0% found this document useful (0 votes)
32 views38 pages

Mig PCB Testing

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 38

Tele: 02550-27664

Fax: 02550-276647
11 Base Repair Depot
Air Force Station, Ojhar
Nasik – 422 221
Maharashtra

11BRD/6201/35/ISC/TyBM-85 21 Aug 2023

INVITATION OF BIDS FOR INDIGENOUS DEVELOPMENT OF


03 TYPES OF UPGRADE SPARES OF KARAT SYSTEM: MiG-29

REQUEST FOR PROPOSAL (RFP)


REF NO: 11BRD/6201/35/ISC/TYBM-85 Dated 21 Aug 23

1. Bids in sealed cover are invited for indigenous development of items/services listed in
Part II/ IV of this RFP. Please super-scribe the above mentioned Title, RFP number and date
of opening of the Bids on the sealed cover to avoid the Bid being declared invalid.

2. The address and contact numbers for sending Bids or seeking clarifications regarding
this RFP are given below -

(a) Queries to be addressed to: AOC, 11BRD, AF

(b) Postal address for sending the Bids: 11 Base Repair Depot,
Air Force Station Ojhar,
Nashik, Maharashtra-422221

(c) Name/designation of the contact person(s): Project Officer Indigenisation,


11BRD, Air Force

(d) Tele numbers of the contact person(s) : 02550-276641/7441

(e) E-mail Id of the contact person(s): : unnati.123@gov.in


vyas.456@gov.in

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
3. This RFP is divided into five parts as follows:

(a) Part I – Contains general Information and Instructions for the bidders about the
RFP such as the time, place of submission and opening of tenders, Validity period of
tenders, etc.

(b) Part II – Contains essential details of the items/services required, such as the
Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of
Delivery and Consignee details.

(c) Part III – Contains Standard Conditions of RFP, which will form part of the
Contract with the successful Bidder.

(d) Part IV – Contains Special Conditions applicable to this RFP and which will also
form part of the contract with the successful Bidder.

(e) Part V – Contains Evaluation Criteria and Format for Price Bids.

4. This RFP is being issued with no financial commitment and the Buyer reserves the
right to change or vary any part thereof at any stage. Buyer also reserves the right to
withdraw the RFP, should it become necessary at any stage.

PART – I: GENERAL INFORMATION

1. Last date and time for depositing the Bids. Up to 1030 Hrs on 14 Sep 23. The
sealed Bids should be deposited/reach by the due date and time. The responsibility to ensure
this lies with the Bidder.

2. Manner of depositing the Bids. Sealed Bids should be either dropped in the Tender
Box (During any working day i.e. MON to FRI between 0730 hrs to 1400 hrs) marked as
‘Tender Box Indigenisation’ at the depot guard room or sent by registered post at the
address given above, so as to reach by due date and time. Late tenders will not be
considered. No responsibility will be taken for postal delay or non-delivery/non-receipt of Bid
documents. Bids sent by FAX or e-mail will not be considered.

The proposals shall be submitted in single copy. Technical Bid and Commercial Bid
Proforma are placed at Annexure 1&2 respectively. It is to be noted that Technical and
Commercial Bid is to be submitted as per enclosed Performa only, failing which, will lead to
rejection of Technical and Commercial Offer. Both the Bids should be sealed in two separate
envelopes and suitably marked as ‘Technical Bid / ‘Commercial Bid’ giving reference and date
of this enquiry bid. Bids in which technical and commercial aspects are combined shall not be
considered. These two envelopes further are to be enclosed in a combined bigger envelope.
This envelope should be marked boldly as:

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
“TECHNICAL AND COMMERCIAL BID FOR ENQUIRY NO.
11BRD/6201/35/ISC/TYBM-85 DATED 21 Aug 2023

INDIGENOUS DEVELOPMENT OF
03 TYPES OF UPGRADE SPARES OF Karat SYSTEM: MiG-29
DUE ON 14 Sep 2023”

“NOT TO BE OPENED AT CENTRAL REGISTRY”

3. Time & Date for Opening of Bids: Bids will be opened on 14 Sep 23 at 1130
hrs. In case your representative wishes to attend the bid opening he/she should be in
possession of an authority letter (on the company’s letter head) from the competent authority
of the firm. In case due date is declared as closed holiday, the tender opening will be done on
next working day, at the same time or at any suitable date/time as intimated by the buyer.

4. Location of the Tender Box. MAIN GUARD ROOM,


AIR FORCE STATION, OJHAR
Nasik – 422221 (Maharashtra)

5. Place of Opening of the Bids. CP BUILDING, CONFERENCE HALL


AIR FORCE STATION, OJHAR
Nasik – 422221 (Maharashtra)

6. Reading out contents of the bids. If firm’s representative, duly authorised in


writing are present to attend the opening of bids on the due date on time then rates and
important commercial/ technical clauses quoted by all bidders will be read out in the presence
of the representatives.

7. Two Bid System. It is a Two-bid system and only the Technical Bid would be
opened on the time and date mentioned above. Date of opening of the Commercial Bid will be
intimated after acceptance of the Technical Bids. Commercial Bids of only those firms will
be opened, whose Technical Bids are found compliant / suitable after Technical
evaluation is done by the Buyer.

8. Forwarding of Bids. Bids should be forwarded by Bidders under the original


memo / letter pad inter-alia furnishing details like TIN number, GST No. and HSN Code, Bank
Address with EFT Account, etc and complete postal &e-mail address of their office. The
original RFP format duly stamped and signed by the Firm / firm on all the pages is also to be
submitted along with bidders letter pad. (Same can be submitted in the envelope containing
Technical Bid)

9. Clarification regarding contents of the RFP. A prospective bidder who


requires clarification regarding the contents of the bidding documents shall notify to the Buyer
in writing about the clarifications sought not later than 07 (Seven) days prior to the date of
opening of the Bid. Copies of the query and clarification by the purchaser will be sent to all
prospective bidders who have received the bidding documents.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
10. Modification and Withdrawal of Bids. A bidder may modify or withdraw his/her bid
after submission provided that the written notice of modification or withdrawal is received by
the Buyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent
by fax but it should be followed by a signed confirmation copy to be sent by post and such
signed confirmation should reach the purchaser not later than the deadline for submission of
bids. No bid shall be modified after the deadline for submission of bids. No bid may be
withdrawn in the interval between the deadline for submission of bids and expiration of the
period of bid validity specified. Withdrawal of a bid during this period will result in Bidder’s
forfeiture of bid security.

11. Clarification regarding contents of the Bids. During evaluation and comparison of
bids, the Buyer may, at its discretion, ask the bidder for clarification of his/her bid. The request
for clarification will be given in writing and no change in prices or substance of the bid will be
sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be
entertained.

12. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter and post-
tender correction may invoke summary rejection. Conditional tenders will be rejected.

13. Unwillingness to Quote. Bidders unwilling to quote should ensure that intimation to
this effect reaches before the due date and time of opening of the Bid, failing which the
defaulting Bidder may be de-listed for the given range of items as mentioned in this RFP.

14. Validity of Bids: The Bids should remain valid till (at least 180 days), from the last
date of submission of the Bids.

PART II – ESSENTIAL DETAILS OF ITEMS/SERVICES REQUIRED

1. Schedule of Requirements. The depot requires indigenous development of under


mentioned items, for the Quantity mentioned below

SL Prototype Initial Order


GiG No. Part No Description
NO Qty Quantity (IOQ)
Supply module BSOI-
(a) 1695377 IGAP.798151.008 02 04
29K-02

(b) 77957 6E5.068.059 Monitoring Unit 02 04

(c) 379188 6E5.087.026 Power unit 02 04

Note:- DO/SO will be placed on the selected Firm for development of required
number of prototypes and for initial order quantity as specified in the RFP. However the
initial order quantity would be developed only after go ahead is given in writing by the
indigenisation agency after successful development and testing of prototypes sample
and issue of Local Certification / Provisional Clearance.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
2. Technical Details: The sample is available at this Depot which can be studied any
time between 0730hrs to 1400hrs on all working days (MON–FRI) till the date of submission
of bids. The remaining details are required to be generated as part of the development
process. The following be noted: -

(a) The original material is not available with IAF and will have to be procured in
original/suitable aviation grade substitute in consultation with this depot.

(b) The drawing / specifications of the item are not available and will have to be
developed / generated by you. The same will have to be got approved before
proceeding with actual development.

(c) The test schedule is available and placed at Annexure-4.

(d) All qualification tests laid out in the QTP and/or others specified by Buyer, are to
be carried out at NABL / Government approved labs only and at the expenses of
Bidder, except for those tests where the testing agency is this Depot.

(e) All qualification test reports are to be rendered to this Depot at the time of
prototype delivery.

(f) The prototypes will need to undergo qualification tests, before their acceptance
and certification.

3. Two-Bid System: This is a two-bid system and bidders are required to furnish by
clause by clause compliance of specifications bringing out clearly the deviation from
specification, if any. The bidders are advised to submit the compliance statement in the
following format:-

Compliance to RFP In case of non-compliance, deviation


Para of RFP
specification – whether from RFP to be specified in
specifications
Yes/No unambiguous terms
Essential QR
(Ref Annx-1 of Tech
Bid)

Desirable QR
(Ref Annx-1 of Tech
Bid)

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
4. Criticality / Approval Requirements. Item is meant for airborne application, hence
quality of materials, design and process are of utmost importance. The Item will be required to
be approved for airworthiness from RCMA / Self Reliance Committee of this depot and will be
acceptable only after successful approval. Approvals will be required to be obtained at each
stage of development, viz:-

(a) Finalisation of drawing/design.


(b) Selection of Materials/components.
(c) Selection of manufacturing process.
(d) Extent and sequence of destructive and non-destructive testing.(If any)
(e) Clearance of functional testing / as per test schedule provided.
(f) Final clearance/certification.

5. Development:-The term “DEVELOPMENT” includes:

(a) Generation of specifications and design development for functional equivalent of


the item. For test assembly the original design is not require to be retraced and whole
assembly can be treated as test bench.
(b) Development of tooling/dies/fixtures and such other one-time requirements.
(c) Development of required number of prototypes.
(d) Testing of the prototypes as per approved qualifications acceptance test/life
cycle test schedule before functional testing.
(e) Development will be deemed to be successful after conduct of all the checks as
per test schedule and Type approval and submission of all original test reports to the
Depot, which is the firm’s responsibility.

6. Delivery Period: Delivery period for supply of prototype is (12 months), from the
effective date of contract. Please note that Contract can be cancelled unilaterally by the Buyer
in case items are not received within the contracted delivery period. Extension of contracted
delivery period will be at the sole discretion of the Buyer. However, this period will not include
time spent in the functional testing / various approvals. After successful Development of the
prototype and their certification, the delivery of IOQ should be completed by (03 months from
date of certification).

7. Consignee details:– Air Officer Commanding,


Air Force Station Ojhar, Nasik,
Maharashtra- PIN-422221

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
PART III – STANDARD CONDITIONS OF RFP

The Bidder is required to give confirmation of their acceptance of the Standard


Conditions of the RFP as per DPM 2009 and it’s supplement 2010 and the bidder is required
to give confirmation of their acceptance of the standard conditions of Request for Proposal
mentioned below which will automatically be considered as part of the Contract concluded
with the successful Bidder (i.e. Seller in the contract) as selected by the Buyer. Failure to do
so may result in rejection of the Bid submitted by the Bidder.

1. Law. The Contract shall be considered and made in accordance with the laws of the
Republic of India. The contract shall be governed by and interpreted in accordance with the
laws of the Republic of India.

2. Effective Date of the Contract. The contract shall come into effect on the date of
signatures of both the parties on the contract (Effective Date) – except when specifically
provided other-wise in the contract - and shall remain valid until the completion of the
obligations of the parties under the contract. The deliveries and supplies and performance of
the services shall commence from the effective date of the contract.

3. Arbitration. All disputes or differences arising out of or in connection with the


Contract shall be settled by bilateral discussions. Any dispute, disagreement or question
arising out of or relating to the Contract or relating to construction or performance, which
cannot be settled amicably, may be resolved through arbitration. The standard clause of
arbitration is as per Forms DPM-7, DPM-8 and DPM-9 (Available in MoD website and can be
provided on request).

4. Penalty for use of Undue influence. The Seller undertakes that he has not given,
offered or promised to give, directly or indirectly, any gift, consideration, reward, commission,
fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring
the Contracts or forbearing to do or for having done or forborne to do any act in relation to the
obtaining or execution of the present Contract or any other Contract with the Government of
India for showing or forbearing to show favour or not in favour to any person in relation to the
present Contract or any other Contract with the Government of India. Any breach of the
aforesaid undertaking by the Seller or any one employed by him or acting on his behalf
(whether with or without the knowledge of the Seller) or the commission of any offers by the
Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the
Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted
for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any
other contracts with the Seller and recover from the Seller the amount of any loss arising from
such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the
undertaking had been committed shall be final and binding on the Seller. Giving or offering of
any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards
any officer/employee of the Buyer or to any other person in a position to influence any
officer/employee of the Buyer for showing any favour in relation to this or any other contract,
shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but
not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank
Guarantee and refund of the amounts paid by the Buyer.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
5. Agents / Agency Commission. The Seller confirms and declares to the Buyer that
the Seller is the original manufacturer of the stores/provider of the services referred to in this
Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to
intercede, facilitate or in any way to recommend to the Government of India or any of its
functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor
has any amount been paid, promised or intended to be paid to any such individual or firm in
respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is
established at any time to the satisfaction of the Buyer that the present declaration is in any
way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged
any such individual/firm, and paid or intended to pay any amount, gift, reward, fees,
commission or consideration to such person, party, firm or institution, whether before or after
the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The
Seller will also be debarred from entering into any supply Contract with the Government of
India for a minimum period of five years. The Buyer will also have a right to consider
cancellation of the Contract either wholly or in part, without any entitlement or compensation
to the Seller who shall in such an event be liable to refund all payments made by the Buyer in
terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The
Buyer will also have the right to recover any such amount from any contracts concluded
earlier with the Government of India.

6. Access to Books of Accounts. In case it is found to the satisfaction of the Buyer that
the Seller has engaged an Agent or paid commission or influenced any person to obtain the
contract as described in clauses relating to Agents/Agency Commission and penalty for use
of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary
information/ inspection of the relevant financial documents/information.

7. Non-disclosure of Contract documents. Except with the written consent of the


Buyer/ Seller, other party shall not disclose the contract or any provision, specification, plan,
design, pattern, sample or information thereof to any third party.

8. Liquidated Damages. If the contractor fails to deliver the store thereof within the
Delivery Period, LD will be applicable as per the following:-
“A sum equivalent to 0.5% of the delivery price of delayed goods for each week or part
thereof, subject to the maximum ceiling of 10%, will be recovered from you as liquidated
damages (LD), with effect from delivery period.”

9. Termination of Contract. The Buyer shall have the right to terminate this contract in
part or in full in any of the following cases:-

(a) The delivery of the item is delayed for causes not attributable to Force Majeure
for more than 09 Month after the scheduled date of delivery.
(b) The Seller is declared bankrupt or becomes insolvent.
(c) The delivery of material is delayed due to causes of Force Majeure by more
than 09 months provided Force Majeure clause is included in contract.
(d) The Buyer has noticed that the Seller has utilised the services of any agent in
getting this contract and paid any commission to such individual / company etc.
(e) As per decision of the Arbitration Tribunal.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
10. Notices. Any notice required or permitted by the contract shall be written in the
English language and may be delivered personally or may be sent by FAX or registered pre-
paid mail / air mail, addressed to the last known address of the party to whom it is sent.

11. Transfer and Sub-letting. The Seller has no right to give, bargain, sell, assign or
sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a
third party take benefit or advantage of the present Contract or any part thereof.

12. Patents and other Industrial Property Rights.The prices stated in the present
Contract shall be deemed to include all amounts payable for the use of patents, copyrights,
registered charges, trademarks and payments for any other industrial property rights. The
Seller shall indemnify the Buyer against all claims from a third party at any time on account of
the infringement of any or all the rights mentioned in the previous paragraphs, whether such
claims arise in respect of manufacture or use. The Seller shall be responsible for the
completion of the supplies including spares, tools, technical literature and training aggregates
irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement
of any or all the rights mentioned above.

13. Amendments. No provision of present Contract shall be changed or modified in


any way (including this provision) either in whole or in part except by an instrument in writing
made after the date of this Contract and signed on behalf of both the parties and which
expressly states to amend the present Contract.

14. Taxes and Duties/GST: GST /As applicable.

15. TDS: As per of IT Act 1961 section 194(C) 1(ii) any person responsible for paying any
sum to any contractor for carrying out any work in pursuance of a contract between the
contractor and a specified person shall, at the time of credit of such sum to the account of the
contractor or at the time of payment there-of in case or by issue of a cheque or draft or by any
other mode, whichever is earlier, deduct an amount to 2% where the payment is being made
or credit is being given to a person other than an individual or a Hindu undivided family.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
PART IV – SPECIAL CONDITIONS OF RFP

The Bidder is required to give confirmation of their acceptance of Special Conditions of


the RFP mentioned below which will automatically be considered as part of the Contract
concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer.
Failure to do so may result in rejection of Bid submitted by the Bidder

1. Following clauses to be noted:-

(a) All the testing charges are to be borne by the Firm, this includes, tests called for
/ required to be undertaken at CEMILAC approved / NABL accredited labs as a part of
specification generation / development testing as per QTP/test schedule. The tests will
be undertaken only in the presence of representatives of Buyer from IAF. The firm has
to intimate the IAF well in advance before the testing, so that the IAF representatives
are routed in time for witnessing the tests.

(b) The following parts will be supplied by IAF: -

(i) Qty one Cat B/ Cat D sample of spares, on returnable basis.

(ii) Copy of technical publications (to the extent available with IAF).

(c) Developmentwill be deemed to be successful after conduct of all the checks as


per approved drawing/Standard/Test schedule/Type approval/Certification

(d) Clear breakdown of the Development cost, Prototype Cost and Cost of initial
supply is to be indicated in the commercial bid, failing which quotation shall be treated
as invalid. Taxes applicable should also be clearly indicated and added to the total cost.

(e) The cost break up details will be checked and if felt necessary the Depot may
resort to examination of your books.

(f) The item is complex and technical bids may require time for study. Similarly time
will have to be given for successful bidders to come for opening of ‘Commercial Bid’.
Therefore, your offer should remain valid for at least 180 days (or more).

(g) It is requested that acknowledgement of receipts of RFPs be sent. Regret letter


is requested in case of inability to develop the item.

(h) Please quote the rates in figures as well as in words. Unit basic price and all
Government duties and taxes should be indicated separately. Government duties/taxes
etc. should be specified and spelt out clearly giving the current rate as applicable. If
there is discrepancy between unit price and cost price, the Unit price shall prevail. If
there is discrepancy between words and figures, the amount in words shall prevail. If
supplier does not accept the correction of the errors, his/her bid will be rejected.

(j) The firms are requested to intimate their latest status as a registered SSI.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
(k) L1 (lowest bidder) will be determined with reference to: Development cost +
Cost of prototypes + Cost of initial order Qty + Other Misc charges, excluding taxes.
Supply Order (SO) will be placed on the selected Firm for development of required
number of prototypes and for initial order qty as specified in the RFP. However, initial
order quantity would be manufactured only after go-ahead is given in writing by the
Indigenisation Agency after successful development and testing of prototype samples
and issue of PC/LC. Tentative requirement of next five years is as mentioned below,
which may vary depending upon buyer’s requirement / task / modification / upgradation,
etc.

Tentative
Sl No Part No. Description requirement (Next
Five years)
(a) IGAP.798151.008 Supply module BSOI-29K-02 20
(b) 6E5.068.059 Monitoring Unit 20
(c) 6E5.087.026 Power unit 20

(Note:- L-1 will be decided separately for each line of spare indicated)

(l) Late Bids: Any bid received after the deadline for submission of bids shall be
rejected and returned unopened to the bidder

2. Return of Sample/documents: Sample, documents, specifications, drawings


issued to the firm/contractors or prepared by them should be submitted to buyer, as
this belongs to the Govt. Loss or damage to these samples and/or documents shall
be recoverable from the contractors. After successful development, the following
documents are required to be submitted: -

(a) Technical & Design details and all drawings/diagrams and type test schedule.
(b) Components/material details with source of purchasing.
(c) Bill of material.
(d) The summary of test results including Quality control checks
(e) Maintenance schedules/product manual where applicable.
(f) Trouble shooting manual, if applicable.
(g) The Firm should also submit a declaration that all bulk supplies in future the
same quality standards shall be maintained and all relevant documents mentioned in
Para 2 (a) to (f) shall be furnished with each lot.
(h) Rectifications if any shall be done by the Firm at his own cost. In case of any
amendments in specifications, he shall supply the bulk lot as per the amendments.

3. Long Term Support. Firms are to note that once the development costs are paid,
your firm’s commitment of continued supply at least for next 10 years will be a mandatory and
obligatory requirement of IAF. However, if considered necessary, you may like to give
escalation factors that may become applicable after a period mentioned by you. This factor
may be discrete figures or linked with some economic indicators.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
4. Safeguard of Intellectual Property. The Firms are assured that, till the selection of
Firm and final approval of item from the selected Firm, their processes, design and all other
information will be kept confidential and will not be given to any other Firm by IAF. However,
on successful development of prototypes, IAF has the full right over the design and to use
them in any manner deemed fit by IAF. The design and all the documents / toolings will be
IAF property. Placement of bulk order will be at the discretion of IAF. Similarly, Firms are to
confirm and ensure that the specifications / operating parameter / other information provided
by IAF will be confidential and not disseminated to any other party.

5. Terms of payment:

(a) 100% payment shall be made only after acceptance of prototypes, IOQ and issuance
of Provisional Clearance / Local Certification. The developed item would be accepted
and approved by Self Reliance Committee at this depot / RCMA (Nasik). Type testing
lead-time may even extend till a period of 02 – 03 months after receipt of developed
item. Seller needs to submit the bills, only after all tests and certification process is
completed for prototype and IOQ.

(b) It will be mandatory for bidders to indicate their bank account numbers and other
relevant e-payment details so that payments could be made through ECS/EFT
mechanism instead of payment through cheque, where feasible. A copy of the model
mandate form prescribed by RBI to be submitted by Bidders for receiving payments
through ECS is at Form DPM-11 (Available in MoD website and can be given on
request). The user on production of the requisite documents will make the 100%
payment on delivery and acceptance.

(c) No advance payment(s) will be made.

6. Warranty/Guarantee Clause. The product supplied by the Firms will have a


warranty period of at least one year from the date of installation/commissioning on weapon
system. During the warranty period all rectification/replacements will be free of cost.

7. Jurisdiction of Courts. The courts of the place from where the acceptance of
tender has been issued shall alone have jurisdiction to decide any dispute arising out of or in
respect of the contract.

8. Paying Authority:

SENIOR ACCOUNTS OFFICER,


AIR FORCE STATION,
OJHAR, NASIK

The payment of bills will be made on submission of the following documents by the
Sellerto the Paying Authority, along with the bills.

(a) Sellers Bill in Triplicate duly stamped and signed.


(b) Copy of Supply Order/Contract with U.O. number and date of IFA’s concurrence,
where required under delegation of powers.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
(c) Inspection note.
(d) Claims for statutory and other levies to be supported with requisite documents /
proof of payment such as Excise duty challan, Octroi receipt, proof of payment for
EPF/ESIC contribution with nominal roll of beneficiaries, etc as applicable.
(e) Exemption certificate for Excise duty if applicable.
(f) Guarantee / Warranty certificate
(g) Performance Bank guarantee/Indemnity bond (only if applicable).
(h) Details for electronic payment viz Account holder’s name, Bank name, Branch
name and address, Account type, Account number, IFSC code, MICR code (if these
details are not incorporated in supply order/contract).
(i) Any other document / certificate that may be provided for in the Supply Order /
Contract.
(j) User Acceptance.

9. Inspection Authority. CQA of Air Force Station Ojhar /RCMA (ND)

10. OEM Certificate. In case the Bidder is not the OEM, the agreement certificate with
the OEM for sourcing the spares shall be mandatory. However, where OEMs do not exist,
minor aggregate and spares can be sourced from authorized Firms subject to quality
certification

11. Specification. The Seller guarantees to meet the specifications as per Part-II of RFP
and to incorporate the modifications to the existing design configuration to meet the specific
requirement of the Buyer Services as per modifications/requirements recommended after the
Maintenance Evaluation Trials. The Seller before supply to the Buyer shall amend all
technical literature and drawings as per the modifications. The Seller, in consultation with the
Buyer, may carry out technical up gradation / alterations in the design, drawings and
specifications due to change in manufacturing procedures, indigenization or obsolescence.
This will, however, not in any way, adversely affect the end specifications of the equipment.
Changes in technical details, drawings,development/ repair and maintenance techniques
along with necessary tools as a result of up-gradation / alterations will be provided to the
Buyer free of cost within (30) days of affecting such up-gradation / alterations.

12. Earliest Acceptable Year of Manufacture. Date of manufacture should be within 3


months from date of delivery.

13. Franking clause: The following Franking clause will form part of the contract placed
on successful Bidder –

(a) Franking Clause in the case of Acceptance of Goods. The fact that the
goods have been inspected after the delivery period and passed by the Inspecting
Officer will not have the effect of keeping the contract alive. The goods are being
passed without prejudice to the rights of the Buyer under the terms and conditions of
the contract.

(b) Franking Clause in the case of Rejection of Goods. The fact that the
goods have been inspected after the delivery period and rejected by the Inspecting

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
Officer will not bind the Buyer in any manner. The goods are being rejected without
prejudice to the rights of the Buyer under the terms and conditions of the contract.

14. Technical Bid (Annexure 1), Commercial Bid (Annexure 2) and Undertaking /
Commitment Certificate (Annexure3) etc. duly filled complete in all respects should be
submitted by Firm / firm.

15. Other Clauses: The item should be supplied with the original packing and the
seller shall provide packing and preservation of the equipment so as to ensure their safety
against damage in the condition of land, transshipment, storage handling and weather
hazards during transportation. The seller shall ensure that the stores are packed in containers
which are made sufficiently strong. The prototypes, IOQ and future bulk supplies, if any, are
to be marked with:

(a) Part No:


(b) Description
(c) Order No and Date
(d) Material Specification / Sub-sub parts used / Work Done details.
(e) Date of manufacture
(f) Batch/Lot/Year of Manufacture (Month-Year)
(g) Firm Name

16. Pre dispatch inspection: The manufacturer/contractor must satisfy themselves that
the stores are in accordance with the terms of the contract and fully confirm to the required
specification, before delivery. Towards this, a pre-dispatch inspection shall be undertaken by
the certification agency of Buyer at the Firm premises. If the inspecting officer finds, during
the pre-inspection of the consignment, that the items are not made as per contract
specifications, the consignment is liable for rejection.

17. The cost (excluding taxes) quoted in the commercial bid for future bulk supplies,
should be valid upto 5 years, from the date of grant of provisional clearance / local
certification.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
PART V – EVALUATION CRITERIA & PRICE BID ISSUES

1. Evaluation Criteria: Broad guidelines for evaluation of Bids are as follows:

(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility
and qualifying requirements of the RFP.

(b) The L1 (Lowest Bidder) will be determined with reference to the development cost
+ cost of prototypes+ cost of initial order Qty(as mentioned in the RFP)+Other misc.
charges (Excluding taxes). The firm asking for lesser MOQ with more discounts will be
given preference. The ultimate cost to the buyer would be the deciding factor for ranking of
bids.

(c) The Bidders are required to spell out the rates of GST, in unambiguous terms;
otherwise their offers will be loaded with the maximum rates of duties and taxes for the
purpose of comparison of prices. If reimbursement of Customs duty / Excise Duty / VAT is
intended as extra, over the quoted prices, the Bidder must specifically say so. In the
absence of any such stipulation it will be presumed that the prices quoted are firm and
final and no claim on account of such duties will be entrained after the opening of tenders.
If a Bidder chooses to quote a price inclusive of any duty and does not confirm inclusive of
such duty so included is firm and final, he should clearly indicate the rate of such duty and
quantum of excise duty included in the price. Failure to do so may result in ignoring of
such offers summarily. If a Bidder is exempted from payment of Customs duty / Excise
Duty / VAT duty upto any value of supplies from them, they should clearly state that no
excise duty will be charged by them up to the limit of exemption which they may have. If
any concession is available in regard to rate/quantum of Customs duty / Excise Duty / VAT,
it should be brought out clearly. Stipulations like, excise duty was presently not applicable
but the same will be charged if it becomes leviable later on, will not be accepted unless in
such cases it is clearly stated by a Bidder that excise duty will not be charged by him even
if the same becomes applicable later on. In respect of the Bidders who fail to comply with
this requirement, their quoted prices shall be loaded with the quantum of excise duty
which is normally applicable on the item in question for the purpose of comparing their
prices with other Bidders. The same logic applies to Customs duty and VAT also.

(d) If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price will prevail and the total price will
be corrected. If there is a discrepancy between words and figures, the amount in
words will prevail for calculation of price.

2. Technical / Commercial Bid Format. The Technical and Commercial Bid Format
should be as per attached Proforma (Annexure 1 and 2respectively) and Bidders are
required to fill this up correctly with full details. Firms are required to submit full details on
separate sheets wherever applicable such as Man hours details / Bill of materials, etc.The
original RFP format duly stamped and signed by the Firm / firm on all the pages is also to
be submitted along with bidders letter pad.

3. An Undertaking/Commitment certificate as per (Annexure3), dully filled complete in


all respects, should also be submitted by Firm / firm along with their Technical Bid.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
(Prashant Sharma)
Wg Cdr
Project Officer Indigenisation
For Air Officer Commanding

Annexures: Following annexures, as stated in RFP, are attached herewith

(1) Annx1. Technical Bid Proforma


(2) Annx2. Commercial Bid Proforma
(3) Annx3. Undertaking & Commitment Certificate
(4) Annx4. QTP / Test Schedule

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
Annexure 1
(Refers to Para 2 Part-I of
RFP 11BRD/6201/35/ISC//TyBM-85
Dated 21 Aug 2023)

TECHNICAL BID PROFORMA


(Use additional sheets where considered necessary)

Name & Address of the Firm: ………………………………………


……………………. ……………….
………………………………………
………………………………………
Item Details:

Vocab GIG No Part No Description


MBZ 1695377 IGAP.798151.008 Supply module BSOI-29K-02

MBZ 77957 6E5.068.059 Monitoring Unit

MBZ 379188 6E5.087.026 Power unit

1. List of Airborne/Non airborne items, if any, developed by your company for IAF / HAL /
DRDO / ISRO or any other agency.

2. How many of the above have been cleared by CEMILAC / RCMA. Give details with
their Certification Number.

3. Broad understanding of the presents items under development:

(a) Broad Design (where applicable).


(b) Process proposed to be used (Brief description of sequence of fabricating
procedure, heat treatment and protective coating where applicable).
(c) Bill of material based on the proposed broad design (indicate probable use of
MIL grade / COTS in case of electronic components).
(d) Materials proposed to be used (where not being supplied by IAF).
(e) List of requirement of Jigs, Fixtures and special tools.

4. Availability of the required manufacturing / fabrication facilities with you.

5. Details of special process planned to be outsourced.

6. Broad understanding of the testing requirement for present item(s) under development
and list the extent and type tests the product is likely to be subjected to for type approval and
also for bulk production clearance. The same to be tabulated and submitted as per format
below:

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
Para of RFP Compliance to In case of Non-
Specifications RFP compliance, deviations
Specifications to be specified
Essential QR

Desirable QR

7. In case testing is supposed to be done by you, list the test facilities available with you
and the details of CEMILAC approved/NABL accredited test house/lab planned to be used for
the remaining tests, if any.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
Annexure 1 (Contd…)

(Refers to Para 2 Part-I of


RFP 11BRD/6201/35/ISC//TyBM-85
Dated 21 Aug 2023)

TEC REPORT

(Annexure-III of Revised Form DPM-24, of DPM 2009 refers)

(a) Essential QRs.

Sl Essential QRs Acceptability Criteria Firm


No (serially numbered) Compliance Technically
by Firm Acceptable
1 Registration of firm with Copy of such Yes/No
recognized Government registration to be
Agency for design and submitted by firm.
development / repair Airborne
Items.
2 Development capability for Firm to provide details Yes/No
spares (in house or in of infrastructure
partnership) including available
(a) Expertise Manpower. expertise,
(b) Manufacturing/ manufacturing/
assembling facility. assembly and test
(b) Test facilities for design facility. In case of
and development / repair of capability is through
spares partnership then Firm to
(In-house and external provide partnership
agency) and its approval by certificate as provided
NABL / Recognized by the partner.
Government Agency.
(c) Details of manufacturing
/Repair processes to be out
sourced.
3 Successful development of Development project for Yes/No
Similar jobs done and their at least one for defense
approval (minimum One) done application should have
till date for IAF / HAL / DLRL /
been undertaken. Copy
DRDO / Any other reputed of completion report (at
customer earlier least one) signed by the
IAF/HAL/DLRL/DRDO/A
ny other reputed
customer be produced.
4 Should have the capability to Yes Yes/No
test the product from any
NABL / CEMILAC (RCMA) /
Any Govt approved agency.

5 Adherence to delivery Adherence to Delivery Yes/No

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
Sl Essential QRs Acceptability Criteria Firm
No (serially numbered) Compliance Technically
by Firm Acceptable
schedule as per Para 6 Part-II schedule specified.
of RFP.
6 Adherence to Test Schedule All the Testing Charges Yes/No
placed at Annexure-4 to RFP. to be borne by Firm
7 Firm agreeing to supply Yes Yes/No
Technical documents i.e.
operation & maintenance
manual, schematic diagram /
circuit diagrams.
8 Bill of materials need to be Yes Yes/No
provided in case of raw
material is being supplied by
the Firm.

(b) Desirable QRs.

Sl Desirable QRs Acceptability Firm


No Criteria Compliance Technically
by Firm Acceptable
1 Experience in the product line or Minimum two years Yes/No
similar items. of experience. Firm
to provide
supporting
documents.
2 Brief description of items to be Should be broadly in Yes/No
developed as understood by firm:- line with the item
(a) Process (brief description of certificate / manual /
sequence of fabricating procedure drawings / test
as applicable). schedules.
(b) Indicate use and Source of raw
material.
(c) Submit the understanding and
conformance on testing
requirement including extent and
type tests the product is likely to be
subjected for type approval and
subsequently for bulk supply.

3 Approximate man-hours required Mention man-hour


for development of the item to be details.
indicated.
4 Flow chart for project Submit a draft flow Yes/No
implementation indicating time chart.
schedule for each activity.

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
Note:- The technical Bids received would be evaluated as per the details mentioned at (a) and (b),
above.

Signature of TEC Members

Project Officer User Section QA Member CQA

Sign

Name

Rank

Appt Member Secretary SPE RSD-L Dy CQA CQA

Date

Remarks by CFA

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
Annexure 2
(Refers to Para 2 Part-I of RFP
11BRD/6201/35/ISC/TyBM-85
Dated 21 Aug 2023)

COMMERCIAL BID PROFORMA


(Attach separate Commercial Bid Performa for each item, if required)

Firm’s Ref No: ……………………………………… Date:………


Validity of Commercial Bid Upto: ………………………..
Firm Name & address
BREAKDOWN OF DEVELOPMENT COST (INCLUDING PROTOTYPE COST)
1. Prototype Qty/ IOQ Sought by Buyer: as indicated below

SL Part No Description Prototype Initial Order


NO Qty Quantity
(IOQ)
Supply module BSOI-
IGAP.798151.008
1 29K-02 02 04

2 6E5.068.059 Monitoring Unit 02 04

3 6E5.087.026 Power unit 02 04

2. One-time Development Cost

(a) Generation of specifications and design development : Rs…………………


(b) Cost of tooling/dies/fixtures and
such other one time Investment : Rs…………………..
(c) Cost of qualification acceptance/Life cycle
Testing Charges : Rs…………………
(d) Total Development Cost [Sum of 2(a) to 2(c)] : Rs…………………

3. Cost of Prototype, per Unit/Piece

(a) Cost of labour(per Unit/Piece)


No of Men No of hrs Rate per hr (Rs) Total (Rs)
Technical Labour
Non-technical labour
Net Total

(b) Cost of material(per Unit/Piece)


Type of Raw Material Source Qty Unit Rate Total (Rs)
(attach separate (Indian / required (per kg/mtr/each)
sheets if required) Import) (Rs)

Net Total

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
(c) Rework / Scrap coverage Rs………………………
(d) Overhead expenditure Rs……………………
(e) Any other factor please specify Rs……………………
(f) Taxes if any applicable as per prevailing rate Rs………………..……..
(on prototype Qty)
(g) Profit margin Rs……………………..
(h) Cost of prototype (one unit/piece) Rs……………………….
[Sum of 3 (a) to 3 (g)]
(i) Total Cost for required number of Prototypes Rs:…………........……
[3(h) X Total Number of Prototypes sought]

4. Total Development Cost + Prototype(s) Cost :Rs……………………


[Sum of 2 (d) + 3 (i)]

BREAKDOWN OF FUTURE COST FOR IOQ & DURING BULK SUPPLY,


PER PIECE/UNIT

1. Detailed Break Down

(a) Cost of labour (for bulk supply in future)

No of Men No of hrs Rate per hr (Rs) Total (Rs)


Technical Labour
Non-technical labour
Net Total

(b) Cost of material( for bulk supply in future)

Type of Raw Material Source Qty Unit Rate Total (Rs)


(attach separate (Indian / required (per kg/mtr/each)
sheets if required) Import) (Rs)

Net Total

(c) Rework / scrap Coverage : Rs……………………


(d) Cost of Heat treatment / Plating (if applicable) : Rs…………………….
(e) Overhead expenditure : Rs…………………….
(f) Profit margin : Rs…………………..
(g) Taxes if any applicable as per prevailing rate : Rs…………………….
Total Future Cost Per Piece/Unit : Rs………………………
(For future bulk procurement, Govt. duties/taxes would be at Govt. rates as applicable at the
time of procurement)

(h) Minimum Order Quantity (MOQ), (if any) to be placed by IAF during Future Bulk Supply:
(Note: The MOQ sought by IAF is ……….)

2. Likely Delivery Period during Future Bulk Supply : ………(in days/months)


For a MOQ of …..

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
3. Discounts, if any in Future Bulk Supply. Only discount rates are given. Applicable Taxes at
the time of actual supply would be over and above the discount rates quoted below:

MOQ Rate (in Rs.)

4. Validity of Future Cost

The future cost should be applicable for the next 05 years (Five Years at least) from the date
of Certification.

Any failure of the prototype, IAF is not liable for any payment.

Date: Signature and seal of the firm

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
Annexure 3
(Refers to Para 3 Part-V of
RFP 11BRD/6201/35/ISC/TyBM-85
Dated 21 Aug 2023)

UNDERTAKING/COMMITMENT CERTIFICATE

Name & Address of the firm: ..........................................


..........................................
1. The bulk supply rates for the item shall remain fixed for 05 yearsafter the approval of the
prototype. The schedule of supply shall be in accordance with the terms and conditions mentioned in
the supply order.

2. In case of any major reduction in cost due to change in Bill of Material / extent of usage of
COTS/Mil Grade Components or any other reason after the approval, I will incorporate corresponding
reduction in the bulk supply rates and inform your office of the same.

3. The following documents where applicable will be supplied to the IAF by me after successful
development:

(a) Tech & Design details and all drawings/diagrams and type test schedule.
(b) Components / material details with source of purchasing.
(c) Exact Bill of material.
(d) The summary of test results (Life cycle test schedule/QTP/type test schedule)
(e) Maintenance schedules / product manual where applicable.
(f) Trouble shooting manual, if any.

4. I understand that on successful development of prototypes, IAF has the full right over the
design. Placement of Bulk order will be at the discretion of the IAF.

5. All Bulk supply items shall be supplied as per approved technical specifications and drawings.
A Conformance certificate, all documents pertaining to material analysis if any, procurement,
dimensional checks shall be furnished along with each supply.

6. I understand that it will be mandatory and obligatory for my firm to ensure continued supply at
least for the next 10 years once the development costs are paid. For this purpose I have indicated an
escalation factor in the commercial bid. All queries by IAF shall be duly responded by this firm. Any
failure to supply bulk items as per the terms of requirements, this firm will be liable for legal penal
action that may even involve full or partial recovery of development cost.

7. All, tools, dies, fixtures developed for fabrication of subject item are the property of the IAF and
these shall be solely utilized for fabrication of IAF items.

8. The firm undertakes that the specifications / operating parameter / other information provided
by IAF will be kept confidential and not be disseminated to any other party.

Date: Signature & seal of the firm with


Place: details of the Authorised Signatory

Firm Sign (Prashant Sharma)


With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation
Firm Sign (Prashant Sharma)
With Stamp Wg Cdr
Project Officer Indigenisation

You might also like