request for proposal - isro.gov.in · the department hereby issues the request for proposal (rfp)...

183

Upload: others

Post on 29-Sep-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,
Page 2: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 1

REQUEST FOR PROPOSAL

Realization of

ISROSENE Storage and Stage Servicing Facilities

(Piping system realization at Isrosene Storage, Stage Pressurization

Room (SPR), Mobile Launch Pedestal (MLP) &Umbilical Tower (UT))

Engineering & Analysis, Procurement & supply, Fabrication, Erection,

Testing & Commissioning

Requirements, Specifications and Terms & Conditions

SATISH DHAWAN SPACE CENTRE

Indian Space Research Organization

Department of Space, Government of India

Sriharikota524124

Nellore District, Andhra Pradesh State, India

April 2019

Page 3: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 2

CONTENTS

S.No Description Page No.

1. Introduction 05

2. Geographical location and climatic conditions 05

3. System details 07

3.1 Isrosene filling system requirements 07

4 System realization procedure 08

5 Scope of department 08

6 Preliminary design 08

7 Free-Issue Material (FIM) 09

8 Scope of the Contractor 09

8.1 Preliminary design 10

8.1.1 Preliminary design document 11

8.2 Analysis 11

8.3 Detailed design & engineering 12

9 Procurement & supply 13

9.1 Purchase & Supply of materials 14

9.2 Purchase of spares / spare flow components 14

10 Onsite fabrication / erection activities 15

11 Inspection 15

11.1 Primary inspection by TPI agency 15

11.2 Surveillance inspection by Department 16

12 Insurance 16

13 Test & evaluation 17

14 Commissioning 17

15 System description in brief 17

15.1 Storage configuration 18

15.2 Storage operations 19

15.3 Stage pressurization room details 19

15.4 UT/MLP circuits details 19

16 Modality of execution of contract 20

17 Terms & conditions for bids 21

18 General terms, rules & regulations 26

19 Exclusion of tenders 28

20 Bidder minimum qualification criteria 29

21 Evaluation criteria 30

22 General conditions for execution of contract 31

Annexure -I

Annexure

numbers

Specification of Mechanical elements / Process flow components

(supply of mechanical items)

1 Pipes 37

2 Tubes 40

3 Pipe flanges 42

4 Pipe fittings 45

5 Gauge shut off valves / two way manifold valves 49

6 Safety Relief valves & spares 50

Page 4: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 3

S.No Description Page No.

7 Filter housings 54

8 Pressure gauges 63

9 Wafer type check valves 65

10 Piston type check valves 66

11 Burst discs, BD heads/holders & cap screws 68

12 Paints 70

13 SS spiral wound Teflon gaskets 71

14 Magnetic level indicators for Tanks 72

15 Phenotherm (Poly Urethane Foam –PUF) insulation materials for tanks

and pipe lines 74

16 Compression type ferrule tube fittings 77

17 SS studs with washers & nuts 79

18 SS U clamps with shim plate and lock nuts 81

19 Foundation bolts 83

20 Pressure regulators with filters & fittings 85

21 SS Nitrogen gas accumulators-30 litre capacity & knock out drum 87

22 SS mesh type pleated filter elements 94

23 MS structural items (Angles, channels, plates, etc) 96

24 SS machined adopters & flame arrestor 97

Annexure -II

Supply of Process Instruments / Instrumentation elements

25 Pressure Transmitter –Type1 104

26 High Frequency Pressure Transmitter 106

27 Pressure Transmitter – Type 2 107

28 Pressure Transmitter – Type 3 109

29 Pressure Transmitter – Type 4 111

30 DPT - Type1 113

31 DPT – Type 2 115

32 DPT – Type 3 117

33 DPT – Type 4 119

34 DPT – Type 5 121

35 DPT – Type 6 123

36 Level Transmitter (Probe type) – Type 1 125

37 Level Transmitter (Probe type) – Type 2 127

38 Level Transmitter (TDR) – Type 3 129

39 Temperature Transmitter 131

40 Temperature sensor Line 132

41 Temperature sensor with Matched Transmitter- Tank 134

42 Weather Proof Pressure Switch – Type 1 138

43 Weather Proof Pressure Switch – Type 2 139

44 Weather Proof Pressure Switch – Type 3 140

45 Flame Proof Pressure Switch – Type 1 141

46 Flame Proof Pressure Switch – Type 2 142

47 Flame Proof Pressure Switch – Type 3 143

48 Mass flow meter sensor with transmitter and accessories -Type 1 144

49 Mass flow meter sensor with transmitter and accessories -Type 2 146

50 Liquid Sensor 148

Page 5: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 4

S.No Description Page No.

51 PH sensor with transmitter and accessories 149

52 Flow Switch 150

Annexure -III

Specification for work contracts

53 Detailed engineering & analysis 153

54 Insulation material fixing works 155

55 Pickling & passivation works 157

56 MS structural fabrication / Arc welding works 159

57 SS TIG welding works with radiography and pipe support related

works

160

58 Tubing related works 164

59 Equipments & pipe lines erection 166

60 Hydro testing / commissioning 169

61 Painting works 170

62 Third Part Inspection (TPI) 172

Page 6: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 5

1. INTRODUCTION

Satish Dhawan Space Centre (SDSC-SHAR), Indian Space Research Organization (ISRO),

Department of Space, Government of India, Andhra Pradesh 524124, Nellore District,

Andhra Pradesh State, India (hereinafter referred to as “Department”) intends to establish

Isrosene Storage , Filling and Stage pressurization systems as part of Semi-Cryo stage

servicing requirements at their premise (Second Launch Pad –SLP). The facility is intended to

service Semi-Cryo stages of ISRO’s launch vehicle GSLV MKIII for peaceful purpose. ISROSENE

is the Rocket Propellant grade kerosene (RP1) and the properties are as per MIL standard

MIL-DTL-25576E.

The Department hereby issues the Request for Proposal (RFP) document to the Capable

Bidders. The Department, if necessary at their own discretion, may organize a pre-bid

meeting with the Bidders to facilitate proper understanding of the requirements and

assessing the site conditions. The Bidders shall submit the bids in 2 parts viz (i) Techno-

commercial (non-priced) bid and (ii) Price bid. The Department will initially open the techno-

commercial bids and, if necessary at their own discretion, organize post-bid techno-

commercial meeting with the Bidders. The Department will initially evaluate the techno-

commercial bids and shortlist the Suitable Bidders whose techno-commercial bids are

compliant with the RFP specification and place them on equal footing. The Department will

open the price bids of the Suitable Bidders only, hold post-bid price discussion, if necessary

at their own discretion, and award the Contract based on the technically suitable lowest-

priced bid.

The execution period reckoned from receipt of purchase order to final acceptance is 16

months. As this Project is of national interest and to be completed within the stipulated

period, the Bidders are advised to take utmost care in studying the quantum & nature of

work and plan adequate & suitable resources to execute the purchase order within the

stipulated period while submitting the bids.

2. GEOGRAPHICAL LOCATION AND CLIMATIC CONDITIONS

S.No Description Details

a) Owner / Purchaser ISRO, SDSC, SHAR

b) Focal Point Project Director, Augmented Second Launch

Pad (ASLP) project

c) Project Title Establishment of Isrosene Storage , filling and

Stage Pressurization systems at Second

Launch Pad of SDSC-SHAR

d) Plant Location Satish Dhawan Space Centre, SHAR,

Sriharikota – 524 124

Nellore Dist. Andhra Pradesh

e) Altitude 4.7123 meters above MSL

f) Transportation

Nearest Railway Station � The actual site is located about 13.0 km

from main gate of Sriharikota.

Page 7: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 6

S.No Description Details

� Sriharikota is 18 km east of Sullurpeta in

Nellore Dist. (Sullurpeta is on main rail

line from Chennai to Vijayawada)

� Sriharikota is 100 km North of Chennai

Road Sullurpeta is located on NH-5 from Chennai to

Vijayawada.

Air port Nearest airport is Chennai

Sea port Nearest seaports are Chennai/ Krishnaptnam.

g) Ambient air temperature

(a) Maximum dry bulb

temperature

45.9 Deg. C

(b) Minimum dry bulb

temperature

11.8 Deg. C

(c) Design wet bulb

temperature for

cooling tower design

28.3 Deg. C

h) Relative humidity

a) Maximum 100 % ( consider 95 % for design)

b) Minimum 15 %

i) Rainfall

Annual average rainfall in

a year

1331.3 mm / year

Maximum daily rainfall 240 mm in 24 hours

Maximum hourly rainfall 26 mm/ hr.

Design intensity 140 mm / hr

Period of rainfall July to December with peak rainfall in

October and November.

j) Wind data

Basic wind speed 230 KMPH

Cyclone details Place is prone to cyclones during October to

December and facilities are to be designed for

cyclonic loads.

Wind direction Predominantly from South East (*)

k) Seismic data

Zone Zone III as per IS 1893 – 2002

Coefficient Basic horizontal seismic coefficient 0.16 as

per IS:1893

l) Latitude , Longitude 13 º 47’ N, 83º 15’ E (*)

m) Atmosphere Saline and highly corrosive.

Page 8: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 7

3. System details

3.1 Isrosene filling system requirements:

GSLV MKIII launch vehicles consisting of SC120 and SC200 as Semi-Cryo stages which need to be

serviced at Second Launch Pad of SDSC SHAR, Sriharikota. To meet the above servicing

requirements, the following facilities are to be realized at SDSC SHAR:

� Isrosene Storage &Filling System

� Isrosene Stage Pressurization system.

The piping & flow components will spread across Storage, Yard, Stage Pressurization Room,

Umbilical Tower (UT) & Mobile Launch Pedestal (MLP)

Scope of work is the realization of above mentioned facilities with the intended purpose of

achieving the following servicing parameters:

Semi-Cryo:: SC120 stage servicing parameters

S.No Parameter Description Specification

1. Stage designation SC120

2. Mass of Isrosene 31951 kg

3. Fill temperature 13±2 deg c

4. Mode of propellant filling Using pumps

5. Mode of propellant draining

(Fluid Mock-up / Launch call-off)

Under gravity head

6. Tank pressure during propellant filling 1.5 b abs.

7. System operating Pressure 1.5 – 5.0 b abs

8. ID of Fill and Drain port Dia. 50 mm

9. Umbilical Port Identification UIFD

10. Estimated Pressure drop in stage fill &

drain line

2 bar a

11. Phase – I fill rate (qty.) 2.5 kg/s (1,500 kg)

12. Phase-II fill rate (qty.) 7.5 kg/s (29,250 kg)

13. Phase – III fill rate (qty.) 2.5 kg/s (1,201 kg)

14. Total filling duration 85 mins. (approx.)

15. Measurement of filled quantity TRLS-1 & facility mass flow meters

The P & ID of the proposed realization of facilities are clearly brought out in the following

table:

I. Isrosene Storage

1. P&ID for ISROSENE STORAGE AND

FILLING SYSTEM ASLP/SLP/ISROSENE/2018/01/R5,

2. P&ID FOR ISROSENE –N2, SPR, UT,

MLP systems ASLP/SLP/ISROSENE/2019/02/R0,

Realization of facilities from end to end as per the respective Process & Instrumentation

Diagrams by carrying out associated procurements (all items except Free Issue Material-

FIM by the department) erection and commissioning activities are in the scope of the

contractor.

Page 9: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 8

These systems shall cater for servicing/filling requirements of Semi-Cryo stage of

SC120/SC200. In view of the above, realization of facilities including transfer circuits of

pipelines, Flow/Pressure Control/ cooling system etc., are included in the scope of contract.

In addition to the above, interfaces for maintaining the storage systems, pipeline/equipment

is in the scope of contractor’s supply. The Propellant storage tanks, Spiral Plate Heat

Exchangers, Propellant Canned Motor Pumps, EP valves & manual valves/control valves

required for realization of the systems are under Department scope of supply.

Based on servicing methodology associated with functional requirements, location for

Isrosene Storage and Stage Pressurization Room facilities with respect to Launch Pad has

been arrived. The layout of facilities involved is shown in Figure-1, Figure-2.

4 SYSTEM REALIZATION PROCEDURE

Considering the functional requirements of Isrosene Stage servicing activities, realization

Isrosene Storage facilities are planned at SDSC SHAR- Sriharikota. Realization philosophy of

the above highlighted facilities comprises of the following phases:

a) Preliminary design

b) Analysis:

� Hazards and Operability (HAZOP) analysis

� Failure Modes, Effects & Criticality Analysis (FMECA)

� Piping flexibility analysis

� Reliability studies

c) Detailed Design and Engineering

d) Procurement of flow components / process elements/ instrumentation elements

e) Site Fabrication and Erection

f) Testing, commissioning and acceptance

The scope of the department &contractor as part of facilities realization are brought out

clearly in subsequent sections

5 SCOPE OF DEPARTMENT

Towards realization of Isrosene Storage and Filling Systems, a brief summary of scope of the

department is given below:

6 PRELIMINARY DESIGN: The Department has done the Preliminary Design of Isrosene Storage

facility which shall be the input for establishment of Isrosene Storage Facilities:

a) Process & Instrumentation Diagrams (P&IDs)

b) System description (Mechanical & Instrumentation system)

c) Specification of equipment, materials and services

Upon award of the Contract, the Department will organize a review meeting with the

Contractor at their office (Sriharikota), in which the Contractor’s representative(s) shall

participate. In the review meeting, Department will provide the basic details considered for

generation of Preliminary Design document as part of realization of facilities to the

Contractor.

Page 10: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 9

Based on the inputs provided by the department, contractor has to carry out the design of

the system independently and shall submit the Preliminary Design document for

department review. Final approved Preliminary Design document by the department will

be the base line for realization of facilities.

7 FREE-ISSUE MATERIAL (FIM): The Department scope includes supply of free issue materials as

highlighted below:

S. No Equipment Description Quantity

A. Storage

1. 60 Cu.m Storage tanks 03

2. 10 Cu.m Drain Tank 01

3. Spiral Plate Heat Exchangers 02

4. Isrosene Pump 02

5. Electro-Pneumatic valves 01 Lot

6. Manual ball valves 01 Lot

7. Control valves 04

B. Stage Pressurization Room

8. 10 Cu.m Drain cum pressurisation Tank 01

9. Control valves 02

Positioning of the above mentioned Equipment on to the civil pedestals, integration

with the circuits& commissioning are in the scope of contractor as per the approved

Process & Instrumentation Diagram.

a) Civil works: (department scope)

� Civil foundation for mounting of storage tanks ,equipments, vent stacks etc.,

� Civil pedestals for routing of pipelines.

b) Electrical Power Supply:

Temporary electrical power supply for onsite fabrication activities at free of cost.

c) Commissioning trials (jointly with Contractor):

Review of operating procedures, preparedness of systems and associated trial results.

d) Process Fluids:

� Process fluids such as De-mineralized water, Isrosene, and GN2 for commissioning of

the facilities will be provided at free of cost.

8 SCOPE OF THE CONTRACTOR

The Scope of the work includes the establishment of Isrosene Storage & filling system and

Stage Pressurisation Room Circuits at Second Launch Pad of SDSC-SHAR. The Contractor shall

be responsible for realization of facilities from end to end as per the respective Process &

Instrumentation diagrams towards achieving the overall satisfactory performance of the

system.

The Contractor shall review and confirm the Department's specifications presented and

clearly delineate any deviation from the specifications laid down with exhaustive reasoning

and put up to the approval of the Department. Once accepted, it is the Contractor's

responsibility to configure, detail out, procure, install, test and commission the entire system

meeting the total functional requirements as per the specifications and conditions stipulated

in this document/ contract.

Page 11: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 10

The scope of the contractor includes the following towards realization of facilities:

a) Preliminary design

b) Analysis:

� Hazards and Operability (HAZOP) analysis

� Failure Modes, Effects & Criticality Analysis (FMECA)

� Piping flexibility analysis

c) Detailed Design and Engineering

d) Procurement and supply

e) Purchase of materials

f) Onsite Fabrication & erection activities and Inspection

g) Test& Evaluation and Commissioning

h) Deputation of Representatives

i) Joint technical and managerial reviews

The inspection, test & evaluation and commissioning will be done jointly by the purchaser

and the contractor.

In addition to the above, Contractor has to outsource reputed external Agency of

appropriate expertise for design and development of the systems by making use of the

following software packages: (If in-house facilities / expertise, available , it is acceptable )

S. No Description Software Package

to be used

1. Equipment analysis ANSYS

2. Piping flexibility analysis AUTOPIPE

3. Process & Instrumentation Diagram

AUTODESK PLANT

DESIGN SUITE

PDMS

4. Three-Dimensional modeling of facilities

with associated equipment and piping

circuits for study of pipeline routing, clash

detection etc.,

8.1 PRELIMINARY DESIGN

The work commences immediately after receipt of purchase order. The Contractor shall

present conceptual design of the systems, sub-systems therein to the Department. All the

things which are having direct influence on the finalization of P & I diagram, shall be studied

in detail and then preliminary design can be taken up. The preliminary design ends with the

successful completion of Preliminary Design Review (PDR) by the Department and

incorporation of Department Review Committee recommendations by Contractor.

Changes/modifications/ improvements over the technical input, if any, at this stage, are to

be presented to the Department with full justification and need to be incorporated with the

approval of Department.

The contractor shall prepare the following details during preliminary design and submit the

documents finally for review by department.

Page 12: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 11

8.1.1 PRELIMINARY DESIGN DOCUMENT

1. Generation of Preliminary Design document as per the process parameters defined.

2. Conversion of finalized schematic diagram into a Process & Instrumentation (P & I)

diagram consisting of all equipment, flow components, instruments etc., and inter

connecting pipelines based on design.

3. All the drawings shall be developed by using standard symbols for all equipment, flow

components, instruments, pipelines etc., and by adopting CAD system/equivalent

software packages.

4. Sizing of all pipelines including pressure drop calculations and piping design.

5. Identification and tagging of pipeline segments, including marking of their boundaries

and marking the same in the P & I Diagram.

6. Pipeline Schedule giving pipeline identification number, size, schedule, flow medium,

flow rate, maximum operating pressure, material of construction, application (from and

up to), sloping direction, location/ area etc.

7. Tagging of all equipment, flow components and instruments and incorporation of same

in the P & I diagram.

8. Schedule of flow components consisting of Tag No, Type of flow component like Ball

valve/EP Valve/control Valve etc., size, maximum operating pressure, class rating, end

connections, material of construction, type like full bore, regular port, line No., location.

9. Schedule of instruments giving Tag No., Size, Range, Type, End connection, material of

construction, wetted part of material, line No., location, reference P & ID etc.

10. Finalization of interfaces between the system to system including process/ flow

parameters, pipeline sizes & location

11. Confirmation towards procurement specifications of all equipment, pipelines, flow

components, instruments etc. based on the preliminary data provided by the

Department as part of RFP.

12. Inspection and Testing procedures for realization of the facilities.

13. Scope of inspection for third party inspection agency for carrying out analysis, inspection

of all external fabricated and bought out items, fabrication, erection & testing works at

site.

14. Segregation of import items and their procurement plan as per the makes identified by

the department, identifying make and source of supply, modality of supply and scope of

supply etc.

15. Confirmation of suppliers/fabricators for all bought out items, as given in the contract

document.

16. Yard piping layout.

17. Software packages to be followed for design and development of systems (as highlighted

above)

18. PDR document comprising of all the above shall be submitted for review and approval.

Upon completion of PDR, incorporation of all Department recommendations therein,

must be done and the documentation shall be submitted to Department as per the

requirement projected in the contract document.

8.2 ANALYSIS

Based on the preliminary design document, the Contractor shall organize such risk analyses

as Hazards and Operability (HAZOP) analysis and Failure Modes, Effects & Criticality Analysis

(FMECA) for Isrosene Storage and Stage Pressurisation Room Circuits as per established

norms. The analysis shall be conducted by contractor himself or reputed professional

Page 13: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 12

external agency of appropriate expertise for the systems in which the Contractor’s

representatives shall present their respective systems.

Based on the analysis results, recommended and approved changes by the department if

any in the Process & Instrumentation diagram for meeting the intended functional scope are

to be incorporated by the contractor at NO EXTRA COST. The modality of implementing the

changes as part of above are defined in the article no 16.

8.3 DETAILED DESIGN AND ENGINEERING

Detailed design work commences immediately after the completion of Preliminary Design

Review by Department with the incorporation of changes based on the analysis carried out

In this, the Contractor shall present design/ development details of the system, sub-systems,

major equipment including all external and internal interfaces. Specific handling procedures

during installation and special fixtures, if any, shall also be identified. The installation

sequence must be frozen in this phase.

The scope in this phase ends with the successful completion of the final design review by the

Department with the incorporation of the Review Committee recommendations, if any.

The contractor shall prepare the following details during detail design and engineering and

submit the documents finally for review by Department.

1. Quantities and specifications of flow components & pipes/ piping related items.

2. Piping layout and isometric drawings of pipeline segments with bill of material &

schedule of joints and composite in plant pipelines.

3. Identification of insulation requirements for tanks & pipelines

4. Detailed check calculations of all preliminary assumptions/inputs and analysis to ensure

their adequacies to meet the functional requirements and confirmation.

5. Structural, thermal& stress analysis including water hammer effects.

6. Finalization of fabrication process.

7. Design of supports for equipment, component, pipe line.

8. Typical weld joint detail and welding procedures, specifying welding process, fillers,

electrodes, purge/shield gases, joint qualification procedures, techniques, evaluation

methods and final testing and acceptance criteria/standards of finished products/

layouts.

9. Instrument schedule and consolidated list of instruments.

10. Process connection drawings for all instruments.

11. Area classification based on hazardous environments

12. Procedure for pickling & passivation and painting

13. Sizing of the safety relief valves, burst diaphragms, control valves etc.

14. Preparation of piping loop drawings for hydro test/pneumatic test purposes.

15. Selection, specification & bill of material of instrumentation impulse tubing/piping,

compression fittings etc.

16. Process parameter details, with modifications/changes if any.

17. Procurement plan for indigenous items identifying source of supply, modality of supply,

scope of supply etc.

18. Project execution plan with details of facilities available with the contractor for

successful completion of the project.

19. Major sub-system interface details.

Page 14: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 13

20. Sub-system and equipment lay-out in the proposed buildings with associated interfaces.

21. Erection Plan and procedures along with required handling equipment including special

equipment, if any.

22. Identification of applicable standards and codes in the area of technological process to

be used.

23. Quality control plan for total work scope.

24. Reliability, quality assurance plan.

25. Work breakdown structure and work packages as required.

26. Detailed schedule charts.

27. Requirement of Department supplies under Free-Issue Material at different stages of

execution of the project.

28. Civil foundation design details, column brackets, embedment plate locations and load

details for drain tanks, coolers, pipeline support, equipments etc.

29. Specifying inspection procedure for pipes, pipe fittings and all flow components etc.

30. Details pertaining to inspection and testing procedures during installation &

commissioning.

31. Acceptance plan and test specifications.

32. Safety implementation and control plan.

33. Complete documentation of technical services like operation, maintenance, trouble-

shooting etc.

34. Preparation of detailed reports for realization of the facilities and presentation of the

same to Department design review committee whenever required.

9 PROCUREMENT AND SUPPLY

On completion of Detailed design and engineering and submission of approved documents,

the procurement action shall be taken up for items like pipes, pipe fittings, standard bought

out items such as bolts, nuts, gaskets, fillers, electrodes, foundation bolts, structural steel

sections, pipe clamps, plates etc

The following procurement procedure shall be followed for all the items:

a) Approval of procurement specifications and vendors list by Department.

b) Detailed specifications along with catalogues/technical literatures, unpriced purchase

order, quality assurance plan are to be exchanged between Contractor and Department.

c) Approval from Department regarding deviations with reference to Purchase Order

during manufacturing.

d) Expediting services with reference to submission of drawings, manufacturing schedules,

supply of material and dispatch.

e) The following documents shall be furnished after placement of order and prior to arrival

of items at site.

� Design calculations (if any) (prior to fabrication/production) for the approval of the

Department.

� Fabrication drawings subsequent to approval of design calculations by the

Department.

� Quality control and assurance plan for the approval by Department and third party

inspection agency.

� Final inspection, testing and acceptance certificate from third party inspection

agency.

Page 15: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 14

� Installation, commissioning, operation and maintenance manuals.

� Operational procedures of sub-systems and systems for the desired end

specifications.

� Production master files for each of the fabricated equipment/ items giving the total

history of design, approval, fabrication, inspection and testing.

This phase of work also involves inspection at different levels/stages of fabrication/

production, final testing and acceptance.

9.1 Purchase & Supply of materials:

• All the materials including the items not covered under Department’s scope (except the FIMs

listed) are to be purchased by the Contractor.

• The technical specifications of the items are given in enclosures. Annexure-I is meant for supply

of mechanical items, Annexure-II is meant for supply of process instruments and Annexure-III is

meant for work contracts like welding, fabrication, etc.

• It is the responsibility of the Contractor to ensure that specifications of all materials shall be in

compliance to department requirement.

• Purchaser/ Department will involve in all stages of procurement of items starting from

specification generation to receipt of items at site including inspection, testing &despatch.

• The contractor shall follow strictly the instructions provided by the department for the

procurement of items.

• The contractor shall intimate regularly the procurement activities and get necessary approval in

each &each every stage of procurement. Any new vendor suggested by the supplier will be

subjected to thorough evaluation and department approval.

• The unit cost of the items shall be quoted.

• Quantity variation of +10% of the items is permitted for each item.

10 ONSITE FABRICATION & ERECTION ACTIVITIES:

The Contractor shall be responsible for the following activities as part of onsite erection &

commissioning activities of Isrosene Storage and Stage pressurization Room Circuits.

a) The works done by the Contractor during fabrication, erection & commissioning shall be

inspected by the TPI agency.

Page 16: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 15

b) The Contractor shall arrange for constructing temporary sheds/ buildings for storing

materials, erection equipments, tools & tackles, site office, etc. The Contractor’s

personnel shall not be permitted to reside inside the Department’s premises after the

work. The Contractor shall arrange for transportation, accommodation, food, health

care, communication, etc for their personnel.

c) The Department will provide at site, free of cost, space for construction of an office and

a room for proper storage of instruments and precision tools. However, the office, the

room for storing instruments, precision tools, etc and other constructions such as tool

room adjacent to place of installation, welding sheds, fabrication sheds, labor rest

rooms, etc shall be installed by the Contractor at their own cost only at locations

designated and only if approved by the Department. The contractor shall follow the

safety norms dictated by the safety team of the department during welding, erection &

testing. The personnel safety shall be taken care by the contractor.

d) Welding consumables.

e) Painting of pumps, Heat exchangers, accumulators, tanks, stainless steel pipelines,

structural members, supports etc., with high build epoxy paint as a primer coat and

aliphatic polyurethane paint as finish coat.

f) Mounting of the following equipment onto the civil pedestals at respective

storage/pump bays:

� 60 Cu.m Storage tanks – 03 Numbers at Isrosene storage.

� 10 Cu.m Drain tank – 01 Number at Isrosene storage.

� 10 Cu.m Drain cum pressurisation tank – 01 Number at SPR.

� Heat Exchangers- 02 Numbers at Isrosene storage.

� Isrosene pumps – 02 Numbre at Isrosene storage.

g) The interface joints are of flange type for tanks, pumps, heat exchangers , EP valves and

manual valves.

11 INSPECTION : The Contractor shall be responsible for inspection as per the scope highlighted

below:

11.1 PRIMARY INSPECTION BY THIRD PARTY INSPECTION (TPI) AGENCY

The primary agency responsible for inspection of the systems/ subsystems/ components/

materials/ services shall be a Third-Party Inspection (TPI) agency who shall be chosen from

among the following list:

� Lloyds Register Industrial Services Pvt Ltd (LRIS)

� Det-Norske Veritas (DNV)

� Technischer Uberwachungs Verein (TUV)

� Beaurea Veritas (BV )

In the event of unavailability of any of the aforesaid TPI agencies in a particular location, the

Department may, at their own discretion on case-to-case basis, permit engaging alternative TPI

agency based on proposal from the Contractor along with the agency’s credential.

The TPI agency shall be responsible for

a) Review of test packs of bought-out materials at the Sub-vendor’s premise

Page 17: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 16

b) Material-receipt (inward), in-process (stage) & pre-delivery (final) inspection during

manufacture/ fabrication at the Contractors’/ Sub-contractor’s/ Sub-vendor’s premises and

c) Material-receipt (inward), in-process (stage) & final inspection during fabrication/ erection at

the Department’s premise

However, the Contractor/ Sub-contractor/ Sub-vendor shall prepare Quality Assurance Plan

(QAP) giving the detailed scope of inspection and submit to the Department for approval.

11.2 SURVEILLANCE INSPECTION BY DEPARTMENT

Notwithstanding the inspection by TPI agency, the Department, at their own discretion and on

surveillance basis, shall have the right to depute their representative(s) to perform material-

receipt/ in-process/ final pre-delivery inspection at any phase during fabrication/ manufacture of

any system/ subsystem/ component/ material at the Contractor’s/ Sub-contractor’s/ Sub-

vendor’s premise as well as during fabrication/ erection at the Department’s site for ascertaining

the material and workmanship of the system. The Contractor shall obtain the necessary

permission for the Department’s representatives to visit the Sub-contractor’s/ Sub-vendor’s

premise.

The participation and approval by the Department’s representatives during the inspection/

review shall not absolve the Contractor of their responsibility to comply with the specification/

obligation of the Contract.

12 INSURANCE:

The contractor shall provide, at their own expense, the following insurances from a

nationalized/ Government insurance company and endorse the policies in favor of the

Department. The Contractor shall seamlessly revalidate the policies until final acceptance of

Isrosene Storage and Stage pressurisation Room Circuits with additional claim period of 2

months:

The Contractor shall provide Freight (transportation) insurance for indigenous and imported

materials from the Contractor’s/ Sub-contractor’s/ Sub-vendor’s premise to the Department’s

site.

During onsite activities at the Department’s premise, the Contractor shall provide the following

insurances:

a) Workmen compensation policy (Personnel insurance) for the Contractor’s/ Sub-contractor’s

personnel under all categories covering death& accident.

b) Third-party business liability insurance to cover damage caused by fault of the Contractor to

the Department and/ or third parties. The liability shall be Rs 20 Lakhs for bodily injury

applicable to each person and Rs 1 Crore for tangible assets. The Department shall indemnify

the Contractor against any further claims.

c) Notwithstanding the aforesaid insurance, the Contractor shall be responsible for all the

materials/ services including all losses & uninsured losses until final acceptance of Isrosene

Storage and Stage pressurisation Room Circuits by the Department.

13 TEST & EVALUATION

On successful completion of final integrated system leak tests, the system shall be subjected to

Test & Evaluation (T & E). The T & E plans shall be drawn based on the guidelines given by the

Department and get them approved by the Department and third party inspection agency. The

approved T & E plan shall be adopted for testing and performance evaluation of the system

realised.

Page 18: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 17

The Test & Evaluation of the system shall basically consist of independent commissioning trials

and it is jointly by the purchaser and the supplier.

14 COMMISSIONING

After completing the Test and Evaluation of the systems/sub-systems commissioning activities

shall be carried out by the contractor/ Department. The commissioning activities include the

following:

a) Performance testing of equipment like pumps & Heat exchangers.

b) Functional testing of flow components like safety relief valves and calibration of all

instruments.

c) Performance testing of system by carrying out the following:

� Preparation/purging of the system.

� Transfer of Isrosene from road Tankers to storage tanks.

� Chilling and filling of the system

� Cooling trials to test the performance of Heat Exchangers

� UT line circulation and draining

� Evaluation of K-factors for Flow Control Valves (FCVs), Pressure Control Valves (PCVs)

� Pressure drop establishment of pipelines.

Contractor’s responsibility is limited to participation in trials by deputing his team to ensure that

the work performed by him including the installation shall work to the expected level as per the

specifications, standards and procedure stipulated in the contract. All the systems realized by

the contractor shall be used and their over all performance to meet the functional requirements

specified in the contract will be evaluated.

It is binding on the contractor that the systems realized shall meet the stage servicing

requirements specified in total. Deficiencies of the system to meet the

requirements/specifications shall have to be rectified at the Contractor’s own cost and their

performance shall be re-evaluated and proved.

As per the P & ID all the flow components &equipments shall be erected and the commissioning

charges shall be quoted accordingly.

15 SYSTEM DESCRIPTIONS IN BRIEF:

• The system is meant for isrosene filling of SC120/ SC200 rocket stages.

• The system and its associated sub system spread in storage, yard, stage pressurization room,

Umbilical tower and MLP. The piping circuits and flow components will unite the systems in

all the areas.

• The isrosene stored in storage tanks will be transferred into rocket stage by pumping

method with required flow rates and temperature. The filling will be carried out in close

loop method between storage tanks, drain cum pressurization tank and rocket tank.

• All the operations will be carried out remotely by means of remotely monitored and

controlled elements (control valves, electro pneumatic valves, pressure/temperature

transmitters, flow meters, etc)

• The stage pressurization operations will be carried out through pressurization system.

15.1 Storage Configuration:

Equipment details:

Page 19: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 18

S. No Description Quantity

1. 60 Cu.m Storage tanks 03 No.

2. 10 Cu.m Drain Tank 01 No.

3. 10 Cu.m Drain cum pressurisation Tank 01 No.

4. Spiral Plate Heat Exchangers 02 Lot

5. Isrosene pumps 2 nos

A. Storage Tanks:

ISROSENE will be stored in two fixed tanks of 60 Cu.M. Capacity each, while the third tank of same

capacity acts as standby tank. They are stored under a Nitrogen blanket at a pressure of 2.0 bar (a).

Storage Tanks are horizontal cylindrical tanks with dished ends made out of stainless steel material.

Each of these tanks shall have the following provisions.

• Safety Relief Valve (Set Pressure : 5.0 bar, g)

• Burst Diaphragm (Burst Pressure : 5.5 bar, g)

• Pressure Transmitter and Pressure Gauge (0-6 bar, g)

• Three temperature transmitters (0-60 Deg. C)

• Level indicator and a Level Transmitter

• Liquid Outlet line with Vortex breaker

• Two liquid inlet lines (one with long and one short dip tubes)

• Pressurisation line with diffuser

• Vent line with an orifice plate

• Drain line for complete draining

• A sampling bottle for sample collection for analysis purpose.

Liquid outlet and inlet, pressurization and vent lines are provided with Electro Pneumatically

Operated (EP) valves to facilitate remote propellant transfer, pressurization and venting operations.

Isrosene storage is provided with Propellant Transfer Pumps, heat exchangers, Drain Tank, Nitrogen

gas pressurization module etc., to facilitate storage, transfer and cooling operations.

B. Propellant Pumps:

Propellant pumps will be used for propellant transfer, propellant cooling and propellant loading into

Stage Tanks. Storage will be equipped with two pumps. These pumps are of special type centrifugal

canned motor pump with built in safety features. The capacity of each pump is 50 Cu.M/Hr

considering stage loading requirements. The required discharge head of the pump is 120 MLC

These pumps shall be of sealless/zero leak type canned motor pumps.

C. Heat Exchangers:

Two spiral heat exchangers are provided for cooling of the propellant. Spiral type heat exchangers

are selected for better heat transfer co-efficient and higher section thickness separating propellant

& coolant and compactness in size.

D. Drain Tank : A Drain Tank of 10 Cu.M. Capacity is planned to collect left out propellant in the

Road Tanker and transfer lines. The drain tank will be located in a pit, below floor level, to facilitate

gravity draining. Thus collected propellants will be transferred into any of the Storage Tanks, by

pressurization mode.

Page 20: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 19

E. Pressurization Module : High pressure source will be taken from U Storage cylinders (near by

facility) and 250-40, 40-5 bar regulation units will be realized. 7 bar tapping will be taken from U

Storage and terminated with an accumulator at Isrosene storage.

F. Vent Stack System: All the vent gases including discharge from Safety Relief Valves and burst

diaphragms are passed through a 14 m high stack for atmospheric dispersion through small knock

out drum and flame arrestor.

15.2 Storage Operations:

The storage shall be provided with fluid circuits consist of pipelines, flow components, instruments

to enable carrying out the following operations:

Propellants will be brought in Road Tankers (RTs) from production centre. These tankers are parked

in parking area of the storage and interfaced to the storage using flexible hoses at their

terminations for further transfer of propellants into the Storage Tanks by pressurization method.

• Transfer of propellants from Road Tanker to any of the storage/ standby Tanks by

pressurization.

• Transfer of propellant from any one of the Storage tank to the other Storage tank/standby

tank/ RT and vice versa.

• Simultaneously cooling of propellants in both the tanks by circulating through Heat

Exchangers.

• Priming of pumps

• Draining of residual propellants in Road Tanker, Storage Tanks and transfer lines etc., into

the Drain Tank by gravity

• Transfer of propellants in Drain Tank into any of the storage tanks by pressurization.

• Pressurization and venting of Storage Tanks, RT, DT independently.

All the above operations shall be possible remotely by providing remotely

controlled/operated/monitored equipment, components and instruments.

15.3 Stage Pressurization Room (SPR) details:

SPR is located around 150m away from storage area and housing the drain cum pressurization tank

(DPT) of 10 cu.m capacity. Pressurization & venting circuits with control valve will become part of

piping circuits.

15.4 Umbilical Tower /Mobile Launch Pedestal circuit details:

The lines from storage /SPR will enter into UT and terminate at 3m with associated flow

components. From UT the MLP lines are interfaced using flexible hoses. Inside MLP lines are routed

and terminated at appropriate locations to interface with stage. The UT/MLP circuits are located

around 400m away from storage area.

16 Modality of execution of contract:

1. The contractor as per the scope has to execute design, procurement & supply, fabrication,

erection and commissioning of Isrosene systems at storage, SPR, UT & MLP.

Page 21: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 20

2. The contractor has to carry out the detailed engineering & analysis of the system

3. As per P& ID, end to end realization, erection & commissioning are to be carried out by the

contractor. The charges towards erection & commissioning shall be quoted accordingly.

4. For the erection of tanks, pumps, heat exchangers & pipe lines, the required machineries

shall be mobilized by the contractor. Accordingly the cost shall be quoted. SDSC SHAR has

the facility of ‘Material handling’. Based on the availability of machineries, supplier can make

use of the facility on payment basis.

5. The free issue materials are tanks, pumps, heat exchangers, manual valves, EP valves &

control valves. The temporary power supply for fabrication, DM water / Nitrogen gas during

erection/ commissioning will be provided by the department.

6. During project execution, if any extra manual or EP valves (Free issue materials), are

required (as an outcome of engineering analysis or as the case may be) it will be provided by

the purchaser / Department and the valve installation shall be done by the supplier at no

extra cost. And in case of other flow components / instruments, (which are in the scope of

supply of the supplier) the following clause shall be adopted.

7. +10% variation in the quantity is permitted in the contract for each items. This clause is to

take care in case of any additional flow component is required during project execution as

per expert committee recommendation or detail engineering. The additional items shall be

procured and supplied by the contractor and amount will be paid at actual as per the unit

rates quoted during tendering phase. This clause can be used in case of additional

requirement only otherwise no payment will be made under this clause and will not be used.

This will be decided by the department

8. The contractor has to procure and supply the items (both mechanical / Process and

Instrumentation elements) as per the scope. While quoting, the unit rate of the items shall

be quoted.

9. The year of manufacture of all the supplied Instrumentation elements shall be of PO

released year or year of supply. Older stock will not be accepted.

10. All the supply portion of the items shall be completed within a year and fabrication, erection

and commissioning shall be taken up afterwards.

11. Fabrication erection and commissioning activities will be carried out as per the instructions

of the Department based on the launch pad activities. Since the fabrication, erection &

commissioning has to be carried out within the stipulated period, the contractor has to

engage multiple teams and shall plan work in three shifts. The time period required for

completion of activities will be informed by the purchaser.

12. The contractor shall follow the rules and regulations / Safety norms of the department since

the work will be carried out inside launch pad areas.

Page 22: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 21

13. Delivery schedule:

The overall timeline for realization of systems as per defined scope shall be taken as 16

months from the date of release of purchase order. Split up of the overall schedule for

supply and erection is as follows:

Work order / Purchase order release date T

Complete Design & all analysis (1 month) T+ 1 month

Procurement & supply of process/mechanical items &

instrumentation elements (8 months)

T + 9 months

Fabrication & erection as per site clearance (5 months) T + 14 months

Testing &Commissioning of systems as per site clearance (2

months)

T + 16 months

Total execution period 16 months

17. TERMS AND CONDITIONS FOR BIDS

17.1. Offers shall be submitted in TWO-PARTS as per the details given below:

a) Part-I – Techno-commercial Bid

b) Part-II – Price Bid

17.2. Details to be furnished in Techno-commercial Bid &Price Bid as follows:-

Part-I – Techno-commercial Bid

• The tenderer shall furnish point-wise confirmation for the technical specifications given

in the enquiry. However change of specifications/ deviations (if any) shall be brought out

in the offer as deviation summary with detailed justification. Exclusions, if any from

scope of supply shall be clearly indicated in the offer.

• Tenderer need to furnish the details related to commercial terms indicating payment

terms, details of bank guarantee in case of advance payments & name of Third Party

Inspection Agency proposed etc.

• Tenderer shall quote the prices on “FOR-Sriharikota”.

• The overall landed cost to SDSC SHAR will be taken as the basis towards finalization of

the purchase order.

• The Bidders shall indicate clearly the delivery/time period for supplying the items to

SDSC SHAR.

17.3. Bidder need to submit Unpriced price bid copy (as highlighted below) indicating the

description of all the cost elements considered, without indicating the price. Tenderer shall

note that indication of price in the techno-commercial bid shall lead to dis-qualification of

bid.

17.4. FORMAT OF UN-PRICED PRICE BID:

S.No Description Qty Unit cost Total cost

including duties,

taxes,

transportation, etc

1 Realization of Isrosene

filling system including

Lot Unpriced Unpriced

Page 23: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 22

detailed engineering &

Analysis, Procurement &

supply, Piping fabrication,

erection, testing

&commissioning.

Supply of mechanical items

/ process elements as per

the specifications &

quantity in Annexure-I

(Annexure 1 to 24)

2 Supply of process

instruments /

instrumentation elements

as per the specifications&

quantity in Annexure-II

(Annexure 25 to 52)

Lot Unpriced Unpriced

3 Welding (TIG/ Arc),

fabrication, radiography,

hydro testing, pickling &

passivation erection,

commissioning, insulation

material fixing on tanks &

pipe lines, hydro testing,

tubing works, painting , ,

Third part agency charges

as per the specifications in

Annexure III (Annexure 53 –

62)

Lot Unpriced Unpriced

The following unpriced details shall be uploaded along with offer:

Annexure ref .no

Item Total Cost including taxes, custom duties, etc

1. Pipes Unpriced

2. Tubes Unpriced

3. Pipe flanges Unpriced

4. Pipe fittings Unpriced

5. Gauge shut off valves / two way manifold valves Unpriced

6. Safety Relief valves & spares Unpriced

7. Filter housings Unpriced

8. Pressure gauges Unpriced

9. Wafer type check valves Unpriced

10. Piston type check valves Unpriced

11. Burst discs, BD heads/holders & cap screws Unpriced

12. Paints Unpriced

13. SS spiral wound Teflon gaskets Unpriced

14. Magnetic level indicators for Tanks Unpriced

15. Phenotherm (Poly Urethane Foam –PUF) insulation materials for

tanks and pipe lines

Unpriced

16. Compression type ferrule tube fittings Unpriced

Page 24: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 23

17. SS studs with washers & nuts Unpriced

18. SS U clamps with shim plate and lock nuts Unpriced

19. Foundation bolts Unpriced

20. Pressure regulators with filters & fittings Unpriced

21. SS Nitrogen gas accumulators-30 litre capacity& knock out drum Unpriced

22. SS mesh type pleated filter elements Unpriced

23. MS structural items (Angles, channels, plates, etc) Unpriced

24. SS machined adopters & flame arrestor Unpriced

25. Pressure Transmitter – Type 1 Unpriced

26. High Frequency Pressure Transmitter Unpriced

27. Pressure Transmitter – Type 2 Unpriced

28. Pressure Transmitter – Type 3 Unpriced

29. Pressure Transmitter – Type 4 Unpriced

30. DPT – Type 1 Unpriced

31. DPT – Type 2 Unpriced

32. DPT – Type 3 Unpriced

33. DPT– Type 4 Unpriced

34. DPT– Type 5 Unpriced

35. DPT– Type 6 Unpriced

36. Level Transmitter (Probe type) – Type 1 Unpriced

37. Level Transmitter (Probe type) – Type 2 Unpriced

38. Level Transmitter (TDR) Unpriced

39. Temperature Transmitter Unpriced

40. Temperature sensor Line Unpriced

41. Temperature sensor with Matched Transmitter- Tank Unpriced

42. Weather Proof Pressure Switch– Type 1 Unpriced

43. Weather Proof Pressure Switch– Type 2 Unpriced

44. Weather Proof Pressure Switch– Type 3 Unpriced

45. Flame Proof Pressure Switch– Type 1 Unpriced

46. Flame Proof Pressure Switch– Type 2 Unpriced

47. Flame Proof Pressure Switch– Type 3 Unpriced

48. Mass flow meter sensor with transmitter and accessories –

Type 1

Unpriced

49. Mass flow meter sensor with transmitter and accessories–

Type 2

Unpriced

50. Liquid Sensor Unpriced

51. PH sensor with transmitter and accessories Unpriced

52. Flow Switch Unpriced

53. Detailed engineering, Analysis Unpriced

54. SS Welding ( TIG ), radiography, minor pipe support/grouting related works

Unpriced

55. Structural fabrication /Arc welding Unpriced

56. Equipments & pipe lines erection Unpriced

57. Commissioning / Hydro testing Unpriced

58. Tubing works / Solenoid cubicles works , tray works Unpriced

59. Painting works Unpriced

60. Pickling & passivation Unpriced

61. Insulation fixing contract Unpriced

62. TPI scope Unpriced

Note : The detailed specification , quantity are enclosed in the Annexures I, II & III.

Page 25: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 24

17.5 Format to be filled, signed and shall be uploaded by the supplier in techno-commercial bid :

S.No Description Yes / No

1 The scope of work is fully understood by the supplier

2 Confirm all the specifications and terms & conditions are

acceptable

3 Confirm the specification of items to be supplied can be

met by the supplier

4 Confirm the supply portions of items are fully quoted as

per Annexure I & II. If any of items supplier can not buy

&supply it should be mentioned clearly.

5 The cost towards the work contracts like welding ,

fabrication, etc is quoted as per Annexure-III

6 The individual item wise cost shall be quoted as per the

Annexures

6 The details like taxes are considered or not

7 The mobilization charges for men / machineries /

materials are considered and they are included in the

basic cost.

8 Confirm the modality of execution of contract, terms,

rules & regulations, general conditions of execution of

contract is read and acceptable to all points. If any

deviation, the same shall be highlighted.

17.6 Part-II: Price bid indicating the price.

Price bid should be submitted by the tenderer in the following format with price break-up.

In view of Two Part Tender, the Offers submitted contrary to above instructions will be

summarily rejected.

S.No Description Qty Unit cost Total cost including

duties, taxes,

transportation, etc

1 Realization of Isrosene

filling system including

detailed engineering &

Analysis, Procurement &

supply, Piping fabrication,

erection, testing &

commissioning.

Supply of mechanical items

/ process elements as per

the specifications& quantity

in Annexure-I (Annexure 1

to 24)

Lot Price value Price value

2 Supply of process

instruments /

instrumentation elements

as per the specifications&

quantity in Annexure-II

(Annexure 25 to 52)

Lot Price value Price value

3 Welding (TIG/ Arc),

fabrication, radiography,

Lot Price value Price value

Page 26: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 25

hydro testing, pickling &

passivation erection,

commissioning, insulation

material fixing on tanks &

pipe lines, hydro testing,

tubing works, painting ,

Third part agency charges

as per the specifications in

Annexure III (Annexure 53 –

62)

Note : The contract will be awarded to overall lowest only. Splitting of order for supply

and fabrication will not be considered. Since detailed engineering, procurement & supply

and work contracts are interlinked splitting of order is not possible

The following price details shall be uploaded along with offer:

Annexure

ref .no

Item Total Cost

including

taxes, custom

duties etc

1. Pipes Price value

2. Tubes Price value

3. Pipe flanges Price value

4. Pipe fittings Price value

5. Gauge shut off valves / two way manifold valves Price value

6. Safety Relief valves & spares Price value

7. Filter housings Price value

8. Pressure gauges Price value

9. Wafer type check valves Price value

10. Piston type check valves Price value

11. Burst discs, BD heads/holders & cap screws Price value

12. Paints Price value

13. SS spiral wound Teflon gaskets Price value

14. Magnetic level indicators for Tanks Price value

15. Phenotherm (Poly Urethane Foam –PUF) insulation materials for

tanks and pipe lines

Price value

16. Compression type ferrule tube fittings Price value

17. SS studs with washers & nuts Price value

18. SS U clamps with shim plate and lock nuts Price value

19. Foundation bolts Price value

20. Pressure regulators with filters & fittings Price value

21. SS Nitrogen gas accumulators-30 litre capacity& knock out drum Price value

22. SS mesh type pleated filter elements Price value

23. MS structural items (Angles, channels, plates, etc) Price value

24. SS machined adopters & flame arrestor Price value

25. Pressure Transmitter Price value

26. High Frequency Pressure Transmitter Price value

27. Pressure Transmitter– Type 1 Price value

28. Pressure Transmitter– Type 2 Price value

Page 27: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 26

29. Pressure Transmitter– Type 3 Price value

30. DPT -Type 1 Price value

31. DPT Type 2 Price value

32. DPT – Type 3 Price value

33. DPT– Type 4 Price value

34. DPT– Type 5 Price value

35. DPT– Type 6 Price value

36. Level Transmitter (Probe type) – Type 1 Price value

37. Level Transmitter (Probe type) – Type 2 Price value

38. Level Transmitter (TDR) Price value

39. Temperature Transmitter Price value

40. Temperature sensor Line Price value

41. Temperature sensor with Matched Transmitter- Tank Price value

42. Weather Proof Pressure Switch– Type 1 Price value

43. Weather Proof Pressure Switch– Type 2 Price value

44. Weather Proof Pressure Switch– Type 3 Price value

45. Flame Proof Pressure Switch– Type 1 Price value

46. Flame Proof Pressure Switch– Type 2 Price value

47. Flame Proof Pressure Switch– Type 3 Price value

48. Mass flow meter sensor with transmitter and accessories– Type 1 Price value

49. Mass flow meter sensor with transmitter and accessories– Type 2 Price value

50. Liquid Sensor Price value

51. PH sensor with transmitter and accessories Price value

52. Flow Switch Price value

53. Detailed engineering, Analysis Price value

54. SS Welding ( TIG ), radiography, minor pipe support/grouting

related works

Price value

55. Structural fabrication /Arc welding Price value

56. Equipments & pipe lines erection Price value

57. Commissioning / Hydro testing Price value

58. Tubing works / Solenoid cubicles works , tray works Price value

59. Painting works Price value

60. Pickling & passivation Price value

61. Insulation fixing contract Price value

62. TPI scope Price value

Page 28: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 27

18. General Terms, rules & regulations:

Offer Validity: The validity of the offers / tenders should be 120 days from the date of

opening of the tenders. Tenders with offer validity less than the period mentioned above,

will not be considered for evaluation.

18.1 Taxes:

GST: As per Notification No.47/2017-Integrated Tax (Rate) Dt:14.11.2017 Issued by Ministry of

Finance (Dept. of Revenue), SDSC SHAR is eligible to avail a reduced rate of IGST @ 5% for the

procurements made by the Dept. of Space (DOS) being a public funded research Institution.

Accordingly, SHAR will provide IGST Exemption Certificate.

Customs Duty (For foreign items): As per Notification no. 05/2018 Customs Dt.25.01.2018 ISRO

is eligible to pay reduced rate of customs duty @10.77% (CD @5%+IGST @5%). Hence party

need to indicate whether mentioned rates are inclusive of this Customs Duty @10.77% or extra.

(SHAR will provide Customs Duty Exemption Certificate in case of Import Orders/ imported

supplies).

18.2. Payment Terms :

Our general payment terms are within 30 days after receipt and acceptance of items at

purchaser’s (SDSC-SHAR, Sriharikota) site.

However, in case of any request from supplier/party, the following payment terms may be

considered.

a) 30% of order value of supply portion as advance against submission of Advance Bank Guarantee

b) 60% payment will be made pro-rata basis, as and when supply portion is made and portion of

system fabricated/erected /realized / commissioned. However the number of bills will be

restricted. It will be mentioned at the time of PO placement.

c) Balance 10% of order value against satisfactory performance of items against Performance Bank

Guarantee.

18.4. Advance Payment: Wherever advance payment is requested, Bank Guarantee from any Nationalized

Bank/Scheduled Bank should be furnished. In case of advance payments, if the party is not supplying the

material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2%

penal interest.

Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and

will be added to the landed cost for comparison purpose. In case of different milestone payments

submitted by the parties, a standard and transparent methodology like NPV will be adopted for

evaluating the offers.

18.5 Liquidated Damages: In all cases, delivery schedule indicated in the Purchase Order/Contract is the

essence of the contract and if the party fails to deliver the material within the delivery schedule,

Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of

total order value.

18.6 Performance Bank Guarantee: Performance Bank Guarantee for 10% of the order value should be

furnished in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till

warranty period plus sixty days as claim period.

Page 29: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 28

18.7. Security Deposit : Security Deposit for 10% of the order value is mandatory, Party shall furnish the

Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft

valid till completion of the contract period plus sixty days towards claim period for faithful execution of

the contract.

18.8. Arbitration: Disputes, if any, shall be settled mutually failing which it shall be referred to an Oneman

Arbitrator to be appointed by Director, SDSC SHAR in accordance with the Indian Arbitration and

Conciliation Act 1996, whose decision shall be final and binding on both the parties.

18.9. Special conditions for procurement of items from foreign countries:

(a) Agency commission of Indian Agent, if any has to be borne by Foreign Principals/Contractor.

(b) Copy of Agency agreement with the Foreign Principal, precise relationship between them and their

mutual interest in the business shall be submitted to department.

(c) The enlistment of the Indian Agent with Director-General of Supplies & Disposals under the

Compulsory Registration Scheme of Ministry of Finance.

18.10. Delivery is the essence of the contract. Delivery period of all items shall be within the delivery

period mentioned in the PO.

18.11. The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will

be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive.

18.12 The bidders should note that conditional discounts would not have edge in the evaluation process of

tenders.

18.13 Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Advance

Bank Guarantee, Performance Bank Guarantee, Liquidated damages are liable for disqualification.

18.14 Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only

from the date of installation.

18.15 The specifications given by the Centre/Unit along with the tender enquiry are confidential and

shall not be disclosed to any third party.

18.16 Deviation matrix summary shall be furnished along with exclusions, if any from scope of supply

(in comparison with tender specifications).

18.17 Absence of relevant technical specifications in the offer will be liable for rejection.

18.18 Progress Reports: the contractor’s team leader/site manager shall provide progress reports

to the department giving details of the progress of the work to the department every week.

Page 30: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 29

18.19. Sub Contract: The contractor shall be responsible for the complete the work, if any sub

contract engaged for this work, the contractor shall obtain approval from the department regarding

sub contract. Without approval of department the sub contract shall not permit to work

18.19. Safety:

• The contractor and his workers shall abide all the safety regulations and shall wear necessary

safety gadgets.

• The contractor has to take enough care during fabrication & handling of all flow components

for avoiding the damage of material. The cost of material damaged during fabrication &

handling will be recovered from contractor.

• The contractor will be provided the time to time safety and security regulations to be

followed at work site by his employees. Violation of the same will be attracted penalty as

per department norms.

18.20. All supply items shall be checked & verified at security entry gates (Gate-1&2). Without

endorsement payment will not be made for supplied items.

18.21. Minor civil works like chipping (during removal of foundation bolts), plastering preparation of

foundation pockets etc shall be carried out by Contractor. During the course of equipment erection

if damage happens in the RCC pedestal then contractor has to carry out the rectification.

18.22. Contractor is solely responsible for any injury of the workforce. It is the responsibility of the

Contractor to provide the Medical facility / treatment to his work force. However Department will

provide the First Aid for any minor mishaps.

18.23. Contract Site Manager: Supplier has to identify a site manager to co-ordinate between his

employees and department focal points/ facility in charges. He has to carry out planning of the

contractor’s site office , records and office personnel and maintenance of technical work

completion records

18.24. Transportation & Accommodation: The contractor shall make own arrangements for total

transportation & accommodation of the persons engaged in the works.

18.25. Employee details: For security reasons the supplier shall submit all his employees before

deploying the works for issuing entry permit to work site.

18.26 Payment Terms : The payment will be made on pro-rata basis. As & when the supply portion

or fabrication portion is completed, the payment will be made on certification by department

personnel. Department will release the payment within 30 days of submission of valid invoice

18.27. The contractor shall not employ persons below 18 years of age and conveyance for personnel

from and to work spot has to be arranged by the contractor.

18.28. Contractor shall take enough care to ensure to progress the work without any material and

personnel damage. It is the sole responsibility of contractor to ensure all safety norms to his

personnel during transportation between work spot and Department/Contractor stores, and work

in prefabrication area, in storage shed and in yard. Department will not hold responsibility to any

mishap happened to the contractor personnel.

Page 31: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 30

18.29. Department’s permission shall be obtained by contractor for establishing site office with an

undertaking for construction of site office with non-flammable material and for demolition of the

same after completion of work.

18.30 Contractor has to give an undertaking that they will comply with prevailing safety norms at

site put forth by Department. Safety officer shall have full access to work spot for inspection.

18.31 In order to complete the work in time, it is recommended to deploy adequate manpower and

supervisors and the work shall be carried out in two or three shifts based on requirement.

18.32 The purchaser reserves Right to cancel the PO at any time with the application of penalty &

Security deposit terms in case of failure of supplier to fulfill various technical requirements.

18.33 Weekly Progress review meetings twice in a week will be conducted for monitoring the status

of works and the contractor’s site representative need to attend with all relevant inputs.

18.34 During the entire work necessary precautions are to be taken. Equipments, pipes and fittings

should not get damaged during erection, if any damage occurred equal cost will be recovered from

the supplier.

18.35 The contractor shall be responsible for the safe storage of radiography sources of his sub

contractor. Radiography source shall be stored in a room which is located about 5 Km from the

work spot. However transportation of source from the storage room to the work spot and back shall

be the responsibility of contractor.

18.36. The contractor shall take prior approval from the Department for awarding sub contract for

full / partial works in the contract if any and the payment for the subcontractor shall be the

responsibility of the contractor. The Department reserves the right to pay the subcontractor directly

from the running bills in case the contractor fails to pay his sub contractor in the interest of

completion of work.

18.37. Income Tax: The party shall have certificate from Income Tax Officer of tax exemption

otherwise, Income Tax at the prevailing rate as applicable from time to time shall be deducted from

the bill as per the Income Tax Act, 1961 and the rules there-under or any re-enactment or

Modifications thereof.

18.38. Short closure of the contract by the supplier: Due to own reasons if supplier desires to short

close the contract, notice of the closure has to be submitted to the department with minimum time

of 6 months advance with proper justification and necessary supporting documents. In such cases

the Security Deposit submitted by him will be forfeited.

18.39 Termination for any fault of the contractor

Not withstanding anything elsewhere herein provided and in addition to any other right or remedy

of the Department under the condition the contract or otherwise (including the right of the

Department to claim compensation for inadequacy in the services), the Department shall be

entitled to terminate the contract by written notice at any time during its currency on or after the

occurrence of any one or more of the following events/contingencies, namely Default or failure by

the Contractor of any of the terms of the Contractor under the contract.

18.40 Cancellation in special cases

Department may at any time cancel this contract by giving written notice with immediate effect in

either of the following cases:

Page 32: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 31

• If the contractor is adjudged insolvent or if its financial position is such that within the

framework of its national law, legal action leading towards bankruptcy may be taken against

it by its creditors or its Govt., or

• If Department has sufficient reason to believe and it is determined through arbitration or

through court proceedings, that the contractors has resorted to fraudulent or corrupt

practices in connection with its securing or implementation of this contract.

19. EXCLUSION OF TENDERS

The following tenders shall be summarily rejected from the procurement process:-

Unsolicited tenders from vendors.

a) The tenders which materially depart from the requirements specified in

the tender document or which contain false information.

b) The tenders of vendors who have not agreed to furnish Advance Bank Guarantee or

Performance Bank Guarantee.

c) The validity of the tenders is shorter than the period specified in the

tender enquiry.

d) The tenders received from vendors or their agents or anyone acting on

their behalf, who have promised or given to any official of the Centre/Unit/Department, a

gratification in any form, or anything of value, so as to unduly influence the procurement

process.

e) The tenders received from vendors, who, in the opinion of the

Centre/Unit, have a conflict of interest materially affecting fair competition.

f) The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases

where the Principals/OEMs also submit their tenders simultaneously for the same item/product

in the same tender).

g) In case two or more tenders are received from an Indian agent on behalf of more than

one foreign Principal/OEM, in the same tender for the same item/product.

h) If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and

will not be considered.

Page 33: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 32

20 BIDDER MINIMUM QUALIFICATION CRITERIA

The following are the minimum essential criteria to further validate/accept the bid. Vendor is

requested to provide all the necessary supporting documents. If any deviation/non-

compliances/lack of supporting document bid shall be summarily rejected.

S.No Description Vendor Compliance

With Supporting

Documents shall be

attached

1.0 Vendor must undertake design, supply, erection, testing and

commissioning of piping system as per the specifications and

requirements indicated in the RFP.

2.0 Party should have executed a contract involving design,

procurement, erection, testing and commissioning of piping

circuit with instrumentation systems for a value not less than

15 Crores (in the last five years) as a single order (or) atleast

two orders of worth 8 Crores each (or) atleast three orders of

worth 5 Crores each.

3.0 The supplier should not be under loss for the last five years &

should have annual turn over of 24 Crores (for the last 3

years)

4.0 Latest solvency certificate from any Nationalized/Scheduled

bank shall be submitted for a value of minimum Rs.900 lakhs.

The solvency certificate must have issued in the current

financial year.

5.0 Technical compliance to the specifications shall be vetted by

the bidder.

6.0 The firm must provide a self-declaration that there is no

complaint/vigilance inquiry against them in any

Govt./Department /PSU and they have not been black listed

by any Govt. Department/PSU.

7.0 Technical proposal of the bidder, which is not able to

substantiate/satisfy the claims made by it with respect to the

technical requirements laid down in this RFP, will be

summarily rejected.

8.0 Offers of those bidders taking full scope of the work design,

supply, erection, testing and commissioning of piping circuits

as per the requirements indicated in the RFP only will be

considered.

9.0 The supplier shall mention his welding team details,

equipments / machineries , facilities if any

10.0 Any other details the supplier shall like to add related with

EPC project executed if any.

Signature of Authorized Person with Seal

Page 34: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 33

21. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:

S.No Description Vendor

Compliance

1.0 In respect of Two-Bid system, the technical Bids forwarded by the

Bidders will be evaluated by the Department with reference to the

technical specifications as mentioned in the RFP. The compliance of

Technical Bids would be determined on the basis of the parameters

specified in the RFP. The Price Bids of only those Bidders will be

opened whose Technical Bids would clear the technical evaluation.

2.0 During evaluation, SDSC SHAR may request Bidder for any

clarification on the bid, additional documents.

3.0 Bidder must provide the point by point compliance to the technical

specifications along with deviations. The tender can be rejected if

the deviations are not acceptable to the Department.

4.0 Performance of Bidder on similar nature of works executed/ under

execution shall be taken into consideration before selecting the

Bidder for opening his price bid.

5.0 The time schedule for completion is given in the Proposal

document. Bidder is required to confirm the completion period

unconditionally.

6.0 SDSC SHAR reserves the right to reject any bid if

technically/commercially not meeting the requirement/terms &

conditions. Such decisions by the SDSC SHAR shall bear no liability

whatsoever consequent upon such decision.

7.0 Total price inclusive of all taxes, duties, and all the optional items

shall be considered for arriving L1 and awarding the contract as

per the procedures.

8.0 If there is a discrepancy between the unit price and the total price

that is obtained by multiplying the unit price and quantity, the unit

price will prevail and the total price will be corrected. If there is a

discrepancy between words and figures, the amount in words will

prevail for calculation of price.

9.0 As all the items within RFP are inter dependent, Splitting of the

order/WORK is not possible

10.0 Department reserves the right to inspect the contractor shop

floor/premises for evaluation, if required. Supplier shall co-operate

for the same. After evaluating the contractor, decision of the

Department is final.

Signature of Authorized Person with Seal

Page 35: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 34

ANNEXURE -1

Page 36: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 35

A. Process / Mechanical items

Specification & Quantity

Page 37: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 36

Process / Mechanical elements

Annexure

no

Specification of Mechanical elements / Process flow

components

Page no

1 Pipes 37

2 Tubes 40

3 Pipe flanges 42

4 Pipe fittings 45

5 Gauge shut off valves / two way manifold valves 49

6 Safety Relief valves & spares 50

7 Filter housings 54

8 Pressure gauges 63

9 Wafer type check valves 65

10 Piston type check valves 66

11 Burst discs, BD heads/holders & cap screws 68

12 Paints 70

13 SS spiral wound Teflon gaskets 71

14 Magnetic level indicators for Tanks 72

15 Phenotherm (Poly Urethane Foam –PUF) insulation materials for

tanks and pipe lines

74

16 Compression type ferrule tube fittings 77

17 SS studs with washers & nuts 79

18 SS U clamps with shim plate and lock nuts 81

19 Foundation bolts 83

20 Pressure regulators with filters & fittings 85

21 SS Nitrogen gas accumulators-30 litre capacity& knock out drum 87

22 SS mesh type pleated filter elements 94

23 MS structural items (Angles, channels, plates, etc) 96

24 SS machined adopters& flame arrestor 97

Page 38: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 37

1. Specification for Supply of Seamless Stainless Steel pipes

1. Manufacturing Standard :ASTM A312 TP 2. Manufacturing Process : Seamless, Cold Pilgered(100%) 3. Material of construction :SS304L 4. Edge preparation : As per ANSI B 16.25 5. Length : 5 to 7 m 6 Dimensional tolerance : As per ANSI B 36.19

7. Straightness : Shall be +/- 3 mm over a length of 3 m. 8. Testing: a) All pipes shall be tested hydrostatically as per ASTM A530. b) All pipes shall be visually examined for absence of scratches, dents, surface irregularities, etc. c) Detailed chemical analysis & IGC test as per ASTM A262 Practice-E shall be carried out on one sample per each heat (ladle)/per lot for raw material. However after final production minimum one sample for each size of pipe and material shall be tested to confirm chemical composition & IGC. Test certificates shall be produced during inspection. d) Minimum one test specimen from each heat (ladle)/lot for each size of pipe and material shall be carried out mechanical testing like UTS, yield & percentage of elongation as per ASTM A370 during raw material and after final production. All the test certificates shall be produced during inspection. Note: For Mother hallows /raw material MIL certificates to be provided consisting of Chemical, Mechanical and IGC Tests. Chemical, Mechanical, IGC & Microstructure examination shall be carried out in government approved laboratory. 10. All the pipes shall be tested by ultrasonic Test as per Practice ASTM E-213.

9. All pipes shall be manufactured by cold Pilgering process only. Smooth finish cold drawn/ Hot finished pipes are not acceptable. 11. All pipes shall be pickled and passivated as per ASTM A380 both inside & outside Surfaces. 12. The source of raw material (mother hollows) for cold pilgering shall be procured from the following suppliers. Mother pipe schedules should be one order higher in terms of size & schedule. a) M/s Nippon /Sanyo/Sumitomo, Japan. b) M/s Sandvik Asia Ltd, India. c) M/s DK Corporation, Korea. 13. Cold Pilgering is to be taken up after acceptance of raw material by SDSC-SHAR. 14. Cold pilgered pipes shall be solution annealed. 15. Heat treatment charts shall be submitted for purchaser & TPI for review and clearance. 16. Third Party Inspection (TPI) shall be engaged by the supplier. TPI Can be of DNV/LIOYDS/ BVIS/TUV. Scope of third party inspection is as per QAP .

Page 39: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 38

GENERAL CONDITIONS: a) Pipes shall be cleaned and dried before dispatch. Ends shall be protected with suitable plastic caps to avoid entry of dust, water and foreign materials during storage and transportation. c) Inspection: By purchaser’s representative and TPI as per approved QAP. f) Packing: Material shall be wrapped in polythene sheet and packed in a wooden box as seaworthy package. g) Test certificate for chemical analysis, Mechanical, Microstructure examination, IGC test and hydrostatic test shall be supplied along with dispatch documents. h) MARKING: All pipes shall be clearly marked on three places of each pipe indicating manufacturer’s reference, material grade, dimensions, heat /Lot number. j) Allowable Variation in quantity: one length of pipe. k) Production master file: Three copies of production master file shall be supplied and shall contain the following:

• Dimensional and visual check reports

• Raw material test certificates.

• Mechanical, chemical, IGC and Microstructure examination Test reports.

• Heat treatment charts.

• Hydro test reports

• Ultrasonic test reports. All the above reports / test results shall be bound neatly.

S.no Size (NB) Schedule MOC Qty (RM) Unit cost Total cost

1 15 40 304L 450 * *

2 25 40 304L 510 * *

3 40 40 304L 500 * *

4 50 40 304L 1250 * *

5 80 40 304L 2220 * *

6 100 40 304L 1660 * *

7 15 160 304L 75 * *

8 25 160 304L 500 * *

9 125 40 Carbon steel seamless pipes

400 * *

* To be quoted by the supplier and uploaded only in the price bid

Quality Assurance Plan (QAP)

Sl. No:

Characteristics/ Type of check

Reference documents

Method of check

Supplier’s QC

TPI scope

Purchaser’s Inspector

1 Identification of raw material for production with MIL certificate

------ Identification & review

H 100%

W 100%

W 10%

2 Review of chemical, mechanical & IGC certificates for mother pipes

As per standard

Review H 100%

W 100%

WR 10%

3 Verification of cold pilgering process

------ Witnessing H 100%

W 100%

W 10%

Page 40: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 39

4 Verification of heat treatment process

NA Witnessing H 100%

W 10%

W 10%

5 Visual & Dimensional check

As per ANSI B 36.19

witnessing H 100%

W 10%

W 10%

6 Sample selection after final production for each size

As per PO Visual W 100%

W 100%

W 10%

7 Chemical analysis (One sample per each heat)

As per ASTM A312 TP 304L/316L

Verification of material test certificates

H 100%

R 100%

R 100%

8 Microstructure examination

ASTM E112 Verification H 100%

R 100%

R 100%

9 IGC test (One sample per each heat/ lot & for each size and material)

As per ASTM A262 practice E

Verification H 100%

R 100%

R 100%

10 Ultrasonic test on finished pipes

As per ASTM E213/ ASME sec V

Witnessing H 100%

W 100%

W 10%

11 Physical & Mechanical test (One sample per lot/heat)

As per ASTM 370

Witnessing

H 100%

W 100%

W 10%

12 Hydrostatic test As per ASTM A 530

Witnessing H 100%

W 10%

W 10%

13 Pickling and Passivation

As per ASTM A380

Witnessing H 100%

W 10%

W 10%

Legend: R – Review, RN – Randomly, W-Witnessing

Page 41: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 40

2. Technical Specification for supply of Seamless Stainless Steel Tubes

1. Standard : ASTM A 269-Seamless 2. Material of Construction : SS 316 3. End Finish : Square cut, smooth & deburred ends 4. Length : 5 to 7 RM –straight 5. Dimensional tolerance : As per ASTM 269 6. Testing: Raw material testing: Detailed chemical analysis, Tensile testing, Hardness test, flare test & IGC Testing (as per ASTM A 262 practice –E, one sample per heat/ lot No.) Finished material testing: Hydrostatic test as per ASTM A 530 and Eddy current test as per ASTM A 426 shall be carried out on all tubes. Sample will be selected for chemical testing at the time of inspection. 7. All the tubes shall be soft for cold bending at short radius (Rb 80) 8. All tubes should have smooth and bright surface finish as per standard. 9. All tubes shall be pickled and passivated as per ASTM A 380 both inside & outside Surfaces. 10. Tubes shall be cleaned and dried before dispatch. Ends shall be protected with suitable plastic caps to avoid entry of dust, water and foreign materials during storage and transportation. 11. Inspection : Scope of Inspection includes

• Dimensional and Visual check – 10% Random

• Verification of Test certificates (as per Sl.No.7) and factory QC Reports.

• Witnessing Hydrostatic Testing – 10 %

• Witnessing Eddy current testing – 10 %

• Witnessing Bend test as per standard

• Sample selection for chemical/Lot or heat 12. Prices are inclusive of all testing charges i.e. Chemical, Mechanical IGC and Eddy current testing. 13. Vendor has to inform the purchaser, stage wise material readiness in advance. 14. Packing: Material shall be wrapped in polythene sheet and packed in a wooden box as sea worthy package. 15. Test certificate for chemical analysis, tensile & IGC tests and hydrostatic test shall be supplied along with dispatch documents. 16. Material supplied shall be guaranteed for 12 months from the date of supply. 17. Production Master File: Three copies of production master file shall be supplied and shall contain the following

• Dimensional and visual check reports.

Page 42: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 41

• Material analysis reports

• IGC Reports.

• Hydrotest& Eddy current test report

• Final inspection report / release note. All the above reports/test results shall be bound neatly.

* To be quoted by the supplier and shall be uploaded in the price bid format.

s.no Size OD X Thick MOC Qty(RM) Unit cost Total cost 1 ¼ ” 6.32 X 1.22 SS316 3400 * *

2 ¼ ” 6.32 X 1.50 SS 316 650 * *

3 ½ ” 12.7 X 0.91 SS 316 460 * *

Page 43: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 42

3. Specification of pipe flanges

1. All Flanges shall conform to ANSI B 16.5, serrated raised face. Weld neck

flanges shall be suitable for Welding of pipe confirms to ANSI B 36.19. Edge preparation shall be as per ANSI B16.25.

2. Flanges shall be of forged quality and made of ASTM A 182 F 3O4L. The details of size, material, the schedule for the WNRF flanges and quantity are given.

3. Detailed Chemical analysis as per ANSI, mechanical testing as per ASTM-A370 and IGC test as per A262 Practice-E shall be carried out on raw materials & finished products, one per heat/lot number.

4. Test certificates shall be produced during inspection. All testing charges shall be included in the quoted price.

5. Material supplied should be guaranteed for 12 months from the date of supply. 6. All material shall be Pickled and Passivated as per ASTM A380. 7. Purchaser reserves the right to inspect the material at any stage. 8. Supplier has to inform the purchaser well in advance regarding the readiness of

material. 9. Packing: All flanges shall be closed properly with plastic caps to avoid damage

of edges and raised face during transit. The cost of the same shall be included in the offer. Material shall be wrapped in polythene sheet and packed in a wooden box as seaworthy package. Packaging Charge shall be quoted separately.

10. Acceptance for part order to be confirmed by the supplier. 11. MARKING : All flanges shall be clearly marked indicating the following

• Manufacturer’s reference (i.e. Trade name)

• Nominal Pipe Size

• Pressure Rating (Class #)

• Face Designation (including Schedule in case of WNRF flanges)

• Material Grade Designation

• Heat treatment and Lot number 12. Inspection shall be carried out by Purchaser’s Representative at

supplier’s premises and the dispatch clearance will be given only after satisfactory completion of inspection.

13. Production Master file Three copies of production mater file shall be supplied along with items and shall contain the following.

• Dimensional & Visual check reports.

• Material, chemical, IGC reports. Quality Assurance Plan for flanges (QAP)

Sl. No.

Characteristics / type of check

Ref. Document

Method of check (verification)

Quantum of inspection

Supplier’s QC

Purchaser’s QC

1

Identification of raw material with $MIL test certificates (chemical, Mechanical)

As per P.O Verification of certificates

100% H 100% R

2 Mechanical testing of raw material per Heat/Lot

ASTM-A182F

Review of test certificates

100% R 100% R

3 Chemical analysis of raw material per Heat/Lot

ANSI-316L/304L

Verification of material test certificates

100% R 100% R

Page 44: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 43

4 IGC testing one sample per heat number/Lot Number on raw material

ASTM-A262 Practice - E

Verification of material test certificates

100% R 100% R

On finished product

5 Dimensional and visual inspection

As per PO Measurement & Visual inspection

100% H 10% W at random

6

Chemical analysis of finished product per Size/Heat No. (Minimum number of samples : 08 no’s)

ANSI-316L/304L

Verification of material test certificates

100% R 100% R

7 Mechanical testing per Heat/Lot (For size ≥50NB) @

ASTM-A182F

Review of test certificates

100% R 100% R

8

IGC testing one sample per heat number/Lot Number &microstructure examination

ASTM-A262 Practice – E/ASTM E112

Verification of material test certificates

100% R 100% R

9 Final Documentation As per P.O Verification of Documents/ Certificates

100% R 100% R

Legend: R-Review, W-Witness, H-Hold either $-Supplier shall procure the raw material with MIL test certificates traceability.

@- Sample used for finished product testing is considered in the indent quantity and tested sample to be sent along with the consignment.

Sl.No Size Qty Unit cost Total cost

A SS304L,WNRF, Sch40

1 15NB X 150# 350 * *

2 25NB X 150# 250 * *

3 405NB X 150# 250 * *

4 50NB X 150# 500 * *

5 80NB X 150# 450 * *

6 100NB X 150# 210 * *

7 15NB X 600#, sch 160 30 * *

8 25NB X 600#sch 160 25 * *

9 50NB X 300# 30 * *

10 80NB X 300# 20 * *

B Blind Flanges 304

11 100NBX150#, BLDF Flange 32 * *

12 80NBX150#, BLDF Flange 40 * *

13 50NBX150#, BLDF Flange 60 * *

14 40NBX150#, BLDF Flange 30 * *

15 25NBX150#, BLDF Flange 50 * *

16 15NBX150#, BLDF Flange 60 * *

17 50NBX300#, BLDF Flange 10 * *

C Pipe End flange, SS304L, SORF

18 15NB X 150# 87 * *

Page 45: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 44

19 20NB X 150# 59 * *

20 40NB X 150# 28 * *

21 50NB, 150# 55 * *

22 80NB, 150# 49 * *

23 100NB X 150# 27 * *

* cost details shall be quoted and uploaded in the price bid

Page 46: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 45

4. Specification of pipe fittings

1. Fittings with Butt-Weld ends, are to be made from pipes, minimum one order higher thickness schedule pipes shall be used as base material. However, the edge preparation of fittings shall be as per ANSI B 16.25. 2. All fittings are to be of seamless quality. Butt-Weld Tees shall be of swaged (or) forming only. No where welded construction is acceptable. The details of the pipe fittings like size, material, class rating, schedule& quantity are given. 3. Dimension of Butt weld fittings shall conform to ANSI-B16.9 and material of construction of ASTM Standard specified in the Schedule. 4. All fittings shall be solution Annealed as per code. 5. All fittings shall be pickled and passivated as per standard procedures (ASTM A380). 6. All fittings shall be chemically etched with details like, size, class rating, type, material, heat/Lot number and trade symbol. 7. All the fittings shall be inspected and cleared by Purchaser’s Representative prior to Dispatch strictly as per QAP. 8. All the Finished Product materials shall be tested for Chemical composition, Micro Structure examination, Mechanical tests (Strength, hardness & % of elongation) as per standard. IGC test shall be conducted as per ASTM standard A262 practice-E as per QAP. The cost for chemical, MICRO-structure examination, mechanical & IGC test shall be included in the offer itself.

• Samples for testing of all types of fittings, material & lot numbers will be selected by Purchaser during inspection.

• The purchaser will witness random samples for MICRO-structure examination during PDI; all other test reports shall be reviewed later.

• All the tests shall be carried out by NABL approved laboratory.

• If any of the finished product testing is not possible due to size constraint then alternative plan will be finalized during inspection.

9. The supplier of SS pipe fittings should be a manufacturer. Traders are not allowed to quote. 10 . Production Master file Three copies of production master file shall be supplied and shall contain the following. - Dimensional & Visual check reports. - All Material Analysis reports & heat treatment charts - IGC & Micro analysis Reports. - Final inspection Report / Release note All the above reports/Test Results shall be bound neatly.

Page 47: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 46

Quality Assurance Plan (QAP)

S.No Description Reference Document

Supplier

Purchaser

1 Verification of Raw material Mil test Certificates

As per PO 100 %H 100%R

2 Selection of Samples (Finished product) for Chemical, Mechanical, IGC & Micro structure examination

As per PO 100 %W 100%W

3 Verification of Chemical composition, Mechanical test reports (Strength, Hardness & % of Elongation)

As per PO 100 %H 100%R

4 Verification of IGC test results ASTM A262 Practice-E

100 %H 100%R

5 Verification of Micro structure examination reports

As per Std 100 %H 100%R/W

6 Visual inspection As per P.O 100%W 10% W

7 Dimensional inspection As per P.O 100%W 10% W

8 Verification of etching of Symbol, size, Class rating, type, material and Heat/Lot number.

As per P.O 100%W 10% W

9 Final documentation As per P.O 100%H 100% R

Note :For Sl. No 3, 4 & 5, Manufacturer shall test at least one sample from each type of material, each type of fitting and each lot number. The purchaser representative will select all the samples at the time of PDI. Legend: R-Review, W-Witness, Hold-H

Page 48: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 47

S. No

Item description Qty in Nos Unit cost *

Total cost *

1 Manufacturing and supply of 100 NB Sch 40S 90° LR Elbow MOC:304L,

10

2 100NB Sch 40S 90° LR Elbow MOC:304L, 125

3 80NB Sch 40S 90° LR Elbow MOC:304L 260

4 50NB Sch 40S 90° LR Elbow MOC:304L 280

5 40NB Sch 40S 90° LR Elbow MOC:304L 130

6 25NB Sch 40S 90° LR Elbow MOC:304L 80

7 15NB Sch 40S 90° LR Elbow MOC:304L 100

8 15NB Sch 160S 90° LR Elbow MOC:304L 42

9 25NB Sch 160S 90° LR Elbow MOC:304L 50

10 100NB Sch 40S 45° LR Elbow MOC:304L 20

11 80NB Sch 40S 45° LR Elbow MOC:304L 86

12 50NB Sch 40S 45° LR Elbow MOC:304L 50

13 40NB Sch 40S 45° LR Elbow MOC:304L 20

14 25NB Sch 40S 45° LR Elbow MOC:304L 50

15 25NB Sch 160S 45° LR Elbow MOC:304L 32

16 15NB Sch 40S 45° LR Elbow MOC:304L 25

17 15NB Sch 160S 45° LR Elbow MOC:304L 30

18 150NB Sch 40S Equal Tee MOC:304L 10

19 100NB Sch 40S Equal Tee MOC:304L 35

20 80NB Sch 40S Equal Tee MOC:304L 160

21 50NB Sch 40S Equal Tee MOC:304L 76

22 40NB Sch 40S Equal Tee MOC:304L 45

23 25NB Sch 40S Equal Tee MOC:304L 75

24 25NB Sch 160S Equal Tee MOC:304L 25

25 15NB Sch 40S Equal Tee MOC:304L 50

26 15NB Sch 160S Equal Tee MOC:304L 30

27 150X150X100 Sch 40S unequal Tee MOC:304L

3

28 150X150X80 Sch 40S unequal Tee MOC:304L

10

29 150X150X50 Sch 40S unequal Tee MOC:304L

6

30 100X100X80 Sch 40S unequal Tee MOC:304L

5

31 100X100X50 Sch 40S unequal Tee MOC:304L

10

32 100X100X40 Sch 40S unequal Tee MOC:304L

5

33 80X80X50 Sch 40S unequal Tee MOC:304L 50

34 80X80X40 Sch 40S unequal Tee MOC:304L 36

35 50X50X40 Sch 40S unequal Tee MOC:304L 45

36 50X50X25 Sch 40S unequal Tee MOC:304L 68

37 40X40X15 Sch 40S unequal Tee MOC:304L 50

38 40X40X25 Sch 40S unequal Tee MOC:304L 37

39 25X25X15 Sch 40S unequal Tee MOC:304L 30

40 25X25X15 Sch 160S unequal Tee MOC:304L 20

41 100X80 Sch 40s Concentric MOC:304L 20

42 100X65 Sch 40s Concentric MOC:304L 5

43 100X50 Sch 40s Concentric MOC:304L 35

44 100X40 Sch 40s Concentric MOC:304L 15

45 80X50 Sch 40s Concentric MOC:304L 35

Page 49: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 48

46 80X40 Sch 40s Concentric MOC:304L 25

47 80X15 Sch 40s Concentric MOC:304L 30

48 50X40 Sch 40s Concentric MOC:304L 35

49 50X25 Sch 40s Concentric MOC:304L 37

50 50X15 Sch 40s Concentric MOC:304L 43

51 40X25 Sch 40s Concentric MOC:304L 25

52 40X15 Sch 40s Concentric MOC:304L 51

53 25X15 Sch 40s Concentric MOC:304L 53

54 100X80 Sch 40S Eccentric Reducer MOC:304L

10

55 100X50 Sch 40s Eccentric Reducer MOC:304L

5

56 100X40 Sch 40s Eccentric Reducer MOC:304L

5

57 80X50 Sch 40s Eccentric Reducer MOC:304L

6

58 80X40 Sch 40s Eccentric Reducer MOC:304L 6

59 65X50 Sch 40s Eccentric Reducer MOC:304L

5

60 50X40 Sch 40s Eccentric Reducer MOC:304L

10

61 50X25 Sch 40s Eccentric Reducer MOC:304L

10

62 40X25 Sch 40s Eccentric Reducer MOC:304L

10

63 40X15 Sch 40s Eccentric Reducer MOC:304L

5

64 25X15 Sch 40s Eccentric Reducer MOC:304L

5

65 100NB, Sch40 SS304L, Butt Weld Pipe end Cap

18

66 80NB, Sch40 SS304L, Butt Weld Pipe end Cap

25

67 50NB, Sch40 SS304L,Butt Weld Pipe end Cap

15

68 40NB, Sch40 SS304L, Butt Weld Pipe end Cap

10

69 25NB, Sch40 SS304L,Butt Weld Pipe end Cap

12

70 15NB, Sch40 SS304L, Butt Weld Pipe end Cap

20

71 15NB SCH40S Pipe nipple Both end threaded(Male) MOC:304L

50

72 25NB SCH40S Pipe nipple Both end threaded(Male) MOC:304L

50

73 15NB SCH80S Pipe nipple Both end threaded(Male) MOC:304L

50

74 15NB SCH40S nipple one end threaded(Male)

50

75 25NB SCH40S nipple one end threaded(Male)

20

76 15NB SCH80S Pipe nipple one end threaded(Male)

40

77 25NB SCH80S Pipe nipple one end threaded(Male)

20

Page 50: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 49

78 15NB x 3000#, Socket weld Equal Tee MOC:304L

20

79 15NB x 6000#, Socket weld Equal Tee MOC:304L

20

80 15NB x 9000#, Socket weld Equal Tee MOC:304L

20

81 15NB x 3000#, SWOET-F Pipe Coupling 50

82 15NB x 6000#, SWOET-F Pipe Coupling 50

83 15NB x 9000#, SWOET-F Pipe Coupling 20

84 15NB x 3000#, Socket Weld Pipe Coupling 20

85 25NB x 3000#, Socket Weld Pipe Coupling 10

86 15NB X 15NB, 3000#, Threadolet, MOC:304L

80

81 15NB X 25NB, 3000#, Threadolet, MOC:304L

20

88 15NB X 40NB, 3000#, Threadolet, MOC:304L

20

89 15NB X 15NB, 3000#, Sockolet, MOC:304L 20

90 25NB X 15NB, 3000#, Sockolet, MOC:304L 20

Note : * the cost shall be quoted by the supplier and shall be uploaded in the price bid

5. Specification for Gauge shut-off valve ( Two valves manifold )

Specifications:

1. End connections: inlet= ½ ” NPT (F)/BSPP ; Outlet= ½ ” NPT (F) /BSPP; Vent= ½ ” NPT (F)

2. Make : Thompson / Parker / Swagelok / Butech only 3. MOC : Body & trim , bonnet=SS 316; Packing = PTFE/GFT; Disc= SS 4. Operating pressure : 400 bar 5. Operating temperature : 50 Deg C 6. Medium : He/N2 gas 7. Handle : Wheel / Rod type 8. Qty :50nos 9. The unit cost & total cost shall be uploaded in the price bid

General conditions:

1. All the valves shall be supplied with vent muffler of ½ ” NPT. 2. Valves shall be supplied with material, chemical analysis certificates, certificates for

hydro/pneumatic tests, confirmation certificates for wetted parts, functional test certificates.

3. Along with offer cross sectional and GA drawings shall be provided.

s.no Description Qty Unit cost Total cost

1 Two way manifold valve/

gauge shut off valve

50 * *

* cost details shall be quoted and uploaded in the price bid.

Page 51: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 50

6. Specification for Safety Relief Valve

Tag No(s) VS 3119, 3219, 3319,

3119S(ST) VS 3518, , 3518S(DT)

Quantity 5 (3 main + 2 standby) 2 (1 main + 1 standby)

Nozzle-Full/Semi/modified Full Full

Conventional/Bellows Bellow Bellow

Bonnet-Open/Closed Closed Closed

CONNECTION

Size: inlet Outlet 1.5” 3.0” 1.5” 2.0”

Flange Rating 150 # 150# 150# 300#

Type of facing RF ASME B16.5

MATERIAL

Body and Bonnet A 351 Gr. CF 8M A 351 Gr. CF 8M

Disc and Nozzle SS304/316/equivalent SS304/316/equivalent

Resilient Seat Seal -- --

Guide A297GrHE

Spring SS304/316/equivalent SS 316/304 or equi.

Studs/Nuts A 320 Gr. B8/A194 Gr. 8 A 320 Gr. B8/A194 Gr. 8

Gasket Soft SS Soft SS

Bellows SS 304L/316L SS 304L/316L

Seat / Disc Metal to metal / soft seal Metal to metal / soft seat

ACCESSORIES

Cap - Screwed / Bolted Screwed Screwed

Test Gag Yes Yes

BASIS

Code ASME. SEC VIII DIV. I ASME. SEC VIII DIV. I

Sizing basis API 520 API 520

Relieves to -- --

FLUID DATA UNITS

Fluid Kerosene + N2 vapour Kerosene + N2 vapour

Required capacity N.Cu.m/hr 1125 625

Density Kg/m3 0.812 0.812

Molecular Weight 170 170

Operating Pressure Bar 4.0 4.0

Set Pressure Bar 5.0 5.0

Operating Temperature Deg. C 40 40

Relieving Temperature Deg. C 40 40

Back Pressure - Constant Bar Atmospheric Atmospheric

Back Pressure - Built Up Bar -- --

Over pressure/Blowdown % 10 10

Maximum Relieving Capacity

N.Cu.m/hr To be provided

Body test pressure Bar Yes Yes

Page 52: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 51

Tag No(s) VS6351 VS6361

Quantity 1 1

Nozzle-Full/Semi/modified Full Full

Conventional/Bellows Conventional Conventional

Bonnet-Open/Closed Closed Closed

CONNECTION

Size: inlet Outlet 1.0” 2.0” 1.5” 2.0”

Flange Rating 300 # 150# 150# 150#

Type of facing RF ASME B16.5

MATERIAL

Body and Bonnet A 351 Gr. CF 8M A 351 Gr. CF 8M

Disc and Nozzle SS304/316/equivalent SS304/316/equivalent

Resilient Seat Seal -- --

Guide A297GrHE

Spring SS304/316/equivalent SS 316/304 or equi.

Studs/Nuts A 320 Gr. B8/A194 Gr. 8 A 320 Gr. B8/A194 Gr. 8

Gasket Soft SS Soft SS

Bellows SS 304L/316L SS 304L/316L

Seat / Disc Metal to metal / soft seal Metal to metal / soft seat

ACCESSORIES

Cap - Screwed / Bolted Screwed Screwed

Test Gag Yes Yes

BASIS

Code ASME. SEC VIII DIV. I ASME. SEC VIII DIV. I

Sizing basis API 520 API 520

Relieves to -- --

FLUID DATA UNITS

Fluid N2 gas N2 gas

Required capacity N.Cu.m/hr

Specific gravity 0.967 0.967

Molecular Weight 28.01 280.1

Operating Pressure Bar 40 10

Set Pressure Bar 44 11

Operating Temperature Deg. C 40 40

Relieving Temperature Deg. C 40 40

Back Pressure - Constant Bar Atmospheric Atmospheric

Back Pressure - Built Up Bar -- --

Over pressure/Blowdown % 10 10

Maximum Relieving Capacity

N.Cu.m/hr To be provided

Body test pressure Bar Yes Yes

Page 53: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 52

GENERAL

Tag No(s) VS6411/VS6411S VS3615, VS6414 ,VS6421

Quantity 2 3

Nozzle-Full/Semi/modified Full Full

Conventional/Bellows Conventional Bellow

Bonnet-Open/Closed Closed Closed

CONNECTION

Size: inlet Outlet 1.5” 2.0” 2.0” 3.0”

Flange Rating 150 # 150# 150# 150#

Type of facing RF ASME B16.5

MATERIAL

Body and Bonnet A 351 Gr. CF 8M A 351 Gr. CF 8M

Disc and Nozzle SS304/316/equivalent SS304/316/equivalent

Resilient Seat Seal -- --

Guide A297GrHE

Spring SS304/316/equivalent SS 316/304 or equi.

Studs/Nuts A 320 Gr. B8/A194 Gr. 8 A 320 Gr. B8/A194 Gr. 8

Gasket Soft SS Soft SS

Bellows SS 304L/316L SS 304L/316L

Seat / Disc Metal to metal / soft seal Metal to metal / soft seat

ACCESSORIES

Cap - Screwed / Bolted Screwed Screwed

Test Gag Yes Yes

BASIS

Code ASME. SEC VIII DIV. I ASME. SEC VIII DIV. I

Sizing basis API 520 API 520

Relieves to -- --

FLUID DATA UNITS

Fluid N2 gas Kerosene + N2 vapour

Required capacity N.Cu.m/hr

Density Kg/m3 1.1605 0.812

Molecular Weight 28.013 170

Operating Pressure Bar 4.0 4.0

Set Pressure Bar 7.5 5.5

Operating Temperature Deg. C 40 40

Relieving Temperature Deg. C 40 40

Back Pressure - Constant Bar Atmospheric Atmospheric

Back Pressure - Built Up Bar -- --

Over pressure/Blow down % 10 10

Maximum Relieving Capacity

N.Cu.m/hr To be provided

Body test pressure Bar Yes Yes

Note : The end connections & set pressure will be confirmed at the time of procurement.

Make: Anderson greenwood Crosby sanmar

CONDITIONS 1. All the safety relief valves shall be supplied as per the data sheet. Supplier shall mention the standard available as per our specifications. Deviations and recommendations (by the supplier) against our data sheet shall be clearly spelt out in

Page 54: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 53

his offer. Supplier shall provide the valve catalogue along with his offer for quick reference.

2. Castings shall be Solution Annealed as per ASTM A351 S11-1. 3. Material of construction for all parts shall be as per data sheet of the valve tag no. 4. The supplier shall submit the chemical analysis certificate for the materials specified by the purchaser. 5. Fabrication/GA drawings to be sent to purchaser approval before taking up the

production. 6. Following documents to be sent along with consignments

� Detail drawing showing parts and components, dimensions, materials of construction, etc.

� Inspection reports. � Guarantee certificates for minimum 18 months from the date of supply, or 12

months from date of commissioning which ever is earlier for safety relief valves. 7 Each valve should be fixed with tag numbers, which contains set pressure, material of construction, type, etc.

7. Manufacturer shall inform the readiness of the items for inspection. 8. Six sets of nozzle and disc insert shall be supplied as spares

Quality Assurance Plan S.no. Description Check Supplier’s QC Purchaser’s

scope

1 Seat tightness test as per API-RP-527

Witness 100% 100%

2 Set pressure test Witness 100% 100%

3 Verification of the material test certificates for major components

Review 100% 100%

4 Visual & Dimensional check

Check 100% 100%

5 Shell pneumatic test with air at 100 PSIG

Witness 100% 100%

6 IGC test as per ASTM A 262 practice –E/B

Review 100% 100%

s.no Tag numbers Qty Unit cost Total cost

1 VS3119, 3219, 3319, 3119S 5 * *

2 VS3518, VS3518S 2 * *

3 VS6351 1 * *

4 VS6361 1 * *

5 VS6411, VS6411S 2 * *

6 VS3615, 6414, 6421 3 * *

7 Spares 6 sets * *

* Cost details shall be quoted and uploaded in the price bid

Page 55: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 54

7 Fabrication, Inspection, Testing and Supply of Filter Housings

1. Introduction: The scope of supply involves design, machining, fabrication, testing, chemical cleaning, assembly, packing, and delivery of filter body units as per technical specifications. 2.Material Traceability:

a. Material : SS 304L b. All seamless pipes shall be ultrasonically tested as per ASTM E-123. c. All the material used for the fabrication shall be tested in the laboratory recognized

(by government of India) before fabrication as specified below. d. Mechanical Test (ASTM A370), Chemical test(ASTM E1086) , Inter granular

corrosion test(ASTM A 262 practice-E) & Micro-structure analysis as per the applicable code.

e. The test certificates shall be reviewed & cleared by purchaser before fabrication (one sample from each Lot/Heat No. has to be tested.)

f. All bought out items shall be from reputed make like M/S Ratnamani, M/S Sanghvi forges, M/S Aravind Pipes & fittings, M/s Rajmani fittings, M/s Mech-well fittings pvt Ltd.

3. Nozzles & Fittings: a. All flanges shall confirm to ANSI B 16.5 RF serrated. b. All flanges shall be forged A182F 304L wherever applicable c. Pipe fittings shall be of butt-welded ends, seamless type confirming to ASTM

A403 WPS SS304L d. All the nozzles shall be provided with standard blind flanges of same material as

filter housings construction with necessary SS studs & nuts (Threads made by Thread Rolling Method) and spiral wound teflon gaskets.

e. Micro-structure analysis shall be carried out for the pipe caps before welding process.

f. Enough care has to be ensured during fabrication of filter element holder and the following points to be verified

• The specified PCD has to be ensured on the filter element holder • Element holder will be welded to the shell pipe with the help of stiffener

plate to maintain equi-annular space. Verticality of the filter element to be ensured on the element holder.

4. Filter body and element holder: - Filter body is of a SS 304L seamless pipe and all the pipes which are going to be

used for fabrication shall be from the same Lot/Heat No and also make ensure that all the pipes are ultrasonically tested as per ASTM E-123.

- Element holder ring shall be machined from the SS 304L forged bar - Chemical analysis / Positive Material Identification (PMI) test of all machined

components shall be conducted prior to the welding operation.

5. Welding: a. Welding shall be done by GTAW process with high purity Argon gas purging and

shielding, right from root to final passes for all weld joints and all internal and external welds including fillet welds. SMAW is not acceptable.

b. Welding consumables (filler wire) shall be as per AWS classification. c. Welder performance qualification shall be carried out and only qualified welders

shall be employed for the fabrication. Welder qualification certificate shall be verified by department before commencement of fabrication.

d. Welding Procedure Specification (WPS) & Procedure Qualification Record (PQR) shall be reviewed by the purchaser prior to commencement of fabrication.

Page 56: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 55

e. After completion of the welding, excess weld beads to be removed carefully and smooth finish to be ensured throughout the welding zone.

6. Non Destructive testing: a. DP Test: All weld joints (both root & Final) including fillet welds shall be DP tested

as per ASTM E 165. b. Radiography: All butt weld joints shall be 100% radiography by x-ray technique to

2-2T sensitivity and acceptable limit shall be as per ASME Sec V Div1 & ASTM E94. c. Rework/Repair is not allowed. If any re-work/repair, it has to be carried out as

specified in ASME boiler and Pressure vessel code with the prior approval of department.

7. Heat Treatment:

The total fabricated body has to be stress relieved at 420 + 10 °C as per standard practice. (This operation shall be carried out prior to Hydrostatic test).

8. Mechanical Cleaning: a. All metallic surfaces inside and outside having scales and foreign materials and all

welded surfaces have to be cleaned. This can be done by scrubbing with metallic brush (Stainless Steel) followed by buffing to get a polished surface.

b. The loose scales and powders obtained from the above process can be cleaned by blowing, sucking or washing with water. Mechanical cleaning and buffing shall be carried out after stress relieving, but before hydro test.

9. Hydrostatic Testing: a. Hydrostatic test is to be conducted on the filter body by closing all the nozzles and

filter element mounting interfaces with suitable blinds. The test pressure shall be as per specified in the drawing and it should be done in the presence of a Purchaser’s representative. Clean potable water with chloride content of less than 50 PPM or DM water, shall be used for hydro testing. Minimum test duration shall be of 30 min.

b. After the final hydrostatic pressure test, the bodies have to be degreased, pickled and passivated as per the procedure given by the purchaser. The cleaning, pickling and passivation is to be carried out for both inside and outside surfaces of the body.

10. Pneumatic Testing: All the filter bodies shall be tested at a minimum pressure of 10.0 bar (g) by using clean & dry Nitrogen gas with dew point of minus 40 Deg. C or better and check all the joint for leak with snoop solution.

11. Thread verification :

The filter element thread interface shall be checked with M42 X 3 GO/NO-GO gauges. Since it is a critical activity, the interface shall be checked well in advance while fabricating filter housings. After completion of the thread verification threaded portion shall be protected with soft metal caps.

12. Sealing: After drying, the filter bodies shall be sealed so that ambient moisture never enters inside. The filter bodies are to be pressurized to 0.5 bar (g) with dry Nitrogen Gas at –40 °C dew point or better. (Threaded flange with 1/4” isolation valve and standard pressure gauge to be provided for sealing)

13 Painting: One coat of grey color epoxy primer shall be painted on the external surface of the total filter body.

Page 57: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 56

14. General condition for Filter housing : a. Submission of drawings: Supplier shall prepare detailed fabrication drawings and

send for purchaser approval. Fabrication of filter housing shall be taken up only after receipt of approved drawings from the purchaser. If any minor changes in dimensions/ orientations called for the same shall be included without any cost implications.

b. Allowable tolerance for non-specified dimensions to be ± 1 mm only allowed. c. Inspection shall be as per the Quality Assurance Plan (QAP). d. During the course of fabrication, different stages of inspection are to be identified.

At every stage clearance has to be obtained. e. The fabrication shall be carried out using tested and qualified materials only. f. Flow direction shall be marked on the filter housing. g. RF pad plate shall be provided with M6 threaded hole and conduct pneumatic leak

checks at 2.0 bar (g) after completion of the test plug the port with M6 screw. (Note: threads to be made in RF pad prior to the welding with the filter body)

h. The interface threaded (M42 X 3.0) to be checked with GO & NO-GO gauge and pneumatically at 5.0 bar (g) suitable adaptors for conducting the pneumatic leak check to be used.

i. Two numbers of lifting handles to be provided as shown in drawing. j. Body shall have a nameplate permanently fixed on shell pipe below lifting handle.

(Name plate arrangement shall be projected by using bracket arrangement to avoid direct welding between name plate and filter body).

k. The filter housings shall be supplied with blind flanges for inlet, outlet, vent & drain nozzles.

l. Filter elements are not in the scope of supplier.

a. QUALITY ASSURANCE PLAN

Sl. No.

Characteristics / type of check Ref. Document

Method of check

Quantum of check

Manufacturers Q.C

Department representati

ve

1 Filter Housing drawings verification.

PO spec Review & checking

100% H 100%R

2 Raw Material inspection prior to fabrication

As per approved drawing

Visual 100% H 100%W

3

Drawing of samples for Mechanical, Chemical, IGC, Ultrasonic testing of pipes & fittings, PMI tests of machined components, Microstructure analysis for pipe caps.

As per PO spec

As per the standards

100% H 100%W

4 Review of WPS & PQR and welder qualification certificate prior to fabrication.

As per PO spec

Review 100% H 100%R

5 Checking of weld fit ups As per PO spec

Visual 100% W 100% R

6 Marking of nozzle orientation As per drawing

Location of nozzle

100% W 100% R

7 Visual & dimensional inspection of pipe and pipe fittings

As per approved drawings

Dimensions 100% W 100% R

8

Dye Penetrant test on all weld joints and radiography test on all butt weld joints.

As per standard

Visual 100% W 100% R

Page 58: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

RFP: Isrosene storage & Service facility 57

Legend: R – Review, W – Witness, RN – Randomly, H – Hold.

9 Evaluation of radiography films of all butt welds

As per drawing

Film review 100% W 100% R

10 Stress relieving of the filter housings after fabrication

As per standard

Graph 100% W 100% W/R

11 Mechanical cleaning and buffing

As per standard

Visual 100% W 100% R

12

Pneumatic leak-check of filter element threaded interfaces(M42X3)at 5 bar-g

Check with gauges

Review 100% W 100% R

13

Hydro testing of filter housings as per the pressures in the drawings

As per standard

Pressure hold method

100% W 100%W

14 Picking & passivation As per PO

spec Visual 100% W W/R

15

RF pad interface weld joint pneumatic leak test@ 2bar(g)

As per standard

Bubble emission method

100% W 100%W

16

Pneumatic leak test at minimum pressure of 10 bar (g) or as specified in the drawing.

As per PO spec

Pressure hold method

100% W 100%W

17 Physical inspection of filter body & Dew point measurement

As per PO spec

Visual 100% W 10%W

18

Providing blind flanges for all the nozzles & ensure sealing of filter housings with GN2.

As per PO spec

Visual 100% W 100%R

19 Verification of name plate details

As per PO spec

Visual 100% W 100%R

Verification of Production master file

As per PO spec

Document 100% W 100%R

Page 59: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

58

b. Filter Housings Drawing

72°

PCD 140

OD 2

19.1

Drg.No: LSSF/ESPS/ASLP/Suction-FL01

PUMP SUCTION FILTER HOUSING

TITLE:

Material : SS 304L

ALL DIMENSIONS ARE IN MM

DRAWING NOT TO SCALE

Date : 08.03.2019

Projection:

20°

PCD 280

120°

6 elements housing

Page 60: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

59

OD

125

Projection:

Date : 08.03.2019

DRAWING NOT TO SCALE

ALL DIMENSIONS ARE IN MM

Material : SS 304L

TITLE:

VAPOUR PHASE FILTER HOUSING

Drg.No: LSSF/ESPS/ASLP/02

2 elements housing

Page 61: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

60

Dia 168.3 mm

DESIGN DATA

NOZZLE DETAILS

DRAWING IS NOT TO SCALE

ALL DIMENSIONS ARE IN MM

Drg.No: LSSF/ESPS/ASLP/03 DATED:07.03.2019

FILTER ELEMENT holding Ring6 80

TITLE: PUMP DISCHARGE FITER HOUSING

4 elements housing

Page 62: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

61

3 elements housing

Page 63: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

62

* Cost details shall be quoted and uploaded in the price bid

Sl

No Description

Filtration

rating

(micron)

Design

Pressure

bar (g)

Hydro test

pressure

bar (g)

No Of

Filter

Elements

Tag No

Inlet x outlet flange

size (NB)

(150 class rating)

Qty in

Nos

Unit cost Total

cost

1 Pump

Suction/Brine 300 15 30 6

FL-

3133/3233/333

3

100 X 100 04

* *

3 Pump

Discharge 30 30 45 4

FL3146/3156/3

246/3256/3356 80X 80 5

* *

4 UT-Liquid 30 30 45 3 FL3056 80 x 80 2 * *

5 UT-Gas 10 30 45 2 FL3641 50 X 50 1 * *

6 SPR-Gas 10 30 45 2 FL6440 25 X 25 1 * *

7 Storage-Gas 10 15 30 2 FL6365 50 X 50 1 * *

8 DT-Liquid 30 15 30 2 FL3749 50 X 50 1 * *

9 MLP-L110 30 30 45 2 L110-1/2 50 X 50 2 * *

Page 64: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

63

8 Specifications for pressure gauges

S. No. Description Material 1 Type Bourdon tube

2 Material Bezel & casing –SS304; Bourdon tube-SS316

3 Manufacturing Standard EN-837-1

4 Pressure Scale bar

5 End Connection Direct Mounted and bottom entry

6 Accuracy Class 1% FSD

Make: M/s. Wika /Fiebig / Mass (Precision mass products)

1 General conditions for Pressure Gauges: a) Sensing element shall be Bourdon Tube of SS316/304 material and shall be

TIG welded to the socket. Socket and other wetted part material shall be of SS 316/304.

b) All the pressure gauges shall be provided with shatter-proof safety glass. Bezel material shall be same as that of case material.

c) The gap between the pressure gauge casing and the end adaptor should be welded for avoiding the gas/air entry from outside to inside. No intermediate adaptors are allowed for converting the end adaptor size from the available size to the ordered size.

d) The pressure gauge’s indicator movement shall be micro point adjustment for calibration.

e) The instruments shall be designed to withstand the following environmental condition.

Maximum ambient temperature : 60°C Maximum RH : 100% (Non condensing) Transport and storage temperature: Upto 80°C

f) All the pressure gauges shall be weather proof to IP-65 or better and necessary certificates shall be provided during inspection and same shall be supplied along with consignments.

g) All the pressure gauges shall have over range protection as per EN-837-1 standard and Primary elements shall withstand the specified over pressure for at least 30 minutes without changing elastic properties and performance affected.

h) Each pressure gauge shall have S.S Name plate and fixed at visible place containing all required information like instrument serial no., model no., sensor type & material, scale range, etc.

i) End adaptor threads should be properly protected with suitable plastic caps for protecting the threads and dust entry into the pressure gauges.

j) Latest editions of standards shall be followed in the design, manufacture/ supply of pressure gauges.

k) Original calibration certificates for each pressure gauge with SL. No from the manufacturers shall be supplied along with consignment.

l) Latest Data sheet for the model supplied is to be provided.

2. Quality Assurance plan: -

S.No. Type of check Manufacturers

Q.C Purchaser (At the time of inspection in Factory)

1 Checking of material analysis certificates

100% R & H 100%R

2 Calibration of pressure gauges 100% H 10% Randomly selected or minimum 2 numbers from

Page 65: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

64

each category - Witness

3 Review of certificates for cleanliness check for absence of oil, moisture, etc…

100% R & H 100%R

4 Over range protection Test as per EN-837-1 prescribed pressures.

One Sample H Witness of One Sample per each category

5 Verification of IP-65 protection certificates

100% R & H 100% R

6 Dimensional check and connection thread checking

100% H 10 % Randomly Selected

R-Review; H-Hold & W- Witness

S. No Pressure Range (bar)

Dial size(mm)

End connection Qty Unit cost

Total cost

1 0-6 200 1/2” BSPP male 15 * *

2 0-10 200 1/2” BSPP male 15 * *

3 0-16 100 1/2” BSPP male 16 * *

4 0-25 100 1/2” BSPP male 10 * *

5 0-40 200 1/2” BSPP male 10 * *

6 0-60 200 1/2” BSPP male 12 * *

7 0-100 100 1/2” BSPP male 06 * *

8 0-250 100 1/2” BSPP male 06 * *

* cost details shall be quoted and uploaded in the price bid only

Page 66: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

65

9. Specification of Wafer type Check Valves

S.no Description Specification 1 Valve type Dual plate check, Duo check valve

2 Construction Wafer type spring loaded, metal to metal seated, double door

3 End connection ASME B16.5 RF

4 Size DN80, 150#

5 Body material A351 Gr CF8M

6 Plate/Disc material A351 Gr CF8M

7 Plate seat material Integral

8 Pin material SS 304/316

9 Spring material SS 304/316

10 Design API 594

11 Application Kerosene fluid in pump discharge pipe lines

12 Qty 4nos 13 working pressure 13 bar-a

14 Cracking pressure 0.1 bar or as per manufacturer’s standard (the same shall be mentioned in the offer)

15 Seat leak As per API-598 table 5

16 Make crane

General conditions:

� Certification: EN 10204 type 3.1B certification shall be supplied along with items.

� Type 2.1 certification shall be provided for all internal components. � Type 3.1B certification shall be provided for pressure tests. � Hydrotest (As per API598) test certificate shall be provided. � All wet parts should be SS 316/304 only. All material test certificates /

conformity certificates should be provided along with items. � Soft seats if any used, the MOC shall be mentioned clearly in the offer. � The general assembly drawing / cross sectional view of check valves shall be

sent along with offer. � Valve marking will be in accordance with MSS SP-25. � Supplier shall provide catalogue along with offer. � Details of model no, serial no, type, class rating, working pressure all details

shall be tagged with the valve. � Valves shall be guaranteed for one year from date of installation.

s.no Description Qty Unit cost Total cost

1 Dual plate check, Duo check valve

4 * *

* cost details shall be quoted and uploaded in the price bid

Page 67: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

66

10.Specifications for Piston type Check valve

1. Type : Flanged Piston check valve 2. Size & Class Rating : As below. 3. End connection : Flanged (ANSI B16.5 Standard) Flanges should have serrations 4. Material of construction: a) Body : SS 316/304 b) End cap : SS 316/304 c) Puppet : SS 316 d) Spring : SS 316 e) Seat/Seal : ISOLAST ) f) O rings : ISOLAST 5. Operating pressure : 15 bar 6. Operating temperature : 0-400 C 7. Cracking pressure : Less than 10 PSI 8. Fluid : N2 gas/Kerosene vapour 9. Manufacturing standard : As per ANSI 16.35 or Manufacturer standard 10. Make : Orseal / Hyper valve (Industrial enterprises) GENERAL CONDITIONS:

1. The cross sectional drawings with material of construction of all parts are to be sent to department for approval before commencing production. The supplier shall guarantee that the valves supplied shall be exactly as per the approved drawings in all respects.

2. Foundry/Material test certificates of all wetted parts of the valves and all

other test certificates like Body hydro test, Leak test, etc., shall be furnished to the purchaser before dispatch of valves.

3. Flanged ends shall conform to ANSI B 16.5 with RF serrations.

4. Wherever welding is employed, manufacturer shall use material of

304L/316L only.

Quality assurance plan

Sl.No

Characteristics / type of check

Ref. Document.

Method of check

Quantum of check

Supplier Purchaser

1. Material of construction

Customer P O/ Approved drwg.

Verification of Material test certificates.

W 100% R 100%

2. Dimensional and visual inspection

Customer approved drwg.

Measurement/ visual

W 100% R 100%

3. Hydro shell/Body test

Customer P.O. Testing on RIG W100 % R/W100 %

Page 68: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

67

Note: R-Review, W- witness

S.no Size Qty Total Unit cost

Total cost

Actual Spare

1 2”, 150# 2 1 3 * *

2 1”, 150# 6 2 8 * *

3 ½ ”, 150# 4 1 5 * *

* cost details shall be quote and uploaded in the price bid

4. Hydrostatic seat test Customer P.O. Testing on RIG W 100 % R/W 100 %

5 Reverse leak check Customer P.O. Testing on RIG W 100 % R/W 100 %

6. Final Documentation As per P O/ Approved drwg.

Verification of Documents/ Certificates

R 100 % R 100 %

Page 69: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

68

11 Specifications for Rupture disks, Dual Disc Heads and Polymer Coated Cap Screws A. Specification for rupture discs:

a) Rupture disk shall be as per design and construction code ASME Sec VIII Div I

b) The material of construction of disks shall be as per data sheet and it shall be lined with PTFE.

c) Material test certificates for rupture disks shall be furnished. d) Compression loaded reverse buckling rupture disk with jaw teeth ring and Teflon liner

on process side e) All rupture disks shall have the following features:

• Should withstand full vacuum without any vacuum support

• Minimum fragmentation after rupturing

• Can be used for pulsating services

• Low damage ratio

• Operates upto 90% of rated pressure

• Maximum tolerance on Burst Pressures is ±5%.

• Zero manufacturing range. f) One disk from each category selected by purchaser shall be burst tested in his presence.

This quantity is also added in the ordered quantity. f) Precise torque information is to be supplied with each Rupture Disk. g) Supplier should ensure that all the above Burst disc (against size) have to be

manufactured in Same lot / Heat Number. If multiple Lot/ Heat number was used for

production, the same shall be highlighted during inspection for selection of samples for Burst test.

Make / Supplier: BS & B Safety systems, Chennai

B Specification for Dual Discs Safety Heads:

a) The dual disc holder shall fit between the PCD of ANSI Companion flanges of class 150# b) The dual disc Safety Head shall be able to pre-torque in the shop. The dual disc safety

heads shall have Positive locating pins, to center the disk correctly on the Safety Head, thus eliminating disk slippage and possible incorrect installation.

c) A J-bolt is to be provided at the bottom holder to avert incorrect installation. d) Flow arrows pointing the right direction of installation shall be inscribed on the dual

disc safety holders for mounting the disc in correct flow direction of the flow. e) The dual disc safety holders are to be provided with a ¼” NPT tapping in the middle

holder to measure the pressure in between the two rupture discs. f) The holders shall have the seating area in such a way to withstand 10-6 cc/sec of

helium leakage rate, in mated condition with rupture disc. g) Each tell tale indicator assembly consisting SS of a pipe nipple, cross, ball valve of

Parker make with model no.4MB2LJ2SSP and male/female cap or plug for openings covering.

h) Inspection for tell tale indicators: the material test certificates for all the pipe fittings

and for ball valves, conformity certificate from parker to be submitted for review. The assembly of the tell tale indicator shall be pneumatic tested at 10 bar (g). - Material test certificate for review for head, tell tale indicator assembly for each item

like pipe nipple, cross, plug, .

- Review of dimensional check, and verification of 10% quantity. - Witnessing test for the holders seating area to withstand 10-6 cc/sec of helium leakage

rate, in mated condition with Rupture disc for all the dual head holders. i) All dual Disk Holders shall be Pneumatic test by using Nitrogen Gas Leak test on either

side of the disc j) The cap screws coated with suitable polymer are meant for fixing the new disc in to

the above holder

C General Conditions:

• The details of the disc holders and disks such as size, class rating, material, burst pressures, temperature and tag numbers are to be punched on the mid flange and tag

Page 70: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

69

number alone on the inlet and out let flanges of the discs are to be punched on each

burst disc.

• The supplier has to send to the detailed drawing of dual disc heads, burst discs, tell tale indicator assembly indicating size, material of construction and testing methods as per quality assurance plan (QAP) showing the details of the works carried out right from the

procurement of raw materials to finishing, showing different stages of inspection to be done by the supplier and details of inspection by the purchaser for approval. The enclosed QAP is only for reference .The production shall start only after approval of

drawing and QAP by the purchaser.

Sl. No.

Characteristics / Type of check

Ref. Document.

Method of Check

Quantum of check

Supplier Purchaser Burst Diaphragms and coated cap screws

1 Raw material for burst discs and coated cap screws.

Customer P.O and QAP

Verification of material test certificates

R 100%

R 10%

2

Dimensional and Visual

inspection for rupture discs and cap screws.

Customer

Approved drawings and QAP

Measurement /Visual

H 100%

R 10%

3 Burst test of the disc Customer P.O

and QAP

Testing on

RIG

H

(See Note:1)

W

(See Note:1)

Note: 1. For item SL. No 3 , the item mentioned will be selected randomly.

Burst Diaphragm Disc holders with coated cap screws

4

Material test certificates for disc holders and tell tale indicator assembly for each item like pipe nipple,

cross, plug, ball valve and pressure gauge

Customer P.O.

And QAP

Verification of material test

certificates

R 100%

R 10%

5

Dimensional and visual inspection for rupture disc

holders and accessories

Customer approved

drawings and QAP

Measurement

/ Visual

H

100%

R

10%

6

Helium leak test (allowable limit is 10-6 cc/sec) for

Dual disc holders seating area with rupture discs / Dummy rupture disks mated condition for all

holders.

Customer P.O. And QAP

Testing to be carried out by MSLD

H 100%

W 100%

4 Final documentation

As per PO and Approved drawings

Verification of documents/ Certificates.

H 100%

R 100%

Legend: H-Hold, R-Review, W- Witness, RN –Randomly

S.No Description Qty in Nos Unit cost Total cost

1 Dual BD heads, size 100NB X 150# 6 * *

2 Single BD head, size 50NB X 150# 2 * *

3 Burst discs for holder of size 100NB X 150#, set pressure : 5 bar g

13 * *

4 Burst discs for holder of size 50NB X 150#, set pressure : 5 bar g

3 * *

5 coated cap Screws100NB holder 60 * *

6 coated cap Screws 50NB holder 24 * *

* Cost details shall be quoted and uploaded in the price bid

Page 71: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

70

12. Specifications of Paints

A. HIGH BUILT EPOXY COATINGS (Primer ) : This primer paint shall confirm the following requirements:

• High performance general maintenance coating for new or old MS material.

• Self-priming topcoat over most existing coatings.

• Can be over coated with wide range of topcoats.

• 125 microns or more in a single coat.

• Two component, catalyst cured.

• Minimum theoretical coverage rate of 32 Sq.M/ Litre at 25 Microns DFT.

• Volume solid (Volume) 80%.

• Mixing ratio 3:1. B. ALIPHATICPOLYURETHANE PAINTS (Finish): These finish paints shall confirm to the following requirements:

• Catalyst isocynade.

• High gloss finishes.

• Gloss & color retentive upon prolonged exterior exposure.

• Suitable as an exterior finish coat over an inorganic primer and inhibitive polyamide epoxy intermediate coat.

• Hard, tough, flexible & abrasion resistance.

• Minimum theoretical coverage rate of 17 Sq.M / Litre at 25 Micron DFT.

• Mixing ratio 3:1.

• Paint application method is by brush.

• Color shade shall be as per IS-05. General conditions: Brands; Grand Polycot, Asian, Berger , Nerolac

• The primer & finish coat part life / self-life shall be 12 months.

• Ordering quantity variation shall be ± 4 liters.

• Scope of inspection : - Viscosity of the paint. - Volume solid test - Coverage rate of the paint as per the specification. - Before dispatch the supplier has to inform for inspection.

S.No Colour Pipe line / Fluid qty (l) Unit cost

Total cost

1 Traffic red -IS570 (Kerosene) 3400 * *

2

Brilliant green –

IS221 N2 gas 2400

* *

3 Primer Grey (SS pipes) pipes 4000

* *

4 Apple green IS281 MS Structurals 1000 * *

5 Orange Hand rails 1200 * *

6 Grey IS631 MS Structurals 1000 * *

7 Black For painting of tag

numbers / pipe line numbers

100 * *

8 White 100 * *

9 Thinner 5000 * *

* cost details shall be quoted and uploaded in the price bid

Page 72: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

71

13 Specification for SS Spiral Wound Teflon Gaskets with SS inner & outer rings

1. The gasket shall confirm to API 601 standard. 2. The thickness of the inner & outer rings shall be 3mm and that of gasket

shall be 4.5mm. The SS spiral rings should not be projected beyond the Teflon rings. The Teflon ring thickness of 0.25 mm extra is required top & bottom so that the total thickness of gasket will be 5 mm.

3. The material of the rings (inner & outer) shall be 316L. 4. All the gaskets are to suit flanges of ANSI B 16.5 RF Standard, wherever

specified. 5. Inspection & testing shall be carried-out as per code specified for

dimensional, material tests, leak tightness, compressibility, sealability test etc.,

6. Cut edges of gaskets shall be neat & burr free 7. Make: IGP/MIP/ Uniklinger

General conditions: 8. All items shall be inspected and cleared by Purchaser/Engineer before

dispatch. Readiness of items for inspection shall be intimated to the purchase well in advance.

9. All the inspection and Test Certificates shall be furnished to the Purchaser. 10. The size, class rating, material of gaskets shall be marked on the ring

wherever possible and others are to be tagged. 11. All gaskets suitably packed so that they don’t get damaged during handling

& transport.

S.No Flange Size Total Unit cost Total cost

1 15NB X 150# 5000 * *

3 25NB X 150# 1200 * *

5 40NB X 150# 2500 * *

7 50NB X 150# 2500 * *

8 65NB X 150# 350 * *

9 80NB X 150# 3500 * *

10 100NB X 150# 1500 * *

11 150NB X 150# 300 * *

12 200NB X 150# 50 * *

13 300NB X 150# 20 * *

14 600NB X 150# 10 * *

15 50NB X 300# 50 * *

* Cost details shall be quoted and uploaded in the price bid only

Page 73: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

72

14 Specifications of Magnetic Level indicator for tanks

SPECIFICATIONS

1 Model No

2 Service Fluid Kerosene with specific gravity 0.815

3 Max operating pressure 10 bar (g)

4 Max operating temperature 55 Deg C

5 Float, Tube/Flange Material SS 304L

6 Chamber / flat Gasket PTFE

7 Dimensions and Quantity Given below

8 End connection Process

Loose flange / WNRF, 25 NB 150#, RF, serrated, ANSI B 16.5

Drain end connection WNRF flange 15 NB 150#, RF serrated, ANSI B16.5

9 Vent Connection at the top ½” NPT

10 Measuring accuracy ± 10 mm

11 Indication SS scale in cm + m with Bi-Colour Flap Indicator

12 Glass tube + flaps Borosilic glass

12 Make Krohne

Page 74: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

73

* cost details shall be quoted and uploaded in the price bid General conditions:

• All the wetted parts shall be SS 304L material

• If Welding is required, it should be carried out y TIG (GTAW) process only.

• The item shall be guaranteed for a minimum period of 12 months from the date of supply.

Scale range in mm

Centre to centre distance between top & bottom flanges (mm)

Flange details Qty in nos

Unit cost

Total cost

Bottom & Top Drain

0 to 3300

3300 1" X150# (WNRF)

½ " X150#

4 * *

0 to 2000

2000 1" X150# (WNRF)

½ " X150#

3 * *

Page 75: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

74

15. Specification for Supply of Fire resistant Phenolic foam insulation Material for Tanks & Pipes

1. Scope of the supply:

Manufacturing, Testing & Supply of fire resistance Phenolic foam tank & pipes insulation material

2. Quantity :

S.No Supply of Material Size Qty Unit cost Total cost

1 Storage Tank-Shell portion 90Sq.m/tank 270sq.m * *

2 Storage Tank –Dish ends 30Sq.m/tank 90sq.m * *

3 Pipe section -1 100NB 600rm * *

4 Pipe section - 2 80NB 600rm * *

5 Pipe section -3 125NB 300rm * *

rm-Running meter * price details shall be quoted and uploaded in the price bid

3. Specifications: Source of supply : Bakelite Hylam, Hyderabad 3.1The insulation material shall have the following features:

• Fire Resistance

• Non- flammable retains its shape and does not soften, melt or drip, when subject to fire

• No deterioration

• Good adhesion to facings

• No emission of toxic fumes in the event of fire.

• Negligible smoke generation

• Anti-static properties.

3.2. Thermal Properties: • Thermal Conductivity</=0.02K Cal/hr M ºC as per BS-4370:Part-2

• Thermal Range = -1960 C to + 1300 C

3.3 Mechanical Properties: • Density 40-50 Kg/m3 as per BS-3927 of 1986

• Compressive strength: Not less than 150Kpa as per BS-4370Part-2

• Tensile Strength, cross breaking strength, dimensional stability and closed cell contents as per BS-4370

3.4 Moisture Properties:

• Water absorption = <4% by volume or as per ISO 2896

• Water Vapour transmission <3per Inch as per BS4370:Part-2

3.5 Fire Performance

• Surface spread of flame BS-476 part 7, 1971 class-I

Page 76: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

75

• Ignitability:BS476 Part5:1979-Class P

• Critical Oxygen Index:36, Obscuration: <5%

• Building regulation(1976Classifications)-Class 0

• Fire propagation in accordance with BS 476 part 6

• Punking Behavior as per BS-5946

4. Surface details of Fire resistant Phenolic foam slabs for tanks : Outer Surface :

• Aluminium foil is to be provided for exposed external surface Thickness of Aluminium foil should be ≤ 50 Micron (as per CT-5, Lantec specs.)Aluminium foil covered with 2” extra on all side.

Inner Surface: • Glass cloth acing to be provided on the curvature side of the slab As Per

BS 3396 part-I, Type E (approximate thickness: 0.3 to 0.43mm). 5. Tank details :

5.1 Dimensions :

• Storage tank of SS Construction

• Horizontal, cylindrical with torispherical dished ends.

• Length of Vessel (TL to TL distance): 9757 mm

• External dia of vessel: 2828 mm.

• Dished Ends: Torispherical form of outer dia 2828 mm • Total Overall length of storage tank:11217mm • Depth of each Dish: 500mm (Approx).

5.2 Cylindrical portion (Size of segments) • This portion of tank shall be insulated using curved segments.

• The slabs need to match the tank curvature, the dimensions may be approximately.

• Length of segment – 2440 mm

• Arc Length – 575 mm

• The complete cylindrical surface area shall be covered by maximum number of petals 48 for each tank.

5.3 Torispherical dished ends: • This portion of the tank shall be covered in the form of petals.

• The complete both dished end area shall be covered by maximum number of petals 32 for each tank.

To avoid number of joints, tank insulation material shall have less number of petals: 60m3 storage tank Cylindrical portion: 48 No’s, dished end: 32 No’s (2 sides) for each tank.

6. Specification for Pipe Sections : • Fire resistant Phenolic foam Pipe insulation suitable for stainless steel pipes as

per ANSI B36.19

• Facing of pipe section: Aluminium foil, with 25 mm overlap along the length and Circumference.

• The section shall be supplied in 2 halves. Two halves shall be supplied for each length of pipelines section length of 1.00 RMT, is preferable, each running meter pipe insulation comprises 2 halves of pipe section.

• The Inner dimensions of Insulation Material should perfectly match with the outer dimensions of the specified pipe lines without any gap. This Insulation

Page 77: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

76

Material will be fixed over pipelines with GI strapping and provision to remove & inspect the pipelines periodically. Since no adhesive material will be used for fixing insulation material over pipe lines, gap between pipeline and insulation material should be avoided. The same should be confirmed while quoting offer.

7. Inspection • Supplier has to submit the manufacturing drawings of the insulation slabs, Pipe

sections and quality assurance plan for testing of the material

• The supplier shall test the insulation material for the properties like compressive strength, density, dimensional stability, closed cell content, fire resistance .

• Type Test certificates shall be furnished for properties like water absorption, thermal conductivity, toxicity index, oxygen index, smoke index, tensile strength, cross breaking strength, fire propagation, surface spread of flame and punking behavior at the time of inspection.

• The Purchaser representative will select the Four (04) samples randomly from the inspected products for carrying out the following tests and the same will be witnessed by the purchaser representative and cleared for dispatch. Thermal conductivity, Density, Compressive strength, Cross breaking strength, Ignitability and Critical oxygen index.

Quality Assurance Plan (QAP)

Legend: H-Hold, R-Review, W-Witness and RN-Random

Sl.No

Characteristics / type of check

Ref. Document. Method of check

Quantum of check

Manufacturer’s QC

Department Representative

1. Material of construction.

Purchase order specifications.

Verification of Material test certificates.

R 100%

R 100%

2 Type test as per the Codes.

Purchase order specifications and Codes:BS-4370 part-2,BS-3927,ISO-2896,BS-476 Part-5,6 & 7 and BS5946

Verification of Type test

certificates.

H 100%

W 100 %

3 Dimensional and visual inspection.

Purchase order specifications, QAP and Approved dwg.

Measurement/ visual

H 100%

W 10 % (RN)

4.

Testing of samples selected during inspection.

As per Purchase order specifications Sl.No:4.6

Verification of test certificates.

H 100%

W 100%

5 Final Documentation.

As per P O/ Approved dwg.

Verification of Documents/ Certificates

H 100 %

R 100%

Page 78: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

77

16. Specifications for Compression tube fittings

1. All the components shall be PARKER make only. Other makes/brands not

acceptable. 2. All the End connection shall be of double compression twin ferrule fittings type

and material of construction shall be SS 316 only. 3. For Fitting & Flow components Material Traceability/confirmatory certificates

shall be provided for all the components mentioning the part number, Heat/Lot number for purchaser review.

4. For Check valves Supplier has to submit 100% - crack pressure and reverse flow test reports meeting the specification as per catalog for purchaser review

5. Each component shall be engraved with make and heat/lot number. Quality Assurance plan (QAP):

S.No

Characteristics / type of check

Ref. Document

Method of check

Quantum of check

Manufacturer’s QC

Department Representative

1

Verification of • Material confirmation

reports/ test certificates.

• Factory test certificates. As per Catalog

specifications as per P.O.

Review of reports

R 100%

R 100%

2

Inspection @ SDSC SHAR 1.100% visual checks 2. Material check ( One sample per Each lot/heat number)

Random material

PMI check

R 100%

W ( PMI-One sample per Each lot/

heat number/

item)

Legends: T- Test, W-Witness, R-Review

S. No. Item description-Parker make Qty

1 1/4'' NPTx1/4'' OD tube Part No: 4MSC4N-316 600

2 Female connector 1/4'' NPTx1/4'' OD tube, Part No: 4FSC4N-316 220

3 Male connector 1/2'' NPTx1/4'' OD tube, Part No: 4MSC8N-316 260

4 Female connector1/2'' NPTx1/4'' OD tube, Part No:4FSC8N-316 150

5 Male connector 1/2'' BSPx1/4'' OD tube, Part No: 4MSC8R-316 150

6 Female Cap 1/2'' NPT , Part No: 4FSC8N-316 100

7 Male Cap 1/2'' Part No: 4MSC8M-316 100

8 Male connector 1/4''BSPx1/4'' OD tube, Part No: 4MSC4R-316 90

9 Male connector 1/8'' BSPx1/4'' OD tube, Part No: 4MSC2R-316 60

10 Male connector 3/8'' BSPx1/4'' OD tube, Part No: 4MSC6R-316 40

11 Bulk head ferrule union 1/4''OD tube, Part No: 4BC4-316 150

12 Bulk head ferrule union 1/2''OD tube, Part No: 8BC8-316 20

13 Reducing union 1/2'' - 1/4'' OD tube, Part No: 8RU4-316 50

14 Union TEE 1/4'' OD tube , Part No: 4ET4-316 50

15 Union Cross 1/4'' OD tube, Part No:4ECR4-316 50

Page 79: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

78

16 Connectors Union Blanking plug 1/4'' OD tube, Part No: 4BLP4-316 150

17 Connectors Union Blanking cap 1/4''OD tube, Part No: 4BLEN4-316 150

18 Connectors Front ferrule 1/4'' OD tube, Part No: 4FF4-316 650

19 Connectors Back ferrule 1/4'' OD tube, Part No: 4BF4-316 650

20 Connectors Nut 1/4'' OD tube, Part No: 4NU4-316 650

21 Connectors 90 Degree elbow 1/4'' OD tube, Part No: 4EE4-316 30

22 Connectors Union 1/4'' OD tube, Part No: 4SC4-316 100

23 Ball valve 1/4'' OD tube, Part No: 4A-B6LJ2-SSP 80

24 Inline Filter 1/4'' OD tube, Part No: 4A-F4L-10-T-SS 25

25 Inline Filter 1/2''OD tube, Part No: 8A-F8L-10-T-SS 25

26 Inline Filter 1/2'' NPT male inlet and male outlet port, Part No: 8M-F8L-10-T-SS

15

27 Inline Filter 1/2'' NPT male inlet and 1/2'' NPT female outlet port, Part No: 8M8F-F8L-10-T-SS

20

28 Needle valve 1/4'' NPT Female, Part No: 4F-U12LR-T-SS 10

29 Needle valve 1/2'' NPT Female, Part No: 8F-U12LR-T-SS 10

30 check valve1/4'' OD tube ,part no: 4A-C4L-10-SS 50

Note: The unit cost & total cost details shall be quoted and uploaded in the

price bid

Page 80: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

79

17. Specification of SS Studs Stainless Steel fully threaded studs with two numbers of hexagonal nuts and two numbers of washers (one set consists of 1 no of stud + 2 nos of nuts + 2 nos of washers). 1.1. Studs and nuts shall be confirm as follows: Studs : ASTM A 193 Gr.B8M Nuts : ASTM A 194 Gr.8M Washers : SS 316 (1.5 mm thick up to M12, 2 mm thick up to M16 and 3 mm for larger sizes). 1.2. The process of manufacture of studs shall be as given below:

• Receipt of rolled rods of required size and quantity.

• Cutting to required lengths.

• Solution Annealing as per standards

• Samples for Chemical, Mechanical and IGC test drawn (To be drawn by purchaser’s representative).

• Cylindrical grinding to achieve required dimensions.

• Thread rolling

• Pickling and Passivation followed by thorough washing with DM water.

• Checking with nuts.

• Purchaser’s Representative will draw samples for Chemical Test from finished products.

1.3. All threads shall be made by Thread rolling method only. Threading by

machining is not allowed. 1.4. All Nuts shall be of forged quality, Cast nuts will not be acceptable. Nuts

shall be tested as per standard specified. 1.5. Material tests shall be conducted as per code specified. Chemical & physical

tests and IGC tests shall be carried out in Government recognized laboratories only. Minimum of one specimen shall be drawn from each heat and each size as per QAP. Testing charges will be paid at actual against documentary proof. All Test Certificates shall be furnished to the purchaser.

1.6. The pitch of the threads shall be standard. 1.7. All bolts, nuts and washers shall be pickled by dipping in the acid solution of

20% of Nitric acid, 2% Hydrofluoric acid in balance water for about 2 hours and passivated by dipping in the acid solution of 25% Nitric acid in DM water.

QUALITY ASSURANCE PALN

S. No.

Characteristics/ Type of Check

Ref. Document

Method of Check

Quantum of Check Manufacturer’s QC

Department Representative

Raw material analysis 1. Mechanical

Testing (Number of Samples : SIX)

ASTM A 193 Gr. B8M

Review of Test Certificates

100%R Sample

Selection & Review of Test

Reports 2. Chemical

Analysis (Number of Samples : SIX)

ASTM A 193 Gr. B8M

Verification of material certificates

100%R

Page 81: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

80

3. I.G.C Test (Number of Samples : SIX )

ASTM A262 Practice-E

Review of Test Certificates

W & R

Note : The supplier has to obtain clearance from purchaser, to commence production based on test reports

After manufacturing studs 4. Dimensional and

Visual Inspection of Studs & Nuts

As per PO Measurement and Visual Inspection

100% H 10% RN

Note: The Studs/Nuts are to be packed and sealed in the presence of Purchaser’s Representative, after selecting samples for final chemical analysis.

After physical Inspection of Studs / Nuts 5. Chemical Analysis

of Nuts ( Number of samples: Two)

ASTM A194 Gr.8M

Verification of material certificates

100% H

Sample Selection &

Review of Test Reports

6. Final Chemical Analysis of SS Studs (Number of Samples : Two)

ASTM A 193 Gr. B8M

Verification of material certificates

100% H

Sample Selection &

Review of Test Reports

Note : Dispatch clearance will be given by Purchaser’s Representative after the review of Final Chemical Analysis reports.

1. The Studs/Nuts are to be dispatched in as assembled condition. Legend: R-Review, W- Witness, RN- Randomly, H-Hold

S.No Stud X Length Qty Unit cost Total cost

1 M12 X 65 5600 * *

2 M12 X 90 2440 * *

3 M16 X 95 800 * *

4 M12 X 75 1800 * *

5 M16 X 100 1000 * *

6 M16 X 85 1800 * *

7 M16 X 90 1200 * *

8 M20 X 110 2000 * *

9 M22 X 130 1200 * *

10 M16 X 150 80 * *

11 M16 X 300 120 * *

12 M12 X 110 600 * *

13 M20 X 120 80 * *

14 M32 X200 60 * *

15 M32×175 20 * *

16 M32×125 20 * *

* The cost details shall be filled and uploaded along with price bid

Page 82: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

81

18. Specification for SS U- Clamps

Supply of SS U-clamps (partially threaded) with four Nos. of hexagonal nuts, four Nos. of 1.5 thick plain washers and one No. of 2 mm thick shim plate. 1. Material of Construction: U-Clamps & Nuts - Gr ASTM A 193 Gr. B8 SS 304 Washers& shim plate - SS 304 2. Threads of U-clamps shall be made by Thread rolling only without burrs to

have a better finish and strength. 3. All the U-clamps and nuts shall be pickled and passivated as per standard

procedure ASTM-A380. The final finish of items shall be bright finish. 4. Clamps thread ends shall be made as per IS 1368 and thread dimensions shall

be as per IS 4218 5. TESTING: Chemical and Mechanical analysis:

• After fabrication, U-clamps, nuts, washer and shim plate shall be tested for mechanical and chemical properties (one number of samples in each size and each heat number of the U-clamp set) in a Government approved laboratory.

• The sample will be picked up from the inspected lot and it will go for the testing

• Chemical test by spectra analysis -No of samples -5nos

• Mechanical test – Tensile test -No of samples -05 nos

• Proof loading test for Nut - No of samples -05 nos

• Machining charges for Mechanical test- No of samples-05

• Total testing charges should be quoted in their offer itself. 6INSPECTION:

• Manufacture shall strictly adhere / follow QAP and necessary records shall be made available at the time of inspection.

• 2.4.7. All nuts shall be made forged/machined from bar stock only.

• 2.4.8. Each clamp shall be supplied with assembled condition, i.e 4 Nos of plain washer and 4 Nos of nuts in the clamp with shim plate.

QUALITY ASSURANCE PLAN (QAP): S.No.

Characteristic/ Type of Check

Ref. Document Method of check Quantum of check Manufacturer’s QC

Department Representative

1. Dimensions and Visual inspection

As per Purchase order

Measurement and Visual inspection

100% H 10% W

2. Mechanical Testing

ASTM A193 Gr.B8 ASTM A194 Gr.8

Review of Test certificates

100%R 100%R

3. Chemical analysis

ASTM A193 Gr.B8 ASTM A194 Gr.8

Verification of material certificates

100%R 100%R

4. Final Documentation

As per P.O Verification of Documents / Certificates

100%H 100%R

Page 83: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

82

LEGEND: R-Review, W-Witness, H-Hold.

* cost details shall be quoted and uploaded in the price bid

S.No Pipe Size Qty Unit cost Total cost

1 15NB 650 * *

2 25NB 560 * *

3 40NB 350 * *

4 50NB 652 * *

6 80NB 800 * *

7 100NB 500 * *

8 125NB 100 * *

Medium series standard U clamps with shim

plate & lock nuts

Page 84: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

83

19. Specification of SS Foundation bolts (partially threaded) with one No. of Hexagonal nut and one no of washer

MOC: SS 316/304 1 specifications :

• All SS Foundation bolts material shall conform to ASTM A 193 Gr. B8M and Nuts shall conform to ASTM A 194 Gr.8M. Nuts shall be made from hexagonal bar only and washers also shall be of SS 316/304 and washer thickness shall be minimum 3 mm.

• Dimensions of foundation bolts, nuts and washers shall be as per IS 1364.

• Threads of foundation bolts shall be made by thread rolling machine only to have better finish and strength. Forming of threads with any other process is not be accepted.

• Welding of bottom plate to bolt shall be carried out by TIG welding only.

• All the foundation bolts and nuts shall be pickled and passivated as per standard procedure. The final finish of items shall be bright.

2. TESTING : 2.1. Chemical and Mechanical analysis

Foundation bolts and nuts shall be tested for mechanical and chemical properties (One sample for each size) in a Government approved laboratory. The sample shall be taken in the presence of purchaser’s representative

2.2. IGC test shall be carried out (As per ASTM A 262 Practice-E) on three sample of bolts of higher sizes.

2.3. INSPECTION: QUALITY ASSURANCE PLAN FOR SS FOUNDATIONBOLTS&

NUTS

Sl. No.

Characteristics / type of check

Ref. Document Method of check Quantum of check

Manufacturer’s QC

Department Representative

1. Dimensional and visual inspection

As per PO/ IS 1364

Measurement and Visual Inspection

100%H 100% W

2. Mechanical

Testing (01 sample)

ASTM A193 Gr. B8M ASTM A194 Gr.8M

Review of Test Certificates

100%R 100%R

3. Chemical analysis

(01 sample)

ASTM A193 Gr. B8M ASTM A194 Gr.8M

Review of Test Certificates

100%R 100%R

4. I.G.C test

(01 sample) ASTM A 262

Practice-E Review of test

certificates 100%R 100%R

Legend: R-Review, W-Witness, RN-Randomly, H-Hold

Page 85: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

84

S.No Purpose Size X Length Qty(nos) Unit cost

Total cost

1 Storage Tanks M30 X 1200mm 24 * *

2 DT & DPT M30 X 1200mm 16 * *

3 Pumps M20 X 800mm 8 * *

4 Heat Exchanger M24 X 1200mm 8 * *

5 Vent Stack M30 X 1200mm 4 * *

6 Anchoring bolts Size M12, M14, M16 500 * *

* cost details shall be quoted and uploaded in price bid only

Page 86: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

85

20 Specification of Pressure Regulator

REGULATOR SPECIFICATION

1 Type Dome loaded (Balanced Valve)

Spring loaded (Balanced type)

2 Accuracy of regulator ±2 % of set pressure for its entire inlet range.

3 Operating Pressure 250/40 bar As required for dome loading

4 Operating Temp. -50ºC to +60ºC -50ºC to +60ºC

5 End Connections Screwed (Metric type thread)

Screwed (Metric type thread)

6 Pressure Adjustment By regulating dome pressure By hand knob with locking provision

7 Fluid Handled Dry Nitrogen Dry Nitrogen

Material of Construction 1 Body, Trim, Spring, Valve ASTM A 351 CF8 / A182F304

2 Seals Reinforced PTFE/ High Nitrile / Manufacturer standard

3 Valve Seat Kel – F/ Manufacturer standard

Make: IMF, FRANCE (IMF Norgren , Delhi)

S.no Specification Qty (Nos) Dome regulators

1 Inlet pr: 250 bar, outlet pr : 0-40 bar, Flow Rate: 2000CuM/Hr , end connection : 1” BSPP , SS 316L construction, Isolast /Teflon or equivalent O ring, Cleaning P903 suitable to oxygen, leak tightness valve seat- PCTFE/SS 316L or equivalent valve with PTFE guide rings Medium : N2 (Tag no: 6351)

1

2 End Tube fittings, SS construction with Butt weld ends for the above regulator (S.NO: 1) Working pr: 250 bar, 1” BSPP connection, Isolast /Teflon or equivalent O rings, cleaning P903, suitable to O2, SS 316L, BW ends Sch160

2

3 Inlet pr: 40 bar, outlet pr : 0-10 bar, Flow Rate: 1000CuM/Hr , end connection : 1 ” BSPP , Brass construction, Isolast /Teflon or equivalent O ring, Cleaning P903 suitable to oxygen, leak tightness valve seat- PCTFE/SS 316L or equivalent valve with PTFE guide rings Medium : N2 (Tag no : 6361)

1

4 End Tube fittings, Brass construction with Butt weld ends for the above regulator (S.NO: 3) Working pr: 40 bar, 1 ” BSPP connection, Isolast/ Teflon or equivalent O rings, cleaning P903, suitable to O2, SS316L BW ends SCH40

2

5 Inlet pr: 40 bar, outlet pr: 0-10 bar Flow rate: 1000CuM/Hr, end connection: 1” BSPP, SS construction, Isolast /Teflon or equivalent O ring, Cleaning P903 suitable to oxygen, leak tightness valve seat- PCTFE/SS316L or equivalent, Medium: N2 (Tag noPRV6411, 6421)

2

6 End Tube fittings, SS construction with SS316L Butt weld ends for the above regulator (S.NO: 5) Working pr: 40 bar, 1” BSPP connection, Isolast/Teflon or equivalent O rings, cleaning P903, suitable to O2, SS 316L, SCH40S

4

B. Spring regulators 7 Inlet pr: 250 bar, outlet pr: 40 bar, Flow Rate: 100NCuM/Hr , end

connection :3/8”BSPP, Nitrile O ring, cleaning P903 breathable, Leak tightness valve/seat: PCTFE/SS316L or equivalent, SS construction, Medium : N2(tag no: PRV6351B)

1

Page 87: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

86

8 Inlet pr: 40 bar, outlet pr: 0-10 bar, Flow Rate: 1000NCuM/Hr , end connection :3/8”BSPP, Nitrile O ring, cleaning P903 breathable, Leak tightness valve/seat: PCTFE/SS316L or equivalent, SS construction, Medium : N2 (Tag no: PRV6361B)

1

9 Inlet pr: 40 bar, outlet pr :0-10 bar , FR: 1000NCuM/Hr , SS construction, Medium : N2, Nitrile O ring, cleaning P903 breathable, Leak tightness valve/seat: PCTFE/SS316L or equivalent (Tag no PRV 6411B, 6421B)

2

C. Filters 10 Medium: Nitrogen, Working pressure: 250 bar, Flow rate: 2000N

Cu. M /Hr, 1” BSPP connections, SS clothed 14 microns element, Isolast /Teflon or equivalent O rings, Cleaning P903 suitable to Oxygen, SS316L construction (FL6351J)

1

11 Tube fittings for the above filters ,Working pressure: 40 bar, 1’ BSPP connection, SS construction, Isolast /Teflon or equivalent O rings, Cleaning P903 suitable to Oxygen, SS316L BW ends, 25NB, SCH160

2

12 Medium: Nitrogen, Working pressure: 40 bar, Flow rate: 10000N Cu. M /Hr, 1” BSPP connections, SS clothed 14 microns element, Isolast /Teflon or equivalent O rings, Cleaning P903 suitable to Oxygen, Brass construction

4

13 Tube fittings for the above filters, Working pressure: 40 bar, 1”’ BSPP connection, SS construction, Isolast /Teflon or equivalent O rings, Cleaning P903 suitable to Oxygen, SS316L BW ends, 15NB, SCH40

8

14 Soft spare kits for all spring & dome regulators 8 sets

15 Spare filter elements 4 nos Item serial no Unit cost * Total cost *

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

* cost details shall be quoted and uploaded in the price bid only.

General conditions:

• The supplier shall provide the complete detailed general assembly drawing along with offer for all the items.

• The supplier shall submit the offer in adherence with the specifications given. Any deviation or non conformance shall be clearly spelt out in the offer

Page 88: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

87

21Fabrication, inspection, testing and supply of SS N2 gas accumulators & knock out drum

TECHNICAL SPECIFICATION: 1.1 Scope of work:

Fabrication, Inspection, testing and Supply of accumulators to SDSC-SHAR. Accumulators are meant for storing Gaseous Nitrogen at 7 Bar / 40 bar

1.2 Qty :

S.no Description

Quantity (Nos)

Unit cost

Total cost

1 Accumulator of 30 litre water capacity 3 * *

2 Knock out drum – 4 litre capacity 1 * *

* cost details shall be quoted and uploaded in the price bid. 1.3 The Supplier shall design and prepare detailed Fabrication Drawings. Design

calculations and Drawings shall be sent to the Purchaser for approval. Fabrication shall be taken up only after the approval from the third party / purchaser.

1.4 The accumulators shall be fabricated under the inspection of third party (Lloyds/DNV).

1.5 QAP is enclosed for reference. However, detailed quality assurance plan to be followed during fabrication and testing, shall be submitted to the Purchaser for approval prior to the commencement of fabrication.

1.6 During the course of fabrication, different stages of inspection are to be identified. At every stage, clearance has to be obtained from purchaser/third party.

1.7 The fabrication shall be carried out using tested and qualified materials only. 1.8 Vessel shall be provided with nozzles and supports as indicated in the

drawing. 2.0 Vessel type & design: 2.1 Type: Vertical, cylindrical type with shell and end caps on both ends 2. 2 Design & Construction code:

i) ASME Boiler and Pressure Vessel code, Sec. VIII Div.1, Latest edition ii) Saddle supports shall be designed as per IS: 2825. iii) Allowable stress :

For the design of pressure parts like shell, dished ends etc, lower allowable stress shall only be considered. The value selected at 50 Deg.C shall be indicated in the design calculations.

2.3 Dimensional details :As per enclosed drawing. 2.4 Thickness of shell & end caps

Sl. No

Description Thickness in mm (including

Corrosion allowance of 2 mm)

1 Shell thickness 8 mm

2 End cap Thickness (seamless)/Dished 10 mm

3 S.S Nozzle pipes ( seamless) 80S min.

Page 89: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

88

Note: 1 )Each end cap shall be made out of a single plate. 2) If the design calls for lower thickness than minimum thickness specified above, the thickness specified under 2.4 shall be provided. But, if higher thickness is called for by design than the min. specified above, higher thickness shall be provided.

2.5 Raw material:

All raw materials shall be new and properly identified and stamped by Third Party Inspection agency (TPIA) after review of original Mill test reports.

2.6 WELDING 100% by GTAW process, shall be followed with high purity argon gas Purging & shielding, right from root to final passes for all butt welds (long seams, “C” seams, nozzle, pipe to flange joints) and all internal & external welds including fillets welds. SMAW is not acceptable.

• Welding consumables (filler wire) shall be used as per AWS classification or ER 308L.

• The shell of accumulators shall be fabricated with single wide plate only. ERW pipes are not allowed for shell.

• The welding procedure qualification and welder performance qualification shall be carried out. Only qualified welders shall be employed for the fabrication of tank.

2.7 RADIOGRAPHY:

• Radiography has to be carried out 100% on butt welded joints including nozzle pipe to WNRF flange joints. All welds other than butt welds shall be DP tested.

• Radiographs have to be carried out with X-ray machine with a sensitive of 2-2T as per ASTM E-94.

• Weld defects like Tungsten inclusion & porosity is not allowed in the weldments.

• The dye used for Dye-penetrant test shall not have chlorides more than 50 PPM.

2.8 Any re-work/repair has to be carried out as specified in ASME boiler and

pressure vessel code with the approval of Third party/purchaser. 2.9 HEAT TREATMENT:

i) Solution annealing of the end domes shall be carried out to relieve stresses caused due to cold working as per code.

ii) The total fabricated vessel has to be stress relieved at 420+ 10 Deg. C

as per standard practice (this operation shall be carried out prior to Hydrostatic test).

The detailed stress relieving cycle is as given below

. Loading temperature : 300oC (Max.) Rate of heating : 1000C/Hr (Max.) Soaking temp : 420±100C Soaking time : 2 Hrs (Min.) Rate of cooling : 1000C/Hr (Max.)

Page 90: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

89

Unloading temperature : Vessel to be air cooled at atmospheric conditions after unloading

iii) Solution Annealing of Domes and stress relieving of tank shall be

preferably carried out in an electric furnace. If oil furnace is used, the fuel shall be of lower sulphur content oil like High-speed diesel.

2.10 NOZZLES:

i) All the nozzles pipes shall be of seamless type. The nozzles shall be provided on to the accumulator as shown in the drawing. All the nozzle flanges are weld-neck RF (serrated face) of SS forged quality & shall conform to ANSI B 16.5.

ii) All the nozzles shall be as per design code & a minimum schedule of 80S to be provided so that stiffeners are not called for as per design code.

iii) All the nozzles shall be provided with blind flanges as per ANSI B 16.5 with necessary SS bolts & nuts as per A193/A194 GrB8 and SS304 spiral wound Teflon filled gaskets as per API 601.

2.15 TESTING:

i) Testing of materials: All materials used shall be tested as per Code in the Reputed Govt. approved testing labs before fabrication. All the plates proposed to be used for fabrication of tank, shall be subjected to mechanical, chemical and IGC tests as per A-262 Practice-E in spite of availability of Mill test certificates. The plates used for construction of tank shall also be ensured free from any lamination and manufacturing defects by 100% ultrasonic testing as per Practice A-435 and witnessed by TPIA.

Ferrite number in plates and weldment shall be measured by testing and this shall be within the specified limit of 3% to 12% as per standard code. Test certificates shall be furnished to purchaser for approval before fabrication.

2.16 HYDRAULIC PRESSURE TEST:

i) Before hydro test, the internal surfaces of accumulators shall be mechanically cleaned and buffed.

ii) Hydraulic test is to be conducted on the vessel. The test pressure shall be as per design code and it shall be done in the presence of purchaser representative. Clean potable water with chloride content of less than 25 PPM, shall be used for hydro testing.

iii) After the final hydraulic pressure test, the vessel has to be degreased, pickled and passivated & painted as per the procedure given in Annexure-II. The cleaning, pickling and passivation is to be carried out for both inside and outside surfaces of the vessel.

2.17 Pneumatic Leak Test:

After Hydro test of vessels, they shall be tested at 3.0 bar (g) using dry Nitrogen gas with dew point of minus 40 Deg. C or better, by applying soap solution at various weld joints.

Page 91: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

90

2.18 Painting: After completion of all the works, all the accumulators shall be painted with one coat of high built epoxy primer 120 to 130 microns DFT

2.19 Material of construction shall be strictly as given below.Table-1 MATERIAL SPECIFICATION (Table-1)

SNo Components Material of construction

1. Shell SA 240 GR 304 L

2. Dished ends SA 240 GR 304 L/ ASTM A403WPS 304L

3. Nozzle pipes A312 GR 304 L (Seam less)

4. Nozzle flanges A182 F 304 L

5 Bolts and nuts A193 GrB8M/A194 Gr8M

6 Gaskets SS 304 L spiral wound with Teflon sand witched with SS 304 inner and outer rings.

7 Blind flanges A 182 F 304

8 Name plate / bracket SS 304 L

9 Pad plate SS 304 L

10 Lifting Lugs SA 240 GR 304

11 Wherever not mentioned SS 304 L

PART-II GENERAL CONDITIONS

i) Monitoring • The Purchaser will monitor the progress of work during the course of

fabrication. ii) Submission of drawings and design calculation to the purchaser for

approval prior to taking up fabrication. iii) Supplier shall prepare detailed design calculations and fabrication

drawings and Submit 3 sets to purchaser within 20 days of placing the order.

iv) Production Master File

The supplier along with the consignment shall supply three copies of production master files. Each production master file should contain the following.

- Purchaser Order - Design Calculations & Fabrication Drawings (As built) - Bill of Materials - Materials Test Certificates - WPS, WPQ, PQR and Welding Layouts - Radiographic reports with sketch - Pneumatic and Hydrostatic test certificates - Certificates of clearance - Name plate details.

v) One set of soft copy of as-built drawings & All radiography films

pertaining to the tanks shall be supplied to the Purchaser.

QUALITY ASSURANCE PLAN

Sl. Characteristics / type of check Ref. Document Method of Quantum of check

Page 92: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

91

No. check Manufac

turer’s QC

Third

party

Pur

chaser

1.a Identification of material with Mill T/C &

witness of Physical, Chemical, IGC Test

Ultrasonic test for plates.

As per PO Visual 100% H 100% W R/W

1.b Identification of material & witness of

Physical & IGC Test for pipes, fittings

etc.

As per PO Visual 100% H 100% W R/W

2 Review of fabrication drawings and

Design Calculation

As per PO/

drawing

Material as

per design

100% H 100% R R

3 Review of welding procedure &

Qualification

AWS Review 100% H 100% R R

3a Welder qualification AWS Review 100%H W R

4 Checking of root run & final weld by dye

Penetrant test (butt welds)

As per PO Visual 100% W 100% R R

4a Measuring of ferrite number in all

weldments

As per PO Checking

with meter

100% W R

5 Marking of nozzle orientation As per drawing Location of

nozzle

100% W 100% W R

6 Dye Penetrant test on all fillet welds. As per PO Visual 100% W 100% R R

7 Visual & Dimensional inspection As per

approved

drawing

Dimension 100% W 100% W W

8 Evaluation of radiography films of all

butt welds

As per PO Film

evaluation

100% W 100% R R

9 Mechanical cleaning and buffing As per PO Visual 100% W 100% R W/R

10 *Stress relieving of total fabricated

vessel

As per PO Graph 100% W 100% W W

11 *Hydro test of accumulators as per

design code

As per PO Pressure hold

method

100% W 100% W W

12 *Pneumatic leak test As per PO Pressure hold

method

100% W 100% W W

13 Picking, passivation and painting As per PO Visual 100% W R R

14 Filling with dry nitrogen at 0.5 bar (g) As per PO Gauge

reading

100% W R R

15 Painting of the vessels with one coat of

Epoxy primer

As per PO DFT 100% W R R

16 Stamping of the vessel and issue of

certificates

As per PO Visual 100% R 100% W ---

17 Verification of Material test certificates As per PO Review 100% R 100% R R

18 Production master file As per PO Document 100% R R R

Legend: R – Review, W – Witness, H – Hold.

Note: 1. The purchaser reserve right to participate in the Inspection at any stage of

fabrication & the supplier shall intimate the work progress periodically. However Purchaser will witness the activities as per QAP

Page 93: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

92

Knock out drum:

s.no Description Detail

1 Capacity 4 liter

2 Inlet x out let connection 4”, 150#

3 Drain nozzle ½ ”, 150#

4 Purpose To trap the liquid particles in the venting Kerosene gas

5 Mounting scheme Vertical

6 MOC SS 304L

7 Operating pressure 5 bar g, however it will be located in the vent stack line

which is open to atmosphere

8 Operating temperature Ambient

9 Flanges standard ANSI

10 Welding TIG with pure Ar purging

11 Thickness schedule of

materials

Pipes, flanges, 40sch

12 Internal The internal of the knock out drum shall be made as per

manufacturing standard like baffles / swirling path

13 Qty 1 number

Page 94: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

93

Page 95: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

94

22. Specification for filter elements

Filter element specification

1. The elements are of pleated construction, M42 X 3 end connection 2. The filter elements shall be fabricated as per enclosed drawing (Drawing not

to scale). 3. The end cap with interface ring adopter shall have a hexagonal section

followed by sealing ring and interface threading. 4. All the cartridge filter elements shall be suitable for “Bi-Directional flow” (the

flow shall be in both the direction, ‘outside to inside’ as well ‘inside to outside’).

5. The micron rating is 300/30/10 micron absolute 6. Filter cartridges shall be of random matrix fiber wire mesh, perforated sheet

and end caps with interface rings 7. Material of construction: Material of mesh, end cap, interfaces adopter etc.,

shall be as SS316L only. 8 Welding employed shall be machine welded using electron beam welding/laser beam welding /TIG welding process. No bonding is allowed. 9 Filter cartridges shall withstand a minimum differential pressure of 5 bar (g) without any enlargement of opening/deformation/failure. The maximum pressure drop across the filter element shall be 0.2 bar only for a brand new piece. 10 Teflon ring gasket for positive sealing between cartridge and holder of housing shall be employed. 11. Spring guard is to be provided for outer layer. 12. The filter efficiency shall be 98 % with maximum dirt holding capacity at full flow rate conditions. 13) Testing / Inspection:

� Chemical testing shall be done for Mesh, end cap adopter, and perforated plates and the same shall be submitted along with the filter elements.

� All elements shall be bubble point tested to ensure micron rating of mesh

and overall mechanical integration. The 100% bubble point test report shall be furnished along with the items.

General conditions: 1. Supplier shall send the drawings for approval before start of production 2. All the material test certificates shall be provided along with items. 3. End connections will be checked with GO/NO Go gauges and compliance certificate shall be sent along with items. 4. Each element shall be marked with micron rating and element identification unique number. 5. Compliance report for bubble point test and bubble point test values for each element shall be sent along with items. Acceptance range of bubble point value for each size of element shall be specified in the test certificate. 6. The supplier shall provide for all the elements the guarantee certificate for a period of 12 months from the date of supply.

Page 96: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

95

* cost details shall be quoted and uploaded in the price bid only

3.0+0.2-0.2

285±5

Ø57

±1

20±1

Wall thickness=3

2.1+0.2-0.2

Ø4051.0

54.0 +/- 0.1

48.0 + / - 0.1

Sealing Ring3.0+0.1

-0.0

S.No Micron rating Qty Unit cost Total cost

1 300µ 24 * *

2 30µ 60 * *

6 10µ 12 * *

Page 97: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

96

23. MS structural items General conditions of supply:

1. The items to be supplied shall confirm to IS 2062 and IS 1852. 2. The materials shall be free from scratches, pin holes, corrosive layer,

material defects, etc. The latest stock items shall be supplied. 3. The commercial leading brands like TISCO, SAIL, VIZAG steel only to be

supplied. 4. The items shall be inspected at supplier’s premises before despatch. Hence

supplier has to inform us for pre-delivery inspection. 5. The confirmatory material test certificates shall be provided along with the

materials/at the time of inspection. 6. Make / Brands : TATA/TISCO/SAIL/JINDAL/VIZAG

Item Description Total Length in m

Unit cost

Total cost

ISMC : 50X50X4.7 800 * *

ISMC : 75 X 75 X 4.7 750 * *

ISMC :100X100X4.7 1500 * *

ISMC :150X150X5.4 800 * *

Handrail(MS/ GI pipe 32mm dia) 3500 * *

Chequered plate Thick 5mm(in Sq.M) 750 * *

ISA :50X50X4 600 * *

ISA : 75X75X6 850 * *

ISA :100X100X8 350 * *

ISA :150 X 150 X10 350 * *

Tube perforated trays -150mm width/ Angle trays

2000 * *

* cost details shall be quoted and uploaded in the price bid only

Page 98: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

97

24. Specification for Machined Adopters& flame arrestor

General specifications:

1. All adopters shall be machined from forged bar stock only of material SS304L

2. All machining shall be done in CNC machines only to achieve the required precision, accuracy & surface finish as specified in the drawing.

3. All dimensions for adopters shall be followed strictly as per the drawings enclosed with specified tolerances.

4. Wherever tolerance is not specified, tolerance as per the general engineering practice shall be followed.

5. Material used for manufacturing the items shall be tested in government approved laboratories for physical & chemical properties.

General conditions: All adopters shall be inspected at manufacturer’s site before dispatch. Scope of inspection includes:

• Verification of material test certificates.

• Dimensional & visual inspection.

• Checking threads with GO & NOGO gauges. 6. Thread gauges required for checking threads and also other inspection

tools shall be provided by manufacturer during inspection. 7. All the threads and machined surfaces shall be properly protected with

PVC plugs/caps to avoid transit damage while despatch.

S.No Description Qty Unit cost

1 Conversion adopters : M14F-M30F 10 * *

2 M14 F-M14F 10 * *

3 M16 F-M16F 10 * *

4 M14 F-M16F 10 * *

5 Restricting orifice plates 20 * *

6 Screwed plugs M14 20 * *

7 Screwed plug M16 20 * *

8 Umbilical adopters : 25NB, 40S, M30 size 10 * *

9 15NB, 40S, M16 size 10 * *

10 15NB, 160S, M16 size 10 * *

11 15NB, 40S, M14 size 10 * *

12 Connectors : 15NB, 40S, M16 size 05 * *

13 15NB, 40S, M14 size 05 * *

14 15NB, 160S, M16 size 05 * *

15 BSPP adopters 50 * *

16 Flame arrestor 1 * *

* cost details shall be quoted and uploaded in the price bid

Page 99: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

98

20

13 3

PART 2:OPEN PLUG NUT 2

M1

4 X

1.5

Detail B

A/

F 2

2

30

1.0

8.5

Ø

15

Ø

2 nos. 1Ø weepholes at 180 °apart

30

2 nos. 1.2Ø for wire Locking

4

PART 1:OPEN NIPPLE 1

25.0

15.59.5

3 9

Ø

11

.5 Ø

Detail A

8.0

Ø

4.0

1.530

R6±0.1

R0.5 max.

45° chamfer upto Root Detail B

45

3

Detail A

R 0.5

R 0.5

9.5

11

.5 Ø

4.5

6.0

8.0

Ø

24

Ø

PART 4:OPEN NIPPLE 2

3

9.5

30.0

20.5

0.5

4.0

Ø

26

Ø

28

Ø

Detail D

2 nos. 1Ø Weepholes at 180 °apart

10

133

PART 3:OPEN PLUG NUT 2

Detail C

30

30

.7 Ø

24

.4 Ø

30

4

1.0

M 3

0 x

1.5

A/

F 4

0.0

2 nos. 1.2Ø for wire Locking

20

Detail C

30°

45

45° chamfer upto Root

3R0.5 max.

R6±0.1

R 0.5

R 0.5

26

.0

28

.0

4.5

9.5

Detail D

Scope of supplierTIG WELDING

PART 4

PART 3PART 2

PART 1

End Connection : M14(F) X M30(F)

All Dimensions are in mm. NTS .

Min. Tolerance Level : H11(Hole) & h11(Shaft)

Min. Surface Roughness Required(Wherever not mentioned) :

30 1.5

4.0

8.0

Ø

Detail A

11

.5 Ø

9 Ø

3

9.5 25.5

PART 1:OPEN NIPPLE 1

42 nos. 1.2Ø for wire Locking

30

2 nos. 1Ø weepholes at 180 °apart

15

Ø

8.5

Ø

1.0

30

A/

F 2

2

Detail B

M1

4 X

1.5

PART 2:OPEN PLUG NUT 2

313

20

2 nos. 1.2Ø for wire Locking

A/

F2

2

M 1

4 X

1.5

1.0

4

30

8.5

Ø

15

Ø

30

Detail C

PART 3:OPEN PLUG NUT 2

3

13

20

10

2 nos. 1Ø Weepholes at 180 °apart

Detail D

11

.5 Ø

9 Ø

30

4.0

0.5

25.5 9.5

3

PART 4:OPEN NIPPLE 2

8.0

Ø

4.5

11

.5 Ø

9.5

R 0.5

R 0.5

Detail A

3

45

Detail B45° chamfer

upto Root

R0.5 max.

R6±0.1

R6±0.1

R0.5 max.

3 R 0.5

R 0.5

9.5

11

.5 Ø

4.5

Detail D

Detail C

45

45° chamfer upto Root

End Connection : M14(F) X M14(F)

Min. Tolerance Level : H11(Hole) & h11(Shaft)

Min. Surface Roughness Required(Wherever not mentioned) :

All Dimensions are in mm. NTS .

PART 2

PART 1 PART 4

PART 3

TIG WELDING

Scope of supplier

Page 100: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

99

Scope of supplierTIG WELDING

PART 3

PART 4PART 1

PART 2

Min. Surface Roughness Required(Wherever not mentioned) :

Min. Tolerance Level : H11(Hole) & h11(Shaft)

End Connection : M16(F) X M16(F)

45° chamfer upto Root

45

Detail C

Detail D

4.5

13

Ø

11

Ø

9.5

R 0.5

R 0.5 3 R0.5 max.

R6±0.1

R6±0.1

R0.5 max.

45° chamfer upto Root Detail B

45

3

Detail A

R 0.5

R 0.5

9.51

13

.5 Ø

4.5

10

Ø

PART 4:OPEN NIPPLE 2

3

9.5 25.5

0.5

5 Ø

30

11

Ø

13

.5 Ø

Detail D

2 nos. 1Ø Weepholes at 180 °apart

10

20

13

3

PART 3:OPEN PLUG NUT 2

Detail C

30

17

Ø

10

.5 Ø

30

4

1.0

M 1

6 X

1.5

A/

F2

2

2 nos. 1.2Ø for wire Locking

20

13 3

PART 2:OPEN PLUG NUT 2

M1

6 X

1.5

Detail B

A/

F 2

2

30

1.0

10

.5Ø

17

Ø

2 nos. 1Ø weepholes at 180 °apart

30

2 nos. 1.2Ø for wire Locking

4

PART 1:OPEN NIPPLE 1

25.59.5

3

11

Ø

13

.5 Ø

Detail A

10

Ø

5 Ø

1.530

All Dimensions are in mm. NTS .

Scope of supplierTIG WELDING

PART 3

PART 4

Min. Surface Roughness Required(Wherever not mentioned) :

Min. Tolerance Level : H11(Hole) & h11(Shaft)

UNEQUAL UNION : M14(F) X M16(F)

45° chamfer upto Root

45

Detail C

Detail D

4.5

13

.5 Ø

11

Ø

9.5

R 0.5

R 0.5 3 R0.5 max.

R6±0.1

R6±0.1

R0.5 max.

45° chamfer upto Root Detail B

45

3

Detail A

R 0.5

R 0.5

9.5

11

.5 Ø

4.5

10

Ø

PART 4:OPEN NIPPLE 2

3

9.5 25.5

0.5

30

11

Ø

13

.5 Ø

Detail D

2 nos. 1Ø Weepholes at 180 °apart

10

20

13

3

PART 3:OPEN PLUG NUT 2

Detail C

30

17

Ø

10

.5 Ø

30

4

1.0

M 1

6 X

1.5

A/

F2

2

2 nos. 1.2Ø for wire Locking

20

13 3

PART 2:OPEN PLUG NUT 2

M1

4 X

1.5

Detail B

A/

F 2

2

30

1.0

8.5

Ø

15

Ø

2 nos. 1Ø weepholes at 180 °apart

30

2 nos. 1.2Ø for wire Locking

4

PART 1:OPEN NIPPLE 1

25.59.5

3

9 Ø

11

.5 Ø

Detail A

8.0

Ø

4.0

1.530

4 Ø

8 Ø

PART 2

PART 1

6.0

All Dimensions are in mm. NTS .

Page 101: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

100

(OD & Bore dia will be informed later)

RESTRICTING ORIFICE PLATE

0.2

30

15

5

5 11

M14 X 1.5

Ø 18

15

0.88.2

0.5

A/F 14mm

0.2

Drawing not to scale

13 30

M16 X 1.5

10.2

Ø 20

15

50.8

15

5

0.5

A/F 16mm

SCREWED PLUGS

Welding is in the scope of supplier.M30x1.5 26.5282630.724.41826.642425 X 40S

QTYd8Bd7Bd6Bd2Bd1BID 2ID 1OD2m1BInlet pipe size A/F2 L1B L2B

40 22 12.5

ESPS/LSSF/SDSC/SHAR/14/01

M30 umbilicals

85 Ø

44Ø

45°

Detail F

IS : 2269Full Threaded

4 Nos. M6 Allen Bolt(Not in Scope)

d1B

Detail G

30

m1

B X

1.5

30

A/F

2

9.5

4.5

d7B

d6B

3

1.5

30

PART 4:BLIND NIPPLE

d6B

d7B

Detail F

d8B

m1B

X1.

5

45°18

30°

OD

2

ID 2

9.5

20

13 3

1.0

4L1B

L2B

R 0.5

PART 5:BLIND PLUG NUT

2 nos. 1Ø deepholes at 180 °apart

2 nos. 1.2Ø for wire Locking

d2B

6

10

Detail B 11Ø

ID 2

Detail E

33

8

R - 2 TYP

R2

42+1

mmID

2

26.6

4

R1

13

26.

64

Detail C

45° chamfer upto Root

M42

X 1

.5

9.5

35 Ø

37 Ø

42Ø

PART 3:CONNECTOR

Detail D

3

11

18

23

4 nos holes

30

92UMBILICAL CONNECTORS : 25NB

0.5

26.6

4

33.4

Ø

Detail A

19

M 4

2 X

1.5

A/F

50

M42

X1.

5

35.

5 Ø

4.5

9.5

35 Ø

2 nos. 1Ø Weepholes at 180 °apart

37

Ø

35

Ø

26

3

PART 1:OPEN PLUG NUT

4

42.7

Ø

13

30301.0

2 nos. 1.2Ø for wire Locking

23

30°

PART 2:OPEN NIPPLE

35

25.5

30

INLET END CONNECTION : M42 X 1.5

85 Ø

PC

D 7

1

m1B

X 1

.5

R 0.5

Detail G

45° chamfer upto Root

45

All Dimensions are in mm

P

P

25°45°

45°

Min. Tolerance Level : H11(Hole) & h11(Shaft)

Detail D

BLIND NIPPLE

BLIND PLUG NUT

1 NO. 1.2ØHolefor wire Locking

10

Section P - P

10mm Thickness

Detail C

COVER PLATE(Not in Scope)

10

CONNECTOR

OPEN NIPPLE

R 0.5

Detail B

3

Detail A

45° chamfer upto Root

45

R 0.5

To Be Welded to RVE Outlet Pipe

OPEN PLUG NUT

Min. Surface Roughness Required(Wherever not mentioned) :

45°

45°

R6±0.1

45°R0.5 max.

R6±0.

1

R0.5 max.

10Detail E

3

Page 102: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

101

44Ø

45°

85 Ø

PART 3:CONNECTOR

10

Detail D

42Ø

R1

26.6

4

ID2

42+1

mm

R2

Section P - P

10 1 NO. 1.2ØHolefor wire Locking

10

To Be Welded to RVE Outlet Pipe

OPEN NIPPLE BLIND NIPPLE

OPEN PLUG NUT

COVER PLATE(Not in Scope)

10mm Thickness

BLIND PLUG NUTCONNECTOR

45° 45°

P

P

45°25°45°

10.5

10.520

2022

22

L2BL1BA/F2Sl. Inlet pipe size

m1B OD2 ID 1 ID 2 d1B d2B d6B d7B d8B QTY

3

2

1 15 X 40S

15X160Sch

15 X 40S

10 15.76 6 10.5 17 11 13.5 13M16x1.5

M16x1.5 1313.5111710.5611.810

8 15.76 5 8.5 15 11 11.5 11M14x1.5

ESPS/LSSF/SDSC/SHAR/VAB/08/01

VAB UMBILICALS

23.2

Ø

PART 2:OPEN NIPPLE 30

°

2 nos. 1.2Ø for wire Locking

A/F

36

M 2

7 X

1.5

1.0

4

30

22 Ø

27.7

Ø

30

Detail A

M27

X1.

5

4.5

25

Ø

22

.2Ø

PART 1:OPEN PLUG NUT

9.5

313

20

21.3

4 Ø

10

UMBILICAL CONNECTORS : 15NB

INLET END CONNECTION : M27 X 1.5

2 nos. 1Ø Weepholes at 180 °apart

Detail CR 0.5

R 0.5

Detail B

3

45

Detail A

45° chamfer upto Root

R0.5 max. 18

45°

R6±0.1

ID 1

M27

X 1

.5

45° chamfer upto Root

20 10.522

42 nos. 1.2Ø for wire Locking

30

2 nos. 1Ø deepholes at 180 °apart

d2B

d1B

Detail F

1.0

30

A/F

2

Detail G

m1B

X 1

.5

30 1.5

ID 2

OD

2

4.5

d6B

d7B

m1B

X1.

5

d8B

PART 5:BLIND PLUG NUT

9.5

313

20

Detail F

d7B

d6B

Detail ER - 2 TYP

m1B

X 1

.5

ID 2

87

18 18

11

3

9.5 L2B

L1B

30°

PART 4:BLIND NIPPLE

R 0.5

R 0.5

Detail G

3

45

45° chamfer upto Root

All Dimensions are in mm

Detail E

Min. Surface Roughness Required(Wherever not mentioned) :

Min. Tolerance Level : H11(Hole) & h11(Shaft)

R0.5 max.

R6±0.

1

45°18

Detail B

Detail C

25 Ø

22.2

Ø

30

ID 1

0.5

25.5

35

9.5

3

flat surfaceto hold

spanners

Flat surface to hold spanner

ASSEMBLY OF PARTS

22 10.520

45° chamfer upto Root

M27

X 1

.5

ID 1

R6±0.1

45°

18

R0.5 max.

OPEN NIPPLE

45° chamfer upto Root

Detail A

45

3

Detail B

R 0.5

R 0.5

To Be Welded to Pipe

Detail C

OPEN PLUG NUT

2 nos. 1Ø Weepholes at 180 °apart

INLET END CONNECTION : M27 X 1.5

UMBILICAL CONNECTORS : 15NB

10

21.3

4 Ø

20

13 3

9.5

PART 1:OPEN PLUG NUT

22

.2Ø

25

Ø

4.5 M27

X1.

5

Detail A

30

27.

7 Ø

22 Ø

30

4

1.0

M 2

7 X

1.5

A/F

36

2 nos. 1.2Ø for wire Locking

30°

PART 2:OPEN NIPPLE

23.2

Ø

3

9.5

35

25.5

0.5

ID 1

30

22.2

Ø

25 Ø

Detail C

Detail B

1845°

R6±0

.1

R0.5 max.

Min. Tolerance Level : H11(Hole) & h11(Shaft)

Min. Surface Roughness Required(Wherever not mentioned) :

BLIND NIPPLE

BLIND PLUG NUT

Detail E

All Dimensions are in mm

45° chamfer upto Root

45

3

Detail G

R 0.5

R 0.5

PART 4:BLIND NIPPLE

30°

L1B

L2B 9.5

3

11

1818

87

ID 2

m1B

X 1

.5

PART 3:CONNECTOR

R - 2 TYP Detail E

d6B

d7B

Detail F

20

13 3

9.5

PART 5:BLIND PLUG NUT

d8B

m1B

X1.

5

d7B

d6B

4.5

OD

2

ID 2

1.5

30

m1B

X 1

.5

Detail GA/F

230

1.0

Detail F

d1B

d2B

2 nos. 1Ø deepholes at 180 °apart

30

2 nos. 1.2Ø for wire Locking

4

VAB UMBILICALS

ESPS/LSSF/SDSC/SHAR/VAB/09/01

M14x1.5 1111.511158.5515.768

10 6.36 6 10.5 17 11 13.5 13M16x1.5

M16x1.5 1313.5111710.5615.7610

15 X 40S

15X160Sch

15 X 40S1

2

3

d8Bd7Bd6Bd2Bd1BID 2ID 1OD2m1BInlet pipe size

Sl. A/F2 L1B L2B

22

22 20

20 10.5

10.5

Page 103: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

102

Specifications of flame arrestor

s.no Description Specification

1 Type detonation , horizontal

2 End connection Flanged, 4”, 150# as per ANSI standard

3 Body / flange S304/316

4 Flame element SS 304L/316L

5 O ring seal (if any) Nitrile

6 Screen SS 304/316

7 Paint finish Epoxy coat of traffic red colour

8 ATEX certificate Ex II 1/2 G IIB to be provided

9 Design & manufacturing standard API 2000 or ISO28300

10 Pressure drop Least possible pressure drop with maximum flow capacity

11 Quantity 1

Scale: Not to scaleAll dimensions are in mm

Material : SS304L

C

16.2

26.2

14.2

30.2

45.2

Nominal

size

8

16

6

20

25

A

11.8

20.3

9.8

24.3

38.3

BsH

M16X1.5

M26X1.5

M14X1.5

M30X1.5

M45X1.5

D

14

16

14

16

19

E

10.5

12.5

10.5

12.5

14.5

F

3.5

3.5

3.5

3.5

3.5

G

19

32

19

36

55

H

21.9

36.9

21.9

41.5

63.5

+0.0-0.5

+0.3-0.0

+0.0-0.5

+0.6-0.0

+0.0-0.2

ØA

NIPPLE NUT BLIND

45°

10°

R1

10°

D

BS

H

E

F

G

ØC H

PLUGScale: Not to scaleAll dimensions are in mm

Material : SS304L/ 316L

Page 104: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

103

ANNEXURE-II

Process Instruments / Instrumentation elements

Specification & Quantity

Page 105: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

104

25.0 Pressure Transmitter of range 0-55.15 bar -a

Process

Instrument Range Model Number Qty

Unit cost

Total cost

Pressure Transmitter

0 – 55.15 bar A

3051S 2 T A 3A 2 E11 A 1A HR7 DA2 B4 K5 Y2 L1 M5 P2 Q4 T1

10

* *

* cost details shall be quoted and uploaded in the price bid. Specification of Absolute Pressure Transmitter

Range: (0 to 55.15) bar a

S.No Description Specifications

1 Make Rosemount

2 Model No 3051S 2 T A 3A 2 E11 A 1A HR7 DA2 B4 K5 Y2 L1 M5 P2 Q4 T1

3 Model 3051S Scalable Pressure Transmitter

4 Performance class 2 Classic 0.035% span accuracy, 150:1 range down, 15 year stability

5 Connection type T Inline

6 Measurement Type A Absolute

7 Measurement Range 3A 55.15 bar a

8 Isolating diaphragm 2 316LSST

9 Process connection style E11 1/2"-14NPT female

10 Transmitter Output A 4-20 mA with digital signal based on HART protocol

11 Housing style 1A Plant web housing of Aluminium material with 1/2"- 14NPT conduit entry size

12 HART revision configuration

HR7 Configured for HART revision 7

13 Diagnostic suite DA2 Advanced HART diagnostics suite

14 Mounting Brackets B4 Bracket all SST for 2”pipe and panel

15 Hazardous Area Certification

K5 FM Explosion-proof, Dust Ignition-proof, Intrinsically Safe, and Division 2

16 SS tagging Y2 316SST nameplate, top tag, wire on tag & fasteners

17 Sensor fill fluid L1 Inert

18 Display type M5 Plant web LCD Display

19 Cleaning for special services

P2 Required

20 Calibration certificate Q4 Required

21 Transient protection terminal blocks

T1 Required

Each transmitter shall be provided with ½”-14 NPT (M) to M20 x 1.5 (M)SS adaptor

Page 106: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

105

a. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. The transmitter shall be supplied along with digital local indicators calibrated in engineering units (bar).

4. Each transmitter shall be provided with ½”-14NPT (M) to M20 x 1.5(M) SS adaptor. The drawing of the same shall be sent to Purchaser for approval after PO release.

5. Each transmitter shall have nameplate covering Tag no, model no., range, calibrated span, supply voltage, Max. working pressure, output etc.

6. All mounting accessories shall be supplied with the item.

7. Hardcopy of installation, operational and maintenance manuals, calibration, calibration, warranty certificate shall be supplied along with the items.

8. Material test certificates for the wetted parts / certificate of conformity to be supplied along with the item.

9. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall be furnished along with the item.

10. Note: These PTs are meant for other process system and hence will not be installed in isrosene system.

Page 107: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

106

26.0 High Frequency Pressure Transmitter of range 0-60 bar.g

Process Instrument

Range Model Number

Qty Unit cost

Total cost

High Frequency Pressure

Transmitter

0 - 60 bar G IS-3 01 * *

* cost details shall be quoted and uploaded in the price bid a. Specifications of High Frequency Pressure Transmitter

S.No. Description Specification

1. Make Wika

2. Model no IS-3

3. Range 0 – 60 bar g

4. Accuracy 0.25% span

5. Measurement Type Gauge

6. Transmitter Output 4 – 20 mA, 2 wire

7. Wetted Parts Stainless Steel

8. Internal pressure transmission medium Halocarbon oil (For Oxygen application)

9. Response time 2mS

10. Ingress protection IP 69K (Field case)

11. Power 24V DC

12. Process connection M20 X 1.5(M)

13. Product Certification

(Hazardous Area Certification)

EExia IIC T6 shall be conforming to ATEX/PTB

certified for use in zone I and gas group II C

Each transmitter shall be provided with 1/2"-BSP(M) to M20 x 1.5(M) SS adaptor.

b. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification

shall be furnished, without which the offer may not be considered for

evaluation.

2. Each transmitter shall have nameplate covering Model no., range, supply voltage,

Max. working pressure, output etc.

3. All mounting accessories shall be supplied with the item.

4. Hardcopy of installation, operational and maintenance manuals, calibration

certificate, warranty certificate shall be supplied along with the items.

5. Material test certificates for the wetted parts / certificate of conformity to be

supplied along with the item.

6. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall be

furnished along with the item.

Page 108: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

107

27.0 Pressure Transmitter of range 0-55.15 bar.a Process

Instrument Range

Model Number

Qty Unit cost

Total cost

Pressure Transmitter

0 – 55.15 bar A

3051S 2 T A

3A 2 E11 A 1A HR7

DA2 B4 K5 Y2 M5 Q4 T1

134

* *

* cost details shall be quoted and uploaded in the price bid only. a. Specification of Absolute Pressure Transmitter

(RANGE: 0 to 55.15 bar.a)

S.No. Description Code Specification

1. Make Rosemount

2. Model No 3051S 2 T A 3A 2 E11 A 1A HR7 DA2 B4 K5 Y2 M5 Q4 T1

3. Model 3051S Scalable Pressure Transmitter

4. Performance class 2 Classic 0.035% span accuracy, 150:1 range down, 15 year stability

5. Connection type T Inline

6. Measurement Type A Absolute

7. Measurement Range 3A 0 to 55.15 bar

8. Isolating diaphragm 2 316L SST

9. Process connection E11 1/2"-14NPT female

10. Transmitter Output A 4-20 mA with digital signal based on HART protocol

11. Housing style 1A Plant web housing style with Aluminium material and 1/2"-14NPT conduit entry size

12. HART revision configuration

HR7 Configured for HART revision 7

13. Diagnostic suite DA2 Advanced HART diagnostics suite

14. Mounting Brackets B4 Bracket all SST for 2-inch pipe and panel

15. Product Certification (Hazardous Area Certification)

K5 FM Explosion-proof, Dust Ignition-proof, Intrinsically Safe, and Division 2

16. SS tagging Y2 316SST nameplate, top tag, wire-on tag & fasteners

17. Display type M5 Plant web LCD Display

18. Calibration certificate Q4 Required

19. Transient protection T1 Transient terminal block Required

Each transmitter shall be provided with ½”-14 NPT (M) to M20 x 1.5 (M)SS adaptor

Page 109: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

108

b. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. The transmitter shall be supplied along with digital local indicators calibrated in engineering units (bar).

4. Each transmitter shall be provided with ½”-14NPT (M) to M20 x 1.5(M) SS adaptor. The drawing of the same shall be sent to Purchaser for approval after PO release.

5. Each transmitter shall have nameplate covering Tag no, model no., range, calibrated span, supply voltage, Max. working pressure, output etc.

6. All mounting accessories shall be supplied with the item.

7. Hardcopy of installation, operational and maintenance manuals, calibration, calibration, warranty certificate shall be supplied along with the items.

8. Material test certificates for the wetted parts / certificate of conformity to be supplied along with the item.

9. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall be furnished along with the item.

Page 110: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

109

28.0 Pressure Transmitter of range 0-275.79 bar.a

Process Instrument

Range Model Number

Qty Unit cost

Total cost

Pressure Transmitter

0 –275.79 bar A

3051S 2 T A 4A 2

E11 A 1A HR7 DA2 B4 K5 Y2

M5 Q4 T1

14

* *

* cost details shall be quoted and uploaded in the price bid. a. Specification of Absolute Pressure Transmitter

(RANGE: 0 to 275.79bar.A)

S.No. Description Code Specification

1. Make Rosemount

2. Model No 3051S 2 T A 4A 2 E11 A 1A HR7 DA2 B4 K5 Y2 M5 Q4 T1

3. Model 3051S Scalable Pressure Transmitter

4. Performance class 2 Classic 0.035% span accuracy, 150:1 range down, 15year stability

5. Connection type T Inline

6. Measurement Type A Absolute

7. Measurement Range 4A 0 to 275.79 bar

8. Isolating diaphragm 2 316L SST

9. Process connection E11 1/2"-14NPT female

10. Transmitter Output A 4-20 mA with digital signal based on HART protocol

11. Housing style 1A Plant web housing style with Aluminium material and 1/2"-14NPT conduit entry size

12. HART revision configuration

HR7 Configured for HART revision 7

13. Diagnostic suite DA2 Advanced HART diagnostics suite

14. Mounting Brackets B4 Bracket all SST for 2-inch pipe and panel

15. Product Certification (Hazardous Area Certification)

K5 FM Explosion-proof, Dust Ignition-proof, Intrinsically Safe, and Division 2

16. SS tagging Y2 316SST nameplate, top tag, wire-on tag & fasteners

17. Display type M5 Plant web LCD Display

18. Calibration certificate Q4 Required

19. Transient protection T1 Transient terminal block Required

Each transmitter shall be provided with ½”-14 NPT (M) to M20 x 1.5 (M)SS adaptor

Page 111: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

110

b. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. The transmitter shall be supplied along with digital local indicators calibrated in engineering units (bar).

4. Each transmitter shall be provided with ½”-14NPT (M) to M20 x 1.5(M) SS adaptor. The drawing of the same shall be sent to Purchaser for approval after PO release.

5. Each transmitter shall have nameplate covering Tag no, model no., range, calibrated span, supply voltage, Max. working pressure, output etc.

6. All mounting accessories shall be supplied with the item.

7. Hardcopy of installation, operational and maintenance manuals, calibration, calibration, warranty certificate shall be supplied along with the items.

8. Material test certificates for the wetted parts / certificate of conformity to be supplied along with the item.

9. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall be furnished along with the item.

Page 112: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

111

29.0 Pressure Transmitter of range 0-689.47 bar. a

Process Instrument

Range Model Number

Qty Unit cost

Total cost

Pressure Transmitter

0 –689.47 bar A

3051S 2 T A

5A 2 E11 A 1A HR7

DA2 B4 K5 Y2 M5 Q4

T1

34

* *

* cost details shall be quoted and uploaded in the price bid format a. Specification of Absolute Pressure Transmitter

(RANGE: 0 to 689.47 bar. a)

S.No. Description Code Specification

1. Make Rosemount

2. Model No 3051S 2 T A 5A 2 E11 A 1A HR7 DA2 B4 K5 Y2 M5 Q4 T1

3. Model 3051S Scalable Pressure Transmitter

4. Performance class 2 Classic 0.035% span accuracy, 150:1 range down, 15year stability

5. Connection type T Inline

6. Measurement Type A Absolute

7. Measurement Range 5A 0 to 689.47 bar

8. Isolating diaphragm 2 316L SST

9. Process connection E11 1/2"-14NPT female

10. Transmitter Output A 4-20 mA with digital signal based on HART protocol

11. Housing style 1A Plant web housing style with Aluminium material and 1/2"-14NPT conduit entry size

12. HART revision configuration

HR7 Configured for HART revision 7

13. Diagnostic suite DA2 Advanced HART diagnostics suite

14. Mounting Brackets B4 Bracket all SST for 2-inch pipe and panel

15. Product Certification (Hazardous Area Certification)

K5 FM Explosion-proof, Dust Ignition-proof, Intrinsically Safe, and Division 2

16. SS tagging Y2 316SST nameplate, top tag, wire-on tag & fasteners

17. Display type M5 Plant web LCD Display

18. Calibration certificate Q4 Required

19. Transient protection T1 Transient terminal block Required

Each transmitter shall be provided with ½”-14 NPT (M) to M20 x 1.5 (M)SS adaptor

Page 113: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

112

b. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. The transmitter shall be supplied along with digital local indicators calibrated in engineering units (bar).

4. Each transmitter shall be provided with ½”-14NPT (M) to M20 x 1.5(M) SS adaptor. The drawing of the same shall be sent to Purchaser for approval after PO release.

5. Each transmitter shall have nameplate covering Tag no, model no., range, calibrated span, supply voltage, Max. working pressure, output etc.

6. All mounting accessories shall be supplied with the item.

7. Hardcopy of installation, operational and maintenance manuals, calibration, calibration, warranty certificate shall be supplied along with the items.

8. Material test certificates for the wetted parts / certificate of conformity to be supplied along with the item.

9. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall be furnished along with the item.

Page 114: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

113

30.0 DPT of range -621.6 to 621.6 mbar

Process Instrument

Range Model Number

Qty Unit cost

Total cost

DPT -621.6 to

621.6 mbar

3051S 2 C D

2A 2 E12 A 1A HR7 DA2 B4 K5 Y2 L1 L4

M5 P2 Q4 T1

06

* *

* cost details shall be quoted and uploaded in the price bid a. Specification of Differential Pressure Transmitter

RANGE: (-621.6 to 621.6 mbar)

S.No Description Specifications

1 Make Rosemount

2 Model No 3051S 2 C D 2A 2 E12 A 1A HR7 DA2 B4 K5 Y2 L1 L4 M5 Q4 T1

3 Model 3051S Scalable Pressure Transmitter

4 Performance class 2 Classic 0.035% span accuracy, 150:1 range down, 15 year stability

5 Connection type C Coplanar

6 Measurement Type D Differential

7 Measurement Range 2A -621.6 to +621.6 mbar

8 Isolating diaphragm 2 316LSST

9 Process connection style E12 Coplanar flange, 1/4"-18NPT. Material of construction of flange shall be SST and drain& vent shall be 316 SST

10 Transmitter Output A 4-20 mA with digital signal based on HART protocol

11 Housing style 1A Plant web housing of Aluminium material with 1/2"- 14NPT conduit entry size

12 HART revision configuration HR7 Configured for HART revision 7

13 Diagnostic suite DA2 Advanced HART diagnostics suite

14 Mounting Brackets B4 Coplanar flange bracket all SST for 2”pipe and panel

15 Hazardous Area Certification K5 FM Explosion-proof, Dust Ignition-proof, Intrinsically Safe, and Division 2

16 SS tagging Y2 316SST nameplate, top tag, wire on tag & fasteners

17 Sensor fill fluid L1 Inert

18 Bolting material L4 Austenitic 316SST bolts

19 Display type M5 Plant web LCD Display

Page 115: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

114

20 Calibration certificate Q4 Required

21 Transient protection terminal blocks

T1 Required

Each transmitter shall be provided with 1/4"-18NPT (M) to M20 x 1.5(M) SS adaptor.

b. General Conditions:

a. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

b. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

c. The transmitter shall be supplied along with digital local indicators calibrated in engineering units (bar /mbar).

d. Each transmitter shall be provided with 1/4"-18NPT(M) to M20 x 1.5(M) SS adaptor. The drawing of the same shall be sent to Purchaser for approval after PO release.

e. Each transmitter shall have nameplate covering Tag no, model no., range, calibrated span, supply voltage, Max. working pressure, output etc.

f. All mounting accessories shall be supplied with the item. g. Hardcopy of installation, operational and maintenance manuals,

calibration, warranty certificate shall be supplied along with the items. h. Material test certificates for the wetted parts / certificate of conformity to

be supplied along with the item. i. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall

be furnished along with the item.

Page 116: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

115

31.0 DPT of range -2.49 to 2.49 bar

Process Instrument

Range Model Number

Qty Unit cost

Total cost

DPT -2.49 to 2.49

bar

3051S

2 C D 3A 2 E12 A

1A HR7 DA2 B4 K5 Y2 L1 L4 M5 P2 Q4 T1

05

* *

* cost details shall be quoted and uploaded in the price bid only a. Specification of Differential Pressure Transmitter

RANGE: (-2.49 to 2.49 bar)

S.No Description Specifications

1 Make Rosemount

2 Model No 3051S 2 C D 3A 2 E12 A 1A HR7 DA2 B4 K5 Y2 L1 L4 M5 P2 Q4 T1

3 Model 3051S Scalable Pressure Transmitter

4 Performance class 2 Classic 0.035% span accuracy, 150:1 range down, 15 year stability

5 Connection type C Coplanar

6 Measurement Type D Differential

7 Measurement Range 3A -2.49 to +2.49 bar

8 Isolating diaphragm 2 316LSST

9 Process connection style E12 Coplanar flange, 1/4"-18NPT. Material of construction of flange shall be SST and drain& vent shall be 316 SST

10 Transmitter Output A 4-20 mA with digital signal based on HART protocol

11 Housing style 1A Plant web housing of Aluminium material with 1/2"- 14NPT conduit entry size

12 HART revision configuration

HR7 Configured for HART revision 7

13 Diagnostic suite DA2 Advanced HART diagnostics suite

14 Mounting Brackets B4 Coplanar flange bracket all SST for 2”pipe and panel

15 Hazardous Area Certification

K5 FM Explosion-proof, Dust Ignition-proof, Intrinsically Safe, and Division 2

16 SS tagging Y2 316SST nameplate, top tag, wire on tag & fasteners

17 Sensor fill fluid L1 Inert

18 Bolting material L4 Austenitic 316SST bolts

19 Display type M5 Plant web LCD Display

20 Cleaning for special services

P2 Required

21 Calibration certificate Q4 Required

Page 117: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

116

22 Transient protection terminal blocks

T1 Required

Each transmitter shall be provided with 1/4"-18NPT(M) to M20 x 1.5(M) SS adaptor.

b. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. The transmitter shall be supplied along with digital local indicators calibrated in engineering units (bar /mbar).

4. Each transmitter shall be provided with 1/4"-18NPT(M) to M20 x 1.5(M) SS adaptor. The drawing of the same shall be sent to Purchaser for approval after PO release.

5. Each transmitter shall have nameplate covering Tag no, model no., range, calibrated span, supply voltage, Max.working pressure, output etc.

6. All mounting accessories shall be supplied with the item. 7. Hardcopy of installation, operational and maintenance manuals,

calibration, warranty certificate shall be supplied along with the items. 8. Material test certificates for the wetted parts / certificate of conformity to

be supplied along with the item. 9. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall

be furnished along with the item.

Page 118: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

117

32.0 DPT of range -20.68 to 20.68 bar

Process Instrument

Range Model Number

Qty Unit cost

Total cost

DPT -20.68 to 20.68 bar

3051S

2 C D 4A 2 E12 A

1A HR7 DA2 B4 K5 Y2 L1 L4 M5 P2 Q4 T1

01

* *

* cost details shall be quoted and shall be uploaded in the price bid a. Specification of Differential Pressure Transmitter

RANGE: (-20.68 to 20.68 bar)

S.No Description Specifications

1 Make Rosemount

2 Model No 3051S 2 C D 4A 2 E12 A 1A HR7 DA2 B4 K5 Y2 L1 L4 M5 P2 Q4 T1

3 Model 3051S Scalable Pressure Transmitter

4 Performance class 2 Classic 0.035% span accuracy, 150:1 range down, 15 year stability

5 Connection type C Coplanar

6 Measurement Type D Differential

7 Measurement Range 4A -20.68 to +20.68 bar

8 Isolating diaphragm 2 316LSST

9 Process connection style E12 Coplanar flange, 1/4"-18NPT. Material of construction of flange shall be SST and drain& vent shall be 316 SST

10 Transmitter Output A 4-20 mA with digital signal based on HART protocol

11 Housing style 1A Plant web housing of Aluminium material with 1/2"- 14NPT conduit entry size

12 HART revision configuration

HR7 Configured for HART revision 7

13 Diagnostic suite DA2 Advanced HART diagnostics suite

14 Mounting Brackets B4 Coplanar flange bracket all SST for 2”pipe and panel

15 Hazardous Area Certification

K5 FM Explosion-proof, Dust Ignition-proof, Intrinsically Safe, and Division 2

16 SS tagging Y2 316SST nameplate, top tag, wire on tag & fasteners

17 Sensor fill fluid L1 Inert

18 Bolting material L4 Austenitic 316SST bolts

19 Display type M5 Plant web LCD Display

20 Cleaning for special services

P2 Required

21 Calibration certificate Q4 Required

Page 119: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

118

22 Transient protection terminal blocks

T1 Required

Each transmitter shall be provided with 1/4"-18NPT(M) to M20 x 1.5(M) SS adaptor.

b. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. The transmitter shall be supplied along with digital local indicators calibrated in engineering units (bar /mbar).

4. Each transmitter shall be provided with 1/4"-18NPT(M) to M20 x 1.5(M) SS adaptor. The drawing of the same shall be sent to Purchaser for approval after PO release.

5. Each transmitter shall have nameplate covering Tag no, model no., range, calibrated span, supply voltage, Max. working pressure, output etc.

6. All mounting accessories shall be supplied with the item. 7. Hardcopy of installation, operational and maintenance manuals,

calibration, warranty certificate shall be supplied along with the items. 8. Material test certificates for the wetted parts / certificate of conformity to

be supplied along with the item. 9. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall

be furnished along with the item.

Page 120: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

119

33.0 DPT of range -621.6 to 621.6 mbar

Process Instrument

Range Model Number

Qty Unit cost

Total cost

DPT -621.6 to 621.6

mbar

3051S 2 C D

2A 2 E12 A 1A HR7

DA2 B4 K5 Y2 L4 M5

Q4 T1

03

* *

* cost details shall be quoted and uploaded in the price bid a. Specification of Differential Pressure Transmitter

RANGE: (-621.6 to 621.6 mbar)

S.No Description Specifications

1 Make Rosemount

2 Model No 3051S 2 C D 2A 2 E12 A 1A HR7 DA2 B4 K5 Y2 L4 M5 Q4 T1

3 Model 3051S Scalable Pressure Transmitter

4 Performance class 2 Classic 0.035% span accuracy, 150:1 range down, 15 year stability

5 Connection type C Coplanar

6 Measurement Type D Differential

7 Measurement Range 2A -621.6 to +621.6 mbar

8 Isolating diaphragm 2 316LSST

9 Process connection style E12 Coplanar flange, 1/4"-18NPT. Material of construction of flange shall be SST and drain& vent shall be 316 SST

10 Transmitter Output A 4-20 mA with digital signal based on HART protocol

11 Housing style 1A Plant web housing of Aluminium material with 1/2"- 14NPT conduit entry size

12 HART revision configuration HR7 Configured for HART revision 7

13 Diagnostic suite DA2 Advanced HART diagnostics suite

14 Mounting Brackets B4 Coplanar flange bracket all SST for 2”pipe and panel

15 Hazardous Area Certification K5 FM Explosion-proof, Dust Ignition-proof, Intrinsically Safe, and Division 2

16 SS tagging Y2 316SST nameplate, top tag, wire on tag & fasteners

17 Bolting material L4 Austenitic 316SST bolts

18 Display type M5 Plant web LCD Display

19 Calibration certificate Q4 Required

20 Transient protection terminal blocks

T1 Required

Page 121: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

120

b. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. The transmitter shall be supplied along with digital local indicators calibrated in engineering units (bar /mbar).

4. Each transmitter shall be provided with 1/4"-18NPT(M) to M20 x 1.5(M) SS adaptor. The drawing of the same shall be sent to Purchaser for approval after PO release.

5. Each transmitter shall have nameplate covering Tag no, model no., range, calibrated span, supply voltage, Max. working pressure, output etc.

6. All mounting accessories shall be supplied with the item. 7. Hardcopy of installation, operational and maintenance manuals,

calibration, warranty certificate shall be supplied along with the items. 8. Material test certificates for the wetted parts / certificate of conformity to

be supplied along with the item. 9. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall

be furnished along with the item.

Page 122: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

121

34.0 DPT of range -2.49 to 2.49 bar

Process Instrument

Range Model Number

Qty Unit cost

Total cost

DPT -2.49 to 2.49

bar

3051S 2 C D

3A 2 E12 A 1A HR7 DA2 B4 K5 Y2 L4 M5

Q4 T1

03

* *

* cost details shall be quoted and uploaded in the price bid a. Specification of Differential Pressure Transmitter

RANGE: (-2.49 to 2.49 bar)

S.No Description Specifications

1 Make Rosemount

2 Model No 3051S 2 C D 3A 2 E12 A 1A HR7 DA2 B4 K5 Y2 L4 M5 Q4 T1

3 Model 3051S Scalable Pressure Transmitter

4 Performance class 2 Classic 0.035% span accuracy, 150:1 range down, 15 year stability

5 Connection type C Coplanar

6 Measurement Type D Differential

7 Measurement Range 3A -2.49 to +2.49 bar

8 Isolating diaphragm 2 316LSST

9 Process connection style E12 Coplanar flange, 1/4"-18NPT. Material of construction of flange shall be SST and drain& vent shall be 316 SST

10 Transmitter Output A 4-20 mA with digital signal based on HART protocol

11 Housing style 1A Plant web housing of Aluminium material with 1/2"- 14NPT conduit entry size

12 HART revision configuration

HR7 Configured for HART revision 7

13 Diagnostic suite DA2 Advanced HART diagnostics suite

14 Mounting Brackets B4 Coplanar flange bracket all SST for 2”pipe and panel

15 Hazardous Area Certification

K5 FM Explosion-proof, Dust Ignition-proof, Intrinsically Safe, and Division 2

16 SS tagging Y2 316SST nameplate, top tag, wire on tag & fasteners

17 Bolting material L4 Austenitic 316SST bolts

18 Display type M5 Plant web LCD Display

19 Calibration certificate Q4 Required

20 Transient protection terminal blocks

T1 Required

Each transmitter shall be provided with 1/4"-18NPT(M) to M20 x 1.5(M) SS adaptor.

Page 123: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

122

b. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. The transmitter shall be supplied along with digital local indicators calibrated in engineering units (bar /mbar).

4. Each transmitter shall be provided with 1/4"-18NPT(M) to M20 x 1.5(M) SS adaptor. The drawing of the same shall be sent to Purchaser for approval after PO release.

5. Each transmitter shall have nameplate covering Tag no, model no., range, calibrated span, supply voltage, Max. working pressure, output etc.

6. All mounting accessories shall be supplied with the item. 7. Hardcopy of installation, operational and maintenance manuals,

calibration, warranty certificate shall be supplied along with the items. 8. Material test certificates for the wetted parts / certificate of conformity to

be supplied along with the item. 9. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall

be furnished along with the item.

Page 124: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

123

35.0 DPT of range -20.68 to 20.68 bar

Process Instrument

Range Model Number

Qty Unit cost

Total cost

DPT -20.68 to 20.68 bar

3051S

2 C D 4A 2 E12 A

1A HR7 DA2 B4 K5 Y2 L4 M5 Q4 T1

18

* *

* cost details shall be quoted and shall be uploaded in the price bid only a. Specification of Differential Pressure Transmitter

(RANGE: -20.68 to 20.68 bar) S.No. Description Code Specification

1. Make Rosemount

2. Model No 3051S 2 C D 4A 2 E12 A 1A HR7 DA2 B4 K5 Y2 L4 M5 Q4 T1

3. Model 3051S Scalable Pressure Transmitter

4. Performance class 2 Classic 0.035% span accuracy, 150:1 range down, 15year stability

5. Connection type C Coplanar

6. Measurement Type D Differential

7. Measurement Range 4A -20.68 to 20.68

8. Isolating diaphragm 2 316L SST

9. Process connection E12 Coplanar flange, of 1/4"-18 NPT Size. Material of Construction :Flange shall be SST & Drain Vent shall be 316 SST

10. Transmitter Output A 4-20 mA with digital signal based on HART protocol

11. Housing style 1A Plant web housing style with Aluminium material and 1/2"-14NPT conduit entry size

12. HART revision configuration

HR7 Configured for HART revision 7

13. Diagnostic suite DA2 Advanced HART diagnostics suite

14. Mounting Brackets B4 Coplanar flange bracket all SST for 2-inch pipe and panel

15. Product Certification (Hazardous Area Certification)

K5 FM Explosion-proof, Dust Ignition-proof, Intrinsically Safe, and Division 2

16. SS tagging Y2 316SST nameplate, top tag, wire-on tag & fasteners

17. Bolting Material L4 Austenitic 316 SST bolts

18. Display type M5 Plant web LCD Display

19. Calibration certificate Q4 Required

20. Transient protection T1 Transient terminal block Required

Each transmitter shall be provided with 1/4"-18NPT(M) to M20 x 1.5(M) SS adaptor.

Page 125: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

124

b. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. The transmitter shall be supplied along with digital local indicators calibrated in engineering units (bar /mbar).

4. Each transmitter shall be provided with 1/4"-18NPT(M) to M20 x 1.5(M) SS adaptor. The drawing of the same shall be sent to Purchaser for approval after PO release.

5. Each transmitter shall have nameplate covering Tag no, model no., range, calibrated span, supply voltage, Max. working pressure, output etc.

6. All mounting accessories shall be supplied with the item.

7. Hardcopy of installation, operational and maintenance manuals, calibration, warranty certificate shall be supplied along with the items.

8. Material test certificates for the wetted parts / certificate of conformity to be supplied along with the item.

9. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall be furnished along with the item.

Page 126: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

125

36.0 Level Transmitter (Probe Type) of range 0 to 1500 mm

Process Instrument

Range Model Number Qty Unit cost

Total cost

Level

Transmitter (Probe type)

0 - 1500 mm

FX86.ACHAC1HXANXM

and

DIS82.ACHANNAEM

01

* *

* cost details shall be quoted and uploaded in the price bid a. Specification of Level Transmitter

(RANGE: 0-1500 mm) SL.NO DESCRIPTION SPECIFICATION

1. Make VEGA

2. Model no FX86.ACHAC1HXANXM

3. Type of probe Mounted Probe

4. Scope A Europe

5. Approval C ATEX II 1G, II 1/2G, II 2G Ex ia IIC , T6

6. Version / Material H Exchangable rod (16mm dia) , 316L material

7. Process connection & Material AC 2” ,300# flange, ASME B16.5 & 316 / 316L

material

8. Seal / Second line of defense

Process temperature

1 Ceramic graphite

-196 to 280 deg C

9. Electronics H Two wire 4 – 20mA HART

10. Supplementary electronics

Optional overvoltage protection

X Without

Without

11. Housing / Protection A Aluminium single chamber

IP66

12. Cable entry / Connection N ½”NPT

Blind plug also required

13. Display / Adjustment module X Without

14. Certificates M Required

Factory certificate for material, Inspection

certificate for instrument with test data

required

15. Probe length & Quantity 1500 mm - 1no(For LOX level)

16. Instrument Power 24 V DC (2 Wire)

17. Suitable for Liquid Pressure Temperature

Oxygen / Nitrogen (Cryogenic liquids) 0 - 10 Bar.g 77 – 323 K

REMOTE DISPLAY MODULE

1. Make VEGA

2. Model no DIS82.ACHANNAEM

3. Display type (DIS 82) External display and adjustment unit for 4 ... 20

mA/HART sensors

4. Scope A Europe

5. Approval C ATEX II 1G, II 1/2G, II 2G Ex ia IIC , T6

6. Version / Material H Exchangable rod (16mm dia) , 316L material

7. Housing A Aluminium

Page 127: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

126

SL.NO DESCRIPTION SPECIFICATION

8. Protection N IP66/IP68 NEMA 6P (0.2bar)

9. Cable entry / Connection N ½”NPT

Blind plug also required

10. Display / Adjustment module

(PLICSCOM) & Language

A Mounted & English

11. Mounting E For tube mounting (29...60mm) incl. mounting

material

12. Certificates M Required

Inspection certificate for instrument with test

data required

b. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. The transmitter shall be supplied along with digital local indicators.

4. Each transmitter shall have nameplate covering Tag no, model no., range, supply voltage, output etc.

5. All mounting accessories shall be supplied with the item.

6. Hardcopy of installation, operational and maintenance manuals, calibration, calibration, warranty certificate shall be supplied along with the items.

7. Material test certificates for the wetted parts / certificate of conformity to be supplied along with the item.

8. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall be furnished along with the item.

Page 128: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

127

37.0 Level Transmitter (Probe Type) of range 0 to 4000 mm

Process Instrument

Range Model Number Qty Unit cost

Total cost

Level Transmitter (Probe type)

0 - 4000 mm

FX86.ACHAC1HXANXM

and

DIS82.ACHANNAEM

01

* *

* cost details shall be quoted and uploaded in the price bid a. Specification of Level Transmitter

(RANGE: 0-4000 mm)

SL.NO DESCRIPTION SPECIFICATION

1. Make VEGA

2. Model no FX86.ACHAC1HXANXM

3. Type of probe Mounted Probe

4. Scope A Europe

5. Approval C ATEX II 1G, II 1/2G, II 2G Ex ia IIC , T6

6. Version / Material H Exchangable rod (16mm dia) , 316L material

7. Process connection & Material AC 2” ,300# flange, ASME B16.5 & 316 / 316L

material

8. Seal / Second line of defense

Process temperature

1 Ceramic graphite

-196 to 280 deg C

9. Electronics H Two wire 4 – 20mA HART

10. Supplementary electronics

Optional overvoltage protection

X Without

Without

11. Housing / Protection A Aluminium single chamber

IP66

12. Cable entry / Connection N ½”NPT

Blind plug also required

13. Display / Adjustment module X Without

14. Certificates M Required

Factory certificate for material, Inspection

certificate for instrument with test data

required

15. Probe length & Quantity 4000 mm – 1no(For LN2 level)

16. Instrument Power 24 V DC (2 Wire)

17. Suitable for

Liquid

Pressure

Temperature

Oxygen / Nitrogen (Cryogenic liquids)

0 - 10 Bar.g

77 – 323 K

REMOTE DISPLAY MODULE

1. Make VEGA

2. Model no DIS82.ACHANNAEM

Page 129: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

128

SL.NO DESCRIPTION SPECIFICATION

3. Display type (DIS 82) External display and adjustment unit for 4 ... 20

mA/HART sensors

4. Scope A Europe

5. Approval C ATEX II 1G, II 1/2G, II 2G Ex ia IIC , T6

6. Version / Material H Exchangable rod (16mm dia) , 316L material

7. Housing A Aluminium

8. Protection N IP66/IP68 NEMA 6P (0.2bar)

9. Cable entry / Connection N ½”NPT

Blind plug also required

10. Display / Adjustment module

(PLICSCOM) & Language

A Mounted & English

11. Mounting E For tube mounting (29...60mm) incl. mounting

material

12. Certificates M Required

Inspection certificate for instrument with test

data required

b. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. The transmitter shall be supplied along with digital local indicators.

4. Each transmitter shall have nameplate covering Tag no, model no., range, supply voltage, output etc.

5. All mounting accessories shall be supplied with the item.

6. Hardcopy of installation, operational and maintenance manuals, calibration, calibration, warranty certificate shall be supplied along with the items.

7. Material test certificates for the wetted parts / certificate of conformity to be supplied along with the item.

8. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall be furnished along with the item.

Page 130: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

129

38.0 Level Transmitter (TDR)

Process Instrument

Range Model Number

Qty Unit cost

Total cost

Level Transmitter

0 - 3690 mm Optiflex 1300C

04 * *

0 - 2490 mm 01 * *

0 - 2090 mm 03 * *

* cost details shall be quoted and uploaded in the price bid a. Specification of Level Transmitter

SL.NO DESCRIPTION OF SPECIFICATION

1. Make Khrone

2. Model no Optiflex 1300C

3. Type of probe Co axial

4. Probe length and Calibrated range

• 3690 mm

• 2490 mm

• 2090mm

5. Process end connection 80 NB 150#

6. Probe Material SS 316L

7. Gasket Kalrez

8. Hazardous area classification ATEX II G/D,1/2,2 EExdia IIC , T6

9. Housing Material Di-Cast Aluminum

10. Cable Gland ½ “ NPT

11. Display HMI

12. Programming From front Fascia

13. Protection Category IP 66

14. Current Output 4-20 mA DC

15. Instrument Power Supply 24 V DC (2 Wire)

16. Process Data: Liquid Pressure Temperature

ISROSENE(Kerosene as per MIL-DTL-25576E) 0-10 Bar.A 0-50 Deg.C

Page 131: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

130

GENERAL CONDITIONS:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. Each transmitter shall have nameplate covering Tag no, model no., range, supply voltage, output etc.

4. Hardcopy of installation, operational and maintenance manuals, calibration, calibration, warranty certificate shall be supplied along with the items.

5. Material test certificates for the wetted parts / certificate of conformity to be supplied along with the item.

6. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall be furnished along with the item.

Page 132: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

131

39.0 Temperature Transmitter

Process Instrument

Range Model Number Qty Unit cost

Total cost

Temperature Transmitter

-200 to 850 deg C

3144P D1 A 1 K5 B4 M5 T1 C4 Q4

HR7

31 * *

* cost details shall be quoted and uploaded in the price bid a. Specification of Temperature Transmitter

S.No. Description Code Specification

1. Make Rosemount

2. Model No 3144P D1 A 1 K5 B4 M5 T1 C4 Q4 HR7

3. Model 3144P Temperature Transmitter

4. Housing Style D1 Filed mount housing, dual compartment housing.

Aluminium material with 1/2"- 14NPT conduit entry.

5. Transmitter Output A 4-20 mA with digital signal based on HART Protocol

6. Measuring Configuration 1 Single-Sensor Input

7. Product Certification K5 FM IS, Non-incendive & Explosion proof combo.

8. Mounting Bracket B4 “U” mounting bracket for 2”pipe mounting- All SST

9. Display M5 LCD Display

10. Transient Protector T1 Integral Transient Protector required

11. 5 Point Calibration C4 5 Point Calibration required

12. Calibration Certification Q4 Calibration Certificate (3-point calibration) required

13. HART Revision configuration

HR7 Configured for HART Revision 7

General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. Hard copy of Relevant catalogue / technical literature, Installation, operation and maintenance manuals, calibration and warranty certificates along with the supply of items

4. Each transmitter shall have the name plate covering the Model No, Range, calibrated Span, supply voltage & Output.

5. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall be furnished along with the item.

6. All mounting accessories shall be supplied with the items.

Page 133: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

132

40.0 Temperature Sensor Line

Process Instrument

Range Model Number Qty Unit cost

Total cost

Temperature sensor of 300mm

-200 to 850 deg C

0065 N 3 1 J 0080 D/Y 0300

F16 A1 E1 Q8 R01 R22 X8

11

* *

Temperature sensor of 1000mm

-200 to 850 deg C

0065 D 2 1 Z 0050 D/Y 1000 L14 A1 E1 Q8

X8

02

* *

* cost details shall be quoted and uploaded in the price bid a. Specification of Temperature Sensor of 300mm

SL.NO. CODE DESCR5IPTION

1. 0065 100 Ohms RTD, ∝=0.00385 suitable for Connection Head Mount

2. N • No Connection Head

3. 3 Spring loaded adapter. 1/2-in. NPT. use with Extension Type codes J and N

4. 1 Sensor Type: Single Element,4 wire, Temp Range –50 to 450Deg.C

5. J • Nipple-Union (Sensor Lead Wire Terminal option code 3 only)

• No Head Connection

• ½” NPT Instrument connection

• Stainless steel material

6. 0080 Extension Length: 80mm

7. D/Y Thermowell material: SS 316L/SS316Ti

8. 0300 Immersion Length: 300mm(U) – Varies depending on process requirement

9. F16 Mounting Style: Flanged, RF seal weld

Process Connection: 2”, 150#

Stem Styled: Tapered

10. A1 Sensor option: Class A, Single Element

11. E1 EEx d-ATEX/CENELEC Flame Proof Approval

12. Q8 Thermowell material certification

13. R01 Thermowell External Pressure Testing

14. R22 Thermowell Internal Pressure Testing

15. X8 Works Certificate: Sensor Calibration over specified Range

Page 134: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

133

b. Specification of Temperature Sensor of 1000mm

SL.NO. CODE DESCR5IPTION

1. 0065 100 Ohms RTD, ∝=0.00385 suitable for Connection Head Mount

2. D Connection Head material:

• Aluminium with Epoxy Coating

• IP68

• Conduit Connection thread-1/2” NPT

3. 2 Terminal Block: DIN 43762

4. 1 Sensor Type: Single Element,4 wire, Temp Range –50 to 450Deg.C

5. Z Tubular with extension: From Namur

6. 0050 Extension Length: 50mm

7. D/Y Thermowell material: SS 316L/SS316Ti

8. 1000 Immersion Length: 1000 mm(U) – Varies depending on process requirement

9. L14 Mounting Style: Flanged, RF, seal weld

Process Connection: 2”, 150#

Stem Styled: Stepped

10. A1 Sensor option: Class A, Single Element

11. E1 EEx d-ATEX/CENELEC Flame Proof Approval

12. Q8 Thermowell material certification

13. X8 Works Certificate: Sensor Calibration over specified Range

c. General conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. Thermowell, sensor, Extension lengths & Connection heads are to be integrated and integrated item shall be supplied to SDSC – SHAR.

4. Hard copy of relevant catalogue / technical literature, Installation, operation and maintenance manuals, calibration and warranty certificates along with the supply of items

5. Each sensor shall have the name plate covering the Model No:, Range, calibrated Span....etc

6. All mounting accessories shall be supplied with the items.

Page 135: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

134

41.0 Temperature Sensor with Matched Transmitter - Tank

Process Instrument

Range Model Number Qty Unit cost

Total cost

Temperature sensor with

Matched Transmitter(Tank) 2200mm

-200 to 850 deg C

Sensor:0065 D 2 1 Z 0050 D/Y 2200

L14 A1 E1 Q8 X8

Transmitter:3144P

D1 A 1 K5 B4 M5 T1 C2 C4 Q4 HR7

04

* *

Temperature

sensor with Matched Transmitter(Tank) 1600mm

-200 to 850 deg C

Sensor:0065 D 2 1

Z 0050 D/Y 1600 L14 A1 E1 Q8 X8

Transmitter:3144P D1 A 1 K5 B4 M5 T1 C2 C4 Q4 HR7

04

* *

Temperature sensor with Matched

Transmitter(Tank) 1000mm

-200 to 850 deg C

Sensor:0065 D 2 1 Z 0050 D/Y 1000 L14 A1 E1 Q8 X8

Transmitter:3144P D1 A 1 K5 B4 M5

T1 C2 C4 Q4 HR7

04

* *

* cost details shall be quoted and uploaded in the price bid only a. Specification of Temperature Sensor of 2200mm

SL.NO. CODE DESCR5IPTION

1. 0065 100 Ohms RTD, ∝=0.00385 suitable for Connection Head Mount

2. D Connection Head material:

• Aluminium with Epoxy Coating

• IP68

• Conduit Connection thread-1/2” NPT

3. 2 Terminal Block: DIN 43762

4. 1 Sensor Type: Single Element,4 wire, Temp Range –50 to 450Deg.C

5. Z Tubular with extension: From Namur

6. 0050 Extension Length: 50mm

7. D/Y Thermowell material: SS 316L/SS316Ti

8. 2200 Immersion Length: 2200mm(U) – Varies depending on process requirement

9. L14 Mounting Style: Flanged, RF, seal weld

Process Connection: 2”, 150#

Stem Styled: Stepped

10. A1 Sensor option: Class A, Single Element

11. E1 EEx d-ATEX/CENELEC Flame Proof Approval

12. Q8 Thermowell material certification

Page 136: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

135

13. X8 Works Certificate: Sensor Calibration over specified Range

b. Specification of Temperature Sensor of 1600mm

SL.NO. CODE DESCR5IPTION

1. 0065 100 Ohms RTD, ∝=0.00385 suitable for Connection Head Mount

2. D Connection Head material:

• Aluminium with Epoxy Coating

• IP68

• Conduit Connection thread-1/2” NPT

3. 2 Terminal Block: DIN 43762

4. 1 Sensor Type: Single Element,4 wire, Temp Range –50 to 450Deg.C

5. Z Tubular with extension: From Namur

6. 0050 Extension Length: 50mm

7. D/Y Thermowell material: SS 316L/SS316Ti

8. 1600 Immersion Length: 1600mm(U) – Varies depending on process requirement

9. L14 Mounting Style: Flanged, RF, seal weld

Process Connection: 2”, 150#

Stem Styled: Stepped

10. A1 Sensor option: Class A, Single Element

11. E1 EEx d-ATEX/CENELEC Flame Proof Approval

12. Q8 Thermowell material certification

13. X8 Works Certificate: Sensor Calibration over specified Range

c. Specification of Temperature Sensor of 1000mm

SL.NO. CODE DESCR5IPTION

1. 0065 100 Ohms RTD, ∝=0.00385 suitable for Connection Head Mount

2. D Connection Head material:

• Aluminium with Epoxy Coating

• IP68

• Conduit Connection thread-1/2” NPT

3. 2 Terminal Block: DIN 43762

4. 1 Sensor Type: Single Element,4 wire, Temp Range –50 to 450Deg.C

Page 137: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

136

5. Z Tubular with extension: From Namur

6. 0050 Extension Length: 50mm

7. D/Y Thermowell material: SS 316L/SS316Ti

8. 1000 Immersion Length: 1000mm(U) – Varies depending on process requirement

9. L14 Mounting Style: Flanged, RF, seal weld

Process Connection: 2”, 150#

Stem Styled: Stepped

10. A1 Sensor option: Class A, Single Element

11. E1 EEx d-ATEX/CENELEC Flame Proof Approval

12. Q8 Thermowell material certification

13. X8 Works Certificate: Sensor Calibration over specified Range

d. General conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. Thermowell, sensor, Extension lengths & Connection heads are to be integrated and Integrated item shall be supplied to SDSC – SHAR.

4. Hard copy of relevant catalogue / technical literature, Installation, operation and maintenance manuals, calibration and warranty certificates along with the supply of items

5. Each sensor shall have the name plate covering the Model No:, Range, calibrated Span....etc

6. All mounting accessories shall be supplied with the items.

e. Specifications of Temperature Transmitter with Matched Sensor

S.No. Description Code Specification

1. Make Rosemount

2. Model No 3144P D1 A 1 K5 B4 M5 T1 C2 C4 Q4 HR7

3. Model 3144P Temperature Transmitter

4. Housing Style D1 Filed mount housing, dual compartment housing.

Aluminium material with 1/2"- 14NPT conduit entry.

5. Transmitter Output A 4-20 mA with digital signal based on HART Protocol

6. Measuring Configuration 1 Single-Sensor Input

7. Product Certification K5 FM IS, Non-incentive& Explosion proof combo.

Page 138: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

137

8. Mounting Bracket B4 “U” mounting bracket for 2”pipe mounting- All SST

9. Display M5 LCD Display

10. Transient Protector T1 Integral Transient Protector required

11. Transmitter-Sensor Matching

C2 Transmitter-Sensor Matching–trim to specific Rosemount RTD calibration schedule

12. 5 Point Calibration C4 5 Point Calibration required

13. Calibration Certification Q4 Calibration Certificate (3-point calibration) required

14. HART Revision configuration

HR7 Configured for HART Revision 7

f. General Conditions:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

3. Hard copy of Relevant catalogue / technical literature, Installation, operation

and maintenance manuals, calibration and warranty certificates along with

the supply of items

4. Each transmitter shall have the name plate covering the Model No, Range,

calibrated Span, supply voltage & Output.

5. Ex-Proof / Intrinsically safe certificate and weather proof certificate shall be furnished along with the item.

6. All mounting accessories shall be supplied with the items.

Page 139: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

138

42.0 Weather Proof Pressure Switch

Process Instrument

Range Model Number

Qty Unit cost

Total cost

Weather Proof Pressure Switch

0 - 10 bar g

GM 201 02 A7K

5B

02 * *

* cost details shall be quoted and uploaded in the price bid a. Specification of Pressure Switch of range 0-10 bar g

S.No Specification Description

1 Make Switzer

2 Model no GM 201 02 A7K 5 B

3 Enclosure

Pressure die cast Aluminium weatherproof to IP 66

4 Type Fixed non-adjustable switching differential

5 Sensor & Wetted Parts material

316L SS Bellows with 316 SS wetted parts

6 Working range * 1 to 10 Bar

7 Maximum Pressure rating 15 Bar

8 Repeatability 0.5% FSR

9 Switch rating 24V, 4 Amps Resistive load , SPDT microswitch

10 Process connection M 20 x 1.5 (M) SS adaptor

11 Electrical connection 1/2" NPT F

12 Mounting type Online

12 Ambient temperature -10 to 60 Deg C

b. GENERAL CONDITIONS:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified.

3. Deviation if any shall be clearly brought out with technical justification.

4. The Test certificates shall be furnished along with the items.

5. Material test certificates and general conformity certificates shall be provided along with the items.

Page 140: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

139

43.0 Weather Proof Pressure Switch

Process Instrument

Range Model Number

Qty Unit cost

Total cost

Weather Proof Pressure Switch

0.1 to 1.1 bar g

GM 201 02 C1K

5B

03 * *

* cost details shall be quoted and uploaded in the price bid a. Specification of Pressure Switch of range 0.1-1.1 bar g

S.No Specification Description

1 Make Switzer

2 Model no GM 201 02 C1K 5 B

3 Enclosure

Pressure die cast Aluminium weatherproof to IP 66

4 Type Fixed non-adjustable switching differential

5 Sensor & Wetted Parts material

316L SS Bellows with 316 SS wetted parts

6 Working range 0.1 to 1.1 Bar

7 Maximum Pressure rating 4 Bar

8 Repeatability 0.5% FSR

9 Switch rating 24V, 4 Amps Resistive load , SPDT microswitch

10 Process connection M 20 x 1.5 (M) SS adaptor

11 Electrical connection 1/2" NPT F

12 Mounting type Online

12 Ambient temperature -10 to 60 Deg C

b. GENERAL CONDITIONS:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified.

3. Deviation if any shall be clearly brought out with technical justification.

4. The Test certificates shall be furnished along with the items.

5. Material test certificates and general conformity certificates shall be provided along with the items.

Page 141: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

140

44.0 Weather Proof Pressure Switch Process

Instrument Range

Model Number

Qty Unit cost

Total cost

Weather Proof

Pressure Switch

0 - 40 bar

g

GM 201 02 B1K

5B

13 * *

* Cost details shall be quoted and uploaded in the price bid a. Specification of Pressure Switch of range 0-40 bar g

S.No Specification Description

1 Make Switzer

2 Model no GM 201 02 B1K 5 B

3 Enclosure

Pressure die cast Aluminium weatherproof to IP 66

4 Type Fixed non-adjustable switching differential

5 Sensor & Wetted Parts material

316L SS Bellows with 316 SS wetted parts

6 Working range 10 to 40 Bar

7 Maximum Pressure rating 50 Bar

8 Repeatability 0.5% FSR

9 Switch rating 24V, 4 Amps Resistive load , SPDT microswitch

10 Process connection M 20 x 1.5 (M) SS adaptor

11 Electrical connection 1/2" NPT F

12 Mounting type Online

12 Ambient temperature -10 to 60 Deg C

b. GENERAL CONDITIONS:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified.

3. Deviation if any shall be clearly brought out with technical justification.

4. The Test certificates shall be furnished along with the items.

5. Material test certificates and general conformity certificates shall be provided along with the items.

Page 142: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

141

45.0 Flame Proof Pressure Switch

Process Instrument

Range Model Number

Qty Unit cost

Total cost

Flame Proof Pressure Switch

0 - 10 bar g

GK 201 02 A7K

5B

40 * *

* cost details shall be quoted and uploaded in the price bid a. Specification of Pressure Switch of range 0-10 bar g

S.No Specification Description

1 Make Switzer

2 Model no GK 201 02 A7K 5 B

3 Enclosure

Aluminium die cast flameproof cum weatherproof to Gr IIA, IIB & IIC and IP66 for weather proofness

4 Type Fixed non-adjustable switching differential

5 Sensor & Wetted Parts material

316L SS Bellows with 316 SS wetted parts

6 Working range 1 to 10 Bar

7 Maximum Pressure rating 15 Bar

8 Repeatability 0.5% FSR

9 Switch rating 24V, 4 Amps Resistive load , SPDT microswitch

10 Process connection M 20 x 1.5 (M) SS adaptor

11 Electrical connection 1/2" NPT F

12 Mounting type Online

12 Ambient temperature -10 to 60 Deg C

b. GENERAL CONDITIONS:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified.

3. Deviation if any shall be clearly brought out with technical justification.

4. The Test certificates shall be furnished along with the items.

5. Material test certificates and general conformity certificates shall be provided along with the items.

Page 143: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

142

46.0 Flame Proof Pressure Switch

Process Instrument

Range Model Number Qty Unit cost

Total cost

Flame Proof Pressure Switch

0.1 to 1.1 bar g GK 201 02 C1K 5B

01 * *

* cost details shall be quoted and uploaded in the price bid a. Specification of Pressure Switch of range 0.1-1.1 bar g

S.No Specification Description

1 Make Switzer

2 Model no GK 201 02 C1K 5 B

3 Enclosure

Aluminium die cast flameproof cum weatherproof to Gr IIA, IIB & IIC and IP66 for weather proofness

4 Type Fixed non-adjustable switching differential

5 Sensor & Wetted Parts material

316L SS Bellows with 316 SS wetted parts

6 Working range 0.1 to 1.1 Bar

7 Maximum Pressure rating 4 Bar

8 Repeatability 0.5% FSR

9 Switch rating 24V, 4 Amps Resistive load , SPDT microswitch

10 Process connection M 20 x 1.5 (M) SS adaptor

11 Electrical connection 1/2" NPT F

12 Mounting type Online

12 Ambient temperature -10 to 60 Deg C

b. GENERAL CONDITIONS:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified.

3. Deviation if any shall be clearly brought out with technical justification.

4. The Test certificates shall be furnished along with the items.

5. Material test certificates and general conformity certificates shall be provided along with the items.

Page 144: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

143

47.0 Flame Proof Pressure Switch

Process Instrument

Range Model Number

Qty Unit cost

Total cost

Flame Proof Pressure Switch

0 - 40 bar g

GK 201 02 B1K

5B

10 * *

* cost details shall be quoted and uploaded in the price bid a. Specification of Pressure Switch of range 0-40 bar g

S.No Specification Description

1 Make Switzer

2 Model no GK 201 02 B1K 5 B

3 Enclosure

Aluminium die cast flameproof cum weatherproof to Gr IIA, IIB & IIC and IP66 for weather proofness

4 Type Fixed non-adjustable switching differential

5 Sensor & Wetted Parts material

316L SS Bellows with 316 SS wetted parts

6 Working range 10 to 40 Bar

7 Maximum Pressure rating 50 Bar

8 Repeatability 0.5% FSR

9 Switch rating 24V, 4 Amps Resistive load , SPDT microswitch

10 Process connection M 20 x 1.5 (M) SS adaptor

11 Electrical connection 1/2" NPT F

12 Mounting type Online

12 Ambient temperature -10 to 60 Deg C

b. GENERAL CONDITIONS:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified.

3. Deviation if any shall be clearly brought out with technical justification.

4. The Test certificates shall be furnished along with the items.

5. Material test certificates and general conformity certificates shall be provided along with the items.

Page 145: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

144

48.0 Mass Flow Meter sensor, Transmitter and accessories

Process Instrument

Range Model Number Total Unit cost

Total cost

Mass flow meter sensor ,

transmitter &accessories

0 - 16 kg/s -3"size 150#

Sensor:CMF300M355N3BZEZZZ

Transmitter:1700R11ABFEZCZ

FIQ:3300R2A00B1UE ZZZ

05

* *

* cost details shall be quoted and uploaded in the price bid only a. Specification of Sensor

CODE CODE DESCRIPTION

CMF300M Model Micro Motion Coriolis ELITE sensor, 3-inch 316L Stainless Steel

355 Fitting Code 3” ANSI CL150 weld neck raised face flange

N Case Option Standard Pressure Containment

3 Electronics Interface 4-wire stainless steel integral enhanced core processor for remote mount transmitters

B Conduit Connection 1/2” NPT

Z Approval ATEX – Equipment Category 2 (Zone 1) / PED compliant

E Language English

Z Calibration Option 0.10% Mass Flow and 0.0005g/cc

Density Calibration

Z Measurement Application Software

No Measurement Application Software

Z Factory Options Standard Product

b. Specification of Transmitter

(MODEL NO: 1700R11ABFEZCZ)

CODE CODE DESCRIPTION

1700 Product Description Micro Motion Coriolis MVD single variable flow transmitter

R Mounting 4 wire remote mount transmitter

1 Power 18 to 30V DC or 85 to 265 V AC ; Self Switching

1 Display Dual line display for process variable and totalizer reset (Standard)

A Out Put Option One mA, one frequency, RS 485

B Conduit Connection 1/2” NPT

F Approvals ATEX- Equipment Category 2 (Zone 1- Flame Proof terminal compartment)

E Language English installation & English Configuration Manual

Z Software Option-1 Flow Variable ( Standard)

C Software Option-2 SMART Meter Verification

Z Factory Options Standard Product

Page 146: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

145

c. SPECIFICATIONS OF MFM RATE INDICATOR

(MODEL NO: 3300R2A00B1UE ZZZ)

CODE CODE DESCRIPTION

3300 Product Description Micro Motion discrete controller, remote rack/panel mount

R Mounting Option DIN Rack

2 Power Supply option 18 to 30V DC

A Comm. Gateway Module No Communication Gateway Module

0 Additional Hardware Module

No additional hardware modules

0 Sensor Interface No sensor interface

B Terminals Screw Terminals

1 Relay & Housing No relay & Housing

U Approvals UL

E

Language English local display

English quick reference guide

English manual

Z Control Application Software

Processor Monitor /Totalizer(Standard)

Z Measurement Application Software

No Measurement application software

Z Specialty Application No Specialty Applications

d. GENERAL CONDITIONS:

1. The Mass Flow meter shall be supplied with the following documents and

certificates.

� Calibration certificates for Flow Meter.

2. All the MFM shall be provided with CEQ9131 to avoid cross- talking between

two MFM in series and close proximity.

3. The input & output Totalizer quantity shall match in MFM Rate indicator

4. Installation, Operation and maintenance manuals for sensor, transmitter

and Rate indicator.

5. EX. Proof, Intrinsically safe certification shall be provided along with the

item.

Page 147: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

146

49.0 Mass Flow Meter sensor, Transmitter and accessories

Process Instrument Range Model Number Qty Unit cost

Total cost

Mass flow meter sensor , transmitter &accessories

0 - 16 kg/s - 2"Size 300#

Sensor:CMF200M419N3BZEZZZ

Transmitter:1700R11ABFEZCZ

FIQ:3300R2A00B1UE ZZZ

03

* *

* cost details shall be quoted and uploaded in the price bid a. Specification of Sensor

CODE CODE DESCRIPTION

CMF200M Model Micro Motion Coriolis ELITE sensor, 2-inch 316L Stainless Steel

419

Fitting Code 2” ANSI CL300 weld neck raised face flange

N Case Option Standard Pressure Containment

3 Electronics Interface 4-wire stainless steel integral enhanced core processor for remote mount transmitters

B Conduit Connection 1/2” NPT

Z Approval ATEX – Equipment Category 2 (Zone 1) / PED compliant

E Language English

Z Calibration Option 0.10% Mass Flow and 0.0005g/cc

Density Calibration

Z Measurement Application Software

No Measurement Application Software

Z Factory Options Standard Product

b. Specification of Transmitter

(MODEL NO: 1700R11ABFEZCZ)

CODE CODE DESCRIPTION

1700 Product Description Micro Motion Coriolis MVD single variable flow transmitter

R Mounting 4 wire remote mount transmitter

1 Power 18 to 30V DC or 85 to 265 V AC ; Self Switching

1 Display Dual line display for process variable and totalizer reset (Standard)

A Out Put Option One mA, one frequency, RS 485

B Conduit Connection 1/2” NPT

F Approvals ATEX- Equipment Category 2 (Zone 1- Flame Proof terminal compartment)

E Language English installation & English Configuration Manual

Z Software Option-1 Flow Variable ( Standard)

C Software Option-2 SMART Meter Verification

Z Factory Options Standard Product

Page 148: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

147

c. SPECIFICATIONS OF MFM RATE INDICATOR

(MODEL NO: 3300R2A00B1UE ZZZ)

CODE CODE DESCRIPTION

3300 Product Description Micro Motion discrete controller, remote rack/panel mount

R Mounting Option DIN Rack

2 Power Supply option 18 to 30V DC

A Comm. Gateway Module No Communication Gateway Module

0 Additional Hardware Module

No additional hardware modules

0 Sensor Interface No sensor interface

B Terminals Screw Terminals

1 Relay & Housing No relay & Housing

U Approvals UL

E

Language English local display

English quick reference guide

English manual

Z Control Application Software

Processor Monitor /Totalizer(Standard)

Z Measurement Application Software

No Measurement application software

Z Specialty Application No Specialty Applications

d. GENERAL CONDITIONS:

1. The Mass Flow meter shall be supplied with the following documents and

certificates.

� Calibration certificates for Flow Meter.

2. All the MFM shall be provided with CEQ9131 to avoid cross- talking

between two MFM in series and close proximity.

3. The input & output Totalizer quantity shall match in MFM Rate indicator

4. Installation, Operation and maintenance manuals for sensor, transmitter

and Rate indicator.

5. EX. Proof, Intrinsically safe certification shall be provided along with the

item.

Page 149: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

148

50.0 Liquid Sensor

Process Instrument

Range Model Number

Qty Unit cost

Total cost

Liquid sensor

25NB X 300# , 130mm

910 PMEK 013

05 * *

40NB X 150# , 200mm

910 PMCK

020

16 * *

40NB X 300#

, 200mm

910 PMFK 020

03 * *

50NB X 150# , 200mm

910

PMDK 020

03

* *

* cost details shall be quoted and uploaded in the price bid a. Specification of Sensor

SL.NO. DESCRIPTION

1. Make Magnetrol

2. Model 910

3. Housing Aluminum sand cast with 3⁄4" NPT dual conduit, FM, CSA and ATEX approvals

4. Power Supply 24 VDC (±10%)

5. Power Consumption 2.5 VA Nominal

6. Relay output Hermetically sealed DPDT: 5 amps @ 24 VDC

7. Repeatability 2mm

8. Fail safe Field Selectable high or low

9. Ambient Temperature Electronics : -40° C to +60° C

10. Process Temperature Transducer : -40° C to +60° C

11. Operating, PSIG, Max 800

12. Flange Size , Class Rating , Length of Sensor & Model No.

25NB X 300# , 130mm 910 PMEK 013 40NB X 150# , 200mm 910 PMCK 020 40NB X 300# , 200mm 910 PMFK 020 50NB X 150# , 200mm 910 PMDK 020

1. GENERAL CONDITIONS: The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation

2. The offer shall strictly adhere to the make and model number specified.

3. The Deviation if any shall be clearly brought out with technical justification.

4. EX. Proof certification shall be provided along with the item.

Page 150: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

149

51.0 pH Sensor with Transmitter and accessories

Process Instrume

nt Range Model Number Qty

Unit cost

Total cost

PH sensor with

transmitter and accessories

0-14pH

Sensor:

HT 238999 – 2095

Transmitter:

Aquamon SMART Pro 8966 Ex

Interface Cable: VP 6.0, HT 35511,10 metre

03

* *

Buffer Solution:

HAMILTON, HT 238922

(4,7&9.2pH) 01

* *

* cost details shall be quoted and uploaded in the price bid a. Specifications of pH Sensor

1 Make & Model No HAMILTON, INCHTRODE N100F1

2 Part No HT 238999 - 2095

3 Sensor Range 0 - 14 pH

b. Specifications of pH Transmitter

1 Make FORBES MARSHALL

2 Model No Aquamon SMART Pro 8966 Ex

3 Type 2 Wire

4 Transmitter Range 0 - 14 pH

5 Current Output 4 - 20 mA

c. Specification of interface cable

1 Make FORBES MARSHALL/HAMILTON

2 Part No/Model VP 6.0, HT 35511

3 Length 10 m

d. Specification of buffer solution

1 Description Of the Item pH BUFFER SOLUTION (4.0, 7.0, 9.2 pH)

2 Make/Model HAMILTON, HT 238922

3 Container 500 ml

GENERAL CONDITIONS:

1. The relevant catalogue / technical literature in support of quoted specification shall be furnished, without which the offer may not be considered for evaluation.

2. The offer shall strictly adhere to the make and model number specified. Deviation if any shall be clearly brought out with technical justification.

Page 151: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

150

52.0 Flow Switch

Process Instrument

Range Model Number Qty Unit cost

Total cost

Flow Switch

800-1400 LPM GK-BM-150-A-R-2-TN-2-G-N

02 * *

3500-5300 LPM GK-BM-300-A-R-2-TN-2-G-N

02 * *

* cost details shall be quoted and uploaded in the price bid a. Specifications of Flow Switch for 1400 LPM

S.No Specification Description

1. Make & Model Switzer & GK-BM-150-A-R-2-TN-2-G-N 2. Type Paddle type 3. Switch enclosure GK-BM Aluminium pressure die cast, weatherproof to

IP66 and flameproof to group IIC 4. Line size mm 150 150 5. Switching Range A ON rising Min: 800 LPM, Max: 1400LPM 6. Switch actuation R Rising 7. Wetted parts 2 316SS body, 316 SS bellows & 316SS Paddle 8. Process connection TN Threaded 1”NPT M 9. Process connection

material 2 316SS

10. Switch code & rating G Hermetically sealed inert gas filled with gold plated contact, 24 V, 1A DC resistive

11. Electrical entry code N 1/2NPT F (Dual entry) 12. Repeatability ≤ ± 2%

b. Specifications of Flow Switch for 5300 LPM S.No Specification Description

1. Make & Model Switzer & GK-BM-300-A-R-2-TN-2-G-N

2. Type Paddle type

3. Switch enclosure GK-BM Aluminium pressure die cast, weatherproof to IP66

and flameproof to group IIC

4. Line size mm 300 300

5. Switching Range A ON rising Min: 3500 LPM, Max: 5300LPM

6. Switch actuation R Rising

7. Wetted parts 2 316SS body, 316 SS bellows & 316SS Paddle

8. Process connection TN Threaded 1”NPT M

9. Process connection material

2 316SS

10. Switch code & rating G Hermetically sealed inert gas filled with gold plated contact, 24 V, 1A DC resistive

11. Electrical entry code N 1/2NPT F (Dual entry)

12. Repeatability ≤ ± 2%

Conditions of Supply:

1. Party shall furnish the relevant technical literature/catalog, which shall include

dimensional and electrical details along with the quote. 2. Hazardous area and calibration certificates shall be furnished along with the items.

Page 152: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

151

Note:

The following points shall be noted:

• All the process instruments as mentioned in the Annexure-II (Annexure no:

25 to 52), are to be bought and supplied to department.

• The required items and the quantity of the process instruments as per P &

ID only will be installed in the circuit. Balance items are meant for spares for

either Isrosene system or other process systems and they will not participate

in the erection & commissioning of Isrosene system.

List of Probable suppliers for all instrumentation elements:

1. M/S Intellicom systems PvtLtd , Chennai

2. M/S Elixir Electronics , Chennai

3. M/S DB Products, Kolkata

4. M/s Avimarine (Australia) Pvt Ltd

5. M/s Grace Infotech

6. M/s Excel System, Madurai

7. M/s FSH Automation & Engineering Pvt., Ltd

8. M/S Forbes Marshall Pvt Ltd

9. M/s Globe Engineering Associates

10. M/s Krohne Marshall Pvt Ltd

11. M/s Hydromech Engineers

12. M/s Vega India Level & Pressure Measurement Pvt Ltd.

Page 153: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

152

Annexure –III

Work contract details

Annexure

no

Specification for work contracts Page no

53 Detailed engineering & analysis 153

54 Insulation material fixing works 155

55 Pickling & passivation works 157

56 MS structural fabrication / Arc welding works 159

57 SS TIG welding works with radiography and pipe support

related works

160

58 Tubing related works 164

59 Equipments & pipe lines erection 166

60 Hydro testing / commissioning 169

61 Painting works 170

62 Third Part Inspection (TPI) 172

Page 154: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

153

53.Specifications for Detail Engineering& Analysis

Detail engineering of Isrosene storage & Filling system

A. Scope of the supplier:

• Executing the detail engineering works of new Isrosene storage & filling system. The scope includes the followings :

• Modeling of civil buildings

• Modeling of equipments and interconnecting pipe lines and pipe supports.

• Preparation of equipment layout.

• Preparation of integrated and individual piping layout.

• Bill Of Material generation for pipe fittings , pipe flanges, etc

• Preparation of isometric drawings, pipe segment drawings which will be given to pipe fabricator.

• Preparation of weld joint schedule.

• Stress analysis / Flexural analysis using software for yard pipe lines.

• Working platform for approach to tank nozzles & heat exchangers, Road tanker and Internal Mobile tanker areas.

• All deliverables in the form of drawings/documents.

• The supplier has to provide the complete set of isometric drawings in AutoCAD 2002 format and 3 copies of bound document. One soft copy of total drawings also shall be provided

• The supplier shall use PDMS, Autopipe, CEASER-II or equivalent Software packages for the above works.

• FMECA, Reliability /HAZOP studies also shall be carried out for the entire system and report shall be submitted.

B. Scope of the purchaser:

Purchaser will provide the followings: - Civil building layout of Isrosene storage, stage pressurization room - P & I Diagram of Isrosene filling system - Equipment details

C. Technical specifications:

C1 Piping layout:

• The piping layout showing details like plan, elevation, sections of various segments of the plant shall be supplied.

• Isometric drawings of independent lines showing slope, Bill Of Material (BOM), weld joint schedule shall be supplied.

• The consolidated BOM for complete erection work and joints shall be supplied.

C2 Pipe support:

• The piping support details shall include BOM for structurals and support clamps.

• Columns and ceilings will be provided with embedment plates for deriving pipe supports. Embedment plate details will be provided.

Page 155: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

154

C3 Drain header:

• All headers of Safety Relief Valve (SRV) and Burst Disc (BD) shall have drain point at the lower most point.

• Condensate in the line if any should not enter into the main line, equipments, components, valves etc.

• Drain points from various equipments like tanks, filters, Heat exchangers, pumps, etc shall be connected to drain header and in turn drain header will be connected to the drain tank with slope for gravity draining.

C4 Yard piping:

• Stress analysis / Flexural analysis using software for yard pipelines.

• The support for yard pipe line is designed by purchaser. The load for such pedestals shall be confirmed based on the flexibility analysis.

D. Piping system at Umbilical Tower (UT) :

• Piping circuits will be realized at UT along with the existing systems. Piping

layout and isos shall be generated for these circuits also.

E. Mobile Launch Pedestal (MLP) Circuits:

• MLP is a mobile structural unit. The piping circuits will be realized inside the

MLP. The isos and piping supports details shall be made these systems also.

General conditions:

• The complete work will be reviewed by the purchaser’s engineers at the consultant’s office. Modifications /improvements in the system shall be incorporated in the piping layouts as and when requested. 2 to 4 stages of review shall be required to finalize the layouts.

S.no Description Qty Unit cost Total cost

1 Detailed engineering of the system

Lot * *

2 Analysis of the systems Lot * *

* cost shall be quoted and uploaded in the price bid only.

Page 156: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

155

54. Insulation fixing works on Storage Tanks and pipe lines A. Material required for insulation of tanks : S.No Material description Thickness (mm) Width Qty

1 Aluminium adhesive tape 50 microns 3” 90 rolls

2 SS strip with bolting provision

2.0 1” 1000 kg

3 M8 SS bolts & nuts Length : 200mm 250 nos

4 Number of tanks to be insulated 3

B. Works involved in fixing of insulation slabs over the tank :

• Cleaning of surface area of the tank with water and wipe up the tank with banian clothes.

• Fixing of insulation slabs on circumferential and dish end of the tank by applying the adhesive tape for sealing of the slab joints.

• Fixing the SS strips on insulation slabs as shown in drawing

• Strapping around the insulation (Cylindrical portion): SS Strip size 25 mm width and 3mm thickness strip should be used in four places (for every 1/4 of the perimeter of tank there should be one clamping) with SS nut & bolt (with washer attachment, SS M 8X 200 MM) as shown in drawing

• The distance between each SS strip shall be approximately 1m apart.

• Clamping of SS Strips around the dish end of the tank: SS Strips shall be laid

radially over the dish end portion inter connecting the Circumferential strapping ring with small which is fixed centre of portion.

C. Insulation requirement : S.no Pipe size Length (m) Unit cost Total cost

1 80NB 600 * *

2 100 NB 600 * *

3 125NB 300 * *

4 Storage tanks insulation 3 numbers * *

* cost details shall be quoted and uploaded in the price bid only. D Material required for above pipe insulation:

S.No Material description Thickness (mm)

Width (mm)

1 Aluminum sheets 1.0 As per standard

2 GI strip 1.5 25 and 50

3 Aluminum strip 1.5 25

4 Aluminum adhesive tape 50 microns 50

5 Crimping clamps To suite GI & aluminum strapping

6 Screws To suite aluminium cladding

1000 numbers

E. Insulation work for pipes : • Cleaning of the pipe surface with banian clothe

• Fixing of insulation pipeline section after Painting

• Applying of aluminium adhesive tape

• Strapping of pipeline section with New GI strip with suitable crimping clamp with necessary New GI strip to avoid damage of insulation material

Page 157: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

• Fixing new aluminium cladding with new Screws

• Strapping of aluminium cladding with New aluminium strip with sucrimping clamp

Work Description

Fixing of new Insulation, clamping, joint fixing with aluminium tape, over the insulation &aluminium cladding as per specification

a. Tank Insulation Scheme:

b. Pipe line Insulation Scheme:

Fixing new aluminium cladding with new Screws

Strapping of aluminium cladding with New aluminium strip with su

Size & Quantity

80 NB size Length: 600 Meters OD = 88.9 mm Thickness of Insulation material : 40mm OD of insulation=180 mm

100 NB size length :600 Meters OD = 114.3 mm Thickness of Insulation material : 40mm. OD of insulation=200 mm 125 NB size Length: 300 Meters OD = 141.3 mm Thickness of Insulation material : 40mm OD insulation=230 mm

ank Insulation Scheme:

Pipe line Insulation Scheme:

156

Strapping of aluminium cladding with New aluminium strip with suitable

Page 158: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

157

55. Specification for Pickling & passivation

1. Pickling :This is carried out after mechanical cleaning and degreasing operations to remove all the rusts and scales. Pickling is carried out with a solution containing Hydrofluoric acid and Nitric acid. The composition of the pickling solution and duration of pickling are adjusted after trial test on a sample piece to remove uniformly less than 25 microns thick material. The composition is as follows: HNO3 - 15 to 20% by volume HF - 2 to 5% by volume DM Water - Balance Temperature - Ambient Duration - 2 hours

After pickling, rinsing with ordinary potable water until all the acid traces are removed. The bath solution has to be changed if the level of Iron in the bath reaches 8 grams/liter.

2. Passivation :This is done after the pickling operation, a solution having the following specifications shall be used. HNO3 - 25% by volume DM Water - 75% by volume Temperature - Ambient

Duration of the passivation should be minimum 2 hours. The bath solution has to be analyzed frequently and the bath replenished if the level of iron exceed 5 g/liter. Finally rinsing with demineralised water (conductivity less than 10 micro siemens/cm) is carried out till final rinse water PH is between 6.5 to 7.5 to minimize staining.

3. Checking of chemicals used for pickling & Passivation a) Test for acid after pickling and passivation: After rinsing with water/DM water, the washings shall be checked with methyl

orange indicator until the colour becomes golden yellow. A red colour shows the presence of acid and rinsing shall be continued.

b) Test for fluoride: This shall be done using Zirconium Oxy Chloride solution using Xylenol Orange as indicator. The bleaching of Zirconium Xylenol orange complex will indicates the presence of fluoride.

c) Determination of acid concentration: Pipette out 25 ml of pickling or passivation bath solution into 100 ml flask. Dilute to 100 ml with distilled water, pipette 20 ml of this solution into 250 ml flask and dilute to 100 ml with distilled water. Add 2/3 drops of methyl orange indicator and Titrate against N/2 NaOH contained in a burette. Take reading when colour change from (red to yellow) (pink to yellow).

Percentage of acid = No. of ml X 0.67 d) Estimation of iron: Pipette out 10 ml of solution into a flask and dilute it to

100 ml with distilled water. Pipette 10 ml of dilute solution into flask and add 10 ml of 50% Sulphuric acid.

Titrate against N/10 KMNO4 solution till the pink colour persists for about 15

seconds. Percentage of iron = No. of ml of N/10 KMNO4 X 0.56

e) Inspection after cleaning for the presence of free iron: i) Copper Sulphate Test ii) Ferroxyl test

Page 159: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

158

For all testing, the contractor shall establish a small laboratory facility on his own and all chemicals purchased by the contractor will be subjected to the approval of inspection agency.

5 Drying :The drying is done on Tanks as well as piping to remove water and this is done as given below: Oil free compressed air dew point less than -40 Deg. C is used to purge initially. Purging with dry Nitrogen having Dew point less than -40 Deg. C and free from oil and greases (less than 10 PPM at 60 Deg. C till the moisture level at the exit comes to the inlet concentration value. 6 Sealing :After drying, the pipes/equipments/tanks/pumps should be sealed so that ambient moisture never enters inside. The pipes/equipments/tanks/pumps

tanks are to be pressurized to 0.5 bar with dry N2 gas at -40o C dew point Temperature.

7. General conditions :

• The pipelines after welding & radiography/hydro test will be subjected to pickling & passivation.

• The spool pieces / yard length pipe lines will be subjected to pickling & passivation. The spool pieces shall be pickled & passivated by holding method whereas the yard length line shall be pickled & passivated by holding & circulation method.

• The external & internal surface of the weld joints of the pipe lines are to be pickled & passivated.

• The chemicals, pump, PVC hoses , testing equipments , plastic drums are in the scope of supplier

S.No Description Qty ( m) Unit cost

Total cost

1 Pickling & passivation of pipe lines including chemicals supply, pipe line size : 15NB-40NB

2800 * *

2 50NB-80NB 3500 * *

3 100NB 1500 * *

* cost details shall be quoted and uploaded in the price bid

Page 160: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

159

56 MS structural fabrication / Arc welding works

1.Scope of work : The scope includes the MS structural fabrication of MS pipe supports, structural supports, Working platforms, hand rails and cable tray works 2. Specification : 2.1 Fabrication of MS pipe supports, structural platforms, cable trays shall be carried out by means SMAW welding with arc electrodes of AWS E 7018. 2.2 Drilling and anchoring of pipe supports on floor & wall, welding on wall / floor / roof embedment shall be carried out wherever required and after completing the erection and testing of the piping and equipments. 2.3 The procurement of MS structural materials like angles, channels, cable trays etc., is in the scope of the contractor which is already mentioned in the supply portion of the tender. 2.4All necessary handling, transportation, measuring, cutting, drilling, fabrication are to be carried out by the Contractor.

2.5 Electrodes for Structurals: Size 2.5 mm/3.15 mm, Make (Philips/ESAB/Advani). 3. General conditions: 3.1 Separate ARC welding teams should be available for carrying out the structural fabrication works. 3.2 Experienced welder, fitter and helpers should be available in each team. 3.3 The machineries, grinding wheel/ cutting wheel, drilling machines are in the scope of the supplier and they should be in good conditions. The machineries and consumable will be evaluated by the purchaser before actual use for fabrication works. Gas cutting set & arc welding machine with accessories are in the scope of supplier. 3.4 The supplier has to provide multiple teams based on the requirement to complete the project in time else penalty clause will be imposed..

S.No Description Qty Unit cost

Total cost

1 MS structural fabrication works ; Fabrication of (Arc welding) of platforms, pipe supports & hand rails and anchoring works

100 ton * *

* cost shall be quoted and uploaded in the price bid only.

Page 161: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

160

57. SS TIG Welding / Fabrication and Radiography of weld joints

1 .SCOPE OF WORK:

• Fabrication of Stainless steel piping by butt welding / socket welding.

• All butt weld joints are 100% radiographed. (X ray 2-2T)

• Welding consumables, men & machineries are in the scope of supplier.

• Minor RCC pipe supports for pipe lines, foundation / grouting works excavation and back filling.

• Welding of CS pipes

2. TIG welding:

2.1.The work covers stainless steel welding of SS 304/304L/316/316L butt/socket. 2.2The scope of welding of joints includes all associated works with making each joint including marking, cutting, profiling, aligning, fit up, Tack welding, cleaning, chipping, placement of wind shields and / or weather protection, root and Final welding. 2.3. Argon Gas TIG welding is to be adopted for root pass and subsequent passes. DP test of welds need to be carried out for each weld joint (BW) for root and final pass. The purity of Argon Gas used for TIG welding and purging should be of 99.99%. Cleaning of all welds with SS wire brush for stainless steel materials.

2.4. Only Qualified welder to a Level of 6G as per ASME Sec. IX, will be permitted for carrying out of the welding work. Qualification of welder need to be carried out in the presence of Department representative suiting to the pipe size/schedule requirements. The welder qualification has to be carried out at Sriharikota only. The Fitters / Fabricators / Grinders should be of well Experienced persons.

2.5. It is the responsibility of the supplier to produce sound weld joints. If any, defective of welds are noticed during radiography film review , they have to be rectified by the contractor. 2.6 Dye-Penetrant Test: All welding joints shall be tested with Dye-penetrant test after root pass and final pass welding for both Butt welding and Fillet / Socket welds as per ASME Sec. V.

2.6 Carbon steel pipelines filler material used shall confirm to F-6 of ASME Section IX for root pass by GTAW and for subsequent passes with electrodes confirming to AWS classification E7018.

3.0 SCOPE OF THE SUPPLIER:

3.1 One welding batch includes 6G qualified pipe welder (1 no), Fitter/Fabricator (1 no), Grinder (1 no) & helper (1 no). 3.2 The machineries like TIG welding machine (Portable) with accessories, Grinding machine, welding electrodes are in the scope of supplier

Page 162: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

161

3.3 Consumables:

The consumables such as SS Filler wires (ER SS 308 L / 316 L), electrodes (E 7018 / E 6013), Grinding Wheels, Industrial Gases (Oxygen / Acetylene), Gas cutting set, Argon gas, Dye-Penetrant Test Kit, Argon regulator, Flow Meters, Face shields, Gloves, SS Wire Brush, SS alignment shim plates of various sizes, Emery cloth, etc.,

• SS Filler Wires: Size 1.6 mm / 2.0 mm / 2.5 mm, Make ( Philips / ESAB / Advani). Manufacturers material test certificates shall be produced for approval.

• Electrodes for Structurals: Size 2.5 mm / 3.15 mm, Make (Philips / ESAB / Advani). Manufacturers material test certificates shall be produced for approval.

• Argon Gas cylinder & Oxy / Acetylene cylinders: Grade Commercial, Purity 99.99%, Cylinder Capacity 50 Ltrs, Make (Praxair / Bhoruka / Inox / BOC)

• Dye-Penetrant test Kit Containing cleaner / Penetrant / Developer, Make (Magnaflux / Check Mate)

3.4. Deployment of supervisor:

It is the responsibility of the supplier to depute one experienced supervisor for coordinating the following works at site irrespective of no. of batches.

- Discussion and Finalization of nature of fabrication works with Department Engineers

- Collection and mobilization of required Pipes/Fittings/Consumables etc., - Co-ordination with Quality Assurance/Site Engineers for fabrication, - Deployment of required manpower - Safety precautions

3.5 Deployment of manpower and Machinery:

The purchaser reserves right to Demand for Deployment of multiple batches at a time for the timely completion of project works. Hence the supplier should have capacity to mobilize required number of batches for successful completion of the work.

3.6Mobilization:

The supplier has to mobilize men and machinery including internal mobilization during works by his own arrangement.

3.7. Insurance & Wage:

The contractor shall make insurance for the manpower engaged. A copy of insurance coverage shall be submitted to the department. The contractor has to ensure payment of minimum wages to the manpower engaged as per the recommendations of Wage control Board of Andhra Pradesh.

3.8 Qualification of Butt-Weld Joints :

All butt-welds shall be subjected to 100% Radiographic Examination as per ASME Section-V for a sensitivity of 2-2T. All shop welded joints, and in-situ joints shall be Radiographed by using X-Ray/Gama-Ray. Interpretation of weld joints radiographs shall be done by Department Engineers as per Relevant construction codes such ANSI B 31.3 and ASME-sec-V.

Page 163: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

162

3.9 Evaluation of Machinery and Manpower:

Machinery and manpower shall be subjected to Technical Evaluation by the Department Engineer to ascertain their complete suitability /performance for the jobs described above. Based on this Evaluation clearance shall be given for taking up the actual job.

4. Radiography works :

• The Radiography is required to be carried out in stainless steel pipe line/fittings, in storages, yard, and umbilical tower. The thickness range from 1mm to 10mm . The type of weld joints are pipe to pipe , pipe to fittings, fittings to fittings, etc

• Gamma-ray technique shall be followed

• Image quality (sensitivity) level required for Radiography shall be at least 2% (2-2T) for both X-ray and gamma-ray.

• The Evaluation of Radiography shall be in accordance with ASME Sec-V boiler and pressure vessel code.

• The penetrometer used shall confirm to ASTME 1025/ASTM E747 (or) relevant DIN standards.

• The Radiography film grades of D5 (Agfagevaret) / NDT –55

• (DuPont) and size 5” X 3” shall be used for both X-ray and gamma-ray for pipe line joints.

• Safety code IS 258 is to be strictly followed while carrying – out Radiography.

5. Scope of the Radiography Contract:-

- Mobilization of men and machinery such as X-ray machines, gamma ray source, penetrometer, screens, Films, Developing chemicals, Radiation sign boards, warning Lamps, red flags, survey meter etc. required to carry out Radiography.

- Radiography film processing facility need to be established by the contractor. Alternatively based on availability the existing facilities shall be spared dully authorized by the department based on the request from the supplier.

- Repeat radiography due to rejection of Radiograph owing to bad image quality shall be at the cost of contractor.

- Radiography shall be carried out by qualified technicians (i.e.) minimum level-I of ISNT/ASNT and qualification certificates shall be produced with latest renewal to the department before proceeding to the work.

- For handling Gamma – ray source, the radiographer has to posses valid certificate issued by BARC .

- Necessary clearance has to be obtained from concerned authorities (DAE /BARC) for moving Gamma ray source from the contactor’s work place to Sriharikota, before every visit to Sriharikota.

- Radiography film shall be Evaluated and report shall be submitted by Level II ISNT/ASNT (or) equivalent qualified person/TPI/ Department engineer.

Page 164: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

163

- Radiography shall be carried out during night time only.

- The Radiographer’s who are going to be engaged to carry out the Radiography work should have insurance coverage.

1. Pipe bending works : - The N2 gas lines having line size of ½ ”& 1” can be bent using standard pipe

bending machines . Hence required machinery is in the scope of supplier. - In the liquid lines, no pipe bending is allowed; pipe fittings only shall be

used. 2. Minor civil related works : - During execution of pipe welding works, minor civil related works with

respect to pipe supports, equipments pedestals may be expected. Such RCC pipe supports for pipe lines, foundation / grouting works excavation and back filling is to be carried out as per the site conditions and the requirements.

Schedule of welding works

S.no Description Quantity (nos)

Unit cost

Total cost

1.1 Butt joints by GTAW welding process, DP testing and with 100% Radiography, size of weld joint , ½ ”

1250 * *

1.2 size of weld joint , 1” 560 * *

1.3 size of weld joint , 1 ½ ” 600 * *

1.4 size of weld joint , 2” 1400 * *

1.5 size of weld joint , 3” 1350 * *

1.6 size of weld joint , 4” 600 * *

2 Butt joints by GTAW welding process of CS pipes, DP testing and with 10% Radiography, size of the weld joint : 5” butt weld

100 * *

3.1 Socket Weld joints by GTAW welding process and DP testing , size : ½ ”

50 * *

3.2 size : 1 ” 50 * *

4.1 Bending of pie lines, size : ½ ” (no. of bends) 450 * *

4.2 size : 1 ” (no. of bends) 400 * *

5.1 RCC pipe supports for pipe lines, foundation / grouting Works, excavation and back filling. Supply of RCC-M30 grade (Cu.m)

7 * *

5.2 Supplies of PCC grout cement concrete. (kg) 2250 * *

5.3 Grouting / cementing works of pipe supports (kg) 600 * *

5.4 Supply of Aluminium earth strips & fixing of earthing of equipments& pipe lines in (m)

800 * *

* cost details shall be quoted and uploaded in the price bid only

Page 165: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

164

58. Tubing works for solenoids, actuators, Pressure transmitters, control valves, solenoid cubicles & tube tray works

1. Scope of work: • Command gas (N2 ) supply tubing for electro pneumatic (EP) valves between

actuators and solenoids.

• Command gas supply tubing between solenoids & N2 header

• Command gas supply tubing for control valves.

• Tubing for Pressure transmitter (process instrument) between process pipe & instrument.

• Tube tray fabrication, bunching of tubes with SS wire/clamps.

2. Works involved: A. For electro pneumatic valves : • The tubing works involves cutting, bending, edge preparation without burrs

and with ferrule fittings, the tubes shall be interfaced.

• The tubing works shall be carried out between actuators, solenoids & command gas header pipe lines.

• The solenoid valves are kept in a separate enclosure called cubicles. From the command gas line header to solenoid valves and from solenoid outlet to actuators of EP valves, tubing works to be carried out. Inside the solenoid cubicles , solenoid valves (13 nos) will be fixed and tubing works shall be made for command gas supply with interface adopters.

• The actuators and solenoids are kept apart.

• The tubes shall be interfaced with actuators/ solenoids with suitable interface ferrule fitting adopters/ compression tube fittings.

• The tube & tube shall be interfaced using the union ferrule fittings.

• Wherever unions are used the union joint shall be projected above the tube tray for easy leak check & maintenance.

• For each solenoid cubicle entry one filter also is to be assembled. B. For Pressure Transmitters :

• For the pressure transmitter tubing, the tapping is taken from the process pipe. From the process pipe to PT instrument, tubing is to be carried out similar to EP valves.

C. For control valves :

• For control valves, inlet to smart positioner via small pressure regulator is to be made with tubing between regulator and N2 header line.

D. Tray related works :

• Tubes are to be laid neatly via the trays between actuators & solenoid cubicles.

• The trays are to be cut/ welded / fabricated for the same.

• The tubes are to be bunched together by means of SS clamp / SS wire. (GI wires, MS clamps shall be employed which lead to pitting corrosion of tubes)

Page 166: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

165

Schedule of tubing works

S.no Description Qty Unit cost

Total cost

1 Tubing works for EP valves command supply , Pressure transmitters & control valves , Tube size : 6mm

3000 m * *

2 Command supply tube header works, tube size : 12mm 850 m * *

3 Tube tray welding, cutting , fixing including clamps/ SS wires

2000 kg * *

4 Solenoid cubicles tubing works (Total number of cubicles : 13)

13 nos * *

* cost shall be quoted and uploaded in the price bid only

Page 167: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

166

59. Erection of Equipments, flow components & Pipe lines 1. Scope of works :

• Erection of equipments viz storage tanks, drain tank, drain cum pressurization tank, pumps, heat exchangers.

• Erection of pipe lines .

• Erection of flow components like manual valves, Electro pneumatic valves, control valves as per P & ID with the pipe lines.

2. Erection of tanks / Pressure vessels:

2.1 . The number of tanks to be erected are Storage Tanks (STs) , 60 cu.m capacity, 3 numbers &Drain Tank (DT), 10 cu.m capacity – 1 number &Drain cum Pressurization Tank (DPT), 10 cu.m capacity 1 number.

2.2 The STs and DT are to be erected at Isrosene storage &DPT is to be erected at stage pressurization room, which is 150m away from isrosene storage.

2.3 The storage tanks are to be kept above the ground whereas the DT & DPT are to be kept below the ground level, inside the pit area identified in the storage & SPR area.

2.4 No hook provision is provided in the storage for handling of tank / MS structural steel members. Specific care shall be taken erecting tanks

2.5 If any of the equipment gets damaged during erection, the cost of rectification / replacement shall be recovered from the contractor.

2.6 The alignments, slopes and elevations of tanks are as per purchaser’s requirement.

2.7 For all tanks, foundations / pedestals are available. If concreted pedestals are damaged during handling of tank, the same shall be rectified / built before erection of tanks by the contractor.

3. Erection of Heat exchangers : 3.1 Number of heat exchangers to be erected: 2 numbers. The heat exchangers

are of spiral type. 3.2 The civil pedestals required for mounting the heat exchangers will be

available. 4. Erection of pumps : 4.1 Two numbers of canned motor pumps are to be erected on civil pedestals.

The orientation of pump installation will be informed while erection to meet the process piping requirement.

5. Erection of pipe lines :

5.1 Erection of piping includes doubling of pipes, positioning of completed pipeline segments at required locations as per requirements of piping layouts and instructions of department focal points depending on the site conditions.

Page 168: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

167

5.2 This work includes alignment of pipes maintenance of required slopes, proper fixing of flow components, pipe fittings & instruments and laying such pipelines over structural pipe supports. The work also includes integration of such pipelines with equipment including proper clamping of pipes on such supports.

5.3 After the pipe spool pieces fabrication &qualification, they are to be assembled with flow components & equipments as per the P & ID.

5.4 The yard pipe lines are to be made with proper support over the pipe pedestals.

6. Erection of flow components :

6.1 The manual valves, EP valves, control valves will be provided by the

purchaser as free issue materials. The quantity of valves to be erected is as per the P & ID.

6.2 The items procured and supplied by the contractor like safety relief valves, pressure gauges , burst disc holders, etc are to be assembled with the piping system as per the P & ID.

6.3 Hence as per P & ID, end to end system is to be made with all the flow components & piping system.

7. General conditions :

7.1 Transportation & Material Handling:

The necessary items for erection of equipments like wood logs, temporary structures, riggers, tools and tackles, wire ropes, D-shackles, cranes are in the scope of supplier. However department may provide the material handling support on chargeable basis subject to availability. The approximate dept rates at present are:

Material Handling systems Rates per hour

130 T Crane 14000 Rs/Hr

TL crane (10T) 2500 Rs/Hr

Hydra (10T) 1400 Rs/hr

Gold Hoffer Trailer 1700 Rs/hr

Volvo Hauler 1300 Rs/Hr

Support subject to availability.

The Transport vehicles required for movement of contract personnel from /to work site including internal movement within site is in the scope of contractor only.

7.2 All tanks and the pipelines shall be earthed through Aluminium conductors of size 25 X 3mm thick as required at site.

7.3 The tools & spanners of different sizes required for flow component

assembly with pipe lines and equipments is in the scope of contractor.

Page 169: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

168

Schedule of erection works S.No Description Qty Unit

weight (t)

Total weight (t)

Unit cost

Total cost

A. Erection of equipment Equipments 1 Erection of storage tanks, drain

tank & pumps and 3Nos 15 45 * *

2 Erection of drain tank 1 no 6 6 * *

3 Erection of drain cum pressurization tank

1 no 6 6 * *

4 Erection of heat exchangers 2 nos 4 8 * *

5 Erection of pumps 2 nos 1 * *

6 Aluminium strip for earthing of equipments (25 x 3mm thick)

500 kg * *

B. Erection of pipe lines & Flow components 7 Erection of pipe lines 15NB-40NB 2500 m * *

8 Erection of pipe lines 50NB-80NB 2500 m * *

9 Erection of pipe lines 100/125NB 1250 m * *

10 Installation of flow components upto size 2” (Mechanical & instrumentation elements) as per P & ID (P & ID is enclosed)

Lot * *

11 Installation of flow components size 3” & 4” (Mechanical & instrumentation elements) as per P & ID (P & ID is enclosed)

lot * *

* cost shall be quoted and uploaded in the price bid only

Page 170: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

169

60. Hydro testing of welded pipe lengths & Commissioning A. Scope of work :

• Hydro testing of welded pipe lengths / spool pieces with pipe fittings and flanges.

• Assembly flow components/ pipe spools with gaskets

• Commissioning of the system including dew point checks, leak checks.

B. Hydro testing

• Hydrostatic / Pneumatic leak checks on completed piping segments shall be carried out at defined pressure rating as informed by the department personnel. Hydrostatic test shall be carried out with DM water (water will be free issue by Department).

• The items required for hydro test like hydro test pump, calibrated pressure gauges, blinds etc are in the scope of supplier.

Sequence of Testing for SS Pipelines:

• Flushing of piping segments with DM water.

• Hydro test as per department specified pressures.

• Flushing of all circuits with DM water.

• Replacement of test gaskets with actual gaskets (free issue by dept).

• Purging of all circuits with dry / N2/ gas with requisite dew point.

• Cleanliness check of fluid circuits.

• Pneumatic leak test of the total system as an integrated system ready for process functional checks at operating conditions.

Commissioning of the system : • The total system shall be commissioned end to end to meet the

purchaser’s requirement.

• Commissioning includes assembly of flow components with gaskets. The joints shall be tightened by SS studs with required torque.

• The total system shall be leak checked with N2 gas at operating pressure condition.

• All the flow components shall be functional tested.

• After the satisfactory performance of leak testing& flow components testing, the system will be subjected to actual working fluid (Isrosene).

• The pumps, heat exchangers will be checked for its performance to meet the requirements.

• The total system is subjected to test & evaluation as per department procedure. Supplier also shall involve during such activities.

• The system will be declared as commissioned after fluid mock up trials as per department scope to meet stage servicing requirements.

S.No Description Qty Unit cost

Total cost

1 Hydro testing of pipe lines after welding/radiography , pipe size 15NB-40NB

2500 m * *

2 Hydro testing of pipe lines after welding/radiography , pipe size 50NB-80NB

2500 * *

3 Hydro testing of pipe lines after welding/radiography , pipe size 125NB

1250 * *

* cost details shall be quoted and uploaded in the price bid only.

Page 171: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

170

61. Painting works A. Scope of work :

• Painting of equipments& pipe lines.

• Painting of structural items & hand rails

• Tag numbering of flow components

• Painting of pipe line numbers / designation

B. Painting of all equipments/pipe lines: • The paints to be applied are special type (epoxy paints) i.e. two component

paints. Both the components (3:1 ratio) are to be mixed and applied immediately on mixing. All the surfaces shall be applied with one coat of primer & one coat of finish coat.

• In order to protect the surface of the pie lines and equipments from rust and dry coastal saline weather, application of primer and finish coat paint shall be carried out.

• The metal surface shall be cleaned thoroughly for surface preparation with Stainless Steel brushes.

• A high build epoxy primer suitable for Stainless Steel surface of 120 +/- 10 micron Dry Film Thickness (DFT) followed by a finish coat of aliphatic / acrylic, polyurethane finish paint of 40 microns DFT shall be applied so that the total DFT achieved will be 150 +/- 10 microns. The tag numbering of pipelines and flow components shall be written at appropriate places as per P & I diagram. All paints and necessary consumables fall under the scope of the contractor.

• For tanks and equipments spary painting shall be employed. The spary gun is in the scope of supplier. The source of N2 gas will be provided by the department.

C Painting of Structures/platforms/hand rails/cable trays:

• Painting of MS pipe Supports/Structures, platforms and cable tray work includes surface preparation, mixing and application of paints.

• Primer & Final coat as per required thickness. All paints and necessary consumables fall under the scope of the contractor.

Painting Scheme shall be followed given below: - Epoxy mastic coating : 120 - 130 microns - Aliphatic Polyurethane : 30 - 40 microns Total Dry film thickness : 150 +/- 10 microns

C. Colour scheme: The colour code scheme for liquid lines, N2 gas lines, vapour lines, etc will be provided by purchaser at the time of painting works and in general as per relevant Indian standards and which will be applicable for final coat.

D. Tag numbering / Pipe line numbering : Numbers are to be painted on the pipelines using white synthetic enamel paint on a black back ground painted surface as follows:

1234-QD-SK-50-D1C 35

350

Page 172: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

171

Height, width & thickness of letters/numbers are 25, 50 & 5 mm respectively. One set consists of numbering with white enamel on a black background. Black background is to be painted prior to numbering with stencils. E. General conditions : • Experienced painters shall be employed.

• Spary painting / manual brush mode painting shall be employed.

• While painting uniform DFT shall be maintained.

• The brushes, waste/ cotton cloths ,spary gun are in the scope of supplier.

• Paint / Thinner should not be wasted.

• Tag numbering / pipe line numbers will be provided at the time of painting works. However the quantity of items are given below :

S.no Description Qty(m) Unit

cost Total cost

1 Painting of SS pipe lines of size 15NB-40NB(length)

5000 * *

2 Painting of SS pipe lines of size 5ONB-80NB(length)

2500 * *

3 Painting of SS pipe lines of size 100NB/125 NB(length)

2500 * *

4 Spray painting of SS storage tanks (sq.m) 800 * *

5 Painting of MS structurals, channels and flats of size less than 75mm (length)

1500 * *

6 Painting of MS structurals, channels and flats of size 80 to 150mm (length)

1000 * *

7 Painting of hand rails (length) 3500 * *

8 Tag numbering.(Max. letters-8) (sets) 2000 * *

9 Line numbering.(Max. letters- 26) (sets) 2000 * *

* The cost details shall be filled and uploaded along with the price bid only

ABCD - 456 7 35

200

Page 173: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

172

62 Third Party Inspection (TPI) scope

The supplier has to employ any of the following TPI for overall certification of the system.

• Lloyds Register Industrial Services Pvt Ltd (LRIS)

• Det-Norske Veritas (DNV)

• Technischer Uberwachungs Verein (TUV)

• Beaurea Veritas (BV ) Scope of TPI: The surveyor employed by the contractor as TPI has to execute the following activities at Sriharikota: 1. The test packs of the bought out items / supply portion of the items shall be verified and cleared for usage. However during manufacturing of the items (like pipes ) if already TPI involved for such items (hired by the manufacturer of the item), test packs need not be reviewed by the surveyor. 2. The results of detailed engineering and the reports submitted on stress analysis / HAZOP/Reliability /FMECA shall be reviewed and cleared by TPI. 3. The welder qualification at SDSC SHAR shall be certified by the TPI. The WPS/PQR shall be approved by the TPI 4. The erection of static & rotary equipments shall be verified by the TPI (Procedure, alignment, anchoring, fixing, slope maintenance, grouting etc.) 5. The radiography film review, hydro test witnessing, pipe support verification, clamping of pipes, assembly of flow components, pickling & passivation of weld joints, insulation of tanks & pipe lines, painting scheme shall be witnessed and cleared by the TPI. 6. The TPI has to verify and certify for the end to end realization of the system as per P & ID. 7. The TPI shall verify and certify for the assembly of all flow components and process instruments with gaskets in all flange joints and tightening with studs & required torque without leak. 8. The total boxing up of the system shall be certified by the TPI. 9. TPI shall participate during commissioning of the system for handing over Approximate mandays required: 50 days. S.no Description Qty Unit cost Total cost

1 TPI services 50 mandays * *

* cost details shall be quoted and uploaded in the price bid

Page 174: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,
Page 175: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,
Page 176: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

Isrosene storage layout

Page 177: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,
Page 178: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

SC120

PressurizationSystem

Fil

l/dr

ain

Lin

e PropellantReturn Line

1 2 3 Storage Tanks

4 5

2 3

7 8

7 8 Spiral Heat Exchangers

Vap

our

phas

e L

ine

Isrosene pressurization tank

1

Flo

w C

ontr

ol M

odul

es

4 5 Propellant pumps

MLP

to Storage

STORAGE

UT

STAGE PRESSURIZATION ROOM

Schematic diagram of SC120 stage Isrosene Filling

Propellant line terminationsat UT 3m level

Isrosene

LOX

DRAIN TANK

MFMs

Vent stack pipe

Purge out line / Vent line

Flexible Hose

Note : Distance between storage and stage pressurization room area approx. 150m and SPR to UT : 250m and UT to MLP : 12m distance

Page 179: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

Sl.No Mechanical Items Probable source

1 Pipes • Ratnamani metals & tubes ltd.

• REMI Edelstahl tubular ltd. • Ratnadeep metal & tubes ltd. • Sandvick asia. • Nuclear fuel complex.

2 Tubes

3 Pipe flanges • Sanghvi Forging & engineering ltd • Sawan engineers pvt ltd • Rajmani fittings pvt ltd

• Rajendra Industrail corporation • RD Forge. • Gujarat Infra pipes (p) ltd.

4 Pipe fittings • Sawan Engineers pvt ltd • Rajmani fittings pvt ltd

• Gujarat infra pipes pvt ltd • Rajendra Industrial corporation • Mechwell fittings

5 Gauge shut off valves / two way manifold valves

Thompson/Parker/Swagelok / Butech

6 Safety Relief valves & spares Anderson greenwood Crosby sanmar

7 Filter housings • Perfect engineering, Baroda • Sahkthi hi-teck , Chennai • Mabel engineers, Chennai

8 Pressure gauges Wika /Fiebig / Mass (Precision mass products)

9 Wafer type check valves Crane

10 Piston type check valves Orseal / Hyper valve (Industrial enterprises).

11 Burst discs, BD heads/holders & cap screws

BS & B Safety systems, Chennai,

12 Paints Grand Polycot, Asian, Berger, Nerolac (High buit epox paint)

13 SS spiral wound Teflon gaskets IGP/MIP/ Uniklinger/

14 Magnetic level indicators for Tanks

KROHNE SAS, FRANCE

15 Phenotherm (Poly Urethane Foam –PUF) insulation materials for tanks and pipe lines

Bakelite Hylam, Hyderabad

16 Compression type ferrule tube fittings

Parker

17 SS studs with washers & nuts • Venkatewara Industries, Chennai • Mechwell fittings , Ahmedabad

• Tec aero devices, Hyderabad • Lee hydraulics, Hyderabad • Dabir Industries , Thane • VK technical works, Hyderabad.

Page 180: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

18 SS U clamps with shim plate and lock nuts

• Venkatewara Industries, Chennai • Mechwell fittings , Ahmedabad

• Tec aero devices, Hyderabad • Lee hydraulics, Hyderabad • Dabir Industries, Thane • VK technical works, Hyderabad

19 Foundation bolts

20 Pressure regulators with filters & fittings

IMF, France /IMF Norgren

21 SS Nitrogen gas accumulators-30 Ltrs. capacity & knock out drum

• Perfect engineering, Baroda • Sahkthi hi-teck , Chennai • Mabel engineers, Chennai • L & T , Mumbai

• Lloyds, Mumbai

22 SS mesh type pleated filter elements

• Ultra filter India (p) ltd, Bangalore • Novintec, France • Aerospace solutions, Bangalore. • Hawaii Heiblian filters

23 MS structural items (Angles, channels, plates, etc)

TATA/SAIL/TISCO/VIZAG/Jindal

24 SS machined adopters & flame arrestor

• Dabir industries, Thane • Venkateswara Industries,Chennai • Lakshmi Machine Tools, Coimbatore

• MTAR technology, Hyderabad • VK technical works, Hyderabad

Page 181: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR

Welcome, Materials Master (isro)31 August 2017,

17:16:08 IST

MAIN VIEW HELP

Preview For STANDARD TERMS AND CONDITIONS

Page Destination: Tender Header Format Type : Normal

. :

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTRE

PURCHASE DIVISION

Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-Mail ID : [email protected], [email protected], [email protected]

STANDARD TERMS & CONDITIONS

1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.

2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-

1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid

In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part

tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below

GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017

TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.

This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be

furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.

9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank

Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.

Page 1 of 3

Page 182: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till

completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.

13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.

15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and

commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.

19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS

The Tenderer should submit the following documents/information while quoting:- a)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. b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual

interest in the business. c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.

e)Compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.

b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. GST as applicable d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.

e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable.

1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices

4.GST Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS

The following tenders shall be summarily rejected from the procurement process a.Tenders received from vendors who have not qualified in terms of their registration. b.Tenders received against publishing of a limited tender in the CPP portal.

c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.Unsolicited tenders from vendors. e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.

f.The tenders which are not accompanied by the prescribed Earnest Money Deposit. g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.The validity of the tenders is shorter than the period specified in the tender enquiry.

i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.

Page 2 of 3

Page 183: REQUEST FOR PROPOSAL - isro.gov.in · The Department hereby issues the Request for Proposal (RFP) document to the Capable Bidders. The Department, if necessary at their own discretion,

k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).

l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.

Page 3 of 3