isro - government of india · space qualified absolute rotary inductosyn 1.0 introduction a high...

36
भारत सरकार /Government of India अंतरर विभाग /Department of Space इसरो जड़िीय णाली यूनिट/ISRO Inertial Systems Unit िियूरकािू /Vattiyoorkavu नतििंतपुरम /Thiruvananthapuram – 695 013 विापि सं .आईआईएसयू /पीट/विापि 03/2015 ििांक 20/11/2015 ADVT.NO.IISU/PT/ADVT-03/2015 dated 20/11/2015 भारत के रारपतत के लिए तथा उनकी ओर से वरठ य एवं भंडार अधिकारी , इसरो जडवीय णािी यूतनट (आई आई एस यू ), वियूरकावू पी. ., तरवनंतपुरम, मोहरबंद तनववदाएँ आमंित करते :- For & on behalf of the President of India, the Sr. Purchase & Stores Officer, ISRO Inertial Systems Unit (IISU) Vattiyoorkavu, Thiruvananthapuram invites Sealed Tenders for the following items:- म सं Sl. No. निवििा सं Tender No. वििरण/Description माा Qty. बयािा जमा राशि EMD 01. 8301-2014007870 Space Qualified Absolute Rotary Inductosyn 12 Nos. `5.00 िlLakh 02 8301-2015000061 Absolute Rotary Inductosyn and Processing Electronics 2 Nos. `1.25 िlLakh 03 8234-2015005176 GNSS Survey Receiver Package 1 Set `0.50 िlLakh 04 8504-2015004878 CNC Video Measuring Machine 1 No. `4.00 िlLakh 05 8293-2015001847 Vector Network Analyser with Directional Coupler and calibration kit 1 No. `0.80 िlLakh All the above cases are TWO –PART TENDER basis Part-1 (Technical& Commercial) Part-2 (Price Bid) उपरोत सभी मामिे, दो भाग वािी तनववदाएँ ह भाग-1 (तकतनकी तथा वाणणययक) भाग-2 (मूय बोिी) ि:- विनििे िि तथा विस त निबंधि एिं ित निवििा ितािे के अिुसार Note :- Specification and detailed terms & conditions as per Tender document तनववदा शुक / Tender Fee Rs. 573/- तनववदा फामम जारी करने की अंततम तधथ Last Date for issue of Tender Forms 28/12/2015 16.00 बजे तक /up to 16.00 Hrs. तनववदा वीक त केलिए तनयतधथ Due Date for Receipt of Tender 29/12/2015 16.00 बजे तक /up to 16.00 Hrs. तनववदा खोिने की तधथ Tender Opening Date 30/12/2015 10.00 बजे /at 10.00 Hrs. इसरो वेब साईट www.isro.gov.in म तनववदा दतावे उपिि ह I इछुक तनववदाकताम , तनववदा अधिसूचना म दए गए वववरण के अनुसार, इस वेब साईट से तनवदा दतावे डाउनिोड कर और वरठ िेखा अधिकारी , आइआइएसयू िखा, वटटयूरकावु पी.., तरवनंतपुरम - 695013 के नाम पर भारतीय टेट बक, मुय शाखा, टैयु , तरवनंतपु रम पर देय, रेणखत डडमांड ाट के ऱप म तनिामररत तनववदा िागत के साथ अपना ताव तुत कर। Tender documents are available on ISRO web site www.isro.gov.in. Interested tenderers may, download the tender documents from the web site and submit their offers alongwith the prescribed tender cost in the form of CROSSED DEMAND DRAFT drawn in favour of Sr. Accounts Officer, IISU Accounts, Vattiyoorkavu P.O, Thiruvnanthapuram-695013 payable at State Bank of India, Main Branch, Statue, Thiruvananthapuram as per details given in the Tender Notification. हताररत/Sd/- वररठ य एवं भंडार अधिकारी Sr. Purchase & Stores Officer

Upload: others

Post on 09-Oct-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

  • भारत सरकार /Government of India अंतररक्ष विभाग /Department of Space

    इसरो जड़त्िीय प्रणाली यूनिट/ISRO Inertial Systems Unit िट्टियूरकािू /Vattiyoorkavu

    नतरुििंतपुरम /Thiruvananthapuram – 695 013

    विज्ञापि सं.आईआईएसयू/पीटी/विज्ञापि 03/2015 ट्टििांक 20/11/2015 ADVT.NO.IISU/PT/ADVT-03/2015 dated 20/11/2015

    भारत के राष्ट्रपतत के लिए तथा उनकी ओर से वररष्ट्ठ क्रय एवं भंडार अधिकारी, इसरो जडत्वीय प्रणािी यूतनट (आई आई एस यू), वट्टियूरकावू पी. ओ., ततरुवनंतपुरम, मोहरबंद तनववदाएँ आमंत्रित करत े हैं :-

    For & on behalf of the President of India, the Sr. Purchase & Stores Officer, ISRO Inertial Systems

    Unit (IISU) Vattiyoorkavu, Thiruvananthapuram invites Sealed Tenders for the following items:- क्रम सं Sl. No.

    निवििा सं Tender No.

    वििरण/Description

    मात्रा Qty.

    बयािा जमा राशि EMD

    01. 8301-2014007870 Space Qualified Absolute Rotary Inductosyn 12 Nos. `5.00 िाखlLakh

    02 8301-2015000061

    Absolute Rotary Inductosyn and Processing Electronics

    2 Nos. `1.25 िाखlLakh

    03 8234-2015005176 GNSS Survey Receiver Package

    1 Set `0.50 िाखlLakh

    04 8504-2015004878 CNC Video Measuring Machine

    1 No. `4.00 िाखlLakh

    05 8293-2015001847

    Vector Network Analyser with Directional Coupler and calibration kit

    1 No. `0.80 िाखlLakh

    All the above cases are TWO –PART TENDER basis

    Part-1 (Technical& Commercial) Part-2 (Price Bid) उपरोक्त सभी मामिे, दो भाग वािी तनववदाएँ हैं – भाग-1 (तकतनकी तथा वाणणज्ययक) भाग-2 (मलू्य बोिी) िोट:- विनििेिि तथा वित्सतृ निबंधि एिं ितें निवििा िस्तािेज़ के अिुसार

    Note :- Specification and detailed terms & conditions as per Tender document

    तनववदा शुल्क / Tender Fee Rs. 573/- तनववदा फामम जारी करने की अंततम ततधथ Last Date for issue of Tender Forms

    28/12/2015 16.00 बजे तक /up to 16.00 Hrs.

    तनववदा स्वीकृतत केलिए तनयत ततधथ Due Date for Receipt of Tender

    29/12/2015 16.00 बजे तक /up to 16.00 Hrs.

    तनववदा खोिने की ततधथ Tender Opening Date

    30/12/2015 10.00 बजे /at 10.00 Hrs.

    इसरो वेब साईट www.isro.gov.in में तनववदा दस्तावेज़ उपिब्ि हैं I इच्छुक तनववदाकताम, तनववदा अधिसूचना में ट्टदए गए वववरण के अनुसार, इस वेब साईट से तनववदा दस्तावेज़ डाउनिोड करें और वररष्ट्ठ िेखा अधिकारी, आइआइएसयू िेखा, वट्टटटयूरकावु पी.ओ., ततरुवनंतपुरम - 695013 के नाम पर भारतीय स्टेट बैंक, मुख्य शाखा, स्टैच्यु, ततरुवनंतपरुम पर देय, रेणखत डडमांड ड्राफ्ट के रूप में तनिामररत तनववदा िागत के साथ अपना प्रस्ताव प्रस्तुत करें। Tender documents are available on ISRO web site www.isro.gov.in. Interested tenderers may, download the tender documents from the web site and submit their offers alongwith the prescribed tender cost in the form of CROSSED DEMAND DRAFT drawn in favour of Sr. Accounts Officer, IISU Accounts, Vattiyoorkavu P.O, Thiruvnanthapuram-695013 payable at State Bank of India, Main Branch, Statue, Thiruvananthapuram as per details given in the Tender Notification.

    हस्ताक्षररत/Sd/- वररष्ट्ठ क्रय एवं भंडार अधिकारी Sr. Purchase & Stores Officer

    http://www.isro.gov.in/http://www.isro.gov.in/

  • GOVERNMENT OF INDIA

    DEPARTMENT OF SPACEISRO INERTIAL SYSTEMS UNIT

    THIRUVANANTHAPURAM 695013

    KERALA, INDIA

    Ph No:

    Fax

    0471-2569317/2569377

    0471-2361813

    Date :24/11/2015

    IISU PURCHASE, VATTIYOORKAVU PO

    M/s

    Dear Sirs,

    Please submit your sealed quotation , in the Tender Form enclosed here along with the descriptive catalogues /

    pamphlets /literature ,superscribed with Our Ref.No. and Due Date for the supply of the following items as per

    the terms & conditions mentioned in Annexure( Form No:

    S.No. Description of Items with Specifications Unit Quantity

    000000

    DOS:PM:22 )

    Tender Due: 29/12/2015on14:00

    2014-007870-01Our Ref No :

    INVITATION TO TENDER

    Hrs IST

    8301

    11 Space qualified Absolute Rotary inductosyn. Optional feature: Digital angle output.

    Nos 102 FM

    Nos 23 QM. Detailed specifications as per RFP enclosed

    DELIVERY AT:

    MODE OF DESPATCH

    DUTY EXEMPTIONS

    SPECIAL INSTRUCTIONS

    SPECIFIC TERMS DOS:PM:22

    NIL

    ON SITE

    IISU

    INSTRUCTIONS TO TENDERERS:

    (1) Technical specifications & drawings as per Annexure-I, (2) General Terms & Conditions as per Annexure II. (3) PT (Two-part) instructions as per Annexure III.

    (4) EMD details as per Annexure IV. (5) We are exempted from Excise Duty, Customs Duty, Octroi, Entry Tax etc., Necessary Certificate will be issued by us, if required. Please quote accordingly.

    (6) Our standard payment terms are '100% payment within 30 days on receipt & acceptance of item' for indigenous suppliers & 'Sight Draft' for foreign suppliers. Pl. confirm accordingly.

    (7) The facility of Inter State Purchases by Govt. Departments against Form-D stands withdrawn w.e.f. 01/04/2007. As such, pl. indicate the applicable CST/VAT percentage clearly.

    (8) To avail the benefits extended by Govt. of India to the Micro and Small sector, pl. submit attested copy of the valid Entrepreneur Memorandum Part-II signed by the General Manager, District industries Centre along with your offer.

    (9) Pl. keep and confirm the offer validity minimum 120 days from the date of opening of tender. (10) Confirm warranty for minimum 1 year from the date of receipt & acceptance of item.

    (11) Confirm submission of PBG @10% of order value, in case of placement of P.O. (12) In a Tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM themselves can bid, but both cannot bid

    simultaneously for the same item/product bid on behalf of another Principal/OEM in the same tender for the same

  • TENDER NO.8301-2014007870

    Space Qualified Absolute Rotary Inductosyn

    1.0 Introduction

    A high accuracy (3 arc seconds) absolute rotary inductosyn is planned to be used as the position sensor in scan mechanism for sounder & imager payload in INSAT 3DR GSAT mission for meteorological application. The scan mechanism has two modes-slow scan and fast scan. The function of scan mechanism is to provide two DOF movements to the optical mirror and to cater to the scan rate need to accurately control in closed loop.

    The specification, test plan, quality assurance & reliability, models & quantity required and documents required are mentioned in this RFP document.

    2.0 General Specification

    The general specifications include type, size, mass, mechanical & electrical interface, position resolution, operating speed, environmental test levels, radiation levels etc. The following table provides the general specification.

  • Sl. No. Parameters Specification Comments

    1 Type Absolute rotary inductosyn without

    bearing & slip ring

    a. Stator and rotor independent modules

    b. Inside rotor (hollow) configuration

    2 Inner diameter ID 20 mm -

    3 Outer diameter OD 160 mm -

    4 Height 35 mm (max) -

    5 Accuracy +/- 3 arc second -

    6 Partial Rotation 0-170 degree -

    7 Operating speed +/- 100 deg/sec -

    8 Acceleration 60 ˚/s2 -

    9 Voltage

    Transformation

    Ratio

    20 % at 10 KHz Operating frequency Range : 200

    Hz- 200 KHz

    10 Qualification temp. -20 deg to +80 deg -

    11 Humidity 95 % -

    12 Qualification

    pressure level 1 x 10-6 torr or better

    Compatible for air (ambient) and

    vacuum operation

    13 Qualification

    vibration level

    Random:25grms (Duration : 2 min)

    Sine : 5-20 Hz : 22mm DA

    20-100 Hz : 20g

    Swee

    p rate : 2 oct/min

    14 EMI level As per MIL – STD 461C and 462 -

    15 Radiation level 100 Krad Total dose

    16 Substrate material Titanium -

    17 Flexible cables Rotor connection with flexible cables -

    18 Lead wire AWG silver plated copper wire as per

    MIL-W-22759 (desirable).

    The lead wires should be

    terminated in a connector or

    turret.

  • 3.0 Model Philosophy

    3.0.1 Qualification Model (QM):- 2 numbers

    The QM model shall meet the specifications indicated in the qualification tests and is identical to the flight model. The criteria for the completion of the qualification are that the unit shall successfully undergo the qualification tests. After the qualification, this unit shall be delivered to ISRO.

    3.0.2 Flight Models (FM):-10 numbers These units which are to be used in FM mechanisms shall undergo acceptance tests. 3.0 Quality Provisions & Environmental specifications

    4.0.1 Quality assurance provisions

    The QA provisions consists of

    Material selection and acceptance for use in space Process control and quality control requirements Acceptance test plan generation and qualification of the product. Acceptance test plan for the product Non-conformance management and control

    These shall commensurate with the requirements of satisfactory operation during the entire life span of 12 years in geostationary orbit environment after storage up to five years on ground. 4.0.2 Absolute maximum environmental conditions/life

    The flight worthy products for supply to ISRO must be subjected to only acceptance level

    environmental conditions. The rotary inductosyn transducer shall be capable of operation

    without any degradation in performance after storage for a period of 12 years on ground. [The

    design life of the products must be 15 years in orbital environment]. The manufacturer shall give

    the nature of degradation after five years and ten years of shelf life and its impact on orbital life.

    Procedures for refurbishment, the requirements on storage environment etc. must be provided

    to ISRO by the manufacturer.

    4.0.3 Process

    The unit shall be built to standards normally associated with long life spacecraft hardware. Particular attention must be paid to cleanliness, thoroughness of plating, coating, bonding, sealing etc. all tolerances not specified shall be as per best engineering practice. The product must be uniform in quality and free from defects. The witness coupon of the stator and rotor discs shall withstand the standard adhesion and tape test. 4.0.4 Marking & traceability

    Each product shall be identified by unique serial number on the visible surface by a suitable process applicable for space use. Marking shall not degrade the performance of the unit and this marking shall ensure the traceability in respect of the material, process and year of manufacture. The markings shall withstand the test environments, cleaning process etc without any degradation. Each product shall have 1.Part number, 2.Serial number

  • 4.0.5 Acceptance tests The flight worthy products must be subjected to acceptance level tests. All products supplied to ISRO must be accompanied by QC certificate clearly indicating the test done and results and a certificate of compliance to the quality control plan. 4.0.6 Test plan & test specification The test sequence as given in the document shall be adhered to. No additions, deletions or alternations shall be done to test sequences or test specifications without prior approval in writing from ISRO .The manufacturer shall be responsible for the performance test setups/equipments required to demonstrate the applicable specifications. The manufacturer shall submit the test plan for the performance and environmental tests to be conducted on inductosyn during qualification and acceptance test program. The test plan shall include the procedure for conducting each test, the test equipments used and their calibration and individual parameter limits. The test plan shall include at least the following in sequence indicated below.

    Sl. No. Tests Qualification Model Flight Model

    1 Visual Inspection & Physical Measurements

    2 Reference Performance

    3 Burn-in-test X

    4 Sine Vibration X

    5 Random Vibration (Qualification level) (Acceptance level)

    6 Thermal Vacuum Cycling (Qualification level) (Acceptance level)

    7 Final Performance

    4.0.6.1 Visual inspection/mechanical dimension checks

    a) The lead wires must be inspected for cut, cracked insulation, color etc. The insulation resistance between leads and the body must be recorded.

    b) Mating surfaces must be inspected for burr, upsets, rust, scale formation or any other defect, which may lead to improper alignment.

    c) Inspect the name label, serial number, and the reference mark on the stator and rotor. d) The stator ID / OD stator height, rotor OD, shaft hole dia, mounting hole dia, mounting

    hole position, weight etc. must be measured and its compliance checked and recorded with reference to our drawing.

    4.0.6.2 Environmental tests

    The rotary inductosyn transducer asked for must have the capability to withstand the following

    test environments.

    4.0.6.2.1 Thermal cycling test

    Five short cycles of cold [-20˚C for 2 hrs] and hot [80˚C for 2hrs] and one long cycle of cold [-20˚C for 6 hrs] and hot [80˚C for 6 hrs] with a transition rate 5˚C/min. Condition of unit under test : active

  • 4.0.6.2.2 Thermal vacuum test

    The inductosyn shall endure the following qualification and acceptance level testing:

    Description Acceptance level Qualification level

    Hot exposure temperature

    +650C +20C for 24 hours duration +800C +20C for 24 hours duration

    Pressure 1 x 10-6 torr or better 1 x 10-6 torr or better

    Cold exposure temperature

    -100C +20C for 24 hours duration -200C +20C for 24 hours duration

    Pressure 1 x 10-6 torr or better 1 x 10-6 torr or better

    Condition of unit under test : active

    4.0.6.2.3 Vibration tests

    Sine vibrations

    The inductosyn may endure sinusoidal vibrations in X, Y and Z axes.

    Random vibrations

    The inductosyn may endure random vibrations in X, Y and Z axes.

    Test Qualification level Acceptance level

    20-100 Hz + 3 dB/oct + 3 dB / oct

    100-700 Hz 0.451 g2 / Hz 0.199 g2 / Hz

    700-2000 Hz - 3 dB/oct - 3 dB/oct

    Overall grms 25.0 16.6

    Duration 2 min per axis 1 min per axis

    Condition of unit under test : non-operating during the test

    The system shall be visually inspected after each of the above vibration tests and performance evaluated after completion of the above tests.

    4.0.6.2.4 Storage

    -40˚C for minimum 24 hrs duration +100˚C for minimum 24 hrs duration Condition of unit under test : non-operating during test 4.0.6.2.5 Final performance test

    Complete functional test shall be carried out after thermovaccum test.

    Frequency in Hz Amplitude

    5-20 22 mm DA

    20-100 20 g

    Sweep rate 2 octaves / minute

  • 5.0 Packing

    The inductosyn units shall be placed inside a sealed metallic container that will be filled with dry nitrogen. An integrated dial manometer in the container allows to check the internal pressure that shall be 1.5 bar (nominal value). The two sub-assemblies (Stator & Rotor) shall be fixed inside a same transportation container. This container shall be packed into a sealed plastic bag with silica moisture absorbents, this bag packed into transport container. This global packaging will protect the inductosyn for all kinds of usual ways (air, sea, ground). A shock detector shall be installed on both the containers. The transportation package shall protect the encoder assembly from the rough handling test specified in MIL-P-116. 6.0 Documents required 6.0.1 Documents required along with the quotation Overall specification, interface drawings, electrical interface details, proposed tests & test

    procedure document.

    6.0.2 Documents to be supplied after order placement 6.0.2.1 Technical specification and Design document

    6.0.2.2 Product assurance plan detailing the aspects of:

    Fabrication and process control Inspection and acceptance criteria to be followed FMECA and reliability analysis Non-conformance control Configuration control and traceability Derating Analysis

    6.0.2.3 Test procedure document (update): The detailed test and evaluation procedure and programmes for qualification and acceptance tests shall be subjected for approval by ISRO before the test is performed. The test procedures shall contain the following:-

    a. All the activities described in steps right from the start to the end of the test including handling, inspection, pre and post functional tests, along with the time schedule. b. Description of the test procedure, test facility environmental conditions, calibration and operational details. c. Format of test results required during testing, giving specified values and tolerances. d. Failure criteria, test termination, retest and test sequence and damage limits. e. List of equipment needed for functional test and full performance test. 6.0.2.4 Drawings and Layouts:

    Electrical and mechanical interface drawings and layout shall be provided together with component list, critical spare part list along with the vendor’s address and component code numbers, if any.

  • 6.0.3 Documents to be supplied along with the hardware

    The supplier shall deliver an Acceptance Data Package (ADP) containing the following

    documents.

    6.0.3.1 Technical Specification (update)

    6.0.3.2 Final Test Reports

    A final report indicating the functional performance of inductosyn before and after qualification/

    acceptance tests should be provided. The deviations observed during qualification / acceptance

    and reports on visual inspection giving consolidated data shall be made available.

    6.0.3.3 Anomaly Reports

    Reports for malfunction, deviation in operation from the specifications shall be made available

    along with the corrective actions taken to meet the specifications.

    6.0.3.4 User Manual

    Handling, transport and storage conditions shall be handed over along with the unit along with a

    certificate of conformance to the specifications.

  • GOVERNMENT OF INDIA

    DEPARTMENT OF SPACEISRO INERTIAL SYSTEMS UNIT

    THIRUVANANTHAPURAM 695013

    KERALA, INDIA

    Ph No:

    Fax

    0471-2569317/2569377

    0471-2361813

    Date :24/11/2015

    IISU PURCHASE, VATTIYOORKAVU PO

    M/s

    Dear Sirs,

    Please submit your sealed quotation , in the Tender Form enclosed here along with the descriptive catalogues /

    pamphlets /literature ,superscribed with Our Ref.No. and Due Date for the supply of the following items as per

    the terms & conditions mentioned in Annexure( Form No:

    S.No. Description of Items with Specifications Unit Quantity

    000000

    DOS:PM:22 ENCLOSED)

    Tender Due: 29/12/2015on14:00

    2015-000061-01Our Ref No :

    INVITATION TO TENDER

    Hrs IST

    8301

    NOS. 21 ABSOLUTE ROTARY INDUCTOSYN AND PROCESSING ELECTRONICS (ENGINEERING MODEL)

    DELIVERY AT:

    MODE OF DESPATCH

    DUTY EXEMPTIONS

    SPECIAL INSTRUCTIONS

    SPECIFIC TERMS DOS:PM:22 ENCLOSED

    NIL

    CDEC WILL BE PROVIDED, IF REQUIRED.

    ON SITE

    IISU

    INSTRUCTIONS TO TENDERERS:

    (1) Technical specifications & drawings as per Annexure-I, (2) General Terms & Conditions as per Annexure II. (3) PT (Two-part) instructions as per Annexure III.

    (4) EMD details as per Annexure IV. (5) We are exempted from Excise Duty, Customs Duty, Octroi, Entry Tax etc., Necessary Certificate will be issued by us, if required. Please quote accordingly.

    (6) Our standard payment terms are '100% payment within 30 days on receipt & acceptance of item' for indigenous suppliers & 'Sight Draft' for foreign suppliers. Pl. confirm accordingly.

    (7) The facility of Inter State Purchases by Govt. Departments against Form-D stands withdrawn w.e.f. 01/04/2007. As such, pl. indicate the applicable CST/VAT percentage clearly.

    (8) To avail the benefits extended by Govt. of India to the Micro and Small sector, pl. submit attested copy of the valid Entrepreneur Memorandum Part-II signed by the General Manager, District industries Centre along with your offer.

    (9) Pl. keep and confirm the offer validity minimum 120 days from the date of opening of tender. (10) Confirm warranty for minimum 1 year from the date of receipt & acceptance of item.

    (11) Confirm submission of PBG @10% of order value, in case of placement of P.O. (12) In a Tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM themselves can bid, but both cannot bid

    simultaneously for the same item/product bid on behalf of another Principal/OEM in the same tender for the same item/product. (13) IISU has the right to cancel the tender without assigning any reason thereof.

  • Tender no.8301-2015000061

    Absolute Rotary Inductosyn and Processing Electronics

    The specifications, quantity required and documents required are mentioned in this RFP document.

    1.0 General Specification The general specifications include type, size, mass, mechanical & electrical interface, position resolution, operating speed. The following table provides the general specification.

    2.0 Model Philosophy

    Engineering Model (EM) and processing electronics (2 numbers) – This shall be commercial

    grade absolute rotary inductosyn along with its processing electronics.

    Sl No.

    Parameters Specification Comments

    1 Type Absolute rotary inductosyn without bearing & slip ring

    c. Stator and rotor independent modules

    d. Inside rotor (hollow) configuration

    2 Inner diameter ID 20 mm -

    3 Outer diameter OD 160 mm -

    4 Height 35 mm (max) -

    5 Accuracy +/- 3 arc second -

    6 Partial Rotation 0-170 degree -

    7 Operating speed +/- 100 deg/sec -

    8 Acceleration 60 ˚/s2 -

    9 Voltage Transformation Ratio

    20 % at 10 KHz Operating frequency Range : 200 Hz- 200 KHz

    10 Substrate material Titanium -

    11 Flexible cables Rotor connection with flexible cables

    -

    12 Lead wire The lead wires should be terminated in a connector or turret.

    13 Position resolution 19 bit -

    14 Input / Output interface

    Standard RS-422-A/digital -

    15 Direction of rotation

    Binary code increasing in clockwise rotation, looking from inductosyn electronics side

    -

    16 Operating supply voltage

    +5V, ±15V -

  • 3.0 Marking & traceability

    Marking shall not degrade the performance of the unit and this marking shall ensure the traceability in respect of the material, process and year of manufacture. The markings shall withstand cleaning process without any degradation. Each product shall have 1.Part number 2.Serial number

    4.0 Packing The inductosyn units shall be placed inside a sealed metallic container that will be filled with dry nitrogen. An integrated dial manometer in the container allows to check the internal pressure that shall be 1.5 bar (nominal value).

    The two sub-assemblies (Stator & Rotor) shall be fixed inside a same transportation container. This container shall be packed into a sealed plastic bag with silica moisture absorbents, this bag packed into transport container. This global packaging will protect the inductosyn for all kinds of usual ways (air, sea, ground). A shock detector shall be installed on both the containers.

    5.0 Documents required 5.0.1 Documents required along with the quotation

    Overall specification, interface drawings, electrical interface details document. 5.0.2 Documents to be supplied after order placement 5.0.2.1 Technical specification and Design document

    Configuration control and traceability

    5.0.2.2 Drawings and Layouts

    Electrical and mechanical interface drawings and layout shall be provided together with

    component list, critical spare part list along with the vendor’s address and component code

    numbers, if any.

    5.0.2.3 Technical Specification (update)

    5.0.2.4 User Manual

    Handling, transport and storage conditions shall be handed over along with the unit along with a

    certificate of conformance to the specifications.

    6.0 Visual inspection/mechanical dimension checks a) The lead wires must be inspected for cut, cracked insulation, color etc. The insulation

    resistance between leads and the body must be recorded. b) Mating surfaces must be inspected for burr, upsets, rust, scale formation or any other defect,

    which may lead to improper alignment. c) Inspect the name label, serial number, and the reference mark on the stator and rotor d) The stator ID / OD stator height, rotor OD, shaft hole dia, mounting hole dia, mounting hole

    position, weight etc. must be measured and its compliance checked and recorded with reference to our drawing.

  • GOVERNMENT OF INDIA

    DEPARTMENT OF SPACEISRO INERTIAL SYSTEMS UNIT

    THIRUVANANTHAPURAM 695013

    KERALA, INDIA

    Ph No:

    Fax

    0471-2569317/2569377

    0471-2361813

    Date :24/11/2015

    IISU PURCHASE, VATTIYOORKAVU PO

    M/s

    Dear Sirs,

    Please submit your sealed quotation , in the Tender Form enclosed here along with the descriptive catalogues /

    pamphlets /literature ,superscribed with Our Ref.No. and Due Date for the supply of the following items as per

    the terms & conditions mentioned in Annexure( Form No:

    S.No. Description of Items with Specifications Unit Quantity

    000000

    DOS:PM:22 )

    Tender Due: 29/12/2015on14:00

    2015-005176-01Our Ref No :

    INVITATION TO TENDER

    Hrs IST

    8234

    Set 11 GNSS survey receiver package for azimuth sight line measurement. (Details as per the annexue)

    DELIVERY AT:

    MODE OF DESPATCH

    DUTY EXEMPTIONS

    SPECIAL INSTRUCTIONS

    SPECIFIC TERMS DOS:PM:22

    NIL

    ON SITE

    IISU

    INSTRUCTIONS TO TENDERERS:

    (1) Technical specifications & drawings as per Annexure-I, (2) General Terms & Conditions as per Annexure II. (3) PT (Two-part) instructions as per Annexure III.

    (4) EMD details as per Annexure IV. (5) We are exempted from Excise Duty, Customs Duty, Octroi, Entry Tax etc., Necessary Certificate will be issued by us, if required. Please quote accordingly.

    (6) Our standard payment terms are '100% payment within 30 days on receipt & acceptance of item' for indigenous suppliers & 'Sight Draft' for foreign suppliers. Pl. confirm accordingly.

    (7) The facility of Inter State Purchases by Govt. Departments against Form-D stands withdrawn w.e.f. 01/04/2007. As such, pl. indicate the applicable CST/VAT percentage clearly.

    (8) To avail the benefits extended by Govt. of India to the Micro and Small sector, pl. submit attested copy of the valid Entrepreneur Memorandum Part-II signed by the General Manager, District industries Centre along with your offer.

    (9) Pl. keep and confirm the offer validity minimum 120 days from the date of opening of tender. (10) Confirm warranty for minimum 1 year from the date of receipt & acceptance of item.

    (11) Confirm submission of PBG @10% of order value, in case of placement of P.O. (12) In a Tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM themselves can bid, but both cannot bid

    simultaneously for the same item/product bid on behalf of another Principal/OEM in the same tender for the same item/product. (13) IISU has the right to cancel the tender without assigning any reason thereof.

  • Tender Enquiry No.8234-2015005176

    Specifications for GNSS Receiver

    GNSS survey receiver package capable of computing azimuth of a sight line through

    software, consisting of GNSS survey receiver (2 Nos), antenna (2 Nos), controller,

    software, tripod (2 Nos), tribrachs with optical plummet (2 Nos), accessories etc.

    System Specifications

    GNSS technology Jamming resistant measurements High precision pulse aperture multipath

    correlator for pseudorange measurements

    Excellent low elevation tracking Very low noise GNSS carrier phase

    measurements with

  • Humidity 100%, compliance with ISO9022-13-06, ISO9022-12-04 and MIL STD 810G Method 507.5 I

    Proof against: water, sand and dust IP68 according IEC60529 and MIL STD 81G Method 506.5 I, MIL STD 810G Method 510.5 I and MIL STD 810G Method 512.5 I Protected against blowing rain and dust Protected against temporary submersion into water (max. depth 1,4 m)

    Vibration Should withstand strong vibration during operating, compliance with ISO9022-36-08 and MIL STD 810G Method 514.6 Cat.24

    Drops Should withstand 1.0 m drop onto hard surfaces

    Functional shock 40 g / 15 to 23 msec, compliance with MIL STD 810G Method 516.6 I

    Topple over Should withstand topple over from a 2 m survey pole onto hard surfaces

    1. Warranty : Extended warranty to be offered over and above the standard warranty of minimum 1 year.

    2. Service and calibration support through Indian representative. 3. The instrument performance will have to be demonstrated at IISU, Trivandrum by

    the manufacturer. Training shall be imparted to IISU staff on the operation of the

    instrument.

  • GOVERNMENT OF INDIA

    DEPARTMENT OF SPACEISRO INERTIAL SYSTEMS UNIT

    THIRUVANANTHAPURAM 695013

    KERALA, INDIA

    Ph No:

    Fax

    0471-2569317/2569377

    0471-2361813

    Date :24/11/2015

    IISU PURCHASE, VATTIYOORKAVU PO

    M/s

    Dear Sirs,

    Please submit your sealed quotation , in the Tender Form enclosed here along with the descriptive catalogues /

    pamphlets /literature ,superscribed with Our Ref.No. and Due Date for the supply of the following items as per

    the terms & conditions mentioned in Annexure( Form No:

    S.No. Description of Items with Specifications Unit Quantity

    000000

    DOS:PM:22 )

    Tender Due: 29/12/2015on14:00

    2015-004878-01Our Ref No :

    INVITATION TO TENDER

    Hrs IST

    8504

    No 11 Supply, installation and commissioning of CNC video measuring machine at metrology lab, IISU. (Details as per annexure)

    DELIVERY AT:

    MODE OF DESPATCH

    DUTY EXEMPTIONS

    SPECIAL INSTRUCTIONS

    SPECIFIC TERMS DOS:PM:22

    NIL

    ON SITE

    IISU

    INSTRUCTIONS TO TENDERERS:

    (1) Technical specifications & drawings as per Annexure-I, (2) General Terms & Conditions as per Annexure II. (3) PT (Two-part) instructions as per Annexure III.

    (4) EMD details as per Annexure IV. (5) We are exempted from Excise Duty, Customs Duty, Octroi, Entry Tax etc., Necessary Certificate will be issued by us, if required. Please quote accordingly.

    (6) Our standard payment terms are '100% payment within 30 days on receipt & acceptance of item' for indigenous suppliers & 'Sight Draft' for foreign suppliers. Pl. confirm accordingly.

    (7) The facility of Inter State Purchases by Govt. Departments against Form-D stands withdrawn w.e.f. 01/04/2007. As such, pl. indicate the applicable CST/VAT percentage clearly.

    (8) To avail the benefits extended by Govt. of India to the Micro and Small sector, pl. submit attested copy of the valid Entrepreneur Memorandum Part-II signed by the General Manager, District industries Centre along with your offer.

    (9) Pl. keep and confirm the offer validity minimum 120 days from the date of opening of tender. (10) Confirm warranty for minimum 1 year from the date of receipt & acceptance of item.

    (11) Confirm submission of PBG @10% of order value, in case of placement of P.O. (12) In a Tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM themselves can bid, but both cannot bid

    simultaneously for the same item/product bid on behalf of another Principal/OEM in the same tender for the same item/product. (13) IISU has the right to cancel the tender without assigning any reason thereof.

  • Tender Enquiry No.8504-2015004878

    High accuracy CNC video measuring machine

    1.0 Introduction

    This specification details the comprehensive requirements of a high accuracy class, CNC video

    measuring machine equipped with optical sensor and rotary table for the metrological measurement

    with reliability and flexibility. This also covers the details of necessary features in measurement,

    installation and related environmental requirements, additional measurement software module,

    warranty conditions etc.

    2.0 Scope of supply Scope of supply includes

    (i) Video measuring machine with necessary software having the capability and features for

    high accuracy non-contact probing & optical scanning.

    (ii) High definition colour CCD camera vision sensor for low noise image capturing.

    (iii) Motorized zoom to adjust field of view.

    (iv) Dual axis rotary table for B and C axis measurement.

    (v) Active damping system to meet the system requirements.

    (vi) Workstation (computer) with latest processor, colour printer and accessories.

    (vii) Pre-delivery inspection of the video measuring machine at supplier’s site will be carried out by us, if required.

    (viii) The machine has to be supplied, installed, commissioned and calibrated at our site (with performance test &accuracy demonstration). After installation of the machine, an

    extensive training on application software, basic maintenance& trouble shooting has to be

    provided.

    3.0 Size (range) and configuration

    3.1 Measuring volume (range) in mm: 400x400x250 mm. If this is not the standard size of the supplier, nearest higher size shall be quoted.

  • 4.0 Configuration of the video measuring machine

    Sl no. Feature Description

    4.1 Construction

    Moving table/ bridge type (high stiffness construction to meet the accuracy level for long life) A schematic sketch of the machine is given as Annexure-A for construction details.

    4.2 Machine (surface) table

    Glass top with bottom LED light illumination and measuring accessories.

    Detachable metallic plate (with M6 threaded holes for clamping job) mountable on machine table.

    Coaxial top LED Ring light with segmental illumination.

    4.3 Bridge construction Granite or ceramic or any other better material (details to be provided by the party).

    4.4 Maximum expected Component weight on the machine table

    50 kg.

    4.5 Operation mode CNC control/joy stick

    4.6 Measuring system of axes scale

    Non-contact linear transducers with scales made of zerodur, steel, glass or any other alternative material (details shall be provided by the party).

    4.7 Measuring probe

    Vision sensor

    Sensor for high precision non-contact measurement of close tolerance aerospace features.

    High resolution CCD camera with color mode. CCD camera must be equipped for interference

    free, low noise image production with maximum optical precision

    Equipped with CNC zoom RGB sensitivity adjustments for colour

    camera. Automatic feature detection, edge detection,

    video auto focus, geometry and bad pixel video filter.

    High resolution measuring sensor capable of measuring metal, highly reflective, transparent or porous surfaces

    4.8 Bearings High precision air bearings preferred.

    4.9 Dual axis rotary table

    Highly precise dual axis rotary table to provide C and B axis measurement without re-clamping. There should be CNC control for both indexing and rotating movement of the table.

    4.10 Control system and safety regulations

    Controller

    Microprocessor CNC with vector path control Safety

    Emergency stop circuit with emergency stop switch to hold the machine axes in its current position.

    Safety limit switches Protective covers for the axes drives.

  • 5.0 Machine accuracy as per ISO 10360-7 (For non-contact imaging type probe) The values of all the following measuring accuracies for optical sensor shall be given by the

    party as per ISO 10360-7 only

    Acceptance test with optical sensor

    5.1 Maximum permissible error of Parallel length measurement: EXY, MPE == (0.8 + L/500) µm

    5.2 Maximum permissible error in perpendicular length measurement: EZ =(1.8 + L/400) µm

    5.3 Maximum permissible error of Imaging probe length measurement; EV, MPE = 1.0 µm

    5.4 Maximum permissible error of Squareness error ES, MPE= 1.0µm

    5.5 Maximum permissible error of probing length measurement PF a. Probing error of the imaging probe: PFV= 1.2 µm or better b. Probing Error: PF2D= 1.0 µm or better

    6.0 Measuring accuracy for dual axis rotary table Rotary table

    Air bearing rotary table Capable of holding and measuring maximum diameter of 100 mm with a length of

    100 mm. Load capacity = 5 Kg

    For rotation (C axis), Resolution = 0.5 arc seconds or better Accuracy = 1 arc second or better Rotating angle= 0 to 360° (continuous rotation) Runout< 1.0 µm Face out< 1.0 µm

    For tilting (B axis),

    Tilting Angle = -10° to +105 ° Resolution = 1 arc seconds or better Runout = 5 µm or better Accuracy= 5 arc seconds or better

    # Note:

    1) The accuracies mentioned in Sl no: 6 are under full load capacity. 2) The environmental conditions (like humidity, temperature, temperature gradient etc.) for

    which all the above specified accuracies are valid, should be clearly mentioned.

    7.0 Machine acceptance criteria Above accuracies as per ISO 10360-7 are to be checked and proved at site for machine acceptance. The above accuracies should be guaranteed in the normal operating temperature range of 20 - 22 ° C. Humidity = 60-70 RH.

    8.0 Probing system: The probe head and the controller should be capable of accommodating vision sensor.

    The following details shall be submitted in the quotation.

  • 8.1 Vision sensor a. CCD camera with 1 mega pixel or better

    b. CNC motorized zoom control details to be specified by party

    c. Maximum and minimum magnification available on a 22 inch screen ranging from

    15x to 300x. The best option available shall be quoted.

    d. Minimum working distance (to be specified by party).

    e. Field of view (HxV) in mm (to be specified by party).

    f. Camera must be capable of capturing video as well as image of the measurement

    taken and save to the computer.

    g. Party shall quote necessary multiplier lens to meet the accuracy and magnification

    requirement.

    9.0 Other machine features :

    9.1 Air bearings (or better arrangements) on all axes including rotary table to achieve the specified accuracy. Details shall be provided by the party.

    9.2 Y and X guide ways should be covered with bellows to protect the surface and scales from contamination.

    9.3 Drive system movements should be motorized; all moving parts should slide on wear-proof

    guide to achieve minimum stick-slip ratio and long accuracy life. It should be possible to vary the speed of movement of the axes from 0 to 50 mm per second in manual mode with joystick. In CNC mode, traversing speed should be up to 50 mm/sec in axial mode. There should be also provision to select measuring and traversing speeds from joystick &computer.

    9.4 Machine shall be mounted on active vibration isolators to meet the system requirements. Temperature compensation for measuring scales to be provided. Work piece and scale temperature compensation to be quoted. All details shall be given by the party.

    9.5 The machine must be designed and constructed to provide the high level of stiffness required to ensure the accuracy and repeatability. The construction details must be furnished along with the party’s offer.

    10.0 Application software Software having the following features for the inspection using vision sensor with integrated rotary table in a single measurement program / operation.

    10.1 Geometry

    10.1.1 Measurement of standard geometric elements such as point, line, plane, circle etc. and

    automatic feature recognition.

    10.1.2 Capability of accepting minimum of 1000 points per geometrical element.

    10.1.3 Form error computation of the above geometrical elements according to GAUSS and ISO.

    10.1.4 Graphic presentation of form errors / graphical output.

  • 10.1.4.1 Computation of geometrical tolerances like concentricity, angularity,

    perpendicularity, straightness, symmetry, position, MMC-LMC, circularity, etc.

    10.1.4.2 Computation of following geometric relations (between geometric

    elements) :

    10.1.4.3 Computation of minimum / maximum diameters of circular features in accordance

    with minimum circumscribed/ maximum inscribed circle method.

    10.1.4.4 Mathematical alignment in work piece co-ordinate system.

    10.1.4.5 Nominal – actual comparison of geometrical elements.

    10.1.4.6 Off-line generation of inspection part program.

    10.1.4.7 Other features, if any, to be specified by the party.

    10.2Contour (2d) Profile Measurement

    10.2.1 Input of 2D nominal profiles through keyboard as well as import from external sources in CAD/ IGES/ DXF formats.

    10.2.2 Measurement of 2D profile and form error measurement w.r.t nominal profile. 10.2.3 Transformation of measured profiles (translation, rotation, offset, array, etc.). 10.2.4 Interpolation of data. 10.2.5 Comparison between nominal and actual points and comparison between nominal and

    actual profiles (in normal and axial directions). 10.2.6 Best fit computation. 10.2.7 Graphic presentation of result with selectable scales/ auto scale on screen/ printer. 10.2.8 Output of measured data and deviations at specified grid intervals. 10.2.9 2D scanning and digitization. 10.2.10 Save the measurement data and export of files in DXF/DWG formats. 10.2.11 Other features, if any, to be specified by the party.

    11.0 Computer System

    The following shall be quoted:

    11.1 Workstation (with latest processor) with multimedia capability, LCD/TFT-21’’ monitor, DVD R/W etc. System should be integrated in a professional manner and schematic sketch to be provided in the quotation.

    11.2 High-speed colour printer.

    12.0 Safety Provision

    12.1 The machine should have built-in safety provision for instantaneous automatic stopping without damage to the machine or the workpiece or the measured data in the event of power interruption or malfunction of the machine/ collision.

    12.2 Protection devices are to be incorporated for the entire electrical system, control circuits and power distribution system and software.

    Distance

    Bisector

    Angle

    Perpendicular

    Normal plane

    Tangent

    Mid-elements

    Intersection

    Projections

  • 13.0 Air Supply System

    The scope of supply includes filtering of air supply for humidity, dust etc. The complete specification of the offered system like specification of oil filter, air pressure gauge etc must be furnished by the party. The air consumption rate, pressure and quality requirement shall be submitted in the quotation.

    14.0 Other conditions and requirements

    14.1 The details of bought out items used in machine (make and specification) should be furnished. It

    should be ensured that the spare parts for the bought out items are readily available.

    14.2 Availability of spare parts shall be ensured at least for the next 10 years.

    14.3 Overall space requirement for installation and operation of machine including control panels,

    computer etc. should be given along with machine layout diagram, door size for installation,

    weight of the heaviest module to be handled during installation etc.

    14.4 Electrical power supply conditions 230V (single phase)/ 440V (three phase), 50Hz.

    14.5 List of existing customers in India with address to whom the same or similar machines were

    supplied along with the year of supply.

    14.6 Customer support facility shall be made available for at least 10 years after expiry of the

    guarantee period. Following details shall be provided in this context.

    14.6.1 Service facilities and personnel availability with your Indian office or Indian agent.

    14.6.2 If no service facility is available in India, nearest country where such facilities are

    available.

    14.6.3 Time required for service personnel to attend any fault after receipt of the information.

    14.6.4 Service contract by supplier or the Indian agent is mandatory. AMC charges beyond the

    warranty period for next 5 years shall be quoted.

    14.6.5 Information on technical updates such as updated software, case studies, feedback from

    other customers etc. including adequate training for effective utilization of the machine

    shall be supplied.

    15.0 Guarantee

    15.1 The machine should be guaranteed for a minimum period of three years after installation and

    commissioning, for defect-free operation with specified accuracies. Any defect observed during

    the guarantee period will have to be repaired / replaced and all the software updates during the

    guarantee period shall be supplied and installed, free of cost, on real time basis (at our site).

    15.2 After commissioning of the machine, performance bank guarantee for 10% of order value (valid till

    the expiry of warranty period) shall be provided.

    16.0 Pre-delivery inspection

    If it is decided by us to carry out pre-delivery inspection and training at supplier’s site, the

    following requirements shall be met.

  • 16.1 Performance test and accuracy demonstration of the machine should be carried out at the

    supplier’s site in presence of our representatives. The machine has to fully assembled and erected

    for this purpose. All the machine accuracies given in Sl. No. 5 and 6 should be proven.

    16.2 Training to our representatives at the supplier’s site for the following.

    16.2.1 Operation of the machine and usage of software in all aspects of measurement and data

    analysis.

    16.2.2 Measurement program generation and demonstration for two IISU provided artifacts.

    16.2.3 Maintenance and trouble shooting.

    17.0 Installation, training and commissioning

    17.1 The machine should be installed at our site by the party. Performance test and accuracy

    demonstration of the machine should be carried out in the same way as was done in 7.0 above.

    17.2 Extensive training (minimum 5 days) should be provided by your personnel at our site after

    installation of the machine. The training should cover application software and basic maintenance

    /troubleshooting.

    17.3 Measurement program generation for minimum 2 types of artifacts shall be done and measurement method shall be qualified during training.

    18.0 Documentation

    All the data and results of testing and calibration of the machine at supplier’s site as well as at our

    site should be properly documented and supplied to us. Calibration certificates (traceable to

    national / international standard) of all the artifacts / reference standards, used for the same, shall

    be provided to us. Two sets each of user manual and service manual (for both mechanical and

    electronic hardware) in English language should also be provided (in soft and hard copy).

    19.0 Offer requirement

    Quotation shall be in two parts.

    19.1 Technical, commercial (with price masked) and contractual.

    19.2 Price bid.

    19.1 Technical, Commercial(with price masked) and Contractual

    19.1.1 A compliance chart should be given for all specification requirements given above (from Sl.

    No. 2 to 14) in step by step and in order. Any specification requirement, which is not

    fully/properly answered will be considered as not available with machine

    19.1.2 The party may give any other relevant information which is not covered in above Sl nos.

    19.1.3 Figures/ drawings, relevant catalogue, photographs and brochures of the equipment should

    be attached.

    19.2 Price bid

    The cost of the basic machine and each essential / optional accessory (both hardware and

    software), as mentioned in Sl. No. 1 to 14 above, shall be quoted separately. Lump-sum price of

    the total equipment (including all accessories) is not acceptable and hence individual cost break-up

    of each item should be provided.

  • GOVERNMENT OF INDIA

    DEPARTMENT OF SPACEISRO INERTIAL SYSTEMS UNIT

    THIRUVANANTHAPURAM 695013

    KERALA, INDIA

    Ph No:

    Fax

    0471-2569317/2569377

    0471-2361813

    Date :24/11/2015

    IISU PURCHASE, VATTIYOORKAVU PO

    M/s

    Dear Sirs,

    Please submit your sealed quotation , in the Tender Form enclosed here along with the descriptive catalogues /

    pamphlets /literature ,superscribed with Our Ref.No. and Due Date for the supply of the following items as per

    the terms & conditions mentioned in Annexure( Form No:

    S.No. Description of Items with Specifications Unit Quantity

    000000

    DOS:PM:22 )

    Tender Due: 29/12/2015on14:00

    2015-001847-01Our Ref No :

    INVITATION TO TENDER

    Hrs IST

    8293

    No 11 Vector network Analyzer, directional coupler and calibration kit. (Details as per annexure)

    DELIVERY AT:

    MODE OF DESPATCH

    DUTY EXEMPTIONS

    SPECIAL INSTRUCTIONS

    SPECIFIC TERMS DOS:PM:22

    NIL

    ON SITE

    IISU

    INSTRUCTIONS TO TENDERERS:

    (1) Technical specifications & drawings as per Annexure-I, (2) General Terms & Conditions as per Annexure II. (3) PT (Two-part) instructions as per Annexure III.

    (4) EMD details as per Annexure IV. (5) We are exempted from Excise Duty, Customs Duty, Octroi, Entry Tax etc., Necessary Certificate will be issued by us, if required. Please quote accordingly.

    (6) Our standard payment terms are '100% payment within 30 days on receipt & acceptance of item' for indigenous suppliers & 'Sight Draft' for foreign suppliers. Pl. confirm accordingly.

    (7) The facility of Inter State Purchases by Govt. Departments against Form-D stands withdrawn w.e.f. 01/04/2007. As such, pl. indicate the applicable CST/VAT percentage clearly.

    (8) To avail the benefits extended by Govt. of India to the Micro and Small sector, pl. submit attested copy of the valid Entrepreneur Memorandum Part-II signed by the General Manager, District industries Centre along with your offer.

    (9) Pl. keep and confirm the offer validity minimum 120 days from the date of opening of tender. (10) Confirm warranty for minimum 1 year from the date of receipt & acceptance of item.

    (11) Confirm submission of PBG @10% of order value, in case of placement of P.O. (12) In a Tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM themselves can bid, but both cannot bid

    simultaneously for the same item/product bid on behalf of another Principal/OEM in the same tender for the same item/product. (13) IISU has the right to cancel the tender without assigning any reason thereof.

  • 8293-201500184701

    Vector Network Analyzer Specifications

    Sr.No. Parameter

    1 Frequency Range 2 No . of Ports & CW sources

    3 Test Port Output Power

    Range 4 Damage Level Damage DC

    Voltage 5 Power Linearity 6 Dynamic Range> 70 MHz @

    10 Hz IFBW 7 Directivity 8 Source Match 9 Load Match 10 Reflection tracking 11 Transmission tracking 12 IF Bandwidth 13 Receiver Step

    Attenuator at receiver Ports 2 & 4 for high power measurements

    14 Measurement's

    15 Calibration Techniques

    16 Sweep Type

    17 Power Sweep range

    18 Harmonics

    Specifications 09 KHz to 4.5 GHz . 4 ports with N connector, 2 independent dual sources for multi port EUT testing -55 dBm to +10 dBm

    +27dBm30 V source power 2: -55 dBm < 1 dB

    > 130 dB for range 70MHz to 4GHz 42 dB@ 4.5 GHz

    33dB@ 4.5 GHz

    41 dB@ 4.5 GHz

  • Directional coupler specifications

    Frequency Range : 10 MHz to 3GHz

    No of Ports : 4 ports

    Impedance : 50 Ohms (nominal)

    Temperature range : 0 to 55 deg C

    Nominal input power : 25 dBm

    Insertion loss : 2.0dB, 0.3MHz to 1 GHz

    2.5dB, 1 GHz to 3 GHz

    Insertion loss deviation : ±0.2 dB

    Coupling factor : -21 dB to -15 dB, 0.3 MHz to 3 MHz 18dB, 0.3 MHz to 3 MHz

    Coupling factor deviation : ±3 dB

    Maximum DC volts

    (coupled arm) : 0 VDC

    Maximum DC amps

    (through arm) : 1 amp

    Accessories

    List of essential connectors and cables are to be included in the quotation.

    Terms and condition

    1. Warranty period for atleast one year shall be provided.

    2. The quote for AMC after the warranty period shall be submitted along with the quotation

    3. Installation and training shall be carried out at customer's site.

    4. The acceptance of the equipment is based on its satisfactory performance at the customer's site.

  • Note :-

    1. Full details and specifications of the items and general instructions to be followed regarding submission of tenders are indicated in the tender documents.

    2. Tender Documents can be downloaded from our website www.isro.gov.in

    and also obtained from the following address on request and submission of tender fee :

    While requesting for Tender Documents please indicate on the envelope as “Request for Tender Documents- Tender No……….. dt……………”.

    3. Tender Fee (Rs. 573/-) shall be paid in the form of CROSSED DEMAND DRAFT

    ONLY. Other mode of payment is not acceptable. The Demand Draft should be in favour of : Sr. Accounts Officer, IISU Accounts, Vattiyoorkavu PO, Trivnadrum-695013 payable at State Bank of India, Main Branch, Thiruvananthapuram – 695 001 [The tender fee is NON-REFUNDABLE] Government Departments, PSUs (both Central and State), Small Scale Industries units borne in the list of NSIC and foreign sources are exempted from submission of tender fee. Those who are coming under the above category should submit documentary evidence for the same.

    4. While submitting your offer, the envelope shall be clearly superscribed with

    Tender No. and Due Date and to be sent to :- Sr.Purchase & Stores Officer, IISU Purchase, Vattiyoorkavu PO, Trivandrum – 695 013

    5. Quotations received after the Due Date/Time will not be considered. 6. IISU, Thiruvananthapuram is not responsible for any postal delay/loss of

    documents in transit. 7. Sr. Purchase & Stores Officer , IISU , Thiruvananthapuram reserves the right

    to accept or reject any/or all the tenders in part or full without assigning any reasons thereof.

    http://www.isro.gov.in/

  • ANNEXURE-II

    GENERAL TERMS & CONDITIONS:

    1. Sales Tax/VAT and other duties/levies where legally leviable are intended to be claimed should be distinctly shown separately in the tender. We are exempted

    from Customs Duty/Excise Duty, Octroi etc., for which necessary certificate will be

    issued, if required. In case of Fabrication Order, if FIM (Free Issue Material) is

    involved, please note that we are exempted from payment of Service Tax vide

    Notification No.25/2012 dated 20/6/2012. While submitting your quotation, these

    points shall be taken into account.

    2. Your quotation should be valid for 120 days from the date of opening of tender.

    3. Preference will be given to those tenders offering supplies from ready stocks and on the basis of F.O.R. Destination/Delivery at site.

    4. The Purchaser shall be under no obligation to accept the lowest or any tender and reserves the right of acceptance of the whole or any part of the tender or portions

    of the quantity offered (split quantity) and the tenderer shall supply the same at

    the rates quoted.

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

    6. The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material, workmanship and performance.

    7. The stores shall be tendered by the Contractor for Inspection at such places as may be specified by the Purchaser at the Contractor’s own risk, expense and cost.

    8. The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed to be essence of the contract and delivery must be completed on

    or before the specified dates.

    9. Should the contractor fail to deliver the stores or any consignment thereof within the period prescribed for such delivery, the Purchaser shall be entitled at his

    option :

    (a) To recover from the Contractor as agreed Liquidated Damages and not by way of penalty, a sum of 10% (ten) 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 store may be in arrears.

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

    11. Our normal payment term for the accepted stores is “within 30 days from the date of receipt of the materials at our site” for indigenous suppliers and `Sight

    Draft’ for foreign suppliers.

    12. Warranty: Warranty of minimum 1 year from the date of receipt and acceptance of the item should be confirmed.

  • 13. Performance Bank Guarantee : Successful Bidder shall submit Performance Bank Guarantee at 10% of the value of the Purchase Order

    obtained from any Nationalized/Scheduled Indian Bank/Foreign Bank of

    International repute (in the case of an import order) executed on non-

    judicial stamp paper of appropriate value, and valid for a period of sixty

    days beyond the date for completion of all the terms and conditions of the

    Purchase Order/expiry date of warranty period.

    14. Guidelines for quoting and placing orders on/through Indian Agents:

    14.1 The Indian Agent on behalf of the foreign principal directly could bid in a tender but not both. Percentage of Agency commission if any included in

    the offer should be explicitly mentioned and will be paid only in Indian

    Currency.

    14.2 Foreign Principal’s Proforma Invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be

    rendered by the Indian Agent shall be mentioned.

    14.3 Copy of the agency agreement between the foreign principal and the Indian Agent, and the precise relationship between them and their mutual

    interest in the business shall be mentioned.

    14.4 Registration and item empanelment of the Indian Agent. 14.5 Agency Commission shall be paid only in Indian Currency. 14.6 Compliance of Tax Laws by the Indian Agent.

    Note:

    Duty Exemption: We are exempted from payment of Excise Duty/Customs Duty/Octroi Duty etc. Necessary duty exemption

    certificate will be provided by us. Pl. quotes accordingly.

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

    You shall provide Performance Bank Guarantee for 10% of Order Value towards Warranty support

  • ANNEXURE –III

    SPECIAL CONDITIONS IN RESPECT OF TWO-PART TENDERS

    PROCEDURE TO BE FOLLOWED BY TENDERERS PART-I : TECHNICAL & COMMERCIAL BID: (a) TECHNICAL DETAILS: Our tender enquiry contains technical requirements and specification of items. The detailed technical specifications of your offer should be covered in this part. This part should not contain Price Details. This should be sent in a sealed envelope duly super scribing the following details on the top of the envelope. (b) COMMERCIAL DETAILS: The commercial terms applicable for this tender such as Delivery terms, Delivery period, Payment Terms, Mode of Despatch, Validity of the Offer, Warranty, Guarantee, Performance Guarantee, Liquidated Damages (for delayed supply), Quantity tolerance etc. shall be covered . The applicable taxes and duties or requirement of Duty Exemption Certificates also shall be indicated in this part. A copy of the price offer by masking prices shall be enclosed to the technical and commercial part (Part-I) to clearly understand as to whether you have provided the prices as desired by the tender document. The technical and commercial part should be put in a sealed envelope and super scribed as follows : PART –II : PRICE BID The price of the item should be indicated in this part with unit rate. The prices are to be mentioned both in figures as well as in words and each page is to be signed by your authorized signatory. Apart from the cost of the items, packing charges, forwarding charges, freight charges (if applicable), installation and commissioning, training charges etc shall be clearly mentioned. Taxes and Duties applicable shall also be mentioned.

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

    The Senior Purchase & Stores Officer IISU Purchase ISRO Inertial Systems Unit Vattiyoorkavu PO. Trivandrum – 695 013, Kerala, India

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

    iii) The offer should be valid for a minimum period of 120 days from the due date. iv) TENDER OPENING The Technical and commercial Bid will be opened on the specified

    day and in case any further clarification/discussions are required, such clarifications/discussions shall be called for before opening the Price Bid.

    v) Late and Delayed Tenders will not be considered. Therefore, please ensure that your tender is posted well in time to reach us before the due date and time.

    vi) Tenders which are not prepared in terms of these instructions are liable to be rejected. vii) Fax offers shall not be considered for TWO PART BIDS. viii) All the pages of your offer should be signed/initialed by competent authority and affixed

    with your Company’s Seal.

  • ix) Either the Indian Agent on behalf of the Principal / OEM or Principal / OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender. If an agent submits bid on behalf of the Principal / OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product.

    x) Note:- YOU MAY CLEARLY SPECIFY ANY EXPORT LICENCE IS REQUIRED AND WHETHER

    THE ITEM CAN BE SUPPLIED ON HIGH SEA SALES BASIS OR RUPEE PAYMENT IN THE TECHNICAL BID ITSELF WITHOUT MENTIONING THE PRICE

    I. Spliting up of the quantities at the time of placement of Order: We would like to have more than one source of supply and the final orders will be given to most eligible ones.

    II. Department /ISRO has the right to cancel the tender without assigning any reason. III. Detailed Technical details/catalogue/data sheet required. IV. Please confirm acceptance of payment term 100% within 30 days from the date of receipt &

    acceptance of item at our site / Sight Draft, in the case of imported item.

    V. The facility to inter-state purchases by Government Depts. Against form-D stands withdrawn with effect from 01/04/07. As such, please indicate CST/VAT applicable.

    VI. We are exempted from payment of Excise duty vide Notification No. 64/95 Dtd. 16/03/95 as amended Notification No.15/07 dated 01/03/07 and amended Notification No.07/08 dated 01/03/08. Customs Duty Exemption Certificate under Notification No.12/2012-Customs dated 17/03/2012 for 100% duty free clearance will be provided by us.

    IMPORTANT : Your offer duly complying with the above formalities should reach us on or before the due date and time prescribed in the Tender Enquiry. Late offers, Delayed offers, Fax Offers and e-mail offers will summarily be rejected.

  • ANNEXURE-IV

    EARNEST MONEY DEPOSIT/BID SECURITY:

    1. Earnest Money Deposit (EMD) or Bid Security is obtained to ensure the earnestness of the vendor in the procurement process. Registered Vendors of IISU/ISRO shall not furnish EMD or Bid Security in the procurement process. Other Vendors participating in the tender process has to furnish EMD through Demand Draft/Banker’s Cheque for Rs.5.00 Lakhs (Rupees Five Lakhs Only) drawn in favour of Sr.Accounts Officer, IISU Accounts payable at State Bank of India, Main Branch, Statue PO, Trivandrum EMD shall be interest free. EMD shall also be furnished in the form of Fixed Deposit Receipts or Bank Guarantee from any lot the Scheduled Banks executed on non-judicial stamp paper of value Rs.200/-. In case of Bank Guarantee, it shall be valid for a period of 45 days beyond the final tender validity date.

    2. Also, Foreign Vendors, Registered Vendors who have already applied for renewal of

    registration, Central PSUs, PSEs, Autonomous Bodies, Micro and Small Enterprises, KVIC, National Small Industries Corporation etc., are exempted from the payment of EMD.

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

    rejected. Vendors seeking exemption from payment of EMD shall submit necessary proof like registration number etc.

    4. EMD of vendor shall be forfeited if the tenderer/contractor withdraws or amends

    his tender or deviates from the tender in any respect within the period of the validity of the tender. Failure to furnish Security Deposit/Performance Bond by a successful vendor within the specified period shall also result in forfeiture of EMD.

    5. EMD shall be refunded to all the unsuccessful vendors within thirty days after

    placement of the Purchase Order. EMD shall be refunded to the successful tenderer/contractor after payment of the Security Deposit. EMD shall be refunded to all the participants in cases where the tender is cancelled or withdrawn by the Centre/Unit, within thirty days from the date of such cancellation or withdrawal.

    6. Security Deposit: On acceptance of the order, you shall submit an interest free amount equivalent to 10% of the total contract/order value towards security deposit valid for a period of 60 days beyond the date for completion of the Purchase Order. This security deposit is collected towards the performance of the Contract. The said Security Deposit shall be submitted either in the form of Bank Guarantee/Demand Draft/PDR receipts duly endorsed in the name of the Centre. The Security Deposit will be returned to you on successful completion of the Contractual obligations; failing which it shall be

    ………

  • Page 1 of 4

    Form No. DOS: PM: 22 Government of India Department of Space

    ISRO INERTIAL SYSTEMS UNIT IISU PURCHASE, VATTIYOORKAVU PO.,

    Thiruvananthapuram- 695 013 Kerala, India

    I. INSTRUCTIONS TO TENDERERS

    1. The Tenderers should submit quotations in duplicate in a sealed envelope, superscribing the Tender No. and due date of opening and complete in all respects with technical specifications, including pamphlets and catalogues.

    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 up to and for air parcel post up to

    Thiruvananthapuram, Kerala, India should be separately indicated.

    b. Agency Commission: The amount of commission included in the price and payable to the Indian Agent of the Contractor shall be paid directly to the Indian Agent 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 Agent immediately after Customs clearance of the goods in India.

    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 will be paid to the Indian Agent directly by the 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, address, telephone/fax Nos. & e-Mail ID 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.

    3. The FOB/FCA and C & F prices quoted should be inclusive of all taxes, levies, duties arising in the tenderer's country. 4. The offer should be valid for a minimum period of 120 days from the due date of opening of the tender. 5. Samples, if called for, should be sent free of all charges. 6. Late and delayed tenders will not be considered. 7. Offers made by Indian Agents on behalf of their Principals, should be supported by the proforma invoice of their Principals. 8. The details of Import Licence will be furnished in the Purchase Order. 9. The authority of person signing the tender, if called for, shall be produced. 10. Instructions / 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.

    11. The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without assigning any reason. 12. It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in writing by the

    Purchaser.

    13. a. Part shipment is not allowed unless specifically agreed to by us. b. As far as possible stores should be despatched by Indian Flag Vessels / Air India through any Agency nominated by

    us.

    14. Inspection / 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.

    15. Where erection or assembly or commissioning is a part of the Contract, it should be done immediately on notification. The Contractor shall be responsible for any loss/damage sustained due to delay in fulfilling this responsibility.

    16. For items having shelf life, those with maximum shelf life should be supplied if order is placed.

    II. TERMS AND CONDITIONS

    1. DEFINITIONS:

    a. The term 'Purchaser' shall mean the President of India or his successors or assignees.

    b. The term 'Contractor' shall mean, the person, firm or company with whom or with which the order for the supply of stores is placed and shall be deemed to include the Contractor's Successors, representatives, heirs, 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 duly authorised intimating the acceptance on behalf of the Purchaser on the terms and conditions mentioned or referred to in the said communication accepting the Tender or offer of the Contractor for supply of stores of plant, machinery or equipment of part thereof.

    d. The term 'Stores' shall mean what the Contractor agrees to supply under the Contract as specified in the Purchase Order.

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

  • Page 2 of 4

    3. TERMS OF PAYMENT:

    3.1 Being a Department of the Government of India, the normal terms of payment 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 undermentioned documents:

    a) Original Bill of Lading / Airway Bill..

    b) 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.

    c) Packing List showing individual dimensions and weight of packages.

    d) Country of Origin Certificate in duplicate.

    e) Test Certificate.

    f) 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.

    g) Warrantee and guarantee Certificate/s vide Clause 20 herein below.

    4. IMPORTANT LICENCE: Reference to Import License No. & date and Contract number & 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 a reasonable time (say within 10-12 days) from the date of bill of lading for sea consignments and within 3-4 days from the date of Air Way Bill for air consignment.

    6. ADDRESS OF INDIAN AGENTS: ……………………………………….

    7. GUARANTEED TIME 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 date specified therein.

    8. INSPECTION AND ACCEPTANCE TEST:

    8.1 The Purchaser's representatives 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 is being manufactured on other premises, the Contractor shall obtain for 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 Contractor from the obligations under this Contract.

    8.2 For tests on the premises of the Contractor or of any of his sub- Contractors, the Contractor shall provide free of cost assistance, labour, material, 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 the effect in writing to the Contractor. The Contractor shall provide copies of the test/s certificates to the purchaser as may be required.

    9. MODE OF DESPATCH: Generally, stores should be despatched through 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: Tiruvananthapuram for Air Cargos and Kochi Sea Port for Ocean vessel cargos.

    11. CONSIGNEE: PURCHASE & STORES OFFICER, IISU STORES ISRO INERTIAL SYSTEMS UNIT VATTIYOORKAVU PO THIRUVANANTHAPURAM - 695013

    12. SHIPPING MARKS. The mark on the shipping documents such as invoice, bill of lading and on the packages should be as follows:

    PURCHASE ORDER NO.:……………........................................... DATE: ....…………………… Government of India, Department of Space ISRO INERTIAL SYSTEMS UNIT Vattiyoorkavu PO Thiruvananthapuram - 695 013 KERALA STATE, INDIA

    Destination: Thiruvananthapuram

    PORT OF ENTRY: Air freight to THIRUVANANTHAPURAM International Airport.

    Sea freight to KOCHI/ CHENNAI/

    13. INSURANCE OF THE STORES: The necessity or otherwise of insurance will be as indicated in the Purchase Order.

    14. CONTRACTOR'S DEFAULT LIABILITY:

  • Page 3 of 4

    14.1. The purchaser may upon written notice of default to the Contractor terminate the Contract in whole or in part in circumstances detailed hereunder:

    a) If in the judgement 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.

    b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of this Contract.

    15. In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the Purchaser reserves the right to Purchase, upon such terms and in such a manner as he may deem appropriate, stores similar to that terminated and the 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.

    15.1 If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights provided in this Article, may require the Contractor to transfer title and deliver to the Purchaser under any of the following clauses in the manner and as directed by the Purchaser:

    a) Any completed stores.

    b) Such partially completed stores, drawing, information and Contract rights (hereinafter 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 material delivered and accepted.

    15.2 In the event the Purchaser does not terminate the Contract as provided in Clause 14, the Contractor shall continue the performance of the Contract in which case he 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 stores 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. In case the purchaser agrees, the price towards replacement items shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably worked out from the tender.

    17. REJECTION: In the event that any of the stores supplied by the Contractor is found defective in material or workmanship or otherwise not in conformity with the requirements of the Contract specifications, 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 14 above, or

    c. acquire the defective stores at a reduced price considered equitable under the circumstances. The provision of this article shall not prejudice the Purchaser's rights under clause 19.

    18. EXTENSION OF TIME: If the completion of supply of stores is delayed due to reason of force majeure such as acts of god, acts of public enemy, acts of Government, fires, floods, epidemics, quarantine restriction, strikes, freight embargoes, etc., 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 in the Contract or any extension thereof, the purchaser shall recover from the Contractor as liquidated damages a 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 so delayed. Stores

    will be deemed to have been delivered only when all their 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 parts are delivered.

    20. GUARANTEE & 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 are found to have developed under proper use arising from faulty materials, design or workmanship, the Contractor shall remedy such defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty.

    c. If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores, such replacements or renewals 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 or replace at the cost of the Contractor the whole or any portion of the defective stores.

    e. The decision of the Purchaser, notwithstanding any prior approval or acceptance or inspection thereof on behalf of the purchaser, as to whether or not the stores supplied by the Contractor are defective or any defects has

  • Page 4 of 4

    enveloped within 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.

    f. To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above, the Contractor shall, at the option of the purchaser, furnish a Bank Guarantee (as prescribed by the purchaser - Bank Guarantee format 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.

    g. 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.

    h. Even while the 12 months guarantee applies to all stores, in case where a greater period is called for by our specifications, then such a specification shall apply, and in such cases, the period of 14 months referred to in Clause 20 (b) and (c) shall be 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 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 crate 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