
3.4.3.1 PITCH Moment >500KN meter
3.4.3.2 ROLL Moment >450KN meter
3.4.3.3 YAW Moment >70KN meter
3.4.4 Vendor shall supply suitable air cooled hydraulic power pack for slip table
operation. Vendor shall give full details of the unit offered. Noise level of unit
during operation must not be more than 90 db at 1 m away from the unit and if the
noise level of the unit is more, vendor shall provide suitable acoustic enclosure
taking care of all operation aspects like unit heat dissipation etc.
3.5 DRIVE BAR
3.5.1 Material Tool grade Magnesium AZ31B Welded
construction
3.5.2 Attachment to slip table Vendor to provide full details of the
attachment system provided in their offer.
3.5.3 Weight of the driving bar: Vendor shall specify the Value in Kg.
3.6 Combined resonance frequency of the Not less than 300 Hz ( Higher shall be
slip table with armature and driving preferred )
bar
3.7 Total moving mass of system in the Vendor shall specify the Value in Kg
lateral axis and vertical axis with all separately for lateral and vertical mode.
elements in fully assembled mode.
4. UTILITIES INCLUDING GUIDED HEAD EXPENDER OFFERED
4.1 Shaker cooling system. Vendor shall size and provide standalone
air-cooled chiller system required to cool
shaker system. Vendor shall supply high
quality Inlet/outlet piping of not less than
10 m length for connecting chiller with
shaker system. Vendor shall also provide
Price per m to enable increase/ decrease of
piping at erection stage. Air cooled chiller
system shall be standard non CFC based
refrigeration system only. Vendor shall
specify Model no., make, cooling capacity
in watts, along with list of customers to
whom similar system has been supplied
and working satisfactorily.
4.2 Compressed air system to meet the Vendor shall include size and provide
requirement of shaker system as well compressed air system of adequate
as load bearing platform operation as capacity to meet the compressed air need
applicable. of the total system. It shall include total
piping, refrigerated dryer, pressure
regulator, filter, control valves and all the
accessories needed to make system fully
operational. Vendor shall consider
minimum 20m distance between shaker
system and air compressor. Vendor shall
also provide Price per m to enable increase/
decrease of piping at erection stage.
Compressed air system must be sourced
from very reputed vendor with heritage.
Vendor shall attach catalog, data sheet
indicating model no, make and capacity of
the system offered.
4.3 Hydraulic power pack required for Vendor shall also supply required
Guided Head expander and slip plate. Hydraulic power pack for operation of
Guided Head expander. Vendor has option
to supply single hydraulic power pack for
operation of slip table as well as Guided
Head expander. Hydraulic power pack
shall have pressure pump, motors, filters,
oil reservoir and control system etc.
required for operation of total shaker
system.
5. ADDITIONAL SYSTEM INFORMATIONS REQUIRED FROM VENDOR
5.1 Vendor shall clearly indicate the Shock Response Spectrum (SRS) capability in
terms of frequency band and g for rated shock force. Vendor shall also specify any
system limitations if any for conducting SRS test on the system offered.
5.2 Vendor shall provide the monogram of the system offered in terms of displacement,
velocity, acceleration v/s frequency.
5.3 Vendor shall provide the details of the dead weight required to demonstrate sine and
Random force capability along with rated displacement, velocity and acceleration
capability at SAC, Ahmedabad at the time installation and commissioning.
6. Environmental requirements: It is planned to install entire shaker system in Air
conditioned area. However, Compressed air system and Chiller system shall be
installed in non air conditioned area. Vendor may kindly take note of this.
6.1 Operating Temperature range of the +5 to 30° C
system offered.
6.2 Relative Humidity during operation. 40 to 60 %
6.3 Electrical power supply available at 415V +/- 10%, 3 phase, 50 Hz
SAC, Ahmedabad. 240V +/- 10% , 1 phase, 50 Hz
6.4 Maximum peak power required to Vendor shall specify the total power
operate complete shaker system at required in KVA/KW needed to run the
rated force in KVA/KW. total system consisting of Shaker system,
chiller system, amplifier cabinet, air
compressor etc. with break up requirement.
6.5 Acoustic noise generated by shaker, Not more than 90 db at 1 meter distance
amplifier, cooling system, hydraulic shall be preferred. Vendor to specify actual
power pack when entire system is in guaranteed value offered. If noise level is
operation. exceeding the specified value especially for
shaker system planned in AC area, vendor
shall provide suitable acoustic insulation to
contain noise within specified limit.
96 CHANNEL DIGITAL VIBRATION CONTROL SYSTEM
1.0 SCOPE: The system is planned to be used for closed loop control of Sinusoidal,
Random, Classical Shock, Shock Response Spectrum (SRS) tests & Force limited
vibration control in conjunction with existing electro dynamic shakers, signal
conditioners, vibration and force transducers. The system should have proven
heritage with installation base in aerospace industry for similar applications &
requirements.
2.0 INSTRUMENTATION FRONT-END HARDWARE:
2.1 Number of analog input channels 96
2.3 Frequency range 2 Hz to 20 kHz
2.4 A/D Converter Minimum 24 bits
2.5 Dynamic Range Minimum 108 dB
2.6 Sample rate Minimum 85K samples/ second for each
Channel with clock synchronization
facility among all channels
2.7 Anti aliasing filters Shall be provided on all input channels for
anti–alias protection.
2.8 Input connection to instrumentation BNC type
front end
2.9 Input signal coupling AC, DC or ICP input selectable
2.10 Input channel impedance Minimum 1MΩ
2.11 Input voltage Up to +/- 10 Volts peak with selectable
range of 1m V to 10 V peak.
2.12 Input channel selectivity mV/g, mV/mm/sec, mV/mm pk-pk,
mV/mm pk and mV/Newton
2.13 External abort One
2.14 Raw data Recording capability For online & storage of row time domain
data for minimum 30 minutes with
100KHz sampling rate for all channels
2.15 Signal output channels
2.15.1 Output connections BNC type
2.15.2 No of channels One for Drive signal, two preferable
2.15.3 Output voltage +/- 10 V peak
2.15.4 D/A Converter Minimum 24 bit resolutions
2.15.5 Controllable Dynamic Range Minimum 100 dB
2.15.6 Constant Output Level Adaptor The COLA output should be 1 V peak
distortion free for reference throughout the
test
3.0 APPLICATION SPECIFIC SOFTWARE REQUIREMENT
3.1 All the channels should be programmable in terms of selection like control channel,
measurement channel, watch dog / limit channel or combination of control,
measurement and watch dog / limit channel for a given test. The system should
provide facility to use all/few channels for control and/or measurement and/or watch
dog/limit channel for one particular test at same time. It is preferable to have the
designated channel with capability to process the data in terms of filter, rms, peak,
average simultaneously during sine measurement.
3.2 The vibration test set up should be accomplished with software prompted & mouse
driven menus. Software test set up shall be automatically checked for logical entry
values. User prompt or audio tone should occur with an obviously improper set up
entry. The software shall indicate default values, upper and lower limit and
appropriate online help files during test setup.
3.3 The software shall provide on screen display of help information to minimize
reference to the complete operator’s manual. Upon completion of the test definition,
the system shall provide a self check capability to determine if test setup is
acceptable.
3.4 The software shall check setup entries against user specified vibration system exciter
limitations of displacement, velocity and acceleration and indicate potential
problems. For power spectral density (PSD) based test schedules, the initial system
shall display the PSD spectrum and the calculated total spectrum g rms. The
calculated grms value shall represent the computational grms value excluding and
deviation due to control limitations.
3.5 The software shall provide real time vibration test status indicators during test
equalization and closed operation the status values shall include display of the test
acceleration level in dB referenced to the control spectrum, elapsed and remaining
time, and grms output drive level. The system shall provide real time closed loop
update of the control drive spectrum to maintain test tolerances during non-linear
response of the test item.
3.6 System shall permit recording of time domain and able to process the data in real
time during closed loop control test to the PC. It shall have a provision to process
time domain data in off line mode also (Also See Point No. 2.14)
3.7 The software shall permit export and import of data to appropriate ASCII, MS
EXCEL, TEXT FILE and UNIVERSAL FILE FORMAT (UFF).
3.9 On line display for the activities in terms of time(remaining & elapse) along with
instantaneous levels
3.10 Hold option shall be provided to hold the test any time during the testing if required.
3.11 The system shall be able to display and print the test reference spectrum, control,
composite overlay, response, drive; reference vs. drive error, transfer function
during and after testing.
3.12 For amplitude-frequency plots and plots scales chosen for the desired frequency or
amplitude range and the scaling shall be manual and automatic in linear and
logarithmic scale.
3.13 The cursor shall be single or dual and have the facility for readout for Q value,
manual peak, automatic peak and valley detection and marks.
3.14 The software shall allow the display of a minimum of 8 traces for plot window.
3.15 Simultaneous display of each of the 16 input data channels in individual windows
shall be possible to monitor the signal wave form. The archive and recall of multiple
graphics display setups shall be possible.
3.16 Label shall be provided for channel number, DOF, corresponding grms,
corresponding g, test specification, test time (remaining and elapsed), test
description details.
4.0 CONTROL LOOP RELATED REQUIREMENTS
4.1 Pretest loop check Provision shall be there to detect open loop
control channel.
4.2 Programmable alarm & abort tolerance limits and overload indications for all
channels shall be provided.
4.3 Manual test interrupt and abort button Provision shall be there
4.4 Test completion Indications shall be provided in terms of display or beep.
4.5 Input / output over load On-line display shall be provided
4.6 Start Up & Shutdown
4.6.1 Start up equalization & shutdown shall be a smooth process without transients. The
start up & shut down rate shall be user definable in db/ time in sec with respect to
reference level.
4.7 Test Abort – Restart and Hold
4.7.1 Upon a test abort the system shall store the current elapsed test time. Upon restart
from abort, the system shall resume the test at the same elapsed time. If the abort is a
normal operator abort, the control equalization level information shall also be stored
such that the system can restart at the proper test amplitude level rapidly without pre
test equalization. Hold option shall be there for manual operation.
4.8 Test sequencing The system shall permit the automatic real
time test sequencing/scheduling.
5.0 Real time / On line and Off line data processing and analysis software
requirements
5.1 RANDOM VIBRATION TESTING
5.1.1 Frequency range 5Hz to 5KHz
5.1.2 Frequency Bandwidth selection 100Hz, 200Hz, 500Hz, 1KHz, 2KHz ,
5KHz
5.1.3 No of spectral lines 100 to 6400 lines selectable
5.1.4 User selectable parameter for control Degree of Freedom, Averaging Weighing
shall be in terms of Factor, Average/Loop, % of lines exceed
alarm and abort limit, overall grams control
limit
5.1.5 Control accuracy Shall have capability to control flat
reference spectrum within +/- 0.5 dB of
specified power spectrum.
System shall control instantaneous 10 dB
change in grms level to with in +/- 1 dB
control.
5.1.6 The output drive signal clipping 2 to 5 sigma peaks of a specified drive
signal.
5.1.7 Reference spectrum
5.1.7.1 Break points More than 100
5.1.7.2 Slopes In terms of dB/octave & dB/decade
5.1.7.3 Tolerances for Alarm and Abort Shall be in percentage and dB
5.1.8 Control strategy for input channels Average, Maximum, Minimum and
Extermal
5.1.9 Type of Channels Control, Measurement, Watchdog (Limit),
Combination of Control/ Measurement/
Watchdog(Limit)
5.1.10 The watchdog/limit channel shall have a facility to control in terms g2/hz, grms for
various defined frequency band and shall have a various tolerance in terms of alarm
and aborts in dB and % (user select table)
5.1.11 Level scheduling User selectable/ definable in steps of dB,
from – 32 dB onwards (minimum 8 steps)
It should be programmable in terms of
level and measurement with time.
5.2 SINE VIBRATION TESTING :
5.2.1 Sine vibration control shall be closed loop control with the system automatically
controlling the frequency, sweep rate and amplitude.
5.2.2 The system shall generate a true analog quality sine not a discrete stepped signal &
shall be capable of conducting sine sweep test & dwell testing.
5.2.3 Frequency range 2Hz to 5KHz
5.2.4 Cross over segments in test profile Minimum 100
5.2.5 Type of segments shall be provided Constant displacement, Constant velocity,
Constant acceleration, Slopped
acceleration and provision for force
parameters
5.2.6 Sweep parameters
5.2.6.1 Direction of sweep UP and DOWN
5.2.6.2 Types of sweep Logarithmic and Linear
5.2.6.2.1 Logarithmic Selectable from 0.01 Oct/min to 10
Oct/min insteps of 0.01 Oct/min
Selectable from 0.01 decade/ min to 10
decade/ min insteps of 0.01 decade/ min
5.2.6.2.2 Linear selectable from 0.01Hz/min to 5KHz/min
5.2.6.3 Number of sweeps or time duration Selectable either as number of sweeps or
time duration in minutes.
5.2.7 Tracking filter for input channels The system shall have provision to enable
or disable in each channel.
5.2.8 Compression speed Adaptive, Variable/ selective compression
speed during sweep
5.2.9 Control loop stability It should be stable at any selected
compression rate & should be sufficient to
take care of Q of 100
5.2.10 Tolerance & abort levels Shall be selectable individually for selected
input channels in terms of +/- dB of
amplitude, +/- percentage or amplitude, g
directly.
5.2.11 Control Method for input channels Maximum, Minimum, Average, Peak
limiting (automatic notching)
5.2.11.1 Automatic notching It shall be possible to program the notching
level in terms of level, frequency band,
alarm and abort. This shall be available
with all measurement channels. During the
test, notching channels must show
measured and notching values online.
5.2.12 Amplitude estimation technique. Filter, Peak, RMS and Average
5.2.13 Dwelling The system shall have facility to do
dwelling in terms of frequency, phase and
amplitude
5.3 Shock Response Spectrum Testing
5.3.1 The System shall have capabilities for, recording, analysis & analytical
compensation of transient shock time wave forms. The test waveforms available
shall include wave forms synthesized from a shock response spectrum (SRS). The
system shall capability for test based on a specified SRS curve. The transient shall
be generated based on wavelet/damped sine technique.
5.3.2 The software shall the capability for user specification or SRS frequency spacing,
upper & lower tolerance bands, damping factor & the SRS type as maximax,
positive/ negative primary or positive/ negative residual. The system shall indicate
average error and maximum peak error of the SRS control.
5.3.3 Waveform Synthesizer SRS
5.3.3.1 Output SRS band width 2Hz to 20KHz
5.3.3.2 Maximum definable peak amplitude 10000g
5.3.3.4 Damping factor Selectable as % or absolute
5.3.3.5 Control accuracy +/-3dB
5.3.3.6 The system shall have capability for 1/n(where n=1 to 24)
synthesis of a time domain pulse with
selectable octave spacing.
5.3.4 On-line updating displays showing synthesized and target SRS and resulting
acceleration, velocity and displacement in time domain, after each modification in
component table.
5.3.5 Each wavelets used the synthesis shall have wavelets amplitude in g peak with
positive or negative polarity, number of half sine components in wavelet & time
delay or the wavelet from the start of the buffer in milliseconds.
5.4 CLASSICAL SHOCK
5.4.1 Wave forms types Half Sine, Rectangular, Triangular, and
trapezoidal.
5.4.2 Pulse Duration 0.1ms to 2s
5.4.3 Peak amplitude From 0.001 g pk to 500 g pk
(Programmable)
5.4.4 Frequency Range 50Hz to 10KHz
5.4.5 Pre load and post loads in terms of percentage of g pk
5.4.6 Repetitive pulses Provision shall be given
5.4.7 Duration between peaks Selectable
5.4.8 Equalization both manual and auto modes
5.5 SINE BURST
5.5.1 Short duration of fixed frequency sine 125ms to 4 sec
wave
5.5.2 Amplitude Selectable
5.5.3 Number of cycles Selectable
5.5.4 ramp up and ramp down cycles Selectable
5.5.5 Level scheduling In terms of amplitude and number of cycles
5.6 SINE CHIRP
5.6.1 Short duration of fast sinusoidal sweep 125 ms to 4sec
5.6.2 Frequency range Selectable
5.6.3 Sweep rate Selectable
5.6.4 Shaped envelopes Shall be provided
5.6.5 Level scheduling In terms of amplitude and number of pulses
6.0 HOST PLATFORM:
6.1 Operator GUI interface
6.2 Vendor shall specify the Hardware details.
6.3 Latest PC/ Workstation shall be provided with associated Hardware and Software
and latest window operating system at the time of finalization of the system.
6.4 Minimum PC configuration shall be, Core 2 Duo/Quad, >2.5 GHz Processor,
250/300 GB SATA-II HDD and 4GB DDR2 RAM, 250/300GB USB external hard
disk for backup and Raid 1 option (Preferable). Vendor should quote for and provide
the latest PC Configuration possible with such system.
6.5 21/22 Inch LCD with 1280 X 1024 resolution or better.
6.6 42 Inch LCD shall be provided for parallel display and it should be compatible on
wall mounting for cable distance of 25meter.
6.7 Minimum 4 USB Input/ Output port , 1 Ethernet port
6.8 DVD Read and writer shall be provided
6.9 Standard A4 Size Colour Laser Jet Printer, 10PPM speed, Min. 600 x 600 DPI
resolution, with Network Connectivity.
6.10 Multiple PC option at same location for control Software is preferred.
7.0 SYSTEM CALIBRATION / VERIFICATION
7.1 Provision should exist for onsite instrumentation front end calibration preferred.
7.2 Calibration / verification software: calibration software should include for both
Frequency & Amplitude. Vendor should provide the complete details of the
parameters included for calibration / verification
7.3 Report shall be generated when calibration is over for all calibration parameters
7.4 Necessary hardware and software shall be provided for calibration / verification to
be quoted separately
8 Environment Requirements
8.1 Input power. 240 v +/- 10%, 50 Hz
8.2 Operating temperature 5deg to 30 deg
8.3 Humidity 40% to 60% RH

ANNEXURE-I
Technical and Commercial Requirements
For the Bidder
1.0 TECHNICAL BID RELATED REQUIREMENTS: The vendor is required to submit the
technical bid, containing the following details.
1.1 Overall Capabilities related The vendor must have a capability to design, develop and
to 18 Ton Electro-dynamic manufacture the system up to 18/32 Ton force capacity vibration
Shaker with Slip table and shaker and must have supplied one complete shaker system up to
digital vibration control 16 Ton force capacity to aerospace industries and operational
system since last 5 year. Vendor is mandatorily required to enclose
necessary details and all relevant documents, to substantiate their
experience and capabilities for SAC’s evaluation along with list of
references, contract/PO copies and contact details, along with the
technical proposal, failing which their technical proposal will not
be considered.
It is preferable to procure the total system i.e. 18 Ton shaker system
and 96 Channel Digital Vibration Control System from a single
vendor. However SAC reserves the right to suitably split the order
due to technical or commercial reason.
1.2 Compliance Table In addition to providing all details as asked in the RFP, Vendor is
(See Annexure-II, III & mandatorily required to submit the compliance table (See Annexure-
IV) II) against all the specifications and general points listed in this RFP
and submit / attach this along with the technical bid. Non-compliance
should be clearly brought out along with reasons for deviations, if
any. If the vendor fails to submit the Compliance Table, his offer is
liable to be rejected. The Offer of Vendor giving any false
information, in response to information sought in this RFP, is also
liable to be rejected.
Compliance statement from the manufacturer as per attached
matrix sheet should clearly indicate quantitative values offered
wherever applicable. It shall also clearly indicate C for total
compliance, PC for partial compliance with clarity on extent of
partial compliance and NC for Non- compliance. Vendor shall also
highlight compliance with better specification, wherever offered
giving detailed merits. Compliance statement must contain clear and
unambiguous response of vendor for all main as well as sub-points of
these specifications. Vendor shall attach additional documents if
required giving due reference to spec. number.
1.3 Details of Service Centre Vendor must have a service centre located in India providing all
pre/post guarantee/warranty service back up.
Vendor shall submit detailed list of service centre/s available in
India. Details of experienced manpower available with qualification
in their service unit as well as amount of spares stocked for quick
service support. Vendor shall also provide proof of any running
AMC etc. for similar shaker systems in India.
1.4 Pre-Dispatch Acceptance Vendor shall provide basic training related to Operation &
& Training Maintenance and Trouble-shooting & Factory Acceptance Testing
(FAT) for Two SAC Engineers at their works/site as a part of pre-
dispatch inspection & training. (See Annexure-V)
1.5 Installation, Vendor shall carry out all loading, unloading and handling activities,
Commissioning, installation and commissioning, acceptance testing and basic training
Acceptance testing and for operation and maintenance of the total system at SAC,
Training at SAC Ahmedabad. (See Annexure-V)
1.6 Standard Guarantee Period All the equipments offered by vendor must have free guarantee
support of at least Two (02) Years from the date of installation,
commissioning and acceptance of total system at SAC, Ahmedabad.
(Free guarantee support of Five Years shall be preferred)
1.7 Extended Guarantee Vendor shall also specify the charges for extended guarantee support,
Support beyond standard guarantee period, on yearly basis to enable SAC to
decide on extension of the guarantee period as required.
1.8 Technical Catalogs, Vendor should attach Technical catalogs, literature and detailed data
literature & Service and sheets of all items offered by the vendor in support of their technical
Operational Manuals offer. Lack of information or ambiguous presentation of technical
information shall render the offer liable for rejection.
Vendor shall supply three set of hard copy and one set of soft copy of
Service and Operational Manuals for the Shaker system and Digital
Vibration Control system.
1.9 Additional Technical Vendor must also include Application notes and papers published in
Information support of design aspects of the system offered as well as patented
designs, if any.
1.10 Commercial Terms & Vendor should also submit Commercial terms and conditions
Conditions like payment terms and conditions, validity, details of Taxes, duties
and statutory levies applicable. It should be exact replica of the
commercial price bid but with out price information.
1.11 Activity Schedule Vendor is required to submit a Detailed schedule detailing all the
activities from date of receipt of technically and commercially clear
Purchase order by vendor till installation, commissioning and final
acceptance of the total system at SAC, Ahmedabad.
1.12 Essential Spares Vendor is required to submit List of essential spares required for
trouble free operation of total system beyond standard guarantee
period.(3 year)
1.13 Tools for Operation and Vendor is required to submit List of recommended special tools and
Maintenance toolkits for Operation & Maintenance of the offered system.
1.14 Optional Accessories List of optional instruments and accessories offered along with full
technical details.
1.15 Credentials The Vendor’s Company/firm should not have been banned or black-
listed by any Government Department / Central Government Unit /
Public Sector Unit/ Financial Institutions / Court.
2.0 COMMERCIAL BID RELATED REQUIREMENTS: The vendor is required to submit the
commercial bid, containing the following details.
2.1 Format for Commercial Bid Vendor is required to quote, ONLY, as per the
following format for commercial price bid :
Hardware/Software Price quotations
Sr.No. Item Per Unit Price
(1) 18 Ton Shaker with slip plate
(2) Power Amplifier
(3) Guided Head Expander
(4) Air-cooled Chiller System
(5) Hydraulic Power Pack
(6) Compressed Air System
(7) 96-Channel Digital Vibration
Control System Hardware
(8) Software Cost for 96-Channel
Digital Vibration Control System
(Vendor has to submit list of
Software modules along with per
unit price for each software line
item)
(9) Any other items not covered
above
(B) Other Costs
Sr.No. Item Price Quote
(1) Charges for providing Pre-
dispatch training for operation,
maintenance, trouble-shooting
& Factory Acceptance Testing
(FAT) at vendor’s works/Site
for SAC Engineers excluding air
travel charges
(2) Charges for installation,
commissioning, acceptance
testing and basic training for
operation and maintenance of the
total system at SAC, Ahmedabad.
(3) Charges for all loading, unloading
and handling activities at SAC.
(4) Packing & Forwarding charges,
Freight charges etc.
(5) Taxes/duties/ levies etc.
I Price Quotations for Spares etc.
Sr.No. Item Per Unit Price
Recommended Tools and Tool
(1) Kit for Operation &
Maintenance.(Vendor has to
submit list along with quantity
recommended with per unit
price for each item)
(2) Essential spares as recommended
in technical bid for trouble free
operation of total system after
completion of guarantee period.
(Vendor has to submit list along
with quantity recommended
with per unit price for each
item)
(3) Optional instruments and
accessories for the Shaker
(Vendor has to submit list along
with quantity recommended
with per unit price for each
item)
(4) Optional instruments and
accessories for the Digital
Vibration Control System.
(Vendor has to submit list along
with quantity recommended
with per unit price for each
item)
(5) Extended guarantee support
beyond standard guarantee on
yearly basis. (Vendor has to
clearly specify Extended
Guarantee support terms &
conditions with per year
charges)
8.2 Major Commercial Terms & Conditions Vendor should submit his Commercial terms and
conditions like payment terms, validity, details of
Taxes, duties and statutory levies applicable.
8.3 Validity of Technical & Commercial Both the technical and Commercial offers of the
Offers vendor should be valid for a minimum period of 180
days from the due date of opening of the tender.
8.4 CONFIDENTIALITY AGREEMENT Vendor shall not divulge the information relating to
the supply of product, quality control methods etc.,
that are exclusively provided by SAC under this RFP
& afterwards for its (SAC’s) own requirements, to
any third party. Vendor shall not, without prior
written consent from SAC, use such information for
any purpose other than for fulfilling obligations
under the current Contract to be placed. Vendor
undertakes to restrict the access of non-vendor
personnel and other customers/ visitors to their
establishment, to any of the details of the job being
performed under this Contract.
8.5 NON-DISCLOSURE AGREEMENT Vendor shall maintain absolute secrecy and security
(NDA) regarding the shaker related information, other
proprietary details like circuits, drawings, process
methods / documentation etc., provided by SAC. The
technical information / papers / drawings to be
provided by SAC from time to time, are for the
execution of this Contract only; and should not be
used / copied / reproduced / published in any form or
disclosed to third party, by the vendor or his
personnel. Thus, the Vendor is required to sign a
Non-Disclosure Agreement (NDA) with SAC.
Vendor will be responsible for any violation or
infringement of NDA by their personnel.
8.6 INTELLECTUAL PROPERTY Custom Work carried out by the vendor for this
RIGHTS (IPR) contract will remain the sole property of SAC.
Neither the vendor nor his personnel, carrying out
the development work will claim any intellectual
property rights on such works. The Intellectual
property rights relating to the design, development
processes, and other fabrication details given to and
received from the Vendor selected shall remain the
exclusive property of SAC. The vendor or his
Personnel shall make no attempt to unlawfully
reveal, misuse or encroach upon the intellectual or
private data/ information to which they may have
access to, as part of the operations /contract work
carried out.
8.7 FALL CLAUSE The prices charged by the Vendor for the 180KN
Shaker System and Digital Vibration Controller shall
in no event exceed the lowest prices charged for the
similar system of identical description, to any other
party during the validity of the agreed prices. If, at
any time during the said period, the vendor reduces
the prices for the work to any other party, he shall
forthwith notify such reduction of prices applicable
to the undersigned and the prices payable under this
contract for the system shall stand correspondingly
reduced.

8.8 ARBITRATION CLAUSE Any difference of opinions or disputes that arise


between the Indenter of SAC and Vendor will be
mutually discussed and settled. Any dispute that
remains unresolved thereafter will be referred to a
one man Arbitrator, appointed by Director, SAC,
Ahmedabad in accordance with Arbitration &
Conciliation Act 1996 as amended, whose decision
shall be final and binding on both the parties.
8.9 All other standard commercial terms and conditions of SAC/ISRO, Government of India
for a tender of similar nature, shall also be applicable
9.0 SUBMISSION OF TECHNICAL AND COMMERCIAL PRICE BIDS
9.1 This is a two-part tender enquiry. The Quotations are invited in two parts, in separate sealed
Covers, from experienced Vendors :
Part-I: This sealed cover should contain (a) Technical Details covering all the technical aspects
and compliance table (See Annexure-I) along with necessary technical attachments / literature /
documents, if any and (b) Commercial terms and conditions like payment terms, validity etc
(Un-priced commercial offer).
Part-II : This sealed cover should contain only the Commercial price bid along with requisite
commercial terms and conditions. The Vendor will be required to quote as per the format for
commercial price bid mentioned above.
9.2 In addition to providing all details as asked in the RFP, Vendor is mandatorily required to
submit the compliance table against all the specifications and general points listed in this
RFP and submit / attach this along with the technical bid. Non-compliance should be clearly
brought out along with reasons for deviations, if any. If the vendor fails to submit the
Compliance Table, his offer is liable to be rejected. The Offer of Vendor giving any false
information, in response to information sought in this RFP, is also liable to be rejected.
9.3 Both, the technical and commercial part (with tender fee wherever applicable) in one sealed cover
and Price bid part in another sealed cover, should be put in one large single sealed cover, super-
scribed with the tender number, due date and time of opening on the sealed cover.
9.4 The large sealed cover should be sent to the following address:
Senior Head, Purchase & Stores,
Space Applications Centre,
Ambawadi Vistar P.O.,
Ahmedabad-380015.
9.5 Both the technical and commercial offers of the vendor should be valid for a minimum period of
180 days from the due date of opening of the tender.
9.6 Corrections, if any, must be attested. All amounts shall be indicated both in words as well
as in figures. Where there is a difference between amounts quoted in words and figures, amount
quoted in words shall only be considered.
9.7 Vendor is required to give the name of Contact person from his side for all relevant
communications/interactions regarding this RFP/contract.
9.8 The authority of person signing the tender offer should be produced, if required.
9.9 Vendor should provide along with the offer, the name of his bankers.
9.10 Late or delayed tender offers shall not be considered.
9.11 No conditional discounts will be allowed.
9.12 Tender fee of requisite value wherever applicable shall be sent along with the tenders by Demand
Draft in favor of Accounts Officer, SAC, Ahmedabad.
9.13 If required, SAC team may visit Vendor’s premises for verification of information provided
by the vendor in the technical bid and other infrastructure facilities claimed. The technical
Bid of the Vendor, who is not able to substantiate/satisfy the technical requirements laid
down in this RFP, is liable to be rejected. In any case, SAC reserves the right to accept or reject
any quotation fully or partly without assigning any reasons.
Note: Technical bid containing only compliance table without supporting datasheets/documents to
all quantitative specifications of this tender shall be rejected. Compliance to all quantitative
specification must be made putting confirmed quantitative value duly supported/ substantiates with
datasheets/design calculations/catalogs/documents etc.
9.14 All taxes/duties/levies where legally leviable and intended to be claimed should be distinctively
shown separately in the tender offer. The taxes etc. as applicable on such contract in the state of
Gujarat should be accounted for. Where this is not done, no claim on these accounts would be
admissible later.
ANNEXURE-II
Instruction to tender while submitting their offer:
In addition to providing all details as asked in the RFP, Vendor is mandatorily required to
submit the following compliance table against all the specifications and general points listed
in this RFP and submit / attach this along with the technical bid. Non-compliance should be
clearly brought out along with reasons for deviations, if any. If the vendor fails to submit the
Compliance Table, his offer is liable to be rejected. The Offer of Vendor giving any false
information, in response to information sought in this RFP, is also liable to be rejected.

Compliance statement from the manufacturer as per attached matrix sheet should clearly
indicate quantitative values offered wherever applicable. It shall also clearly indicate C for
total compliance, PC for partial compliance with clarity on extent of partial compliance and
NC for Non- compliance. Vendor shall also highlight compliance with better specification,
wherever offered giving detailed merits. Compliance statement must contain clear and
unambiguous response of vendor for all main as well as sub-points of these specifications.
Vendor shall attach additional documents if required giving due reference to spec. number.

The Vendor should give relevant details wherever required in the following compliance
table and NOT simply fill in the answers as “Yes” or “Complied”. The Vendor should
also support the compliance by necessary documentary evidences along with the
Technical proposal ONLY, failing which his proposal will not be considered.

Checklist to be followed by vendor attached along with offer:


Sr. Description Compliance
No. Status & Remarks
1. Whether the vendor has attached the technical Compliance statement as per
attached Specification matrix sheet for 18 Ton Shaker, slip table, power
amplifier, guided head expander, drive bar and utilities like air-cooled chiller,
hydraulic power-pack compressed air system etc. ? (Pl. Refer sections 3 to 6 of
Annexure-III)
2. Whether the vendor has attached the technical Compliance statement as per
attached Specification matrix sheet for 96-Channel Digital Vibration Control
System, associated software and accessories? (Pl. Refer sections 2 to 8 of
Annexure-IV)
3. Has the Vendor got proven experience in offering such 18/32 ton class of
Shakers? (Attach relevant P.O. copies, documents etc.) (Pl. Refer section 1.1
Annexure – I)
4. Has the Vendor attached all required technical catalog, documents, literature,
enclosures etc & Service and Operational Manuals? Substantiating all the
qualifying criteria contained in various sections of the RFP? (Pl. Refer section
1.1,1.3,1.7 and 1.8)
5. Has the Vendor provided all details related to its service centre located in India
for all pre/post guarantee/warranty service back up? (Pl. Refer section 1.3
Annexure – I)
6. Has the Vendor agreed for basic training for operation, maintenance, trouble-
shooting and Factory Acceptance Testing (FAT) at vendor’s Works/Site for
Two SAC Engineers as pre-dispatch inspection and training? (Pl. Refer section
1.4 of Annexure – I)
Sr. Description Compliance
No. Status & Remarks
7. Whether Vendor has agreed to carry out all loading, unloading and handling
activities, installation and commissioning, acceptance testing and basic training
for operation and maintenance of the total system at SAC, Ahmedabad? (Pl.
Refer section 1.5 of Annexure – I)
8. Has vendor offered free guarantee support of at least Two (02) Years from
the date of installation, commissioning and acceptance of total system at SAC,
Ahmedabad for All the equipments offered by vendor? (Pl. Refer section 1.6 of
Annexure – I)
9. Whether the vendor has quoted for Extended guarantee support beyond
standard guarantee on yearly basis and clearly specified Extended Guarantee
support terms & conditions? (Pl. Refer section 1.7 of Annexure – I)
10. Has the Vendor submitted all his Commercial terms and conditions like
payment terms and conditions, validity, details of Taxes, duties and statutory
levies applicable? (Pl. Refer section 1.10 of Annexure – I)
11. Whether Vendor has submitted detailed schedule detailing all the activities
from date of receipt of technically and commercially clear Purchase order by
vendor till installation, commissioning and final acceptance of the total system
at SAC, Ahmedabad? (Pl. Refer section 1.11 of Annexure – I)
12. Whether vendor has submitted the list of essential spares along with
recommended quantity for trouble free operation of total system for a period of
3 years after completion of standard guarantee period and quoted the price on
per unit basis for each item? (Pl. Refer section 1.12 of Annexure – I)
13. Whether the Vendor has submitted list of Recommended Tools and Tool Kit for
Operation & Maintenance along with recommended quantity and quoted the
price on per unit basis for each item? (Pl. Refer section 1.13 of Annexure – I)
14. Whether the Vendor has submitted list of Optional instruments and accessories
for the Shaker and Digital Vibration Control System along with recommended
quantity and quoted price on per unit basis for each? (Pl. Refer section 1.14 of
Annexure – I)
15. The Vendor’s company should not have been banned, black-listed by any Govt
Dept./Central Govt. Unit/Public Sector Unit/Financial Institution/Court? Kindly
confirm. (Pl. Refer section 1.15 of Annexure – I)
16. Has the Vendor quoted in required format in the commercial price bid offer?
(Pl. Refer sections 2.0 and 2.1 of Annexure – I)
17. Has the Vendor distinctively mentioned separately all taxes/duties/levies in
commercial price bid? (Pl. Refer section 2.1, 2.2 and 3.14 of Annexure – I)
18. Are the Vendor’s Technical and Commercial offers valid for 180 days from the
due date? (Pl. Refer section 2.3 and 3.5 of Annexure – I)
19. Does the Vendor agree to fall clause and also bind his personnel, in writing, to
the Intellectual Property Rights, Confidentiality and Non-Disclosure Agreement
Clauses, under this contract ? (Pl. Refer section 2.4, 2.5, 2.6 and 2.7 of
Annexure – I)
20. Does the Vendor agree to Arbitration clause, in case of any disputes arising
related to this contract ? (Pl. Refer section 2.8 of Annexure – I)
Sr. Description Compliance
No. Status & Remarks
21. Has the vendor submitted the tender in two separate covers? One cover
containing the technical details along with commercial terms and conditions
submitted together? Has Vendor submitted all technical literature/leaflets
/documents/Purchase Orders etc. along with the technical proposal ?
Vendor should NOT include any price bid related information in this Technical
proposal cover. (Pl. Refer sections 3.0 and 3.1 of Annexure - I)
22. Has the Vendor submitted commercial price bid alone in a separate sealed
cover? (Pl. Refer section 3.1 of Annexure - I)
23. Has the Vendor given the name of Contact person /contract manager from their
side for all relevant communications/interactions regarding this contract? (Pl.
Refer section 3.7 of Annexure - I)
24. Has the Vendor provided the name of banker ? (Pl. Refer section 3.9 of
Annexure - I)
ANNEXURE-III
COMPLIANCE MATRIX FOR 18 TON ELECTRO DYNAMIC SHAKER
SYSTEM WITH SLIP PLATE AND HEAD EXPANDER

3. SPECIFICATIONS: Requirements Compliance


Status &
Remarks
3.1 SHAKER
3.1.1 Peak Sine Force: 180 KN Nominal,
However not less than
175 KN
3.1.2 Random Force RMS: 180 KN Nominal,
However not less than
175KN
3.1.3 Shock Force Twice the sine force
3.1.4 Expandability of shaker system for Vendor to specify the
sine and random force (Preferable) maximum force in KN
up to which the
offered system can be
expanded in future.
3.1.5 Bare Table Fundamental Axial Vendor shall specify
Resonance Frequency of Armature the guaranteed value
& transmissibility at resonance. in Hz with Q in their
offer.
3.1.6 Useful Frequency Range: 5Hz To 2000 Hz
3.1.7 Resonance frequency of body Not more than 3 Hz.
suspension
3.1.8 Peak to Peak Displacement (Bare Not less than 50 mm
table) Vertical & Lateral axis
3.1.9 Velocity: (Bare table) Vertical & Not less than 1.5
Lateral axis meter/ per sec.
3.1.10 Acceleration Sine Peak (bare table) Not less than 70g
3.1.11 Acceleration Shock Peak (bare Minimum twice the
table) sine peak g
3.1.12 Acceleration Random (bare table) Not less than 60 g.
rms.
3.1.13 Armature Mass Vendor shall specify
the actual value in Kg.
3.1.14 Axial stiffness Vendor shall specify
the exact value.
3.1.15 Cross axial stiffness Vendor shall specify
the exact value.
3.1.16 Rotational stiffness Vendor shall specify
the exact value.
3.1.17 Armature Diameter Less than 640 Vendor
shall specify the exact
value.
3.1.18 Type of Insert M10/M12 Stainless
Steel inserts
3.1.18.1 Insert pattern Radial 8 web
configuration
3.1.18.2 Inserts @ 200 PCD (1st PCD) 8.
3.1.18.3 Inserts @ 400 PCD (2nd PCD) 8.
3.1.18.4 Inserts @ X1 PCD (3rd PCD) Vendor shall specify
the exact value.
3.1.18.5 Inserts @ X2 PCD (4th PCD) Vendor shall specify
the exact value if
available.
3.1.18.6 Inserts @ center 1 in center
3.1.19 Maximum Internal Load Support Vendor shall specify
Capacity available the exact value in Kg.
without Guided head
expander.
3.1.20 Cross axis response of shaker table Should be less than
10% in operating
frequency range
except at half power
band at resonance and
its sub harmonics
3.1.21 Ground resistance in ohm required Vendor shall specify
to conduct swept sine test 0.15 g the required ground
from 5 Hz to 2500 Hz. resistance (Earthing
requirement) for this.
3.1.22 Stray Magnetic Field Less than 2 m Tesla at
150 mm above the
armature top face.
3.1.23 Auto centering of armature d) Auto-centering of
the armature for
the rated static
Load this should be
achieved with
Electronic sensing
and Automatic
adjustment.
e) Display of the
armature position
monitoring should
be provided near
shaker as well as at
remote control
panel.
f) Manual over ride
provision should
also be provided.
3.1.24 System Noise in the useful Not more than 0.15
frequency range grms.
3.2 Special requirements of testing Vendor shall propose
large size payloads on this shaker guided head expander
system: It is planned to test large taking into account the
size payloads on this shaker system specifications of most
and it is foreseen that guided head suitable and optimum
expander would be essential to shaker system offered
interface shaker armature with in their quote and
payload base. meeting all our
requirements. Vendor
shall attach detailed
specifications of
guided head expander.
3.2.1 Details of the Payload to be
tested on this shaker system:
3.2.1.1 Weight: 1200 Kg.
3.2.1.2 Size: 2000mm x 2000mm x
2000 mm (height)
3.2.1.3 CG Offset: 200mm (X axis) x
200mm (Y and) x
900mm (Z axis)
3.2.2 Maximum g value for which Vendor shall specify
payload can be tested considering the maximum value of
the weight of armature and guided g offered.
head expander.
3.2.3 Vendor shall also keep in mind Vendor to note and
overall static load support ensure.
capability of the shaker system
offered and Maximum overturning
moment estimate specified below
before deciding on Guided Head
Expander. Proposed Guided Head
Expender shall meet minimum
following specifications.
3.2.3.1 Static Load Support Capability It must meet Payload
along with Guided head expander. mass of 1200kg+mass
of guided head
expander offered.
Vendor shall specify
the actual capacity
available in kg.
3.2.3.2 Maximum Overturning Moment Not less than 35KN-
along with Guided head expander. meter) Vendor to
specify the exact
value.
3.2.3.3 First major resonance frequency of Not less than 400 Hz
Guided head expander along with Vendor to specify the
shaker (Useful frequency range) exact value.
3.2.3.4 Allowable Transmissibility peaks None below first
of Guided head expander. mode (0.4 kHz). Not
(Preferable) more than 2 peaks
from 0.4 kHz to 1.0
kHz of less than 6:1
(3dB band width of
125 Hz) preferred.
Not more than 3 peaks
from 1.0 kHz to 2.0
kHz of less than 8:1
(3dB band width of
150 Hz) preferred.
Vendor shall specify
the guaranteed value
provided by them.
3.2.3.5 Allowable Variation in Peak At first mode 1.5:1 at
(Preferable) the extreme points
From 0.4 KHz to 1.0
KHz 2:1 preferred
From 1 KHz to 2.0
KHz 2.5:1 preferred
Vendor shall specify
the guaranteed value
provided by them
3.2.3.6 Allowable Orthogonal Motion None up to 400 Hz
Guided head expander. (Preferable) preferred.
3.2.3.7 Size of top surface of the guided 2000mm x 2000mm
head Expender
3.2.3.8 Type of Insert on top face of Compatible with slip
Guided head expander. plate configuration.
3.2.3.8.1 Insert pattern Radial 8 web
configuration
3.2.3.8.2 Inserts @ 200mm PCD (1st PCD) 8
3.2.3.8.3 Inserts @ 400mm PCD (2nd PCD) 8
rd
3.2.3.8.4 Inserts @ X1PCD (3 PCD) Vendor shall specify
the exact value.
Inserts @ X2 PCD (4th PCD) Vendor shall specify
the exact value if
available.
3.2.3.8.5 Inserts @ center 1 in center
3.2.3.8.6 Balance inserts Balance in 100mm
matrix
3.3 POWER AMPLIFER
3.3.1 Power Amplifier driving the above system should be air
cooled, solid state, modular in construction and PWM
based switching type amplifier and derated to get the
required force in random, sine and shock mode testing.
3.3.2 Frequency range of operation 3 Hz to 3000 Hz.
3.3.3 Efficiency Not less than 85%
3.3.4 Switching frequency Vendor shall specify
the value in KHz.
3.3.5 Output signal to noise ratio Not less than 65 dB
3.3.6 Input impedance Not less than 10 KΩ
3.3.7 Input voltage to get the 0 –10V please
maximum rated output mentioned the value
3.3.8 Peak current handling capacity 3 times more than the
rated sine current
rating.
3.3.9 RFI filter to meet EMC standard. Suitable RFI filter
shall be provided as
per the ISO standard
EN 50081 and EN
5882 international
EMC standard and
MIL-STD-461E or
equivalent. Vendor to
specify the standard
followed.
3.3.10 The power amplifier and shaker system must be protected
with following system interlocks. Vendor shall confirm
total list of interlocks provided including the following
ones.
3.3.10.1 Output Voltage off set
3.3.10.2 Output Over Current.
3.3.10.3 Output Over Voltage.
3.3.10.4 Vibrator Over Travel.
3.3.10.5 Vibrator Cooling
3.3.10.6 Vibrator field
3.3.10.7 Amplifier Cooling
3.3.10.8 Water Supply.
3.3.10.9 Module Over Current.
3.3.10.10 Module Over temperature
3.3.10.11 Auxiliary Supply
3.3.10.12 Oil Supply to the slip plate in horizontal position with
shaker.
3.3.10.13 Manual shutdown of Shaker
3.3.10.14 Two extra interlocks.
3.3.11 The system should have following Digital Indicators on
display console.
3.3.11.1 Output voltage
3.3.11.2 Output current
3.3.11.3 Input power meter indicating power drawn by the total
shaker system in KVA/KW with provision of computer
connectivity for logging the power consumption with time
stamp shall be preferred.
3.3.12 Remote control panel for Power It shall have a
Amplifier ON/OFF switch, gain
setting, current and
voltage meters, safety
indicators etc.
3.3.13 Soft start/Shut down Amplifier should have
requirements protection to avoid the
transient on the shaker
during power
amplifier ON/OFF
operation
3.3.14 Cable /hose/pipe length
requirement.
3.3.14.1 Power Amplifier to Shaker Not less than 10 meter
3.3.14.2 Field power Supply to Shaker Not less than 10 meter
3.3.14.3 Power Amplifier Remote Control Not less than 20 meter
Panel
3.3.14.4 Cooling system hose pipe from Not less than 10 meter
shaker to chiller unit.
3.3.14.5 Oil supply and return hoses from Not less than 10m for
hydraulic power supply to slip each.
table.
Compressed air supply piping Not less than 10m for
between compressed air system each.
and shaker system.
3.3.14.6 Additional cost of the cables and Shall be provided on
hose pipe per meter basis for
each of the above.
3.4 SLIP TABLE
3.4.1 The shaker and slip table should be of combo type
(permanent alignment with shaker and slip table) for easy
change over from horizontal to vertical position & vice – a
– versa and preferred to have motorized arrangement with
required interlock.
3.4.2 Size of the slip plate : 2000 mm X 2000 mm
length
3.4.2.1 Slip plate thickness: Not less than 70-mm
approx. Vendor shall
provide detailed
design calculation in
support of thickness
offered
3.4.2.2 Material: Tool grade
magnesium (AZ31B)
3.4.2.3 Stroke: Compatible with
shaker rated stroke.
Supplier shall specify
the exact values
3.4.2.4 Hydrostatic bearing: 20 preferred Vendor
shall specify exact
configuration offered.
3.4.2.5 Weight of the slip plate Vendor shall specify
the exact weight in
Kg.
3.4.2.6 Maximum static load support Vendor shall specify
capacity available. the exact capacity in
Kg.
3.4.2.7 Types of inserts on slip table Type: M10/M-12
Stainless Steel inserts
3.4.2.7.1 Mounting hole insert pattern Radial 8 web
configuration
3.4.2.7.2 Inserts @ 200 PCD (1st PCD) 8
3.4.2.7.3 Inserts @ 400 PCD (2nd PCD) 8
3.4.2.7.4 Inserts @ 600 PCD (3rd PCD) 8 shall be similar
guided head expender
Inserts @ center (4th PCD) 1 in center
3.4.2.7.5 Balance inserts Balance in 100mm
matrix
3.4.3 Over turning moments
requirements for slip plate

3.4.3.1 PITCH Moment >500KN meter


3.4.3.2 ROLL Moment >450KN meter
3.4.3.3 YAW Moment >70KN meter
3.4.4 Vendor shall supply suitable air cooled hydraulic power
pack for slip table operation. Vendor shall give full details
of the unit offered. Noise level of unit during operation
must not be more than 90 db at 1 m away from the unit
and if the noise level of the unit is more, vendor shall
provide suitable acoustic enclosure taking care of all
operation aspects like unit heat dissipation etc.
3.5 DRIVE BAR
3.5.1 Material Tool grade
Magnesium AZ31B
Welded construction
3.5.2 Attachment to slip table Vendor to provide full
details of the
attachment system
provided in their offer.
3.5.3 Weight of the driving bar: Vendor shall specify
the Value in Kg.
3.6 Combined resonance frequency Not less than 300 Hz
of the slip table with armature (Higher shall be
and driving bar preferred )
3.7 Total moving mass of system in Vendor shall specify
the lateral axis and vertical axis the Value in Kg
with all elements in fully separately for lateral
assembled mode. and vertical mode.
4. UTILITIES INCLUDING GUIDED HEAD EXPENDER OFFERED
4.1 Shaker cooling system. Vendor shall size and
provide standalone
air-cooled chiller
system required to
cool shaker system.
Vendor shall supply
high quality
Inlet/outlet piping of
not less than 10 m
length for connecting
chiller with shaker
system. Vendor shall
also provide Price per
m to enable increase/
decrease of piping at
erection stage. Air
cooled chiller system
shall be standard non
CFC based
refrigeration system
only. Vendor shall
specify Model no.,
make, cooling
capacity in watts,
along with list of
customers to whom
similar system has
been supplied and
working satisfactorily.
4.2 Compressed air system to meet Vendor shall include
the requirement of shaker system size and provide
as well as load bearing platform compressed air system
operation as applicable. of adequate capacity
to meet the
compressed air need
of the total system. It
shall include total
piping, refrigerated
dryer, pressure
regulator, filter,
control valves and all
the accessories needed
to make system fully
operational. Vendor
shall consider
minimum 20m
distance between
shaker system and air
compressor. Vendor
shall also provide
Price per m to enable
increase/ decrease of
piping at erection
stage. Compressed air
system must be
sourced from very
reputed vendor with
heritage. Vendor shall
attach catalog, data
sheet indicating model
no, make and capacity
of the system offered.
4.3 Hydraulic power pack required Vendor shall also
for Guided Head expander and supply required
slip plate. Hydraulic power pack
for operation of
Guided Head
expander. Vendor has
option to supply single
hydraulic power pack
for operation of slip
table as well as
Guided Head
expander. Hydraulic
power pack shall have
pressure pump,
motors, filters, oil
reservoir and control
system etc. required
for operation of total
shaker system.
5. ADDITIONAL SYSTEM INFORMATIONS
REQUIRED FROM VENDOR
5.1 Vendor shall clearly indicate the Shock Response
Spectrum (SRS) capability in terms of frequency band and
g for rated shock force. Vendor shall also specify any
system limitations if any for conducting SRS test on the
system offered.
5.2 Vendor shall provide the monogram of the system offered
in terms of displacement, velocity, acceleration v/s
frequency.
5.3 Vendor shall provide the details of the dead weight
required to demonstrate sine and Random force capability
along with rated displacement, velocity and acceleration
capability at SAC, Ahmedabad at the time installation and
commissioning.
6. Environmental requirements: It is planned to install
entire shaker system in Air conditioned area. However
Compressed air system and Chiller system shall be
installed in non air conditioned area. Vendor may kindly
take note of this.
6.1 Operating Temperature range of +5 to 30° C
the system offered.
6.2 Relative Humidity during 40 to 60 %
operation.
6.3 Electrical power supply available 415V +/- 10%, 3
at SAC, Ahmedabad. phase, 50 Hz
240V +/- 10% , 1
phase, 50 Hz
6.4 Maximum peak power required Vendor shall specify
to operate complete shaker the total power
system at rated force in required in KVA/KW
KVA/KW. needed to run the total
system consisting of
Shaker system, chiller
system, amplifier
cabinet, air
compressor etc. with
break up requirement.
6.5 Acoustic noise generated by Not more than 90 db
shaker, amplifier, cooling at 1 meter distance
system, hydraulic power pack shall be preferred.
when entire system is in Vendor to specify
operation. actual guaranteed
value offered. If noise
level is exceeding the
specified value
especially for shaker
system planned in AC
area, vendor shall
provide suitable
acoustic insulation to
contain noise within
specified limit.
ANNEXURE-IV
COMPLIANCE MATRIX FOR 96 CHANNEL DIGITAL VIBRATION CONTROL
SYSTEM

2. SPECIFICATIONS: Requirements Compliance


Status & Remarks
2.0 INSTRUMENTATION FRONT- Requirements
END HARDWARE:
2.1 Number of analog input channels 96
2.3 Frequency range 2 Hz to 20 kHz
2.4 A/D Converter Minimum 24 bits
2.5 Dynamic Range Minimum 108 dB
2.6 Sample rate Minimum 85K samples/
second for each Channel
with clock
synchronization facility
among all channels
2.7 Anti aliasing filters Shall be provided on all
input channels for anti–
alias protection.
2.8 Input connection to instrumentation BNC type
front end
2.9 Input signal coupling AC, DC or ICP input
selectable
2.10 Input channel impedance Minimum 1MΩ
2.11 Input voltage Up to +/- 10 Volts peak
with selectable range of
1m V to 10 V peak.
2.12 Input channel selectivity mV/g, mV/mm/sec,
mV/mm pk-pk, mV/mm
pk and mV/Newton
2.13 External abort One
2.14 Raw data Recording capability For online & storage of
row time domain data
for minimum 30
minutes with 100KHz
sampling rate for all
channels
2.15 Signal output channels
2.15.1 Output connections BNC type
2.15.2 No of channels One for Drive signal,
two preferable
2.15.3 Output voltage +/- 10 V peak
2.15.4 D/A Converter Minimum 24 bit
resolutions
2.15.5 Controllable Dynamic Range Minimum 100 dB
2.15.6 Constant Output Level Adaptor The COLA output
should be 1 V peak
distortion free for
reference throughout the
test
3.0 APPLICATION SPECIFIC SOFTWARE
REQUIREMENT
3.1 All the channels should be programmable in terms of selection
like control channel, measurement channel, watch dog / limit
channel or combination of control, measurement and watch
dog / limit channel for a given test. The system should provide
facility to use all/few channels for control and/or measurement
and/or watch dog/limit channel for one particular test at same
time. The designated channel shall be able to process the data
in terms of filter, rms, peak, average simultaneously during
sine measurement.
3.2 The vibration test set up should be accomplished with software
prompted & mouse driven menus. Software test set up shall be
automatically checked for logical entry values. User prompt or
audio tone should occur with an obviously improper set up
entry. The software shall indicate default values, upper and
lower limit and appropriate online help files during test setup.
3.3 The software shall provide on screen display of help
information to minimize reference to the complete operator’s
manual. Upon completion of the test definition, the system
shall provide a self check capability to determine if test setup
is acceptable.
3.4 The software shall check setup entries against user specified
vibration system exciter limitations of displacement, velocity
and acceleration and indicate potential problems. For power
spectral density (PSD) based test schedules, the initial system
shall display the PSD spectrum and the calculated total
spectrum g rms. The calculated grms value shall represent the
computational grms value excluding and deviation due to
control limitations.
3.5 The software shall provide real time vibration test status
indicators during test equalization and closed operation the
status values shall include display of the test acceleration level
in dB referenced to the control spectrum, elapsed and
remaining time, and grms output drive level. The system shall
provide real time closed loop update of the control drive
spectrum to maintain test tolerances during non-linear
response of the test item.
3.6 System shall permit recording of time domain and able to
process the data in real time during closed loop control test to
the PC. It shall have a provision to process time domain data
in off line mode also
3.7 The software shall permit export and import of data to
appropriate ASCII, MS EXCEL, TEXT FILE and
UNIVERSAL FILE FORMAT (UFF).
3.8 On line display for the activities in terms of time(remaining &
elapse), instantaneous level
3.9 Hold option shall be provided to hold the test any time during
the testing if required.
3.10 The system shall be able to display and print the test reference
spectrum, control, composite overlay, response, drive;
reference vs. drive error, transfer function during and after
testing.
3.11 For amplitude-frequency plots and plots scales chosen for the
desired frequency or amplitude range. The scaling shall be
manual and automatic in linear and logarithmic scale.
3.12 The cursor shall be single or dual and have the facility for
readout for Q value, manual peak, automatic peak and valley
detection and marks.
3.13 The software shall allow the display of a minimum of 8 traces
for plot window.
3.14 Simultaneous display of each of the 16 input data channels in
individual windows shall be possible to monitor the signal
wave form. The archive and recall of multiple graphics display
setups shall be possible.
3.15 Label shall be provided for channel number, DOF,
corresponding grms, corresponding g, test specification, test
time (remaining and elapsed), test description details.
4.0 CONTROL LOOP SAFETY REQUIREMENT
4.1 Pretest loop check Provision shall be there to detect
open loop control channel.
4.2 Programmable alarm & abort tolerance limits and overload
indications for all channels shall be provided.
4.3 Manual test interrupt Provision shall be there
and abort button
4.4 Test completion Indications shall be provided in terms of
display or beep.
4.5 Input / output over On-line display shall be provided
load
4.6 Start Up & Shutdown
4.6.1 Start up equalization & shutdown shall be a smooth process
without transients. The start up & shut down rate shall be user
definable in db/ time in sec with respect to reference level.
4.7 Test Abort – Restart and Hold
4.7.1 Upon a test abort the system shall store the current elapsed test
time. Upon restart from abort, the system shall resume the test
at the same elapsed time. If the abort is a normal operator
abort, the control equalization level information shall also be
stored such that the system can restart at the proper test
amplitude level rapidly without pre test equalization. Hold
option shall be there for manual operation.
4.8 Test sequencing The system shall permit the
automatic real time test
sequencing/scheduling.
5.0 Real time / On line and Off line data processing and
analysis software requirements
5.1 RANDOM VIBRATION TESTING
5.1.1 Frequency range 5Hz to 5KHz
5.1.2 Frequency Bandwidth 100Hz, 200Hz, 500Hz, 1KHz, 2KHz
selection , 5KHz
5.1.3 No of spectral lines 100 to 6400 lines selectable
5.1.4 User selectable Degree of Freedom, Averaging
parameter for control Weighing Factor, Average/Loop, %
shall be in terms of of lines exceed alarm and abort limit,
overall grams control limit
5.1.5 Control accuracy Shall have capability to control flat
reference spectrum within +/- 0.5 dB
of specified power spectrum.
System shall control instantaneous 10
dB change in grms level to with in
+/- 1 dB control.
5.1.6 The output drive 2 to 5 sigma peaks of a specified
signal clipping drive signal.
5.1.7 Reference spectrum
5.1.7.1 Break points More than 100
5.1.7.2 Slopes In terms of dB/octave & dB/decade
5.1.7.3 Tolerances for Alarm Shall be in percentage and dB
and Abort
5.1.8 Control strategy for Average, Maximum, Minimum and
input channels External
5.1.9 Type of Channels Control, Measurement, Watchdog
(Limit), Combination of Control/
Measurement/ Watchdog(Limit)
5.1.10 The watchdog/limit channel shall have a facility to control in
terms g2/hz, grms for various defined frequency band and
shall have a various tolerance in terms of alarm and aborts in
dB and %(user selectable)
5.1.11 Level scheduling User selectable/ definable in steps of
dB, from – 32 dB onwards (minimum
8 steps) It should be programmable in
terms of level and measurement with
time.
5.2 SINE VIBRATION TESTING :
5.2.1 Sine vibration control shall be closed loop control with the
system automatically controlling the frequency, sweep rate and
amplitude.
5.2.2 The system shall generate a true analog quality sine not a
discrete stepped signal & shall be capable of conducting sine
sweep test & dwell testing.
5.2.3 Frequency range 2Hz to 5KHz
5.2.4 Cross over segments Minimum 100
in test profile
5.2.5 Type of segments Constant displacement, Constant
shall be provided velocity, Constant acceleration,
Slopped acceleration and provision
for force parameters
5.2.6 Sweep parameters
5.2.6.1 Direction of sweep UP and DOWN
5.2.6.2 Types of sweep Logarithmic and Linear
5.2.6.2.1 Logarithmic Selectable from 0.01 Oct/min to 10
Oct/min insteps of 0.01 Oct/min
Selectable from 0.01 decade/ min to
10 decade/ min insteps of 0.01
decade/ min
5.2.6.2.2 Linear selectable from 0.01Hz/min to
5KHz/min
5.2.6.3 Number of sweeps or Selectable either as number of
time duration sweeps or time duration in minutes.
5.2.7 Tracking filter for The system shall have provision to
input channels enable or disable in each channel.
5.2.8 Compression speed Adaptive, Variable/ selective
compression speed during sweep
5.2.9 Control loop stability It should be stable at any selected
compression rate & should be
sufficient to take care of Q of 100
5.2.10 Tolerance & abort Shall be selectable individually for
levels selected input channels in terms of
+/- dB of amplitude, +/- percentage
or amplitude, g directly.
5.2.11 Control Method for Maximum, Minimum, Average, Peak
input channels limiting (automatic notching)
5.2.11.1 Automatic notching It shall be possible to program the
notching level in terms of level,
frequency band, alarm and abort.
This shall be available with all
measurement channels. During the
test, notching channels must show
measured and notching values online.
5.2.12 Amplitude estimation Filter, Peak, RMS and Average
technique
5.2.13 Dwelling The system shall have facility to do
dwelling in terms of frequency &
phase and amplitude
5.3 Shock Response Spectrum Testing
5.3.1 The System shall have capabilities for closed loop control,
recording, analysis & analytical compensation of transient
shock time wave forms. The control waveforms available shall
include wave forms synthesized forms or a shock response
spectrum (SRS).
The system shall provide capability for test control based on a
specified SRS curve.
5.3.2 The software shall the capability for user specification or SRS
frequency spacing, upper & lower tolerance bands, damping
factor & the SRS type as maximax, positive/ negative primary
or positive/ negative residual. The system shall indicate
average error and maximum peak error of the SRS control.
5.3.3 Waveform Synthesizer SRS
5.3.3.1 Output SRS band 2Hz to 20KHz
width
5.3.3.2 Maximum definable 10000g
peak amplitude
5.3.3.4 Damping factor Selectable as % or absolute
5.3.3.5 Control accuracy +/-3dB
5.3.3.6 The system shall have 1/n(where n=1 to 24)
capability for
synthesis of a time
domain pulse with
selectable octave
spacing.
5.3.4 On-line updating displays showing synthesized and target SRS
and resulting acceleration, velocity and displacement in time
domain, after each modification in component table.
5.3.5 Each wavelets used the synthesis shall have wavelets
amplitude in g peak with positive or negative polarity, number
of half sine components in wavelet & time delay or the
wavelet from the start of the buffer in milliseconds.
5.4 CLASSICAL SHOCK
5.4.1 Wave forms types Half Sine, Rectangular, Triangular,
and trapezoidal.
5.4.2 Pulse Duration 0.1ms to 32s
5.4.3 Peak amplitude From 0.001 g pk to 500 g pk
5.4.4 Frequency Range 50Hz to 10KHz
5.4.5 Pre load and post percentage of g pk
loads in terms of
5.4.6 Repetitive pulses Provision shall be given
5.4.7 Duration between Selectable
peaks
5.4.8 Equalization both manual and auto modes
5.5 SINE BURST
5.5.1 Short duration of fixed 100ms to10s
frequency sine wave
5.5.2 Amplitude Selectable
5.5.3 Number of cycles Selectable
5.5.4 ramp up and ramp Selectable
down cycles
5.5.5 Level scheduling In terms of amplitude and number of
cycles

5.6 SINE CHIRP


5.6.1 Short duration of fast 100 ms to 10s
sinusoidal sweep
5.6.2 Frequency range Selectable
5.6.3 Sweep rate Selectable
5.6.4 Shaped envelopes Shall be provided
5.6.5 Level scheduling In terms of amplitude and number of
pulses
6.0 HOST PLATFORM:
6.1 Operator GUI interface
6.2 Vendor shall specify the Hardware details.
6.3 Latest PC/ Workstation shall be provided with associated
Hardware and Software and latest window operating system at
the time of finalization of the system.
6.4 Minimum PC configuration shall be, 3.0GHz Processor,
Quad2Core, 320GB HDD and 4GB RAM, 320GB USB
external hard disk for backup and Raid 1 option.
6.5 21/22 Inch LCD with 1280 X 1024 resolution or better.
6.6 42 Inch LCD shall be provided for parallel display and it
should be compatible on wall mounting for cable distance of
25meter.
6.7 Minimum 4 USB Input/ Output port , 1 Ethernet port
6.8 DVD read and writer shall be provided
6.9 Shall be possible to connect to any standard Laser Jet Printers
available in the market.
6.10 Multiple PC option at same location for control Software is
preferred.
7.0 SYSTEM CALIBRATION / VERIFICATION
7.1 Provision should exist for onsite instrumentation front end
calibration preferred.
7.2 Calibration / verification software: calibration software should
include for both Frequency & Amplitude. Vendor should
provide the complete details of the parameters included for
calibration / verification
7.3 Report shall be generated when calibration is over for all
calibration parameters
7.4 Necessary hardware and software shall be provided for
calibration / verification to be quoted separately
8 Environment Requirements
8.1 Input power. 240 v +/- 10%, 50 Hz
8.2 Operating temperature 5deg to 30 deg
8.3 Humidity 40% to 60% RH
ANNEXURE-V
ACCEPTANCE TESTING OF TOTAL SYSTEM
Test along the vertical axis
1) Bare table open loop test: frequency range 5 to 2500 Hz.
2) Bare table closed loop test at 0.5g: frequency range 5 to 2500 Hz, sweep rate one octave /min.
3) Bare table maximum rated displacement(d), velocity(v), acceleration(a) test as per rated
specifications.(d:50mmda,v:1.5m/s,a:75g)
4) Diaphragming test.(100hz to 1200hz, 75g Input level center control and measured at two
location 90 degree apart extreme of shaker
5) Full load test with rated displacement, velocity and acceleration as per there monogram.
6) Low level random test at 1 grms: frequency range 20 to 2000 Hz.
7) Bare table random test at 60 grms: frequency range 20 to 2000 Hz appropriately shaped.
8) Full load Random test with rated mass.
9) Open loop test with full load: frequency range 5 to 2500 Hz.
10) Bare table open loop test.
11) Closed loop test along with guided head expander with at 0.5 g and frequency range 5 to 2500
Hz, sweep rate 1 octave /min.
12) Shock test for rated specifications.
Test along the horizontal axis
1) Bare table open loop test: frequency range 5 to 2000 Hz.
2) Bare table closed loop test at 0.5g: frequency range 5 to 2000 Hz, sweep rate 1 octave /min.
3) Full load test with rated displacement, velocity and acceleration as per there monogram.
4) Low level random test at 1 grms: frequency range 20 to 2000 Hz.
5) Full load bare table random test: frequency range 20 to 2000 Hz.
6) Open loop test with full load: frequency range 5 to 2000 Hz.
7) Bare table open loop test.
Additional tests can be carried out as per mutually agreed terms for power amplifiers / control system
and total system, i.e. noise measurement, current and voltage measurement at rated force, distortion
measurement, stray magnetic field measurement etc. Vendor shall give full details of its proposed
Acceptance test plan, at his works and at SAC, Ahmedabad apart from above test.
INSTRUCTIONS FOR TWO-PART TENDER

We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial &
Part II Price.

All Tenderers are requested to follow carefully the following instructions before preparing
their offer.

I PART I : TECHNICAL & COMMERCIAL BID


Part – (a) Technical

ix. This part should contain detailed specifications of the items quoted by you along with
Technical literature and leaflets if any.
x. A compliance statement showing the compliance of the item quoted by you with that
of item tendered by us should be prepared and enclosed to this.
xi. Any other information called for in the tender related technical and specifications can
also come in this part.
xii. Prices should not be indicated in this cover.

Part – (b) Commercial terms : (WITHOUT PRICES)

ix. The commercial terms applicable for the item quoted by you should be indicated in
this part.
x. If any compliance statement is called for the commercial terms / contractual terms and
conditions, the same is to be attached in this part.
xi. Prices should not be indicated in this part. However a copy of the price bit (without
prices) can be enclosed in this part to enable to understand whether all the items
required to be quoted by you have been quoted in the price bid. Alternatively a
statement is to be made indicating that you have quoted prices for all the items as per
the tender and enclosed in the Price Bid as per the format.
xii. The Commercial terms such as delivery terms, delivery period, payment terms,
Warranty, validity of the offer, installation & commissioning, duties and taxes etc.,
shall come into this.

Note : 1. Either Technical Specifications or terms & conditions as above should be very
clearly
reflected item-wise with reference to the items called for in the tender.
2. Please note that the PRICE SHOULD NOT BE indicated in this part.
3. Technical and Commercial part as described above shall be prepared and put it in a
sealed cover & super scribed and addressed as follows:

Tender No. :
Due Date :
PART I : TECHNICAL & COMMERCIAL BID

The Head Purchase & Stores


----------------------------------
----------------------------------
From :
II PART II : PRICE BID

vii. The prices applicable for the items, item-wise in response to the tender shall come
into this part.
viii. Tenderer shall indicate very clearly item-wise prices with reference to their
technical offer.
ix. Price part prepared as above shall be enveloped and superscribed as follows:

Tender No. :
Due Date :
PART II : PRICE BID

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

III The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as
above should be inserted in another envelope and superscribed as follows:

Tender No. :
Due Date :
PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE :

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

Important Note:

Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers
are received by mail before due date and time.
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835

INVITATION TO TENDER

Ref No. AHST 2008001853 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 4, 2009


Opening : 15.30 IST on March 4, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


8. High Power Flexible Cable Assemblies No. As per doc.
(TWO PART TENDER)

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE
TECHNICAL SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE
QUOTATION IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY
SHOULD SUBMIT EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT
IN ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR
ANY DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Ref. No. 2008001853

REQUEST FOR PROPOSAL (RFP) – HIGH POWER CABLE ASSEMBLIES

INTRODUCTION

The Indian Space Research Organisation (ISRO) requests your company to submit
quotation for space qualified HIGH POWER CABLE ASSEMBLIES, as detailed in
this document. These will be used in the Flight Models of the Communication
/Broadcast Satellite Service Payloads of INSAT & GSAT series Operational Space-
crafts. This document consists of five sections:

EXHIBIT-A: Gives the general background of the Project for which the units are
required.

EXHIBIT-B: Gives the details which vendor shall follow for preparing the response
against this RFP.

EXHIBIT-C: Gives the Reliability and Quality Assurance requirements.

EXHIBIT-D: Gives the Technical Specifications.

EXHIBIT-E: Gives the details on quantity, delivery schedules and warranty.


EXHIBIT-A

BACKGROUND

Space Applications Centre (SAC) is one of the major research and development Centre of the
Indian Space Research Organization (ISRO). It is the lead centre for satellite payload
technology. The primary objective of SAC is to develop and operationalise indigenous satellites
payloads and use space technology for socio-economic development of the country.

ISRO is contemplating on establishment of an Indian Regional Navigation Satellite System


(IRNSS) to provide location information to various users with a constellation of GEO and GSO
orbits.

The IRNSS is regional navigation satellite system providing position accuracy better than 20m
within India and up to 1500kms range around the Indian region. The project consists of the
Space Segment, Ground Segment and User Segment.

For the fabrication of various satellites hardware, Department of Space (DOS), Government of
India through its Indian Space Research Organisation (ISRO) is planning to purchase various
spacecraft components, sub-systems and related services.

It is very important that your proposal should include sufficient technical data on form, fit, and
function for in-depth evaluation of your offer. If this technical data is not in public domain we
request that you may apply for appropriate license to your concern department in advance so
that relevant technical data can be submitted with your proposal.
EXHIBIT - B

GUIDELINES TO VENDORS

1.0 INTRODUCTION

The total program has been divided in two phases:

PHASE-1 - DESIGN VERIFICATION MODEL:

Requirement of DVM unit shall be decided based on qualification status and space
heritage. If DVM unit is required, then one cable assembly as per the agreed delivery
schedule shall be suppled.

These units are required for design verification only and need not under go the
complete testing. These should meet all electrical and mechanical specifications and
should be identical to the flight hardware in all respect.

PHASE-2 - FLIGHT MODEL:

Delivery of flight hardware fully tested as per Exhibit-C requirements and Lot
Acceptance tests carried out (as per Figure-1) on samples.

Go-ahead for phase-2 will be given subject to successful completion of phase-1,


wherever applicable.

2.0 GUIDELINES FOR PREPARING TECHNICAL DETAILS

2.1 These are very special hardware and ONLY THOSE VENDORS who have
adequate experience in

a) Design, development and fabrication of Hi-Rel systems


AND
b) Qualification of such hardware for onboard communication, satellites
should respond and quote against this RFP.

2.2 The vendor is requested to examine the RFP thoroughly and offer
compliance/non-compliance point by point. In case of non-compliance, the
deviation from the specified parameter shall be furnished and for complied
parameters the vendor specification (better or same) shall be provided.

2.3 The vendor should also submit compliance / non-compliance with test
philosophy, test plans and other requirements as detailed in Exhibit-C under
"Reliability & Quality Assurance Requirements". The vendor may submit the
Screening /Lot Acceptance testing programme which might have been used for
supplying similar hardware for other space missions.
2.4 It is necessary for the vendor to furnish complete information as required in
various exhibits (-B to -E) of this RFP for proper evaluation and assessment of
his proposal.

2.5 The vendor can attach additional information, if any, which may provide more
information on these products.

2.7 The vendor may seek clarifications, if any, in advance before submitting the
quotations. However, any clarification thus sent to the vendor will also be sent to
all other vendors.

2.8 The vendor shall give complete qualification status, flight history, space
programme details and failure data etc. along with the response.

3.0 GUIDELINES FOR PREPARING QUOTATIONS


3.1 The quotation shall include, in addition to unit cost, all the prices towards
screening, qualification, acceptance and lot-acceptance testing etc. The cost
break up should include charges for each test to enable SAC in deciding to
include/exclude any test depending on the cost and schedule constraints. The
break up of overall cost in terms of Phase-1 and 2 (as defined in para 1.0) also
needs to be indicated.

3.2 This requirement is for flight hardware but the order may also include one (1) unit
of design verification units which are required to confirm the electrical,
mechanical specifications, quality assurance etc. The each type of flight
hardware shall be subjected to proto / qualification testing on the representative
basis.

3.4 The vendor is requested to acknowledge the receipt of this RFP and his
willingness/inability to respond and quote against this RFP.

3.5 The vendor must ensure that his quotation along with all the details reaches
SAC/ISRO before the due date.

3.6 The quotation shall consist of two parts:

a) PART-1:`Detailed Technical Proposal'


giving all details as required in Exhibit -C & -D.
b) PART-2:`Cost & Management Proposal'
giving cost, payment terms and other financial details.

3.7 The supplier shall give preliminary thermal design analysis along with the offer,
particularly for the cable assembles rated to 100 watts and above. The detailed
analysis shall be provided later.
Note: Part-2 shall be submitted in a separate sealed envelop. This requirement shall be
strictly adhered to. However, both parts shall be submitted together in a sealed
envelop.
EXHIBIT-C

RELIABILITY & QUALITY ASSURANCE REQUIREMENTS

1. Scope :
This section provides the details on R & QA requirements for the RF flexible coaxial
cable assemblies to be used in the satellite payload and on the deck inside the
spacecraft.

2. Life :
The cable assemblies shall meet all the quality requirements for use on-board Geo-
stationary satellite with a minimum life of 15 years. The space flight history shall be
supplied for the quoted parts.

The assemblies shall be capable of meeting all the functional requirements at various
stages of spacecraft assembly and storage as follows:

- 3 years storage and life at various levels of spacecraft assembly.


- 5 years in controlled environmental conditions. The vendor shall specify the exact
method of storage and retest criteria in case of longer storage.

3. Environmental Specifications :

3.1 Operating & Non-Operating Environment ;

Non-operating Temperature : -60o C to +150o C


Operating Temperature (FM) : -40o C to +100o C (base plate)
Operating Temperature (LAT) : -40o C to +110o C (base plate)
Pressure : Ambient to 10-6 Torr (Hard Vacuum)
Relative Humidity : Up to 95% 40o C without condensation
(applicable only during lab. ambient testing on
ground)

The operating temperature limits specified are applicable for the mounting surface
temperature. The temperature rise due to self heating during high power operation shall
be specified by the vendor. Cable assemblies shall comply to the specifications
(including power handling) at the specified base plate temperature and estimated
temperature rise due to self heating. Vendor shall specify estimated temperature rise of
the cable assembly as well as the connectors, at above specified maximum operating
temperature with the rated power handling.

4. Parts and Materials :


The connectors and flexible cable used for fabrication of flexible cable assembly should
meet the following requirements :

4.1 Parts and materials proposed to be used in cable assemblies shall be selected from
qualified parts and materials list and through a qualified sub-vendor normally
associated with long life satellite hardware manufacturing. Necessary certification
showing compliance with these requirements shall be supplied along with the
deliverable units. Manufacturer must ensure that organic and inorganic material
used for fabrication of these cable assemblies shall be stable in atmosphere and
high vacuum environments. The cable and connectors including the cable assembly
shall meet the following requirements for outgassing.

Total Mass Loss (TML) shall be less than 1% and Collected Volatile Condensable
Material (CVCM) shall be less than 0.1%, when subjected to test condition of 125oC
and 10-6 torr pressure for 24 hours.

Ferrous and non-ferrous materials shall be non-corrosive type or suitably treated to


resist corrosion.

4.2 RF flexible co-axial cable to be used shall be taken from ESCC / MIL approved
supplier with screening and acceptance testing. These cable shall be meet the
requirements of ESCC 3902 or MIL-C-17. The selected part shall have sufficient
space flight history / heritage for the required power level. Vendor shall give the
testing proposed as part of cable batch acceptance.

4.3 RF co-axial connectors to be used also shall be taken from ESCC / MIL approved
supplier with screening and acceptance testing. These connectors shall comply to
the requirements of ESCC 3402 or MIL-PRF-39012, and shall have sufficient space
flight history, particularly at the required power level.

5. Screening And Lot Acceptance Test (LAT) :

Fabricated cable assemblies shall be subjected to necessary stress relieving cycle prior
to screening tests. All the cable assemblies shall be subjected to 100 screening tests as
given in table-1 below for Flight Model (FM). LAT on 5% (minimum one) samples from
screened and accepted lot shall be carried out as per Table-1. Configuration of the LAT
samples shall be decided from the ordered configurations (length & connector style). No
failure shall be allowed during LAT. Sample selected for LAT shall be representative of
the connector configuration and length of the assemblies subjected to screening.

The supplier shall submit to SAC the screening and lot acceptance test procedure for
review and approval prior to start of the final production.
TABLE-1

Sr. No. Test FM LAT


1. Visual Inspection X X
2. Physical Measurements X X
3. Electrical Performance X X
4. Thermal Shock X X
5. Operational Temperature - X
Vibration
6. Sine Vibration - X
Random Vibration - X
7. Power Handling X -
8. Multipaction - X
9. EMI / EMC - X
10. Radiography* X X
11. Final electrical and visual Inspection - X

‘X’ Indicates Test is Applicable.


‘-‘ Indicates Test is not applicable.
* Radiography is applicable for solder type connectors only

6. Test Methods :
6.1 Visual Inspection :
Assemblies shall be visually inspected at 10X magnification minimum. Visual inspection shall
be performed to detect surface, finish, discolouration / oxidation, mechanical and workmanship
related defects. Accept / reject criteria shall be as followed for all Hi-Rel programs. External
visual inspection guide lines and accept / reject criteria generated by qualifying agencies like
ESA, MIL, NASA-GSFC shall be followed. The manufacturer shall specify further details.

6.2 Physical Measurements :


The dimension measurements of cable assemblies shall also be carried out.

6.3 Electrical Performance Measurement :


The following parameters shall be measured on each cable assembly during initial and
final inspection stages.
- Return Loss and Insertion loss over the entire frequency band.
- Insulation Resistance (IR), Dielectric Withstanding Voltage (DWV)
For electrical measurements during environmental, only RF parameters (Return loss
and Insertion loss) shall be measured.
6.4 Thermal cycling test:
The cable assemblies shall be subjected to thermal shock test as per MIL-STD-202
method 107 with following conditions:

Temperature : – 60oC to +150oC


No. of cycles for LAT : 25 cycles
No. of cycles for FM : 5 cycles

6.5 Operational Temperature Test :


This test is applicable for LAT sample only. RF performance of the cable assembly shall
be measured over the operating temperature range specified in para. 3.1 above.
Sufficient dwell time shall be allowed at each temperature extreme prior to electrical test
to allow the cable assembly to stabilize at the test temperature.

For electrical test at higher operating temperature, it is recommended to test the cable
assembly at the estimated temperature considering the temperature rise ( T) due to
power handling (i.e. at 110o C+ T)

6.6 Vibration Test :


6.6.1 Sine vibration test :
The cable assemblies shall be subjected to sine vibration test as per MIL-STD-202F,
Method 204 condition ‘D’, except as follows :
Frequency : 10 Hz to 2000 Hz to 10 Hz
Test level : 20g peak
Sweep rate : 2 Octaves / minute
No. of cycles : 4 cycles in each axis
No of axis : 3

6.6.2 Random vibration test :


The cable assemblies shall be subjected to Random vibration test as per MIL-STD-
202F, Method 214, following conditions shall apply in all three axis.

Frequency (Hz) Test level


20-50 + 6 dB/Octave
50-1200 0.45 g2/Hz
1200-2000 - 6 dB/Octave
Overall Level 27.2 g rms
Duration 4 minute/axis

6.7 High Power Tests :


The cable assemblies are required for high power application of 265W (CW) for the
frequency band of 2.465 – 2.515 GHz and 165W (CW) fro 1160 – 1220 MHz as per the
requirements of electrical specification, under the thermo-vacuum conditions at the
maximum operating temperature of +100o C.
Vendor shall provide the space flight history with details regarding frequency of
operation, the power level and configuration (connector style & length). Moreover,
vendor shall provide the details regarding power handling capability and derating curves
for the frequency of operation and the operating temperature for the quoted parts and
demonstrate that sufficient derating is available with respect to the operating power
levels. Additionally, vendor shall provide Multipactor analysis demonstrating 6 dB
margin over the operating conditions. This shall be supported by the test data. These
details are required to decide the test conditions (and also applicability ) of the high
power tests.

6.7.1 Power Handling :


Power handling test shall be performed on all the FM units at rated power. The test
shall be conducted under thermo-vacuum conditions at maximum operating
temperature. The test duration shall be six hours (minimum) at maximum rated power
after temperature stabilisation. During the test following parameters shall be monitored
& recorded, and provided as part of test data package.

Power : Forward, reflected and output power,


Temperature : Input connector, Output connector, the centre of cable
assembly
Time required for temperature stabilisation.
For each type and length of cable assembly, 50% units shall be tested at L band
and 50% units shall be tested at S band. (The ratio of cables for S-band and L
band high power test will be decided during order)

6.7.2 Multipactor Test :


Multipactor testing shall be conducted on all the LAT units to demonstrate 6 dB margin
over the operating conditions. 50% LAT units shall be tested at L band and 50% LAT
units shall be tested at S band. Vendor shall provide Multipactor analysis demonstrating
6 dB margins over the operating power level. . (The ratio of cables for S-band and L
band high power test will be decided during order)

6.8 EMI/EMC Test :


Cable assembly shall be tested for RF leakage test (Shielding effectiveness) at the
operating frequency. The RF leakage shall not exceed the specifications of MIL-STD-
461E.

6.9 Radiography :
Radiographic inspection shall be carried out (for soldered type only) as per MIL-STD-
202F method 209.

6.10 Cable retention test (Axial Pull) :


Supplier shall provide the test data for the test conducted during cable assembly
qualification. Alternatively, compliance to specified Cable retention force shall be
demonstrated on sample during final production test.

6.11 Final Electrical measurement :


Final electrical performance test shall be carried out as per para 6.3.
6.12 Final visual inspection :
Visual inspection shall be carried out at 10X magnification (min) as per para 6.2.
7. Following details shall be supplied by the manufacturer along with the proposal.
7.1. Space flight heritage / Qualification report summary related details consisting name
of program, Operating frequency, power level etc. Additionally, details regarding
margins over operating power level and multipactor margin, shall be provided. Offer
is liable to be rejected if these details are not supplied with technical quote.
7.2. Detailed technical data sheet indicating electrical, mechanical, environmental
specifications and engineering drawing.
7.3. Stress relieving conditions for the cable.
7.4. Ordering information and details of marking on cable assemblies.
7.5. Screening and Qualification test plan (ESCC or MIL or any other applicable) already
carried out on this type of cable assemblies or similar to this, for review.
7.6. The maximum Radiation Dose level, which it can withstand without affecting the
electrical and mechanical performance (Any test data or analysis in support of 15
years on-board life is desirable).
7.7. Supplier is requested to examine the specifications thoroughly, and offer the
compliance / non-compliance “point by point” in response to the specifications. In
case of non-compliance, the deviation shall be furnished with reasons.
7.8. The cost of each test is to be indicated separately in the proposal. SAC/ISRO has
the right to delete any test prior to ordering.
8. Following details shall be supplied along with the deliverable cable assemblies.
8.1. Certificate of compliance as per the agreed purchase order.
8.2. Detailed technical data sheets with engineering drawing as per agreed purchase
order.
8.3. Screening and Lot Acceptance test reports with test results as per the agreed test
procedure.
8.4. Recommended mechanical support design and locations with reference to cable
assembly.
8.5. The maximum Radiation Dose level, which it can withstand without affecting the
electrical and mechanical performance.
8.6. Multipactor analysis, for operation of cable assembly at 2.5 GHz, 240 Watts.
9. General requirements :
9.1. The cable assemblies supplied by the manufacturer shall be from a single
manufacturing batch and not older than 2 years from the date of shipment to SAC.
9.2. “Pink polyfoam” shall not be used for packing of the components as it has corrosive
effect on gold plating.
9.3. Marking, Packaging and delivery: Each type of cable assembly shall be marked /
identified properly with Sr. no., parts type and date-code as minimum.
EXHIBIT-D

Technical Specifications HIGH POWER FLEXIBLE CABLE


ELECTRICAL CHARACTERISTICS
PARAMETER SPECIFICATION
Impedance (ohms) 50
Frequency range (GHz) Cable A 2465-2515 MHz for 265 Watts CW
Cable B 1160-1220 MHz ,for 150 Watts CW
Shielding Effectiveness (dB @ 1 GHz) >100
Maximum Insertion Loss dB/ft (meter)
@ 2.5 GHz of cable assembly
Cable loss of 0.08 dB/ft OR 0.27 dB/mtr +
Cable A 0.15 dB loss of connector pair
Cable loss of 0.06 dB/ft OR 0.18 dB/mtr +
Cable B 0.15 dB loss of connector pair
Power Handling W (CW) Cable A 265
Cable B 165
Multipactor Margin (dB) 6 dB target 3 dB min
Derating Margin (dB) on average
1
power Handling
VSWR 1.15 : 1 for CW Application
RF connector TNC (with venting hole)
MECHANICAL CHARACTERISTICS
PARAMETER SPECIFICATION
Outer diameter inch (mm) 0.311(7.90)
Center Conductor Type Solid
Weight grams/ft (meter) (max.) 33.0(108.3)
Minimum Bend Radius inch (mm) 1.25(31.75)
Minimum no. of Flexures 5,000
20 M Rads
Radiation Hardness (min.)
Notes :
1. Test results in summary form for Power Handling test in vacuum and Multipaction
margin test are mandatorily to be supplied with quotations for the type of the Cable
Assemblies quoted and tested in past as a part of qualification or as a part of test
program for Space Applications.

2. Details of the Heritage for the parts quoted.


Part no. & Type
Power Handling
Multipaction margin over rated Power
Name of Payloads in which similar to quoted items are used on board.

FAILING ABOVE TWO CONDITIONS, QUOTATIONS MAY NOT BE ACCEPTABLE.


EXHIBIT- E
QUANTITIES AND SCHEDULE

1.0 QUANTITIES

The vendor shall quote in step quantities. The requirement is primarily for Flight
hardware however, one unit will go through Qualification / LAT tests as discussed under
Screening and Lot Acceptance Test (LAT).

Please quote the cables for pricing as suggested below.

Type - I TNC Straight connectors at both ends.


Cost of one assembly = 2 TNC-Plug ST Connectors + Cost of unit length of
cable ($ per cm) x length of cable

Type - II TNC Straight to TNC right angle Connectors.


Cost of one cable assembly = Cost of TNC-Plug ST connector + TNC- Plug
right angle connector + Cost of unit length of cable ($ per cm) x length of
cable

Type - III TNC right angle plug at both ends.


Cost of one cable assembly = Cost of two TNC Plug right angle connectors +
Cost of unit length of cable ($ per cm) x length of cable

Minimum cable assembly length is 80mm.

Please quote for quantity slabs of 10 – 25, 26-50, 51-100 for all above two types.

2.0 DELIVERY SCHEDULE

Design Review Model (If applicable) : WITHIN 2 Months after L/I


Flight Model : WITHIN 4 Months after L/I
LAT Units : WITHIN 6 Months after L/I

3.0 OPTION

As an option SAC/ISRO can place a purchase order for additional quantity within
one year from the date of ordering.
INSTRUCTIONS FOR TWO-PART TENDER

We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial & Part II
Price.

All Tenderers are requested to follow carefully the following instructions before preparing their
offer.

I PART I : TECHNICAL & COMMERCIAL BID


Part – (a) Technical

xiii. This part should contain detailed specifications of the items quoted by you along with
Technical literature and leaflets if any.
xiv. A compliance statement showing the compliance of the item quoted by you with that of
item tendered by us should be prepared and enclosed to this.
xv. Any other information called for in the tender related technical and specifications can
also come in this part.
xvi. Prices should not be indicated in this cover.

Part – (b) Commercial terms : (WITHOUT PRICES)

xiii. The commercial terms applicable for the item quoted by you should be indicated in this
part.
xiv. If any compliance statement is called for the commercial terms / contractual terms and
conditions, the same is to be attached in this part.
xv. Prices should not be indicated in this part. However a copy of the price bit (without
prices) can be enclosed in this part to enable to understand whether all the items required
to be quoted by you have been quoted in the price bid. Alternatively a statement is to be
made indicating that you have quoted prices for all the items as per the tender and
enclosed in the Price Bid as per the format.
xvi. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty,
validity of the offer, installation & commissioning, duties and taxes etc., shall come into
this.

Note : 1. Either Technical Specifications or terms & conditions as above should be very clearly
reflected item-wise with reference to the items called for in the tender.
2. Please note that the PRICE SHOULD NOT BE indicated in this part.
3. Technical and Commercial part as described above shall be prepared and put it in a
sealed cover & super scribed and addressed as follows:

Tender No. :
Due Date :
PART I : TECHNICAL & COMMERCIAL BID

The Head Purchase & Stores


----------------------------------
----------------------------------
From :
II PART II : PRICE BID

x. The prices applicable for the items, item-wise in response to the tender shall come into
this part.
xi. Tenderer shall indicate very clearly item-wise prices with reference to their technical
offer.
xii. Price part prepared as above shall be enveloped and superscribed as follows:

Tender No. :
Due Date :
PART II : PRICE BID

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

III The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as
above should be inserted in another envelope and superscribed as follows:

Tender No. :
Due Date :
PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE :

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

Important Note:

Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers
are received by mail before due date and time.
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835

INVITATION TO TENDER

Ref No. AHMR 2008002177 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 4, 2009


Opening : 15.30 IST on March 4, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


9. Signal Generator Frequency Range 75 GHz to 110 GHz No. As per Doc.

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE TECHNICAL
SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE QUOTATION
IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY SHOULD SUBMIT
EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT IN
ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR ANY
DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Indent No. 2008002177

75GHz to 110GHz Signal Generator

parameter specifications
Total Frequency Range Frequency range for Basic Unit: 250KHz to 20GHz
Frequency range with external source modules:75 to
110GHz:
specifications for basic unit
Frequency Resolution 0.001Hz in CW mode
Aging rate < ±1 x10–8/year
External reference frequency 10 MHz
Digital sweep Operating modes : Step sweep of
frequency/amplitude/ both (start to stop)
Dwell time 1 ms to 60 s
Number of points 2 to above 65000 (step sweep)
Triggering: Auto, external, single or GPIB
Output Power till 20 GHz : –135 to +18 dBm
±1.2 dB over the entire operating frequency range
Level Accuracy
and output power range
Harmonics 2 GHz to 20 GHz : –55 dBc
Sub Harmonics 10 GHz to 20 GHz : < –60 dBc
Non Harmonics 10 to 20 GHz :<-64 dBc
SSB Phase Noise at 20 KHz 10 to 20 GHz :<-108 dBc/Hz
offset
Pulse Modulation On/off ratio : >80 dB
Maximum pulse repetition frequency : 3 MHz
Pulse delay (typical) : 35 ns

Pulse generator(internal) Pulse repetition period : 70 ns to 42 s


Pulse width : 10 ns to 42 s
Pulse delay : 0 to ± 42 s

Interfaces GPIB (IEEE-488.2) with listen and talk, RS-232, and


10BaseT LAN interface.

Power supply 230 V±10%, 50 Hz(operational)


Operating Temperature range 0 to 55 °C
Millimeter wave source module
specifications for the frequency extension
(75GHz to 110GHz)
Frequency Range 75 GHz to 110 GHz
Frequency Input 12.5 to 18.4 GHz
RF input RF input SMA female
damage level +36 dBm
RF input level min +13dBm Supplied by compatible & suitable
option
RF output +5 dBm(nom)
Out put port WR10
Harmonics &sub harmonics (dBc) -20.
In band spurious (dBc) 20
I/P VSWR RF input VSWR 2.0
O/P VSWR RF output VSWR 1.7
Power Supply for extension Needed DC supply to be provided from base unit.
features Pulse modulation must be available through mm
Wave source module
Input power protection
Direct frequency control and display from base unit
Adapters for WR 10 to 1mm (female)

General Requirements:

The instrument must have 3 years warranty, if available vendor may quote
for 5 years warranty option.
Operational, Calibration and Service manual should be provided with the
instrument.
Equipment should be supplied along with its performance /Calibration data.
Only authorized representative of the manufacturing company shall quote.
Vendor has to provide the point by point compliance for the above
specifications along with page number of data sheet/product literature.
Vendor may quote both in foreign exchange and Indian rupees with separate
terms and conditions.
Vendor may quote for 3 years/5 years calibration plan; it will be total
responsibility of vendor to get it calibrated in India /abroad.
Onsite installation and training for one day should be provided.
Vendor should quote for the slabs of 2 to 5.
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835

INVITATION TO TENDER

Ref No. AHMR 2008002178 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 9, 2009


Opening : 15.30 IST on March 9, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


10. Signal Generator Frequency Range 140 GHz to 220 GHz No. 1 No.

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE TECHNICAL
SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE QUOTATION
IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY SHOULD SUBMIT
EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT IN
ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR ANY
DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Indent No. 2008002178
140GHz to 220GHz Signal Generator

Parameter Specifications
Total Frequency Range Frequency range for Basic Unit: 250KHz to 20GHz
Frequency range with external source modules:140 to
220GHz:
Specifications for Basic Unit
Frequency Resolution 0.001Hz in CW mode
Aging rate < ±1 x10–8/year
External reference frequency 10 MHz.
Digital sweep Operating modes : Step sweep of frequency/amplitude/
both (start to stop), Dwell time 1 ms to 60 s
Number of points 2 to above 65000 (step sweep)
Triggering: Auto, external, single or GPIB

Output Power till 20 GHz : –135 to +18 dBm


±1.2 dB over the entire operating frequency range and
Level Accuracy
output power range.
Harmonics 2 GHz to 20 GHz : –55 dBc
Sub Harmonics 10 GHz to 20 GHz : < –60 dBc
Non Harmonics 10 to 20 GHz :<-64 dBc
SSB Phase Noise at 20 KHz 10 to 20 GHz :<-108 dBc/Hz
offset in 1 Hz bandwidth.
Pulse Modulation On/off ratio : >80 dB
Maximum pulse repetition frequency : 3 MHz
Pulse delay (typical) : 35 ns

Pulse generator(internal) Pulse repetition period : 70 ns to 42 s


Pulse width : 10 ns to 42 s
Pulse delay : 0 to ± 42 s

Interfaces GPIB (IEEE-488.2) with listen and talk, RS-232, and


10BaseT LAN interface.
Power supply 200 V to 240 V (AC), 50 Hz

Millimeter wave source module specifications


for the frequency extension (140GHz to
220GHz.)
Frequency Range 140 GHz to 220 GHz
Frequency Input 11.6 to 18.4 GHz
RF input RF input SMA female
damage level +36 dBm
RF input level min +13dBm Supplied by compatible & suitable option
RF output -12 dBm(nom)
Out put port WR05
Harmonics &sub harmonics -20.
(dBc)
In band spurious (dBc) -20
I/P VSWR RF input VSWR 2.0
O/P VSWR RF output VSWR 1.7
Power Supply for extension Needed DC supply to be provided from base unit.
features Pulse modulation must be available through mm Wave
source module.
Input power protection.
Direct frequency control and display from base unit.

General Requirements:

The instrument must have 3 years warranty, if available vendor may quote
for 5 years warranty option.
Operational, Calibration and Service manual should be provided with the
instrument.
Equipment should be supplied along with its performance /Calibration data.
Only authorized representative of the manufacturing company shall quote.
Vendor has to provide the point by point compliance for the above
specifications along with page number of data sheet/product literature.
Vendor may quote both in foreign exchange and Indian rupees with separate
terms and conditions.
Vendor may quote for 3 years/5 years calibration plan; it will be total
responsibility of vendor to get it calibrated in India /abroad.
Onsite installation and training for one day should be provided.
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835


INVITATION TO TENDER
Ref No. AHSE 2008002087 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 9, 2009


Opening : 15.30 IST on March 9, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


Swir Linear Array Infrared Detectors, Wavelength range No.
11. 0.9 to 1.7 microns As per Doc.
Swir Linear Array Infrared Detectors, Wavelength range
1.1 to 2.5 microns(TWO PART TENDER)

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE TECHNICAL
SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE QUOTATION
IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY SHOULD SUBMIT
EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT IN
ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR ANY
DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Page 1 of 5
Indent No. 2008002087

SWIR Linear Array Infrared Detectors

The device shall have the following essential features:-

Detector Type: Linear array of InGaAs photodiodes with CMOS ROIC.


Format: 512×1 or higher
Wave length range ( m) = 0.9 to 1.7
Pixel Dimension:
Pixel Pitch = 25 m
Pixel Height = 25 m
Video output requirement = Analog or Digital
Number of ports: Maximum two ports.

Maximum Acceptable Defective Pixel = 2%


Devices should have integrated or provision to connect thermo-electric cooler
to maintain detector at required temperature.
Vendor shall provide datasheet and details like (a) Packaging, (b)Electrical input
requirement, (c)Output interface requirements, (d)List of precautions,
(e)Technology, (f)MTBF, (g)Operating environment, (h)Recommended spare
drive electronics, (i)Electro-optical parameters etc.
If the details are not provided then the quotation will not be considered.

Quantity required = 5 Nos.

Page 2 of 5
SWIR Linear Array Infrared Detectors

The device shall have the following essential features:-

Specifications:
Detector Type: Linear array of InGaAs photodiodes with CMOS ROIC.
Format: 512×1 or higher
Wave length range ( m) = 1.1 to 2.5
Pixel Dimension:
Pixel Pitch = 25 m
Pixel Height = 25 m
Video output requirement = Analog or Digital
Number of ports: Maximum two ports

Maximum Acceptable Defective Pixel = 5%


Devices should have integrated or provision to connect thermo-electric cooler
to maintain detector at required temperature.
Vendor shall provide datasheet and details like (a) Packaging, (b)Electrical input
requirement, (c)Output interface requirements, (d)List of precautions,
(e)Technology, (f)MTBF, (g)Operating environment, (h)Recommended spare
drive electronics, (i)Electro-optical parameters etc.
If the details are not provided then the quotation will not be considered.

Quantity required = 5 Nos.

Note : Vendor should quote in slabs of 1-4, 5-8, 9-12, 13….

Page 3 of 5
INSTRUCTIONS FOR TWO-PART TENDER

We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial & Part II
Price.

All Tenderers are requested to follow carefully the following instructions before preparing their
offer.

I PART I : TECHNICAL & COMMERCIAL BID


Part – (a) Technical

xvii. This part should contain detailed specifications of the items quoted by you along with
Technical literature and leaflets if any.
xviii. A compliance statement showing the compliance of the item quoted by you with that of
item tendered by us should be prepared and enclosed to this.
xix. Any other information called for in the tender related technical and specifications can
also come in this part.
xx. Prices should not be indicated in this cover.

Part – (b) Commercial terms : (WITHOUT PRICES)

xvii. The commercial terms applicable for the item quoted by you should be indicated in this
part.
xviii. If any compliance statement is called for the commercial terms / contractual terms
and conditions, the same is to be attached in this part.
xix. Prices should not be indicated in this part. However a copy of the price bit (without
prices) can be enclosed in this part to enable to understand whether all the items required
to be quoted by you have been quoted in the price bid. Alternatively a statement is to be
made indicating that you have quoted prices for all the items as per the tender and
enclosed in the Price Bid as per the format.
xx. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty,
validity of the offer, installation & commissioning, duties and taxes etc., shall come into
this.

Note : 1. Either Technical Specifications or terms & conditions as above should be very clearly
reflected item-wise with reference to the items called for in the tender.
2. Please note that the PRICE SHOULD NOT BE indicated in this part.
3. Technical and Commercial part as described above shall be prepared and put it in a
sealed cover & super scribed and addressed as follows:
Tender No. :
Due Date :
PART I : TECHNICAL & COMMERCIAL BID

The Head Purchase & Stores


----------------------------------
----------------------------------
From :

Page 4 of 5
II PART II : PRICE BID

xiii. The prices applicable for the items, item-wise in response to the tender shall come
into this part.
xiv. Tenderer shall indicate very clearly item-wise prices with reference to their
technical offer.
xv. Price part prepared as above shall be enveloped and superscribed as follows:

Tender No. :
Due Date :
PART II : PRICE BID

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

III The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as
above should be inserted in another envelope and superscribed as follows:

Tender No. :
Due Date :
PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE :

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

Important Note:

Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers
are received by mail before due date and time.

Page 5 of 5
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835


INVITATION TO TENDER

Ref No. AHSE 2008002199 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 9, 2009


Opening : 15.30 IST on March 9, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


12. Thermo Vision Camera System No. 2 Nos.
(TWO PART TENDER)

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE TECHNICAL
SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE QUOTATION
IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY SHOULD SUBMIT
EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT IN
ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR ANY
DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Indent No. 2008002199

Thermo-Vision Camera system


Qty: Two Systems

Thermo-Vision Cameras, with features described in the following tables are required.

1) IMAGING SYSTEM:

Sl.No. Parameters Description


1.01 Sensor type MCT Quantum Detector (cooled)
1.02 Pixel Size 30 µm.
1.03 Spatial resolution 320 x 240 pixels, Focal Plane Array
Provision for selecting smaller windows desirable.

1.04 Temperature range: 243 K to 2000 K


1.05 Measurement Accuracy ± 1°C or ± 1% of the ranges under point 1.06
1.06 Calibration ranges: Calibration ranges:
a. 243 K to 400 K
b. 300 K to 420 K
c. 400 K to 770 K
d. 700 K to 1250 K
e. 1200 to 2000 K
Test duration may be anywhere between 1 ms to 5
sec, camera should be able to cover 300 K to 2000
K in a single test.

1.07 Wave length 8 to 12 µm


response:
1.08 Sensitivity (NETD) at 200 C better than 20mK
1.09 Integration Time Variable integration time. Variation in steps of 100 nS
1.10 Digitization 14 bits
1.11 Image Capture Up to 230 Hz at full resolution and up to 25 K Hz at
Frame Rate reduced resolution.
1.12 The camera should be able to cover the following area
Field of view from
0.8 meter distance.
(a) 433 mm x 237 mm
(b) 216 mm x 81 mm
The supplier should offer lenses commensurate to
cover the
above-specified field of views.
2) INTERFACES AND CAMERA OPERATIONS

Sl.No. Parameter Description


Camera All features/settings of the camera should be operable through gigabit
2.01 Operation network and through software residing in the Host Controller. Image display
on host controller monitor and/or on a TV monitor (Local LCD display or
view port on the camera is not required).
Software (i) Infrared imaging software suite for research and development
applications particularly for THERMOGRAPHY APPLICATIONS.
Time resolved data should be stored.
The software should support.
Thermal image visualization (B&W and colors)
Field Stress imaging and fatigue measurement.
Dissipated energy estimation.
Camera Configuration (Frame rate, windowing, integration time,
shutter speed etc.)
Real time Storage (image, average images, films, etc)
Radiometric Calibration routine (Calibration, Emissivity, etc)
Extensive image Analysis (spots, profiles, areas, histogram, etc)
Data Extraction for external analysis (ASCII format for EXCEL,
MATLAB)
Image Processing
Report generator
Image format support: AVI, BMP, TIFF, JPEG, GIF, PNG etc
preferable.
(ii) Software development Kit (SDK) for C++ and LabView.
2.02 External triggering required with supporting software. Smart triggering like
Triggering pre, post, centre etc desirable.
2.03 Interface Cables 1.Trigger cable (Connectorised): 2 Sets, each of 50 m length
2. Power cable (2 Sets, 10 m and 50 m length) with
Indian Three-Pin-Top, of suitable power ratings.
3. Control cable connectorised (if required): (2 Sets, each of 50 m length)
4. Signal cable: 2 Sets, each of 50 m length
Signal transmission over optical Gigabit Ethernet
The vendor is to supply connectorised cables compatible with the interfacing
hardware.
NOTE: Connectors and cables should be of industrial grade.
2.04 Interface Gigabit Ethernet interface (optical). Required PC interface cable (both ends
suitably connectorised) shall be provided by the vendor.
2.05 Other Interfaces USB 2.0 and CamLink. Connectorised cable for PC interface shall be
Preferable provided by the vendor.
3) GENERAL SPECIFICATIONS

Sl.No. Parameter Description


3.01 Weight: < 5 kg
3.02 Size ~ ~ 250 mm X 150 mm X 150 mm
3.03 Operating 0 °C to +50 °C
Environment
3.04 Electrical All supplied hardwares are to work on 230 V AC +10%, 50 Hz, and Single
Phase power supply. Or if operated on DC, AC/DC adapter is to be provided.
3.05 Power Cord Length as per sec. 2.03-2
Qty: One for each separately powered hardware
3.06 Media and 1. Technical/Service documentation
Documentation 2. User’s Manual
3. Programming Manuals and details of user callable library functions / device
drivers etc. to aid user to integrate library functions in application routines.
Qty: Two sets (Hard Copy) + CD/DVD containing soft copies of the above
manuals.
4. Test and calibration certificates.
5. CD / DVD of Camera operating software & Thermographic software.

4) GENERAL TERMS AND CONDITIONS


4.01 Acceptance Acceptance Testing and Performance Demonstration at Original Instrument
testing Manufacturer’s (OIM) site as well as at the customer site shall be carried out.
and
Performance
demonstration
4.02 Installation Installation and commissioning at ISRO site. All features and performance
parameters are to be demonstrated by the supplier.
4.03 Warranty Minimum 3 years (preferred) comprehensive on-site warranty.
4.04 Training Exhaustive training & training material are to be imparted to the ISRO personnel on
all aspects of system usage.
4.05 Accessories The vendor is to quote the price separately for all optional accessories, spares
& and relevant items. All standard accessories supplied with the camera should
Spares be specified in the quotation.
4.06 Compliance Compliance statement to all the specifications is mandatory. Supplier should provide
statement compliance statement along with quote. Without compliance statement quote is likely
to be rejected.
4.07 Performance
Bank Selected vender will have to furnish performance bank guarantee
guarantee
4.08 Packing All the items must be packed properly to avoid any damage during shipment.

IMPORTANT NOTES TO SUPPLIERS


1) Parameter settings, mode settings, operation and management of camera should be possible
remotely from a distance of about 60 meters with the help of a Host-Controller through software
installed in the Controller. Besides, the Controller should be capable of downloading acquired
images from the camera, display at user settable playback rate and should be capable of
supporting advanced image processing functions.
2) Controller is not part of the deliverable item. However, the vendor is required to furnish
minimum required configuration specifications for the controller.
3) The vendor should, preferably, furnish at least 3 references of IR camera installations in India.
INSTRUCTIONS FOR TWO-PART TENDER

We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial & Part II
Price.

All Tenderers are requested to follow carefully the following instructions before preparing their
offer.

I PART I : TECHNICAL & COMMERCIAL BID


Part – (a) Technical

xxi. This part should contain detailed specifications of the items quoted by you along with
Technical literature and leaflets if any.
xxii. A compliance statement showing the compliance of the item quoted by you with that of
item tendered by us should be prepared and enclosed to this.
xxiii. Any other information called for in the tender related technical and specifications can
also come in this part.
xxiv. Prices should not be indicated in this cover.

Part – (b) Commercial terms : (WITHOUT PRICES)

xxi. The commercial terms applicable for the item quoted by you should be indicated in this
part.
xxii. If any compliance statement is called for the commercial terms / contractual terms and
conditions, the same is to be attached in this part.
xxiii. Prices should not be indicated in this part. However a copy of the price bit
(without prices) can be enclosed in this part to enable to understand whether all the items
required to be quoted by you have been quoted in the price bid. Alternatively a statement
is to be made indicating that you have quoted prices for all the items as per the tender and
enclosed in the Price Bid as per the format.
xxiv. The Commercial terms such as delivery terms, delivery period, payment terms,
Warranty, validity of the offer, installation & commissioning, duties and taxes etc., shall
come into this.

Note : 1. Either Technical Specifications or terms & conditions as above should be very clearly
reflected item-wise with reference to the items called for in the tender.
2. Please note that the PRICE SHOULD NOT BE indicated in this part.
3. Technical and Commercial part as described above shall be prepared and put it in a
sealed cover & super scribed and addressed as follows:
Tender No. :
Due Date :
PART I : TECHNICAL & COMMERCIAL BID

The Head Purchase & Stores


----------------------------------
----------------------------------
From :
II PART II : PRICE BID

xvi. The prices applicable for the items, item-wise in response to the tender shall come
into this part.
xvii. Tenderer shall indicate very clearly item-wise prices with reference to their
technical offer.
xviii. Price part prepared as above shall be enveloped and superscribed as follows:

Tender No. :
Due Date :
PART II : PRICE BID

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

III The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as
above should be inserted in another envelope and superscribed as follows:

Tender No. :
Due Date :
PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE :

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

Important Note:

Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers
are received by mail before due date and time.
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835


INVITATION TO TENDER

Ref No. AHDI 2008001848 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 9, 2009


Opening : 15.30 IST on March 9, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


13. MMIC X2 Active Multiplier @13.8GHz Input No. 100 Nos.
MMIC X2 Active Multiplier @14-16GHz Input 100 Nos.
MMIC Low Noise Multiplier @23.8GHz 100 Nos.
MMIC Gain Block DC-6GHz 100 Nos.
MMIC Gain Block 23.8GHz 100 Nos.
MMIC Gain Block 31.5GHz 100 Nos.
MMIC Gain Block DC-10GHz 100 Nos.
MMIC Gain Block DC-1GHz 100 Nos.
MMIC Gain Block DC-0.5GHz 100 Nos.
MMIC Detector Chip 100 Nos.

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE TECHNICAL
SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE QUOTATION
IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY SHOULD SUBMIT
EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
Page 1 of 6
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT IN
ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR ANY
DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.

Page 2 of 6
Ref. No. 2008001848

1. MMIC X2 Active Multiplier @13.8GHz input


Specifications
1. Input Frequency: 13.8 GHz±1GHz
2. Output Frequncy:27.6GHz±2GHz
3. Required Input Power: 0-6dBm, 5dBm(typ)
4. RF Power output: 10dBm min
5. Return loss (input/ouput): >-10dB typ
6. fo Isolation (w.r.t. output level) :>20dBc (typ)
7. 3fo Isolation (w.r.t. output level) :>10dBc (typ)
8. Current <200mA
9. Operating Temp. : -40°C to +85 °C
10. Storage Temperature: -55 to +125 °C
11. Total output variation over entire operating temperature range: 3dB typ
12. Package style: bare die
13. Size : TBD

2. MMIC X4 Active Multiplier @14-16GHz input


Specifications
1. Input Frequency: 14GHz-16GHz
2. Output Frequency: 56-64GHz
3. Input Power: 0-5dBm , 2dBm(typ)
4. RF Power output: -6dBm(typ)
5. Conversion Loss: 14dB max
6. fo Isolation (w.r.t. output level) :>30dBc (typ)
7. 3fo Isolation (w.r.t. output level) :>50dBc (typ)
8. Current <150mA
9. Operating Temp. : -40°C to +85 °C
10. Storage Temperature: -55 to +125 °C
11. Package style: bare die
12. Size : TBD

3. MMIC LNA @23.8GHz


Specifications
1. Operating Frequency: 23.8 GHz±1GHz
2. Small Signal Gain:18dB min
3. Noise figure: 2.6dB max
4. Gain Variation over temp. : 0.02dB/°C (typ)
5. Return Loss: >-15dB typ (50ohm i/p-o/p match)
6. RF Power output @1dB gain compression: 14dBm typ
7. Supply +ve: 5V max ; -ve: -5V to 0V
8. Total Current <100mA
9. Operating Temp. : -40°C to +85 °C
10. Storage Temperature: -55 to +125 °C
11. Package style: bare die
12. Size : TBD

Page 3 of 6
4. MMIC Gain block@DC-6GHz
Specifications
1. Operating Frequency: DC-6GHz
2. Small Signal Gain:11dB min
3. RF Power output @1dB gain compression: 29dBm (typ)
4. Return Loss: >12dB (typ)
5. Gain flatness: 1dB (typ)
6. Gain Variation over temp.: ±2dB (typ)
7. Noise Figure:5dB (typ)
8. Supply +ve: 5 to15V; -ve: -5 to 0V
9. Total Current <500mA
10. Operating Temp. : -40°C to +85 °C
11. Storage Temperature: -55 to +125 °C
12. Package style: bare die
13. Size : TBD

5. MMIC Gain Block @13.8GHz


Specifications
1. Operating Frequency: 13.8 GHz±1GHz
2. Small Signal Gain:20dB min
3. Maximum Noise Figure (0-40 degC): 6dB
4. Return Loss: -15dB min (50ohm i/p-o/p match)
5. RF Power output @1dB gain compression: 15dBm min
6. Output Third order intercept point: 20dBm min
7. Isolation: 20dB min
8. Supply +ve: 5V (max); -ve: -5 to 0V
9. Total Current <100mA
10. Operating Temp. : -40°C to +85 °C
11. Storage Temperature: -55 to +125 °C
12. Package style: bare die
13. Size : TBD

6. MMIC Gain Block @27.6GHz


Specifications
1. Operating Frequency: 27.6 GHz±1GHz
2. Small Signal Gain:20dB min
3. Maximum Noise Figure (0-40 degC): 6dB
4. Return Loss: -15dB min (50ohm i/p-o/p match)
5. RF Power output @1dB gain compression: 15dBm min
6. Output Third order intercept point: 20dBm min
7. Isolation: 20dB min
8. Supply +ve: 5V (max); -ve: -5 to 0V
9. Total Current <100mA
10. Operating Temp. : -40°C to +85 °C
11. Storage Temperature: -55 to +125 °C
12. Package style: bare die
13. Size : TBD
Page 4 of 6
7. MMIC Gain Block @DC-10GHz
Specifications
1. Operating Frequency: DC-10GHz
2. Small Signal Gain:13dB (typ)
3. RF Power output @1dB gain compression: 10dBm (typ)
4. Return Loss: >9dB (typ)
5. Gain Variation over temp.: ±0.02dB/°C (typ)
6. Noise Figure: 4.5dB (typ)
7. Supply +ve: 5V max
8. Total Current <60mA
9. Operating Temp. : -40°C to +85 °C
10. Storage Temperature: -55 to +125 °C
11. Package style: bare die
12. Size : 0.38x0.58x0.1 mm (max)

8. MMIC Gain Block @DC-1GHz


Specifications
1. Operating Frequency: DC-1GHz
2. Small Signal Gain:19.5dB
3. RF Power output @1dB gain compression: 2dBm (typ)
4. Gain Variation over temp.: ±0.02dB/°C (typ)
5. Noise Figure: 2.8dB (typ)
6. Vdg: 5V max
7. Total Current <20mA
8. Package style: bare die
9. Size : TBD

9. MMIC Gain Block @DC-0.5GHz


Specifications
1. Operating Frequency: DC-0.5GHz
2. Small Signal Gain:18.4dB
3. RF Power output @1dB gain compression: +9dBm (typ)
4. Noise Figure: 3.5dB (typ)
5. Vdg: 5V max
6. Total Current <30mA
7. Package style: surface mount
8. Size : TBD

10. MMIC Detector


Specifications
1. Frequency Range: 12 to 40GHz
2. Dynamic range: 30dB(typ)
3. Input power detection:-15 to +15 dBm
4. Vdetect:10to2000 mV (typ)
5. Package style: bare die
6. Size : TBD
7. Operating Temp. : -40°C to 85 °C
8. Storage Temperature: -55 to 125 °C
Page 5 of 6
General Specifications:
1. Vendor to provide point by point compliance.
2. Vendor to provide suggested layout for best performance.
3. Vendor to provide On wafer Test report /s-parameter data along with the quote.
4. Vendor to provide equivalent Hi-Rel part details. Quote will be considered only if
equivalent Hi-Rel part can be supplied in future.

Page 6 of 6
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835


INVITATION TO TENDER

Ref No. AHDI 2008001847 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 9, 2009


Opening : 15.30 IST on March 9, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


14. Internally referred phase locked DRO @ 13.8 GHz No. 15 Nos.
Externally referred phase locked DRO @ 13.8 GHz 15 Nos.

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE TECHNICAL
SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE QUOTATION
IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY SHOULD SUBMIT
EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT IN
ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR ANY
DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Indent No. 2008001847

4. Externally Referenced Phase Locked DRO @13.8GHz


Specifications
9. Frequency: 13.8 GHz
10. RF Power output: 13dBm min
11. Spurious: > -80 dBc
12. Harmonics: >-25dBc
13. Reference Frequency: 50 MHz
14. Reference power: 0dBm typ
15. loop bandwidth: 10kHz-200kHz (typ)
16. Supply voltage 3-20V
17. Current <500mA
18. Operating Temp. : -40°C to 70 °C
19. Storage Temperature: -55 to 85 °C
20. Total output variation over entire operating temperature range(p-p): 2dB
21. Size : TBD
22. Added Phase Noise: <100 kHz 50 dB max
23. Phase Noise @ 100kHz : -110dBc/Hz (max)
@ 1 MHz : -130dBc/Hz (max)

5. Internally Referenced Phase Locked DRO @13.8GHz


Specifications
1. Frequency: 13.8 GHz
2. RF Power output: 13dBm min
3. Spurious:>-80 dBc
4. Harmonics: >-25dBc
5. Supply voltage 3-20V
6. Current <600mA
7. Operating Temp. : -40°C to 70 °C
8. Storage Temperature: -55 to 85 °C
9. Total o/p power variation over entire operating temp. range(p-p): 2dB
10. Stability over Temp.: ±1ppm(-40°C to 70 °C )
11. Aging: 1ppm/year
12. Size : TBD
13. “Internal reference using TCXO will be preferred over OCXO”
14. Phase Noise @ 1kHz : -80dBc/Hz (max)
@ 100kHz : -110dBc/Hz (max)
@ 1 MHz : -130dBc/Hz (max)

General Specifications:
1. Vendor to provide detailed package outline drawing and mounting guidelines (if any)
along with the quote.
2. Vendor to provide equivalent Hi-Rel part details. Quote will be considered only if
equivalent Hi-Rel part can be supplied in future.
Government of India
Department of Space
Space Applications Centre
Purchase & Stores
Ahmedabad-380 015.

Ph No. :079 26913067-3072 Fax :079-26915848, 5802, 5835


INVITATION TO TENDER

Ref No. AHAS 2008000966 February 2, 2009

M/s.

Tender Due : 15.00 IST on March 9, 2009


Opening : 15.30 IST on March 9, 2009
Dear Sirs,

Please submit your sealed quotation, in the Tender form enclosed here along with the descriptive
catalogues/pamphlets/literature, super scribed with our Ref. No. and Due Date for the supply of the
following items as per terms & condition in Annexure (Form No.: as per Enclosed)

Sr.No. Description of Items with Specifications Unit Quantity


15 Advance Computer Server System No. 1 No.
(TWO PART TENDER)

DELIVERY AT : SAC STORES, AHMEDABAD

MODE OF DESPATCH : -

SPECIAL INSTRUCTIONS :
• PLEASE SEND US LEAFLET/CATALOGUE ALONG WITH YOUR OFFER.
• YOUR QUOTATION SHOULD BE VALID FOR 120 DAYS. PLEASE INDICATE
WARRANTY/GUARANTEE CONDITIONS OF QUOTED ITEMS.
• CONDITIONAL DISCOUNTS WILL NOT BE ALLOWED.
• PLEASE SEE TENDER INSTRUCTIONS. COMPLIANCE STATEMENT FOR THE TECHNICAL
SPECIFICATION SHALL BE SENT ALONG WITH THE OFFER.
• ONLY ORIGINAL MANUFACTURER OR THEIR AUTHORIZED
AGENTS/DISTRIBUTORS/DEALERS SHOULD SUBMIT QUOTATION. IF THE QUOTATION
IS FROM AUTHORIZED AGENT/DISTRIBUTORS/DEALERS, THEY SHOULD SUBMIT
EVIDENCE TO THAT EFFECT ALONG WITH QUOTATION.
• VENDOR SHOULD HAVE EXECUTED ORDERS OF SIMILAR VALUE TO OTHER GOVT.
DEPARTMENTS OR REPUTED COMPANIES AND THEY SHOULD ENCLOSE EVIDENCE
TO THAT EFFECT WITH THE QUOTATION.
• SAC RESERVES THE RIGHT TO REJECT QUOTATIONS NOT ACCOMPANIED OR NOT IN
ACCORDANCE WITH THE ABOVE DETAILS.
• YOUR OFFER SHOULD INCLUDE CERTIFICATE TO THE EFFECT THAT YOU ARE NOT
RELATED TO ANY OF THE EMPLOYEE WORKING IN SAC.
• LATE/DELAYED OFFERS WILL NOT BE ACCEPTED.
• SPACE APPLICATIONS CENTRE, AHMEDABAD WILL NOT BE RESPONSIBLE FOR ANY
DELAY/LOSS OF DOCUMENTS IN TRANSIT.
• RIGHT TO ACCEPT OR REJECT ANY OFFER IN FULL OR PART THEREOF WITHOUT
ASSIGNING ANY REASON WHATSOEVER IS RESERVED.
Technical Specifications Indent no- 2008000966
Advanced Computer System Block Diagram
Hi end Work
Station-1
RH Linux OS
& Window Server OS
Hi end Work
Station-2

Gigabit Switch Client-1

Client-2

Server-1 Client-3

Client-4

Note- 1. Vendor shall supply all components given in technical specifications


2. Vendor shall carry out complete installation at SAC
Technical Specifications for Advanced Computing Server System Indent No- 2008000966

Item Specifications Qty


Server-1
Processor Six-Core 64 bit processor, Intel Xeon 7460 at 2.6GHz (or better)
No. Processors Four
Processor Cache best available L2 & 16 MB L3 cache
Memory 128GB DDR2-667 Registered ECC Memory Expandable to 256 GB
Storage Controller SAS Controller
Graphics Native Graphics support 1280 x 1024 resolution
Graphics Card PCI-x4/x8 based Graphics Card with 128MB VRAM
HDD 5 x 146 GB, SAS HDD ,15krpm
DVD Slimline DVD RW and CD writer 1 Set
Ports Four USB (2.0), 2 PS/2 and One VGA Port
LAN Four Integrated gigabit LAN
IO Slot Minimum Four PCIe slots X4/X8
Cabinet Rack Mounted with railmount kit
1. 64 bit Windows 2008 Server 2. Red Hat Enterprise -EL5 with Media
OS
and License ( both required)
Power Supply 900W minimum Dual redundant, hot -swappable power supply
Warranty Three years comprehensive on site warranty
Display and accessories 21" LCS monitor, keyboard and optical three button mouse
Network Switch 16 port, 1000TX for Networking One
Optional 128 GB RAM DDR2, ECC 667 MHz One
Technical Specifications for High End WorkStations Indent No- 2008000966

Item Specifications Qty

Client Terminals

Processor Intel Xeon 54xx series quad core @speed 3.4 GHz

with 12 MB cache , 1600 MHz FSB,(or better), 2 CPU


Intel S5000 chip set based or HP,Dell,IBM,Fujitsu, MotherBoard with System
Bus speed support upto 1333Mhz, SAS -HDD controller ,2 Nos Gigabit
ethernet connections, 2 x PCI express X4/x8, 1x PCI express x16 (graphics) -
Motherboard I/O slots
1. Windows XP Professional, 64 bit, with OEM media. 2. Red Hat Linux-WS,
OS with media . 2 sets

O/S disk system 300 GB SAS, 15k rpm, 2 nos

Memory 128 GB DDR2 RAM 667 MHz


PCI based Raid controller, supporting raid 0,1,5 with 6 x 750 GB SATA ,7200
SATA HDD RAID subsystemrpm
Ports 4 USB 2.0, 2 PS/2 1 Serial port on mother board
DVD drive 8x DVD RW with CD writer

Graphics Card PCI X16, Nvidia 570,256 DDR2 MB VRAM, (or better)
Cabinet SMPS 800watts ,(capable of supporting all workstaion devices)
Keyboard keyboard witt 104 keys
Mouse mouse USB/PS/2 2/3 button with scroll
Display 24" LCS, 1920x1200 @60Hz,32 bit colour, DVI ,compatible with
Monitor Graphics card (@13)
Technical Specifications for Client Terminals Indent no- 2008000966

Desktop - ( Configuration-2 ) Qty

1. Pentium Core 2 Duo E 8200 or higher , 2.8 GHz - 4 MB Cache (minimum )


2. Micro ATX Mother Board Intel DG31or branded Mother Board based on
Intel G31 chipset with the following requirements;
2a. 1066/1333 MHz FSB(min) with support for 667 MHz DDR2 RAM
2b. Intel GMA 3000 Graphics on board.
2c. 100/1000 TX LAN (single)
2d. SATA (4 Port) and ATA 100 Disk controller
2e. Free I/O slots – PCI - 1, PCIX – 1, PCIX- 16(1) 4 sets
2f.. Audio Interface (5.1 channel min)
3. Memory : 2 GB DDR2 RAM 667 MHz, 2 memory slots.
4. 500 GB HDD SATA, 7200 RPM
5. External Ports : 1 Parallel , 4 USB (2.0), 2 PS/2, 1 Sr. port. (on
motherboard), 1 PATA
6. : 8X/4x DVD ( R/w ) & 8X-10X-40X (MIN.) for CD.

7. Cabinet : Mini Tower , with spare bays for 1 std. devices like HDD/CD-W
8. Power : SMPS 350 W (min)
9. Keyboard PS/2 , with 104 keys (min) Windows/Linux compatible.
10. Mouse PS/2 , 3 button , with scroll.
11. Display - 24" LCD, 1920x1200 @60Hz, 24 bit colour,ES compliant,DVI
compatible.
12. O/S : Windows XP – Prof. with SP2 (or higher) Original Media
Pack(installable), RCD -not acceptable.

Optional Item :
a. PCI-16 graphics Card, Nvidia-550, 2D graphics, 128MB VRAM(minimum),
compatible with monitor at 12.
Indent No. 2008000966

Annexure-1

Terms and conditions

1. Vendor shall quote for all the items given in the technical specifications and shall
install complete system including networking.
2. Vendor shall demonstrate the smooth running of applications softwares such as
Ansoft’s HFSS, CST Studio, TICRA’s GRASP9, PSO5 and ADF softwares.
These softwares are available with SAC.
3. Vendor shall provide complete compliance matrix of technical specifications and
conditions given in Annexure-1, Annexure-2.
4. The vendor is required to supply all relevant user anuals/documentation, power
supply, cables and connectors along with the computing systems.
5. The vendor is required to supply the software drivers on the O.S. for attached
peripherals supplied by him. The price quoted should include these items, as
applicable and no dispute in this matter will be entertained afterwards.
6. Vendor should be ready for demo of offered configuration for technical evaluation
at SAC on one week’s notice, if called for.
7. It is required to clearly mention the make/type/model of the item in the attached
format/table provided along with the enquiry only. The vendor is required to
attach original manufacturer’s data sheet / Leaflets / Catalogs. Otherwise the
quotation is liable to be rejected
Annexure - 2
Compliance Statement ( COMMERCIAL )
GENRAL TERMS AND CONDITIONS Compliance Remarks,
(Complied/Noted/ If Any.
Not Complied )
1 The Vendor is required to attach a proper and latest
authorisation letter from the Original Computer
Manufacturer on their letterhead indicating the SAC
Tender /Enquiry/Ref. number and date. Authorisation
letter should also include commitment from the Original
Computer Manufacturer that they will stand by the
Vendor to provide services during the entire warranty
period. Without proper authorization letter the offer will
be REJECTED.
2 This is a two part tender. Technical & Commercial
bid (Part-A) and Price bid (Part-B) should be
submitted separately in two separate covers. Part-A
should contain the technical specifications, technical/
commercial Compliance statements in the attached
formats (See Annexure-2 & Annexure-3 ) and relevant
technical documents / catalogs and commercial terms
& conditions other than price. Part-B is the price bid,
which should be submitted as per attached format
(See Annexure-1).
3 It is mandatory for the vendor to submit the detailed
technical Compliance Statement in the attached format
(See Annexure-2). Otherwise the quotation will be
REJECTED .
4 The vendor is required to install & commission the items
to our satisfaction at SAC site.
5 Prices should be firm and fixed.
6 Vendor should have after Sales service /maintenance
facilities in Ahmedabad for more than past two years.
7 Validity of quotes should be 120 days or more.
8 The vendor should provide and attach the following
details along with their quotation :
• Quantity of similar Workstation
Computer Systems sold in Ahmedabad /
Gujarat in last one year.
• List of reputed customers dealt by him
• Latest copy of Income Tax Return Form
• PAN number with the name of the
company. ( copy of the PAN card to be
provided)
Copy of Registration of Firm with CST / GST/ Service
Tax Nos.
9 DELIVERY TERMS: Delivery shall be within FOUR
weeks on receipt of Purchase Order.
10 PAYMENTS TERMS: 100% payment will be made
within 30 days only after installation, commissioning and
acceptance of items as per purchase order at our site.
While claiming the payment, vendor has to furnish
Performance Bank Guarantee (PBG) for 10% of order
value from a nationalized bank on Rs.100/- non-judicial
stamp paper valid till the warranty period with a provision
in PBG claiming for proportionate or full amount as given
in para-3 of warranty & a provision in PBG for a claim
or number of claims not exceeding the value of PBG.
11 WARRANTY :
1. The offered computing system should be
guaranteed/warranted for a period of 36 months (Three
Years) from the date of acceptance of the items for any
manufacturing/ functional defects. Computing system
will include all supplied OEM hardware including
HDD,DVD,RAM, Processor, Graphics Card, Monitor,
OS, etc. In case of rejection, the same shall be replaced/
repaired free of cost at our site.

2. During the warranty period vendor has to ensure


trouble free operations of all the computing systems. The
fault, if any, noticed/reported, has to be attended within
two hours and rectification shall be completed within five
hours. If the vendor cannot rectify the system within the
said time, he shall replace the system with identical
system to see that uninterrupted computer time is available
to SAC.

3. If rectification/replacement is not made by the vendor


as indicated above, it is treated that corresponding number
of systems are not available for the period and
proportionate amount will be recovered from the bank
guarantee amount.
12
LIQUIDATED DAMAGES:- The date of
delivery of the stores stipulated in the
Purchase Order shall be deemed to be
the essence of the contract, and delivery
must be completed within the stipulated
time, failing which liquidated damages at
the rate of 0.5%(half percent) of the order
value per completed week or part there of
will be recovered subject to a maximum
of 10%(Ten percent) of the order value.
13
ARBITRATION:- In the event of any
dispute or difference in connection with
this contract, the same shall be settled
amicably by mutual consultation. If such
resolution is not possible, then the
unresolved dispute or difference shall be
referred to the sole Arbitrator appointed
by Director, SAC. The award of the
Arbitrator shall be final and the parties
will be bound by the award.
14
FORCE MAJEURE:- Neither SAC nor
vendor shall be responsible for any delay
in or failure of their respective obligation
under this contract caused by
occurrence beyond the control of the
SAC or vendor because of breakdown in
power supply, building collapse, fire,
floods, acts of God, acts of public enemy,
wars, insurrection, riots, strikes, legal
lockouts, sabotage, any law of statute or
ordinance, order, action or regulation of
the Government or any compliance
therewith similar to the above and any
other.
15 OTHER TERMS:-
a. All hardware should be supplied with
supporting software drivers etc. for the proper
functioning of the hardware. All relevant
manuals / documents etc. should be supplied
free of cost.
b. The vendor should supply the Monitor, Drives,
HDD, Combo, FDD and other peripheral items
as per the model and make offered in their
quotation.
c. In case of any technical support required by
SAC for installation of existing external
peripherals like Printer, Scanner, CD Writer,
data transfer from old computer to a new one
etc. at the time of computing system
installation, this should be extended by the
vendor free of cost.
16
Lack of information will be treated as non
compliance.
17
Taxes : Please indicate the percentage of
taxes VAT/GST applicable.
18
Please indicate weather the above taxes
are already included in the prices quoted
by you in the price bid.
19
E D Exemption / C D Exemption
certificate shall be provided as applicable.
Hence there is no need to include E D / C
D in the prices.
20
If the transaction is on the High Sea sale,
a High Sea sale agreement will be
prepared by you at your cost. The custom
clearance is to be managed by you at
your cost and delivery to our premises.
21
Installation shall be completed within two
weeks from the date of supply.

Signature with Name :

Name of the Vendor :

Seal of the Vendor :

Place :

Date :
INSTRUCTIONS FOR TWO-PART TENDER

We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial & Part II
Price.

All Tenderers are requested to follow carefully the following instructions before preparing their
offer.

I PART I : TECHNICAL & COMMERCIAL BID


Part – (a) Technical

i. This part should contain detailed specifications of the items quoted by you along with
Technical literature and leaflets if any.
ii. A compliance statement showing the compliance of the item quoted by you with that of
item tendered by us should be prepared and enclosed to this.
iii. Any other information called for in the tender related technical and specifications can
also come in this part.
iv. Prices should not be indicated in this cover.

Part – (b) Commercial terms : (WITHOUT PRICES)

i. The commercial terms applicable for the item quoted by you should be indicated in this
part.
ii. If any compliance statement is called for the commercial terms / contractual terms and
conditions, the same is to be attached in this part.
iii. Prices should not be indicated in this part. However a copy of the price bit (without
prices) can be enclosed in this part to enable to understand whether all the items required
to be quoted by you have been quoted in the price bid. Alternatively a statement is to be
made indicating that you have quoted prices for all the items as per the tender and
enclosed in the Price Bid as per the format.
iv. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty,
validity of the offer, installation & commissioning, duties and taxes etc., shall come into
this.

Note : 1. Either Technical Specifications or terms & conditions as above should be very clearly
reflected item-wise with reference to the items called for in the tender.
2. Please note that the PRICE SHOULD NOT BE indicated in this part.
3. Technical and Commercial part as described above shall be prepared and put it in a
sealed cover & super scribed and addressed as follows:
Tender No. :
Due Date :
PART I : TECHNICAL & COMMERCIAL BID

The Head Purchase & Stores


----------------------------------
----------------------------------
From :
II PART II : PRICE BID

i. The prices applicable for the items, item-wise in response to the tender shall come into
this part.
ii. Tenderer shall indicate very clearly item-wise prices with reference to their technical
offer.
iii. Price part prepared as above shall be enveloped and superscribed as follows:

Tender No. :
Due Date :
PART II : PRICE BID

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

III The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as
above should be inserted in another envelope and superscribed as follows:

Tender No. :
Due Date :
PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE :

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

Important Note:

Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers
are received by mail before due date and time.
GOVERNMENT OF INDIA
INDIAN SPACE RESEARCH ORGANISATION
SPACE APPLICATIONS CENTRE
SAC P.O., AHMEDABAD-380 053.

(INDIGENOUS)
INSTRUCITONS TO TENDERERS & TERMS
1. Tenders should be sent in sealed envelopes super scribing 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 and/or other duties/levies where legally livable and intended to be claimed should
be distinctly shown separately in the tender. Ours being a Department of Government of
India, we are eligible for availing the cencessional rates of Sales Tax on our furnishing to
the contractor the requisite certificate there to (Form P/D etc.)
4. As a Government of India Department. This office is exempted from 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 60 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 tenderers offering supplies from ready stock and on the
basis of FOR destination/delivery at site.

7. (a) All available technical literature catalogues and other data in support of the
specification 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, the tenderer will
have to remove the samples at his own expense.
(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 confirm 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 stores offered and
provide catalogues, technical literature and samples, wherever necessary along
with the quotations. Test Certificates wherever necessary should be forwarded
along with supplies. Whenever options are called for in our specifications,
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 portion of the quantity offered
and the tenderers shall supply the same 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 or 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 tenderers for additional
quantity upto 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 CONDITIONS OF CONTRACT

1. Definitions:
(a) The term ‘Purchaser’ shall mean the president of India or his successors.
(b) The term ‘Contractor’ shall mean, the person, firm or company with or with which
the order for the supply of stores is placed and shall be deemed to include the
contractor’s successors, representatives, heirs, executors and administrators, unless
excluded by the contract.
(c) The term ‘Store’s shall mean, what Contractor agrees to supply under the contract as
specified in the Purchase Order including erection of plants 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 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 tenderer, quotations with a reasonable ceiling should be submitted.
Such offers should invariably be supported by the base price taken into account at the
time of tendering and also 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 forms 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 fails is called upon by
the purchaser to deposit security and the contractor fails to provide the security within
the period specified, such failure shall constitute a breach of the contract and the
Purchaser shall be entitled to make other arrangements 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) here-of and/or to recover from the contractor damages arising from such
cancellation.
4. Guarantees and Replacement:
a) The contractor shall guarantee that the stores supplied shall comply fully with the
specifications laid down, for material workmanship and performance.
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 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) Should the Contractor fail to rectify the defects, the Purchaser shall have the right
to reject or repair to 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 have developed within the
said period of 12 months or as to whether the nature of the defects renewal or
replacement, shall be final, conclusive and binding on the contractor.
f) To fulfill the 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 for 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 stores at Purchaser’s site.
h) Even while the 12 months guarantee applies to all stores in case where greater
period is called forth 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 the 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 as are actually received in good conditions, in
accordance with the contract.
6. Dispatches:
The contractor is responsible for obtaining a clear receipt from the Transport
Authorities specifying the goods dispatched. The consignment should be dispatched
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 Purchaser 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 dispatch
documents.
8. Acceptance of Stores:
a) The contractor shall tender the stores for inspection at such places as may be
specified by the purchaser at the contractor’s own risk, expenses 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 option of the purchaser all or any of the stores that do not meet the
performance or quality requirements specified in the purchaser order, they may be
either rejected or accepted at price to be fixed by the purchaser and his decision
either reject or accept at price to be fixed by the purchaser and his decision as to
rejection and the price to fixed shall be final and 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, or 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 supplied is made with six months from the date of rejection of the
stores as aforesaid.

9. Rejected Stores:
Rejected stores will remain at destination at the ‘Contractor’ risk and responsibility. If
instruction 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 descretion the right to scrap 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 actual.

10. Delivery:
a) The time for and the date of delivery of the stores stipulated in the Purchase Order
shall be deemed to be the 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 prescribes for such delivery, the purchaser shall entitled at his option
either.
c) To recover from contractor as agreed liquidated damages and not by way of
penalty , a sum of 2% of the price of any stores which the contractor has failed to
deliver as aforesaid, for each month or part of a month, during which the delivery
of such stores may be arrears , 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 canceling the
contract in respect of the consignment (s) not yet due for delivery or (iii) to cancel
the contract or a portion thereof and if so desired, to purchase or authorize the
purchase of stores not so delivered of others of 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 sun clause (ii) & (iii) of clause 10 above, the
contractor shall be liable for any loss with the Purchase may sustain on that account,
provided that the re-purchase or, of there is an agreement of repurchase that such
agreement is made within six months from the date or such failure. But the contractor
shall not be entitled to any gain on such repurchase made against default. The manner
and method of such repurchase shall be at the descretion of the purchase whose
decision shall be final. It shall not be necessary for the purchaser to serve a notice of
such repurchase on the defaulting contractor. This right shall be with out prejudice to
the right of the purchaser to recover damages for breach of contractor 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 times as he considers it to be justified by
circumstances of the case without prejudice to the purchaser’s right to recover
liquidated damages under clause 10 hereof.
12. Rection of plant & Machinery:
Whether erection of a plant or machinery is the responsibility of the contractor as per
the terms of the contract and in case the 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.

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 payment of, whether liquidated or not, money arises out of or
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 money 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, copy right or
trade mark and shall at all times indemnify 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 all risk of accidents of damage which
may cause a failure of the supply from whatever cause arising and the entire
responsibility for the sufficiency of all the 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
contained in the purchase order or in connection with this contract, (expects as to any
matters, the decision of which is specifically provided for b these conditions) the
same shall be referred to the sole arbitration of the Head of the Purchase Officer 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 a Government servant he has expressed views on all
or any of the 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) It the arbitrator be the Head of the Purchase Office.
(i) In the event of his being transferred of vacating his office by resignation or
otherwise, it shall be lawful for his successor-in-office either to proceed with the
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 for the Head of Purchase Office to appoint another person as arbitrator, or
b) If the arbitrator be a person applied by the Head of the Purchase Office:
In the event of his dying, neglecting to act, or resigning or being unable to act, for
any reason, it shall be lawful the Head of the Purchase Office either proceed with
reference himself or to appoint another person as arbitrator in place of the
outgoing arbitrator.
Subject as aforesaid, the arbitration Act, 1940 and the rules thereunder and any
statutory modification thereof for the time being the force shall be deemed to
apply to the arbitration proceeding 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
the purchaser in his absolute discretion may determine. Work under the contract
shall, if reasonably, possible, continue during Arbitration Proceedings.
18. Counter Terms and Conditions 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 thereof is obtained.
19. Security of Purchaser’s Materials:
Successful tenderer will have to furnish in the form of a bank guarantee or in 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.
20. Jurisdiction:
The contract shall be governed by the Laws of India for the time being in force. The
courts of Ahmedabad only shall have jurisdiction to deal with and decide any legal or
dispute arising out of this contract.
21. Liquidated Damages:
If the contractor fails to deliver the stores within the time specified the contract or any
extension thereof, the purchaser shall recover from the contractor as liquidated
damages sum of one-half of one percent (0.5 percent) of the contract price of the
undelivered stores for each calendar week of delay. The total liquidated damages
shall not exceed ten percent (10 percent) of the contract price of the unit or units
delayed. Stores will be deemed to have been delivered only when all its component
parts are also delivered. If certain components are not delivered in time, the stores
will be considered as delayed until such time as the missing part are delivered.

*****
INSTRUCTIONS TO TENDERERS AND GENERAL TERMS AND CONDITIONS
OF PURCHASE
(IMPORT)

1. INSTRUCTIONS TO TENDERERS.

1.1 The tenderers should submit quotations in duplicate in a sealed envelope, super scribing the
Tender No. and due date of opening and complete in all respects with technical
specifications, including pamphlets and catalogues.
1.2 A Proforma Invoice may also be given which should contain the following information :-

(a) The FOB/FCA Value, the C & F value for import by sea – freight / Air freight upto and
for air parcel post upto AHMEDABAD should be separately indicated.
(b) Agency Commission : The amount of Commission included in the price and payable to
the Indian Agents of the Contractor shall be paid directly to the Indian Agents by the
Purchaser in equivalent Indian Rupees on the basis of an Invoice from him applying T.T.
buying rate of exchange ruling on the date of placement of the Purchase Order and
Which shall not be subject to any further exchange variations. This payment will be
released to the Indian Agents within 30 days from the date of receipt and acceptance of
stores.
(c) The contractor shall invoice only for the net amount payable to him, after deducting the
amount of Agency Commission included in the invoice which would be paid to the
Indian Agents directly by purchaser. However, the Contractor’s invoice should
separately reflect the amount of commission payable to his Indian Agent.
(d) The earliest delivery period and country of origin of the Stores.
(e) Banker’s name and address of the contractor.
(f) The approximate net and gross weight and dimensions of packages/cases.
(g) Recommended spares for satisfactory operation for a minimum period of one year.
(h) Details of any technical service, if required for erection, assembly, commissioning and
demonstration.
1.3 The FOB/FCA and C & F prices quoted should be inclusive of all taxes, levies duties arising
in the tender’s country.
1.4 The offer should be valid for a minimum period of 120 days from the due date of opening of
the tender.
1.5 Samples, if called for, should be sent free of all charges.
1.6 Late tenders will not be considered Quotations by cable must be followed by detailed offers.
1.7 Offers made by Indian Agents on behalf of their Principals should be supported by the
Proforma Invoice of their Principal.
1.8 The details of Import Licence/OGL will be furnished in Purchase Order.
1.9 The authority of person signing the tender, if called for, shall be produced.
1.10Instruction/operation Manual containing all assembly details including wiring diagrams
should be sent wherever necessary in duplicate. All documents / correspondence should be
in English language only.
1.11The Purchaser reserves the right to accept of reject the lowest or any other offer in whole or
in part without assigning any reason.
1.12It is expressly agreed that the acceptance of the stores contracted for is subject to final
approval in writing by the purchaser.
1.13(a) Part shipment is not allowed unless specifically agreed by us.
(b)As far as possible, stores should be dispatched by Indian Flag Vesssels/Air India or
through any Agency nominated by us.
1.14Inspection / Test Certificate should be provided for the goods after testing it thoroughly at
the Contractor’s works. If any inspection by Lloyds or any other testing agency is considered
necessary. It shall be arranged by Contractors.

1.15Where erection or assembly or commissioning is part of the contract is should be done


immediately on notification. The contractor shall be responsible for any loss/damage
sustained due to delay in fulfilling this responsibility.
1.16For items having shelf life, those with maximum shelf life should be supplied, if order is
placed.

b) TERMS AND CONDITIONS:

2.1 Definitions:
(a) The terms ‘Purchaser’ shall mean the President of India or his successors or assigns.
(b) The terms ‘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
Contractors Successors, representatives, heirs, executors and administrators unless
excluded by the contract.
(c) The term ‘Purchase Order’ shall mean, the communication signed on behalf of the
Purchaser by an officer authorized intimating the acceptance on behalf of the
Purchaser on 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 part thereof.
(d) The terms ‘Stores’ shall mean, what the Contractor agrees to supply under the
contract as specified in the Purchase Order.

2.2 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 by supported by the base price taken into account at the time of
tendering and also the formula for any such variations.

c) TERMS OF PAYMENT :

3.1 Being a Department of Government of India, the normal terms of payments are by Sight
Draft however, other terms of payment like establishment of Letter of Credit may be
considered by the Purchaser on such terms and conditions as may be agreed upon.
3.2 The Sight Draft/Letter of Credit will be operative on presentation of the under mentioned
documents
(b) Original Bill of Lading/Airway Bill.
(c) Commercially certified invoices describing the Stores delivered, quantity, unit rate
and their total value in triplicate. The invoice should indicate the discounts, if any,
and Agency Commission separately.
(d) Packing List showing individual and weight of packages.
(e) Country of origin certificate in duplicate.
(f) Test Certificate.
(g) Declaration by the Seller that the contents in each case are not less than those entered
in the invoices and the quality of the stores are guaranteed as per the specifications
asked for by the Purchaser.
(h) Warrantee and Guarantee Certificated vide Clause 20.

4. IMPORT LICENCE:

Reference to Import Licence No. and date and contract number and date shall be
prominently indicated in all the documents vide para 3.2

5. DEMURRAGE:

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed
presentation of shipping documents as prescribed in para 3.2 to the Bankers within
reasonable time (say within 10-12 days) from the date of bill of leading for sea
consignment and within 3 to 4 days from the date of Air Way Bill for Air consignments.

6. ADDRESS OF INDIAN AGENTS:


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

7. GUARANTEED TIME OF DELIVERY:

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to
be the essence of the contract. Delivery must be completed within the details specified
therein.

8. INSPECTION AND ACCEPTANCE TESTS:

8.1 The Purchaser’s representative shall also be entitled at all reasonable times during
manufacture to inspect, examine and test on the Contractor’s premises the material and
workmanship of all stores to be supplied under this contract and if part of the said stores
being manufactured on other premises, the contractor shall obtain from the Purchaser’s
representative permission to inspect, examine, and test as if the equipment were being
manufactured on the contractor’s premises such inspection, examination and testing shall
not release the contract from the obligation under this contract.
8.2 For tests on the premises of the contractor of any of his sub-contractors the contractor
shall provide free of cost assistance, labour, materials, electricity, fuel and instruments as
may be required or as may be reasonably needed by the purchaser’s representative to
carry out the tests efficiently.
8.3 When the stores have passed the specified test, the purchaser’s representative shall
furnish a certificate to this effect in writing to the contractor. The contractor shall provide
copies of the tests certificates to the purchaser as may be required.

9. MODE OF DESPATCH:
Generally, stores should be dispatched by Indian Flagged Vessel/Air India or through any
other Agency nominated by the purchaser. A copy of the invoice and packing list should
invariably be kept inside each of the packages.

10. PORT OF ENTRY:


Madras (Chennai)/ Bombay (mumbai) /Ahmedabad / Bangalore / Trivendrum. (Chennai /
Mumbai).

11. PORT CONSIGNEE:


Stores Officer, SAC ---------------------- Ahmedabad.

12. ULTIMATE CONSIGNEE:


Stores Officer, SAC ---------------------- (India)

13. SHIPPING MARKS:


The marks on the shipping documents such as invoice, bill of lading and on the packages
should be as follows:

PURCHASE ORDER NO.---------------------------------------


DT.:
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
DESTINATION -----------------------
PORT OF ENTRY --------------------

14. INSURANCE OF THE STORES:


The purchaser shall be responsible for insuring the stores wherever considered necessary.
The contractor shall however be responsible for notifying as per performa enclosed, to
the purchaser or the insurers nominated by the purchaser, the complete details of the
proposed shipments including the value of each shipment and other relevant data,
immediately after shipment to enable the purchaser or the insurers to arrange for the
issuance of the insurance policy, if required. The necessity or otherwise of insurance will
be as indicated in the purchase order.

15. CONTRACTOR’S DEFAULT LIABLITY:


15.1 The purchaser may upon written notice of default to contractor terminate the contract in
whole or in part in circumstances detailed hereunder:-
(b) If in the judgment of the purchaser the contractor fails to make delivery of stores
within the time specified in the contract agreement or within the period for which
extension has been granted by the purchaser to the contractor.
(c) If in the judgment of the purchaser the contractor fails to comply with any of the other
provisions of this contract.
15.2 In the event the purchaser terminated the contract in whole or in part as provided in
Clause 15.1 the purchaser terminates the right to purchase upon such terms and in such a
manner as he may deem appropriate stores similar to the terminated and contractor shall
be liable to the purchaser for any additional costs for such similar stores and / or for
liquidated damages for delay as defined in clause 19 until such reasonable time as may be
required for the final supply of stores.
15.3 If the contract is terminated as provided in clause 15.1 the purchaser in addition to any
other rights provided in the article, may require the contractor to transfer title and deliver
to the purchaser under any of the following cases in the manner and as directed by the
Purchaser.
(a) Any completed stores.
(b) Such partially completed stores, drawing information and contract rights thereinafter
called manufacturing material as the contractor has specifically produced or acquired
for the performance of the contract as terminated. The purchaser shall pay to the
contractor the contract price for completed stores delivered to and accepted by the
purchaser and for manufacturing materials delivered and accepted.
15.4 In the event the purchaser does not terminate the contractor as provided in clause 15.1 the
contractor shall continue the performance of the contract in which case be shall be liable
to the purchaser for liquidated damages for delay as set out in clause 19 until the stores
are accepted.

16. REPLACEMENT:
If the stores or any portion thereof is damaged or lost during transit, the purchaser shall
give notice to the contractor setting forth particulars of such sotres damaged or lost
during transit. The replacement of such stores shall be effected by the contractor within a
reasonable time to avoid unnecessary delay in the intended usage of the stores. The price
of replacement items shall be paid by the purchaser on the basis of the original prices
quoted in the tender or as reasonably worked out from the tender. The cost of the
damages will however be claimed by the purchaser from the insurance company. The
import Licence / Customs clearance permit for the replacement, will be provided by the
purchaser.

17. REJECTION:
In the event that any of the stores supplied by the contractor is found defective in material
or workmanship otherwise not conformity with the requirements of the contract
specification, the purchaser shall either reject the stores or request the contractor, in
writing to rectify the same. The contractor, on receipt of such notification shall either
rectify or replace the defective stores free of cost to the purchaser.
If the contractor fails to do so, the purchaser may at his option either - -
(a) replace or rectify such defective stores and recover the extra cost so involved from the
contractor or.
(b) Terminate the contract for default as provided under clause 15 above.
(c) Acquire the defective stores at a reduced price considered equitable under the
circumstances. The provision of this article shall not prejudice the purchasers rights
under clause 19.

18. EXTENSION OF TIME:


If the completion of supply of stores is delayed due to reasons of Force Majeure such as
acts of god, acts of public enemy, acts of government, fires, floods, epidemics,
quarantine, restrictions, strikes and freight embargoes, the contractor shall give notice
within 15 days to the purchaser in writing of his claim for an extension of time. The
purchaser on receipt of such notice after verification, if necessary, may agree to extend
the contract delivery date as may be reasonable but without prejudice to other terms and
conditions of the contract.

19. DELAY IN COMPLETION / LIQUIDATED DAMAGES:


If the contractor fails to deliver the stores within the time specified the contract or any
extension thereof, the purchaser shall recover from the contractor as liquidated damages
sum of one-half of one percent (0.5 percent) of the contract price of the undelivered
stores for each calendar week of delay. The total liquidated damages shall not exceed ten
percent (10 percent) of the contract price of the unit or units delayed. Stores will be
deemed to have been delivered only when all its component parts are also delivered. If
certain components are not delivered in time, the stores will be considered as delayed
until such time as the missing part are delivered.

20. GUARANTEE & REPLACEMENT:


(a) The contractor shall guarantee the stores supplied shall comply fully with the
specifications laid down, for material, workmanship and performance.
(b) For a period of 12 months after the acceptance of the stores, if any defects are
discovered therein or any defects therein are found to have developed under proper
use arising from faulty materials, 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.
(c) Should the contractor fails 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.
(d) 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 defect has developed with in the said period of
12 months or as to whether the nature of the defects requires renewal or replacement,
shall be final, conclusive and binding on the contractor.

(e) To fulfill guarantee conditions outlined in clause 20 (a) to (c) above, the contractor
shall at the option of the purchaser, furnish a Bank Guarantee (as prescribed by the
purchaser bank Guarantee enclosed) from a bank approved by the purchaser for 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.
(f) All the replacement stores shall also be guaranteed for a period of 12 months from the
date of arrival of stores at purchaser’s site.

(g) Even while the 12 months guarantee applied to all stores in case where a greater
period is called forth by our specifications then such a specification shall apply, in
such cases the period of 14 months referred to in clause 20 (b) and (c) shall be the
asked for guarantee period plus two months.

21. REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORES/SPARE


PARTS ORDERED:
The contractor shall also undertake the supply of additional number (Nos.) of items
covered by the order as considered necessary by the purchaser at a later date. The actual
price to be paid shall be mutually agreed to after negotiations.

22. PACKING:
(a) The contractor wherever applicable shall pack and create all stores : for sea/air
shipment as applicable in a manner suitable for export to a tropical humid climate, in
accordance with internationally accepted export practices and in such a manner so as
to protect it from damage and deterioration in transit by road, rail or sea for space
qualified stores. The contractors shall be held responsible for all damages due to
improper packing.
(b) The contractor shall ensure that each box/unit of shipment is legible and properly
marked for correct identification. The failure to comply with this requirement shall
make the contractor liable for additional expenses involved.

(c) The contractor shall notify the purchaser of the date of shipment from the port of
embarkation as well as the expected date of arrival of such shipment at the designated
port of arrival.
(d) The contractor shall give complete shipment information concerning the weight, size,
content of each packages, etc.
(e) Transshipment of equipment shall not be permitted expect with written permission of
the purchaser.
(f) Apart from the dispatch documents negotiated through Bank the following documents
shall also be air-mailed to the purchaser within 7 days from the date of shipment by
sea and within 3 days in case of air-consignments.
(a) Commercial Bill of Lading/Air Way Bill/ post parcel Receipt (two non-
negotiable copies)
(b) Invoice (3 copies)
(c) Packing List (3 copies)
(d) Test Certificate (3 copies)
(e) Certificate of origin
Contractor shall also ensure that one copy of the packing list is enclosed in each case.

23. ARBITRATION:
If at any time any question, disputes or differences whatsoever shall arise between
the purchaser and the contractor upon or in connection with this contract, either party
may forthwith give to the order notices in writing of the existence of such question,
dispute or difference and the same shall be referred to the adjudication of two arbitration.
One to be nominated by purchaser, other by a contractor and in the event of any
difference of opinion, the arbitrators will refer the matter to the umpire. The arbitration
shall be conducted in accordance with the rules and procedure of arbitration of the
International Chamber of Commerce at Paris. The expenses of the arbitrators and umpire
shall be paid as may be determined by them. However, the venue of such arbitration
should be India.
24. LANGUAGE AND MEASURES:
All documents pertaining to the contract including specifications schedule notices,
correspondence operating and maintenance instructions drawing or any other writing
shall be written in English language. The metric system of measurement shall be used
exclusively in this contract.

25. IDEMNITY:
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, copy right or trade
mark and shall at all times indemnity the purchaser against all claims which may be made
in respect of the stores of infringement of any right protected by patent, registration of
design or trade mark and shall risk of accidents or damage which may cause a failure of
the supply from whatever cause arising and the entire responsibility for the sufficiency of
all the means used by him for the fulfillment of the contract.
26. COUNTER TERMS AND CONDITIONS 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.

27. SECURITY INTEREST:


On each items to be delivered under this contract, including an item of work in progress
in respect of which payment have been made in accordance with the terms of the
contract. Purchaser shall have a security interest in such items which shall be deemed to
be released only at the time when the applicable deliverable item is finally accepted and
delivered to the purchaser in accordance with the term of the contract such security
interest of the purchaser shall constitute a prior charge as against any other charge or
interest created in respect of such items by any other entity.

28. BANK CHARGES:


While the purchaser shall bear the Bank Charges payable to his bankers (State Bank of
India, ISRO Branch, Ahmedabad.) the contractor shall bear the bank charge payable to
his bankers including the charges towards advising amendment commissions.

29. TRAINING:
The contractor shall , if required by the purchaser, provide facilities for the practical
training of purchaser’s engineering or technical personnel from India and for their active
association and the manufacturing process throughout the manufacturing period of the
contract stores, number of such personnel to be mutually agreed upon.

30. APPLICABLE LAW:


The contractor shall be interpreted, construed and governed by the laws of India.

This the _______________________________ ______________________________ day


of ____________________________________ ___________ 199

Signed
WITNESS For the (Name of the Bank)
INSURANCE
(Clause 14 of P 005-B refers)

When the equipment/spares are dispatched, the suppliers shall immediately after
loading on board the ship inform M/s.
__________________________________________________ India, the name of vessel,
date of dispatch, C & F (Cost & Freight) of the consignment plus 10% for which the
insurance cover is to be made. Therefore please airmail the insurance closing particular in
the proforma given below with copy of Bill of Lading/Airway Bill and Invoice of the
following address under information to the purchaser, if this is not compiled with, no
liability will be undertaken by us our underwriters in case of any transit insurance claim
and it will be your responsibility for making good of the entire loss.

PROFORMA

TO,
M/S. _____________________________________
_____________________________________
_____________________________________

( to be completed and sent in duplicate)


1. No. of open cover :
2. Consignor’s name and address :
3. Name and Address of Consignee :
4. Consignee’s order No. and date :
5. Supplier’s Invoice No. and date :
6. No. of packages/crates :
7. Nature of consignment/name of article supplied :
8. Gross cost of materials as per Invoice :
9. Commission/Discounts if any deducted :
10. Net amount of Invoice :
11. Mode of transport to destination :
12. Airway Bill No./Bill of Lading No. :
L.B.No./R.R.No./and date
13. Freight/handling charges paid/payable to carrers :
14. Particulars of deck cargo if any, :
in case or voyage by ship
15. Amount for which insurance is to be effected :
(C & F and 10%)
BANK GUARANTEE

(CLAUSE 20 (F) OF

P.0050-B refers)

Bank Guarantee No. Date:

Whereas M/s.
…………………………………………………………………………….(hereinafter called the
Contractors) have entered into a contract with
………………………………………………………………(hereinafter called the purchaser)
being contract No…………………………………………………dated
………………………..(of the purchase, for the supply of Stores for order value
Rs……………………………………………………………………or equivalent foreign
currency.

And whereas under the terms of contract, the contractor is to furnish the purchaser with a
Bank Guarantee in the amount of ten percent(10%) of the total of the contract price for the due
performance of the General terms and conditions of this order.

And whereas the contractor has requested us (name of the Bank) having its registered
office……………………..at to guarantee the due payment by the contractor of the aforesaid
amount to the purchaser.

Not we (name of the Bank) hereby unequivocally and unconditionally to pay, within 48
hours, on demand, in writing from the purchaser or any officer authorised by at in this behalf and
without demut, any amount upto and not exceed
Rs……………………………………………….(in words)…………………………………..or
equivalent foreign currency to the purchase on behalf of the contractors.

This guarantee shall be valid and binding on us (name of the bank) for a period of 12
months from the date of which the purchaser puts the stores into operation and shall not be
terminable on affected by notice of any change in the constitution of the bank of the firm of
contractors or by any other reason whatsoever and our (name of the bank) liability hereunder
shall not be impaired or discharged by any extension of time or variation or alteration made,
given conceded, agreed by with or without knowledge or consent, by or between the parties to
the said written contract.

Our (name of the Bank) liability under the guarantee is restricted to


Rs…………………………………(in words)-------------------------------------------------------only /
or equivalent foreign currency. Our guarantee shall remain in force till the expire of 12 (twelve)
months from the date on which the purchaser formally accepted the said equipment. Unless a
suite or action to enforce a claim under this guarantee is filed against us within six months from
the expire of the said 12 months all the rights of the purchaser under this guarantee shall be
forfeited and we shall be relieved and discharged from all liability there under.
In witness whereof we the (name of the bank) have executed this.
INSTRUCTIONS FOR TWO-PART TENDER

We are proposing to invite Tenders in Two Parts viz. Part I Technical and Commercial & Part II
Price.

All Tenderers are requested to follow carefully the following instructions before preparing their
offer.

I PART I : TECHNICAL & COMMERCIAL BID


Part – (a) Technical

i. This part should contain detailed specifications of the items quoted by you along with
Technical literature and leaflets if any.
ii. A compliance statement showing the compliance of the item quoted by you with that of
item tendered by us should be prepared and enclosed to this.
iii. Any other information called for in the tender related technical and specifications can
also come in this part.
iv. Prices should not be indicated in this cover.

Part – (b) Commercial terms : (WITHOUT PRICES)

i. The commercial terms applicable for the item quoted by you should be indicated in this
part.
ii. If any compliance statement is called for the commercial terms / contractual terms and
conditions, the same is to be attached in this part.
iii. Prices should not be indicated in this part. However a copy of the price bit (without
prices) can be enclosed in this part to enable to understand whether all the items required
to be quoted by you have been quoted in the price bid. Alternatively a statement is to be
made indicating that you have quoted prices for all the items as per the tender and
enclosed in the Price Bid as per the format.
iv. The Commercial terms such as delivery terms, delivery period, payment terms, Warranty,
validity of the offer, installation & commissioning, duties and taxes etc., shall come into
this.

Note : 1. Either Technical Specifications or terms & conditions as above should be very clearly
reflected item-wise with reference to the items called for in the tender.
2. Please note that the PRICE SHOULD NOT BE indicated in this part.
3. Technical and Commercial part as described above shall be prepared and put it in a
sealed cover & super scribed and addressed as follows:

Tender No. :
Due Date :
PART I : TECHNICAL & COMMERCIAL BID

The Head Purchase & Stores


----------------------------------
----------------------------------
From :
II PART II : PRICE BID

i. The prices applicable for the items, item-wise in response to the tender shall come into
this part.
ii. Tenderer shall indicate very clearly item-wise prices with reference to their technical
offer.
iii. Price part prepared as above shall be enveloped and superscribed as follows:

Tender No. :
Due Date :
PART II : PRICE BID

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

III The Technical & Commercial envelope (Part I) and Price cover (Part II) prepared as
above should be inserted in another envelope and superscribed as follows:

Tender No. :
Due Date :
PART I & PART II ARE INDIVIDUALLY SEALED AND KEPT INSIDE :

The Head Purchase & Stores


------------------------------------
------------------------------------
-------------------------------------
From :

Important Note:

Being a Two-Part Tender, fax quotations will not be accepted. Please ensure your offers
are received by mail before due date and time.
COMPLIANCE STATEMENT REQUIRED TO BE FILLED AND ENCLOSED
ALONG WITH THE TECHNICAL AND COMMERCIAL BID BY THE VENDOR.

Sr. Commercial terms Compliance


No.
1. Delivery terms -Ex-works/FOB/ FCA etc.
1.1 Purchaser is having an air consolidation
contract and their freight forwarder will
arrange to collect the consignment from
your premises/will take the responsibility
for onward transmission from the point of
delivery as per INCOTERMS 2000. This is
applicable for import cases.
2. Packing charges inclusive/exclusive.
3. Delivery period – in weeks/months
4. Payment terms :
Our standard term is - Sight Draft (import)
/within 30 days from the date of
acceptance (indigenous).
5. Country of origin – to be declared in the
invoice.
6. Name and address of the Indian Agent.
7. Percentage of agency commission included
in the quoted price – payable in Indian
Rupees only directly to the Indian Agent.
8. Validity of the offer- minimum of 120 days
from the date of opening.
9. If you are an Indian Agent, please enclose
the authorization letter of your Principal
and confirm that whether you have
enrolled with DGS&D as per rules.
10. Cost of spares included in the price bid not
included.
11. Will you able to provide
consumables/spares for 10 years?
12. Taxes and duties :
12.1 Taxes in India to the account of Purchaser.
Outside India to Seller’s/Contractor’s
account. Please indicate your Tax
12.2 Registration Number.
Wherever installation involved, Income
Tax @ 2% will be deducted from the bill
12.3 and a certificate issued.
Installation in India will attract Service Tax
@ 12.36%. If required, orders for supply
12.4 and installation can be issued separately.
Work order will attract work contract tax
as per rules. Please confirm whether you
12.5 have included WCT in your offer.
Customs Duty Exemption Certificate
(CDEC) will be issued by Purchaser.
12.6 Hence no CD is to be included in your offer
wherever applicable.
No concessional Sales Tax form will be
12.7 issued since “D” form is abolished. Please
indicate the Sales Tax/VAT applicable.
12.8 Octroi Duty/Entry Tax exempted.
Exemption certificate will be issued, if
required.
Purchaser is eligible for full Excise Duty
exemption. Excise Duty exemption
certificate will be issued.
13. No Insurance is required at Purchaser’s
cost.
14. For two part bids two separate sealed
envelops are to be sent duly superscribed
as follows :
1. TECHNICAL & COMMERCIAL
BID
2. PRICE BID
Please refer instructions.
14.2 In 3 part bid, three separate sealed
envelopes are to be sent duly superscribed
as follows :
1. TECHNICAL BID
2. COMMERCIAL BID
3. PRICE BID
Please refer instructions.
15. Wherever EMD/tender fee is payable –
provide the same in the form of crossed
Demand Draft in favour of The Accounts
Officer, SAC, Ahmedabad along with the
bid but in a separate cover or along with
technical bid. On the back side of the D.D,
please write your company’s name.
16. Language to be used in all
correspondence – English
17. Measurements – Metric system to be
followed
18. Whether prequalification of your facility
procedure completed (if applicable).
19. Warranty period – We need minimum 3
years from the date of acceptance. In case
the product has a standard warranty of 1
year, confirm that additional 2 years
warranty cost is indicated in the price
bid/prices.
19.1 Defective/rejected items if any, are to be
replaced free of cost.
20. Confirm whether you will be able to
provide samples if called for, free of cost.
21 Approximate weight (net and gross) of the
consignment.
22. Instruction/operational manual to be
supplied free of cost.
23. Supply and installation is subject to
Purchaser’s acceptance.
24. LC extension charges to your account, in
case of delay from your side.
25. Items from latest production batch only are
to be supplied.
26. Wherever Export Licence required,
payment will be made after getting export
licence and after confirmation by the
supplier, with a copy of Export Licence.
27. Bank Guarantees (from Nationalised/
Scheduled Bank/ Bank approved by
27.1 Purchaser.
Advance payment for the equal value valid
till the completion of contract/acceptance,
27.2 is to be provide by you.
Towards issue of “Free Issue Material” by
Purchaser for the value of the material
27.2.1 issued, is to be provided.
The Bill of material for the material used
for the Fabrication work and available
balance to be prepared by you and
countersigned by the User Department is to
be sent along with the final bill for
27.3 arranging the balance/payment.

Towards Performance of the Contract and


Product for 10% value valid till the expiry
of warranty period.
28. Security Deposit is to be submitted to SAC
by the successful bidder (wherever
applicable )on awarding the contract
29. Training – free of cost – to be imparted at
Purchaser’s site.
30. Bank charges wherever applicable shall be
paid by Purchaser/Contractor to their
respective Bankers.
31. Arbitration proceedings –
1. Within India as per provisions of
Arbitration and Conciliation Act
1996.
2. Outside India – as per ICC Rules.

32. Liquidated Damages - @ 0.5% per week for


the delayed portion – maximum 10% of the
contract value.
33. Force Majeure conditions applicable?
34. Acceptance of Fall clause.
“The rates as per the charges of the
Contract should not in any event exceed
the lowest rates, the supplier charge to any
other party or organization. If at any time
during the period of contract, the supplier
reduce the charges to any other party, then
they shall forth-with notify such reduction
to Head, Purchase & Stores, SAC and
reduce the contract rates subsequently,
from the date of coming into force of such
reduction” .
35. The general terms and conditions based on
which the contract/order is likely to be
issued in response to the tender are
enclosed to this. Supplier has to give his
acceptance for all the clauses incorporated
for the contract terms.

36. Formats for Bank Guarantee/s is/are also


enclosed to this tender. Supplier has to
give acceptance.
37. You are requested to indicate the
registration number, you have for Sales
Tax/Service Tax as the case may be with
concerned Government authorities. Also
you are requested to provide company
registration details wherever applicable
along with copy of the company
registration certificate. The offers received
without the above information will be
summarily rejected.

You might also like