You are on page 1of 25

, , - 560 075 : 080-2505 7841/7335 : 080-2505 7843

Aeronautical Development Establishment Govt. of India, Ministry of Defence, New Thippasandra, Bangalore - 560 075. Phone: (080) 2505 7841//7335 Fax: (080) 2505 7843 Email: headmmd@ade.drdo.in

Global Tender-Two Bid


The Director, Aeronautical Development Establishment (ADE), New Thippasandra, Bangalore - 560075, on behalf of the President of India, invites sealed tender for the following:EMD Rs. Tender Fee Rs. Due date and Time for Opening of Tenders 06/01/2014 @ 14:00Hrs

Tender File No.

Description of Item

ADE/ 130024/A201/ 13-14/Two Bid 2. 3.

1 Diesel engine with accessories as per annexure-1. 2 Matched Propeller Offers by fax / E-mail will be summarily ignored. Availability of Tender Forms :

200000/-

500/-

Tender forms are available in www.drdo.org / www.drdo.com and CPP Portal or by post from ADE on request.

4. Last date for Issue/Downloading of Tenders Forms : 04/01/2014 5. Last date for Submission of Tenders : 06/01/2014 @ 13:30 Hrs

6. Due date and time of opening the : 06/01/2014 @ 14:30 Hrs tenders 7. Request for extension of due date will not be entertained under any circumstances. 8. This Advertisement & Tender documents are also available in DRDO website (www.drdo.org / www.drdo.com) [Click Active Tender, Select - Aeronautical Development Establishment] If you are downloading the tender documents from the website, please enclose the cost of Tender Documents in the form of a DD in favour of Director, ADE, Payable at Bangalore along with your quotation. 9. For detailed description and quantity refer tender document. 10. The Director, ADE reserves the right to accept/reject any or all tenders without assigning any reason and also will not be responsible for postal delays. Note: 1) Firms should quote only in Indian Currency. Foreign firms are advised to quote in their respective currency. Foreign companies having Indian Business office registration should quote in Indian Currency only. 2) You are requested to mention. Tender File No and Description of items on all the correspondence and on the Tender Covers. For eg. Tender File No. : ADE/ 130024/A201/13-14/Two Bid : 1. Diesel engine with accessories as per annexure-1. Description 2. Matched Propeller

[SANDEEP S] TO D [PURCHASE OFFICER] For Director

ADE/130024/13-14

Page 1 of 25


, , - 560 075

:0802505 7841/7335 : 080-2505 7843

Aeronautical Development Establishment Govt. of India, Ministry of Defence, New Thippasandra, Bangalore - 560 075. Phone: (080) 2505 7841/7335 Fax: (080) 2505 7843 Email: headmmd@ade.drdo.in
Date:02/12/2013

Invitation of Bids- GT Two Bid


Invitation of Bid for Supply of : .1. Diesel engine with accessories as per annexure-1. 2. Matched Propeller Tender / Request for Proposal (RFP) Reference No:: ADE/ 130024/A201/13-14/Two Bid To M/s______________________ ______________________ ______________________ 1. Bid in sealed cover are invited for supply of items listed in Part V of this RFP as per Single / Two Bid System. Please superscribe the above mentioned Title, RFP reference number and date of opening of the Bids, as per Para 5 of part I of the RFP, on the sealed cover to avoid the Bid being declared invalid. 2. The address and contact number for sending Bids or seeking clarification regarding this RFP are given below: a) b) c) d) e) f) 3. Bids/queries to be addressed to Postal address for sending the Bids Name & designation of the contact Officer Telephone number (s) of the contact Officer Fax number(s) e-mail ID of contact Officer : : : : : : ADE, Bangalore New Thippasandra, Bangalore Sandeep S, Technical Officer D (Commercial) Murthy, Sc E (Technical) 080-2505 7335 080-2505 7409 080-2050 7843 headmmd@ade.drdo.in

This RFP is divided into VII part as follows: i) Part I contains General Information and Instruction for Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc ii) Part II contains Standard Terms and Conditions of RFP, which will form part of the Contract/Supply Order (herein after referred as the Contract) with the successful Bidder(s). iii) Part III contains Special Term and Condition applicable to this RFP and which will also form part of the Contract with the successful Bidder(s). iv) Part IV contains Vendor Qualification Criteria. v) Part V contains Detail of the Store(s)/Service(s) Required e.g. Technical Specifications, Delivery Period, Mode of Delivery, Consignee details etc. vi) Part VI contains Evaluation Criteria of Bids vii) Part VII contains Format of Price Bid. Price Bid. Price bid needs to be printed on side of paper only. This RFP is being issued with no financial commitment and Buyer Reserves the right to change or vary any part thereof or foreclose procurement case at any stage. The Buyer also reserves the right to disqualify any vendor, should it be necessary, at any stage on grounds of national Security You may contact The Director ADE, Bangalore for any grievance related to bidding condition, bidding process and/or rejection of bid. With regard to bidding condition, this shall be done in writing at least seven days in advance of the stipulated date of submission of bid. Yours sincerely,

4.

5.

() For Director For & on behalf of President of India

ADE/130024/13-14

Page 2 of 25

Part I General information and Instructions 1. Pre-bid Conference: A pre-bid meeting will be held at 10.30 hrs on 20-12-2013 at RII conference Hall to answer any queries or to clarify doubts regarding submission of proposals Bidders or their authorized representative (duly authorized of your representative. 2. Last Date and Time for Depositing the Bids: On 06/01/2014 at 13.30 Hrs. The sealed Bid (both Techno-commercial and Price bid, in case two bid are called for) should be deposited / reach by the due date and time responsibility to ensure this lies with the Bidders. 3. Location of the Tender Box: Security Office, Raman gate, ADE, Bangalore. 4. Manner of Depositing the Bids: Sealed Bids should be either dropped in the Tender Box or sent by post at the address given, in the Invitation of Bids, 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. 5. Time and Date for Opening of Bids: On 06/01/2014 at 14.30 Hrs. If due to 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 intimated by the Buyer. 6. Place of Opening of the Bids: Security Office, Raman gate, ADE, Bangalore. The Bidders may depute their representative, duly authorized in writing, to attend the opening of Bids on the due date and time. Relevant parts and important commercial/ technical clauses quoted by all Bidders will be red out in the presence of the s representative of the participating Bidders. This event will not be postponed due to non-presence of your representative. 7. Marking of Bids: Bids must be clearly marked with Tender Reference No., Date of opening and type of bid (Techno-commercial/price Bid). 8. Procedure for submission of Bid: a) Two Bid System: Bid shall be submitted in two parts i.e. Part I Techno-Commercial bid and Part II Price bid. Both the parts of the Bid shall be submitted in separate sealed envelopes superscribing Techno-commercial bid or Price bid as applicable, along with Tender Reference No. and put both the envelopes in a third sealed envelopes superscribing Title of the RFP, Tender Reference No. and Date of Opening. Only the Techno-commercial bid would be opened on the time and date mentioned above. Date of opening of the Price bid of the other Bidders, whose Techno-commercial bid are found non-compliant, will be returned to the Bidders, in sealed and unopened condition as received. b) Commercial compliance and price duly sealed and superscribed with Title of the RFP, Tender Reference No. and Date of Opening. The bid would be opened on the time and date mentioned above. 9. Forwarding of Bids : Bids should be forwarded by bidders, only, under their original memo / letter pad inter alia furnishing details like TIN, VAT/CST number, Bank address with EFT Account if applicable, etc. and complete postal and e-mail addresses of their office failing which the bid would not be considered. 10. Clarification Regarding Contents of the RFP: A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the buyer in writing about the clarifications sought not later than 14 (fourteen) days prior to the date of opening of the Bids. Copies of the query and clarifications by the purchaser will be sent to all prospective bidders who received the bidding documents from the lab and would be posted on the website in case of advertised tender enquiry. 11. Indian firms need to quote only in Indian Rupees. An Indian firm can quote in FE on behalf of their OEM only if they are either a 100% subsidiary of the OEM or an Indian Agent of the foreign OEM in accordance with their agency agreement. The firms claiming to be:
a) A 100% subsidiary would be required to produce documentary evidence in support of their claim along with their Techno-Commercial bid failing which their bid would be disqualified. An agent of foreign OEM, for submitting the offer on behalf of OEM, would be required to produce a copy of their agency agreement with their principals and a copy of registration/enlistment with DRDO/Ministry of

b)

ADE/130024/13-14

Page 3 of 25

Defence/DGS&D as an Indian agent, if registered/enlisted, along with their Techno-commercial bid, failing which their bid would be disqualified. It would be mandatory for an Indian agent to get registered/enlisted with DRDO/Ministry of Defence/DGS&D as an Indian agent of OEM prior to evaluation of their Price bid, failing which their bid also would be disqualified.

12. Validity of Bids: The Bids should remain valid for 120 days from the last date of submission of the Bids. 13. Modification and Withdrawal of Bids: A bidder may modify or withdraw his Bid after submission provided that the written notice modification or withdrawal is received by the Buyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax, however, it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the purchaser not later than the deadline for submission of bid. 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 specified period of bid validity.
14. Earnest Money Deposit: Bidders are required to submit Earnest Money Deposit (EMD), in favour of The Director ADE, Bangalore, in the currency of their quote for amount of Rs. 200000/- or equivalent along with their bids. In case of two bid system, EMD shall be enclosed in the envelope containing the Techno-commercial bid. The EMD may be submitted by Indigenous bidder in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Bankers Cheque or Bank Guarantee. In case of foreign bidder, EMD is to be submitted in the form of appropriate Bank Guarantee from a first class bank of international repute. 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, without any interest whatsoever, at the earliest after expiry of the final bid validity and latest on or before the thirtieth day after the award of the Contract. EMD of the successful bidder would be returned without any interest whatsoever after the receipt of Security Deposit 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 Organizations (e.g. DGS&D), National Small Industries Corporation (NSIC), Department of MoD, other DRDO labs and as per the policy of Government of India in vogue. Such bidders would be required to furnish the relevant documents in their Techno-Commercial bid in support of the claim. The EMD will be forfeited if the Bidder withdraws amends, amends, impairs or derogates from the tender in any respect within the validity period of their tender.

15. Clarification Regarding Contents of the Bids: During evaluation of bids, the Buyer may, at his discretion, ask the bidder for clarification on his Bid. The request for clarification will be given in writing. No clarification on the initiative of the bidder will be entertained after opening of bid. 16. Rejection of Bids: Canvassing by the bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected. Noncompliance of applicable General Information will disqualify your Bid. 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, failing which the defaulting Bidder may be deregistered for the range of items in this RFP, as per the policy in vogue 18. Bidders must submit Quotation pertaining to themselves only except in cases covered under Para 11 above 19. Bids of debarred/blacklisted firms will not be considered for evaluation.

[PURCHASE OFFICER]

For Director

ADE/130024/13-14

Page 4 of 25

Part II Standard Terms and Conditions The Bidder is required to give confirmation of their acceptance of the Standard Terms and Conditions if the RFP mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder as by Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder. 1. Effective Date of the Contract: In case of placement of a supply order, the date of the Supply Order would be deemed as effective date. I n case a contract is to be signed by both the parties, the Contract shall come into effect on the date of signatures of both the parties on the Contract (Effective Date) or as agreed during negotiations. The deliveries and supplies and performance of the services shall commence from the effective date of the Contract. 2. Law: The Contract shall be considered and made in accordance with the law of the Republic of India and shall be governed by and interpreted in accordance with the law of the Republic of India. 3. Arbitration: All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to product or performance, which cannot be settled amicably, shall be resolved by arbitration in accordance with either of following provisions: The case of arbitration may be referred to CC R&D or a person appointed by him who will be sole arbitrator and the proceeding shall be conducted in accordance with procedure of Indian Arbitration Act, 1996. Or The case of arbitration may be referred to International Centre for Alternative Dispute Resolution (ICADR) for the appointment of arbitrator and proceeding shall be conducted in accordance with procedure of Indian Arbitration and Conciliation Act, 1996 Or. The case of arbitration may be conducted in accordance with the rules of Arbitration of the International Chamber of Commerce by one more arbitrators appointed in accordance with the said rules in India. Arbitration and Conciliation Act, 1996. 4. Penalty for Use of Undue influence: The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contract or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the Contract or any other contract with the government of India for showing or forbearing to show favor or disfavor to any person in relation to the Contract or any other contract with the Government of India . Any breach of the aforesaid undertaking by the Seller or anyone employed by him or acting on his behalf (whether with or without the Knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter ix of the Indian Penal Code, 1860 or the Prevention of Corruption Act 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or 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 behalf of the Seller toward 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 amount paid by the Buyer. 5. Agent / Agency Commission: The Seller confirms and declares to the Buyer that the Seller 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

ADE/130024/13-14

Page 5 of 25

debarred from entering into any 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 payment made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above (i) Prime Leading Rate of State Bank of India for India bidders, and (ii) London Inter Bank Offered Rate (LIBOR) for the foreign bidders. The applicable rate on date of opening of tender shall be considered for this. The Buyer will also have the right to recover any such amount from any contracts in vogue with the Government of India. The Seller confirms and declares in the Techno-Commercial bid that they have engaged an agent, individual or firm, for promotion of their product. In such case, following details are to be submitted in the Techno-Commercial bid: a) Name of the Agent b) Agency Agreement between the seller and the agent giving details of their contractual obligation c) The Number, name and address of banker in India abroad in respect of Indian agent d) The nature of services to be rendered by the agent and e) Percentage of Commission payable to the agent 6. Access to Book of Accounts: In case it is found to the satisfaction of the Bayer that the Bidder/Seller has violated the provision of Para 4 and/or Para 5 above to obtain the Contract, the Bidder/Seller, on a specific request of the Buyer shall provide necessary information/ inspection of the relevant financial document/information/Book of Account. 7. Non-disclosure of Contract Documents: Except with the written consent of the Buyer/seller, other party shall not disclose the Contract or any provision, specification, plan, design, pattern, sample, or information thereof to third party. 8. Withholding of Payment: In the event of the Sellers failure to submit the Bonds, Guarantees and Document, supply the stores/goods and conduct trials, installation of equipment, training, etc. as payment until the completion of the Contract. 9. Liquidated Damages: The Buyer may deduct from the Seller, as agreed, liquidated damages at the rate of 0.5% per week/part thereof, of value of stores that could not be put to use due late delivery subject to a maximum of 5% of the total order value (inclusive of taxes and duty ) of the Contract. 10. Termination of Contract: The Buyer shall have the right to terminate the Contract in part or in full in any of the following cases:i) The store/service is not received/rendered as per the contracted schedule(s) and the same has not been extended by the buyer.
Or

ii)

iii) iv) v)

The delivery of the store/service is delayed for causes not attributable to Force Majeure for more than ____ months after the scheduled date of delivery and delivery period has not been extended by the Buyer. The delivery of store/service is delayed due to causes of Force Majeure by more than months provided Force Majeure clause is included in the contract and delivery period has not been extended by the Buyer. The Seller is declared bankrupt or becomes insolvent. The Buyer has noticed that the Seller has violated the provisions of Para 4 and/or Para 5 above to obtain the Contract. As per decision of the Arbitration Tribunal.

11. Notices: Any notice required or permitted by the Contract shall be written in 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. 12. 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 Contract or any part thereof without written consent of the Buyer. 13. Use of Patents and other Industrial Property Right: The prices stated in the Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payment for any other Industrial Property Rights. The Seller shall indemnify the Buyer

ADE/130024/13-14

Page 6 of 25

against all claims from a third party at any time on account of the infringement of any or all the right 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 or any or all the rights mentioned above. 14. Amendments: No provision of the Contract shall be changed shall be changed or modified in any way (including this provision) either in whole or in part except when both the parties are in written agreement for amending the Contract. 15. Taxes and Duties: i) In respect of Foreign Bidders: All taxes, duties, levies and charges which are to be paid for the delivery of stores/services, including advance sample, shall be paid by the parties under the Contract in their respective countries. However, the corporate/individual income tax, if applicable, will continue to be paid by the concerned party/individual. Or DRDO is a public funded research institution and has been exempted from the payment of Custom Duty, as per the description of stores and conditions thereon, under Customs No. 51/96 as amended. (Applicable where INCOTERM is DDP) (destination) ii) In respect of Indigenous Bidders a)General If the quote prices exclude excise duty or central sales Tax/VAT / Service Tax or any other statuary Duties/Taxes, the same must be specifically stated with applicable rates. In the absence of same, it will be presumed that the prices include all such charges and no claim for the same will be entertained. 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 opining of tenders. If a bidder chooses to quote a price inclusive of any duty/tax and does not confirm that 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 any request for change of duty/tax at a later date due to any reason whatsoever. Any addition to duty/tax and change in any duty/tax upward/downward as a result of any statutory variation in duty/tax taking place within contract terms shall be allowed to the extent of actual quantum of such variation of 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. TDS as Income Tax rules will be deducted and a certificate to that effect will be issued by the buyer. b) Customs Duty DRDO is a public funded research institution and been exempted from the payment of Customs Duty, as per the description of stores and conditions thereon, under Customs National No. 39/96 as a amended The successful bidder would be issued a Customs Duty Exemption Certificate (CDEC) under the said notification at the time of import clearance for the goods being imported against the Contract. Bidder would be required to submit a copy of their order to principal along with principals acceptance and proforma invoice at least four weeks in advance from the expected date of arrival of goods to this office for issuance of CDEC. Bidders may note that CDEC would be issued ONLY in favour of beneficiary of the Contract. c) Excise Duty DRDO is a public funded research institution and has been exempted from the payment of Excise Duty, as per the description of stores and conditions thereon, under Notification No. 64/95 as amended and 10/97 as amended.

ADE/130024/13-14

Page 7 of 25

The successful bidder would be issued Excise Duty Exemption Certificate (EDEC) by this office under the said notification at the time of dispatch of finished material from the factory for goods manufactured against the Contract. Bidders may note that EDEC would be issued ONLY in favour of beneficiary of the Contract. Unless otherwise specifically agreed to in terms of the Contract, 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 contracted stores taking place during the pendency of the contract. CENVAT Excise Duty: Bidders are advised to specifically mention the rate of Excise Duty payable in spite of issuance of EDEC to facilitate correct evaluation of quotes. In the absence of such explicit declaration, it would be deemed that prices include applicable CENVAT Excise Duty. d) Octroi Duty & Local Taxes Normally, materials to be supplied to Government Department against Government Contracts are exempted from levy of Town Duty, Octroi Duty, Terminal Tax and other levies of local bodies. The local Town/Municipal Body regulation at time, however, provides for such exemption only on production of such exemption certificate from any authorized officer. Seller should ensure that stores ordered against contracts 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 taxes or duties. 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. After the issue of exemption certificate by the Buyer, the Seller may get the reimbursement from the local authority. In case of any difficulty, the receipt obtained for such payment should be forwarded to the Buyer without delay together with a copy of the relevant act or by-law/notifications of the Municipality of the local body concerned to enable this office to take up the case for refund with the concerned bodies if admissible under the said acts or rules.

[PURCHASE OFFICER]

For Director

ADE/130024/13-14

Page 8 of 25

Part III Special Terms and Conditions The Bidder is required to give confirmation of their acceptance of Special Terms and Conditions of the RFP mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder. 1. Security Deposit a) Indigenous Bidder: The Seller may be required to furnish a Security Deposit by way of Cheque / Demand Draft (DD)/Bank Guarantee (BG), in favour of The Director ADE, Bangalore, for a sum equal upto 10% of the Contract value. The BG should be valid upto 60 days beyond the scheduled date of delivery. The specimen of BG can be provided on request. b) Foreign Bidder: The Seller may be required to furnish a Security Deposit by way of Bank Guarantee (BG) from Sellers Bank through an internationally recognized first class bank, in favour of The Director (Lab Name), (Place), for a sum equal upto 10% of the Contract value. The BG should be valid upto 60 days beyond the scheduled date of delivery. The specimen of BG can be provided on request. The Security Deposit will be forfeited by the Buyer, in case the conditions regarding adherence to delivery schedule and/ or other provisions of the contract are not fulfilled by the Seller. 2. 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 and conditions of the Contract. This will be applicable within the currency of the Contract. It will be entirely the discretion of the Buyer to exercise this option or not. 3. Repeat Order Clause: The Contract will have a Repeat Order Clause, wherein the Buyer can order up to 50% quantity of the original contracted quantity under the Contract within six months from the date of supply/successful completion of this contract. The Repeat Order will have rates on not exceeding basis while the terms and conditions will remain unchanged. It will be entirely the discretion of the Buyer to exercise the Repeat order or not. 4. 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 increase or decrease 20 % of the tendered quantity of the required goods without any change in the terms and conditions and rates quoted by the Seller. While awarding the Contract, the Quantity ordered can be increased or decreased by the Buyer within this tolerance limit. 5. Purchase Preference Clause: Purchase preference will be granted to the nominated agencies for the specified quantity as per the policy of Govt. of India in vogue. 6. Permissible Time Frame for Submission of Bills: To claim payment (part or full), the Seller shall submit the bill (s) along with relevant documents within 30 days from the completion of the activity/supply (Lab should mention the no. of day the activity from which the counting will start). 7. Payment Terms a) For Indigenous Seller: The Payment will be made as per the following terms, on production of the requisite document: Stage-wise/Pro rata payment as per the milestone/time described in RFP Document. b) For Foreign Seller: Stage-wise/Pro rata payment as per the milestone/time described in RFP Document. 10. Advance Payment: No advance payment will be made.
[

11. Part Supply and Pro rata Payment : As per RFP 12. Mode of Payment a) For Indigenous Seller: It will be mandatory for the Bidder to indicate their bank account numbers and other relevant e-payment details to facilitate payment through ECS/EFT mechanism instead of payment through Cheque, wherever feasible. b) For Foreign Seller: i. The payment will be arranged through Letter of Credit from Reserve Bank of India/State bank of India/any other Public Sector Bank, as decided by the buyer, to the Bank of the Foreign Seller as per mutually agreed terms and conditions. The Letter of Credit will preferably be opened with validity of 90 day from the date of its opening, on extendable basis by mutual consent of both the parties. Letter of Credit opening charges in India will be borne by the Buyer. However, the extension charges, if any, will be borne by the party responsible for the extension.

ADE/130024/13-14

Page 9 of 25

ii. For contract costing up to US $ 100,000 (or equivalent), preferable mode of payment will be by Direct Bank Transfer (DBT). 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 a payment will be subject to the deductions of such amounts as the Seller may be pay under the agreed terms of the Contract. 13. Documents to be furnished for Claiming Payment i) Indigenous Seller: The payment of bills will be made on submission of the following document by the Seller to the Buyer: a) b) c) d) e) f) Ink signed copy of Contingent Bill. Ink-signed copy of Commercial Invoice / Sellers Bill Bank Guarantee for Advance, if applicable Guarantee/ Warranty Certificate Performance Bank Guarantee/ Indemnity Bond, if applicable. Details for electronic payment viz. Bank name, Branch name and address, Account Number, IFS Code, MICR Number (if these details are not already incorporated in the Contract). Original copy of the Contract and amendments thereon, if any. Any other document/ certificate that may be provided for in the Contract.

g) h)

ii) Foreign Seller: In case of payment through Letter of Credit (LC), paid shipping document are to be provided to the Bank by the Seller as a proof of dispatch of goods as per contractual term /LC conditions so that the Seller gets payment from LC. The Bank will forward these documents to the Buyer for getting the goods/stores released from t Port/Airport. However, where the mode of payment is DET, the paid shipping documents are to be provided to the paying authority by the Buyer. Document will include: a) b) c) d) e) f) g) h) i) j) Clean on Board Airway Bill/Bill of Lading Original Invoice Packing List Certificate of Origin from Sellers Chamber of Commerce, it any. Certificate of Quality and year of manufacture from OEM. Dangerous Cargo Certificate, if applicable. Insurance Policy of 110% value in case of CIF/ CIP contract Certificate of Conformity and Acceptance Test at PDI, if any. Physio-sanitary/ Fumigation Certificate, if any. Performance Bond / Warranty Certificate.

14. Force Majeure Clause: i. Neither party shall bear responsibility for the complete or partial non-performance of any of its obligations, if the non-performance results from such Force Majeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Military operation, blockade, Act or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract. ii. In such circumstances the time stipulated for the performance of an obligation under the Contract is extended correspondingly for the period of time commensurate with actions or circumstance and their consequences. iii. The party for which it becomes impossible to meet obligations under the Contract due to Force Majeure conditions, is to notify in written form to the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten ) days from their commencement. iv. Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be considered as sufficient proof of commencement and cessation of the above circumstances. v. If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party hereto reserves the right to terminate the Contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

ADE/130024/13-14

Page 10 of 25

15. Export License: The Bidder is required to furnish full details and formats of End Use Certificate required for obtaining export clearance from the country of origin. This information will be submitted along with Techno-Commercial bid. In the absence of such information, it would be deemed that no document is required from the Buyer for export clearance from the country of origin 16. Terms of Delivery For Foreign Bidder: Foreign bidder are required to quote both on CIF/CIP (destination) and FCA/FOB (Gateway) basis. If CIP/CIF cost is not available, an additional 10% of FCA/FOB cost over and above quoted FCA/FOB cost will be loaded on their respective bid for comparison purposes For Indigenous Bidder: The delivery of goods shall on FOR (destination) basis. 17. Packing and Marking Instruction: 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. The packing cases should have provisions 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 Sellers country. c) A label in English shall be pasted on the carton indicating the under mentioned details of the item contained in the carton. The carton shall then be packed in packing cases as required. i. Part Number:_____________________ 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 English language as follows:-

i. ii. iii. iv. v. vi. vii. viii.


f)

Contract No.: _______________________ Consignee:_______________________ Port / airport of destination:_______________________ Ultimate consignee:_______________________ Package No.:_______________________ Gross/net weight:_______________________ Overall dimensions/volume:_______________________ The Sellers marking:_______________________

If necessary, each package shall be marked with warning inscriptions: <Top>, <Do not turn over>, category cargo etc.

g) Should any special equipment be returned to the Seller by the Buyer, the latter shall provide normal packing, which protects the equipment and spares/goods from damage or deterioration during transportation by land, air or sea. In such case the Buyer shall finalize the marking with the Seller. 18. Inspection Instructions:

i. ii. iii. iv. v. vi. vii.

Raw material inspection Part inspection Stage/Subsystem inspection Pre Delivery Inspection Factory Acceptance Test Post Delivery inspection on receipt of store Inspection Authority: The Inspection will be carried out by a representative of the ADE duly nominated by the Director In Case of Acceptance of Store(s): 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

19. Franking Clause: i.

ADE/130024/13-14

Page 11 of 25

ii.

contract alive. The goods are being passed without prejudice to the rights of the Buyer under the terms and conditions of the Contract. In Case of Rejection of Store(s): The fact that the goods have been inspected after the delivery period and rejected by the Inspecting Officer will not bind the Buyer in any manner. The goods are being rejected without prejudice to the right of the Buyer under the term and conditions of the contract. The Quantity claims for deficiency of quantity and/ or the quality claims for defects or deficiencies in quality noticed during the inspection shall be presented within 45 days of completion of inspection. 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, within mutually agreed period, under Sellers arrangement without any financial implication on the Buyer.

20. Claim: i.

ii.

21. Warranty: The Seller will declare that the goods, store articles sold/supplied shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specifications and particulars contained/mentioned in the contract. The Seller will guarantee that the said goods/stores/articles would continue to conform to the description and quality for a period of, 12 months+ 2 years Comprehensive warranty from the date of acceptance/installation of the said goods stores/articles. If during the aforesaid period of 12 months 2 years Comprehensive warranty, the said goods/stores are discovered not to conform to the description and quality aforesaid, not giving satisfactory performance or have deteriorated, 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 reasonable period without any financial to implication on the Buyer. 22. Product Support: The Seller agrees to provide Product Support for the stores, assemblies/subassemblies, fitment items, Spares and consumables, Special Maintenance Tools (SMT) Special Test Equipments (STE) for a minimum period of 05 years including 01 Year of warranty period after the delivery. 23. Intellectual Property Rights (IPR): The right of Intellectual Property, developed under the Contract, will be either the property of Govt. of India or jointly owned by the Govt. of India and the Development Partner. The holding of right of intellectual property will be decided by the Buyer based on the merits of the case. Even where IPR is jointly held, Govt. of India will have the marching right on IPR, i.e., the Development Partner will have to give technical know-how/design data for production of the item to the designated Production Agency nominated by Govt. of India. The Development Partner will, however, be entitled to license fee/ royalty from designated agency as per agreed terms and conditions. The Development Partner will also be entitled to use these intellectual properties for their own purposes, which specifically excludes sale or licensing to any third party.

ADE/130024/13-14

Page 12 of 25

PARTY IV Vendor Qualification Criteria (Optional)

a) b)

OEM should have minimum 5 years of experience in the field of manufacture of Aviation engines OEM should be manufacturing and supplying engine to an existing vehicles manned or unmanned air

c) d) e)

Engine which will be supplied should already be integrated on manned or unmanned air vehicle. The vendor shall either be an Original Engine Manufacturer (OEM) or an authorized distributor. The vendor shall agree and ensure continued support for 5 years after delivery of engines and propellers

f)

Vendor should provide engine power Vs altitude and SFC Vs Throttle data up to 32000ft altitude

[PURCHASE OFFICER] For Director

ADE/130024/13-14

Page 13 of 25

1.

Part V Essential Details of Items/Services Required Schedule of Requirements: List of items / services required are as follows Name/Description of Item(s)/Service(s) 1 2 Diesel engine with accessories as per annexure-1. Matched Propeller Qty required 08 Nos 12 Nos

Note: All items should be quoted by single vendor only as Lot. 2. 3. Technical Details : As per RFP Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification, if any. Bidder are advised to submit compliance statement for the technical parameters separately in the following format along with the Techno-Commercial Bid: Remark Para of RFP Specifications Compliance to RFP (In case of non-compliance, specifications of item offered specifications-whether deviation from RFP to be (item-wise) Yes / No specified in unambiguous terms. In case of compliance, catalogue/brochure reference, if available, to be indicated)

For Commercially-Off-The-Shelf (COTS) items, it is mandatory to enclose catalogue/technical brochure to support the claims of compliance. 4. Delivery Period: Expected delivery Period for supply of item/rendering services would be As per RFP from the Effective Date of Contract. Please note that the Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period with/ without LD clause will be at the sole discretion of the Buyer. INCOTERMS for Delivery and Transportation (for Foreign Bidder only): Unless otherwise specifically agreed to by the Buyer and the Seller and incorporated in the Contract, the applicable rules and regulations for transportation of goods from foreign countries will be as per the contemporary version of International Commercial Terms (INCOTERM 2010) evolved by International Chamber of Commerce, Paris. Consignee details: (The lab shall provide the consignee details) Name: The Director, Aeronautical Development Establishment, DRDO Ministry of Defence. Address: New Thippasandra, Bangalore-560075. Contract details: Telephone: 080-2505 7841/7840/7335/7835, Fax: 080-2505 7843.

5.

6.

[PURCHASE OFFICER

For Director

ADE/130024/13-14

Page 14 of 25

Part VI Evaluation Criteria of Bids 1. Evaluation and Acceptance Process: The bid will be considered and selected based on instructions contained in Part I of the RFP for further evaluation of bids per sequence given below: i. Techno-Commercial Bid Evaluation: Bids will be evaluated based on vendor qualification requirement as per Part IV of RFP, if applicable, and bids of the qualified bidders will be considered for further evaluation as mentioned in Part V of the RFP. ii. Price Bid Evaluation: The Price bid of those bidders whose Techno-Commercial bid (if applicable has been accepted will be opened and comparative statement will be prepared. The best acceptable bid will be decided upon the lowest price quoted by the particular Bidder as per the Price Format given at Part VII of the RFP. 2. Procedure for Cost Comparison: The basis for comparison of cost in different situations would be as follows :
a. If competition is only among Indian bidders, the financial implication should be considered on the basis of FOR prices at destination, i.e., all inclusive cost viz. basic price plus taxes, freight, insurance etc. payable by the DRDO Lab/Estt after availing various benefits of exemption from taxes/duties as applicable to DRDO. b. In import cases, all the foreign quotes will be brought to a common denomination in India 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. c. If competition is among foreign bidders, the basis for comparison should be the landed price at the destination (designated port) in accordance with Para 19 of Part-III of the RFP. d. If competition is amongst Indian and foreign bidders, the CIP/CIF cost quoted by the foreign bidders would be the basis for comparison with the basic cost (FOR) offered by Indian bidders, after off loading the Excise Duty, Custom Duty, Central Sales Tax (CST) / Value Added Tax (VAT) and other local taxes and levies. The term Indian bidders would also include DPSUs and Indian Ordnance Factories. e. The Buyer reserves the right to evaluate the offers received by adopting Discounted Cash Flow (DCF) method with a discounting rate in consonance with the existing Government borrowing rate.DCF method would be used for evaluation of bids in the following cases: i. To compare different payment terms, including advance payment and progressive stage payment so as to bring them to a common denomination for determining lowest bidder. ii. To deal with cases where entering into AMC for period in excess of one year is a part of the contract for evaluation of the bid.

f. Net Present Value (NPV): NPV method is a variant of DCF method which may be used for evaluation of tenders. The NPV of a contract is equal to the sum of the present values of all the cash flows associated with it. When choosing among the various bids, the bid with the lowest NPV will be selected. The following formula may be used for calculating NPV of a bid:

(1 + )

Where At T N : : : : Expected cash flow at time t Time of expected cash flow Total period Discount rate

g. Discount rate to be used under the method is to be the Prime Lending Rate of State Bank of India on the Date of Opening of Price Bids. h. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price will prevail and the total price will be corrected accordingly. i. If there is a discrepancy between worlds and figures, the amount in words will prevail for calculation of price. 3. The best acceptable bid considered further for placement of the Contract after price negotiation as decided by the Buyer.

ADE/130024/13-14

Page 15 of 25

Part VII Price Bid Format 1. Price Bid Format: The Price Bid Format as given below is required to be filled by Bidder: i. Basic cost of the item/items: Sl. No. Description of item Diesel engine with accessories as per annexure-1. Matched Propeller Unit Cost (Currency) Qty 08 Nos 12 Nos Total Cost (Currency)

1 2

Total Cost

ii. iii. iv. v. vi. vii. viii. ix. x.

Accessories NRE Installation / Commissioning charges Training Technical literature/Documentation Tools Any other item Quantum of discount, if offered Is Excise Duty (ED) extra? If yes, then mention 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: xi. Is Excise Duty Exemption (EDE) required? : a. Total value on which VAT is leviable: b. Rate of V A T: c. Total value of VAT leviable: Is Service Tax extra? If yes, then mention following a. Total value of Services on which Service Tax is leviable: b. Rate of Service Tax leviable: c. Total value of Service Tax leviable: Is Custom Duty Exemption (CDE) required?: If yes, than mention following a. CIF value of stores to be imported: b. Rate of Customs Duty payable: c. Total amount of Customs Duty payable: Octroi / Entry taxes: Any other Taxes / Duties / Overheads / Other costs: Grand Total: Comprehensive AMC cost : Non- comprehensive AMC cost:

xii. Is VAT extra? If yes , than mention following

xiii.

xiv.

xv. xvi. xvii. xviii. xix.

[PURCHASE OFFICER

For Director

ADE/130024/13-14

Page 16 of 25

Appendix A COMMERCIAL TERMS AND CONDITIONS ADE Firms are requested to indicate their acceptance for under mentioned Standard Commercial Terms & Conditions of ADE. Our Quotation No._______________________________________ & Date _____________ Confirmation By Firm (If Not Agreed give reasons)

Sl. No. 1.

Description

Standard ADE Terms Indian Firms Indian Currency Only Tax/Service Please indicate ____% against Form C/D (If applicable)with supporting documents If Customs Duty is applicable for import content of Tender Enquiry, Customs Duty Exemption Certificate (CDEC) will be provided by ADE. If Excise Duty is applicable for indigenous content of tender enquiry, Excise Duty Exemption Certificate (EDEC) will be provided by ADE. The prices quoted are FOR ADE, Bangalore basis. The prices are in Indian rupee.

Standard ADE Terms Foreign Firms Respective Currency / Euro Currency NOT APPLICABLE, since the items are of foreign origin. ADE to make necessary arrangement for airlift through their air consolidation contractor. NOT APPLICABLE, since the items are of foreign origin. The prices quoted are all inclusive in ________________ Currency FOB (for air shipment) duly customs cleared for export to ADE. The prices are firm and fixed. As per Incoterms 2010 As per Incoterms 2010 As per Incoterms 2010 120 days from the date of tender opening. Successful vendor must furnish security deposit @ 10% of the order value including Tax within 10 working days after issue of tender acceptance letter, before issue of formal contract order valid through the Contract period. No exception will be made in this regard. Within AS PER RFP the date of P.O from

Currency Sales Tax/Vat

2.

3.

Customs Duty

4.

Excise Duty

5.

Terms of Delivery

6. 7. 8. 9.

Packing & Forwarding Charges Freight Charges Insurance Charges Validity of Quotation

Prices are all Inclusive Prices are all Inclusive Prices are all Inclusive 120 days from the date of tender opening. Successful vendor must furnish security deposit @ 10% of the order value including Tax within 10 working days after issue of tender acceptance letter, before issue of formal contract order valid through the Contract period. No exception will be made in this regard. Within As per RFP from the date of P.O

10.

Security Deposit

11.

Delivery Period

12.

Payment Terms

Stage-wise/Pro rata payment as per the milestone/time described in RFP . (Payment milestone/time shall be identified by the

Payment to be made by Sight Draft / Letter of Credit (L/C) with all banking charges outside India to vendors account. It is also noted that L/C will be

ADE/130024/13-14

Page 17 of 25

Lab and mentioned here. Last 10% payment to be released after completion of warranty/guarantee period.)

13.

Warranty

1 Year standard warranty + 2 years Comprehensive Warranty Performance Bank Guarantee @ 10% of order value covering Warranty period will be provided. As per Annexure-1 document RFP

14.

Performance Bank Guarantee (PBG).

established by ADE only upon our written confirmation to ADE to the effect that all formalities for export of the component to ADE have been completed. (As per RFP) 1 Year standard warranty + 2 years Comprehensive Warranty Performance Bank Guarantee @ 10% of order value covering Warranty period will be provided. As per Annexure-1 document RFP

15.

Inspection Place.

stages

&

16.

LD clause

Liquidated damages: 0.5% of the order value for every completed week of delayed supply, subject to a maximum of 5% will be applicable

Liquidated damages: 0.5% of the order value for every completed week of delayed supply, subject to a maximum of 5% will be applicable As per RFP document

18.

Training

As per RFP document

19.

Supply of documents & conformity certificate.

To be provided by the firm along with the supply

To be provided by the firm along with the supply Earnest Money Deposit of Rs. 200000.00/- by Bank Guarantee/Bank Draft / Pay order, payable in Bangalore in favor of Director, ADE, Bangalore is required to be submitted other than those registered with NSIC / SSI / DGS&D any DRDO Laboratory or Establishment / any other Government Department. If a bidder withdraws or amends or derogates from the tender in any respect within the period of validity / extended validity of his tender, EMD will be forfeited. Registered Bidders must submit proof of valid registration to avail exemption from EMD. EMD BG / draft / pay order / proof of valid registration if registered should be enclosed with Techno Commercial Quotation. EMD can be submitted by Bank Guarantee which is valid for a period of 45 days beyond validity of quotation. Format of BG for EMD is enclosed.

20.

Earnest Money Deposit (EMD)

Earnest Money Deposit of Rs.200000.00/- by Bank Guarantee /Bank Draft / Pay order, payable in Bangalore in favor of Director, ADE, Bangalore is required to be submitted other than those registered with NSIC / SSI / DGS&D any DRDO Laboratory or Establishment / any other Government Department. If a bidder withdraws or amends or derogates from the tender in any respect within the period of validity / extended validity of his tender, EMD will be forfeited. Registered Bidders must submit proof of valid registration to avail exemption from EMD. EMD BG / draft / pay order / proof of valid registration if registered should be enclosed with Techno Commercial Quotation. EMD can be submitted by Bank Guarantee which is valid for a period of 45 days beyond validity of Quotation. Format of BG for

ADE/130024/13-14

Page 18 of 25

EMD is enclosed. This aspect may please be noted very carefully for compliance. Your offer will be rejected if EMD or valid registration certificate is not enclosed. 21. Export license. ADE to provide end use statement, if required for obtaining export license.

This aspect may please be noted very carefully for compliance. Your offer will be rejected if EMD or valid registration certificate is not enclosed. ADE to provide end use statement, if required for obtaining export license. We certify that this quotation is a direct transaction between ADE and us and no agent/agency commission is involved. It is noted that the Director, ADE reserves the right to accept/reject our offer in part / full without assigning any reasons and also not be responsible for postal delays. We accept all the above terms & Conditions

22.

Agency Commission

Not Applicable.

23.

Special Terms.

It is noted that the Director, ADE reserves the right to accept/reject our offer in part / full without assigning any reasons and also not be responsible for postal delays. We accept all the above terms & Conditions

Date: Place:

Signature with name and designation in block letters and company seal

Signature with name and designation in block letters and company seal

Important Note for Information This Form to be completed and sent along with your Techno Commercial Offer and copy of the same to be provided along with your Price Bid. A categorical confirmation of acceptance of all our terms and conditions in to will enable speedy processing of the offer. It is also requested to note that no change is acceptable unless and until proper justification is provided.

ADE/130024/13-14

Page 19 of 25

REQUEST FOR PROPOSAL FOR DIESEL ENGINE Deliverables and Specifications of Diesel Engine 1. Deliverables a) Diesel engine with accessories : 8 Nos

b) Constant speed propeller matched with engine: 12 Nos. c) Interface details/drawings required for the engine integration on the aircraft shall be provided.

2.

Specifications Specification of Diesel engine and Propeller is brought out in Appendix -1.

3.

Delivery Schedule a) 3 Engines and 6 propellers to be delivered within 3 Months from placement of Purchase Order b) Remaining engines and propellers (5 Engines and 6 Propellers) to be delivered 4 months after completion of delivery of first 3 engines and 6 propellers.

4.

Acceptance Test Procedure: As per ADE or Engine Manufacturers ATP.

5.

Warranty Warranty of one year should be provided. Comprehensive warranty of two years shall be quoted as a separate line item.

6.

Any modification required by ADE in interface/configuration etc. with maximum cost escalation limit up to 15% should be allowed subject to technical review/cost estimation committee.

ADE/130024/13-14

Page 20 of 25

Appendix -1 Specifications of Diesel engine 1. a) Details of Engine

S. No a) b) c)

Description Type of the engine Type of fuel Max continuous Power (Bhp) at ISA Sealevel Power at 11,000 ft altitude Power at 20,000 ft altitude Max Take off power at ISA sea level Weight

Requirement Four stroke, Internal combustion engine fitted with turbocharger Jet A1 or Diesel The max continuous power shall not be less than 170* Bhp and it should be available up to a minimum altitude of 8000 ft. Not less than 140 Bhp Not less than 110 Bhp Not less than 185* Bhp and should be available for a minimum duration of 5 minutes. Installed total weight (wet engine) Including propeller and all the mandatory accessories required for the engine operation should not be greater than 220 kg (weight breakup of the accessories shall be provided) Greater than 0.6 hp/kg (Installed Weight needs to be clearly brought out with break-up details) It should be less than 215 g/kWh in the power range of 95 to 110 Bhp Technically possible (by design) to operate up to 32000 ft

d) e)

f)

g)

h)

Ratio of Sea-level Continuous Power (P) to Installed Weight (W) Specific fuel consumption at ISA sea level Requirement of Altitude

i)

j)

Engine Health Provision to be made available to monitor all the monitoring system essential engine parameters through data link (down link of UAV) All the required sensors with one set of spares also to be supplied along with the engines. In-flight Re-starting Required provision Overall engine Size of the The maximum volume of the engine shall not be greater than 800mm x 900mm x 700 mm (l x b x h) The engine should operate between - 40 deg C to + 55 deg C The engine should be capable of starting at - 25 deg C without pre- heat The minimum time between overhauls should not be less than 1200 hours Continuous operation of 30 hours Minimum

k)

l)

Operating temperature

m)

Cold Start temperature

n)

Time between overhauls Endurance

o)

ADE/130024/13-14

Page 21 of 25

p)

Alternator

q) r) s)

Engine Starter Attitude Limits

28V (Nominal) and 5.6 KW Alternator (If 5.6 KW Alternator not available, provision must be available for installation of external alternator) Should be Equipped with starter 28V +/- 4V DC 20 deg Pitch and 40 deg Roll. 60 sec operation at 60 deg Roll (Lub oil system to be designed to cater for this requirement) Engine should have single lever FADEC (Full Authority Digital Engine Control) or Electronic Engine Control Unit (EECU) for controlling both throttle and propeller pitch with channel redundancy. Engine should take maximum 10 sec to reach maximum rated speed from idle speed during acceleration check

Engine Control

t) Operability

* A waiver of maximum of 15BHP will be allowed in case none of the engines meet the requirement

1. b) Details of Matched Propeller with a minimum efficiency of 75-80% (optimized for loitering) I. II. III. IV. Hydraulically controlled 3/4-blade constant speed, feathering propeller. Matched Number of blades M ax. diameter : : 3 or 4 190 cm (75)

2. Type certification a) Engine should have FAA or EASA certification up to 18,000 ft altitude and above.

3. ATP The ATP is given in Annexure 1. In case the tests brought out in the ATP of ADE are already covered in the standard ATP which is being followed by the engine manufacturer to demonstrate their engine Acceptance Run, Manufacturers ATP may be followed. Engine acceptance run shall be conducted at engine manufacturers test bed before delivery of engine to ADE. The ATP run will be witnessed by Indian team representatives.

4. Engine Maintenance and Overhauling support The vendor shall agree to provide support for maintenance and overhauling of engines.

ADE/130024/13-14

Page 22 of 25

5. Tools and Equipments The required tools and test equipments must be brought out clearly and same shall be provided by engine supplier for handling engine during assembly, installation, testing and maintenance.

6. Training Three personnel from ADE shall be trained on the engine for two weeks and the training shall include following aspects. a. Class room lecture b. Engine assembly and Stripping of engine. c. Engine test procedure and power setting for best engine performance during climb and cruise d. Periodical Maintenance of engine e. Engine storage and Inhibition procedure f. Defect identification and rectification when the engine malfunctions The training shall be provided and testing may be demonstrated during acceptance of Engine. The training manual must be handed over to the participants. g Trouble shooting and snag rectification of FADEC or Electronic engine control unit

7. Documents The engine supplier shall provide following documents a. Installation Manual b. Technical Manual This should contain description of engine and its subsystems, specification of engine, performance curves, engine parameters and their limits etc c. Operators Manual The detailed procedures and work instruction for assembly of engine, Testing, Removal and replacement of parts during maintenance etc shall be provided d. Maintenance schedule e. Illustrated parts catalogue f. Acceptance test procedure

g. Off-design performance program 8. Vendors requirements / Eligibility criteria a) OEM should have minimum 5 years of experience in the field of manufacture of Aviation engines

ADE/130024/13-14

Page 23 of 25

b) OEM should be manufacturing and supplying engine to an existing manned or unmanned air vehicles c) Engine which will be supplied should already be integrated on manned or unmanned air vehicle. d) The vendor shall either be an Original Engine Manufacturer (OEM) or an authorized distributor. e) The vendor shall agree and ensure continued support for 5 years after delivery of engines and propellers f) Vendor should provide engine power Vs altitude and SFC Vs Throttle data up to 32000ft altitude

9. Vendor selection criteria The engine specification is arrived at to meet the QR of the Rustom-II UAV. The engine selection will be based on meeting QR to the maximum extent. The engine that meets maximum QR of the Rustom-II UAV, only that engine shall be considered for selection.

10. Stage wise /Pro rata payment schedule : Sl_ No.


1. 2.

Payment Schedule 3 Engines + 6 Propellers Remaining Engines and Propellers (5 Engines + 6 Propellers)

Deliverables 3 months from the date of placement of Supply Order 4 months after completion of Delivery of 3 Engines + 6 Propellers

ADE/130024/13-14

Page 24 of 25

Annexure -1 ACCEPTANCE TEST PROCEDURE (ATP) 1. Acceptance Test run shall be demonstrated at manufacturers place. The Test will be witnessed by ADE representatives. 2. The Test shall be conducted on two engines to demonstrate and prove consistency in the performance evaluated from the engines. 3. The Engine performance evaluation test on the Dynamometer shall be conducted to demonstrate a. Maximum continuous power b. Maximum take-off power c. Part Throttle performance d. Power Vs engine RPM e. Power Vs fuel consumption f. Engine rpm Vs SFC 4. The Engine shall be tested on test rig to demonstrate a. Thrust with matched propeller at different throttle setting from idle to Max b. Function of governor or constant speed unit 5. During the test, Alternator may be loaded and drop in Engine power/thrust shall be demonstrated. 6. Slam check on the throttle may be performed and time to reach maximum rated speed from idle speed may be recorded 7. During the test run, the following parameters shall be recorded and demonstrated a. Specific fuel consumption/ Fuel consumption b. Fuel flow rate c. Fuel pressure d. Oil consumption e. Oil pressure f. Oil temperature g. Coolant temperature h. Coolant flow rate i. Coolant pressure j. Inlet and outlet temperature of inter cooler k. Exhaust gas temperature l. Engine acoustics m. Ambient temperature n. Ambient pressure o. Vibration levels 8. Pass / fail criterion for performance and engine heath parameters may be brought out clearly. 9. In case, above aspects are covered in the standard ATP which is being followed by the engine manufacturer to demonstrate their engine Acceptance Run, same ATP may be followed in this case also.

[PURCHASE OFFICER

For Director

ADE/130024/13-14

Page 25 of 25

You might also like