Download as pdf or txt
Download as pdf or txt
You are on page 1of 30

Tele: +91-11-23010231/7278 Directorate of Procurement

Fax No.: +91-11-23017664 Foreign Purchase Wing (W)


E-mail: procair@indiatimes.com Air HQrs (Vayu Bhawan)
Rafi Marg
New Delhi – 110106

QUOTES ARE NOT TO BE SENT THROUGH FAX.


BUT ONLY IN SEALED ENVELOPES.

AirHQ/CPF-671(AHQ)/HAWK-GSE SPARES/W1225012/Pur 18 Sep 2014

TO:- ON LTE BASIS

REQUEST FOR PROPOSAL FOR PROCUREMENT OF HAWK GSE SPARES


AIRHQ/CPF-671 (AHQ)/HAWK GSE SPARES/W1225012/PUR (VOL-II)
(UNDER SINGLE BID SYSTEM ON LIMITED TENDER BASIS)

Dear Sir/Madam,

1. Bids in sealed cover under single bid system are invited for supply of goods listed in
Appendix- ‘A’ and ‘B’ (Para 20 of Part II) of this RFP.

2. This tender has been e-published on Govt. of India Central Public Procurement Portal on
date 18 Sep 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 select any ----- 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 are to be addressed to ACAS (PROC)

(b) Address for communication: Air Headquarters (Vayu Bhawan), Dte of


Procurement, Rafi Marg, New Delhi – 110106. (INDIA)

(c) Name and Designation of Contact Person: Gp Capt S Bahukhandi, Director of


Procurement (I & W) , Air HQ(VB) for Commercial terms and conditions and for Techinical
queries Wg Cdr MS Rawat at Vayu Bhavan Extension 7729.

(d) Vayu Bhawan Exchage No. 91-11-23060231 IP Extn: 7278, 5278 & 7277

(e) e-mail: paschimtwo@iaf.nic.in, procair@indiatimes.com

(f) Fax No. +91-11-23017664 (Dir), +91-11-23017113 (PD) & 91-11-23060094


(ACAS)

Sd/-
Signature of Seller Signature of buyer
2

4. PLEASE SUPERSCRIBE YOUR FIRMS’S NAME, ADDEESS AND OUR REF 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: 08 Jan 15/11. 30 H (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).

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 Headquarters (Vayu Bhawan), Rafi Marg, New
Delhi 110106 or sent by registered post/courier/ speed post so as to reach this office before
due date and time. Late tenders will not be considered. No responsibility will be taken for postal
delay or non-delivery/non-receipt of tender 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 Bids: 11. 35 H (IST)/ 08 Jan 15

(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 Headquarters (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.

10. Place of opening of the Bids: Air Headquarters (VAYU BHAWAN), Directorate of
Procurement, Rafi Marg, New Delhi –110106 [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

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. Bidder’s in addition to the categorically stating in their offer the correct
legal communication address on which the contract/ purchase order is to be placed and
dispatched are to give the details of their Bankers with SWIFT code and Account Number.

-Sd-
Signature of Seller Signature of Buyer
3

12. Clarification regarding contents of the RFP: Only those vendors willing to abide by
terms and conditions of DPM 2009 (available in GoI/MoD Website) need to participate. 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 Bidder’s
forfeiture of bid security and or ban on issuance of further RFP’s 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 RFP’s. Conditional tenders can be rejected.

16. 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 failing which
the defaulting Bidder may be delisted for the given range of goods as mentioned in this RFP.

17. Validity of Bids: The Bids should remain valid till 180 Days from the last date of
submission of the Bids.

18. Earnest Money Deposit: Unregistered Bidders will be required to submit Earnest
Money Deposit (EMD) for amount of USD 8000 @ Rs. 60=1USD along with their bids. The
EMD may be submitted in the form of an Account Payee Demand Draft, Fixed Deposit Receipt,
Banker’s Cheque or Bank Guarantee from any of the public sector banks or private sector bank
authorised 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 30 th day after the award of the
contract. 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 contract.
EMD is not required to be submitted by those Bidders who are registered with the
Central Purchase Organisation (e.g. DGS&D/ Dte of Proc), National Small Industries
Corporation (NSIC) or any Department of MoD or MoD 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.

-Sd-
Signature of Seller Signature of Buyer
4

19. Unsolicited bids: These may be considered on case to case basis on the orders of
the competent financial authority under the provisions of DPM 2009 (as amended) covered at
Page 24, Chapter 4 Para 4.2.9 and 4.3.5.

PART II – ESSENTIAL DETAILS OF ITEMS REQUIRED

20. Schedule of Requirements –List of goods required is attached as Appendix ‘A’ and ‘B’.
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/e-mailed). 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 Buyer’s end. Bidders are requested to append the
Notification from OEM/ concerned accredited authorities with offer for evaluation and
acceptance of ibid offered item by the Technical specialist at our end.

21. Delivery Period (DP) – Timely Delivery will be the essence of the contract. The DP
stipulation in the Contract / Purchase Order is one of the most important procurement
objectives 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. The desired delivery
period for supply of items would be within 12 months from the Effective Date of signing
the contract by both the agencies viz; the buyer and the qualified vendor / seller (established
through tendering). The seller will be required to provide notification of readiness of goods for
shipment 45 days prior to the date of actual shipment for initiating process for opening of
Irrevocable Letter of Credit (LC) by the buyer. LC will be opened within 45 days from the date
of receipt of readiness notification from the seller and will be valid up to 90 days only. Any
extension of LC beyond 90 Days will be on the account of the seller. Request for opening of
LC, i.e confirming ‘readiness of items to be shipped’ is to be intimated well in advance prior to
expiry of DP. Extension of delivery date will be at the sole discretion of the Buyer with provision
to recover LD for the undelivered goods. The date of delivery of goods will be the date of
Freight Forwarder’s Receipt; Master AWB or Bill of Lading, as applicable. It is to be noted that
the Contract can be cancelled unilaterally by the Buyer, in case items are not received within
the Contracted Delivery Period.

22. INCOTERMS 2013 for Delivery and Transportation – “D”. Unless otherwise specifically
agreed to by the Buyer and the Seller and incorporated in the contract, the Applicable Rules &
Regulations for Transportation of Goods from Foreign Countries will be as per the current
International Commercial Terms (INCOTERMS 2013) issued by International Chamber of
Commerce, Paris.

Note: In case vendors are quoting rates on delivery terms like FAS, FOB, FCA, Ex works etc ,
they have to provide freight and other associated rates for delivery of items up to landing officer
location on D terms .Rates so provided will be added to their offered cost for evaluation with
other bids received on D terms.

In case freight and other associated rates are not provided , offered rates in such bids will be
loaded with 3% of the offered rates for evaluation with other bids received on D terms.

For Air Delivery

-Sd-
Signature of Seller Signature of Buyer
5

Terms of Delivery (as required)

DAT (By Air Only DAT, CSI Airport, Mumbai


Landing Officer Commanding Officer 32 MCU, AF,
NTB-1B CSI airport , Mumbai
Email ID: mcum@iaf.iaf.in
Tele/Fax No. 022-26156961

Note: Delivery at Nhava Sheva / JNPT is not acceptable for cargo discharge. In case of
discharge of cargo at Nhava Sheva due to operational reasons delivery is to be arranged
at CFS (Container Freight Station) Mulund.

23. Ultimate Consignee details –Commanding Officer, 41 ED, AF Station Bidar


(Karnataka) (INDIA) PIN- 585401
FAX No. +91- (08482) – 237233

PART III – STANDARD CONDITIONS OF RFP


(SACROSANCT)

24. 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 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.

25. 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.

26. Effective Date of the Contract: Normally the contract shall come into effect on the date
of signatures of both the parties on the contract except when some other effective date is
mutually agreed to and specifically indicated /provided in the contract. The deliveries and
supplies and performances of the services shall commence from the effective date of the
contract.

27. 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: htpp//www.mod.nic.in)

28. 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 disfavor 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

-Sd-
Signature of Seller Signature of Buyer
6

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 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.

29. 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.

30. 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.

31. 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.

32. 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
equipment, training, etc as specified in this contract, the Buyer may, at his discretion, withhold
any payment until the completion of the contract. The BUYER may also deduct from the
SELLER as agreed, liquidated damages to the sum of 0.5% of the contract 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.

-Sd-
Signature of Seller Signature of Buyer
7

33. 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 material is delayed for causes not attributable to Force Majeure
for more than 10 months 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 contract and paid any commission to such individual/company etc.

(d) As per decision of the Arbitration Tribunal.

34. 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/airmail, addressed to the last known address of the party to whom it is sent.

35. 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.

36. 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.

37. 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.

38. Taxes and Duties: In respect of Foreign Bidders: All taxes, duties, levies and
charges which are to be paid for the delivery of goods, including advance samples, shall be
paid by the parties under the present contract in their respective countries.

PART IV – SPECIAL CONDITIONS OF RFP

39. 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 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.

-Sd-
Signature of Seller Signature of Buyer
8

40. Performance Bank Guarantee (PBG):- In case the total value of the contract is above
500,000.00 USD or equivalent, the seller will be required to furnish a Performance Bank
Guarantee by way of Bank Guarantee from Seller’s Bank through a bank of international repute
(as per advise received from SBI, Foreign Division Branch regarding acceptability of the bank
guarantee) in favour of the Govt. of India/Ministry of Defence. In case the advice of SBI is
that the guarantee is not from a bank of international repute with satisfactory country
rating and/or a confirmation of a reputed Indian bank is required to be obtained, then the
guarantee will be got confirmed at Seller's expenses* “by an Indian public sector bank or a
private sector bank duly authorized by RBI to conduct government business (ICICI Bank Ltd.,
Axis Bank Ltd or HDFC Bank Ltd.)” equal to ten percent of the total value of the contract in
instance. This would entail additional bank charges to be paid towards confirmation of the Bank
Guarantee at Seller's expenses.

41. Performance Bank Guarantee should be valid up to sixty days beyond the date of
warranty. The Performance Bank Guarantee shall be considered open upon receipt by the
Buyers Bank. In case any claims or any other contractual obligations are outstanding, the seller
will extend the Performance Bank Guarantee as asked for by the Buyer till such time as the
Seller settles all claims and completes all contractual obligations. 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 contract
are not fulfilled by the Seller. The specimen of PBG is given in Form DPM-15 (available in MoD
website and can be provided on request). The PBG so stated above, is to be submitted by
the seller to the buyer within 30 days of Effective Date of Contract (the date on which the
contract is stamped and signed by both the parties viz ‘buyer’ and the ‘seller’).

42. Warranty Bank Guarantee OR Warranty Bond In case the total value of the contract is
less than 500,000.00 USD, the Seller will be required to furnish a Guarantee for warranty
(Warranty Bond) by way of a bank guarantee from the Seller’s bank through a bank of
international repute in favour of the Govt of India/ Ministry of Defence as per format given at
Appendix ‘E’ to this RFP. This Bank Guarantee for warranty would be at the rate of 10% of
value of goods to be supplied and will be submitted at the time of supply of goods for claiming
of payment. The Warranty Bond is meant to compensate the purchaser for any loss suffered
due to failure of supplier to complete his obligation during warranty period. The warranty bond
would remain valid for 60 days beyond the date of completion of warranty/ all contractual
obligations. In case the Seller fails to submit the Bank Guarantee for warranty, payment for only
90% of the delivered goods would be made and 10% would be retained till expiry of warranty
period. The buyer retains the right to encash subject warranty bond or to forfeit 10% payment,
in case seller fails to fulfill the warranty claims within the terms of contract. Warranty Bond so
stated above, is required to be submitted by the seller at the time of supply of contracted goods
to buyer’s port of destination as part of the payment documents. Warranty Bank Guarantee
shall remain valid for 60 days beyond the period of warranty under the said contract.

43. Option Clause: Applicable/Not Applicable, as per DPM 09(as amended).

44. Repeat Order Clause: Applicable/Not Applicable, as per DPM 09(as amended).

45. Tolerance Clause To take care of any change in the requirement during the period
starting from issue of RFP till placement of the contract, Buyer reserves the right to
(plus/minus) increase or decrease or rounded off the quantity of the required goods up to

-Sd-
Signature of Seller Signature of Buyer
9

Ten% without any change in the terms & conditions and price quoted by the seller. While
awarding the contract, the quantity ordered can be increased or decreased by the Buyer within
this tolerance limit.

46. Payment Terms for Indigenous Sellers – Not Applicable.

47. Payment terms

(a) The payment will be arranged through Direct Bank Transfer (DBT) or irrevocable
Letter of Credit (subject to Uniform Customs and Practices for Documentary Credit –
UCP 600. 2007 revision issued by International Chamber of Commerce; Paris). Format
of Letter of Credit (LC) is given in Form DPM-12 of DPM 2009. The payment will be
arranged through the said Irrevocable LC from Reserve Bank of India / State bank of
India / any other Public Sector Bank, as decided by the Buyer’s paying authority to the
Bank of the Foreign Seller (provide bank details in the quote for incorporation in the
contract documents). The Seller will give a notification about the readiness of goods 45
days prior to likely date of shipment. Irrevocable Letter of Credit will be opened by the
Buyer within 45 days on receipt of notification of readiness from the firm. The
Irrevocable Letter of Credit will be valid for 90 days. Any extension charges beyond this
period would on the account of the vendor.

(b) If the value of the contract is up to US $ 100,000, payments will be made by


Direct Bank Transfer only. DBT payment will be made within 30 days of receipt of clean
Bill of Lading / AWB /Proof of Shipment and such other documents as are provided for in
the contract, but such payments will be subject to the deductions of such amounts as the
Seller may be liable to pay under the agreed terms of the Contract.

(c) In case PBG (Contract Value >= USD 500,000) or Warranty Bond (Contract Value
< USD 500,000) is submitted by the firm, 100% payment will be released as per para 44
(a) & (b) above. In case the Seller fails to submit the PBG / Bank Guarantee for warranty,
payment for only 90% of the delivered goods would be made and 10% would be retained
till expiry of warranty period and the same will be made 60 days after the warranty period
gets over. The buyer retains the right to encash subject warranty bond or to forfeit 10%
payment in case seller fails to fulfill the warranty claims within the terms of contract.

(d) Part Payment would be admissible for specified lot wise delivery duly supported
with written consent of the buyer (IAF) for the same.

48. The Vendor (firm) will have to specify the name of their appointed bank in their RFP
while submitting the quote. The same would be mentioned in the contracts forwarded by this
HQs to successful bidder(s), who will be termed as Sellers in the contract.

49. Advance Payment: No advance payments will be made as normal practice exceptional
circumstances on case to case basis on request by the seller; the CNC constituted for the
purpose will deliberate and take suitable decision.

50. Paying Authority: Office of PCDA (HQs), FPS-III, G- Block Hutments, New Delhi-110
011. Paid shipping documents are to be provided to the Bank by the Seller as proof of dispatch
of goods as per contractual terms so that the Seller gets payment from LC. The Bank will be

-Sd-
Signature of Seller Signature of Buyer
10

notified to forward these documents to the Buyer for getting the goods/stores released from the
Port/Airport. Documents will include:-

(i) Clean on Board Airway Bill.


(ii) Original Invoice and certified copies of same.
(iii) Packing List and certified copies of same.
(iv) Certificate of Origin from Seller’s Chamber of Commerce, if any.
(v) Certificate of Quality and current manufacture from OEM.
(vi) Dangerous Cargo certificate, where necessitated
(vii) Insurance policy of 110% if DAT
(viii) Certificate of Conformity
(ix) Warranty Bank Guarantee (Warranty Bond)/ Warranty Certificate.

51. 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 contract/supply
order. Fall clause is applicable only for supplies to departments /organisations within India.

52. Certificate of Conformity: Bidder is to certify as per the format for CoC given at
Appendix ‘C’ of this RFP that the offered items are genuine and confirming to the specification
of the standard supplies. Format of Certificate of Conformity to be submitted in original, is
placed at Appendix ‘Ç’.

53. Export License: Before responding, the Bidders are to mandatorily confirm that they
have requisite export license from their Government and Authorization from the manufacturing
plant, to export the military / non-military goods to India. Non confirmation of same will
render the offer as unresponsive bid.

54. Earliest Acceptable Year of Manufacture: Current Year / (2014/2015) (As applicable).
Photo copy of Quality / Life certificate will need to be enclosed with the Bill and original along
with packing list/ item. All lifed items /perishable items are to have at least 80 to 90% shelf life.

55. Transportation: The following Transportation clause will form part of the contract placed
on successful Bidder –
(a) DAT– The stores shall be delivered on DAT terms to The Landing Officer,
Commanding Officer, 32 MCU, AF, Mumbai (Port of destination). Seller will bear the
costs and freight necessary to bring the goods to the port of destination. The Seller will
contract for insurance and pay the insurance premium. Seller is also required to clear
the goods for export. The date of issue of the Master Air Way Bill shall be considered as
the date of delivery.
(b) Partial Shipment is accepted duly supported with the written consent of the buyer
(IAF) for specified lot delivery, however, intimation of lot wise Partial Shipment must be
submitted by the firm.
(c) Transshipment of goods would not be permitted. In case it becomes inevitable to
do so, the Seller shall not arrange transshipment without prior written consent of the
Buyer. The Seller can still utilize the services of the MoD, Govt of India Freight
Forwarding Agent’s details, which will be provided by the Buyer. Seller will be required to
communicate the following information invariably by FAX / e-mail in all cases of import of
Defence Stores to the Landing officer:-

-Sd-
Signature of Seller Signature of Buyer
11

(i) Name of the Airlines.


(ii) Port of Loading and name of Country.
(iii) ETA at port of Discharge i.e. Mumbai.
(iv) Number of Packages and weight.
(v) Nomenclature and details of major equipment with contract details.
(vi) Special instructions, if any stores of sensitive nature requiring special
attention.
(vii) The seller will also forward one set of following documents to the landing
Officer.
(aa) Photo copy ‘Clean on Board’ Airway Bill.
(ab) Photo copy of Invoice.
(ac) Photo copy of Packing List.
(ad) Photo copy of Insurance policy.

(d) The seller will be responsible for payment of additional expenditure like Container
Detention Charges (CDC), Wharf age, demurrage etc incurred by the buyer due to
late/non receipt of shipping documents by the landing officer.

(e) Air Lift: Buyer, if necessitated on account of operational requirement, intends to


airlift all or some of the good through MoD / GoI approved Freight Forwarder, the seller
shall pack the stores accordingly on receipt of intimation to that effect from the buyer.
Such deliveries will be agreed upon well in advance and paid for as may be mutually
agreed.

56. Packing and Marking: The following Packing and Marking clause will form part of the
contract placed on successful Bidder (Seller):–

(a) The Seller shall provide packing and preservation of the equipment and
spares/goods contracted so as to ensure their safety against damage in the conditions of
land, sea and air transportation, transshipment, storage and weather hazards during
transportation, subject to proper cargo handling. The Seller shall ensure that the stores
are packed in containers, which are made sufficiently strong, and with seasoned wood.
The packing cases should have hooks for lifting by crane / fork lift truck. Tags with
proper marking shall be fastened to the special equipment, which cannot be packed.

(b) The packing of the equipment and spares / goods shall conform to the
requirements of specifications and standards in force in the territory of the Seller’s
country. One copy of the packing list in English shall be inserted in each cargo package,
and the full set of the packing lists shall be placed in case No.1 (Master Case) painted in
yellow color. Certificate /Log card of the item are to accompany the items and not ® not
despatched separately.

(c) Each spare, tool and accessory shall be packed in separate cartons. A label in
english shall be pasted on the carton indicating the under mentioned details of the item
contained in the carton. A tag in English with said information shall also be attached to
six samples of the item. If quantity contracted is less than six then tag shall be affixed to
complete quantity contracted of the item. The cartons shall then be packed in packing
cases as required.

(i) Part Number :

-Sd-
Signature of Seller Signature of Buyer
12

(ii) Nomenclature :
(iii) Contract annex number :
(iv) Annex serial number :
(v) Quantity contracted :

(d) One copy of the packing list in English shall be inserted in each cargo package,
and the full set of the packing lists shall be placed in Case No.1 painted in a yellow
colour.

(e) The Seller shall mark each package with indelible paint in the English language
as follows:

(i) Export
(ii) Contract No and Date (Contract Ref. Date and Effective Date of Contract)
(iv) Consignee Landing Officer – Commanding Officer, 32 MCU, AF Mumbai
(iv) Airport of destination - CSI Airport Mumbai .
(v) Ultimate consignee: Commanding Officer, 41ED, Air Force Station
Bidar (Karnataka)
(vi) Seller - _________________________________
(vii) Package No.- ____________________________
(viii) Gross / Net Weight - _______________________
(ix) Overall Dimension / Volume - ________________
(x) The Seller’s marking - ______________________

(f) If necessary, each package shall be marked with warning inscriptions: <Top>,
“Do Not Turnover”, “Category of Cargo” etc.

(g) Should any special equipment be returned to the Seller by the Buyer, the later
shall provide normal packing, which protects the equipment and spares/goods from the
damage of deterioration during transportation by land, air or sea. In this case the Buyer
shall finalize the marking with the Seller.

57. Quality: The quality of the stores delivered according to the present Contract shall
correspond to the technical conditions and standards valid for the deliveries of the same stores
for in Seller’s country or specifications enumerated as per RFP and shall also include therein
modification to the stores suggested by the Buyer. Such modifications will be mutually agreed
to. The Seller confirms that the stores to be supplied under this Contract shall be new i.e. not
manufactured before the Year of Contract, 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.

58. Quality Assurance. Seller would provide the Standard Acceptance Test Procedure
(ATP) within ----- months of this date of contract, if applicable. Buyer reserves the right to
modify the ATP. Seller would be required to provide all test facilities at his premises for
acceptance and inspection by buyer. The details in this regards will be co-ordinate during the
negotiation of the contract. The items should be of the latest (current) manufacture, conforming
to the governing aviation production standards and having 100% defined life at the time of
delivery.

-Sd-
Signature of Seller Signature of Buyer
13

59. Inspection Authority. Purchaser reserves the right to undertake PDI at seller’s
premise in accordance with the available provisions covered in DPM 2009 (as amended).
Notwithstanding the ibid, goods on receipt at ultimate consignee will be subjected to pre-receipt
inspection by the duly constituted Board under the aegis of QAS, consignee 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 seller’s premise.

60. Pre- Dispatch Inspection: Buyer or his representative reserves the right to
undertake pre-dispatch inspection at Seller’s premises prior to the dispatch of item on as and
when required basis. The conditions and other obligations will be deliberated and mutually
agreed at the time of finalizing the contract.

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

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
the acceptance of goods at the ultimate consignee. Quantity claim should be submitted
to the Seller as per Form DPM -22 (Quantity Claim Format) available in MoD website
and can be given on request.

(c) The Quality claims shall be presented for defects or deficiencies in quality as per
Form DPM – 23 (Quality Claim Format) within 45 days of completion of acceptance of
goods. Quality claim 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.

(d) The description and quantity of the store 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 receipt of the claim at the seller’s 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 delivered the repaired or replaced goods at the same
location under seller’s own arrangement.

(f) Claims may also be settled by reduction of cost of the 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.

-Sd-
Signature of Seller Signature of Buyer
14

(g) The quality claims will be raised solely by the Buyer and without any certification
/countersignature by the Seller’s representative stationed in India.

62. Warranty:–

(a) The following Warranty will form part of the contract placed on the successful
Bidder:–

(i) 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 12 months from the date of delivery of the said goods / stores / articles
to the Buyer or 15 months from the date of shipment / despatch from the Seller’s
works whichever is earlier and that notwithstanding the fact that the Buyer may
have inspected and / or approved the said goods / stores/ articles, if during the
aforesaid period of 12 / 15 months the said goods / stores/ articles be discovered
not to conform to the description and quality aforesaid not giving satisfactory
performance or have deteriorated, and the decision of the Buyer in that behalf
shall be final and binding on the Seller and the Buyer shall be entitled to call upon
the Seller to rectify the goods / stores / articles or such portion thereof as is found
to be defective by the Buyer within a reasonable period, or such specified period
as may be allowed by the Buyer in his discretion on application made thereof by
the Seller, and in such an event, the above period shall apply to the goods /
stores / articles rectified from the date of rectification mentioned in warranty
thereof, otherwise the Seller shall pay to the Buyer such compensation as may
arise by reason of the breach of the warranty therein contained.

(ii) Guarantee that they will supply spare parts, if and when required on
agreed basis for an agreed price. The agreed basis could be and including but
without any limitation an agreed discount on the published catalogue or an agreed
percentage of profit on the landed cost.

(iii) Warranty to the effect that before going out of production for the spare
parts, they will give adequate advance notice to the Buyer of the equipment so
that the latter may undertake the balance of the lifetime requirements.

(iv) Warranty to the effect that they will make available the blue prints of
drawings of the spares if and when required in connection with the main
equipment.

(vii) The buyer retains the right to encash subject Warranty Bond / 10%
payment, in case seller fails to fulfill the warranty claims within the terms of
contract.

-Sd-
Signature of Seller Signature of Buyer
15

PART V – EVALUATION CRITERIA & PRICE BID ISSUES

63. 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.

(b) The Lowest Bid will be decided upon the lowest price quoted by the
Particular Bidder as per the Price Format given at Para 2 below. The basic cost (DAT)
quoted would be the basis for the purpose of comparison of various tenders.

(c) In import cases, all the foreign quotes will be brought to a common
denomination in Indian Rupees by adopting the exchange rate as BC selling rate of the
State Bank of India on the date of the opening of Price Bids.

(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.

(e) The Buyer reserves the right to evaluate the offers received by using Discounted
Cash Flow method at a discounting rate of ____%. In case cash flow involves more than
one currency, the same will be brought to a common denomination in Indian Rupees by
adopting exchange rate as BC selling rate of the State Bank of India on the date of the
opening of the Price Bids.

(f) The Lowest Acceptable Bid will be considered further for placement of contract
after complete clarification and price negotiations as decided by the buyer. The Buyer
will have the right to award contracts to different Bidders for being lowest in particular
items. 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.

(g) Acceptance of Standard Conditions of Contract (SCOC) as available in DPM


2009 (Chapter- X).

(h) Any other criteria as applicable to suit a particular case. L1 will be determined line
wise.

64. Acceptance to standard terms & conditions. Attached Appendix ‘D’ to this RFP is
to be signed and submitted along with offer mandatorily.

65. Price Bid Format. The Price Bid Format is given below and Bidders are required to fill
this up correctly with full details alongwith acceptance of summary of standard terms and
conditions as per Appendix-‘D’. Prices should be firm & fixed and should be inclusive of
packing charges, taxes and duties etc. levied in the country of supply.
(NOT APPLICABLE be mentioned, in columns where necessitated)
(a) Basic cost of the item/items:

IAF SOR IAF GIG IAF Part Item DoQ Qty Unit price Total of

-Sd-
Signature of Seller Signature of Buyer
16

No. No. No. offered Offered Basic price

(b) Accessories offered and Unit / Total cost.


(c) Installation / commissioning charges, where applicable
(d) Training, where applicable
(e) Technical Literature
(f) Tools
(g) AMC with spares, where applicable
(h) AMC without spares, where applicable
(j) Any other item (Unit cost/Total)
(k) Grand Total:
(i) Excluding AMC and spares
(ii) Including AMC with spares
(iii) Including AMC without spares

66. Unregistered firms claiming compliance will be dealt in accordance with provisions of
DPM09 Page 24, Chapter 4 Para 4.2.9 and 4.3.5.
67. This communication is being issued without prejudice and with NIL financial
commitments, whatsoever.
68. One copy of this RFP duly stamped and signed in all pages, be returned to us for
our reference and records alongwith 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 )
Wing Commander
Joint Director Procurement Tender Cell
For and on behalf of President of India
Annexed: As stated
Appendix-‘A’ As applicable (OEM Certificate ‘in original’ Mandatory)
Appendix-‘B’ NIL
Appendix-‘C’ Format of CoC certificate.
Appendix-‘D’ Summary of Standard terms and conditions.
Appendix-‘E’ Performance Bank Guarantee / Warranty Bank Guarantee Format.

-Sd-
Signature of Seller Signature of Buyer
17

Appendix ‘A’
(Refers to Para 20 of Part-II of RFP)

SCHEDULE OF REQUIREMENT
PROCUREMENT OF GSE SPARES
AIRHQ/CPF-671 (AHQ)/HAWK GSE SPARES/W1225012/PUR (VOL-II)

SL SOR Part No. Description DOQ Qty Main Assy Sub Assy
No SL IAF Code
No.

1 1 1395062 05CVU0856 FILTER OIL EACH 2 Generator LUBRICATION


Test Rig SYS
2 2 1346495 100007223 FINE SEPERATOR EACH 3 C-30 OIL SEPERATING
ELEMENT Compressor UNIT
3 3 1376096 100008387 EACH 3 C-30 COOLING
COOLANT HOSE Compressor SYSTEM
4 4 1375945 100008388 COOLANT HOSE EACH 3 C-30 COOLING
Compressor SYSTEM
5 5 1358135 100008390 ENGINE FUEL EACH 3 C-30 FUEL SYSTEM
FILTER Compressor
6 6 1375946 100009133 COOLANT HOSE EACH 3 C-30 COOLING
Compressor SYSTEM
7 7 1363610 100009609 V BELT EACH 3 C-30 ENGINE ASSY
Compressor
8 8 1374936 100012359 SP-CARTR-FUEL EACH 3 C-30 FUEL SYSTEM
FILTER Compressor
9 9 1383941 1002/01 BORON CARBIDE EACH 3 Vapormatt BLAST GUNS
NOZZLE, 10MM Lynx 1010.

10 10 1383942 1003/01 BORONO CARBIDE EACH 3 Vapormatt BLAST GUNS


NOZZLE,12MM Lynx 1010.

11 13 1383956 1302/02 GLAND EACH 5 Vapormatt ABRASIVE PUMPS


THROWER,MK.2,(TH Lynx 1010. MK6.35 OR 50 MM
READ)
12 14 1383951 1302/04 WEAR SLEEVE EACH 5 Vapormatt ABRASIVE PUMPS
Lynx 1010. MK6.35 OR 50 MM

13 25 1359502 361-3682 COVER, GPU EACH 9 GPU ENGINE


EXHAUST
14 26 1384026 361KRI/271- ELEMENT OIL FILTER EACH 30 UGSS-O2 ENGINE
01-432-50

15 37 1363812 43-23 NUT TRANSERVSE EACH 6 Engine HOIST ASSEMBLY


Change Kit
16 44 1377239 59.92X3.53,2- O RING SEAL EACH 20 GTS Test COMPARTMENT
229,V747-75 Trolley GENERATOR
INSTALLATION
17 46 1363264 735-7466 ROTARY RECTIFIER EACH 15 GPU ALTERNATOR

18 58 1378046 8579-62-008 FUEL PIPE EACH 2 GTS Test TOOL KIT


ASSEMBLY Bench
19 59 1378073 8579-62-071 FUEL HOSE EACH 1 GTS Test FUEL
Bench COMPARTMENT
20 60 1378072 8579-62-072 FUEL HOSE EACH 1 GTS Test FUEL
Bench COMPARTMENT

-Sd-
Signature of Seller Signature of Buyer
18

21 61 1378071 8579-62-073 FUEL HOSE EACH 1 GTS Test FUEL


Bench COMPARTMENT
22 62 1378070 8579-62-074 FUEL HOSE EACH 1 GTS Test FUEL
Bench COMPARTMENT
23 63 1378069 8579-62-090 FUEL HOSE EACH 2 GTS Test FUEL
Bench COMPARTMENT
24 64 1378057 8579-62-100 FUEL HOSE EACH 2 GTS Test MANIFOLD TEST
Bench UNIT
25 65 1378054 8579-62-101 FUEL HOSE EACH 2 GTS Test MANIFOLD TEST
Bench UNIT
26 66 1378052 8579-62-102 FUEL HOSE EACH 2 GTS Test MANIFOLD TEST
Bench UNIT
27 67 1378049 8579-62-103 FUEL HOSE EACH 2 GTS Test MANIFOLD TEST
Bench UNIT
28 68 1378047 8579-62-104 FUEL HOSE EACH 2 GTS Test MANIFOLD TEST
Bench UNIT
29 69 1378074 8580-10-011 HOSE AND PIPE EACH 2 GTS Test PANEL
ASSEBLY Trolley HYDRAULIC
INSTALLATION
30 70 1378076 8580-10-013 HOSE AND PIPE EACH 1 GTS Test PANEL
ASSEMBLY Trolley HYDRAULIC
INSTALLATION
31 71 1378077 8580-10-014 HOSE AND PIPE EACH 1 GTS Test PANEL
ASSEMBLY Trolley HYDRAULIC
INSTALLATION
32 72 1371595 8580-20-704 PIPE EACH 1 GTS test GENERATOR
trolley CAMPARTMENT
33 73 1371596 8580-20-705 PIPE EACH 1 GTS test GENERATOR
trolley CAMPARTMENT
34 74 1378075 8581-10-030 HOSE AND PIPE EACH 2 GTS Test PANEL
ASSEMBLY Trolley HYDRAULIC
INSTALLATION
35 77 1333315 887-9889 TYRE EACH 18 GPU GPU WHEEL
ASSY
36 80 1385087 9.01388e+011 VANE BECKER EACH 12 Centrifuge VACCUM SYS
Test Set

37 85 1384086 A01-056 WINDOW SEAL EACH 2 Vapormatt WINDOW ASSY


KIT(SEAL,GLUE& Safe Spray
PRIMER)
38 87 1383939 A04-036 MK.1 BLAST EACH 2 Vapormatt BLAST GUNS
GUN,10MM.NO Lynx 1010.
HOSE. COMPLETE
ASSEMBLY
39 92 1385179 AEI 5104-01 FIULTER GAUZE EACH 1 Aden Gun TANK UNIT
Cleaning
Bath
40 93 1385180 AEI 5108-01 PUMP FOOT EACH 1 Aden Gun PUMP ASSY
OPERATED Cleaning
Bath
41 94 1385181 AEI 5109-01 FLEXIBLE HOSE EACH 1 Aden Gun NOZZLE ASSY
WITH SPRAY Cleaning
NOZZLE HEAD Bath
42 108 1358025 B 177 - 1548 ELEMENT AIR EACH 2 HST ENGINE
FILTER
43 109 1332858 B-245-1350 VACCUM PRESSURE EACH 3 HST LEFT HAND SIDE
GAUGE PANEL
44 110 1332857 B-493-1139 TURBINE METER EACH 5 HST FLOW METER
ASSY

-Sd-
Signature of Seller Signature of Buyer
19

45 111 1361857 B052-1748 BEARING FRONT & EACH 8 HST WHEEL HUB AND
REAR BRAKE ASSY
46 112 1338445 B056-1137 BELT TIMING EACH 1 HST BOOST PUMP

47 113 1344138 B064-1046 PCB EACH 1 Hyd Test Rig ELECTRICAL BOX
ASSY
48 118 1395605 B107-1240 CONTACT, EACH 1 Hyd Test Rig ELECTRICAL BOX
AUXILIARY ASSY
49 121 1384021 B2-002-034 WINDOW WIPER EACH 1 Vapormatt WINDOW WIPER
MOTOR 24V DC Lynx 1010. ASSY

50 125 1395061 B214-1505 FILTER 76 MICRON EACH 2 Hyd Test Rig AIR HYDRO PUMP
99 BAR Y TYPE FUEL FILTER
51 126 1332580 B245-1345 TEST PRESSURE EACH 1 HST CONTROL PANEL
GAUGE(0-5800)PSI
52 127 1332579 B245-1346 RETURN PRESSURE EACH 1 HST CONTROL PANEL
GAUGE(0-145) PSI
53 128 1395602 B245-6103 GAUGE 0-25 EACH 1 Hyd Test Rig CONTROL PANEL
BAR(PUMP SERVO
PRESSURE GAUGE)
63MM DIAL
54 129 1335336 B245-6154 GAUGE FLUID LEVEL EACH 1 HST CONTROL PANEL

55 131 1384020 B3-015-001 DOOR LIMIT (REED EACH 1 Vapormatt LIMIT SWITCH
SWITCH TYPE) Lynx 1010.

56 136 1395626 B305-1090 HOLDER EURO EACH 1 Hyd Test Rig ELECTRICAL
CARD CONTROL BOX
57 137 1359345 B307-CJFB- HOSE EACH 4 HST COMPONENT
5384 AND HOSES
58 138 1344186 B307-ZZZZ- HOSE EACH 2 0 COMPONENT
5398 AND HOSES
59 139 1334895 B337-1201 DIGITAL INDICATOR EACH 1 Hyd Test Rig CENTRE AND
RIGHT
INSTRUMENT
PANELS
60 143 1383996 B4-002-010 AIR HOSE, 6MM(1/4 ). EACH 1 Vapormatt BLOW OFF GUN
BLOW OFF GUN Lynx 1010.

61 147 1384104 B4-005-024 CLEANING LIQUID EACH 1 Vapormatt CLEANING LIQUID


PUMP Safe Spray PUMP

62 148 1384105 B4-005-024A PUMP DIAPHRAGM EACH 2 Vapormatt PUMP ASSY


KIT Safe Spray
63 149 1384004 B4-005-034 PUMP EACH 2 Vapormatt PUMP ASSY
DIAPHRAGM,ARO,1/4 Lynx 1010.
BSP OUTLET
64 155 1384115 B4-007-051 VENT EXTRACT EACH 2 Vapormatt PUMP ASSY
NOZZLE Safe Spray

65 160 1384089 B4-020-66 SPRAY GUN EACH 2 Vapormatt SPRAY GUN


HOSE,1/2 BORE Safe Spray

66 161 1383992 B4-044-005 SIGHT GLASS TUBE EACH 1 Vapormatt SPRAY GUN
Safe Spray
67 163 1384110 B4-063-058 FILTER EACH 2 Vapormatt SPRAY GUN
HOUSING,COMPLET Safe Spray
E WITH CARTRIDGE
ELEMENT

-Sd-
Signature of Seller Signature of Buyer
20

68 165 1395623 B497-1031 MODULE EACH 1 Hyd Test Rig ELECTRICAL BOX
EXPANSION ASSY
69 166 1395618 B497-1036 MODULE, RC EMC EACH 1 Hyd Test Rig ELECTRICAL BOX
ASSY
70 170 1384080 B5-001-021 GLOVES EACH 4 Vapormatt GLOVES
Safe Spray
71 171 1384014 B5-005-005 WINDOW WIPER EACH 1 Vapormatt WINDOW WIPER
ARM,10.5 ,S/S Lynx 1010. ASSY
72 175 1384018 B5-007-002 G.R.P. REPAIR KIT EACH 2 Vapormatt CHEMICAL DOSE
Lynx 1010. PUMP HEAD

73 176 1378320 B5-007-035 FILTER ROLL EACH 30 Vapormatt MB FILTER


Lynx 1010. CLOTH 450MM X
50 M, MEDIUM
74 178 1395625 B629-1040 POTENSIOMETER 10 EACH 2 Hyd Test Rig ELECTRCAL BOX
TURN 10K 3W ASSY
75 179 1395619 B630-1037 POWER EACH 1 Hyd Test Rig ELECTRICAL BOX
SUPPLY,REGULATED ASSY
,4-12V DC,1AMPS
76 180 1395611 B630-1048 POWER SUPPLY EACH 1 Hyd Test Rig ELECTRICAL BOX
ASSY
77 181 1337283 B690-3323 SENDER EACH 4 HST COMPONENT
AND HOSES
78 182 1395614 B697-1325 RELAY PHASE EACH 1 Hyd Test Rig ELECTRICAL BOX
FAILURE ASSY
79 183 1395613 B697-1333 RELAY SAFETY EACH 1 Hyd Test Rig ELECTRICAL BOX
ASSY
80 184 1361908 B697-1339 RELAY COOLING EACH 1 HST ELECTRICAL BOX
FAN
81 185 1395616 B697-1343 RELAY PLUG-IN EACH 1 Hyd Test Rig ELECTRICAL BOX
ASSY
82 186 1343880 B724-1201- SEAL BONDED G 1/4 EACH 2 HST FITTING AND
NI90 COMPONENT
ASSY
83 187 1343883 B724-1202- SEAL BONDED G3/8 EACH 2 HST BLEED MANIFOLD
NI90
84 188 1343897 B724-1203- SEAL BONDED EACH 2 HST FITTING AND
NI90 COMPONENT
ASSY
85 189 1343884 B724-1205- SEAL BONDED G3/4 EACH 4 HST FITTING AND
NI190 COMPONENT
ASSY
86 190 1343898 B724-1207- SEAL BONDED EACH 2 HST FITTING AND
NI90 COMPONENT
ASSY
87 191 1395604 B752-1196 SOFT STARTS 110 EACH 1 Hyd Test Rig ELECTRICAL BOX
AMPS 400V ASSY

88 192 1339078 B791-1009 TRANSMITTER EACH 4 HST FLOW METER


TURBINE,FM 110 C/W ASSY
89 193 1395607 B818-1175 UNIT CONTROL 24 V EACH 3 Hyd Test Rig ELECTRICAL BOX
DC 12 AMPS ASSY
90 194 1362141 B846-6551 VALVE SOLENOID 3 EACH 3 HST DEAREATION
WAY 5.5 BAR MANIFOLD
91 195 1360339 B846-6561 VALVE SOLENOID EACH 1 Hyd Test Rig HAND PUMP
DRIEST ACTING 2/2 RESERVIOUR
N/C CHARGING
VALVE ASSY

-Sd-
Signature of Seller Signature of Buyer
21

92 196 1395621 B999-1643 CONTROLLER PLC EACH 1 Hyd Test Rig ELECTRICAL BOX
ASSY
93 197 1377251 BA9S BULB EACH 10 GTS Test GTS Test Trolley
Trolley
94 198 1360331 BO79-1210 SWITCH PUSH EACH 1 Hyd Test Rig CENTRE
BUTTON YELLOW CONTROL PANEL
95 199 1374090 C153976 FILTER EACH 10 Inhibition PRESSURE
Trolley FILTER ASSY 5µ
96 200 1352025 C159940 VALVE NEEDLE EACH 1 Test Panel Test Panel
Integration Integration
97 201 1380014 C255115 PRESSURE GAUGE EACH 1 Test Test
Panel(BMC& Panel(BMC&B)
B)
98 202 1380015 C255116 PRESSURE GAUGE EACH 1 Test Test
Panel(BMC& Panel(BMC&B)
B)
99 203 1335614 D035-6518 TURBINE METER EACH 1 Hyd Test Rig FLOW METER
ASSY
100 204 1337224 D081-57 CABLE BRAKE EACH 2 HST TOW BAR ASSY

101 205 1365831 DEU04159571 DUCT, AIR EACH 9 GPU ENGINE

102 206 1351610 DG5601.40.24 PUMP, HAND LEVER EACH 1 0 HAND PUMP
103 208 1395598 E4061 THERMOSTAT EACH 1 Aqua MAIN ASSY
Washing
Rota Jet
104 211 1377241 FU1540-200A FUSE EACH 2 GTS Test PANEL
Trolley ELECTRICAL
105 212 1337556 HGT FILTER EACH 1 Rudder Rudder PFCU Test
2321MK2/151 PFCU Test Set
Set
106 213 1395357 HGT2321 TRANSFORMER EACH 1 Rudder Rudder PFCU Test
MK2/319 PFCU Test Set
Set
107 214 1337534 HGT2321MK2 PILOT INPUT JACK EACH 1 Rudder Rudder PFCU Test
/165 SERVO VALVE PFCU Test Set
Set
108 215 1395383 HTE 184-170 FUSE 16 AMPS EACH 1 Aqua CONTROL PANEL
Washing
Rota Jet
109 216 1395385 HTE 184-352- BUTTON PUSH EACH 1 Aqua CONTROL PANEL
11(G) GREEN Washing
Rota Jet
110 217 1395571 HTE 352-161 SWITCH EACH 1 Aqua CONTROL PANEL
Washing
Rota Jet
111 218 1395377 HTE 502-15 CONTACTOR EACH 1 Aqua CONTROL PANEL
HEATER Washing
Rota Jet
112 219 1395376 HTE 502-19 CONTACTOR EACH 1 Aqua CONTROL PANEL
HEATER Washing
Rota Jet
113 220 1395378 HTE 504-11 CONTACTOR EACH 1 Aqua CONTROL PANEL
SKEEMER&FAN Washing
Rota Jet
114 221 1395379 HTE 725-180 TIMER 0-36 MIN EACH 1 Aqua CONTROL PANEL
Washing
Rota Jet

-Sd-
Signature of Seller Signature of Buyer
22

115 222 1395375 HTE505-50 CONTACTOR PUMP EACH 1 Aqua CONTROL PANEL
Washing
Rota Jet
116 224 1363455 L1055 A33 FUSE EACH 1 CPTT ELECTRICAL
AMPS LINK(FS2)(CONTROL SYSTEM
BOX)
117 225 1394727 M7047007 BONDED SEAL EACH 10 Drop Tank AIR SYSTEM
Test rig
118 226 1395628 M7051-KH- TRANSFORMER220/1 EACH 1 Pneumatic TEST BENCH
107 27V Test Rig REAR PANEL
119 229 1395632 M7051-KH- TRANSFORMER EACH 1 Pneumatic TEST BENCH
ECD-14 115/127V TO 24V Test Rig PNEUMATIC

120 235 1395732 M7051-KH- TRANSDUCER FOR EACH 1 Pneumatic TEST BENCH
ECD-38 DPI(6) Test Rig CONTROL PANEL

121 238 1385101 MBEU RELAY EACH 3 Centrifuge Centrifuge Test Set
CONTRACTOR Test Set
122 239 1385163 MBEU 52510 REEL EACH 4 Accelaration RAM
Rig ASSY,VELOCITY
TESTING
123 240 1385141 MBEU 53806 NUT PREE TENSION EACH 4 Accelaration RAM
Rig ASSY,VELOCITY
TESTING
124 241 1385144 MBEU 53807 SPRING EACH 4 Accelaration RAM
Rig ASSY,VELOCITY
TESTING
125 242 1385162 MBEU 53809 CAM EACH 4 Accelaration RAM
Rig ASSY,VELOCITY
TESTING
126 243 1385166 MBEU 53810 BOSS HINGE EACH 2 Accelaration RAM
Rig ASSY,VELOCITY
TESTING
127 244 1385140 MBEU 58163 BUSH EACH 4 Accelaration RAM
Rig ASSY,VELOCITY
TESTING
128 245 1385184 MBEU 58281 NUT COLLAR EACH 4 Centrifuge BASE PLATE
Test Set
129 246 1385089 MBEU 76133 VALVE NRV EACH 2 Centrifuge VACCUM PUMP
Test Set ASSY

130 247 1385173 MBEU 81665 PLUNGER EACH 2 Accelaration RAM


Rig ASSY,VELOCITY
TESTING
131 248 1360363 MBEU 81765 PISTON EACH 2 Centrifuge BASE PLATE
Test Set
132 249 1385077 MBEU 81929 MOUNTING EACH 2 Centrifuge MOTOR AND
ENCODER ASSY Test Set ENCODER ASSY

133 250 1385090 MBEU 82412 HOUS ASSY EACH 2 Centrifuge VACCUM PUMP
Test Set ASSY

134 251 1360361 MBEU 82451 VALVE AIR CLEANER EACH 2 Centrifuge COVER ASSY
Test Set
135 252 1385168 MBEU 82549 SWITCH EACH 2 Accelaration RAM
PROMXIMITY Rig ASSY,VELOCITY
TESTING

-Sd-
Signature of Seller Signature of Buyer
23

136 253 1385091 MBEU 82825 TRANSFORMER EACH 2 Accelaration TRANSFORMER


ASSY Rig AND MOUNTING
PLATE
137 254 1385111 MBEU 82852 POTENTIOMETRE EACH 2 Accelaration COVER AND
Rig HOUSING
138 255 1385112 MBEU 82946 WSITCH ROCKER EACH 2 Accelaration COVER AND
Rig HOUSING
139 256 1385105 MBEU 82947 SWITCH ROCKER EACH 2 Accelaration COVER AND
Rig HOUSING
140 257 1385106 MBEU 82977 STRUT EACH 2 Accelaration COVER AND
Rig HOUSING
141 258 1360372 MBEU 83091 PLUNGER EACH 2 Centrifuge COVER ASSY
Test Set
142 259 1385099 MBEU 83093 CONTROLLER ASSY EACH 1 Centrifuge FRONT PANEL
SPEED Test Set ASSY

143 260 1385138 MBEU 83109 SPACER BEARING EACH 2 Accelaration MOTOR
Rig TURNTABLE &
CONTROLLER
144 261 1385139 MBEU 83112 SPACER BEARING EACH 2 Accelaration MOTOR
Rig TURNTABLE &
CONTROLLER
145 262 1385134 MBEU 83114 CONTROLLER EACH 2 Accelaration MOTOR
MOTOR SPEED Rig TURNTABLE &
CONTROLLER
146 263 1385068 MBEU5180 RING SEAL TETRA EACH 2 Centrifuge Centrifuge Test Set
LIP-S Test Set
147 264 1385072 MBEU55838 SEAL O RING EACH 2 Centrifuge BOWL ASSY
Test Set

148 265 1360407 MBEU74119 MICRO SWITCH EACH 2 Centrifuge FRONT PANEL
Test Set ASSY

149 266 1385065 MBEU81566 DRIVE AND BRAKE EACH 2 Centrifuge BOWL ASSY
ASSY Test Set

150 267 1360402 MBEU81588 CABLE BRAKE EACH 2 Centrifuge DRIVE AND
Test Set BRAKE ASSY
151 268 1360408 MBEU81590 TACHOMETRE EACH 2 Centrifuge FRONT PANEL
Test Set ASSY

152 269 1360392 MBEU81603 BELT TIMING EACH 2 Centrifuge TOP PLATE AND
Test Set BOWL
ASSEMBLIES
153 270 1385075 MBEU81604 PULLEY BELT EACH 1 Centrifuge MOTOR AND
TIMING Test Set ENCODER ASSY
154 271 1385061 MBEU81641 SPRING TORSION EACH 2 Centrifuge TURNTABLE
Test Set

155 272 1360371 MBEU81666 SPRING EACH 2 Accelaration RAM


Rig ASSY,VELOCITY
TESTING
156 273 1360373 MBEU81667 SCREW GUIDE EACH 1 Centrifuge COVER ASSY
Test Set
157 274 1360369 MBEU81668 SOLENOID EACH 1 Centrifuge COVER ASSY
Test Set

-Sd-
Signature of Seller Signature of Buyer
24

158 275 1385066 MBEU81675 SPRING TORSION EACH 2 Centrifuge BOWL ASSY
Test Set

159 276 1360370 MBEU81679 MICRO SWITCH EACH 2 Centrifuge COVER ASSY
Test Set

160 277 1360393 MBEU81710 GASKET EACH 2 Centrifuge TOP PLATE AND
Test Set BOWL
ASSEMBLIES
161 278 1385074 MBEU81729 SPRING EACH 2 Centrifuge BOWL ASSY
Test Set

162 279 1360398 MBEU81733 HOUSING SEAL TOP EACH 1 Centrifuge DRIVE AND
Test Set BRAKE ASSY

163 280 1360364 MBEU81770 O RING EACH 2 Centrifuge COVER ASSY


Test Set
164 281 1385084 MBEU81792 SPRING EACH 2 Centrifuge TURNTABLE
Test Set

165 282 1360409 MBEU81939 HOSE ASSY EACH 2 Centrifuge FRONT PANEL
Test Set ASSY

166 283 1360406 MBEU82393 RELAY EACH 2 Centrifuge FRONT PANEL


CONTRACTOR Test Set ASSY

167 284 1385058 MBEU82452 VALVE AIR EACH 1 Centrifuge COVER ASSY
ADMITTANCE Test Set

168 285 1360401 MBEU82479 BEARING THRUST EACH 2 Centrifuge DRIVE AND
Test Set BRAKE ASSY

169 286 1360400 MBEU82480 BEARING REDIAL EACH 2 Centrifuge DRIVE AND
Test Set BRAKE ASSY

170 287 1360410 MBEU82949 SWITCH ROCKER EACH 1 Centrifuge FRONT PANEL
Test Set ASSY

171 288 1360411 MBEU83094 MICRO SWITCH EACH 1 Accelaration COVER AND
Rig HOUSING
172 299 1394920 MC1282046 VALVE BALL EACH 2 Drop Tank FUEL SYSTEM
MOTORISED Test rig
173 306 1394729 MC1282538 SEAL RING TORIDIAL EACH 4 Drop Tank CARRIER BLOCK
Test rig ASSY
174 313 1394925 MS7084100 PB3 SWITCH EACH 2 Drop Tank ELECTRICAL
Test rig CONTROL BOX
175 314 1394926 MS7084103 PB1 SWITCH EACH 2 Drop Tank ELECTRICAL
Test rig CONTROL BOX
176 315 1394928 MS7084104 PB2 SWITCH EACH 8 Drop Tank ELECTRICAL
Test rig CONTROL BOX
177 316 1395059 MS7084109 TIMING RELAY EACH 2 Drop Tank ELECTRICAL
Test rig CONTROL BOX
178 317 1383988 N000XT01 BUBBLE VALVE EACH 1 Vapormatt VALVE ASSY
ASSEMBLY,125MM Lynx 1010.
DIAMETER
179 321 1383961 N000ZP17 MK6 50MM. PUMP EACH 1 Vapormatt ABRASIVE PUMP
BODY(VSPS) Lynx 1010. ASSY
180 322 1383960 N000ZP22 MK6 PUMP INLET EACH 1 Vapormatt ABRASIVE PUMP
(VSPS) Lynx 1010. ASSY

-Sd-
Signature of Seller Signature of Buyer
25

181 323 1383984 N000ZP26 MK6 35. PUMP BODY EACH 1 Vapormatt ABRASIVE PUMP
(VSPS) Lynx 1010. ASSY

182 324 1383947 N000ZP61 MK 2 STIRRER EACH 2 Vapormatt STIRRER ASSY


NOZZLE,(DEFLECTO Lynx 1010.
R TYPE)
183 325 1384101 N100DE65 WINDOW GLASS EACH 3 Vapormatt WINDOW GLASS
Safe Spray

184 326 1384081 N100DG03 NOZZLE WIRE EACH 3 Vapormatt NOZZLE WIRE
BRUSH Safe Spray BRUSH
ATTACHMENT ATTACHMENT
185 331 1395384 NTS14365 FUSE 3 AMPS EACH 8 Aqua CONTROL PANEL
Washing
Rota Jet
186 333 1385143 P 31705 PIN SPRING EACH 2 Accelaration RAM
TENSION Rig ASSY,VELOCITY
TESTING
187 334 1385177 P 36002 TERMINAL PIGGY EACH 4 Accelaration RECEPTABLE
BACK Rig CIRCUIT
BREAKER
188 336 1385118 P 37393 FUSE ANTI SURGE EACH 2 Accelaration COVER AND
500 MILI Rig HOUSING
189 337 1385123 P 37591 FILTER EACH 1 Accelaration TRANSFORMER
Rig AND MOUNTING
PLATE
190 338 1385178 P 37656 TERMINAL SPADE EACH 5 Accelaration WIRING
Rig
191 339 1385120 P 38088 FUSE QUICK ACTING EACH 2 Accelaration COVER AND
100 MILI Rig HOUSING
192 340 1385059 P36477 CIRCUIT BREAKER EACH 1 Accelaration RECEPTABLE
Rig CIRCUIT
BREAKER
193 341 1385113 P37346 RELAY PLUG IN EACH 1 Accelaration COVER AND
Rig HOUSING
194 342 1360403 P37485 HANDLE BRAKE EACH 1 Centrifuge DRIVE AND
Test Set BRAKE ASSY

195 343 1360412 P37499 BUTTON PUSH RED EACH 1 Centrifuge FRONT PANEL
Test Set ASSY

196 344 1385088 P37805 WASHER EACH 2 Centrifuge VACCUM PUMP


Test Set ASSY

197 347 1395579 RHPSL1 BEARING UPPER EACH 1 Aqua SPINNER ASSY
Washing
Rota Jet
198 348 1395577 RHPSLF1 BEARING LOWER EACH 1 Aqua SPINNER ASSY
Washing
Rota Jet
199 350 1395587 RJ142/A SPINNER ASSEMBLY EACH 1 Aqua SPIN ASSY
UPPER Washing
Rota Jet
200 351 1395782 RJ142/B SPINNER ASSEMBLY EACH 1 Aqua SPIN ASSY
LOWER Washing
Rota Jet
201 360 1323928 SA813(ITEM3 SEAL BONDED 1/4 EACH 6 5-Ton Tripod BODY
6) "ID Jack HYDRAULIC
202 361 1325603 SA8131 SEAL BONDED 1/2 EACH 6 5-Ton Tripod BODY
(ITEM35) BSP Jack HYDRAULIC

-Sd-
Signature of Seller Signature of Buyer
26

203 362 1323932 SA8131(ITEM SEAL BONDED 1/2" EACH 6 5 TON BODY
33 BSP TRIPOD HYDRAULIC
JACK
204 365 1337123 SD 7086 SEAL O RING EACH 44 5 Ton Pillar SEAL OUTER RAM
Jack
205 366 1337097 SD 7087 SEAL O RING EACH 50 5 Ton Pillar SEAL INNER RAM
Jack
206 369 1395381 T1A32 FUSE 32 AMPS EACH 3 Aqua CONTROL PANEL
Washing
Rota Jet
207 370 1395382 TA6464 FUSE 10 AMPS EACH 5 Aqua CONTROL PANEL
Washing
Rota Jet
208 371 1385322 V 10878 B/HOSE ASSY EACH 2 Dry Cabinet NOZZLE BLAST
Blast HOSE ASSY
Machine
209 373 1386017 V010723 DOME RUBBER EACH 2 Dry Cabinet DIAPH DUMP
COVER DIAPHRAGM Blast VALVE ASSY
Machine METRIC
210 388 1385265 V2962 ABRASIVE NOZZLE EACH 1 Dry Cabinet NOZZLE ASSY
Blast
Machine
211 390 1385267 V31833 FILTER BAG EACH 7 Dry Cabinet FILTER ASSY
Blast
Machine
212 391 1386010 V31913 SOFT START/DUMP EACH 2 Dry Cabinet AIR CONTROL
VALVE Blast ASSY
Machine
213 406 1344097 VIS- SEAL KIT EACH 5 0 0
DWSK9000
214 407 1377237 X40118RS OBSTRUCTION EACH 2 GTS Test ELECTRICAL
LIGHT Trolley SYSTEM
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
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. OEM support certificate in original is mandatory for the items offered. Translated copy duly
certified is also to be submitted alongwith the offer.
-Sd-
(MPS Solanki)
Wg Cdr
JD Procurement TE Cell
For and on the behalf of President of India
Date 18 Sep 2014

-Sd-
Signature of Seller Signature of Buyer
27

Appendix ‘B’
(Refers to para-20 of part-II of RFP)

------------------------------------------------------NIL------------------------------------------------

-Sd-
Signature of Seller Signature of Buyer
28

Appendix ‘C’
(Refers to para-52 of part-IV of RFP)

FORMAT OF CONFORMITY CERTIFICATE


(to be submitted in original with English translation)

(ON THE LETTER HEAD OF THE CoC)

Ref No._____________ Date: _______

Date :
No :
Product Name :
Product No :
Lot No :
Quantity :
Contract No :
Packaging List No :

THIS IS TO CERTIFY THAT THE ABOVE MENTIONED PRODUCT/S HAVE


SUCCESSFULLY PASSED ALL THE ACCEPTANCE TESTS IN ACCORDANCE
WITH THE RELEVANT SPECIFICATIONS AND DRAWINGS.

_______________ __________________ _________________

-Sd-
Signature of Seller Signature of Buyer
29

Appendix ‘D’
Refers to Para 64 of Part-V of RFP)
SUMMARY OF STANDARD TERMS AND CONDITIONS
(for details kindly visit MoD/GoI Website mod.nic.in)
DP FILE NO.AIRHQ/CPF-671 (AHQ)/HAWK-GSE SPARES/W1225012/PUR
(to be filled up by vendor and submitted along with Commercial offer)

Remarks
Sl APPLICABLE CLAUSE OF CLAUSE ACCEPTANCE (Append
No. amplification
RFP DPM 2009 Text, if any)
1 Part I Page No 300 Validity of Quotes Please Specify …………..
Para 12 Para 4 (180 days from TOD) 2012
2 Part II Page No 104 Delivery Schedule YES/ NO ………….
Para 2 Para 10.4.1 ( please specify) Months
from date
of signing
of
Contract.
3 Part II Page No 104 Delivery Terms YES/ NO
Para 3 Para 10.4
4 Part III Page No 187 LD clause YES/ NO
Para 8 Para 8
5 Part IV Page No 194 Performance Bank YES/ NO
Para 1 Para 1 Guarantee @10%
6 Part IV Page No 112 Terms of Payment Direct Bank
Para 4 Para 10.3 Transfer / LC
7 Part IV Page No 192 OEM Support certificate
Para 7 Para15 in original being tendered
for item Sl No. of Appx ‘A’.
8 Para IV Page No Confirmation from their
Para 8 110 (para 10.15.1) Govt. of having Export
&192 Para 16 License and authorization
to export
9 Part IV Page No 204 Packing & Marking YES/ NO
Para 11 Para 21
10 Part IV Page No 202 Year of manufacturing Please Specify
Para 9 Para 17 Clause
11 Part IV Para Page No 115 Claims and Warranty
15 & 16 Para 10.7
12 Part IV Page 188 Fall Clause ( Applicable Acceptable / Not
Para 18 Para 9 during currency of Acceptable
contract/supply order)

All the other T&C’s as mentioned in Part III of RFP are also accepted.

Company Seal
Date:…………….. Signature of Authorised Representative / Designation

-Sd-
Signature of Seller Signature of Buyer
30

Appendix ‘E’
(Refers to Para 42 of Part-IV of RFP)

Format for Warranty Bank Guarantee


From:
Bank _______________
To,
The President of India
Represented by Dte of Procurement, Air HQ (VB)
Ministry of Defence,
Government of India
New Delhi

Dear Sir,

1. Whereas you have entered into a contract No._______ dated_________ (hereinafter referred to as
the said Contract) with M/s__________________________, hereinafter referred to as the “seller” for
supply of goods as per Part-II of the said contract to the said seller and whereas the Seller has
undertaken to produce a bank guarantee for 10 % of total value of goods under supply amounting to
_________ to secure its obligations to the President of India. We the _______________ bank hereby
expressly, irrevocably and unreservedly undertake and guarantee as principal obligors on behalf of the
seller that, in the event that the President of India represented by Dte of Procurement, Air HQ (VB)
declares to us that the Warranty obligation have not been met according to the Contractual obligations
under the aforementioned contract, we will pay you, on demand and without demur, all and any sum up
to a maximum of ____________Rupees _____________ only. Your written demand shall be conclusive
evidence to us that such repayment is due under the terms of the said contract. We undertake to effect
payment upon receipt of such written demand.

2. We shall not be discharged or released from this undertaking and guarantee by any arrangements,
variations made between you and the Seller, indulgence to the Seller by you, or by any alterations in the
obligations of the Seller or by any forbearance whether as to payment, time performance or otherwise.

3. In no case shall the amount of this guarantee be increased.

4. This guarantee shall remain valid for 17 months from the date of supply of Goods under the said
contract.

6. Unless a demand or claim under this guarantee is made on us in writing or on before the aforesaid
expiry date as provided in the above referred contract or unless this guarantee is extended by us, all
your rights under this guarantee shall be forfeited and we shall be discharged from the liabilities
hereunder.

7. This guarantee shall be a continuing guarantee and shall not be discharged by and change in the
constitution of the Bank or in the constitution of M/s______________________________.

-Sd-
Signature of Seller Signature of Buyer

You might also like