You are on page 1of 79

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE
ISRO SATELLITE CENTRE (ISAC)
ISAC/PUBLIC TENDER NOTICE NO. 21 25
th
November, 2013
On behalf of President of India, Head, Purchase & Stores, ISRO Satellite Centre [ISAC], HAL Airport Road,
Vimanapura Post, Bangalore 560 017, invites tender through e-procurement, for the following:

SINGLE PART TENDER


SL
NO

TENDER
REFERENCE

BRIEF DESCRIPTION



TENDER FEE
INCL OF SALES
TAX

01 ISAC/IR-2013-000-139 INTEGRATED CIRCUITS-5962R0051701VCA

Rs. 229/-

02
ISAC/IR-2013-000-150 KA-BAND DRIVER AMPLIFIER

Rs. 229/-

03 ISAC/IR-2013-000-221 32K8 PROM

Rs. 229/-

04 ISAC/IR-2013-000-274 FEMALE (SOCKET) CRIMP CONTACTS

Rs. 229/-

05 ISAC/IR-2013-000-306 HI-REL RELAYS GP5-700

Rs. 229/-

TWO PART TENDER


06 ISAC/GE-2013-000-189

NEA MAKE BATTERY CELL BYPASS SWITCHES P/N
8023-4

Rs. 229/-

07 ISAC/CE-2013-000-255 ENGINEERING GRADE 512K4O SRAM

Rs. 229/-


08
ISAC/CE-2013-000-256 ENGINEERING GRADE 512K40 EEPROM

Rs. 229/-

09
ISAC/GE-2013-000-267 RF SPDT SWITCH

Rs. 229/-


10
ISAC/IR-2013-000-285

SUPPLY AND INSTALLATION AND
COMMISSIONING OF CNC EDM WIRE CUT
MACHINE

Rs. 229/-

TIME LIMIT FOR DOWNLOAD OF TENDER DOCUMENTS
SL NO. 01 TO 10 : UP TO 10
TH
JANUARY 2014 AT 14.00HRS (IST)



TIME LIMIT FOR SUBMISSION OF BID
SL NO. 01 TO 10 : UP TO 10
TH
JANUARY 2014 AT 16.00 HRS (IST)



BID OPENING DATE
SL NO. 01 TO 10 : 20
TH
JANUARY 2014 AT 10.00 HRS (IST)

Interested tenderers having valid Digital Signature Certificate [DSC] may, at their option, login to
https://eprocure.isro.gov.in and submit offers through online.

Tenders will be opened in presence of attending Tenderers or their authorized representatives on production
of valid authorisation letter. Tender documents can also be downloaded from www.isro.gov.in



Sd/-
Head, Purchase & Stores







INSTRUCTIONS TO E-PROCUREMENT TENDERS

1) ISRO Satellite Centre [ISAC] has implemented e-tender system for ONLINE
tenders. ISAC inites offers thro!"h e-tender portal https#$$e-
pro%!re.isro."o.in for the s!pply of items. &he s!ppliers need to "et enrolled
in the e-tender portal to a%%ess tender and s!'mit their offer online. (endors
need to hae )i"ital Si"nat!re Certifi%ate as detailed on o!r e-portal and
%orporate e-mail I) to re"ister on the a'oe portal. Only online tenders *ill 'e
a%%epted. No +an!al$,ostal$%o!rier$e-mail$-a. offers *ill 'e entertained. No
+an!al tender do%!ment *ill 'e iss!ed 'y ISAC.

/) Interested tenderers may0 at their option0 lo"in to https#$$epro%!re.isro."o.in
and s!'mit offers alon" *ith pres%ri'ed tender %ost.

1) &ender fee shall 'e paya'le only in the form of 'an2 draft dra*n in fao!r of
A%%o!nts Offi%er0 ISRO Satellite Centre0 paya'le at 3an"alore. No other mode
of payment for tender fee is a%%epta'le.

4) )) sho!ld not 'e dated prior to the date of adertisement. Separate )emand
)raft shall 'e sent for ea%h tender.

5) Cost of tender in the form of )emand )raft sho!ld 'e sent 'efore the d!e
date and time of &ender Closin" as per the tender s%hed!le in the portal 'y
post$%o!rier s!pers%ri'in" the enelope *ith &ender No and )!e date. And
&enderers$ -irm6s Name and &ender N!m'er Shall 'e indi%ated on the
reerse side of the )).

7) )) sho!ld rea%h ISRO Satellite Centre0 8AL Airport Road0 (imanap!ra ,ost0
3an"alore 9 57: :1;. &enderers may %onta%t ,!r%hase < Stores Offi%er0 ISAC
on telephone No. :=:-/5:=4:1: to %onfirm the re%eipt of demand draft 'efore
the 'id openin" date.

;) >!otations re%eied *itho!t payment of tender fee *ill 'e re?e%ted.

=) ISAC0 3an"alore *ill not 'e responsi'le for any postal delays$loss of )emand
)raft.

@) Ao!r B!otation sho!ld 'e alid for 1/: days from the date of openin" of the
tender.

1:) O!r &ender EnB!iry %ontains te%hni%al reB!irements and spe%ifi%ation. &he
detailed te%hni%al spe%ifi%ation of yo!r offer sho!ld 'e %oered in &e%hni%al
3id.

11) In the %ase of &*o part tender no ,ri%e details sho!ld 'e dis%losed in the
&e%hni%al 3id. In %ase0 ,ri%e details are mentioned0 the same *ill 'e re?e%ted.
&he &e%hni%al do%!ments need to 'e atta%hed online as a sin"le ,)- file
*itho!t any pri%e information.

1/) Spe%ifi%ation# Stores offered sho!ld stri%tly %onform to o!r spe%ifi%ation.
)eiations0 if any0 sho!ld 'e %learly indi%ated 'y the tenderer in their
B!otation. &he tenderer sho!ld also indi%ate the ma2e $ &ype n!m'er of the
stores offered and proide %atalo"!es0 te%hni%al literat!re0 and samples0
*hereer ne%essary alon" *ith the B!otations. &est Certifi%ates *hereer
ne%essary sho!ld 'e for*arded alon" *ith S!pplies. Cheneer options are
%alled for and spe%ifi%ally mentioned 'y !s0 the tenderer %o!ld s!""est
%han"es to spe%ifi%ations *ith appropriate response for the same.

11) In %ase of &*o ,art &ender0 Commer%ial &erms to 'e %oered in this first ,art
are )eliery &erms as per DINCO&ER+S)0 )eliery period0 ,ayment &erms
D*itho!t mentionin" the pri%e or amo!nt)0 a%%eptan%e of 3an2 Char"es
paya'le o!tside India0 Chether items needs E.port Li%en%e0 (alidity of the
Offer0 Carranty$E!arantee0 ,erforman%e E!arantee0 LiB!idated )ama"es Dfor
delayed s!pplies) and All aaila'le te%hni%al literat!re0 %atalo"!es and other
data in s!pport of the spe%ifi%ations and details of the items et%0 *hi%h hae
to 'e filled !p on line.

14) ,ri%es are reB!ired to 'e B!oted a%%ordin" to the !nits indi%ated.

15) &he B!ote sho!ld indi%ate B!antity*ise !nit rate separately *hi%h hae to 'e
filled online. &he ,ri%es are to 'e mentioned 'oth in fi"!res as *ell as in
*ords. Chere there is differen%e 'et*een amo!nts B!oted in *ords and
fi"!res0 the amo!nt B!oted in *ords shall preail. &he ta.es0 d!ties et% are to
'e %al%!lated and indi%ated in the %ol!mn proided in online forms e.pli%itly.

17) In order to aail of the 'enefits e.tended 'y Eoernment of India to the +i%ro
and Small Se%tors0 please atta%h %opy of the alid Entreprene!r
+emorand!m ,art II si"ned 'y the Eeneral +ana"er0 )istri%t Ind!stries
Centre or NSIC Re"istration Certifi%ate alon" *ith yo!r offer as a ,)- file
thro!"h online.

1;) &he do%!ment soli%ited from endor sho!ld 'e s!'mitted online. )o%!ment
has to 'e a sin"le ,)- file and atta%h online.

1=) Indian a"ents *hile B!otin" on 'ehalf of their prin%ipals are reB!ested to
atta%h ne%essary a!thoriFation letter [,)- file] from their ,rin%ipals.

1@) &he endors are reB!ested to s!'mit the 'ids online at least t*o days prior to
%losin" date to aoid last min!te %omp!ter net*or2 related pro'lems. ReB!est
for the e.tension of the d!e date *ill not 'e %onsidered.

/:) On%e the offer is s!'mitted in online mode 'y the endor0 he *ill not 'e a'le
to proide reised offer

/1) ISAC reseres the ri"ht to a%%ept or re?e%t any 'id in part or f!ll *itho!t
assi"nin" any reason thereof.

//) &he e.a%t date and time of openin" of pri%e 'id of s!%%essf!l tenderers *ill 'e
intimated later.

/1) &he te%hni%al 'id $ %ommer%ial 'id openin" date and time indi%ated is
tentatie. &here may 'e %han"es $ delay d!e to Net*or2$ Comp!ter Serer
related pro'lems and the tender openin" may "et delayed 'y one or t*o days.

/4) &he s!ppliers hae to proide the Open A!thoriFation as per s%hed!le
defined. &heir 'ids *ill not 'e alid if this is not s!'mitted online 'efore the
Open a!thoriFation %losin" date.

/5) All endors sho!ld re"!larly see the e-mail 'ein" sent from e-pro%!rement
portal for initiatin" appropriate a%tion.


D1) In %ase of &*o part tender. ,lease do not atta%h pri%e details in pdf or in
any form alon" *ith te%hni%al 'id. If so0 offer shall 'e re?e%ted. D/) All
information in (endor Spe%ified &erms shall 'e proided *itho!t fail to aoid
!nne%essary %orresponden%e $ delay in pro%ess. D1) A )emand )raft for Rs.
//@$- may 'e dra*n in fao!r of A%%o!nts Offi%er0 ISRO Satellite Centre0
8AL Airport Road0 (imanap!ra ,ost0 3an"alore 9 57: :1;. &he same sho!ld
rea%h 'efore te%hni%al 'id openin" date and time *itho!t fail.






































INSTRUCTIONS TO TENDERERS AND GENERAL TERMS AND
CONDITIONS

Chapter 1


1.0 Instructions to Tenderers:

1.1 Bids will not be considered after the due date and time.
1.2 ISRO Satellite Centre [ISAC], Bangalore will not be responsible for non receipt of tender[s]/offer[s]; any
postal delays/loss of tender documents in transit. ISAC reserves the right to accept or reject any of the
tender in full or part without assigning any reason thereof.
1.3.1 Public Tender documents will be hosted shortly on ISRO Web site of www.isro.gov.in. Interested
tenderers may, at their option, download the tender documents from website and submit offers along with
prescribed Tender Fee (in the form of Bank Draft) as per details in the Tender Notification. The Demand
Draft towards Tender Fee should be sent along with Technical Bid only. At the time of opening tender, if
the offer does not contain tender fee in the Technical Bid, the same will be treated as incomplete and such
offer[s] will be rejected.

1.4 Tender fee shall be payable only in the form of Bank Draft [DD] drawn in favour of Accounts Officer, ISRO
Satellite Centre, payable at Bangalore. No other mode of payment for tender fee is acceptable.

1.5 In case of Public Tender/Expression of Interest, Quotations received without payment of prescribed
Tender Fee will not be considered.

1.6 Tenderers/Firms Name and Tender Number shall be indicated on the reverse side of the Demand
Draft/Bank Draft.

1.7 The Demand Draft/Bank Draft for the Tender Fee should not be dated prior to the date of Publication
Public Tender Notification.

1.8 Tenderers can also procure the Tender Documents from Purchase & Stores Officer, ISRO Satellite
Centre, P.B.No.1795, Old Airport Road, Vimanapura Post, Bangalore 560 017, on all working days
between 10.00 Hrs to 16.00 Hrs IST on payment of prescribed Tender Fee by way of Demand Draft/Bank
Draft.

1.9 While requesting for Tender Documents by post, please do not superscribe Tender Number and Due Date
on the envelope. Please indicate Request for Tender Documents.

1.10 If tender opening date happens to be on an unidentified Holiday due to Force Majeure, such tender(s)
shall be opened on the next working day.

1.11 The Tenderers should submit quotations in a sealed envelope, superscribing the Tender Number and Due
Date of opening. The Tender shall be complete in all respects with technical specifications, including
pamphlets and catalogues. If the Quotations are sent by Fax/E-mail, confirmatory copy has to be sent
necessarily. However, Fax/ E-mail quotations will not be accepted in respect of Public Tenders unless
otherwise specified.

1.12 The facility of Inter-State Purchases by Government Department against Form-D stands withdrawn w.e.f.
from 01.04.2007. As such, Tenderers are requested to indicate the percentage of Sales Tax applicable
without any concession.

1.13 Sales Tax and/or Other Duties/Levies where legally leviable and intended to be claimed should be
distinctly shown separately in the Tender.

1.14 As a Government of India Department, this office will issue necessary Declaration/Certificate to release
the goods free from Octroi. Tenderers shall ensure that necessary certificates are obtained by them from
ISRO Satellite Centre, Bengaluru to avoid any payment of such levies.

1.15 Prices are required to be quoted according to the units indicated.


1.16 All available technical literature, catalogues and other data in support of the specifications and details of
the items should be furnished along with the offer.

1.17 Samples, if called for, should be submitted free of charges by the tenders and the Purchaser shall not be
responsible for any loss or damages thereof, due to any reason whatsoever. In the event of non
acceptance of tender, the tenderer will have to remove the samples at his own expenses.

1.18 Approximate Net and Gross weight of the items offered shall be indicated in your offer. If dimensional
details are available the same should also be indicated in your offer.

1.19 Specifications: Stores offered should strictly conform to our Specifications, Deviations, if any, should be
clearly indicated by the tenderer in their quotation. The tender should also indicate the Make/Type number
of the Stores offered and provide catalogues, technical literature, and samples, wherever necessary along
with the quotations. Test Certificate wherever necessary should be forwarded along with Supplies.
Whenever options are called for in our Specifications, the tenderer should address all such options.
Wherever specifically mentioned by us, the tenderer could suggest changes to specifications with
appropriate justification for the same.

1.20 The Purchaser shall be under no obligations to accept the lowest or any tender and reserve the right of
acceptance of the whole or any part of the tender or portion of the quantity offered and the tenderers shall
supply the same at the rates quoted.

1.21 All amounts shall be indicated both in words as well as in figures. Where there is difference between
amount quoted in words and figures, the amount quoted in words shall prevail over the amount mentioned
in figures

1.22 The tenderer should supply along with his tender the name of his Bankers, if required by the Purchaser.

1.23 The Purchaser reserves the right to place order on the successful tenderers for additional quantity at the
rates quoted.









































Chapter 2

2.0 Terms and Conditions:

2.1 Definitions:

(a) The term Purchaser shall mean the President of India or his successors or assigns.

(b) The term Contractor shall mean the person, firm or company, with whom or with which the Order for
the supply of Stores is placed and shall be deemed to include the Contractors
Successors/Representative, Heirs, Executors and Administrators unless excluded by the Contract.

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an
officer duly authorized intimating the acceptance on behalf of the Purchaser on the terms and
condition mentioned or referred to in the said communication accepting the Tender or offer of the
Contractor for supply of Stores or plant, machinery or part thereof.

(d) The term Stores shall mean what the Contractor agrees to supply under the Contract as specified in
the Purchase Order including erection of plants and machinery and subsequent testing should such a
condition be included in the Purchase Order.

3.0 Prices:

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

4.0 Terms of Payment in case of Overseas Supplier[s]:

4.1 Being a Government of India Department, the normal terms of payment are by Sight Draft [SD]. However,
other terms of payment like establishment of Letter of Credit [LC] may be considered by the Purchaser on
such terms and conditions as may be agreed upon.

4.2 The Sight Draft/Letter of Credit will be operative on presentation of the following documents:
(a) Original Bill of Lading/Airway Bill.
(b) Commercially certified Invoices describing the Stores delivered, quantity unit rate and their total value
in triplicate. The Invoice should indicate the discounts, if any and Agency Commission separately.
(c) Packing list showing individual Dimensions and Weight of the Packages.
(d) Country of Origin Certificate can be declared on the Invoice.
(e) Test Certificate.
(f) Declaration by the Seller that the Contents in each case are not less than those entered in the
Invoices and the quality of the Stores are guaranteed as per the specification asked by the Purchaser.
(g) Warranty and Guarantee Certificates vide Clause 24.


4.3 Packing:

(a) The Contractor wherever applicable shall pack and crate all Stores for Sea/Air shipment as applicable
in a manner suitable for export to a tropical humid climate, in accordance with Internationally accepted
Export practices and in such a manner so as to protect it from damages and deteriorations in transit
by Road, Rail or Sea for Space qualified Stores. The Contractors shall be held responsible for all
damages due to improper packing.

(b) The Contractor shall ensure that each Box/Unit of shipments are legible and properly marked for
correct identification. The failure to comply with this requirement shall make the contractor liable for
additional expenses involved.

(c) The Contractor shall notify the Purchaser of the date of shipment from the Port of Embarkation as well
as the expected date of arrival of such shipment at the designated Port of Arrival.

(d) The Contractor shall give complete shipment information concerning the weight, size, content of each
packages etc.,

(e) Transshipment of equipments shall not be permitted except with written permission of Purchaser.

(f) Apart from the despatch documents negotiated through Bank, the following document shall also be
airmailed to the Purchaser within 7 days from the date of shipment by Sea and within 3 days in case
of Air Consignment:

a. Commercial Bill of Lading/Air Way Bill, Post Parcel Receipt (two non-negotiable copies).
b. Invoice (3 copies).
c. Packing List (3 copies).
d. Test Certificates (3 copies).
e. Certificate of Origin as declared in the Invoice.
f. Warranty/Guarantee Certificate

Contractor shall also ensure that one copy of the Packing List is enclosed in each case/box.


5.0 Terms of Payment in case of Indigenous Supplier[s]:

Contractor [s] Bill will be passed for payment only after the Stores have been received, inspected and
accepted by the Purchaser. Normally payment will be made for the accepted Stores within 30 days from
the date of receipt and acceptance of the material at ISAC.


6.0 Import Licence:

All Imports are being covered under Free Importability under Para 2.1 of Chapter 2 of EXIM Policy 2009-
2014 of Government of India. No separate Import License is required. If it is required subsequently,
Department will obtain necessary Import License. Similarly, if Export License is required, the Tenderer[s]
shall mention the same while submitting the offer.


7.0 Address of Indian Agent:

[In case of the overseas Supplier, please mention the Name and complete Postal Address of their Indian
Agent with necessary details on Type of Relationship, Proof of Certificate if any].

8.0 Guaranteed Time of Delivery:

The time for and the date of delivery of Stores will be deemed to be the essence of the Purchase
Order/Contract failing which Purchaser reserves the right to Cancel the Order/Contract at his discretion.

9.0 Inspection and Acceptance Tests:

9.1 The Purchasers representatives shall also be entitled at all reasonable times during manufacture to
Inspect examine and test at the Contractors premises, the material and workmanship of all Stores to be
supplied under this contract and if part of the said Stores is being manufactured on other premises, the
Contractor shall obtain the Purchasers representative permission to inspect, examine and test and shall
not release the Contractor from the obligations under this Contract.

9.2 For tests on the premises of the Contractor or any of his sub-contractors, the Contractor shall Provide Free
of Cost Assistance, Labour, Materials, Electricity, Fuel and Instruments as may be required or as may be
reasonably needed by the Purchasers representative to carry out the tests efficiently.

9.3 When the Stores have passed the specified test, the Purchasers representative shall furnish a certificate
to this effect in writing to the contractor. The contractor shall provide copies of Test Certificate to the
Purchaser as may be required.

10.0 Bank Guarantee towards Free Issue Materials (FIM):

The successfull Tenderers shall furnish Bank Guarantee (BG) towards the cost of Free Issue Materials
issued by Purchaser towards adequate Security for the FIM for the execution of the Contract. The BG is
to be kept valid till supply and acceptance of the final product.

10.1 In the case of Public Sector Undertaking and Government Organization, Indemnity Bond [IB] together with
Insurance shall be considered.

10.2 For Fabrication of items, the supplier should quote the rates considering the Scrap Materials generated
and taken over by Supplier.



11.0 Mode of Despatch:

Generally, Stores should be dispatched by Indian Flagged Vessel or Conference Vessel or through our
designated Freight Forwarder or any other Agency nominated by the Purchaser. A copy of the Invoice and
Packing List should invariably be kept inside each of the package.


12.0 Port of Entry:

For Sea Consignments, the Port of Entry shall be CHENNAI. The Port of Ultimate Destination shall be
INLAND CONTAINER DEPOT [ICD, BENGALURU]. The Customs Clearance shall be arranged at ICD
Bengaluru.
For Air Consignments, Port of Entry shall be BENGALURU INTERNATIONAL AIRPORT.

13.0 Ultimate Consignees:

Senior Purchase & Stores Officer [Stores], ISRO Satellite Centre, P.B.No.1795, Old Airport Road,
Vimanapura Post, Bangalore-560 017, India.

14.0 Shipping Marks:
The marks on the shipping documents such as Invoice, Bill of Lading/Airway Bill and on the packages
should be as follows:

Purchase Order No.
Date..
GOVERNMENT OF INDIA
Department of Space/ ISRO Satellite Centre
Bangalore 560 017/INDIA
Destination. Port of
Entry.

15.0 Demurrage:

Supplier shall bear demurrage charges if any, incurred by the Purchaser due to delayed presentation of
shipping documents as prescribed in Para 4.2 to the Bankers within reasonable time (say within 10-12
days) from the date of Bill of Lading for Sea Consignments and within 3-4 days from the date of Air Way
Bill for Air Consignments.

16.0 Insurance of the Stores:

No Insurance is required at our cost. The Supplier shall be responsible for insuring the Stores wherever
considered necessary. The Contractor shall however, be responsible for notifying to the purchaser or the
insurer nominated by the purchaser, the complete details of the proposed shipments including the value of
each shipment and other relevant data immediately after shipment, to enable the Purchaser or the
Insurers to arrange for the issuance of the Insurance Policy, if required. The necessity or otherwise of
Insurance will be as indicated in the Purchase Order.

17.0 Acceptance of Stores:

(a) The Stores shall be tendered by the Contractor for Inspection at such places as may be specified by
the Purchaser at the Contractors own risk, expenses and cost.

(b) It is expressly agreed that the acceptance of the Stores contracted for is subject to final approval by
the Purchaser, whose decision shall be final.

(c) If, in the opinion of the Purchaser, all or any of the Stores that do not meet the performance or quality
requirements specified in the Purchaser Order, they may be either rejected or accepted at a price to
be fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and
binding on the Contractor.

(d) If the whole or any part of the Stores supplied are rejected in accordance with Clause No.17 above,
the Purchaser shall be at liberty, with or without notice to the Contractor, to Purchase in the open
market at the expense of the Contractor, stores meeting the necessary performance and quality
contracted for in place of those rejected, provided that either the purchaser or the agreement to
purchase from another supplier is made six months from the date of rejection of the Stores as
aforesaid.



18.0 Contractor[s] Default Liability:

18.1 The Purchaser may upon written notice of default to the Contractor, may terminate the contract in whole or
in part in circumstances detailed hereunder:-

(a) If in the judgment of the Purchaser, the Contractor fails to make delivery of Stores within time
specified in the Contract/Agreement or within the period for which extension has been granted by the
Purchaser to Contractor.

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

18.2 In the event of Purchaser terminating the contract in whole or in part thereof, as provided in Clause 18.1,
the Purchaser reserves the right to purchase, upon such terms and in a manner as he may deem
appropriate, Stores similar to that terminated and the Contractor shall be liable to the Purchaser for any
additional cost for such similar Stores, and/or for Liquidated Damages for delays as defined in Clause 23
until such reasonable time as may be required for the final supply of Stores.

18.3 If this contract is terminated as provided in Clause 18.1 the Purchaser in addition to any other rights
provided in this Article, may require the Contractor to transfer title and deliver to the Purchaser under any
of the following cases in the manner and as directed by the Purchaser.

(a) Any completed Stores.

(b) Such partially completed Stores, drawing information and Contract right (here-in-after called
manufacturing material) as the Contractor has specifically produced or acquired for the Contract as
terminated. The Purchaser shall pay to the Contractor, the Contract price for completed Stores
delivered to and accepted by the Purchaser and for manufacturing materials delivered and accepted.

18.4 In the event, the Purchaser does not terminate the Contract as provided in Clause 18.1, the Contractor
shall continue the performance of the Contract, in which case he shall be liable to the Purchaser for
Liquidated Damages for delay as set out in Clause 23 until the Stores are accepted.

19.0 Replacement:

If the Stores or any portion thereof, is damaged or lost during the transit, the Purchaser shall give notice to
the Contractor setting forth particulars of such Stores damaged or lost during transit. The replacement of
such Stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in the
intended usage of the Stores. The price of replacement items shall be paid by the Purchaser on the basis
of original price quoted in the tender or as reasonably worked out from the tender. The cost of damages
will however, be claimed by the Purchaser from the Insurance Company. The Import Licence/Customs
Clearance Permit for the replacement will be provided by the Purchaser.

20.0 Rejection:

If the Stores supplied by the Contractor are found defective in material or workmanship or otherwise not in
conformity with the requirements of the Contract specification, the Purchaser shall either reject the Stores
or request the Contractor in writing to rectify the same. The contractor, on receipt of such notification shall
either rectify or replace the defective Stores free of cost to the Purchaser. If the Contractor fails to do so,
the Purchaser may either:-

(a) Replace or rectify such defective Stores and recover the extra cost so involved from the Contractor, or

(b) Terminate the Contract for default as provided under Clause 18 above.

(c) Acquire the defective Stores at a reduced price considered equitable under the circumstances.

The provision of this Article shall not prejudice the Purchasers rights under Clause 23.

21.0 Force Majeure:

21.1 If the completion of supply of Stores is delayed due to reasons of Force Majeure, such as Acts of God,
Acts of Public Enemy, Acts of Government, Fires, Flood, Epidemics, Quarantine, Restrictions, Strikes,
Lockouts, Civil Commotion, Riots, Freight Embargoes and Stoppage of services by Government, refusal or
non-receipt of Import License for imported items, the delay in service shall be extended by a period[s] not
in excess of duration of such Force Majeure. Each party undertake to advise the other as soon as it
becomes aware of the circumstance of such Force Majeure, so that actions under the provisions of this
contract can be mutually reviewed and agreed upon between the Contractor and the Purchaser.

21.2 The Contractor shall give notice within 15 days to the Purchaser in writing of his claim for an extension of
time. The Purchaser on receipt of such notice after verification, if necessary, may agree to extend the
Contract Delivery Date as may be reasonable but without prejudice to other Terms and Conditions of the
Contract.

21.3 If the Force Majeure condition extends over a period of Three [03] months both the parties of the Contract
shall mutually discuss and arrive at an agreement for continuation or termination of the Contract.



22.0 Erection of Plant and Machinery:

Wherever erection of plant or machinery is the responsibility of the Contractor as per the terms of the
Contract and in case the Contractor fails to carry out the erection as and when called upon to do so within
the period specified by the Purchaser, the Purchaser shall have the right to get the erection done through
any source of his choice. In such an event, the Contractor shall be liable to bear any additional
expenditure that the Purchaser is liable to incur towards erection. The Contractor, shall, however, not be
entitled to any gain due to such an action by the Purchaser.

23.0 Delay in Completion/Liquidated Damages:

If the Contractor fails to deliver the Stores within the time specified in the Contract or any extension
thereof, the Purchaser shall recover from the Contractor as Liquidated Damages a sum one-half of one
percent (0.5 percent) of the Contract price of the undelivered Stores for each calendar week of delay or
part thereof. The total Liquidated Damages shall not exceed Ten percent (10 percent) of the Contract price
of the unit or units so delayed. Stores will be deemed to have been delivered only when all its
component/parts are also delivered in full to make use of the whole system/equipment as the case may
be. If certain components/parts are not delivered in time, the entire value of Contract/Stores will be
considered as delayed until such time as the missing parts are delivered.

Delivery is yet to be complete when Installation, Commissioning, Testing and Acceptance is completed
wherever it is applicable.

24.0 Guarantee and Replacement:

(a) The Contractor shall guarantee that the Stores supplied shall comply fully with the specifications laid
down, for material, workmanship and performance for a period of Twelve months [12] after the
acceptance of the Stores. If any defects are discovered, therein or any defects therein are found to
have developed under proper use arising from faulty materials, design or workmanship, Contractor
shall remedy such defects at his own cost provided, he is called upon to do so within a period of 14
months from the date of acceptance thereof, by the Purchaser who shall state in writing in what
respect the Stores or any part thereof, are faulty.

(b) If in the opinion of the Purchaser, it becomes necessary to replace or renew any defective Stores,
such replacement or renewal shall be made by the Contractor free of all costs to the Purchaser,
provided the notice informing the Contractor of the defect is given by the Purchaser in this regard
within the said period of 14 months from the date of acceptance of stores thereof.

(c) If Contractor fail to rectify the defects, the Purchaser shall have right to reject or repair or replace, at
the cost of the Contractor the whole or any portion of the defective Stores.

(d) The decision of the Purchaser, notwithstanding any prior approval or acceptance or inspection
thereof, on behalf of the Purchaser, as to whether or not the Stores supplied by the Contractor are
defective or any defect has developed within the said period of 12 months or as to whether the nature
of the defects requires renewal or replacement, shall be final, conclusive and binding on the
Contractor.

(e) To fulfill guarantee conditions outlined in Clause 24 (a) to (d) above, the Contractor shall, at the option
of the Purchaser, furnish a Bank Guarantee (as prescribed by the Purchaser - Bank Guarantee
format) from a Nationalized/Scheduled Bank approved by the Purchaser for an amount equivalent to
10% of the value of the Contract within a reasonable time after the receipt of PO/Contract for the due
performance of the Contract as well as the product delivered. On the performance and completion of
the contract in all respects, the Performance Bank Guarantee will be returned to the Contractor
without any interest.

(f) All the replacement Stores shall also be guaranteed for a period of 12 months from the date arrival of
Stores at Purchasers site.

(g) Even while the 12 months guarantee applies to all Stores in case where a greater period is called for
by our specifications then such a specification shall apply, in such cases the period of 14 months
referred to in Clause 24 (a) and (b) shall be the asked for guarantee period plus two months.


25.0 Arbitration:

In the event of any dispute or difference relating to the interpretation and application of the Contract, such
dispute or difference shall be settled amicably by mutual consultations of the good Offices of the
respective parties. If such a resolution is not possible, then the unresolved dispute or difference shall be
referred to the Sole Arbitrator appointed by Director, ISRO Satellite Centre, Bangalore in accordance with
the rules and procedures of Indian Arbitration and Conciliation Act 1996 or any modification thereof. The
decision of the Arbitrator shall be final and binding on both the parties. The expenses for the Arbitration
shall be paid as may be determined by the Arbitrator. The Arbitration shall be conducted in Bangalore.

Pending the submission of and/or decision on a dispute, difference or claim or until the Arbitral award is
published; the Parties shall continue to perform all of their obligations under this Agreement without
prejudice to a final adjustment in accordance with such award.


26.0 Arbitration with Overseas Supplier:

In the event of any dispute or difference arising out of or in connection with this Purchase Order, such
dispute or difference shall be settled amicably by mutual consultants or through the good offices of the
respective parties. If such resolution is not possible, then the unresolved dispute or difference shall be
referred to the Sole Arbitrator appointed in accordance with provisions of the ICADR Arbitration Rules,
1996 of the International Center for Alternative Dispute Resolution, New Delhi. The Arbitration shall be
conducted in India in accordance with the Rules & Procedures of the Arbitration and Conciliation Act of
1996 or any re-enactment or modification thereof. The decision of the Arbitrator shall be final and binding
upon the parties and the expenses for the arbitration shall be paid as may be determined by the Arbitrator.


27.0 Arbitration with Public Sector Undertakings:

In the event of any dispute or difference relating to the interpretation and application of the Contract, such
dispute or difference shall be settled amicably by mutual consultations of the good Offices of the
respective parties. If such a resolution is not possible, then the unresolved dispute or difference shall be
referred to the Sole Arbitrator appointed in the Department of Public Enterprise under the Permanent
Machinery for Arbitration.

28.0 Language and Measures:

All documents pertaining to the Contract including specification schedule notices, correspondence,
operating and maintenance instruction drawings or any other writing shall be written in English language
only. The metric system of measurement shall be used exclusively in the Contract.

29.0 Applicable Law:

The Contract shall be interpreted, construed and governed by the Laws of India.

30.0 Jurisdiction:

The Courts within Bengaluru will have the Jurisdiction to deal with and deciding any matter arising out of
this Contract.

31.0 Indemnity:

The Contractor shall warrant and deemed to have warranted that all Stores supplied against this contract
are free and clean of infringement of any Patent, Copy Right or Trademark and shall at all times indemnify
the Purchaser against all claims which may be made in respect of the Stores for infringement of any right
protected by Patent, Registration of the design or Trade mark and shall take all risk of accidents or
damage which may cause a failure of the supply from whatever cause arising and the entire responsibility
for the sufficiency of all the means used by him for the fulfillment of the Contract.

32.0 Counter Terms & Conditions:

Where counter terms and conditions printed or cyclostyled condition have been offered by the supplier, the
same shall not be deemed to have been accepted by the Purchaser, unless specific written acceptance
thereof, is obtained.

33.0 Security Interest:

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


34.0 Bank Charges:

All Bank Charges Payable within India shall be borne by Purchaser. Similarly, all Bank Charges Payable
outside India shall be borne by the Supplier.

35.0 Training:

The Contractor shall, if required by the Purchaser, provide facilities for the Practical Training of
Purchasers Engineering or Technical Personnel from India and for their active association on the
manufacturing process throughout the manufacturing period of the Contract/Stores, number of such
personnel to be mutually agreed upon.

36.0 Excise Duty:

ISRO, Satellite Centre, Bengaluru is exempted from payment of Excise Duty vide Notification No.10/97CE
dated 01.03.1997 as amend vide Notification No.16/2007CE dated 01.03.2007. The necessary Excise
Duty Exemption Certification [EDEC] shall be provided. Tenderers are requested to take note of this
aspect while submitting the offer wherever applicable.

37.0 Customs Duty:

ISRO, Satellite Centre, Bengaluru is exempted from payment of Customs Duty vide Notification No.12/12-
Cus dated 17.03.2012. The necessary Customs Duty Exemption Certification [CDEC] shall be
provided. Tenderers are requested to take note of this aspect while submitting the offer wherever
applicable.

38.0 Annual Maintenance Contract [AMC]/Extended Warranty:

Tenderers are requested to quote separately towards Annual Comprehensive Maintenance
Service/Extended Warranty and Non-Comprehensive Maintenance besides attending to unlimited Break-
Down calls wherever specification calls for after expiry of Standard Warranty.

39.0 Transparency:

Tenderers are free to ask Purchaser for the Bidding conditions, Process and/or Rejection of bids etc.,
during the procurement process.

40.0 Participation of Indian Agents:

In a Tender, either the Indian Agent on behalf of Principal/OEM or Principal/OEM itself can bid. But both
cannot bid simultaneously for same item/product. If an Agent submit bid on behalf of Principal/OEM, the
same Agent shall not submit a bid on behalf of another Principal/OEM in the same Tender for the same
item/product.

41.0 Implementation of Government Purchase and Price Preference Policy for MSEs:

In order to avail of the benefits extended by Government of India to the Micro and Small Enterprises
[MSEs], please submit attested copy of the valid Entrepreneur Memorandum Part-II signed by General
Manager, District Industries Center or National Small Industries Corporation [NSIC] Registration Certificate
along with your offer. The facilities/ benefits will be extended as per Order No: 25(2)/2011-MA dated
14.10.2011 issued by Ministry of MSME, Government of India, New Delhi.

42.0 Purchase Preference to Public Sector Undertakings:

Wherever, Purchase/Price Preference is applicable for Public Sector Undertaking [PSUs] will be as per the
extant orders of Department of Space.




43.0 High Sea Sale:

Tenderers submitting offer[s] against High Sea Sale Trade, the price of such offers be in Indian Rupees
only and shall be inclusive of Freight and Clearance Charges for delivery up to ISRO Satellite Centre,
Bengaluru. The offers shall be Firm, Fixed Price without any variation in Exchange Conversion Rate
whatsoever. No Sales Tax will be applicable for High Sea Sale.

44.0 Splitting of Order[s]:

The Volume/Quantity for certain specialized nature of jobs is considerably large and it is necessary the
orders are split with more than one party in order to ensure timely delivery/services. ISAC reserves right
to split the Purchase Orders to more than one party. However, every effort will be made to bring the
Commercial aspect including price of the parties on a single common platform. This is aimed at providing
equal opportunity for the parties while taking the decision.

45.0 Agency Commission:

The amount of Commission included in the price and payable to the Indian Agent of the Contractor shall
be paid directly to the Indian Agent[s] by the Purchaser in equivalent Indian Rupees on the basis of an
Invoice from the Indian Agent by applying T.T. buying rate of exchange ruling on the date of placement of
the Purchase Order/Contract and within 30 days from the date of receipt and acceptance of the stores.

The Contractor shall Invoice only for the net amount payable to him, after deducting the amount of Agency
Commission included in the Invoice which would be paid to the Indian Agent[s] directly by the Purchaser.
However, the Contractor[s] quote should separately reflect the amount of Commission payable to his
Indian Agent.

As per the Compulsory Enlistment Scheme of the Department of Expenditure, Ministry of Finance, it is
compulsory for Indian Agents who desired to quote directly on behalf of their Foreign Principals to get
themselves enlisted with the Central Purchase Organization [Eg: DGS&D]

46.0 Validity of Offer:

The offer should be valid for a minimum period of 120 days from the date of opening of the tender.

47.0 The Authority of person signing the Tender, if called for shall be produced.

48.0 Instruction/Operation Manual containing all assembly details including wiring diagrams should be sent
wherever necessary in duplicate. All documents/correspondence should be in English language only.

49.0 The Purchaser reserves the right to accept or reject any offer in whole or in part without assigning any
reason.

50.0 It is expressly agreed that the acceptance of the Stores contracted for is subject to final approval in writing
by the Purchaser.

51.0 Permitted Number of Shipment [ONE] only. Any additional is shipment will be at suppliers cost. Part
shipment is not allowed unless specifically agreed to by us.

52.0 Inspection/Test/Certificate should be provided for the goods after testing it thoroughly at the Contractors
works. If any inspection by Lloyds or any other Testing Agency is considered necessary, it shall be
arranged by Contractors on the instructions of the Purchaser.

53.0 Where Erection, Assembly or Commissioning is a part of the Contract, it should be done immediately on
notification. The Contractor shall be responsible for any loss/damages sustained due to delay in fulfilling
this responsibility.

54.0 For items having Shelf Life, the same shall be supplied with maximum Shelf Life if order is placed.

55.0 Earnest Money Deposit/Bid Security:

The Tender should be accompanied with an Earnest Money Deposit for a prescribed amount wherever
called for in the Notice Inviting Tender [NIT].

56.0 Buy-Back Offer:

Wherever Contract considered necessary, the quotation shall be given separately with Buy-Back Offer and
also without Buy-Back Offer so as to enable Purchaser either to Trade or not to Trade the item while
purchasing the new one.

57.0 Evaluation of Tenders:

The Evaluation/Loading criteria in respect of Payment Terms, Performance Bank Guarantee, Free issue of
Materials etc., having financial implications will be considered to arrive L-1 status.

58.0 Risk Purchase:

Risk Purchase Clause will be applicable wherever considered necessary.

59.0 Fall Clause:

Fall Clause will be applicable wherever considered necessary.

60.0 Conditional Discount/Offer:

Conditional Discounts/Offer will not be considered.

61.0 Free Supply of Public Tender Documents:

One set of tender documents, can be supplied free of cost to Government Departments, Public Sector
Undertakings [both Central and State]. Tender documents, can also be supplied free of cost to Foreign
sources.

62.0 Termination:

Under the normal circumstances, Termination/Short Closing of the PO/Contract is not foreseen. However
in case of continued non performance of the PO/Contract, ISAC reserves the right to: [i] Terminate
the Contract wholly or partly by giving 30 days prior notice [ii] ISAC reserves the right to terminate
the PO/Contract at any time by giving 30 days prior notice.

63.0 Parallel Contract:

ISAC reserves the right to enter into Parallel Contract/s with one or more Contractors.

**********


























SPECIAL INSTRUCTIONS FOR 2 PART TENDER
PART I (TECHNICAL AND COMMERCIAL PART):
&his sho!ld %onsist of t*o se%tions iF.0 Da) &e%hni%al and
D') Commer%ial

Da) &e%hni%al# &his se%tion sho!ld %onsist of#
All te%hni%al spe%ifi%ations of the items options and a%%essories offered 'y yo!.
Releant leaflets and literat!re and any other te%hni%al matter pertainin" to
the items offered.

D') Commer%ial# All the %ommer%ial points to 'e indi%ated Dother than pri%es) sho!ld
%ome in this se%tion for e.ample#
)eliery terms and deliery period0 ,ayment terms Do!r standard &erms i.e. 1::G
,ayment *ithin 1: days after re%eipt and A%%eptan%e)
(alidity period of the offer D1/: days reB!ired)
Carranty $ E!arantee appli%a'le
Installation details s!%h as installation is done -ree of %ost or not

If not indi%ate Hinstallation %har"es indi%ated in ,ri%e partI.
Chether trainin" is reB!iredJ if so0 free of %ost0 if not indi%ate Htrainin" %har"es
indi%ated in pri%e partI$
HAppro.imate *ei"ht of the %onsi"nmentI.

Note# D1) ,art 1 prepared as a'oe sho!ld 'e Eneloped and S!pers%ri'ed &e%hni%al
< Commer%ial part 1

Reference No:

Due dae :

Note# D/) ,art 1 sho!ld not %ontain any pri%e details






PART II (PRICE PART)
&his part sho!ld %onsist of#
,ri%es of the !nit and total amo!nt for the items offered D*ith 'rea2-!p
*hereer reB!ired)#
,ri%e of option and a%%essories Installation %har"es < &rainin" Dif not free)
Chere the B!otation is on E.-*or2s 'asis ,a%2in" for*ardin" and inland
frei"ht %har"es if any ,ri%e part D,art II) th!s prepared sho!ld 'e Eneloped
separately and s!pers%ripted as.
,ri%e part II
Reference No:
Due dae :
Note# D1) 3oth the enelopes D,art 1 and ,art II)
,repared as a'oe sho!ld 'e pla%ed in another enelope and s!pers%ri'ed as follo*s#
Reference No:
Due dae :
,art 1 < ,art II indiid!ally eneloped inside#
&O#
&8E 8EA)0 ,KRC8ASE AN) S&ORES
ISRO SA&ELLI&E CEN&RE
EO(ERN+EN& O- IN)IA
)E,AR&+EN& O- S,ACE
AIR,OR& ROA)0 (I+ANA,KRA ,OS&
3ANEALORE-57: :1;.

Note# D4) &he a'oe sho!ld rea%h !s on or 'efore the d!e date and time.
Note# D5) 8EA)0 ,KRC8ASE AN) S&ORES0 ISRO SA&ELLI&E CEN&RE0
EO(ERN+EN& O- IN)IA0 )E,AR&+EN& O- S,ACE. AIR,OR& ROA)0
(I+ANA,KRA ,OS&0 3ANEALORE - 57: :1;. RESER(ES &8E RIE8&
&O ACCE,& OR RELEC& ANA O- &8E >KO&A&ION IN -KLL$ ,AR&
&8EREO- CI&8OK& ASSIENINE ANA REASONS














SL. No. 01 FILE NO. ISAC/IR-2013-000-139
INTEGRATED CIRCUITS-5962R0051701VCA
Quote in Slabs : 50
+
, 100
+
, 200
+



SL. No. 02 FILE NO. ISAC/IR-2013-000-150
KA-BAND DRIVER AMPLIFIER
Quote in Slabs : 5 to 25.
Following is the specification for e-procurement indent IR/150.

Ka-Band Driver Amplifier


Sl. No Specifications Compliance
(Yes /No)
Offered Specifications Remarks

1
Frequency range: 23 to 27
GHz
- - -

2
Gain: 14dB (min) - - -

3
Input Return Loss: 10dB -
Desirable 5dB - Acceptable
- - -

4
Output Return Loss: 10dB -
Desirable 5dB - Acceptable
- - -

5
Output Power (P1dB): 20dBm
(min)
- - -

6
Saturated Output Power
(Psat): 21dBm (min)
- - -

7
DC Supply (Drain): 220mA
(max) @ +5V desirable
- - -

8
Gain Variation Over
Temperature: .03dB/C (max)
- - -

9
Package Hermatically sealed
surface mount package
approximately 5mm X 5mm
- - -

10
Operating Temperature
Range: -20 to +60 C
- - -

11
Note: 1. All desired parameters
are worst case values, over
entire specified frequency &
Temperature range. 2.
Manufacturer should quote for
engineering model (EM)
devices. 3. Manufacturer shall
guarantee to supply electrically
and mechanically equivalent
Flight model (FM) devices, if
required. 4. Quote in slabs of 5
nos upto 25 nos.
-





SL. No. 03 FILE NO. ISAC/IR-2013-000-221
32K 8 PROM




LIST OF SPACE GRADE ICS

SL NO ITEM QUOTE IN SLABS

1

PROM (32K8), 5V, 45 ns
RADIATION HARDENED, TTL

250
+
, 500
+
, 750
+














SL. No. 04 FILE NO. ISAC/IR-2013-000-274
FEMALE (SOCKET) CRIMP CONTACTS


List of Normal D-sub Contacts (Crimp)
Sl No Contact Type / Item Description Quantity Required In
Slabs

1

Female (Socket) Crimp contacts
340100504 B


25K
+
, 50K
+
, 100K
+
, 125K
+
,
150K
+
, 200K
+





SL. No. 05 FILE NO. ISAC/IR-2013-000-306
HI-REL RELAYS GP5-700







LIST OF HI-REL RELAYS
Sl No Item Description Quote in Slabs
1 360100301B26V2 25
+
, 50
+
, 100
+

2 360100302B26B2 25
+
, 50
+
, 100
+


TWO PART
SL. No. 06 FILE NO. ISAC/GE-2013-000-189
BATTERY CELL BYPASS SWITCHES P/N 8023-4
OF NEA
Quantity: 150 Nos.
TECHNICAL ENCLOSURE

A. QUALITY REQUIREMENTS

1. Supply NEA make Battery cell bypass switches P/N 8023-4 as per the specifications in
Table 1.
2. Switches shall be of command control type only.
3. All parts and materials used in switches shall be of space grade/space qualified only.
4. All switches shall be serialised and tested as per the Acceptance Test Matrix in Table 2.
5. Lot Acceptance Tests shall be performed on three samples as per the Matrix in Table 3.

B. DATAPACK REQUIREMENTS
The following Data will accompany the devices
1. Certificate of Conformance
2. Certificate of warranty
3. Export License
4. CIDL (Configuration Item Data List)
5. PMPL (Parts Materials Process List)
6. ICD (Interface Control Drawing)
7. NCR (Non-Conformance Report) Summary, if applicable
8. Acceptance Test Data for all switches
9. Lot Acceptance Test Report
10. Method of storage for switches; duration of maximum storage; relifing procedure after
maximum storage.

C. OTHER REQUIREMENTS
1. All the ordered quantities shall be supplied with same date code from the new lots.
2. Devices shall be individually packed.
3. Perform 100% inspection & data package review before shipment.
4. Report to ISAC all NCRs during production and testing.
5. Vendor shall fill up Tables 1, 2 and 3 with appropriate values.

D. DELIVERABLES

1. Flight switches as ordered. (150 Nos.)
2. Refurbished LAT samples. (3 Nos.)
3. All Data as outlined above.

Table-1 Specification of battery cell bypass switch command
controlled - Model 8023-4

S/N Description /
Parameter
Requirement Vendor's Response to
be filled here
1. Item name Battery cell bypass switch
2. Make. NEA
3. Part Number 8023-4
4. Switch type Command controlled
5. Switch configuration SPST
6. Reliability 0.999
7. Current rating for
continuous
operation
100 amperes
8. Safety Margin >1.4 times rated current.
9. Switch resistance < 300
10. Fuse wire resistance 0.5 - 1.6
11. Insulation resistance
(Body & terminals)
> 10 M at 50 V DC
12. Voltage drop at rated
current
< 30 mV
13. Actuation current No actuation at 200 mA for 5
minutes.

15. Actuation time <75 ms with 2.5 A
16. Operating
temperature range
-20C to 40C
17. Pulse current rating 250 A for 250 ms
18. Random vibration 27g
RMS

19. Sine Vibration 20g
20. Shock 2000g - 3KHz to 10KHz
21. Mass of switch 70 g (max.)
22. Wire requirement 20 AWG, Spec 55, 1 m length
each at T4 and T5.

23. Interface control
drawing
As per Drawing No. NEA 8023-4
Rev. B (Copy of drawing is
attached).




Table-2 Acceptance Test Matrix



Test Name Parameter Requirement
Vendor's response
to be filled here
Inspections / Sub-Assy:
Internal Visual Inspection

Component Inspection
As per NEA
Manufacturing &
Assembly
Router

Motorization Margin /
Voltage Drop
Driver Sub-Assy Test
X-ray inspection
Component
Compliance

Circuit Resistance: - -
Actuation (FW) Circuit
Resistance ()
Between T4 & T5
0.5 1.6
Open (Power) Circuit
Resistance ()
Between T1 & T3
Open circuit

Insulation Resistance:
Resistance (M) with
Voltage @ 50 Vdc
> 10 M
(measure within
5 seconds per
circuit test)

T1 to housing
T3 to housing
T4/T5 to housing
T1 to threaded rod
T3 to threaded rod
T4/T5 to threaded rod
T1 to T3
No Trigger Current
Between T4 & T5
apply 200(+20/-0) mA
for 5 minutes (min.)
no switch
actuation

Mass With wire < 70 g
Table-3 Lot Acceptance Test Matrix
Test Name Parameter Requirement
Vendor's response to
be filled here
LAT unit Three switches
Mechanical Vibration
Random







Sine

Freq, Hz PSD, g
2
/Hz
20 0.045
100 0.51
1000 0.51
2000 0.122
27g
RMS

Duration:1 min/axis

Freq, Hz Amplitude
5-25 +12.5
25-100 20g
Sweep rate: 2 oct/min

Mechanical Shock Freq Level
100 Hz 20g
3-10 kHz 2000g


Switch Actuation Fuse wire burn time (ms);
motorization time (ms)
70 ms actuation with 2.5A
input

Maximum chare !urrent
("20 !)
!urrent (Amps)

55 A current #$ow #or %0
minutes

Maximum &ischare
!urrent ("20 !)
!urrent (Amps)

%25 A current #$ow #or %0
minutes

!ircuit 'esistance(
(a#ter actuation)
'esistance ) *00 "
+nsu$ation resistance
(a#ter actuation)
'esistance (,) with -o$tae
At 50 -.c
/ %0 M,
(measure within 5 secon.s
per circuit test)

0% to housin
0* to housin
0% to threa.e. ro.
0* to threa.e. ro.
&1A 2xamine sins o# .amae 3o .amae that inhibits the
#unction o# the switch











TWO PART
SL. No. 07 FILE NO. ISAC/CE-2013-000-255
ENGINEERING GRADE 512K 40 SRAM
Quantity : 18 Nos
Indent Specifications for engineering Grade 512kx 40 SRAM

Electrical Specifications:

1. Capacity 512k x 40 bits
2. Data width 40 bits
3. Number of banks (chip selects) 1
4. Number of address lines 19
5. Number of data lines 40
6. Supply voltage (I/O) 3.3V +/- 0.3V
7. Supply voltage (Core) 2.5V +/- 0.2V
8. Output levels 3.3V CMOS
(V
OH
> 2.4V @4mA, V
OL
< 0.4V @2mA)
9. Input levels LVTTL
(2V < V
IH
< 3.3V, 0 <V
IL
< 0.8)
10. Internal EDAC requirement NIL





11. Power sequencer requirement
for power up/down NIL
12. Packaging type Flat pack, footprint as per diagram 1
13. Control signals
a. Chip select Active low
b. Write Active low
c. Read / output enable Active low
14. Read / Write cycle time Shall not exceed 20ns
16. Device Operating temperature (case) -20 to +85 deg C




Diagram 1



TWO PART
SL. No. 08 FILE NO. ISAC/CE-2013-000-256
ENGINEERING GRADE 512k 40 EEPROM
Quantity : 5 Nos
Indent Specifications for Engineering Grade 512k x 40 EEPROM
Electrical Specifications:

1. Capacity 512k x 40 bits
2. Data width 40 bits
3. Number of banks (Chip Selects) 1 bank of 512k x 40 or
4 banks of 128k x 40
4. Supply voltage 5V +/- 0.5V
5. Output levels 5V CMOS
(V
OH
> 4.5V @0.1mA, V
OL
< 0.4V @2mA)
6. Input levels TTL
(2.2V < V
IH
< 5V, 0 <V
IL
< 0.8)
7. Internal EDAC requirement NIL
8. Packaging type Flat pack footprint as per diagram 1
9. Control signals
a. Chip select Active low
b. Write Active low
c. Read / output enable Active low
10. Read cycle time Shall not exceed 200ns


11. Write modes Shall support both byte / Dword & page
modes
12. Data retention > 10 years after write
13. Number of write cycles > 10000 for each location
14. Number of read cycles No limitation
15. Hardware data protection By a device pin that maintains device in
reset condition, prohibiting write
16. Software data protection Enable writing only when predefined
sequence is written into the device.
17. Case operating temperature -20 to +85 deg C












Diagram 1



TWO PART
SL. No. 09 FILE NO. ISAC/GE-2013-000-267
RF SPDT SWITCH
Quote in Slabs: 1 to 25, 26 to 50.
PROCUREMENT SPECIFICATION FOR RF SPDT SWITCHES
A. DEVICE DETAILS
The electrical & Mechanical specifications of the switches are as per Annexures-1 & 2.
B. QUALITY REQUIREMENTS
1. Quote separately for the following quality options:
a) Qualified to Level B of ESCC 3603.
b) Processed to Level B of ESCC 3603.
2. Qualified parts are preferred.
3. The switches design shall be a qualified design for Hi-rel space applications.
4. The switch shall be subjected to the following tests,
a) Final Production tests (Chart-II)
b) Screening and Electrical Measurements (Chart-III)
5. Quote separately for LAT 1 & LAT 2 test as per Chart V of ESCC 3603. The sample
size shall be one number each for LAT 1 & LAT 2 test.
6. The possibility of supplying Generic LAT test data may be indicated in the quote. Also
the date of testing shall be mentioned.
7. The manufacturer shall generate detailed specification in ESCC format for the
processed parts & submit the same to ISRO/ISAC before the start of production.

C. DATAPACK REQUIREMENTS
The following Data shall accompany the devices in soft copy (compact disk):
i. Attributes record of Final product test, Screening & electrical measurements and LAT
test (if ordered) giving details of test conditions, date of test, quantity tested/ passed.
Also mention the reason for fallout.
ii. Variable data of Final product test, Screening & electrical measurements & LAT test (if
ordered) including delta calculated.
iii. Generic LAT test report.
iv. Certificate of Conformance issued by the manufacturer.







D. OTHER REQUIREMENTS
1. The name of the manufacturer shall be specified as part of the offer.
2. Devices shall be supplied from lots with same date code. The devices shall be drawn
from lots manufactured within 2 year of the date of shipment.
3. Any NCRs during production/ testing shall be intimated to ISRO/ISAC for
review/approval.
4. Devices shall be packed in ESD safe individual package.
5. Detailed data sheet of the parts offered shall be attached to the quote.
6. Parts offered shall have space heritage. Provide supporting documents and references
along with the quote.
7. Only Vendors/Suppliers authorized to source above Space Grade components from
the Manufacturer will be considered. Necessary Certificate from the Manufacturer shall
be enclosed along with the offer.


Note: 1. Please provide the point-by-point compliance to specification in your quote.
2. Parametric values of the offered switches shall be explicitly mentioned against
each of the electrical/mechanical specifications listed in Annexure -1 & 2.


ANNEXURE-1
ELECTRICAL SPECIFICATIONS OF RF SPDT SWITCH
PARAMETERS SPECIFICATIONS
Frequency of Operation, Bandwidth DC-18 GHz
Insertion loss 0.35 dB (max.
!"#$ all ports %.35&% (max.
$F power handlin' 20 W (typ.
Isolation ((etween ports )0 dB (min.
*+field shieldin' effecti,eness )0 dB (min
Input-output $F port impedance 50 ohms
.ife %,00,000 operations (min.
A!t"#t$%& '#t#
/ctuation ,olta'e 22-(( )* 28)(Typ.
/ctuation current %35 m/ (typ. 0 12 ! ,31545
"witchin' time + 20 ,-.!
6ulse duration /0 ,-.!(,$&.
5oil resistance 115 ohms (31545
5oil 75 isolation((etween case and coil 100 M%0,- (,$&.
RF C%&t#!t- 8old plated Brea9 (efore ma9e $F contacts
S1$t!0$&2 %p.3#t$%& "67:, .atchin' type with no power required
for holdin'
D$.4.!t3$! 1$t0-t#&'$&2 )%4t#2.
0 50 and )0 ;< 500 !rms
T.,p.3#t"3. R#&2.
Operatin' temperature ran'e +=045 to 3)55
"tora'e temperature ran'e +5545 to 3255
5#!6-EMF P3%t.!t$%& !$3!"$t $equired
TLM ,%&$t%3$&2 6ro,ision must (e a,aila(le in the switch
M#-- 7 89 2,
M.!0#&$!#4 -p.!$:$!#t$%&-
7imension /s per the drawin' in /nnexure+1
$F connections ">/ female on all ports
75 connections ?+pin 7+su( male connector
!entin' off space fli'ht !entin' ;ole pro,ision must (e a,aila(le













TWO PART
SL. No. 10 FILE NO. ISAC/IR-2013-000-285
SUPPLY AND INSTALLATION AND COMMISSIONING
OF CNC EDM WIRE CUT MACHINE
Quantity : 1
Annexure - I
TECHNICAL SPECIFICATIONS AND TECHNO-COMMERCIAL TERMS
AND CONDITIONS FOR CNC EDM WIRE CUT MACHINE :

Introduction:
CNC Electrical Discharge Machine - Wire cut type shall have 4 - axes namely X,Y,U and V
controlled simultaneously and Z - axis controlled by programme. Machine shall have
both submerged and flushing type cutting technology with Automatic Wire Threading
and Guiding system for wire diameter in the range of 0.05 mm to 0.3 mm. Machine shall
have machining technologies for Steel, Copper, Aluminium alloys, Titanium alloys and
Carbides through Electrical Discharge Machining process.















I. TECHNICAL SPECIFICATIONS :

Sl.No Description Specification Values
1. AXES TRAVEL & TAPER ANGLE
1.1 X - Travel 350 mm minimum
1.2 Y - Travel 250 mm minimum
1.3 Z - Travel 250 mm minimum
1.4 U - Travel 60 mm or more
1.5 V - Travel 60 mm or more
1.6 Taper Angle
30@ minimum over a length of 80
mm
1.7
Least input increment for X, Y, Z, U and V -
axes
1 m or better
1.8 Position Resolution 1 m or better
1.9 Guide ways Linear motion with ball type
1.10 Measuring system
Linear glass scale - Heidenhain
make
1.11 Table rapid speed 2000 mm / min - minimum
1.12 Cutting Technology
Both Submerged and Flushing
modes












Sl.No Description Specification Values
2. POSITIONING ACCURACY AS PER VDI DGQ 3441 STANDARD
2.1
Positioning accuracy and repeatability in
X and Y- axis
Pa = 0.003 mm or better
Ps = 0.002 mm or better
2.2
Positioning accuracy and repeatability in
U and V- axis
Pa = 0.003 mm or better
Ps = 0.002 mm or better
3. GEOMETRICAL TOLERANCES
3.1 Lateral straightness of X - Axis 0.004 mm / 350 mm or better
3.2 Lateral straightness of Y - Axis 0.004 mm / 250 mm or better
3.3 Lateral straightness of U - Axis 0.004 mm / 120 mm or better
3.4 Lateral straightness of V - Axis 0.004 mm / 120 mm or better
3.5 Vertical parallelism of X - U Axis 0.004 mm / 350 mm or better
3.6 Perpendicularity (Squarness) of X - Y Axis 0.003 mm / 350 - 250 mm or better
3.7 Perpendicularity (Squarness) of U - V Axis 0.004 mm / 120 - 120 mm or better
3.8 Perpendicularity (Squarness) of Z - X Axis 0.005 mm / 100 mm or better
3.9 Perpendicularity (Squarness) of Z - Y Axis 0.005 mm / 100 mm or better
4. WIRE SYSTEM
4.1 Automatic Wire Threader (AWT) Required
4.2 Maximum threadable height in mm Vendor to specify
4.3 Minimum diameter of the threading hole in mm Vendor to specify
4.4 Programmable Wire feed rate in mm / min Vendor to specify
4.5
Wire guide system for
wire diameter 0.05 to 0.30 mm
insteps of 0.05 mm
Required
4.6
Automatic Wire Threader (AWT) Unit for
wire diameter 0.05 to 0.30 mm
Required
4.7 Programmable Wire tension 3 20 N
4.8
Max. weight of the wire spool without
Automatic Wire Changer (AWC)
15 Kg or more
4.9 Wire Alignment Devices and Gauges Required
4.10 Wire chopper Required
4.11 Capacity of container for used wire 25 Kg nominal
Sl.No Description Specification Values
5. WORKPIECE
5.1 Workpiece size (X x Y x Z) in mm 700 X 550 X 250 mm nominal
5.2 Max workpiece weight Vendor to specify
6. WORK TANK
6.1 Work tank type Drop / Elevator type
6.2 Dielectric fluid bath level in mm Vendor to specify
6.3 Dielectric fluid level control Programmable
6.4 Dielectric fluid capacity in Liters Vendor to specify
6.5 Work tank filling time in seconds Vendor to specify
6.6 Work tank draining time in seconds Vendor to specify
6.7 Work tank raising time in seconds Vendor to specify
7. DIELECTRIC UNIT
7.1 Integrated dielectric unit Required
7.2 Automatic deionization of dielectric liquid Required
7.3 Dielectric type Water
7.4 Filtering system with filtering quality 5 m or less
7.5 Integrated chiller unit for cooling dielectric fluid Required
7.6 Deionized bottle charge volume in mm
3
Vendor to specify
8. CENTRALISED LUBRICATION SYSTEM
8.1 Built-in automatic centralized lubrication system. Required
9. FLUSHING SYSTEM
9.1 Programmable flushing system Required
9.2 Flushing pressure in bars Vendor to specify
10.
GENERATOR UNIT
(GENERATOR OPERATING PARAMETERS)
10.1 Generator Type (Technology) Vendor to specify
10.2 Machining Current 32 Amps minimum
10.3 Max. Machining Voltage Vendor to specify
Sl.No Description Specification Values
10.4
Dynamic corner control feature for optimizing the
machining parameters while machining radius
corners
Required
10.5
Wire bending control feature for detection and
correction of wire bending
Required
10.6
Automatic optimization of machining parameters
during machining
Required
10.7
Short circuit elimination to enable higher
machining speeds
Required
10.8
Module for defining work piece surface roughness
& machining parameters
Required
10.9 Anti-electrolysis system Required
10.10
Slots machining
- Machining of open slots
Required
10.11
Pocket machining
- Machining of through pockets
Required
11. CONTROL UNIT
11.1
High speed processor
(Processor Capacity in GHz)
Vendor to specify
11.2 Operating system
Windows 7 / Windows XP /
Vendor to Specify
11.3 Monitor 15 LCD touch screen (nominal)
11.4 Peripherals Optical mouse, Keyboard etc.
11.5 Hard disc memory and details Vendor to specify
11.6 Random Access Memory Vendor to specify
11.7 Part Program memory Vendor to specify
11.8 Integrated Part Program memory Vendor to specify
11.9 Communication ports
USB, Ethernet
(RJ 45 connection )
11.10 Control System Vendor to specify
11.11 Simultaneously servo controlled axes 4 - axes (X, Y, U and V)
11.12

Programmable controlled axis


Z axis

Sl.No Description Specification Values
11.13 Positioning command formats Incremental and Absolute
11.14
Option for pre adjusting speed of axes
X , Y, Z, U and V, 0 100% of max speed
Required
11.15
Restart after power failure with rethreading
feature
Required
11.16 Machine control unit
Specify Fixed type or Swivel type
Quote separately for both if available
12. CNC SYSTEM, PROGRAMMING & FUNCTIONS
12.1
Programming software for generating machining
parameters on online mode (on control unit)
Required
12.2
Import of CAD data (DXF and IGES) for on-
board programming (on control unit)
Required
12.3
Programming software for generation of
2D - NC wire path on online mode
(on control unit)
Required
12.4
Graphic simulator to simulate 2D - NC
wire path on online mode (on control unit)
Required
12.5
Graphic simulator to simulate 3D - NC
wire path on online mode (on control unit)
Required
12.6
Background programming option
(Programming for job - 2 while machining Job - 1)
Required
12.7 ISO programming in metric / inch Required
12.8 Incremental and absolute programming Required
12.9 Help file on Machine control unit (MCU) Required
13. REMOTE CONTROL
13.1
A remote with complete set of functions to operate
the machine with LCD display.
Required
13.2
Interruption of any automated option with
stop key
Required
14. LIGHTS & WARNING LIGHTS
14.1 Inbuilt lighting system for work area visibility Required
14.2

Machine warning lights consist of Green, Yellow &
Red with necessary mounting materials.

Required

Sl.No Description Specification Values
15.
MACHINING TECHNOLOGIES
( wire material / workpiece material)
15.1 Copper / Steel Required
15.2 Brass / Steel Required
15.3 Brass / Copper Required
15.4 Brass / Carbide Required
15.5 Brass / Aluminium alloy Required
15.6 Brass / Titanium alloy Required
15.7 Party may offer any other machining technologies available as standard.
15.8
All the above mentioned technology tables should be available in the CNC control
unit of the machine and incorporate in to part programmes.
15.9
The supplier should provide all the above mentioned machining technologies for the
respective inter wire and workpiece material combinations along with the technology
tables.
16.
Max. MACHINING RATE / CUTTING RATE
( wire material / workpiece material)
16.1
Copper / Steel
( wire material / workpiece material)
(On surface area of 400 mm
2
at
surface finish 0.8 m Ra)
Vendor to specify
16.2
Brass / Steel
( wire material / workpiece material)
(On surface area of 400 mm
2
at
surface finish 0.7 m Ra)
Vendor to specify
16.3
Brass / Aluminium alloy
( wire material / workpiece material)
(On surface area of 400 mm
2
at
surface finish 1.0 m Ra)
22 mm
2
/ min or more
16.4

Brass / Titanium alloy
( wire material / workpiece material)
(On surface area of 400 mm
2
at
surface finish 0.8 m Ra)

10 mm
2
/ min or more
Sl.No Description Specification Values
17.
BEST SURFACE FINISH
( wire material / workpiece material)
17.1 Copper / Steel in m Ra Vendor to specify
17.2 Brass / Steel 0.7 m Ra or better
17.3 Brass / Aluminium alloy 1.0 m Ra or better
17.4 Brass / Titanium alloy 0.8 m Ra or better
18. POWER SUPPLY
18.1 Machine should work on 3-phase power supply of 415 10 %V, 50 5 % Hz.
18.2 Power rating in KVA Vendor to specify
19. WATER SUPPLY (DIELECTRIC)
19.1 Minimum flow rate in liters / min Vendor to specify
19.2 Water pressure in bar Vendor to specify
19.3 Water temperature in C Vendor to specify
20. AIR SUPPLY
20.1 Average pressure in bars Vendor to specify
20.2 Max Consumption in liters / min Vendor to specify
21. SAFETY
21.1
The machine should be provided with all safety
features to protect all parts of the machine and
the operator.
Required
21.2
Safety interlocks for dielectric level and
temperature.
Required
21.3
Machine shall be provided with adequate
guarding and doors.
Required
21.4 Collision protection with warning message. Required
21.5
Automatic machine shutoff in case of lubrication
failure with warning message
Required
21.6
Over travel limit for all axes with pop up
message.
Required
21.7
Compliance to any Electro Magnetic
Compatibility / Electro Magnetic interference
emission standards
Vendor to specify


II. ESSENTIAL ACCESSORIES
Party has to offer the following essential accessories to be supplied along with the machine
with cost breakup for each.
Sl.No. Description Quantity
1.
EROWA / SYSTEM 3R OR EQUIVALENT
STARTER KIT FRAME SET AND ACCESSORIES KIT
( Basic frame tooling system equipment with two rails.
Manually operated chucks with frameset fix version, clamping frames are
firmly bolted to the machine.
Used for palletization of small and medium sized workpieces. )
Includes the following items:
Sl.No Item Description Quantity
1.1 FrameSet fix plates 2 nos.
1.2 Clamping frame 1 no.
1.3 Fitting clamping beams 2 nos.
1.4 Clamping equipment 1 set
1.5 Frame supports 1 set
1.6 Necessary fittings. Vendor to specify

01 Set.
2.
EROWA / SYSTEM 3R OR EQUIVALENT
Set of clamping elements for Wire EDM Tooling Economy
Includes the following items:
Sl.No Item Description Quantity
2.1 Hex key SW 3 1 no.
2.2 Hex key SW 4 1 no.
2.3 Hex key SW 5 1 no.
2.4 Hex key SW 6 1 no.
2.5 Hex key SW 8 1 no.
2.6 Spacer plate - small 50 nos.
2.7 Spacer plate - large 50 nos.
2.8 Slotted nut M8 4 nos.
2.9 Straight pin, 9 mm & L = 30 mm 12 nos.
2.10 Straight pin, 9 mm & L = 40 mm 4 nos.
2.11 Straight pin, 9 mm & L = 50 mm 4 nos.
2.12 Straight pin, 9 mm & L = 80 mm 4 nos.
2.13 Thread rod M8 X 100 mm 4 nos.
2.14 Thread rod M8 X 150 mm 4 nos.
2.15 Thread rod M8 X 200 mm 4 nos.
2.16 Thread rod M8 X 250 mm 4 nos.
2.17 Thread rod M8 X 300 mm 4 nos.

01 Set.
















Sl.No.

Description

Quantity

Sl.No Item Description Quantity
2.18 Thread rod M8 X 350 mm 4 nos.
2.19 Thread pin, hex M6 X 20 mm 10 nos.
2.20 Thread pin, hex M6 X 30 mm 10 nos.
2.21 Thread pin, hex M6 X 40 mm 10 nos.
2.22 Thread pin, hex M6 X 50 mm 10 nos.
2.23 Thread pin, hex M6 X 60 mm 10 nos.
2.24 Thread pin, hex M8 X 20 mm 10 nos.
2.25 Thread pin, hex M10 X 30 mm 10 nos.
2.26 Hex nut, M8 X 0.8 mm 50 nos.
2.27 Washer 55 nos.
2.28 Bracket universal 15 nos.
2.29 Bracket 4 nos.
2.30 Sliding disc 10 nos.
2.31 Spacer plate 8 nos.
2.32 Countersunk head bolt M8 X 14 10 nos.
2.33 Ring spanner, SW 10 1 no.
2.34 Ring spanner, SW 13 1 no.
2.35 Ring spanner, SW 17 1 no.
2.36 Socket head bolt, hex M8 X 20 mm 20 nos.
2.37 Socket head bolt, hex M8 X 30 mm 10 nos.
2.38 Socket head bolt, hex M8 X 40 mm 10 nos.
2.39 Socket head bolt, hex M8 X 50 mm 10 nos.
2.40 Socket head bolt, hex M8 X 60 mm 10 nos.
2.41 Socket head bolt, hex M8 X 70 mm 10 nos.
2.42 Socket head bolt, hex M8 X 80 mm 10 nos.
2.43 Socket head bolt, hex M8 X 100 mm 10 nos.
2.44 Extension nut, hex / M6 10 nos.
2.45 Spacer, hex / M6 / L = 40 mm 10 nos.


3. Dial indicator with 0.001 or 0.002 mm resolution with magnetic stand. 1 set
4.
Bracket for flat chuck
Used to fix fit flat chucks to Wire EDM centre
1 set
5. Spacer plate of thickness 3 mm 8 nos.
6. FrameSet gripper bolts 4 nos.
7. Wire tension measuring device (0.5 N to 24 N) 1 no.
8. Resin to deionize the water 100 Liters







III. OPTIONAL ACCESSORIES
Party may offer the following optional accessories to be supplied along with the machine with cost
breakup for each

Sl.No Description Specification Values
1.0 SUPPLEMENTARY / ROTATRY ATTACHMENT A / B AXIS
1.1 A / B Axis should be Servo controlled Vendor to specify
1.2 A / B Axis rotation should be programmable Vendor to specify
1.3
Complete specifications of Supplementary /
Rotary attachment A / B - Axis
Vendor to specify
2.0 Any other optional accessories Vendor to specify


IV. TECHO-COMMERCIAL TERMS AND CONDITIONS
Sl.No Description
1.0
ISRO Satellite Centre (ISAC) - Bangalore, India will use the machine only for the realization
of mechanical sub-systems of satellites for communication and earth observation.
2.0
Supplier who is confident of getting export permission if necessary, for supply of the
machine to ISRO Satellite Centre (ISAC) - Bangalore, India only need to submit the
quotation.
3.0
Tenderer[s] may recommend and offer any Accessories or Attachments that are essential
for smooth functioning and reliable performance of the machine.
4.0
Entire machine inclusive of all essential and optional accessories shall be warranted for a
period of minimum 12 months from the date of acceptance of the machine at
ISAC Bangalore, India.
5.0
TECHNICAL DOCUMENTATION
( 3 sets of following documents in English are to be supplied along with the
machine )
5.1 Complete Technical specification of the machine
5.2 Machine operations manual (Hard copy & Soft copy)
5.3 Programming manual (Hard copy & Soft copy)
5.4 EDM machining technology manuals (Hard copy & Soft copy)
5.5
Maintenance and spare parts manual for hydraulic, mechanical, electric servos and control
systems manual. (Hard copy & Soft copy)
5.6 Electronic and electrical circuit diagrams (Hard copy & Soft copy)
5.7 Machine test charts (Hard copy & Soft copy)
5.8 Check list, trouble shooting charts and guidelines manual (Hard copy & Soft copy)
5.9 Machine installation drawings and instructions manual (Hard copy & Soft copy)
6.0
TENDERER[S] HAS TO PROVIDE COMPLETE DETAILS OF THE MACHINE OFFERED
ALONG WITH THE FOLLOWING INFORMATION.
6.1 Machine layout drawings indicating shop floor space requirements.
6.2 Printed catalogue of the offered machine along with the offer.
6.3 Country of origin certificate shall be provided along with the offer.
6.4 Requirement of utilities like power, water and compressed air lines if any shall be specified.
6.5
The price offer shall provide break-up of cost for basic machine offered, Accessories and
Spares for 2 years of machine operation.
6.6 Party shall offer AMC for the offered machine for 1
st
and 2
nd
year after warranty separately.
6.7
Party shall submit manufacture's test chart for the offered machine along with offer.
(Refer Vide. Sl.No. (I) 2.0 and 3.0)
6.8
Party shall to submit actual test chart of the similar machine along with offer
(Refer Vide. Sl.No. (I) 2.0 and 3.0)
7.0 ITEMS TO BE SUPPLIED ALONG WITH THE MACHINE
7.1 Foundation kit like vibro mounts, bolts, nuts etc, required for foundation to be supplied.
7.2
A kit of spares (detailed list of spares) (Mechanical / Electrical / Electronics) with cost
break-up for each item on two shift basis for maintenance of the machine for a period of
two years operation to be offered.
8.0 MACHINE INSPECTION AND ACCEPTANCE TESTS AT MANUFACTURERS SITE
8.1 Acceptance testing of the machine shall be according to manufacturers test plan.
8.2
Before supply of the machine, party shall realize the Test Part-I at their site in the
presence of our Engineer[s] from ISAC - Bangalore, as per the details given in the
Annexure III. The raw material required for Test Part-I and Electrodes (Wire) is under
the supplier scope.
8.3
Before supply of the machine, party shall realize the Test Part-II at their site in the
presence of our Engineer[s] from ISAC - Bangalore, as per the details given in the
Annexure IV. The raw material required for Test Part-II and Electrodes (Wire) is under
the supplier scope.
8.4
Before supply of the machine, party shall conduct Test Part-III at their site in the presence
of our Engineer[s] from ISAC - Bangalore, for validation of Material Cutting Rate and
Surface finish as per the details given in the Annexure - V. The raw material required for
Test Part-III and Electrodes (Wire) is under the supplier scope.
8.5
Engineer[s] from ISAC shall give the clearance for the dispatch after satisfactory
completion of acceptance test mentioned in Annexure - II Vide Sl. No (IV) 8.1, 8.2, 8.3 &
8.4. The machine is to be dispatched only after getting clearance from Engineer[s], ISAC
9.0 INSTALLATION AND COMMISSIONING AT ISAC BANGALORE, INDIA.
9.1
Earthing requirements, if any, shall be projected to ISAC Bangalore, India well in
advance.
9.2
Foundation requirements for the machine including drawings shall be communicated to
ISAC Bangalore well in advance to prepare machine installation at ISAC-Bangalore.
10.0 SCOPE OF - WORK AND OTHER TERMS & CONDITIONS
10.1 Seaworthy packing of machine is under suppliers scope.
10.2
The scope of work includes Supply, Installation, Testing, Commissioning, Demonstration,
Training and Acceptance of the machine at ISAC Bangalore, India.
10.3
All the required manpower for Assembly / Integration Tools, Instruments etc required for
Supply, Installation, Testing, Commissioning, Demonstration, Training and Acceptance of
the machine at ISAC Bangalore is under suppliers scope
10.4
Impart Training for 2 ISAC Engineers on Operation and Machine Maintenance aspects for
duration of 5 days after Commissioning of the Machine at ISAC Bangalore, is under
suppliers scope.
10.5
Supplier must provide list of customers addresses and phone numbers and e-mail
addresses to whom they have supplied the same / similar machine in India.
10.6
After Sales- Service support and spares shall be provided by the Supplier for a minimum
period of 10 years from the date of machine acceptance.
10.7
Tenderer (s) shall fill up, with details each of the requirements of the Technical compliance
matrix (Annexure-II) sent along with Enquiry / Tender Documents.
Wherever tenderer(s) complied, shall provide details / values / description etc.,
Silence on any point will be treated as non-compliance. This is an essential part of the offer
and without the compliance report, the offer will be treated as incomplete and the offer is
be liable for rejection.
10.8 The offer[s] shall be valid for 120 days from the date of tender opening.










V. SPECIFIC COMMERCIAL TERMS & CONDITIONS

Sl.No Description
1.0
Payment Terms :
Being a Government of India Department, our Normal Terms of Payment are :
In case of Imports :
1.1 Sight Draft with all Bank Charges Payable within India shall be borne by Purchaser.
Similarly, all Bank Charges Payable outside India shall be borne by the Supplier (or)
1.2 Letter of Credit terms may be considered by the Purchaser on such terms and
conditions as may be agreed upon. All Bank Charges Payable within India shall be
borne by Purchaser. Similarly, all Bank Charges Payable outside India shall be borne
by the Supplier.
In case of Indigenous (Local Supply) :
1.3 100 % payment within 30 days after Installation, Commissioning, Testing and
Acceptance of the machine at ISAC Bangalore, India.
2.0
Delivery Terms :
The supplier shall be completely responsible for Supply of the Machine from supplier's place
until the delivery of the machine to ISAC which includes Loading, Transportation, and
Unloading the Machine at ISAC, Installation, Commissioning, Testing, Demonstration,
Training and Acceptance of the machine at ISAC Bangalore. India.
Customs Duty :
ISRO Satellite Centre [ISAC] is completely exempted from payment of Indian Customs Duty
in terms of Customs Notification No. 12/12-Cus dated 17.03.2012.
The necessary Customs Duty Exemption Certificate shall be provided by ISAC for Duty Free
Clearance and Customs Clearance at Bangalore shall be arranged by ISAC- Bangalore.
Excise Duty:
ISRO Satellite Centre [ISAC] is completely exempted from payment of Excise Duty in terms
of Notification No.10/97-CE dated 01.03.1997. The necessary Excise Duty Exemption
Certificate shall be provided by ISAC.
3.0
Delivery Date:
The supplier shall indicate the promised Delivery Date which includes Supply, Installation,
Testing, Commissioning, Demonstration, Training and Acceptance of the machine at ISAC
Bangalore, India.






Sl.No Description
4.0
Performance Bank Guarantee :
The supplier shall execute Performance Guarantee in the form of an unconditional
Irrevocable Bank Guarantee to the extent of 10 (Ten) percent of the total Purchase Order
value during warranty period. If any defects are noticed by the ISAC during the warranty
period and the supplier fails to rectify or remedy the defects and communicate in writing,
then ISAC shall have the right to get this done by other parties and recover the cost incurred
as determined by them in consultation with the Supplier, which shall be final and binding by
recovery from the amounts due to the Supplier by claiming through Bank Guarantee. The
Performance Bank Guarantee is to be executed as per the specimen and kept valid till the
completion of warranty period. The PBG will not carry any interest and will be returned to
the supplier after completion of all contractual obligations.
5.0
Liquidated Damages:
If the supplier fails to deliver the machine within the time stipulated in the Purchase Order
or any extension thereof, ISAC shall recover from the supplier as Liquidated Damages a
sum of one-half of one percent [0.5%] of the Purchase Order value for each calendar week
of delay. The total Liquidated Damages shall not exceed Ten Percent [10%] of the
Purchase Order value. The machine shall be deemed to have been delivered only when
all its Components parts are also delivered. If certain Components are not delivered in-
time, the material will be considered as delayed until such time the missing parts are also
delivered and accepted.
6.0
Permitted Number of Shipments is [ONE] only. Any Additional shipment will be at
suppliers cost.
7.0
Replacements:
If the machine or any portion thereof is damaged or lost during transit, ISAC shall give notice
to the supplier setting forth particulars of such damages or loss during transit. The
replacement of such machine shall be effected free of cost by the supplier within a
reasonable time to avoid unnecessary delay in the intended usage of the machine.
8.0
Termination:
Under the normal circumstances, termination/short closing of order is not foreseen.
However, in case of continued Non-Performance of the order owing to delay in delivery, sub-
standard quality of workmanship and material supplied, cessation of the requirement, breach
of contract, ISAC reserves the right to cancel the contract in whole or in part by giving 30
days prior notice.






Sl.No Description
9.0
Arbitration:
In the event of any dispute or difference arising out of or in connection with this order, such
dispute or difference shall be settled amicably by mutual consultants or through the good
offices of the respective parties. If such resolution is not possible, then the unresolved dispute
or difference shall be referred to the Sole Arbitrator in accordance with the rules and
procedures of the Arbitration and Conciliation Act of 1996 or any re-enactment or modification
thereof. The decision of the Arbitrator shall be final and binding upon the parties and the
expenses for the arbitration shall be paid as may be determined by the Arbitrator.
The Arbitrator may with the consent of both the parties extend the time for making the Award.
The Arbitration shall be held at Bangalore, India.
10.0
Applicable Law and Jurisdiction :
This Contract shall be interpreted, construed and governed by the Laws of India. The Courts
of Bangalore, India only shall have the jurisdiction to deal with the award and decide any
matter relating to disputes arising out of the contract.
11.0
Indemnity against infringement of patent rights :
The supplier hereby Warrants and be deemed to have warranted that all materials supplied
against this Contract are free and clean of infringement of any patent, copy right or trade
mark, and shall at all times indemnify the Purchaser against all claims which may be made in
respect of the product for infringement of any right protected by Patent Registration of design
or trade mark and shall take all risk of accidence or damage which may cause failure of the
supply from whatever cause arising and the entire responsibility for the sufficiency of all the
means used by him for the fulfillment of the Contract.
12.0
The tenderer(s) shall submit their offers in Two Part Bid basis as given below:
Part I : Technical and Commercial Bid ( Specimen of Bill of materials without
indicating the price[s] ).
Part II : Price Bid






Annexure-II
Technical Compliance Matrix

TECHNICAL SPECIFICATIONS AND TECHNO-COMMERCIAL TERMS AND CONDITIONS FOR CNC EDM WIRE CUT MACHINE :
Introduction:
CNC Electrical Discharge Machine - Wire cut type shall have 4 - axes namely X,Y,U and V controlled simultaneously and Z - axis controlled by programme. Machine shall have both submerged and flushing type cutting
technology with Automatic Wire Threading and Guiding system for wire diameter in the range of 0.05 mm to 0.3 mm. Machine shall have machining technologies for Steel, Copper, Aluminium alloys, Titanium alloys
and Carbides through Electrical Discharge Machining process.

IV. TECHNICAL SPECIFICATIONS :
Sl.No Description Specification Value
Compliance
Yes/No
Vendor should provide the
details / values / description
1.0 AXES TRAVEL
1.1 X - Travel in mm 350 minimum
1.2 Y - Travel in mm 250 minimum
1.3 Z - Travel in mm 250 minimum
1.4 U - Travel in mm 60 or more
1.5 V - Travel in mm 60 or more
1.6 Taper Angle 30@ minimum over a length of 80 mm
1.7
Least input increment for X, Y, Z, U
and V - axes
1 m or better
1.8 Position Resolution 1 m or better
1.9 Guide ways Linear motion with ball type
1.10 Measuring system Linear glass scale - Heidenhain make
1.11 Table rapid speed 2000 mm / min - minimum
1.12 Cutting Technology Both Submerged and Flushing modes
Sl.No Description Specification Value
Compliance
Yes/No
Vendor should provide the
details / values / description


2.0 POSITIONING ACCURACY AS PER VDI DGQ 3441 STANDARD
2.1
Positioning accuracy and repeatability in
X and Y- axis
Pa = 0.003 mm or better
Ps = 0.002 mm or better

2.2
Positioning accuracy and repeatability in
U and V- axis
Pa = 0.003 mm or better
Ps = 0.002 mm or better

3.0 GEOMETRICAL TOLERANCES
3.1 Lateral straightness of X - Axis 0.004 mm / 350 mm or better
3.2 Lateral straightness of Y - Axis 0.004 mm / 250 mm or better
3.3 Lateral straightness of U - Axis 0.004 mm / 120 mm or better
3.4 Lateral straightness of V - Axis 0.004 mm / 120 mm or better
3.5 Vertical parallelism of X - U Axis 0.004 mm / 350 mm or better
3.6
Perpendicularity (Squarness)
of X - Y Axis
0.003 mm / 350 - 250 mm or better
3.7
Perpendicularity (Squarness)
of U - V Axis
0.004 mm / 120 - 120 mm or better
3.8
Perpendicularity (Squarness)
of Z - X Axis
0.005 mm / 100 mm or better
3.9
Perpendicularity (Squarness)
of Z - Y Axis
0.005 mm / 100 mm or better
4.0 WIRE SYSTEM
4.1 Automatic Wire Threader (AWT) Required
4.2 Maximum threadable height in mm Vendor to specify
4.3
Minimum diameter of the threading hole in
mm
Vendor to specify
4.4
Programmable Wire feed rate in
mm / min
Vendor to specify








Sl.No Description Specification Value
Compliance
Yes/No
Vendor should provide the
details / values / description
4.5
Wire guide system for
wire diameter 0.05 to 0.30 mm
insteps of 0.05 mm
Required
4.6
Automatic Wire Threader (AWT) Unit for
wire diameter 0.05 to 0.30 mm
Required
4.7 Programmable Wire tension 3 20 N
4.8
Max. weight of the wire spool without
Automatic Wire Changer (AWC)
15 Kg or more
4.9 Wire Alignment Devices and Gauges Required
4.10 Wire chopper Required
4.11 Capacity of container for used wire 25 Kg nominal
5.0 WORKPIECE
5.1
Max workpiece dimensions
(X x Y x Z) in mm
Vendor to specify
5.2 Max workpiece weight Vendor to specify
6.0 WORK TANK
6.1 Work tank type Drop / Elevator type
6.2 Dielectric fluid bath level in mm Vendor to specify
6.3 Dielectric fluid level control Programmable
6.4 Dielectric fluid capacity in Liters Vendor to specify
6.5 Work tank filling time in seconds Vendor to specify
6.6 Work tank draining time in seconds Vendor to specify
6.7 Work tank raising time in seconds Vendor to specify


Sl.No Description Specification Value
Compliance
Yes/No
Vendor should provide the
details / values / description
7.0 DIELECTRIC UNIT
7.1 Integrated dielectric unit Required
7.2 Automatic deionization of dielectric liquid Required


7.3 Dielectric type Water
7.4 Filtering system with filtering quality 5 m or less
7.5
Integrated chiller unit for cooling dielectric
fluid
Required
7.6 Deionized bottle charge volume in mm
3
Vendor to specify
8.0 CENTRALISED LUBRICATION SYSTEM
8.1
Built-in automatic centralized lubrication
system
Required
9.0 FLUSHING SYSTEM
9.1 Programmable flushing system Required
9.2 Flushing pressure in bars Vendor to specify
10.0
GENERATOR UNIT
(GENERATOR OPERATING PARAMETERS)

10.1 Generator Type (Technology) Vendor to specify
10.2 Machining Current 32 Amps minimum
10.3 Max. Machining Voltage Vendor to specify
10.4
Dynamic corner control feature for
optimizing the machining parameters while
machining radius corners
Required
10.5
Wire bending control feature for detection
and correction of wire bending
Required
10.6
Automatic optimization of machining
parameters during machining
Required


Sl.No Description Specification Value
Compliance
Yes/No
Vendor should provide the
details / values / description
10.7
Short circuit elimination to enable higher
machining speeds
Required
10.8
Module for defining work piece surface
roughness & machining parameters
Required
10.9 Anti-electrolysis system Required
10.10
Slots machining
- Machining of open slots
Required
10.11
Pocket machining
- Machining of through pockets
Required
11.0 CONTROL UNIT
11.1
High speed processor
(Processor Capacity in GHz)
Vendor to specify
11.2 Operating system
Windows 7/ Windows XP/ Vendor
to Specify

11.3 Monitor 15 LCD touch screen (nominal)
11.4 Peripherals
Optical mouse, Alphanumeric keyboard
etc.

11.5 Hard disc memory and details Vendor to specify
11.6 Random Access Memory Vendor to specify
11.7 Part Program memory Vendor to specify
11.8 Integrated Part Program memory Vendor to specify
11.9 Communication ports
USB, Ethernet (RJ 45
connection )

11.10 Control System Vendor to specify
11.11 Simultaneously servo controlled axes 4 - axes (X, Y, U and V)
11.12 Programmable controlled axis Z - axis
11.13 Positioning command formats Incremental and Absolute
11.14
Option for pre adjusting speed of axes
X , Y, Z, U and V, 0 100% of max speed
Required


Sl.No Description Specification Value
Compliance
Yes/No
Vendor should provide the
details / values / description
11.15
Restart after power failure with rethreading
feature
Required
11.16 Machine control unit
Specify Fixed type or Swivel type
Quote separately for both if available

12.0 CNC SYSTEM, PROGRAMMING & FUNCTIONS
12.1
Programming software for generating
machining parameters on online mode (on
control unit)
Required
12.2
Import of CAD data (DXF and IGES) for
on-board programming (on control unit)
Required
12.3
Programming software for generation of
2D - NC wire path on online mode
(on control unit)
Required
12.4
Graphic simulator to simulate 2D - NC
wire path on online mode (on
control unit)
Required
12.5
Graphic simulator to simulate 3D - NC
wire path on online mode (on
control unit)
Required
12.6
Background programming option
(Programming for job - 2 while machining
Job - 1)
Required
12.7 ISO programming in metric / inch Required
12.8 Incremental and absolute programming Required
12.9 Help file on Machine control unit (MCU) Required
13.0 REMOTE CONTROL
13.1
A remote with complete set of functions to
operate the machine with LCD display.
Required
13.2
Interruption of any automated option with
stop key.
Required


Sl.No Description Specification Value
Compliance
Yes/No
Vendor should provide the
details / values / description
14.0 LIGHTS & WARNING LIGHTS
14.1
Inbuilt lighting system for work area
visibility.
Required
14.2
Machine warning lights consist of Green,
Yellow & Red with necessary mounting
materials.
Required
15.0
MACHINING TECHNOLOGIES
( wire material / workpiece material)
15.1 Copper / Steel Required
15.2 Brass / Steel Required
15.3 Brass / Copper Required
15.4 Brass / Carbide Required
15.5 Brass / Aluminium alloy Required
15.6 Brass / Titanium alloy Required
15.7 Party may offer any other machining technologies available as standard.
15.8
All the above mentioned technology tables should be available in the CNC control
unit of the machine and incorporate in to part programmes.

15.9
The supplier should provide all the above mentioned machining technologies for the
respective inter wire and workpiece material combinations along with the technology
tables.

16.0
Max. MACHINING RATE / CUTTING RATE
( wire material / workpiece material)
16.1
Copper / Steel
( wire material / workpiece material)
(On surface area of 400 mm
2
at
surface finish 0.8 m Ra)
Vendor to specify
16.2
Brass / Steel
( wire material / workpiece material)
(On surface area of 400 mm
2
at
surface finish 0.7 m Ra)
Vendor to specify


Sl.No Description Specification Value
Compliance
Yes/No
Vendor should provide the
details / values / description
16.3
Brass / Aluminium alloy
( wire material / workpiece material)
(On surface area of 400 mm
2
at
surface finish 1.0 m Ra)
22 mm
2
/ min or more
16.4
Brass / Titanium alloy
( wire material / workpiece material)
(On surface area of 400 mm
2
at
surface finish 0.8 m Ra)
10 mm
2
/ min or more
17.0
BEST SURFACE FINISH
( wire material / workpiece material)
17.1 Copper / Steel in m Ra Vendor to specify
17.2 Brass / Steel 0.7 m Ra or better
17.3 Brass / Aluminium alloy 1.0 m Ra or better
17.4 Brass / Titanium alloy 0.8 m Ra or better
18.0 POWER SUPPLY
18.1 Machine should work on 3-phase power supply of 415 10 %V, 50 5 % Hz.
18.2 Power rating in KVA Vendor to specify
19.0 WATER SUPPLY (DIELECTRIC)
19.1 Minimum flow rate in liters / min Vendor to specify
19.2 Water pressure in bar Vendor to specify
19.3 Water temperature in C Vendor to specify
20.0 AIR SUPPLY
20.1 Air Pressure in bars Vendor to specify
20.2 Max. air Consumption in liters / min Vendor to specify


Sl.No Description Specification Value
Compliance
Yes/No
Vendor should provide the
details / values / description
21.0 SAFETY
21.1
The machine should be provided with all
safety features to protect all parts of the
machine and the operator.
Required
21.2
Safety interlocks for dielectric level and
temperature should be available.
Required
21.3
Collision protection with warning message
should be available.
Required
21.4
Automatic machine shutoff in case of
lubrication failure with warning message
should be available.
Required
21.5
Over travel limit for all axes with pop up
message should be available.
Required
21.6
Compliance to any Electro Magnetic
Compatibility / Electro Magnetic interference
emission standards
Vendor to specify




























V. ESSENTIAL ACCESSORIES
Party has to offer the following essential accessories to be supplied along with the machine with cost breakup for each.

Sl.No Description Quantity
Compliance
Yes/No
Vendor should provide the
details / values / description
1.
EROWA / SYSTEM 3R OR EQUIVALENT
STARTER KIT FRAME SET AND ACCESSORIES KIT
( Basic frame tooling system equipment with two rails.
Manually operated chucks with frameset fix version, clamping frames are
firmly bolted to the machine.
Used for palletization of small and medium sized workpieces. )
Includes the following items:
Sl.No Item Description Quantity
1.1 FrameSet fix plates 2 nos.
1.2 Clamping frame 1 no.
1.3 Fitting clamping beams 2 nos.
1.4 Clamping equipment 1 set
1.5 Frame supports 1 set
1.6 Necessary fittings. Vendor to specify

1 set
2.
EROWA / SYSTEM 3R OR EQUIVALENT
Set of clamping elements for Wire EDM Tooling Economy
Includes the following items:
Sl.No Item Description Quantity
2.1 Hex key SW 3 1 no.
2.2 Hex key SW 4 1 no.
2.3 Hex key SW 5 1 no.
2.4 Hex key SW 6 1 no.
2.5 Hex key SW 8 1 no.
2.6 Spacer plate - small 50 nos.
2.7 Spacer plate - large 50 nos.
2.8 Slotted nut M8 4 nos.
2.9 Straight pin, 9 mm & L = 30 mm 12 nos.
2.10 Straight pin, 9 mm & L = 40 mm 4 nos.
2.11 Straight pin, 9 mm & L = 50 mm 4 nos.
2.12 Straight pin, 9 mm & L = 80 mm 4 nos.
2.13 Thread rod M8 X 100 mm 4 nos.
2.14 Thread rod M8 X 150 mm 4 nos.
2.15 Thread rod M8 X 200 mm 4 nos.











1 set















Sl.No Description Quantity
Compliance
Yes/No
Vendor should provide the
details / values / description

Sl.No Item Description Quantity
2.16 Thread rod M8 X 250 mm 4 nos.
2.17 Thread rod M8 X 300 mm 4 nos.
2.18 Thread rod M8 X 350 mm 4 nos.
2.19 Thread pin, hex M6 X 20 mm 10 nos.
2.20 Thread pin, hex M6 X 30 mm 10 nos.
2.21 Thread pin, hex M6 X 40 mm 10 nos.
2.22 Thread pin, hex M6 X 50 mm 10 nos.
2.23 Thread pin, hex M6 X 60 mm 10 nos.
2.24 Thread pin, hex M8 X 20 mm 10 nos.
2.25 Thread pin, hex M10 X 30 mm 10 nos.
2.26 Hex nut, M8 X 0.8 mm 50 nos.
2.27 Washer 55 nos.
2.28 Bracket universal 15 nos.
2.29 Bracket 4 nos.
2.30 Sliding disc 10 nos.
2.31 Spacer plate 8 nos.
2.32 Countersunk head bolt M8 X 14 10 nos.
2.33 Ring spanner, SW 10 1 no.
2.34 Ring spanner, SW 13 1 no.
2.35 Ring spanner, SW 17 1 no.
2.36 Socket head bolt, hex M8 X 20 mm 20 nos.
2.37 Socket head bolt, hex M8 X 30 mm 10 nos.
2.38 Socket head bolt, hex M8 X 40 mm 10 nos.
2.39 Socket head bolt, hex M8 X 50 mm 10 nos.
2.40 Socket head bolt, hex M8 X 60 mm 10 nos.
2.41 Socket head bolt, hex M8 X 70 mm 10 nos.
2.42 Socket head bolt, hex M8 X 80 mm 10 nos.
2.43 Socket head bolt, hex M8 X 100 mm 10 nos.
2.44 Extension nut, hex / M6 10 nos.
2.45 Spacer, hex / M6 / L = 40 mm 10 nos.


3. Dialing type indicator with 0.001 or 0.002 mm resolution with magnetic stand. 1 set
4.
Bracket for flat chuck
Used to fix fit flat chucks to Wire EDM centre
1 set
5. Spacer plate of thickness 3 mm 8 nos.


Sl.No Description Quantity
Compliance
Yes/No
Vendor should provide the
details / values / description
6. FrameSet gripper bolts 4 nos.
7. Wire tension measuring device (0.5 N to 24 N) 1 no.
8. Resin to deionize the water 100 Liters






































VI. OPTIONAL ACCESSORIES
Party may offer the following optional accessories to be supplied along with the machine with cost breakup for each.

Sl.No Description Quantity
Compliance
Yes/No
Vendor should provide the
details / values / description
1.0 SUPPLEMENTARY / ROTATRY ATTACHMENT A / B AXIS
1.1 A / B Axis should be Servo controlled Vendor to specify
1.2 A / B Axis rotation should be programmable Vendor to specify
1.3
Complete specifications of Supplementary / Rotary
attachment A / B - Axis
Vendor to specify
2.0 Any other optional accessories Vendor to specify






























VII. TECHO-COMMERCIAL TERMS AND CONDITIONS
Sl.No Description
Compliance
Yes/No
Remarks
1.0
ISRO Satellite Centre (ISAC) - Bangalore, India will use the machine only for the realization of
mechanical sub-systems of satellites for communication and earth observation.

2.0
Supplier who is confident of getting export permission if necessary, for supply of the machine to
ISRO Satellite Centre (ISAC) - Bangalore, India only need to submit the quotation.

3.0
Tenderer[s] may recommend and offer any Accessories or Attachments that are essential for smooth
functioning and reliable performance of the machine.

4.0
Entire machine inclusive of all essential and optional accessories shall be warranted for a period of
minimum 12 months from the date of acceptance of the machine at ISAC Bangalore,
India.

5.0
TECHNICAL DOCUMENTATION
( 3 sets of following documents in English are to be supplied along with the machine )
5.1 Complete Technical specification of the machine
5.2 Machine operations manual (Hard copy & Soft copy)
5.3 Programming manual (Hard copy & Soft copy)
5.4 EDM machining technology manuals (Hard copy & Soft copy)
5.5
Maintenance and spare parts manual for hydraulic, mechanical, electric servos and control systems
manual. (Hard copy & Soft copy)

5.6 Electronic and electrical circuit diagrams (Hard copy & Soft copy)
5.7 Machine test charts (Hard copy & Soft copy)
5.8 Check list, trouble shooting charts and guidelines manual (Hard copy & Soft copy)
5.9 Machine installation drawings and instructions manual (Hard copy & Soft copy)
6.0
TENDERER[S] HAS TO PROVIDE COMPLETE DETAILS OF THE MACHINE
OFFERED ALONG WITH THE FOLLOWING INFORMATION.
6.1 Machine layout drawings indicating shop floor space requirements.
6.2 Printed catalogue of the offered machine along with the offer.
6.3 Country of origin certificate shall be provided along with the offer.
6.4 Requirement of utilities like power, water and compressed air lines if any shall be specified.
6.5 The price offer shall provide break-up of cost for basic machine offered, Accessories and Spares.


Sl.No Description
Compliance
Yes/No
Remarks
6.6 Party shall offer AMC for the offered machine for 1
st
and 2
nd
year after warranty separately.
6.7 Party shall submit manufacture's test chart for the offered machine along with offer.
6.8 Party has to submit actual test chart of the similar machine along with offer.
7.0 ITEMS TO BE SUPPLIED ALONG WITH THE MACHINE
7.1 Foundation kit like vibro mounts, bolts, nuts etc, required for foundation to be supplied.
7.2
A kit of spares (detailed list of spares) (Mechanical / Electrical / Electronics) with cost break-up for
each item on two shift basis for maintenance of the machine for a period of two years operation to be
offered.

8.0
MACHINE INSPECTION AND ACCEPTANCE TESTS AT
MANUFACTURERS SITE
8.1 Acceptance testing of the machine shall be according to manufacturers test plan.
8.2
Before supply of the machine, party shall realize the Test Part-I at their site in the presence of our
Engineer[s] from ISAC - Bangalore, as per the details given in the Annexure III. The raw
material required for Test Part-I and Electrodes (Wire) is under the supplier scope.

8.3
Before supply of the machine, party shall realize the Test Part-II at their site in the presence of our
Engineer[s] from ISAC - Bangalore, as per the details given in the Annexure IV. The raw
material required for Test Part-II and Electrodes (Wire) is under the supplier scope.

8.4
Before supply of the machine, party shall conduct Test Part-III at their site in the presence of our
Engineer[s] from ISAC - Bangalore, for validation of Material Cutting Rate and Surface finish as
per the details given in the Annexure - V. The raw material required for Test Part-II and Electrodes
is under the supplier scope.

8.5
Engineer[s] from ISAC shall give the clearance for the dispatch after satisfactory completion of
acceptance test mentioned in Annexure - II Vide Sl. No (IV) 8.1, 8.2, 8.3 & 8.4. The machine is to
be dispatched only after getting clearance from Engineer[s], ISAC

9.0 INSTALLATION AND COMMISSIONING AT ISAC BANGALORE, INDIA.
9.1 Earthing requirements, if any, shall be projected to ISAC Bangalore, India.
9.2
Foundation requirements for the machine including drawings shall be communicated to ISAC
Bangalore well in advance to prepare machine installation at ISAC-Bangalore.

10.0 SCOPE OF - WORK AND OTHER TERMS & CONDITIONS
10.1 Seaworthy packing of machine is under suppliers scope.
10.2

The scope of work includes Supply, Installation, Testing, Commissioning, Demonstration, Training
and Acceptance of the machine at ISAC Bangalore, India.




Sl.No Description
Compliance
Yes/No
Remarks
10.3
All the required manpower for Assembly / Integration Tools, Instruments etc required for Supply,
Installation, Testing, Commissioning, Demonstration, Training and Acceptance of the machine at
ISAC Bangalore is under suppliers scope

10.4
Impart Training for 2 ISAC Engineers on Operation and Machine Maintenance aspects for duration
of 5 days after Commissioning of the Machine at ISAC Bangalore, is under suppliers scope.

10.5
Supplier must provide list of customers addresses and phone numbers and e-mail addresses to
whom they have supplied the same / similar machine in India.

10.6
After Sales- Service support and spares shall be provided by the Supplier for a minimum period of
10 years from the date of machine acceptance.

10.7
Tenderer (s) shall fill up, with details each of the requirements of the Technical compliance matrix
(Annexure-II) sent along with Enquiry / Tender Documents.
Wherever tenderer(s) complied, shall provide details / values / description etc.,
Silence on any point will be treated as non-compliance. This is an essential part of the offer and
without the compliance report, the offer will be treated as incomplete and the offer is be liable for
rejection.

10.8 The offer[s] shall be valid for 120 days from the date of tender opening.
































VIII. SPECIFIC COMMERCIAL TERMS & CONDITIONS
Sl.No Description
Compliance
Yes/No
Remarks
1.0
Payment Terms :
Being a Government of India Department, our Normal Terms of Payment are :
In case of Imports :
1.3 Sight Draft with all Bank Charges Payable within India shall be borne by Purchaser. Similarly,
all Bank Charges Payable outside India shall be borne by the Supplier (or)
1.4 Letter of Credit terms may be considered by the Purchaser on such terms and conditions as
may be agreed upon. All Bank Charges Payable within India shall be borne by Purchaser.
Similarly, all Bank Charges Payable outside India shall be borne by the Supplier.
In case of Indigenous (Local Supply) :
1.3 100 % payment within 30 days after Installation, Commissioning, Testing and Acceptance of the
machine at ISAC Bangalore, India.


2.0

Delivery Terms :
The supplier shall be completely responsible for Supply of the Machine from suppliers place until the
delivery of the machine to ISAC which includes Loading, Transportation, and Unloading the Machine at
ISAC, Installation, Commissioning, Testing, Demonstration, Training and Acceptance of the machine at
ISAC Bangalore. India.
Customs Duty :
ISRO Satellite Centre [ISAC] is completely exempted from payment of Indian Customs Duty in terms of
Customs Notification No. 12/12-Cus dated 17.03.2012.
The necessary Customs Duty Exemption Certificate shall be provided by ISAC for Duty Free Clearance
and Customs Clearance at Bangalore shall be arranged by ISAC- Bangalore.
Excise Duty:
ISRO Satellite Centre [ISAC] is completely exempted from payment of Excise Duty in terms of
Notification No.10/97-CE dated 01.03.1997. The necessary Excise Duty Exemption Certificate shall be
provided by ISAC.


3.0

Delivery Date:
The supplier shall indicate the promised Delivery Date which includes Supply, Installation, Testing,
Commissioning, Demonstration, Training and Acceptance of the machine at ISAC Bangalore, India.


4.0
Performance Bank Guarantee :
The supplier shall execute Performance Guarantee in the form of an unconditional Irrevocable Bank
Guarantee to the extent of 10 (Ten) percent of the total Purchase Order value during warranty period. If
any defects are noticed by the ISAC during the warranty period and the supplier fails to rectify or remedy
the defects and communicate in writing, then ISAC shall have the right to get this done by other parties
and recover the cost incurred as determined by them in consultation with the Supplier, which shall be
final and binding by recovery from the amounts due to the Supplier by claiming through Bank Guarantee.
The Performance Bank Guarantee is to be executed as per the specimen and kept valid till the completion
of warranty period. The PBG will not carry any interest and will be returned to the supplier after
completion of all contractual obligations.




Sl.No Description
Compliance
Yes/No
Remarks
5.0
Liquidated Damages:
If the supplier fails to deliver the machine within the time stipulated in the Purchase Order or any
extension thereof, ISAC shall recover from the supplier as Liquidated Damages a sum of one-half of
one percent [0.5%] of the Purchase Order value for each calendar week of delay. The total Liquidated
Damages shall not exceed Ten Percent [10%] of the Purchase Order value. The machine shall be
deemed to have been delivered only when all its Components parts are also delivered. If certain
Components are not delivered in-time, the material will be considered as delayed until such time the
missing parts are also delivered and accepted.

6.0 Permitted Number of Shipments is [ONE] only. Any Additional shipment will be at suppliers cost.
7.0
Replacements:
If the machine or any portion thereof is damaged or lost during transit, ISAC shall give notice to the
supplier setting forth particulars of such damages or loss during transit. The replacement of such machine
shall be effected free of cost by the supplier within a reasonable time to avoid unnecessary delay in the
intended usage of the machine.

8.0
Termination:
Under the normal circumstances, termination/short closing of order is not foreseen. However, in case of
continued Non-Performance of the order owing to delay in delivery, sub-standard quality of workmanship
and material supplied, cessation of the requirement, breach of contract, ISAC reserves the right to cancel
the contract in whole or in part by giving 30 days prior notice.

9.0
Arbitration:
In the event of any dispute or difference arising out of or in connection with this order, such dispute or
difference shall be settled amicably by mutual consultants or through the good offices of the respective
parties. If such resolution is not possible, then the unresolved dispute or difference shall be referred to the
Sole Arbitrator in accordance with the rules and procedures of the Arbitration and Conciliation Act of
1996 or any re-enactment or modification thereof. The decision of the Arbitrator shall be final and
binding upon the parties and the expenses for the arbitration shall be paid as may be determined by the
Arbitrator.
The Arbitrator may with the consent of both the parties extend the time for making the Award. The
Arbitration shall be held at Bangalore, India.

10.0
Applicable Law and Jurisdiction :
This Contract shall be interpreted, construed and governed by the Laws of India. The Courts of
Bangalore, India only shall have the jurisdiction to deal with the award and decide any matter relating to
disputes arising out of the contract.






Sl.No Description
Compliance
Yes/No
Remarks
11.0
Indemnity against infringement of patent rights :
The supplier hereby Warrants and be deemed to have warranted that all materials supplied against this
Contract are free and clean of infringement of any patent, copy right or trade mark, and shall at all times
indemnify the Purchaser against all claims which may be made in respect of the product for infringement
of any right protected by Patent Registration of design or trade mark and shall take all risk of accidence or
damage which may cause failure of the supply from whatever cause arising and the entire responsibility
for the sufficiency of all the means used by him for the fulfillment of the Contract.

12.0
The tenderer(s) shall submit their offers in Two Part Bid basis as given below:
Part I : Technical and Commercial Bid ( Specimen of Bill of materials without
indicating the price[s] ).
Part II : Price Bid


















Compliance matrix for CNC EDM Wire cut machine
Page 1 of 3


































Compliance matrix for CNC EDM Wire cut machine Page 2 of 3























Compliance matrix for CNC EDM Wire cut machine
Page 3 of 3

You might also like