Tele: +91-11-23010231/5278 Directorate of Procurement
Fax No: +91-11-23017664 Indigenous Purchase Wing E-mail: paschimtwo@iaf.nic.in Air HQ (Vayu Bhawan) Rafi Marg New Delhi 110106
QUOTES ARE NOT TO BE SENT THROUGH FAX. QUOTES ARE TO BE DEPOSITED IN SEALED ENVELOPES ONLY IN THE EARMARKED TENDER BOX.
AIRHQ/DPUR/I/1425012 Date: 26 Mar 2014
To: ________
REQUEST FOR PROPOSAL FOR PROCUREMENT OF 16 KL AIRCRAFT REFUELLER FULLY BUILT (RFP) No. AIRHQ/DPUR/I/1425012 DATED 26 MAR 2014 (UNDER TWO BID SYSTEM ON OPEN TENDER ENQUIRY BASIS)
Dear Sir/Madam,
1. Bids in sealed cover under Two Bid System are invited for supply of goods listed in Appendix- A (Para 23 of Part-II) of this RFP from technically sound and financially capable prospective vendors. Please super scribe the above mentioned Title, Senders Name, address, Air HQ RFP Number and date of opening of the Bids on the sealed cover to avoid the bids being declared invalid.
2. This tender has been e-published on Govt. of India Central Public Procurement Portal on date 26 Mar 14 at e-procure.gov.in. To reach the site, please navigate as under:
e-procure.gov.in ------ Tender Search ------ Org Name ----- Indian Air Force --- City New Delhi ----- Product Category Aviation ..Search
Note: RFP will be visible as well as available for download till 15 min prior to original closing time of the RFP
3. The address and contact number for sending bids or seeking clarification regarding the RFP are given below:
(a) Bids/Queries to be addressed to ACAS (PROCUREMENT)
(b) Address for communication: Directorate of Procurement, Air Headquarters (Vayu Bhawan), Rafi Marg, New Delhi 110106 (INDIA).
(c) Name and designation of contact person:-
(i) Commercial Issues: Director of Procurement (I&W), Air HQ (VB) Tel No. 011-23010231/Extn 5278/5277/5775. Fax No. 011-23017664.
2
[Signature of Seller) [Signature of Buyer)
(ii) Technical Issues/Queries. (aa) DGAQA/GSE Tele: 011-23793773 (ab) PD MT, Air HQ, (RK Puram) Tel No. 23010231/5150/5414
4. PLEASE SUPERSCRIBE YOUR FIRMS NAME, ADDRESS AND RFP NO. & DATE OF TENDER OPENING ON SEALED COVER, SO AS TO AVOID THE BID BEING DECLARED UNSOLICITED.
5. This RFP is being issued without prejudice and with nil financial commitments. 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
6. Last date and time for depositing the Bids: 05 Jun 2014 at 11.30 Hrs (IST)
The sealed Bids should be deposited/reach by the due date and time. The responsibility to ensure this lies with the Bidder. The tender box will be sealed at 1130 hrs (IST) on the closing date.
7. Manner of depositing the Bids: Sealed quotations addressed to ACAS Procurement should be dropped in Tender Box marked as
TENDER BOX NO. 2 ACAS (PROCUREMENT)
and kept near the reception office at Air Headquarter (Vayu Bhawan), Rafi Marg, New Delhi - 110106 or sent by registered post/courier/ speed post so as to reach by the 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 (unless they have been specifically called for by these modes due to urgency).
8. Time and date for opening of Techno-Commercial Bids: 05 Jun 2014 at 11: 45 Hrs (IST)
(If due to any exigency, the due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next working day at the same time or on any other day / time, as notified by the Buyer).
9. Location of the Tender Box: Air Headquarter (Vayu Bhawan), Rafi Marg, New Delhi 110106. On the date of opening only those Bids that are found in the tender box marked ACAS (PROC) will be opened. Bids dropped in the wrong Tender Box will be rendered invalid. Bids received after due date/time specified will be returned to the sender on Freight to Pay basis.
3
[Signature of Seller) [Signature of Buyer)
10. Place of opening of the Bids: Air Headquarter (Vayu Bhawan), Directorate of Procurement, Rafi Marg, New Delhi-10106 [Earmarked Tender opening room, near Reception]. The Bidders may depute their accredited representatives, duly authorized in writing, to attend the opening of Bids on the due date and time. Details of the accredited representatives are to be forwarded to this Office by FAX (followed by an ink signed copy) well before the due date of tender opening, for originator to facilitate security clearance and entry to VB (Tender Opening Room). Rates and important commercial / technical clauses quoted by all Bidders will be read out in the presence of the accredited representatives of all the Bidders. It may be noted that this event will not be postponed due to non-presence of your representative(s). Bidders are to ensure that their accredited Representatives are in possession of copy of advance intimation letter sent to O/O PD Procurement, authorizing them to participate in the tender opening. Only authorized accredited Indian Agent/Representative would be permitted to participate in the tender opening process. Prospective bidders are, therefore, advised to complete the requisite formalities as covered in the GoI / MoD instructions. (Details available in MoD official web site, namely, http//:www.mod.nic.in under heading New circular and notifications for nomination of Indian Representative/ Agent.
11. Forwarding of Bids: Bids should be forwarded by Bidders under their original memo / letter pad giving their complete current postal and e-mail address, contact and FAX numbers of their office. Bidders in addition to stating in their offer the correct legal communication address on which the Supply Order / Purchase Order is to be placed and dispatched, are also to give the details of their Bankers with SWIFT code and Account Number.
12. Clarification regarding contents of the RFP: Only those vendors willing to abide by terms and conditions of DPM 2009 (as amended) need to participate in the tendering. A prospective bidder who requires clarification regarding the contents of the bidding documents, shall notify by fastest means to the Buyer in writing, about the clarifications sought and in any case not later than 14 (fourteen) days prior to the date of opening of the Bids.
13. Modification and Withdrawal of Bids: A bidder may modify or withdraw his 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 an ink 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 Bidders forfeiture of bid security and / or ban on issuance of further RFPs as per the decision of Competent Authority.
14. Clarification regarding contents of the Bids: During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification on his bid. The request for clarification will be given in writing and NO (R) 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.
15. Rejection of Bids: Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD or ban on issuance of further RFPs. Conditional tenders can be rejected.
4
[Signature of Seller) [Signature of Buyer)
16. Pre-bid conference: - A pre-bid conference to resolve and clarify all technical and commercial issues will be held in the O/o DMT, Air HQ RK Puram, New Delhi 21 days prior to the date of tender opening. The date of pre-bid meeting will be 13 May 2014. All perspective bidders may contact following officer for pre-bid meeting.
DMT Dte of MT, Air HQ (RK Puram) New Delhi. Tele:011-23060231/5152/5414 Fax No:-011-26171279 17. 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, by FAX / E-mail/ document communication, failing which the defaulting Bidder may be delisted for the given range of goods as mentioned in this RFP.
18. Two-Bid System: In case of the Two-bid system, only the Techno- Commercial Bid would be opened at the time and date mentioned above. Date of opening of the Price Bid will be intimated after acceptance of the Techno-Commercial Bid. Price Bids of only those firms will be opened, whose Technical Bid is found compliant/suitable after technical evaluation is done by the Buyer. In respect of Two-Bid system, Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification, if any. The Bidders are also to submit the Technical Compliance Statement in the format attached at Appendix-B and Commercial Compliance Matrix as per Appendix C to the RFP along with the techno-commercial bid.
19. Validity of Bids: The Bids should remain valid till 180 Days from the last date of submission of the Bids i.e., up to 02 Dec 2014.
20. Earnest Money Deposit: Unregistered Bidders will be required to submit Earnest Money Deposit (EMD) for amount of ` 90/- Lakhs along with their techno-commercial bids. The EMD may be submitted in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee in favour of CDA, Air Force, RK Puram, New Delhi from any of the Public Sector Banks or a Private Sector Bank authorized to conduct government business as per Form DPM-13 (Available in MoD website and can be provided on request). EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the Supply Order. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the Supply Order. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D / Directorate of Procurement, IAF), National Small Industries Corporation (NSIC) or any Department of MoD or MoD, GoI itself. The EMD will be forfeited if the bidder withdraws or amends impairs or derogates from the tender in any respect within the validity period of their tender.
21. Unsolicited bids: Will be considered on case to case basis on the orders of the competent financial authority.
5
[Signature of Seller) [Signature of Buyer)
PART II ESSENTIAL DETAILS OF ITEMS REQUIRED
22. Schedule of Requirements: List of items required is attached as Appendix A of this RFP. Bidders before tendering their offer are to ensure that item offered are correctly understood and where required requisite clarification obtained and forwarded along with the offer. (Kindly append the IPC / Drawing; Major / Minor Assembly details. If necessitated, a digital photo of offered item be attached). When the offered item is under different part number, kindly categorically confirm that offered item is Fit in Form and Function and subjected to Specialists acceptance at Buyers end.
23. The Aircraft Refueller Fully Built of 16 KLs capacity to be supplied should comply the following :-
(a) Petroleum Rules 2002 (with the latest amendment) of the Petroleum Act, 1934 (Part IV: Transport on land by vehicles & Third schedule: Design and construction of Tank Vehicles for transporting Petroleum in Bulk)
(b) Central Motor Vehicles Rules 1989.
24. Apportionment of Quantity: The buyer reserves the right for apportionment of quantities and may place supply orders onL-1, L-2 or L-3 bidders as per the provisions on the subject, depending upon the situation, if so arising to carry out apportionment of the quantities. The apportionment will be subject to acceptance of acceptable terms and conditions of the L-1 bidders by the L-2 or L-3 bidders including acceptance of price offer.
25. Delivery Period (DP): Timely Delivery will be the essence of the Supply Order. The DP stipulation in the Supply Order / Purchase Order is one of the most important procurement objective as timely availability of items is vital, particularly for the Department of Defence. The stores are considered to have been delivered only when these are handed over to the consignee after due inspection by the designated inspecting agency duly commissioned including signing of commissioning report by both side within valid Delivery Periods. The delivery period for supply of refuellers is as follows:-
(a) The delivery of fully built 16KLs Fully Built Refuellers as per specifications shall be as follows:-
(i) Prototype:- The Aircraft Refueller fully built of 16KLs capacity Qty-01 is to be fabricated as per the specifications and offered to the Inspection agency within 07 months from the date of the Supply Order. The inspection agency shall carry out inspection of the offered refueller within 45 days of issue of inspection call by the bidder and clear for field trials.
(iii) Field Trials of Prototype:- On confirmation of readiness of prototype and clearance by the inspection agency, Field trials shall be undertaken in terms of task directive issued by the Dir of MT (Air HQ). The responsibility of getting field- trials done as per the task directive will rest on the vendor including transportation of the refueller to the designated AF Unit for trials at their own expenses including modification if any. The field trails are to be completed with in 15 days. On successful completion of field trials as per task directive and issue of Bulk Production Certificate (BPC) by the inspection agency, the vendor will manufacture and supply bulk quantities to the consignee unit within the authorised delivery period for bulk deliveries. The delivery period for bulk 6
[Signature of Seller) [Signature of Buyer)
supplies will be re-fixed separately from the date of issue of BPC by the inspection agency.
(iv) Bulk Supplies:- The delivery period for bulk supplies in case of apportionment of quantities between L-1, L-2 and L-3 bidders shall include initial work up period of three months and thereafter delivery of three refuellers each month at the designated consignee units. In case the supply order is placed on the L-1 bidder for complete quantities, than the bulk delivery period shall be 12 months after the initial work up period or as negotiated during the CNC and finalized before placement of order.
Note: It is to be noted that the Supply Order can be cancelled unilaterally by the Buyer, in case items are not received within the Supply Order Delivery Period.
26. Terms of Delivery: Aircraft Refuellers Qty-35 Fully Built of 16 KLs capacity are to be delivered by the vendor(s) at consignee unit under own arrangements. The delivery shall be treated as complete only on successful commissioning and on date of signing of commissioning report by both parties, i.e. vendor and consignee units reps.
27. Consignee details:
PART III STANDARD CONDITIONS OF RFP
28. The Bidder is also required to give confirmation of their acceptance of the under mentioned Standard Conditions of the Request for Proposal mentioned below which will automatically be considered as part of the Supply Order concluded with the successful Bidder (i.e. Seller in the Supply Order), as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder.
29. Law: The Supply Order shall be considered and made in accordance with the laws of the Republic of India. The Supply Order shall be governed by and interpreted in accordance with the laws of the Republic of India.
30. Effective Date of the Supply Order: Normally the Supply Order shall come into effect on the date of signatures of both the parties on the Supply Order except when some other effective date is mutually agreed to and specifically indicated /provided in the Supply Order. The deliveries and supplies and performances of the services shall commence from the effective date of the Supply Order.
31. Arbitration: All disputes or differences arising out of or in connection with the Supply Order shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Supply Order 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: htpp//www.mod.nic.in)
(a) 27 ED, AF Station Palam, New Delhi
Qty-20 (b) 51 ASP, AF Station Digaru, Assam
Qty-10 (c) 57 ASP, AF Station Baroda, Gujarat
Qty-05 7
[Signature of Seller) [Signature of Buyer)
32. 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 Supply Orders or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Supply Order or any other Supply Order with the Government of India for showing or forbearing to show favour or disfavor to any person in relation to the present Supply Order or any other Supply Order 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, 1988 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the Supply Order and all or any other Supply Orders 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 Supply Order, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the Supply Order, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.
33. 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 Supply Order 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 Supply Order 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 Supply Order, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any Supply Order with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Supply Order 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 Supply Order 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 Supply Orders concluded earlier with the Government of India.
34. 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 Supply Order 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.
35. Non-disclosure of Supply Order documents: Except with the written consent of the Buyer/ Seller, other party shall not disclose the Supply Order or any provision, specification, plan, design, pattern, sample or information thereof to any third party.
36. Liquidated Damages: In the event of the Seller's failure to submit the Bonds, Guarantees and Documents, supply the stores/goods and conduct trials, installation of 8
[Signature of Seller) [Signature of Buyer)
equipment, training, etc as specified in this Supply Order, the Buyer may, at his discretion, withhold any payment until the completion of the Supply Order. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% of the Supply Order price of the delayed/undelivered stores/services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores.
37. Termination of Supply Order: The Buyer shall have the right to terminate this Supply Order in part or in full in any of the following cases:-
(a) The delivery of the material is delayed for causes not attributable to Force Majeure for more than two months for prototype and 03 months for bulk production after the scheduled date of delivery.
(b) The Seller is declared bankrupt or becomes insolvent.
(c) The Buyer has noticed that the Seller has utilised the services of any Indian/Foreign agent in getting this Supply Order and paid any commission to such individual/company etc.
(d) As per decision of the Arbitration Tribunal.
(e) Any unforeseen reasons.
38. Notices: Any notice required or permitted by the Supply Order shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent.
39. Transfer and Subletting: The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Supply Order or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Supply Order or any part thereof.
40. Patents and other Industrial Property Rights: The prices stated in the present Supply Order 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.
41. Amendments: No provision of present Supply Order 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 Supply Order and signed on behalf of both the parties and which expressly states to amend the present Supply Order.
42. Taxes and Duties: In respect of Indigenous Bidders:
(a) General
(i). If Bidder desires to ask for excise duty or Sales Tax / VAT extra, the same must be specifically stated. In the absence of any such stipulation, it will be presumed that the prices include all such charges and no claim for the same will be entertained. 9
[Signature of Seller) [Signature of Buyer)
(ii). If reimbursement of any Duty/Tax 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 duty/tax will be entrained after the opening of tenders.
(iii). If a Bidder chooses to quote a price inclusive of any duty/tax and does not confirm inclusive of such duty/tax so included is firm and final, he should clearly indicate the rate of such duty/tax and quantum of such duty/tax included in the price. Failure to do so may result in ignoring of such offers summarily.
(iv). If a Bidder is exempted from payment of any duty/tax up to any value of supplies from them, he should clearly state that no such duty/tax will be charged by him up to the limit of exemption which he may have. If any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out clearly. Stipulations like, the said duty/tax 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 such duty/tax 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 such duty/tax which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders.
(v). Any change in any duty/tax upward/downward as a result of any statutory variation in excise taking place within Supply Order terms shall be allowed to the extent of actual quantum of such duty/tax paid by the supplier. Similarly, in case of downward revision in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any obtained by the Seller.
(b) Customs Duty
(i). For imported stores offered against forward delivery, the Bidder shall quote prices thereof exclusive of customs duty. The Bidder shall specify separately the C.I.F. prices and total amount of customs duty payable. They will also indicate correctly the rate of customs duty applicable along with Indian Customs Tariff Number. Customs duty as actually paid will be reimbursed on production of necessary documents i.e. (i) Triplicate copy of the bill of entry; (ii) copy of bill of lading; (iii) a copy of foreign principals invoice. However, if the Bidder imports the stores in question against his own commercial quota Import Licenses, he will also be required to submit in addition the triplicate copy of bills of entry etc. a certificate from his Internal Auditor on the bill itself, to the effect that the following items/quantity in the bill of entry related to the stores imported against Defence Buyer Supply Order number.. dated..
(ii). Subsequent to the reimbursement of customs duty, the Bidder will submit to the concerned Payment Authority a certificate to the effect that he has not obtained any refund of customs duty subsequent to the payment of duty to the Customs authority by him. In addition, he shall also submit to the Paying Authority concerned a certificate immediately after a period of three months from the date of payment of the duty to customs authorities to the effect that he has 10
[Signature of Seller) [Signature of Buyer)
not applied for refund of the customs duty subsequent to the payment of duty to the customs authorities by him.
(iii). In case the Bidder obtains any refund of customs duty, subsequently to the payment of the same by him to the customs authorities and reimbursement of the customs duty to him by the Payment Authority, he should forthwith furnish the details of the refund obtained and afford full credit of the same to the Buyer.
(c) Excise Duty:-
(i). Where the excise duty is payable on advolarem basis, the Bidder should submit along with the tender, the relevant form and the Manufacturers price list showing the actual assessable value of the stores as approved by the Excise authorities. (ii). Bidders should note that in case any refund of excise duty is granted to them by Excise authorities in respect of Stores supplied under the Supply Order, they will pass on the credit to the Buyer immediately along with a certificate that the credit so passed on relates to the Excise Duty, originally paid for the stores supplied under the Supply Order. In case of their failure to do so, within 10 days of the issue of the excise duty refund orders to them by the Excise Authorities the Buyer would be empowered to deduct a sum equivalent to the amount refunded by the Excise Authorities without any further reference to them from any of their outstanding bills against the Supply Order or any other pending Government Supply Order and that no disputes on this account would be raised by them.
(iii). The Seller is also required to furnish to the Paying Authority the following certificates:
(aa) Certificate with each bill to the effect that no refund has been obtained in respect of the reimbursement of excise duty made to the Seller during three months immediately preceding the date of the claim covered by the relevant bill.
(ab) Certificate as to whether refunds have been obtained or applied for by them or not in the preceding financial year after the annual Audit of their accounts also indicating details of such refunds/applications, if any.
(ac) A certificate along with the final payment bills of the Seller to the effect whether or not they have any pending appeal/protest for refund or partial refund of excise duties already reimbursed to the Seller by the Government pending with the Excise authorities and if so, the nature, the amount involved, and the position of such appeals.
(ad) An undertaking to the effect that in case it is detected by the Government that any refund from Excise Authority was obtained by the Seller after obtaining reimbursement from the Paying Authority, and if the same is not immediately refunded by the Seller to the Paying Authority giving details and particulars of the transactions, Paying Authority will have full authority to recover such amounts from the Sellers outstanding bills against that particular Supply Order or any other pending Government Supply Orders and that no dispute on this account would be raised by the Seller. 11
[Signature of Seller) [Signature of Buyer)
(iv). Unless otherwise specifically agreed to in terms of the Supply Order, the Buyer shall not be liable for any claim on account of fresh imposition and/or increase of Excise Duty on raw materials and/or components used directly in the manufacture of the Supply Ordered stores taking place during the pendency of the Supply Order.
(d) Sales Tax / VAT
(i). If it is desired by the Bidder to ask for Sales tax / VAT to be paid as extra, the same must be specifically stated. In the absence of any such stipulation in the bid, it will be presumed that the prices quoted by the Bidder are inclusive of sales tax and no liability of sales tax will be developed upon the Buyer.
(ii). On the Bids quoting sales tax extra, the rate and the nature of Sales Tax applicable at the time of supply should be shown separately. Sales tax will be paid to the Seller at the rate at which it is liable to be assessed or has actually been assessed provided the transaction of sale is legally liable to sales tax and the same is payable as per the terms of the Supply Order.
(e) Duty & Local Taxes
(i). Normally, materials to be supplied to Government Departments against Government Supply Orders are exempted from levy of town duty, Octroi Duty, Terminal Tax and other levies of local bodies. The local Town/Municipal Body regulations at times, however, provide for such Exemption only on production of such exemption certificate from any authorised officer. Seller should ensure that stores ordered against Supply Orders placed by this office are exempted from levy of Town Duty/Octroi Duty, Terminal Tax or other local taxes and duties. Wherever required, they should obtain the exemption certificate from the Buyer, to avoid payment of such local taxes or duties.
(ii). In case where the Municipality or other local body insists upon payment of these duties or taxes the same should be paid by the Seller to avoid delay in supplies and possible demurrage charges. The receipt obtained for such payment should be forwarded to the Buyer without delay together with a copy of the relevant act or bylaws/ notifications of the Municipality of the local body concerned to enable him to take up the question of refund with the concerned bodies if admissible under the said acts or rules.
PART IV SPECIAL CONDITIONS OF RFP
43. The Bidder is further required to give clause by clause confirmation of their acceptance of Special Conditions of the RFP mentioned below which will automatically be considered as part of the Supply Order concluded with the successful Bidder (i.e. Seller in the Supply Order) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder.
44. Performance Security / Warranty Bank Guarantee: Performance security is payable by the supplier at the rate of 10% of the Supply Order value and is to be taken from every successful bidder irrespective of the registration status of the firm. Performance Security deposit payable to the Purchaser is to be furnished by the Supplier in the form of a Performance Bank Guarantee (PBG) issued by a public sector bank or a private sector bank authorized to conduct government business, in the prescribed format within thirty 12
[Signature of Seller) [Signature of Buyer)
days from the date of Supply Order. At present, ICICI Bank Ltd., Axis Bank Ltd. and HDFC Bank Ltd. are the three private sector banks authorized to carry out government transactions. The performance security deposit is meant to compensate the Purchaser for any loss suffered due to failure of the supplier to complete his obligations as per the Supply Order. The PBG/WBG will remain valid throughout the duration of the Supply Order up-to completion of supplies and continue thereafter as a Warranty Bank Guarantee up-to sixty days beyond the date of completion of all Supply Orderable obligations, including warranty. This obviates the need to obtain a fresh Warranty Bank Guarantee from the supplier on commencement of the warranty period, with corresponding return of the Performance Guarantee. In case the execution of the Supply Order is delayed beyond the Supply Ordered period and the purchaser grants extension of delivery period, with or without LD, the supplier must get the BG revalidated, if not already valid. The format of PBG cum WBG is given in Form DPM-15.
45. The Performance Bank Guarantee will be subject to encashment by the Buyer, in case the conditions regarding adherence to the delivery schedule, settlement of claims and other provisions of the Supply Order are not fulfilled by the Seller.
46. Option Clause: The contract will have an Option Clause, wherein the Buyer can exercise an option to procure an additional 50% of the original contracted quantity in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract. The Bidder is to confirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the Buyer to exercise this option or not.
47. Payment Terms: It will be mandatory for the 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 cheques, wherever 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). The payment will be made as per the following terms, on production of the requisite documents:
(a). 95% Payment against Inspection Note of designated inspection authority, proof of despatch, duly supported by photo copy of the Bank Guarantee and against Consignees provisional receipt. Balance of 5% will be paid on receipt of items in good condition by consignee(s) along with users certificate of complete installation and successful commissioning.
(b) Part Payments on pro-rate basis for Part Supply are also acceptable.
48. Paying Authority: Accounts Officer, O/o CDA (Air Force), West Block No V, RK Puram, New Delhi-605. (Fax 011-26102879). The payment of bills will be made on submission of the following documents by the Seller to the Paying Authority along with the bill:
(a) Ink-signed copy of contingent bill / Sellers bill. (b) Ink-signed copy of Commercial invoice. (c) Copy of Supply Order/Supply Order with U.O. number and date of IFAs concurrence, where required under delegation of powers. (d) CRVs (Certificate Receipt Voucher) from the consignee in duplicate. (e) Inspection Note. (f) Claim for statutory and other levies to be supported with requisite documents / proof of payment such as Excise duty challan, Customs duty clearance certificate, 13
[Signature of Seller) [Signature of Buyer)
Octroi receipt, proof of payment for EPF/ESIC contribution with nominal roll of beneficiaries, etc as applicable. (g) Exemption certificate for Excise duty / Customs duty, if applicable. (h) Bank guarantee for advance, if any. (j) Guarantee / Warranty certificate. (k) Performance Bank guarantee / Indemnity bond where applicable. (l) DP extension letter with CFAs sanction, U.O. number and date of IFAs concurrence, where required under delegation of powers, indicating whether extension is with or without LD. (m) Details for electronic payment viz Account holders name, Bank name, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in supply order/Supply Order). (n) Any other document / certificate that may be provided for in the Supply Order / Supply Order. (o) User Acceptance. (p) Photo copy of PBG.
49. Fall Clause: Seller is to confirm acceptance of Fall Clause as per provision of DPM 2009 covered in Pt-IV/Appendix C of DPM 2009 (Page 188) which will form part of Supply Order. Fall clause is applicable only for supplies to departments /organisations within India.
(a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offer to sell stores of identical description to any persons/Organization including the purchaser or any department of the Central government or any Department of state government or any statutory undertaking the central or state government as the case may be during the period till performance of all supply Orders placed during the currency of the rate contract is completed.
(b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/organization including the Buyer or any Depts., of central Govt. or any Department of the State Government or any Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under the contract, the shall forthwith notify such reduction or sale or offer of sale to the Director general of Supplies & Disposals and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:-
(i) Exports by the Seller.
(ii) Sale of goods as original equipment at price lower than lower than the prices charged for normal replacement.
(iii) Sale of goods such as drugs which have expiry dates.
(iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the authority concerned under the existing or previous Rate Contracts as also under any previous contracts entered into with the Central or State Govt. Depts., including their undertakings excluding joint sector companies and/or private parties and bodies. 14
[Signature of Seller) [Signature of Buyer)
50. Earliest Acceptable Year of Manufacture: Current 2014/Latest Year (As applicable).
51. Risk & Expense Clause
(a). Should the stores or any installment thereof not be delivered within the time or times specified in the Supply Order documents, or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of Supply Order, to declare the Supply Order as cancelled either wholly or to the extent of such default.
(b). Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by the SELLER during the check proof tests to be done in the BUYERs country, the BUYER shall be at liberty, without prejudice to any other remedies for breach of Supply Order, to cancel the Supply Order wholly or to the extent of such default.
(c). In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description to make good Such default or in the event of the Supply Order being wholly determined the balance of the stores remaining to be delivered there under.
(d). Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the case may be, over the Supply Order price appropriate to such default or balance shall be recoverable from the SELLER.
52. Quality: The quality of the stores delivered according to the present Supply Order shall correspond to the technical conditions and standards and specifications enumerated as per RFP. The Seller confirms that the stores to be supplied under this Supply Order shall be new i.e. not manufactured before the Year of Supply Order, and shall incorporate all the latest improvements and modifications thereto and spares of improved and modified equipment are backward integrated and interchangeable with same equipment supplied by the Seller in the past; if any. The Seller shall supply an Interchangeability certificate along with the changed part numbers wherein it should be mentioned that item would provide as much life as the original item and is fit in form and function.
53. Quality Assurance: The Seller is to provide the Standard Acceptance Test Procedure (ATP) within one month of the date of Supply Order to the inspection agency. Buyer reserves the right to modify the ATP. The Seller would be required to provide all test facilities at his premises for acceptance and inspection by buyer.
54. Inspection Authority. The designated Inspection agency for Qty-35 fully built refuellers of 16 KL capacity is DGAQA/GSE, H Block, Krishna Menon Marg, New Delhi-11. (Telephone :- 011-23793779 & Fax No:- 011-23014914)
55. Inspection Procedure:- The inspection procedure to ensure the quality control would be as follows:-
(a) Pre Inspection: - The vendor needs to first satisfy themselves that the Aircraft Refuellers have been manufactured in accordance with the terms of the contract and 15
[Signature of Seller) [Signature of Buyer)
fully confirm to the specification by carrying out a through pre-inspection of each refueller before offering for inspection to the inspecting officer. If the inspecting officer finds that pre-inspection of the Aircraft Refuellers as required has not been carried out, the Aircraft Refueller is liable for rejection.
(b) Stage Inspection: - Stage inspections shall be carried out by the inspection agency at mutually agreed stages. It shall be the responsibility of the vendor to get the stage inspections done as per plan. The inspecting officer or his authorized representative shall be accorded access to any and every part of the factory premises to assure that required standards of the refuellers can be achieved by carrying out through inspection. The critical stages of fabrication of Refuellers are to be identified and mutually agreed to during finalisation of ATP documents. The identified stages of inspection are to be intimated by the vendor to Inspection Authority & Dte of MT within 45 days of placing the Supply Order.
(c) Rectification of Defects:- In case of any defect noticed during the stage inspection/modification suggested during inspections, the manufacturer will ensure that the defects/modifications are attended to immediately without loss of time so that the refueller can be re-inspected. However, it should be noted that the manufacturer will not be entitled to dispose of the stores which are given for rectification, but not rejected, without prior permission of the inspecting officer/inspecting Authority.
(d) Testing Facilities:- The vendor shall provide all necessary facilities and consumables to the inspecting officer for the tests to be carried out by him during inspection. An intimation of the tests that is required to be carried out shall be given by the inspecting officer to the vendor.
(e) Joint Report Inspection (JRI):- The buyer also reserves the right to undertake PDI/JRI at sellers premise in accordance with the available provisions covered in DPM 2009 (as amended). Notwithstanding the ibid, refuellers on receipt at consignee will be subjected to pre-receipt inspection by the duly constituted Board under the aegis of consignee QAS, for ascertaining the correctness of Quality, Quantity and Documents. In case the goods are found deficient in any way, the consignee has right to reject the goods even if these were inspected and cleared by the inspector at sellers premise.
56. Transportation: The following Transportation clause will form part of the contract placed on successful Bidder
(a). The Transportation and delivery of Qty-35 Aircraft Refuellers Fully Built of 16 KLs at the consignee units would be the responsibility of the vendor(s) under own arrangements.
57. Packing and Marking: The following Packing and Marking clause will form part of the Supply Order placed on successful Bidder (Seller):
(a) The Seller shall provide marking of the Aircraft Refuellers Fully Built of 16 KLs to ensure delivery of at the consignee unit in safe and sound condition.
(b) The packing of the equipment and spares/goods and other accessories delivered along with the refuellers shall conform to the requirements of safe transportation to the consignee unit.
16
[Signature of Seller) [Signature of Buyer)
58. Claims: The following Claims clause will form part of the contract placed on successful Bidder
(a) The claims may be presented either: (a) on quantity of the stores, where the quantity does not correspond to the quantity shown in the Packing List/Insufficiency in packing, or (b) on quality of the stores, where quality does not correspond to the quality mentioned in the contract.
(b) The quantity claims for deficiency of quantity shall be presented within 45 days of completion of JRI and acceptance of goods. The quantity claim shall be submitted to the Seller as per Form DPM-22 (Available in MoD website and can be given on request).
(c) The quality claims for defects or deficiencies in quality noticed during the JRI shall be presented within 45 days of completion of JRI and acceptance of goods. Quality claims shall be presented for defects or deficiencies in quality noticed during warranty period earliest but not later than 45 days after expiry of the guarantee period. The quality claims shall be submitted to the Seller as per Form DPM-23 (Available in MoD website and can be given on request).
(d) The description and quantity of the stores are to be furnished to the Seller along with concrete reasons for making the claims. Copies of all the justifying documents shall be enclosed to the presented claim. The Seller will settle the claims within 45 days from the date of the receipt of the claim at the Sellers office, subject to acceptance of the claim by the Seller. In case no response is received during this period the claim will be deemed to have been accepted.
(e) The Seller shall collect the defective or rejected goods from the location nominated by the Buyer and deliver the repaired or replaced goods at the same location under Sellers arrangement.
(f) Claims may also be settled by reduction of cost of goods under claim from bonds submitted by the Seller or payment of claim amount by Seller through demand draft drawn on an Indian Bank, in favour of Principal Controller/Controller of Defence Accounts concerned.
(g) The quality claims will be raised solely by the Buyer and without any certification/countersignature by the Sellers representative stationed in India.
59. Specification: The following Specification clause will form part of the contract placed on successful Bidder - The Seller guarantees to meet the specifications as per Part-II of the RFP.
60. 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 Officer will 17
[Signature of Seller) [Signature of Buyer)
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.
61. Warranty: The following Warranty will form part of the Supply Order placed on the successful Bidder:
(a) Except as otherwise provided in the invitation tender, the Seller hereby declares that the goods, stores articles sold/supplied to the Buyer under this contract shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specification and particulars contained/mentioned in contract. The Seller hereby guarantees that the said goods/stores/articles would continue to conform to the description and quality aforesaid for a period of 18 months from the date of commissioning of the said contracted Qty 35 Aircraft Refuellers Fully Built of 16 KLs at the consignee units.
62. Product Support: The following Product Support clause will form part of the contract placed on successful Bidder
(a). The Seller agrees to provide Product Support for the stores, assemblies/subassemblies, fitment items and consumables, Special Maintenance Tools(SMT)/Special Test Equipments (STE) subcontracted from other agencies/ manufacturer by the Seller for a maximum period of 15 Years including 18 Months of warranty period after the delivery of Qty-35 Aircraft Refuellers Fully Built of 16 KLs.
63. OEM Certificate: The eligible bidders (OEM of Chassis) are to vendor OEM Certificates for 16KLs Refuellers. Where the bidder is not OEM, the agreement certificate with the OEM for sourcing and supporting the maintenance of major equipment/spares shall be mandatory and submitted along with techno-commercial bid.
64. Technical Literature: The following documents three copies {Hard as well as in soft copies (CDs)} each are to be issued free of cost with each fully built Refuller of 16 KL:-
(a) Operators Manual/User Hand Book: It shall contain brief technical description, operating instructions, general assembly drawings and scope of periodic maintenance practices of Chassis and refueling equipment.
(b) Maintenance/Overhaul service Manual: It shall contain complete information for periodical maintenance & Overhaul of Chassis and refueling equipment (Periodicity and scope of maintenance activities).
65. Supply Status: The vendor is required to furnish a monthly progress on delivery of Qty- 35 fully built refuellers of 16 KL capacity to the Dte of Procurement, Air HQ (VB) and Dte of MT Air HQ (RKP) till supplies are completed.
PART V EVALUATION CRITERIA & PRICE BID ISSUES
66. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:
(a). Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically and commercially.
18
[Signature of Seller) [Signature of Buyer)
(b). In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyer with reference to the technical characteristics of the equipment as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.
(c). The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder as per the Price Format given at Para 68 below. All taxes and duties (including those for which exemption certificates are issued) quoted by the Bidders will be considered. The ultimate cost to the Buyer would be the deciding factor for ranking of Bids.
(d). The Bidders are required to spell out the rates of Customs duty, Excise duty, VAT, Service Tax, etc 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 up to 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.
(e). 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.
(f). The Lowest Acceptable Bid will be considered further for placement of contract / Supply Order after complete clarification and price negotiations as decided by the Buyer. The Buyer also reserves the right to do Apportionment of Quantity, if it is convinced that Lowest Bidder is not in a position to supply full quantity in stipulated time.
67. Acceptance to Standard terms & conditions: Attached Appendix C to this RFP is to be signed and submitted along with offer mandatorily.
68. Price Bid Format: The Price Bid Format is given below and Bidders are required to fill this up correctly with full details along with acceptance of summary of standard terms and conditions as per Appendix-C. Prices should be firm & fixed and should be inclusive of packing charges, taxes and duties etc. levied in the country of supply. 19
[Signature of Seller) [Signature of Buyer)
(NOT APPLICABLE be mentioned, in columns where necessitated)
(a) Basic cost of the item/items:
IAF SOR No. IAF GIG No. IAF Part No. Item offered DoQ Qty Offered Unit price Total of Basic price 1482542 IAF/MT/CO/013177 Each
(b) Common Charges
(i) Accessories (ii) Installation / Commissioning charges (iii) Training (iv) Technical literature (v) Tools (vi) Any other item (vii) Is Excise Duty extra? If yes, mention the following
(a)Total value of items on which Excise Duty is leviable
(b)Rate of Excise duty (item-wise if different ED is applicable):
(c)Surcharge on Excise duty, if applicable?
(d)Total value of excise duty payable (viii)
Is Excise Duty Exemption (EDE) required: If yes, then mention and enclose the following
(a)Excise notification number under which EDE can be given:
(ix)
Is VAT extra? If yes, then mention the following:
(a)Total value on which VAT is leviable (b)Rate of VAT: (c)Total value of VAT leviable (x) Is Service Tax extra? If yes, then mention the following
(a)Total value of Services on which (b)Service Tax is leviable
(c)Rate of Service Tax leviable: Total value of Service Tax leviable (xi) Is Custom Duty Exemption (CDE) required: If yes, then mention the following
(a) Custom notification number under which CDE can be given(Enclose a
20
[Signature of Seller) [Signature of Buyer)
copy): (b) CIF value of stores to be imported (c) Rate of Customs Duty payable (d) Total amount of Customs Duty payable
(xii) Octroi / Entry taxes (xiii) Any other Taxes / Duties / Overheads / Other costs
(xiv) Grand Total:
(c) The total value of offer is `_________________________
69. Unregistered firms claiming compliance will be dealt in accordance with provisions of DPM09 / Chapter 4.
70. This communication is being issued without prejudice and with NIL financial commitments, whatsoever.
71. One copy of this RFP duly stamped and signed in all pages, be returned to us for our reference and records along with your Most Competitive Bid. It is reiterated that the purchaser reserves the right to withdraw the RFP without assigning any reasons, should it become necessary at any stage.
Thanking you, Yours faithfully,
---sd--- (MPS Solanki) Wg Cdr Joint Director Procurement (TE Cell) For and on behalf of the President of India Annexed: As stated
Appendix-A Schedule of Requirement. Appendix-B Technical Compliance Statement. Appendix-C Commercial compliance Summary of Standard Terms and Conditions 21
[Signature of Seller) [Signature of Buyer)
Appendix 'A' Refers to Para 22 of RFP
SCHEDULE OF REQUIREMENT AIRHQ/DPUR/I/1425012 Dated 26 Mar 2014
Sl No GIG No. Part no. Description DoQ Qty Major Assy Specification Details (a) 1482542 IAF/MT/CO/013177 Refueller 16 KL fully built EA 35 DGAQA/GSE/319 dated Nov 2013
1. Technical Details: The Qty- 35 Fully built refuellers of 16 KL will be supplied as per DGAQA Specification No. DGAQA/GSE/319 dated Nov 2013 and should be meeting essential requirements as per Technical Compliance matrix attached as Appendix-B and Annexure-II to the RFP.
(a) Specifications/Drawings, as Applicable: Two complete sets of drawings (one each for Dte of MT and Inspection agency i.e. DGAQA/GSE) showing technical specification of material, dimensions and all relevant details of General Assembly, Super Structure, etc will be submitted by the firm within 30 days of the receipt of Supply Order for approval.
(b) Requirement of Training/on-job training: Required on request by the Dte of MT for operation and maintenance of the equipment.
(c) Requirement of Commissioning: Qty 35 Aircraft Refuellers Fully Built of 16 KLs needs to be commissioned at the Consignee units after delivery. A Commissioning Report needs to be signed by the rep of vendor and also the consignee unit. The warranty period of the Qty-35 Aircraft Refuellers Fully Built of 16 KLs will begin from the date of successful commissioning of last equipment at consignee unit. The commissioning report is also required for submission along with the bills for payment by the payment agency.
(d) Requirement of Factory Acceptance Trials (FAT):- Not Required
(e) Requirement of Technical documentation: As per Part IV Para 64.
(f) Nature of assistance required after completion of warranty : Warranty of 18 months shall be reckoned from the date of commissioning of the last equipment (inclusive of free replacement of spares). An additional 06 months warranty would be provided by the contractor where spares required would be supplied on chargeable basis.
(g) Requirement of Equipment Inspection: Required as per DGAQA/GSE/319 dated Nov 2013 specification including essential requirements as per Annexure-I to the RFP.
NOTE
1. Always indicate IAF GIG No. along with the offered Part Number.
2. Whenever alternate/modified Part No. is offered, please confirm categorically that offered part no. is fit in form and function (attach OEM letter/digital photo/relevant drawing/catalogue etc for reference/ guidance during technical evaluation).
22
[Signature of Seller) [Signature of Buyer)
3. Minimum Order Qty (MoQ) / Minimum Order Value (MoV), if any, be clearly indicated.
4. Kindly go through the instructions contained in DPM-09 (as amended) on guidelines on RFP/Tenders before submitting the offer. Details can be perused at MoD official website www.mod.nic.in.
5. Quality certificate is mandatory for the items offered at the time of supply.
---sd--- (MPS Solanki) Wg Cdr Joint Director Procurement (Te Cell) For and on behalf of the President of India Date: 26 Mar 2014
23
[Signature of Seller) [Signature of Buyer)
A Ap pp pe en nd di ix x- -B B Refers Para 18 of RFP
TECHANICAL COMPLIANCE MATRIX FOR CONDUCT OF TEC 16 KL REFUELLER (to be submitted along with Techno-Commercial Bid)
CLEAR CUT PARAMETERS/QRS TO BE GIVEN INCLUDING THE COMPLIANCE OF PARAMETERS MENTIONED IN ANNEXURE I AND II
Sl. No. Vendor/ Sample Essential QRs Acceptable Range Sample Reading Within Range (Yes/No) Technically Acceptable Remarks 1. Prime Mover.
(a) 16 KL Aircraft Refueller should be built on minimum 25 Ton GVW (Ashok Leyland or Tata make) Chassis. Firm is to specify make and model of Prime Mover. Prime Mover should be duly certified by ARAI for compliance of all the latest norms of CMVR and suitability for fabrication of Refueller for 16 KL capacity is to be certified by PESO. Detail drawings of 16 KL Refueller duly approved by PESO are to be submitted for the evaluation by TEC.
(b) Prime Mover is to be fitted with water cooled, direct injection turbo charged water cooled diesel engine and should have parameters as follows (Quote parameters for TEC):-
(i) Maximum Power- 160 HP @ 2200-2400 rpm.
(ii) Maximum Torque- 550 Nm @ 1400-1700 rpm.
(iii) Suspension type- Front and rear-Elliptical Leaf Spring.
2. PTO. The PTO should operate through pneumatic switch on the vehicle dashboard under stationary condition.
Steering. The chassis should be supplied with power steering.
Engine Management System. Engine should be provided with Engine
24
[Signature of Seller) [Signature of Buyer)
Management system which enables the monitoring of operational parameters of the vehicle viz. Distance Travelled, Speed etc. The engine management system should enable quick diagnosis & fault tracing.
Exhaust. The exhaust shall be provided on the cleaner side (left front side) in front of cabin and shall have provision for fitment of CCOE approved spark arrestor after silencer. Fixing of spark arrestor will be in the scope of refueller fabricator. In case it is not to be provided, CCOE document on the Acceptance/exemption should be enclosed along with the offer.
Clutch. Single plate dry type clutch plate. The Clutch should be Power assisted, for ease of operation.
Gearbox. Synchromesh Range Change Gearbox. The Lubrication should be of Force Feed Type to ensure high reliability & Long life.
Tyres. The tyres shall be 10.00 x 20 x16 PR for. A spare tyre with rim shall be supplied and fitted on the chassis. No. of tyres : Front 2 nos., Rear 8 nos. & 1 no. spare.
Speed Limitation. The vehicle should have a provision for setting the speed limit to 30 Km/hr for use at the airfield. It should also have a provision to remove this limit whenever it has to be moved on road from one location to another.
Electricals. The electrical system shall be of 12V/24V DC (150 Amps) and should be suitable for the transportation of Hazardous Goods. The electrical wires/cables should have adequate protection against physical damage by providing proper conduits, sheathing etc. The wires should be neatly dressed with proper tags/labels for easy identification and maintenance.
All the circuits should be protected with fuses and circuit breakers in the feed of each circuit.
battery box with proper insulation, ventilation and protection. The battery box to be located in the cabin on the cleaner side (LHS) at a convenient position.
A cut off/isolation switch of 300 Amps rating should be provided inside cabin 25
[Signature of Seller) [Signature of Buyer)
with a casing with degree of protection IP-65 and as close to the battery as possible to disconnect power supply in the case of an emergency. The battery terminals should be electrically insulated and covered by insulated battery box cover. The cable connection on battery master switch shall have a degree of protection IP-64. connections to be in line with the latest amendment dt 2.12.2011 to Petroleum Rules 2002.
Additional Electrical Requirements Chassis should have the following provisions:
Provision to mount a beacon lamp at the center of cabin roof top on front side with anti collision lights on its both sides. They are to be connected to a switch on the Dashboard. Provision to provide power for control panel and refueling equipment including Digital Flow Meter and Electrical Deadman switch. Suitable connectivity should be provided. Provision for Engine Shutoff from control panel. Suitable connectivity should be provided. Provision for controlling Engine throttle from control panel. Suitable connectivity should be provided.
Provision for PTO ON signal on control panel. Suitable connectivity should be provided.
Provision for mounting the Interlock Control Panel with Override Switch inside the cabin.
Provision to connect the PTO on signal to the Interlock Control Panel inside the Cabin.
Provision to engage Parking Brake by a switch from control panel by interlocking (vehicle should not move while refueling is on and till all the refueling equipments are rolled back or returned to their proper locations). Suitable connectivity should be provided.
Provision to provide Pneumatic Brake Interlock over-ride in case of fault in the electrical interlocking/any of the sensors.
Gross Combination Weight. The chassis should be technically designed and capable of hauling a gross combination weight.
26
[Signature of Seller) [Signature of Buyer)
Estimated axle Loadings. The total estimated axle loadings for the fully loaded Refueller are as under : Rear axle 6 Ton appox. 19 Ton appox. 3. Stability. For all aircraft refuellers, the height of the center of gravity of the load shall not be greater than 95 % of the distance between the outer wall of the supporting tyres measured at the outside of their contact with the ground.
Vehicle protuberances. All projections from the sides of the vehicle must lie within the general silhouette of the vehicle.
Refueling Equipment 4. Filter Monitor. DGAQA approved filter/monitor (Velcon, Faudi or facet) of appropriate flow rate is to be installed (Refer Annexure I). For vessels over 1,000 lpm, the end cover is to be fitted with hinge and swing bolts. The vessel end cover and pipe connections to be flanged. The element support spider is to be earthed to the vessel wall. The vessel and all internal component in contact with the fuel shall be SS-304.
A vapor separator/air eliminator is to be installed. The bleed line from the separator is to be minimum 18 mm bore routed into the main cargo tank (top of the tank) through a partly flexible connection between the two rigid connection and shall incorporate a Sho- Flo indicator located so that it is visible from the control panel and an isolating valve wired open (relief valve shall not be isolated by this valve). An additional valve shall be incorporated in the circuit to bleed out air whenever filter vessel is to be emptied out.
A differential gauge to be fitted to measure the pressure drop across the filter. A three-way valve for testing free movement of the piston, to be incorporated and venting line to be routed into the air eliminator line or the dump tank. DRP gauge will be of make specified in Annexure-I. 2 Nos. needle or ball valves of Stainless Steel will be provided on Inlet & Outlet sensing line (3/8 dia) connecting to DRP gauge.
The identity plate on the filter must be clearly visible when the unit is mounted on the vehicle.
A space to be provided on the vessel end cover plate for inspection dates change dates etc.
27
[Signature of Seller) [Signature of Buyer)
One new set of filter elements (as per API/EI 1583 4th Edition) shall be fitted in the monitor vessel.
Additional set of new filter elements will be supplied as spare with each refueller. 5. Road clearance. Minimum laden ground clearance of vehicle (other than axle components) 350 mm.
6. Fuel velocity. Fuel circuits shall be designed to limit a velocity of 7 m/s maximum. This value may be exceeded in hoses and short sections of pipe.
Testing. The tank shall be tested by hydro static pressure of not less than 0.316 Kg./cm2. The pressure shall be maintained for a period of not less than 1 hour and shall be gauged at the top of the tank. The remaining tanks shall be fabricated similar to that of first approved after inspection/testing.
7. Product pump. The pump is to be a self centrifugal type suitable for power take off drive and meeting the flow performance as specified in Annexure-I & II. The product pump is to be driven mechanically via a drive shaft off the PTO. A flexible connection (vibration absorber), as specified in Annexure-I, shall be installed in the pump suction line to prevent strains or vibrations being transmitted between the pump and the tank. A remote engine speed control (throttle control) is to be fitted to provide positive adjustment of the pump RPM between maximum and minimum, both increasing and decreasing. The remote speed control is to include an adjustable maximum limit stop which is to be set during the pump tests at a speed which equates to the filter flow rating. The throttling is to be smooth. Flame proof digital tachometer for Pump RPM to be fitted. Pump RPM indicator to be fitted on/near fuelling control panel. All parts coming in contact with the fuel should be of stainless steel or Aluminum or their alloys. The pump shall be protected from excess pressure built-up by provision of a bypass valve (pressure relief type set at 95 psi).
Fuel Pressure Circuit. The piping system, and all components upstream of the meter and including the meter are to be designed for working pressure of 150 psi (10 bar) and a hydrostatic test pressure of 240 psi (16 bar). Pipe work
28
[Signature of Seller) [Signature of Buyer)
& components downstream of the meter to be designed to accept a hydrostatic test of 300 psi (20 bar).
Pipe work downstream of each meter valve to incorporate threaded test connections and plugs.
The vehicle is to be protected by a thermal pressure relief system. This is to limit pressure to 20 psi (1.2 bar) in the pipe work when the vehicle is not in use by linking to the interlock system such that the valve opens automatically when all the equipment is stowed correctly. It will return depressurized fuel to the product recovery tank through a 20 psi (1.2 bar) bar check valve and isolating valve.
Depressurization lines to be fitted around each meter valve and isolating valve where excess pressures can be locked in. These lines are to be fitted with check valves and isolating ball valves.
8. Fuel velocity. Fuel circuits shall be designed to limit a velocity of 7 m/s maximum. This value may be exceeded in hoses and short sections of pipe.
9. Bulk Meters. The number of meters required to be used is given in Annexure-I & II and their make in Annexure I. Each meter to be rated for the maximum flow rate for the circuit it measures. The flow rate reading should in litres. Register to be provided with a re-settable counter (refer to Annexure-I & II). The meter must be installed such that it may be read and reset from the operating position.
The electronic meters shall have provision for following :-
(a) Quantity delivered in liters and reset it to zero before next delivery (b) 6 digit totaliser reading (c) Rate of flow (d) Meter calibration (If Lap pad is required for calibration then one lap pad per meter is to be provided). (e) Addition of future ticket printer.
10. Hose Reels, Hose End Equipment:, Deadman Control, Assembly Pneumatic Control, Under wing refuelling nozzle as specified in Annexure I & II.
29
[Signature of Seller) [Signature of Buyer)
11. Painting and Lettering. The complete vehicle to be painted in two pack polyurethane materials to the AF scheme (Dove Grey IS 694). Cabin interior and windows to be cleaned before delivery. Drill swarf, manufacturers debris and paint spray dust will not be accepted.
Note:
1. Please go through the governing specifications very thoroughly before submission of your valuable competitive bid.
2. For clarification on Technical Issues, the following be contacted over telephone/in person:-
(a) Dir, GSE Group/DGAQA, H-Block, PO DHQ, New Delhi. Tele: 011-23793779 & Fax No:- 011-23014914
(b) PDMT/Air HQ RK Puram, West Block-V, New Delhi-605 Tel No. 23010231/5150/5414 Fax No:-011-26171279
30
Annexure I
LIST OF SPECIFIED COMPONENTS/SYSTEMS TO BE USED ON 16 KL CAPACITY AIRCRAFT REFUELLERS
Sl. No. Components Approved Makes Specify Make and compliance 1. Filter Vessel and Element VELCON/FAUDI/FACET (1 rating) Vessal Manufactured in India by authorised license of Velcon/Facet is acceptable.
2. Differential Pressure Gauge, 15 PSI with 0.5 PSI least count GAMMON/SHULTZ/ALFONSHAAR 3. Underwing Refuelling Nozzles with HEPCV Indigenous, approved by DGAQA. 4. Refuelling Hoses (With helix wire or anti-static cover) ISI Mark (approved by DGAQA)
5. Product Pump Indigenous, approved by DGAQA. 6. Internal Valve with Jet Sensor WHITTAKER/J.C CARTER. 7. Inline Pressure Control Valve WHITTAKER/J.C CARTER. 8. Deadman System FLUID TRANSFER/ALFONSHAAR /GAMMON/ LIQUIP
9. Sight Flow Indicator Indigenous, approved by DGAQA. 10. 3 Leg Adaptor with Caps Indigenous, approved by DGAQA. 11. Four Way Valve Indigenous, approved by DGAQA. 12. Pneumatic Systems SMC/FESTO/SHRADER 13. Paint GOODLASS NEROLAC /BERGER /AKZO NOBEL/ ASIAN PAINTS/ ESDEE/CMI LTD/MRF
14. Dial Type Gauge on Product Tank BAYHAM 15. Valves in Main Product Line KEYSTONE/AUDCO 16. Swivel Joints (Non Lubricating Type only) OPW/EMCO WHEATON/ ALFONSHAAR / LIQUIP
17. Flow Meter TELTECH/ISOIL/ITLAY 18. Junction Boxes BCH/RITTAL INDIA OR EQUIVALENT WITH IP 55 PROTECTION.
19. Lights FCG/BALIGA OR EQUIVALENT WITH IP 66 PROTECTION AND APPLICABLE FOR GAS GROUPS 1.IIA&B WITH CMVRI CERTIFICATE.
20. Reel Hose Push Button Switches REDODOT/HANAY/REEL CRAFT OR INDIGENOUS EQUIVALENT WITH IP 66 PROTECTION AND APPLICABLE FOR GAS GROUPS 1.IIA&B WITH CMVRI CERTIFICATE.
21. Sampling Valves on Filter & Tank Drain Indigenous, approved by DGAQA. 22. Pressure Guage WIKA/WAREE IN COMPLETE SS 23. Ball Valves (Any Isolation Valve in Instrumentation Line used in the Refueller) 3 PIECE FLOATING TYPE WITH BODY & BALL IN CF8M MATERIAL
24. Closed Circuit Sampler Indigenous, approved by DGAQA. 25. Bonding Reel with Bonding Clip (30M PVC Insulated cable with Crocodile Clip) Indigenous, approved by DGAQA. 26. Needle Valves ANY MAKE IN COMPLETE SS 27. Flame Proof Motor Imperial USA 31
[Signature of Seller) [Signature of Buyer)
28. Fire Extinguisher DCP TYPE 29. Brake Interlock System WITH PROXIMITY (IND) SWITCHES
Note: - No change in BOM would be permitted after submission of technical documents. However, in case of any change prior approval of DGAQA/DMT is must before taking up prototype testing. 32
[Signature of Seller) [Signature of Buyer)
Annexure II
SPECIFICATION FOR SUPPLY OF 16 KL CAPACITY AIRCRAFT REFUELLERS
Region/Country: INDIAN AIR FORCE Product: JET A1
1. Temperature Range: (-) 15 0 C to (+) 50 0 C
2. Maximum Dimensions (Meters):
Length: 10, Height: 3.3, Width: 2.6
3. Maximum Flow Rate (LMP): 1400 Loading Rate.
4. Equipment Position: Between cabin & tank.
5. Tank Capacity (litres): 16000.
6. Number of compartments: Four.
7. Tank material (Shell, Dish end, Baffles): Mild Steel with epi-coating.
8. Sump valve operation-Pneumatic.
9. Number of Loading Couplings per side: One.
10. Dual side loading: Yes.
11. Loading Foot Valve Control Position: On Control Panel.
12. Secondary Overfill System: N/A.
13. Bottom Load HEPCV Test Facility: Yes.
14. Tank Discharge Foot Valve: Pneumatic Shelf Loading.
The same valve shall be used for discharge as well as topping up/loading of products. One 4 Loading unloading valve to be used for this purpose (Sl. No. 1 in Annexure I).
15. Tank Contents Gauge: Yes.
16. Pressure Control: Inline & Single HEPCV.
17. Defuel System: Yes.
18. Number of meters: One.
19. Meter Valve (Faucet type): No.
20. U/W Hose (Hose Reel): One Dia (mm)- 50 Length (Mtr)- 20
21. O/W Hose (Hose Reel): One Dia (mm)- 38 Length (Mtr)- 18.3
22. Hose Rewind: Electric.
23. Hose Beads: Yes. Spacing Interval: Every 1 Mtr.
33
[Signature of Seller) [Signature of Buyer)
24. Pipe Work Material: SS Seamless pipe. Threads- NPT.
25. Deadman Opn: Electrical.
26. Deadman Plug on Platform: No.
27. Brake Interlock System: Electro-pneumatic.
28. Number of Bonding/Earthing Reels: One (Control Panel side).
29. Fire Extinguisher Scabbards: 9 Kg, 1 Kg.
30. SupplyExtinguisher: Yes
31. Throttle Control: Mechanical.
32. Closed Circuit Sampler: Yes.
33. Number of ladders to be supplied with stows/hooks: 6 Ft- One.
34
[Signature of Seller) [Signature of Buyer)
Appendix C Refers to Para 18 of RFP
COMMERCIAL COMPLIANCE MATRIX SUMMARY OF STANDARD TERMS AND CONDITIONS (to be submitted along with Techno-Commercial Bid) (For details kindly visit MoD/GoI Website www.mod.nic.in)
Sl No
Applicable Clause of
Clause
Acceptance Remarks (Append amplification Text, if any) RFP DPM 2009 1 Part I Para 19 Page No 170 Para 13 Validity of Quotes/Bids (180 days from TOD) Please Specify ..2013 2 Part I Para 20 Page No.170 Earnest Money Deposit Yes/No 3. Part-II Para 24 Apportionment of Qty Yes/No 4 Part II Para 25 & 26 Page No. 172 Para 4 Delivery Period/ Delivery Terms Yes/No 5 Part II Para 27 Page No. 172 Para 5 Delivery Schedule ( please specify) Yes/No Months from date of signing of SO. 6 Part III Para 36 Page No.177 Para 8 LD clause Yes/No 7 Part IV Para 44 Page No. 262 Para 1 Performance Bank Guarantee @10% Yes/No 8 Part IV Para 46 Page No. 262 Para 1 Option Clause Yes/No 9 Part IV Para 47 Page No.263 Para 6 Payment Terms Yes/No 10 Part IV Para 49 Page 188 Para 9 Fall Clause Yes/No 11 Part IV Para 50 Page No 269 Para 17 Year of Manufacture Please Specify 12 Part-IV Para 51 Page No 190 Para 11 Risk & Expense Clause (Yes/No) 13 Part-IV Para 52 & 53 Page No 196 Para 23 Quality/Quality Assurance (Yes/No) 14 Part-IV Para 54 Page No.273 Para 24 Inspection Authority (Yes/No) 15 Part-IV Para 55
Inspection Procedure (Yes/No) 16 Part-IV Para 56 Transportation (Yes/No) 17 Part IV Para 57 Page No.271 Para 21 Packing & Marking (Yes/No) 35
[Signature of Seller) [Signature of Buyer)
18 Part IV Para 58 & 61 Page No.275 Para 28&29 Claims and Warranty (Yes/No) 19 Part-IV Para 59 Page No.269 Para 14 Specification (Yes/No) 20 Part-IV Para 60 Page No.275 Para 27 Franking Clause (Yes/No) 21 Part-IV Para 62 Page No.279 Para 30 Product Support (Yes/No) 22 Part-IV Para 63 OEM Certificate (Yes/No) 23 Part-IV Para 64 Technical Literature (Yes/No) 24 Part V Para 66 Page No.275 Para 28&29 Evaluation Criteria (Yes/No) 25 All the other T&Cs as mentioned in Part III of RFP are also accepted. Company Seal Date: Signature of Authorised Representative / Designation