Post on 13-Feb-2022
REQUEST FOR PROPOSAL (RFP)
FOR
OPERATION AND MAINTENANCE OFHIGH PRESSURE INSTALLATIONS
GENERATING HIGH PRESSUREHYDROGEN, HELIUM, NITROGEN AND AIR
AT IPRC, MAHENDRAGIRI
- 2 -
CONTENTS
CLAUSENO TITLE PAGE
NUMBER1 INTRODUCTION : 52 LOCATION OF FACILITIES : 53 DESCRIPTION OF THE FACILITIES : 64 EQUIPMENT DETAILS & SPECIFICATIONS : 105 SCOPE OF THE BIDDER : 106 DEPARTMENT’S SCOPE : 127 RIGHTS OF THE DEPARTMENT : 138 PERIOD OF CONTRACT : 149 DETAILS TO BE FURNISHED IN THE QUOTATION : 1410 TERMS OF PAYMENT : 1611 TAXES AND DUTIES : 1612 SECURITY DEPOSIT : 1613 WARRANTY : 1714 INSURANCE : 1715 LIQUIDATED DAMAGES : 1716 LIABILITES OF THE DEPARTMENT : 1717 SECRECY : 1718 FORCE MAJEURE : 1819 TRANSFER OR SUBLETTING OF CONTRACT : 1820 SHORT CLOSING /TERMINATION OF THE CONTRACT : 1821 SETTLEMENT OF DISPUTE : 1922 ARBITRATION : 1923 APPICABLE LAW : 1924 GENERAL : 1925 ENTIRE CONTRACT : 22
- 3 -
ANNEXURES
ANNEXURE-1 : Layout plan
ANNEXURE-2 : Details of equipments
ANNEXURE-3 : Specification of equipments & fluids
ANNEXURE-4 : Typical schematic / P&I diagrams
ANNEXURE-5 : Description of property for taking insurance
ANNEXURE-6 : Details of human resources to be deployed
ENCLOSURES
ENCLOSURE-1 : Pro-forma for claiming monthly paymentENCLOSURE-2 : Pro-forma for claiming reimbursement for insurance
- 4 -
DEFINITIONS
Wherever used hereinafter in the RFP, the following expressions shall have thefollowing meanings:
1. ‘IPRC’ means the ISRO Propulsion complex of the Indian Space ResearchOrganization, Department of Space, and Government of India.
2. ‘ISRO’ means the Indian Space Research Organization under the Department ofspace.
3. ‘DEPARTMENT’ means the President of India or his successors, representativesor assigns. In this case THE DIRECTOR, ISRO Propulsion complex,MAHENDRAGIRI – 627 133.
4. ‘BIDDER’ means party who is going to execute the scope of works in this RFP.
5. “LIN” means Liquid Nitrogen
6. “LOX means Liquid Oxygen
7. “LHe means Liquid Helium
8. “LH2” means Liquid Hydrogen
9. “GH2” means Gaseous Hydrogen
10. HIGH PRESSURE INSTALLATION means all facilities connected with storing ofcryogenic fluids and or converting them into high pressure gases such ashydrogen, helium, nitrogen and compressed air at IPRC, Mahendragiri, asdefined in Clause 3 of the Contract.
11. CONSUMBLES means all consumables including lubrication oil, grease, cottonwaste etc., required for carrying out the operation maintenance of HighPressure Facilities, as prescribed in the procedures.
- 5 -
1. INTRODUCTION:
ISRO Propulsion Complex is the lead centre of ISRO, responsible for the
design, development and realization of liquid Rocket engines and stages required
for Satellite Launch Vehicle programmes. Liquid propulsion test facilities at
Mahendragiri is responsible for conducting ground testing on various liquid Rocket
engines & stages for qualification, acceptance, development studies etc. and the
integration of stages for launch and test purposes. Ground testing programme
requires various key facilities for supporting these tests.
Integrated Liquid Hydrogen Plant (ILHP), one among the key facilities, is
responsible for servicing of propellants, high pressure fluids and cryogenic fluids.
Propellants and service fluids are being procured/collected from production
plants, analyzed in laboratory at Mahendragiri, serviced to different user points
based upon the requirements. Chemical analysis of the propellants and fluids are
also being carried out and certified by Dept. High pressure Hydrogen gas required
for cryogenic tests conducted at IPRC is being produced at Hydrogen Gas plant
(HGP).
It is proposed to handover, operate and maintain the following facilities on
contract in round the clock basis:
1. Hydrogen Gas Plant (HGP).
2. High pressure Installation (HPI).
3. Cryo High pressure Installation (CHPI).
4. High Pressure LOX Conversion Facility near SPTF
The location of these facilities is given in Annexure -1. These facilities are
designed to generate and supply high pressure Helium, Hydrogen, Nitrogen and Air
required for the various test activities at Mahendragiri.
2. LOCATION OF FACILITIES:
The facilities are located at three different areas as shown in layout plan -
Annexure – 1. Hydrogen gas plant (HGP), located at B group area houses Hydrogen
gas production equipments and high pressure Hydrogen gas compressors. HPI
located at B group area houses high pressure compressed air systems and high
- 6 -
pressure Liquid Nitrogen conversion systems. CHPI located at B group area houses
high pressure Liquid Nitrogen conversion system, high pressure Liquid Helium
conversion system and mobile gas cylinder filling system. High Pressure LOX
Conversion Facility near SPTF houses high pressure LOX pumping system and
evaporator. ILHP is located inside IPRC, Mahendragiri at 2KM from the main gate.
3 DESCRIPTION OF THE FACILITIES:
3.1. HYDROGEN GAS PLANT (HGP)
3.1.1 The plant area is about 7000 sq.m. Equipments such as LH2 vaporizer, H2 gas
compressors, water chiller, cooling towers, cooling water circulation pumps, H2
gas purification unit. Fire station, four pole structure with transformer, AVR and
GLR water tanks are located outside the plant. Integrated Liquid Hydrogen Plant
(ILHP) supplies LH2 in 10m3 and 5m3 tankers to HGP for gas conversion. The LH2 is
converted into GH2 in an evaporator and using the H2 gas compressors the GH2 is
compressed to high pressure and supplied to various test facilities. HGP is
connected with the stationary cylinders at Main Engine and Stage Test Facility
(MET) and Sub scale Engine Test Facility (SET) and Thrust Chamber Facility (TCT)
through yard piping for filling Hydrogen gas. Continuous operation of the HGP is
envisaged. The details of the equipments in the facility are given in nnexure-2 and
the detailed specification of the equipments in HGP is given in Annexure –3.
3.1.2 Maintenance work of Hydrogen gas compressors shall be carried out by the bidder
as directed by the department. This includes disassembly of all three stages
(including diaphragm stages) of compressor, pipelines, valves (Suction, discharge,
condensate) and intercoolers of all stages and replacement of worn-out parts. The
required spares will be supplied by Department. Finally the assembly of
compressor shall be carried out.
3.2. HIGH PRESSURE INSTALLATIONS (HPI):
3.2.1 The plant area is 2500 sq.m. It houses two Air compressors systems with
auxiliary dryer cooling water pumps & towers and high pressure
Liquid Nitrogen conversion systems. The details of the equipments in the
facility are given in Annexure-2 and detailed specification of equipments is given
in Annexure-3. The electrical power and cooling water required for the facility
- 7 -
operations are provided by the Department. Electrical distribution panels for
individual systems are provided at each room.
3.2.2 High pressure air is required in very large quantity at High Altitude Test (HAT)
facility (200m away), Scramjet Facility (SPTF) (200m away) and Auxiliary
Test Stand (ATS) facility (300m away). Both the compressor systems are required
to be operated continuously on-round-the-clock basis, to meet the test
schedules. High pressure air is passed through dryer for ensuring the outlet Air
quality meeting the specified moisture level of less than 10 ppm. High pressure
Air is filled at test stand storage cylinders using dedicated yard pipe lines running
between these facilities. The operations related to charging of HAT facility
cylinders (2.2m3 x 20 Air cylinders) at 300 bar shall be carried out by the
contractor. A control room is provided for the operators to work and monitor the
Air compressors operation. The control room will be also utilized for seating the
people in addition to 250 bar air compressor operations.
3.2.3 Maintenance work of Air compressors shall be carried out by the bidder as directed
by the department. This includes disassembly of all Five stages of compressor,
pipelines, valves (Suction, discharge, condensate) and intercoolers of all stages
and replacement of worn-out parts. The required spares will be supplied by
Department. Finally the assembly of compressor shall be carried out.
3.2.4 Liquid Nitrogen from a transport tanker is unloaded to the storage tank and
converted into gaseous Nitrogen. High pressure GN2 at 350 bar is required for
every test operation. The LN2 conversion shed is a well ventilated 121m2 area
provided with gates. It houses a 15m3 liquid Nitrogen storage tank, pumps &
vaporizers and accumulator. The system shall be operated and monitored locally.
Gaseous Nitrogen is supplied to HAT, SET & PTS test facilities which are 500m,
100m and 1000 m away respectively through yard pipe lines. The operations
related to charging of HAT (2.2m3 x 40 GN2 cylinders) at 300 bar, PTS & SET
facility cylinders including operation of valves of cylinders, shall be carried out by
the bidder.
- 8 -
3.2.5 Maintenance work of Liquid Nitrogen pumps shall be carried out by the bidder
as directed by the department. This includes disassembly of Cold end, Crank drive,
pipelines, valves (Suction, discharge) and replacement of worn-out parts. The
required spares will be supplied by Department. Finally the assembly of Liquid
Nitrogen pumps shall be carried out.
3.3 CRYO HIGH PRESSURE INSTALLATIONS (CHPI):
The plant area at HPI-Cryo facilities is 2500 sq.m. It houses High Pressure Liquid
Nitrogen Conversion system, High Pressure Liquid Helium conversion system
including high pressure Helium compressor unit, and a maintenance room. The
maintenance room (4 m x 3.5 m ) can also be utilized for seating the bidder’s
personnel common for all facilities.
3.3.1 LN2 conversion system is located in a well ventilated high roofed shed of 185 m2
and the Helium compressor is located in 100 m2 room. The control room and
maintenance room are 24 m2 each. Liquid Nitrogen from a transport tanker is
unloaded to the storage tank. From the storage tank Liquid Nitrogen is pumped to
high pressure using reciprocating pumps and then converted into gaseous Nitrogen
by passing through ambient vaporizer. High pressure nitrogen gas is supplied to
TPT, MET & TCT facilities at a distance of 100m, 500m and 1000m respectively. The
operations related to charging of cylinders at TPT, MET & TCT facilities, including
the operation of valves of cylinders shall be carried out by the contractor. The
mobile gas cylinders with GN2 filling is also carried out.
3.3.2 Maintenance work of Liquid Nitrogen pumps shall be carried out in the control room
by the bidder as directed by the department. This includes disassembly of Cold
end, Crank drive, pipelines, valves (Suction, discharge) and replacement of worn-
out parts. The required spares will be supplied by department. Finally the assembly
of Liquid Nitrogen pumps shall be carried out.
3.3.3 Helium is sourced by 2 modes. For requirement in small quantity, Helium is brought
in cylinder quads in trucks. In such case, Helium is regulated and compressed to
high pressure. Alternatively for requirement in large quantity, Liquid Helium at low
- 9 -
pressure from transport tanker is converted to Gaseous Helium by passing through
ambient vaporizer and then compressed to high pressure. Helium and Nitrogen
tanker parking are provided in an open area covered with fencing. High pressure
gaseous Nitrogen and gaseous Helium is supplied to TPT, MET & TCT facilities
through yard pipe lines and maintenance of the same is carried out in regular
intervals. The contractor shall be responsible for operations of the valves on the
cylinders at the test stands also.
3.3.4 Maintenance work of Helium compressor shall be carried out by the bidder as
directed by the department. This includes disassembly of all Piston and diaphragm
stages of compressor, pipelines, valves (Suction, discharge, condensate) and
intercoolers of all stages and replacement of worn-out parts. The required spares
will be supplied by Department. Finally the assembly of compressor shall be carried
out.
3.3.5 Each Helium quad having 54 Nos of 50 litres capacity Helium gas cylinders arranged
in 9x6 matrix form are to be hydro tested once in five years. For conducting hydro
test Helium cylinder quad is to be dismantled from the structure and to be
transported to Gas Cylinder Test Facility(GCTF) which is available about 2km from
CHPI for testing. These cylinders after testing are to be transported back to CHPI
and assembled as a quad. The details of the equipments in the facility are given in
annexure-2 and detailed specification of equipments is given in annexure-3.
3.4 3.4 HIGH PRESSURE LOX CONVERSION FACILITY NEAR SPTF:
The LOX conversion facility mainly caters the requirements of SPTF test activities
at HAT area. The LOX pump and evaporator are located in HAT area.
They are to be operated and GO2 will be supplied to SPTF for test activities.
3.4.1 Maintenance work of Liquid Oxygen pump if any shall be carried out by the bidder
as directed by the department. This includes disassembly of Cold end, Crank drive,
pipelines, valves (Suction, discharge) and replacement of worn-out parts. The
required spares will be supplied by Department. Finally the assembly of Liquid
Oxygen pump shall be carried out.
- 10 -
3.5 3.5 LIN/LOX TRANSFER OPERATIONS:
The Liquid Nitrogen (LIN) and Liquid Oxygen (LOX) transfer operations are to be
carried out at the above facilities and at the storage facility by the bidder
personnel.
4 EQUIPMENT DETAILS & SPECIFICATIONS:
The details of various equipments of all facilities are given in annexure – 2. All
these equipments are rated for continuous duty. The specifications of these
equipments and the fluids handled by them are given in annexure-3.The Typical
schematic / P&I diagrams are given in annexure-4
5 SCOPE OF THE BIDDER:
5.1 The operation and maintenance of HGP,CHPI ,HPI & LOX conversion Facilities for
generating high pressure Hydrogen, Helium, Nitrogen, Oxygen & Air on round the
clock basis in order to meet the gas requirements of IPRC based on the schedules
given by the department, from time to time, using the utilities and resources
supplied by the Department.
5.2. a) HPI including operation of LOX pumping system will be generally operated on two
shift basis in a year. It requirement arises 3rd shift operation is to be performed. For
each shift of operation and routine maintenance following manpower is to be
necessarily engaged.
A. General shift - 1 Diploma + 1 ITI per shift
(I shift) - In addition, 1 ITI (Instrumentation) and 1 ITI (Electrical) are
to be engaged which are common for 5.2 (a) and (b)
B. II shift - 1 Diploma + 1 ITI per shift.
C. III shift - 1 Diploma + 1 ITI per shift based on requirements.
Entire operation is subject to requirements as decided by Department.
b) CHPI will be generally operated on two shift basis for 11 months in a year.
Generally HGP will not be operated. It may be operated for one month in a year
and hence pooled with CHPI. For each shift of operation and routine
maintenance, one Diploma Engineer and one ITI (Fitter) are to be necessarily
engaged. Entire operation is subject to requirements as decided by Department
c) For Transfer operation and sample collection of
LN2/LOX/LH2/LHe/GN2/GHe/GH2 from tanker/cylinder 2 ITI (Fitters) are to be
engaged on general shift subject to requirement as decided by Department.
- 11 -
d) The details of human resources to be deployed for every shift is given in
Annexure: 6.which is to be deployed subject to shift operation requirements as
decided by the Department.
5.3 Maintenance of the plants and machineries on` As is Where is Condition’, as
handed over to the bidder, throughout the period of Contract in order to
ensure uninterrupted supply of high pressure fluids to test operations. This shall
include
• Hydrogen compressors in HGP area, Air compressors and LN2 pumps in HPI
area & LOX Pump in HAT area and Helium compressor and LN2 pumps in CHPI
area and yard pipe lines as defined in clause no. 3.0.
• Testing of flow components and tanks and calibration of Instruments.
IPRC will provide required tools and instruments.
5.4 Ensuring safety of the operating personnel and plant and machinery in the
above facilities.
5.5 Ensuring security, safety and fire fighting using the installed fire hydrant system.
Department/ Bidder shall be the focal point for safety and quality.
5.6 The bidder should comply with the Department regulations regarding the entry of
their personnel. The bonafide and antecedents of the bidder’s personnel shall be
verified & certified by local authorities and the same shall be submitted to
Department at the time of applying for entry permit. The bidder personnel are
strictly prohibited from entry into areas other than those mentioned in the entry
permit.
5.7 Bidder shall arrange transport and other logistics required inside Mahendragiri for his
man power. For transportation of materials between facilities of HPI, CHPI, HGP and
ILHP, vehicle will be provided by IPRC.
5.8 The personnel deputed against the contract shall not be replaced without our
written clearance and in case if exigency situation, replacement shall be
entertained, for which clearance from the Department is a pre-requisite.
5.9 The bidder shall also carry out the following works related to operation and
maintenance of the facilities:
- 12 -
5.9.1 Bidder shall arrange sampling of LIN/LOX/LHe from tankers received from suppliers
and handing over to ILHP Lab for analysis. The bidder shall also arrange samples of
GN2/GH2/GHe/Air from cylinders. The sample bottles will be supplied by
Department.
5.9.2 The bidder shall be responsible for loading & unloading of Liquid Nitrogen from
transport tanker to storage tank available at HPI, CHPI, Integrated Cryo Fluids Storage
Facility (ICFS) & Integrated Liquid Hydrogen Plant (ILHP).Also testing of LOX/LIN
tanks available at ILHP,ICFS,HPI,CHPI & Flow components and Calibration of
instruments such as Pressure gauges, Pressure transmitters, Temperature
transmitters, Level gauges etc, which are mounted in the tanks and equipments is
also the responsibility of the bidder. In ICFS & ILHP there are 2 Nos. of 75m3 (total 4
Nos.) storage tanks are available.
5.9.3 All cylinders available in the above facilities (CHPI, HPI & HGP) will be transported to
GCTF, IPRC for requalification test once in 5 years. Bidder has to carryout all manual
operations such as dismantling, loading, unloading, re-assembly, etc. However the
material handling equipment with operator will be provided by the Dept.
5.9.4 Housekeeping within the premises of each facility is the responsibility of the bidder.
5.9.5 The scope also includes maintaining logbooks, maintenance history of
equipments/system, Inventory records of spares & consumables, records of cylinders,
SRV testing, pressure gauges, instruments and test certificates, records of fluid supply
and receipt, route cards, chemical analysis certificates etc required for the operation
and maintenance of the facilities.
6.0 DEPARTMENT’S SCOPE:
6.1 Department shall provide plant and machinery required for the plant operation and
maintenance.
- 13 -
6.2 Department shall provide input materials, electricity and water at free of cost for
the facilities. All the required spares for the maintenance of the plant will be
supplied by Department at free of cost. However worn-out spares shall be returned
to Department. The tools required for the above work will be given by Department.
6.3 Fire extinguishers, sprinkler system will be provided by Department.
6.4 Subject to availability, during normal office hours on all working days, the first aid
medical service can be provided in case of emergency.
6.5 In case of fire, Department fire tender can be made use of on call basis.
6.6 Building maintenance such as painting, replacement of electrical items such as
bulbs, tubes, fan and a/c etc will be carried out by CMG/IPRC. The bush clearance
within the premises of the facilities and on both sides of the air, N2, H2, and He
pipe lines shall also be carried out by CMG/IPRC.
6.7 IPRC will arrange for calibration of the pressure transmitters, pressure switches, and
Temperature sensors in its calibration facility where ever required.
7.0 RIGHTS OF THE DEPARTMENT
7.1 The Department reserves to verify the educational qualification and other details of
the bidder’s employee.
7.2 The Department reserves the right to terminate any of the bidder’s employee if
found unfit at any stage.
7.3 The Department reserves the right to deduct the payment in case of failure of thebidder to operate the facilities.
7.4 The Department reserves the right to augment/ modify the existing plant to
the minor extends.
7.5 The Department reserves right to verify the Insurance policies for the plant and
group insurances for the bidder’s personnel.
7.6 Depending upon the work load, the Department reserves the right to redeploy
the manpower required in different facilities and in different shifts.
- 14 -
8 PERIOD OF CONTRACT:
Period of contract is one year from the date of handing over of the plant to the
Contractor and it can be extended for further two years with escalation as per
clause no: 9.4 of RFP.
9 DETAILS TO BE FURNISHED IN THE QUOTATION:
9.1 Bidder eligibility criteria for qualification:
Sl.No Description Document to be produced
1 Annual turnover Annual turnover details – Minimum
13.70 Lakhs/year
2 Pan card Copy of Pan card
3 Service Tax RegistrationCopy of Service Tax Registration
certificate
4Registration with central labour
office
Copy of registration document
with central labour office
5 Any other documents Copy of documents
The working personnel shall have experience in operation and maintenance of
LIN/LOX pumps, Air compressors, Helium & Hydrogen compressors for at least 5 years.
The details of human resources to be deployed is given in Annexure:6 which is to be
deployed subject to shift operation requirements as decided by the Department.
9.2 The price shall remain firm and fixed for the entire period of the contract. The
Contract Manager of the Department will decide the shift operations based on the
requirements.
- 15 -
9.3 The quotation shall have the breakup cost of following:
SL.
NODESCRIPTION
QTY/
MONTH
QTY/
YEARCOST IN
(RS) PER
MONTH
TOTAL
COST IN
(RS) PER
YEAR
Unit No Unit No
1High Pressure Installations (HPI)
and LOX pumping system as per
Clause No: 3.2.2,3.2.4, 3.4 and
5.2 (a)
(i) General shift
(ii) Other Two shifts
Per
shift
26
52
Per
shift
312
624
2
Cryo High Pressure Installations
(CHPI) and Hydrogen Gas Plant
(HGP) as per Clause No:
3.3.1,3.3.3,3.1.1, and 5.2 (b)
(i) Two shifts
Per
shift
52
Per
shift
624
3
Transfer operation and sample
collection of
LN2/LOX/LH2/LHe/GN2/GHe/GH2
from tankers/cylinders as per
Clause No: 5.9.1 & 5.9.2 and
5.2(c).
(i) General shift
Pershift
26
Per
shift
312
4Printed Log book & documents
each 200 page No 100
Total
Note: General shift timing – 9.00 to 17.00 hrs
Other shift involves 8 hours operation.
- 16 -
9.4 The prices shall be firm and fixed during the currency of the contract. If the
Department decides to extend the period of contract for a period beyond 18
months, then escalation charges is applicable as per CPI formula after 18 months
from the date of original purchase order. The CPI formula is follows:
V = C x Ix - Ib
Ib
V = Increase/Decrease in price at the time of renewal.
C = Base contract value.
Ix = AICPI (Industrial works) in previous month of renewal of contract.
Ib = AICPI (Industrial works) in the month of signing contract.
10 TERMS OF PAYMENT
Payment shall be made once in a month based on the certification of work by
Contract Manger of Department.
11 TAXES & DUTIES:
The Department shall pay Service Tax to the bidder at the rates fixed by the
Government from time to time, on demand. Proof of remittance towards Service
Tax shall be furnished to Accounts Officer, IPRC in the ensuing month, failing which
payment shall be withheld and the Contract shall be terminated without any notice.
12. SECURITY DEPOSIT:
The bidder shall submit an interest free Security Deposit for an amount equivalent
to 10 % of value of Contract, in the form of Bank Guarantee, obtained from any of
the Scheduled Banks, executed on non-judicial stamp paper of appropriate value,
and shall be valid for a period of sixty days beyond the date for completion of
the Contract, immediately after signing of the contract towards due performance
of the contract. After successful completion of the contractual obligations, the said
Security Deposit shall be returned to the contractor upon certification by the User
Division. In case of non-compliance of any of the contractual obligations, the said
Security Deposit shall be forfeited /adjusted by the Department.
- 17 -
13. WARRANTY:
The bidder shall ensure the performance of the plant machineries and overall
performance of the system, as required by the contract, during the period of
contract. The bidder shall remedy at their own expense the defects caused due to
willful damage/careless operation by their personnel.
14. INSURANCE:
14.1 Plant insurance to protect against earth quake, fire, natural calamities, etc.The
plant insurance shall be taken as per directions given by Department and the
premium for the plant insurance will be reimbursed by Department at actuals. The
details are given in Annexure-5.
14.2 The bidder’s personnel shall be covered under a Group Insurance Scheme
immediately after signing of the contract and the premium shall be borne by the
bidder and the same shall not be reimbursed by the Department. Copy of the
policy shall be forwarded for our records.
15. LIQUIDATED DAMAGES:
Contract period indicated at clause no.8 shall be deemed to be the essence of the
contract. In the event the bidder does not take over the plant within the time
specified in the contract or any extension thereof allowed by the Department, the
Department shall have the right to recover from the bidder’s liquidated damages a
sum at the rate of ½ % per week not exceeding a total of 10% of the overall cost of
the contract on pro-rata basis from monthly payment.
16. LIABILITY OF THE DEPARTMENT:
IPRC is not responsible for any payment / compensation other than those
mentioned in the contract.
17. SECRECY:
Any data furnished to the bidder by Department or by the bidder to Department
shall be treated as confidential which shall not be disclosed by the bidder and their
personnel to a third party during and after the contract period. All the drawings
- 18 -
and documents provided to the bidder shall be treated as confidential and should
not be taken out of Departments’ premises.
18. FORCE MAJEURE:
Should a part or whole of the works covered by this contract could not be executed
due to reasons of force majeure each party undertakes to advise the other as soon
as it becomes aware of the circumstances of such force majeure so that actions
under the provisions of this contract can be mutually reviewed and agreed upon
between the bidder and the Department.
19. TRANSFER OR SUBLETTING OF CONTRACT:
The bidder shall not unless prior permission obtained in writing from the
Department transfer or sub let the work under the contract either in whole or in
part for the fulfillment of the contractual obligations vested with them.
Department reserves the right to refuse the permission without assigning any
reason thereof.
20. SHORT CLOSING/ TERMINATION OF THE CONTRACT:
20.1 In case of failure on the part of bidder for taking over the whole facilities within a
period of three months from the date of signing of the contract, Department
reserves the right to terminate the contract and the Security Deposit shall be
forfeited in total.
20.2 In case of non performance of the bidder in fulfillment of the contractual
obligations vested with them, Department reserves the right to terminate wholly
and notify the bidder accordingly. In such case also the Security Deposit shall be
forfeited in total. On receipt of short closing/termination notice the bidder shall
take all necessary steps for winding up of the contract in line with the notice
within a reasonable period but in any case not later than 3 months from the date of
issuing the notice.
20.3 In case of major changes in the policies of the Government of India as a result of
which the Department is compelled to curtail its requirements wholly or partly,
Department and the bidder shall enter into negotiations to mutually agree to
- 19 -
terminate this contract wholly or partly. The compensation, if any, to be paid to
the bidder shall be agreed to by mutual negotiations.
21. SETTLEMENT OF DISPUTE:
Any dispute or difference including those considered as such by one of the parties
arising out of or in connection with this contract shall be to the extent possible
settled amicably between the parties represented by the bidder. In case the bidder
could not resolve these issues the same shall be referred to arbitration.
22. ARBITRATION:
All and any disputes arising out of or in connection with the present agreement
which cannot be settled amicably by mutual consultation shall be referred for
Arbitration. Arbitration shall be conducted in accordance with Indian Arbitration
and Conciliation Act, 1996 by sole Arbitrator appointed by Director, ISRO Propulsion
Complex. The place of Arbitration shall be Tirunelveli. The Arbitration award shall
be final and binding on both the parties.
If any fault or negligence found on the side of the bidder or by act or omission
causes damage to the Department the bidder is obliged to pay damages done even
though no pre-existing contractual relation between the parties.
23. APPLICABLE LAW:
This contract shall be governed by and interpreted and construed in accordance
with the laws of India. The Department shall not be responsible if the bidder
infringes the laws or statutes in force during the currency of the contract.
24. GENERAL:
24.1 The bidder is solely responsible to compensate fully for the damage if any caused
to Department’s properties / personnel and bidder’s properties /personnel,
during operation / maintenance.
24.2 The bio-data of all bidder’s personnel shall be submitted to the Department for
scrutiny and approval. Only approved bidder’s personnel shall be engaged for the
works. In case of filling of vacancies during the contract period also the same
procedure shall be followed.
- 20 -
24.3 Only three National holidays and five more holidays will be declared as closed
holidays for their work. Normally Sunday will be a closed holiday. However the
bidder shall operate the facility on Sundays also, if required occasionally. Five
more holidays mentioned above can be declared at the start of each year after
consultations with the Department.
24.4 The bidder shall be liable to pay Employee’s contribution, Employer’s
contribution towards EPF and ESI after deducting the same from the bill, at the
rates prescribed by the respective Organisations/Departments.
24.5 The bidder should strictly adhere to all statutory rules/labour laws and
regulations regarding the EPF, ESI etc. Any violation of the above statutory
provisions currently applicable will be sufficient reasons for termination of this
Contract. Documentary proof for remittance towards EPF & ESI shall be furnished
to Accounts Officer, IPRC in the ensuing month, failing which payment shall be
withheld and the Contract shall be terminated without any notice.
24.6 In case, the bidder fails to carry out the work satisfactorily, the Contract is liable
to be terminated forthwith, without notice, and alternative arrangements made to
get the work executed. Any loss incurred to the Department in this regard is also
liable to be recovered from the bidder and they will not be considered for future
Contracts in IPRC.
24.7 The bidder should replace personnel violating the security, safety and other
guidelines of IPRC/Department of Space.
24.8 The bidder and his/her personnel should abide by all security instructions of the
Department of Space/IPRC. They will not be permitted to move in the campus
without cause and shall not be permitted to do any work other than the work
indicated in the Work Order.
24.9 If persons engaged by the bidder are found responsible for any theft, damage,
deface, break or destruction of any installation/fittings etc., in the institution,
the bidder shall make good the loss, at bidder’s cost.
- 21 -
24.10 The bidder shall take all safety precautions required for the execution of the
work. The Department will not in any way be responsible for any
injury/damage that may be caused to the bidder or their personnel during the
execution of the work.
24.11 In case of any injury or death caused to any of the persons during the course of
engagement the responsibility shall solely rest with the bidder.
IPRC/Department shall not be responsible for loss of life of the bidder’s
personnel caused at IPRC site. The bidder shall alone be responsible for any
compensation for which they shall take adequate insurance policy/policies at
their cost and expenses from time to time.
24.12. In case while on duty and during the course of engagement in the work
premises of IPRC under this Work Order, if any of the bidder’s workforce
meet(s) with any injury, indisposition due to accident or other natural
calamities, the bidder shall ensure that immediate and adequate medical and
viz., First – aid and subsequent treatment facilities are provided to the
person(s) concerned free of cost and without fail. In addition, the bidder shall
also be liable for meeting the statutory liabilities under the ESI/EPF or
Workmen’s Compensation Act as detailed above.
24.13 All the personnel deployed by the bidder by virtue of this Contract shall remain
the employees of the bidder only and they shall not acquire any claim
whatsoever for employment in IPRC or right for regularization as employees of
IPRC/Department of Space or for continued engagement under
IPRC/Department of Space. The bidder or the personnel engaged by the bidder
shall not have any right to claim for employment based on the work done
through this Work Contract.
24.14. Bidder shall submit a declaration to the effect that none of the persons
engaged by his/her has a criminal background to the Sr. Administrative Officer,
IPRC before executing the work assigned to them.
- 22 -
24.15. The bidder shall comply with all Acts, Laws including the Contract Labour
(Regulation & Abolition) Act, 1970 or other statutory rules, regulations, bye-
laws applicable or which might be applicable.
25.0 ENTIRE CONTRACT
The terms and conditions herein contained or incorporated constitute the
entire Agreement between the parties hereto and shall supersede all previous
communications, representations or agreements, either oral or written,
between the parties hereto with respect to the subject matter hereof and no
Contract or understanding varying or extending the same shall be binding upon
either party unless in writing, signed by a duly authorized Officer or
representative.
- 23 -
Annexure –22. DETAILS OF EQUIPMENTS
HIGH PRESSURE INSTALLATION:
4. HP Aircompressorsystems
a. Multi stage lubricated water cooled reciprocatingair compressor with 150KW electric motor and airdryer.
1
Multi stage lubricated water cooled reciprocating aircompressor with 100 KW electric motor and air dryer.
1
Cooling water pumps 2
Cooling towers 2
5.High pressureLN2
pumping systems
LN2 storage tank 1
LN2 high pressure pumps2LN2 high pressure evaporators 2
GN2 storage vessel 1
6. EOT crane Electrical operated overhead trolley, micromovements 1
Sl.No SYSTEM DESCRIPTION QTY.
HYDROGEN GAS PLANT
1.Hydrogen gasconversionsystem
Atmospheric evaporator 1
Buffer vessel 1
2.Hydrogen gascompressionsystem
Burton corblin H2 compressor 1
Andreas Hofer H2 compressor 1
3. Blowercompressor
To maintain positive pressure in electrical panelroom & Gas analyser room.
2
- 24 -
CRYO HIGH PRESSURE INSTALLATION:
7.
High pressureLN2
Pumpingsystems.
LN2 storage tank 1
LN2 High pressure pumps & Evaporators 2
8.High PressureLiquid Heliumevaporation andcompressionsystem.
Liquid Helium evaporator 1
Non-lubricated piston and diaphragmcombination, multistage, water cooled helium gascompressor.
1
Cooling water pumps 2
Cooling water tower 1
9. High pressuremulti cylinderfilling andstorage
Gaseous Helium storage cylinder 1
Gaseous Nitrogen storage cylinder. 1
Gaseous Helium cylinders 200
Gaseous Helium cylinders 80
10. High pressure Aircompressorsystem
Multi stage lubricated air cooled reciprocating aircompressor with 180 KW electric motor and air dryer
1
11. JIB Crane -- 1
- 25 -
Annexure - 3SPECIFICATION OF EQUIPMENTS & FLUIDS:
Specification of equipments at HGP:
a) AtmosphericEvaporator
MaterialTotal lengthOperating pressure
Copper15 metre4 bar
b) Buffer vesselMaterialCapacityOperating pressure
SS 3045 m34 bar(g)
c) Burton CorblinHydrogenCompressor
TypeModel noFluid HandledNo of StagesCapacitySuction PressureSuction TemperatureDischarge PressureDischarge TemperatureMotor PowerMotor type
Cooling Water flowCooling water TemperatureCooling water Pressure
DiaphragmD123 HG 5/4HydrogenTwo33.5 Nm3/hr3 bar(g)390 C350 bar(g)400 C max22 KWExplosion proof asper EExdllC1100 lits/hr300 C4bar(g)
d) Andreas HoferHydrogenCompressor
TypeModel noFluid HandledNo of StagesCapacitySuction PressureSuction TemperatureDischarge PressureDischarge TemperatureMotor PowerMotor type
Cooling Water flowCooling water TemperatureCooling water Pressure
DiaphragmMKZ 470-5/260-40HydrogenTwo33 Nm3/hr2 bar(g)300 C350 bar(g)400 C max18.5 KWExplosion proof asper EExdllC900 lits/hr300 C4 bar(g)
- 26 -
Specification of equipments at CHPI,
Specification of LN2 storage tank
Type : Horizontal, Cylindrical shell with dished end, double
walled, evacuated perlite insulated type.
Capacity : 20,000 L
Working Pressure : 13 bar(a)
Design Pressure : 14 bar(a)
Test Pressure : 19 bar(a)
Specification of LN2 pumps & Evaporator
Type : Reciprocating piston with supercharger
Flow rate : 10.3 liters/ minute
Suction pressure (max) : 15 bar(a)
Working pressure : 400 bar(a)
Required NPSH : 0 (Super charger)
Quantity : 2 Nos.
Evaporator:
Type : Vertically mounted, Aluminium finned SS tubular,
Ambient LN2 evaporator
Max. working pressure : 400 bar(a)
Hyd. Test pressure : 600 bar(a)
Make : Cryo Mec AG Switzerland
Specification of Liquid Helium Evaporator:
Type : Ambient air, vertical column type natural draught
Capacity : Not less than 150 Nm3 /hr GHe
Max. working pr. : 6 bar(a)
Min. working pr. : 2 bar(a)
- 27 -
Specification of Helium Compressor System
Type : Oil free reciprocating water cooled piston/ diaphragm
GHe compressor
Capacity : 120 NM3/hr. GHe.
Suction
From GHe evaporator : 2 bar to 5 bar(a)
From GHe cylinder : 2 bar to 180 bar(a)
Suction temperature : 40 C
Oil content : <3mg/m3
Discharge
Pressure : 400 bar
Temperature : 45 C
Oil content : < 3mg/m3
Specification of 50 L cylinder
Gas capacity - 8.0cum
Maximum working pressure - 150 bar(a)
Hydro test pressure - 250 bar(a)
Specification of Equipments at HPI
Specification of Air compressors:
I. 350 BAR AIR COMPRESSOR:
Type - Reciprocating
Fluid handled - Air
No. of stages - 5
Capacity - 400 Nm3/hr.
Suction pressure - 0 bar (g)
Suction temperature - Ambient
- 28 -
Discharge pressure - 350 bar (g)
Discharge temperature - 400C max.
Motor power - 150 KW
II. 250 BAR AIR COMPRESSOR:
Type - Reciprocating
Fluid handled - Air
No. of stages - 5
Capacity - 250 Nm3/hr.
Suction pressure - 0 bar (g)
Suction temperature - Ambient
Discharge pressure - 350 bar (g)
Discharge temperature - 400C max
Motor Power - 100 Kw
III . 350 BAR AIR COMPRESSOR(AIR COOLED):
Type - Reciprocating
Fluid handled - Air
No. of stages - 5
Capacity - 400 Nm3/hr.
Suction pressure - 1 bar
Discharge pressure - 350 bar (g)
Discharge temperature - 400C max.
Motor power - 180 KW
Cooling - Air
Lubrication - Oil
FLUID SPECIFICATION:
1. HELIUM
Grade : A.4.5
Purity : 99.995%
- 29 -
IMPURITIES:
Oxygen : Less than 3 ppm
Moisture : Less than 9 ppm
Nitrogen : Less than 14 ppm
THC : Less than 0.5 ppm
CO : Less than 1 ppm
CO2 : Less than 1 ppm
Neon : Less than 5 ppm
2. NITROGEN:
Purity > 99.8%
O2 + H2O < 50 ppm
H2O < 5 ppm
Ar < 1000 ppm
Particle size < 15 mic
3. AIR
Nitrogen - 78 %
Oxygen - 21 %
Ar - 0.93 %
CO2 - 0.03 %
Rare gases - 0.003 %
Moisture - 10 ppm
Oil content - < 0.03 mg/m3
4. HYDROGEN
Purity > 99.995 %
He < 39 ppm
O2+Ar < 1 ppm
N2+H2O+HC < 9 ppm
CO+CO2 < 1 ppm
Oil content < 3 mg/m3
- 30 -
Annexure 5
DESCRIPTION OF PROPERTY
Policy coverage: Standard fire and special peril policy and terrorism(Amount in Rupees)
I. Buildings - 45, 00,000/-Cryo High Pressure Installations
II.Plant/Machinery and accessories - 1,05,00,000/-1. Helium compressor - 12,00,000/-2. Helium evaporator and Hoses - 9,00,000/-3. LIN pump and Evaporator 2 sets - 60, 00,000/-5. LIN storage tank (20m3) - 50, 00,000/-6. Piping - 1,00,00,000/-
III.BuildingsHigh Pressure installations - 45, 00,000/-
IV.Plant/Machinery and accessories1. Air compressor (250 bar) - 30,00,000/-2. Air compressor (350 bar) - 50,00,000/-3. Dryer system (2 nos) - 10,00,000/-4. Cylinder (1M3 ) - 6,00,000/-5. LIN pump and evaporator (2 sets) - 60,00,000/-6. LIN storage tank (15M3) - 20,00,000/-
V.BuildingsHydrogen gas production plant ` - 1,00,00,000/-
VI.Plant/Machinery and accessories1. Burton H2 compressor (Pressure -350 bar) - 50,00,000/-2. Andreas Hofer H2 compressor (Pressure -350 bar) - 65,00,000/-3. Chiller plant - 25,00,000/-
VII.Electrical InstallationsElectrical fittings - 5,75,000/-
Total (Rs) - 8,47,75,000/-
- 31 -
Annexure:6
Details of human resources to be deployed:
SL.NO DESCRIPTION QUALIFICATION
MINIMUMEXPERIENCE
YEARS
PREFERREDAREA OFEXPERIENCE INOPERATION &MAINTENANCEOF
NO OFMANPOWER
1 Shift in Charge DME 5 Air, Hydrogenand Heliumcompressors,LIN/LOX pumps,and routinemaintenance.
5
2 Field operator ITI Fitter 5 Air, Hydrogenand Heliumcompressors,LIN/LOX pumps,Cryogenic fluidstransfer androutinemaintenance.
7
3 MaintenanceTechnician/Instrumentation
ITIInstrumentation
5 Fieldmaintenance ofInstrumentation
1
4 MaintenanceTechnician/Electrical
ITI Electrical 5 Fieldmaintenance ofElectrical
1
- 32 -
Enclosure 1Proforma for claiming monthly payment.
Contract Name : Date:Contract Ref. : AddressClaim details :
Ref.contract clause :Claims so far made :Present claim refers to :Contractor’s declaration :--------------------------------------------------------------------------------------------------No ofshifts performed :
Sl.No Description No of shifts Unit rate Total cost1 High Pressure Installations (HPI)
& Lox Pumping systemi) General shiftii) Other two shifts
2 Cryo High Pressure Installation(CHPI) and Hydrogen Gas Plant(HGP)
i) Two shifts
3 Transfer operation and samplecollection
i) General shift4 Printed Log book & documents
GRAND TOTAL
Date: Contract Manager-Contract----------------------------------------------------------------------------------------------------------Certification by Department:Performance of the contractor :No of shifts to be deducted/Added :Comments if any :Recommended/Not recommended for payment:
Date: Contract Manager-DepartmentToAccounts Officer,IPRC, Mahendragiri.Cc:SPSO,IPRC
- 33 -
Enclosure 2
Proforma for claiming Insurance reimbursement
Claim No : Date :Contractor Name : Address:Contractor ref :Claim detail :----------------------------------------------------------------------------------------------------------Ref.Contract Clause: Ref Order:Category : InsuranceCompany Name :Invoice No: Date: Amount:Amount indicated Againstthis heading in the contract : Comments, if any
Date: Contract Manager-Contract----------------------------------------------------------------------------------------------------------CERTIFICATION BY DEPARTMENT
Category : InsuranceClaim admissible :Recommended/Not recommended for payment
Date: Contract Manager-Department