mini uav indian army 01

Upload: luptonga

Post on 14-Apr-2018

223 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/30/2019 Mini UAV Indian Army 01

    1/36

    INVITATION OF BIDS FOR SUPPLY OF MINI UAVs, QTY - 49 OUT OF ACSFP FUNDUNDER MAJOR HEAD 2076, MINOR HEAD 110 (C) DURING THE FIN YEAR 2013-14

    Particulars of the Buyer issuing the RFP: GOC-in-C, Northern Command, C/o 56 APOITender Enquiry No: 80401/ACSFP/TE/MINI UAV/49/EME/13-14 dated 27 Aug 2013

    1. Bids in sealed cover are invited for supply of items listed in Part II of this Tender Enquiry. Pleasesuperscribe the above mentioned Title, Tender Enquiry number and date of opening of the Bids on the

    sealed cover to avoid the Bid being declared invalid.

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

    Ser No Clarification Details(a) Bids/queries to be addressed to The Chairman TPC

    HQ Northern Comd (EME)PIN : 949545C/o 56 APO

    (b) Postal address for sending the Bids Same as above(c) Name/designation of the contact

    personnel

    Col BS Bisht

    Col EME, HQ Northern Comd

    (d) Telephone numbers of the contactpersonnel

    01992-242157

    (e) e-mail IDs of contact personnel [email protected]

    (f) FAX No 01992-242157

    3. This Tender Enquiry is divided into six Parts as follows:

    (a) Part I Contains General Information and Instructions for the Bidders about the RFP suchas the time, place of submission and opening of tenders, Validity period of tenders, etc.

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

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

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

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

    (f) Part VI Contains documents/details required for vendor verification.

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

    5. Questionnaire. Questionnaire as mentioned in Appendix A will be submitted by the Bidder whilesubmitting the Technical Bids.

    (BS Bisht)

    ColCol EMEFor Chairman TPC

  • 7/30/2019 Mini UAV Indian Army 01

    2/36

    Part I General information

    1. Eligibility Criteria for Vendors. Original Equipment Manufacturer (OEM) as per article 1.4.14of Defence Procurement Manual 2009 or Permanent Registered Authorised Distributors of OEM may apply.For Permanent Registered Distributors, a copy of agreement certificate duly indicating Registration Numberof Permanent Authorised Dealership is mandatory to be enclosed.

    2. Last Date and Time for Depositing the Bids 24 Sep 2013 at 1400 Hrs.

    3. Two Bid System. Technical and commercial bids alongwith vendor verification details may be

    deposited simultaneously in separate envelopes duly sealed and marked TECHNICAL BID,COMMERCIAL BID & VENDOR DETAILS respectively, further put all three envelopes in one envelopeand seal again. The technical bid will be opened only if the vendor details, as specified at Part VI of theRFP have been forwarded duly completed. The bid may be submitted in following manner :-

    (a) Technical Bids. The cover should be marked TECHNICAL BIDS FOR MINI UAVsQTY - 49.

    (b) Commercial Bids. The cover should be marked COMMERCIAL BIDS FOR MINI UAVsQTY - 49.

    (c) Vendor Details. The cover should be marked EMD, COST OF TENDER DOCUMENTSAND VENDOR VERIFICATION DETAILS FOR MINI UAVs QTY-49.

    4. Manner of Depositing the Bids.

    (a) Sealed Bids should be either dropped in the Tender Box marked as FOR MINI UAVsQTY - 49 or sent by registered post at the address given above so as to reach by the due date andtime.

    (b) 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 (unlessthey have been specifically called for by these modes due to urgency). One sample indicatingmodel/make of the product (i.e product name to be entered) will be submitted in separate sealedpackage, duly marked with particulars of vendor alongwith the bids. Sample of the item may be

    submitted before the commencement of TEC proceedings failing which the bids will be rejected.

    5. Time and Date for Opening of Bids.

    (a) Opening of Tender Box. Tender box will be opened on 25 Sep 2013 at 1100 1hrs forseparation of technical and commercial bids.

    (b) Technical Bid. Technical Bids will be opened by board of officers of Technical EvaluationCommittee(TEC). TEC will commence seven days after the date of submission of bid. Allvendor representatives coming to attend the TEC will fwd their particulars to EME Branch,HQ Northern Command via e-mail, at e-mail id [email protected] minimum five days priorto date of TEC, for obtaining necessary clearance at this Headquarters.

    (c) Commercial Bid. Time & Date of Opening of Commercial Bids will be intimated later afteracceptance of Technical Bid. Commercial Bids of only those firms will be opened, whose TechnicalBids are found compliant/suitable after Technical evaluation is done by the Buyer.

    (d) If due to any exigency, the due date for opening of the Bids is declared a closed holiday, theBids will be opened on the next working day at the same time or on any other day/time, as intimatedby the Buyer.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    3/36

    2

    6. Location of the Tender Box: Main Gate, HQ Northern Comd, Udhampur

    7. Cost of Tender Documents. A sum of Rs 1000/- (Rupees one thousand only) will be remittedthrough Indian Postal Order (IPO) in favour of PCDA (NC) Jammu. The same will be attached alongwithvendor details.

    8. Place of Opening of the Bids.

    (a) Technical and Commercial Bids will be opened in HQ Northern Comd (EME Branch)Udhampur/any unit loc at Udhampur.

    (b) The Bidders may depute their representatives, duly authorized in writing, to attend theopening of Bids on the due date and time. Rates and important commercial/technical clauses quotedby all Bidders will be read out in the presence of the representatives of all the Bidders. This eventwill not be postponed due to non-presence of your representative.

    9. Participation of Bidders. A notice will be given to the bidders for their participation in TEC, COBand CNC/TPC.

    10. Forwarding of Bids. Bids should be forwarded by Bidders under their original memo / letter padinter alia furnishing details like TIN number, VAT/CST number, Bank address with EFT Account ifapplicable, etc and complete postal & e-mail address of their office.

    11. Clarification Regarding Contents of the Tender Enquiry. A prospective bidder who requiresclarification regarding the contents of the bidding documents shall notify to the Buyer in writing about theclarifications sought not later than 14 (fourteen) days prior to the date of opening of the Bids. Copies of thequery and clarification by the purchaser will be sent to all prospective bidders who have received thebidding documents.

    12. Modification and Withdrawal of Bids. A bidder may modify or withdraw his bid after submissionprovided that the written notice of modification or withdrawal is received by the Buyer prior to deadlineprescribed for submission of bids. A withdrawal notice may be sent by fax but it should be followed by asigned confirmation copy to be sent by post and such signed confirmation should reach the purchaser notlater than the deadline for submission of bids. No bid shall be modified after the deadline for submission ofbids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration ofthe period of bid validity specified. Withdrawal of a bid during this period will result in Bidders forfeiture ofbid security.

    13. Clarification Regarding Contents of the Bids. During evaluation and comparison of bids, theBuyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will begiven in writing and no change in prices or substance of the bid will be sought, offered or permitted. Nopost-bid clarification on the initiative of the bidder will be entertained.

    14. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter and post-tendercorrection may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected.

    15. Acknowledgement to the Tender Enquiry. Acknowledgment to this Tender Enquiryis enclosedas Appendix B. All bidders to whom this Tender Enquiry has been received by post must fill in theAcknowledgment form and send it immediately. Bidders unwilling to quote should ensure that intimation tothis effect reaches before the due date and time of opening of the Bid, failing which the defaulting Biddermay be delisted for the given range of items as mentioned in this Tender Enquiry.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    4/36

    3

    16. Validity of Bids. The Bids should remain valid till 24 Mar 2014 or 180 (one hundred andtwenty) days from the last date of opening of the tender whichever is later.

    17. Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) for amountof Rs. 26,36,234/-(Rupees twenty six lakhs thirty six thousand two hundred thirty four only) alongwith 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 a private sector bankauthorized to conduct government business as per Form DPM-13 (Available in MoD website and can beprovided on request). EMD is to remain valid for a period of forty-five days beyond the final bid validityperiod i.e. 08 May 2014 or 180+45=225 days from the date of opening of tender whichever is later. EMD ofthe unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and lateston or before the 30th day after the award of the contract. The Bid Security of the successful bidder would bereturned, without any interest whatsoever, after the receipt of Performance Security from them as called forin the contract. EMD is not required to be submitted by those Bidders who are registered for the sameitem/range of products goods or services with the Central Purchase Organization (e.g. DGS&D),National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. The EMD will beforfeited if the bidder withdraws or amends impairs or derogates from the tender in any respect within thevalidity period of their tender. EMD in the form of Account Payee Demand Draft should be drawn in favour

    of HQ Northern Command (EME) payable at Udhampur (J&K).

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    5/36

    4

    Part II Essential Details of Items

    1. Schedule of Requirements. List of required Items is as follows: Name/Type ofitem/services/description of stores Qty required.

    SerNo

    CatPartNo

    Items Accounting Quantity Delivery free toconsignees place

    01 NK MINI UAVs Nos 49 1 FOD, NearestRailhead isUdhampur (J&K)

    2. Technical Details.

    (a) Specifications/drawings, as applicable : As per Appendix C attached.

    (b) Technical details with technical parameters : As per Appendix C attached.

    (c) Requirement of training/on-job training : As per Appendix C attached.

    (d) Requirement of installation/commissioning : Not applicable.

    (e) Requirement of Factory Acceptance Trials : Not Applicable.(FAT), Harbor Acceptance Trials (HAT) andSea Acceptance Trials (SAT)

    (f) Requirement of Technical Documentation : As per Appx C attached.

    (g) Nature of assistance required after : Annual Maint Contract.completion of warranty

    (h) Requirement of pre-site/equipment : Not applicable.Inspection

    (j) Any other details, as considered necessary : Not applicable.

    3. Delivery Period. Delivery period for supply of items would be 120 days from the effective date ofSupply Order. Please note that Supply Order can be cancelled unilaterally by the Buyer in case items arenot received within the contracted delivery period. Extension of contracted delivery period will be at the solediscretion of the Buyer, with applicability of LD clause.

    4. Terms of Delivery. The date on which the delivery is made at the consignees site mentioned inthe contract.

    5. Consignee Details. The stores will be delivered at:-

    1 Field Ordnance Depot (FOD)Garhi, Udhampur (J&K)(Nearest Railhead Udhampur, J&K)

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    6/36

    5

    Part III STANDARD CONDITIONS OF TENDER ENQUIRY

    The Bidder is required to give confirmation of their acceptance of the Standard Conditions of theRequest for Proposal mentioned below which will automatically be considered as part of the Contractconcluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do somay result in rejection of the Bid submitted by the Bidder.

    1. Law: The Contract shall be considered and made in accordance with the laws of the Republic of

    India. The contract shall be governed by and interpreted in accordance with the laws of the Republic ofIndia.

    2. Effective Date of the Contract. The contract shall come into effect on the date of signatures ofboth the parties on the contract (Effective Date) and shall remain valid until the completion of the obligationsof the parties under the contract. The deliveries and supplies and performance of the services shallcommence from the effective date of the contract.

    3. Arbitration. All disputes or differences arising out of or in connection with the Contract shall besettled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to theContract or relating to construction or performance, which cannot be settled amicably, may be resolvedthrough arbitration. The arbitration is as per Forms DPM-7(for indigenous trade)/DPM-8(for foreign supplies)

    and DPM-9 (for PSUs). Forms are available in MoD website and can be provided on request. Arbitratorwill be appointed by the Army Commander, HQ Northern Command and hearing of the dispute orarbitration proceedings will be held at HQ Northern Command (Udhampur).

    4. Penalty for Use of Undue Influence. The Seller undertakes that he has not given, offered orpromised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage orinducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to door for having done or forborne to do any act in relation to the obtaining or execution of the present Contractor any other Contract with the Government of India for showing or forbearing to show favour or disfavour toany person in relation to the present Contract or any other Contract with the Government of India. Anybreach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf(whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or

    anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 orthe Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitlethe Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Sellerthe amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effectthat a breach of the undertaking had been committed shall be final and binding on the Seller. Giving oroffering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards anyofficer/employee of the Buyer or to any other person in a position to influence any officer/employee of theBuyer 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 ofpenal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.

    5. Agents / Agency Commission: The Seller confirms and declares to the Buyer that the Seller is the

    original manufacturer of the stores/provider of the services referred to in this Contract and has not engagedany individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way torecommend to the Government of India or any of its functionaries, whether officially or unofficially, to theaward of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to anysuch individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agreesthat if it is established at any time to the satisfaction of the Buyer that the present declaration is in any wayincorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any suchindividual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration tosuch person, party, firm or institution, whether before or after the signing of this contract, the Seller will beliable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supplyContract with the Government of India for a minimum period of five years. The Buyer will also have a rightto consider cancellation of the Contract either wholly

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    7/36

    6

    or in part, without any entitlement or compensation to the Seller who shall in such an event be liable torefund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% perannum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contractsconcluded earlier with the Government of India.

    6. Access to Books of Accounts. In case it is found to the satisfaction of the Buyer that the Sellerhas engaged an Agent or paid commission or influenced any person to obtain the contract as described inclauses 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 financialdocuments/information.

    7. Non-disclosure of Contract documents. Except with the written consent of the Buyer/ Seller,other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample orinformation thereof to any third party.

    8. Liquidated Damages. In the event of the Seller's failure to submit the Bonds, Guarantees andDocuments, supply the stores/goods and conduct trials, installation of equipment, training, etc as specifiedin 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 thecontract 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 ofdelayed stores.

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

    (a) The delivery of the material is delayed for causes not attributable to Force Majeure for morethan (03 months) after the scheduled date of delivery.

    (b) The Seller is declared bankrupt or becomes insolvent.

    (c) The delivery of material is delayed due to causes of Force Majeure by more than

    (03 months) provided Force Majeure clause is included in contract.

    (d) The Buyer has noticed that the Seller has utilized the services of any Indian/Foreign agent ingetting this contract and paid any commission to such individual/company etc.

    (e) As per decision of the Arbitration Tribunal.

    10. Notices. Any notice required or permitted by the contract shall be written in the English languageand may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed tothe last known address of the party to whom it is sent.

    11. Transfer and Sub-letting. The Seller has no right to give, bargain, sell, assign or sublet or

    otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit oradvantage of the present Contract or any part thereof.

    12. Patents and other Industrial Property Rights. The prices stated in the present Contract shallbe 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 Buyeragainst all claims from a third party at any time on account of the infringement of any or all the rightsmentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. TheSeller shall be responsible for the completion of the supplies including spares, tools, technical literature andtraining aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact ofinfringement of any or all the rights mentioned above.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    8/36

    7

    13. Amendments. No provision of present Contract shall be changed or modified in any way (includingthis provision) either in whole or in part except by an instrument in writing made after the date of thisContract and signed on behalf of both the parties and which expressly states to amend the presentContract.

    14. Taxes and Duties.

    (a) General.

    (i) If Bidder desires to ask for excise duty or Sales Tax / VAT extra, the same must bespecifically stated. In the absence of any such stipulation, it will be presumed that the pricesinclude all such charges and no claim for the same will be entertained.

    (ii) If reimbursement of any Duty/Tax is intended as extra over the quoted prices, theBidder must specifically say so. In the absence of any such stipulation it will be presumedthat the prices quoted are firm and final and no claim on account of such duty/tax will beentrained after the opening of tenders.

    (iii) If a Bidder chooses to quote a price inclusive of any duty/tax and does not confirminclusive of such duty/tax so included is firm and final, he should clearly indicate the rate of

    such duty/tax and quantum of such duty/tax included in the price. Failure to do so may resultin ignoring of such offers summarily.

    (iv) If a Bidder is exempted from payment of any duty/tax upto any value of supplies fromthem, he should clearly state that no such duty/tax will be charged by him up to the limit ofexemption which he may have. If any concession is available in regard to rate/quantum ofany Duty/tax, it should be brought out clearly. Stipulations like, the said duty/tax waspresently not applicable but the same will be charged if it becomes leviable later on, will notbe accepted unless in such cases it is clearly stated by a Bidder that such duty/tax will not becharged by him even if the same becomes applicable later on. In respect of the Bidders, whofail to comply with this requirement, their quoted prices shall be loaded with the quantum ofsuch duty/tax which is normally applicable on the item in question for the purpose of

    comparing their prices with other Bidders.

    (v) Any change in any duty/tax upward/downward as a result of any statutory variation inexcise taking place within contract terms shall be allowed to the extent of actual quantum ofsuch 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 theSeller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. ifany obtained by the Seller.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    9/36

    8(b) Customs Duty.

    (i) For imported stores offered against forward delivery, the Bidder shall quote pricesthereof exclusive of customs duty. The Bidder shall specify separately the C.I.F. prices andtotal amount of customs duty payable. They will also indicate correctly the rate of customsduty applicable along with Indian Customs Tariff Number. Customs duty as actually paid willbe reimbursed on production of necessary documents i.e. (i) Triplicate copy of the bill ofentry; (ii) copy of bill of lading; (iii) a copy of foreign principals invoice. However, if the Bidderimports the stores in question against his own commercial quota Import licenses, he will also

    be required to submit in addition the triplicate copy of bills of entry etc. a certificate from hisInternal Auditor on the bill itself, to the effect that the following items/quantity in the bill ofentry related to the stores imported against Defence Buyer contractnumber.. dated..

    (ii) Subsequent to the reimbursement of customs duty, the Bidder will submit to theconcerned Payment Authority a certificate to the effect that he has not obtained any refund ofcustoms duty subsequent to the payment of duty to the Customs authority by him. Inaddition, he shall also submit to the Paying Authority concerned a certificate immediatelyafter a period of three months from the date of payment of the duty to customs authorities tothe effect that he has not applied for refund of the customs duty subsequent to the paymentof duty to the customs authorities by him.

    (iii) In case the Bidder obtains any refund of customs duty, subsequently to the paymentof the same by him to the customs authorities and reimbursement of the customs duty to himby the Payment Authority, he should forthwith furnish the details of the refund obtained andafford full credit of the same to the Buyer.

    (c) Excise Duty.

    (i) Where the excise duty is payable on advalorem basis, the Bidder should submit alongwith the tender, the relevant form and the Manufacturers price list showing the actualassessable value of the stores as approved by the Excise authorities.

    (ii) Bidders should note that in case any refund of excise duty is granted to them byExcise authorities in respect of Stores supplied under the contract, they will pass on thecredit to the Buyer immediately along with a certificate that the credit so passed on relates tothe Excise Duty, originally paid for the stores supplied under the contract. In case of theirfailure to do so, within 10 days of the issue of the excise duty refund orders to them by theExcise Authorities the Buyer would be empowered to deduct a sum equivalent to the amountrefunded by the Excise Authorities without any further reference to them from any of theiroutstanding bills against the contract or any other pending Government Contract and that nodisputes on this account would be raised by them.

    (iii) The Seller is also required to furnish to the Paying Authority the following certificates:-

    (aa) Certificate with each bill to the effect that no refund has been obtained inrespect of the reimbursement of excise duty made to the Seller during three months

    immediately preceding the date of the claim covered by the relevant bill.

    (ab) Certificate as to whether refunds have been obtained or applied for by them ornot in the preceding financial year after the annual Audit of their accounts alsoindicating details of such refunds/applications, if any.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    10/36

    9

    (ac) A certificate along with the final payment bills of the Seller to the effectwhether or not they have any pending appeal/protest for refund or partial refund ofexcise duties already reimbursed to the Seller by the Government pending with theExcise authorities and if so, the nature, the amount involved, and the position of suchappeals.

    (ad) An undertaking to the effect that in case it is detected by the Government thatany refund from Excise Authority was obtained by the Seller after obtaining

    reimbursement from the Paying Authority, and if the same is not immediatelyrefunded by the Seller to the Paying Authority giving details and particulars of thetransactions, Paying Authority will have full authority to recover such amounts fromthe Sellers outstanding bills against that particular contract or any other pendingGovernment contracts and that no dispute on this account would be raised by theSeller.

    (ae) Unless otherwise specifically agreed to in terms of the contract, the Buyershall not be liable for any claim on account of fresh imposition and/or increase ofExcise Duty on raw materials and/or components used directly in the manufacture ofthe contracted stores taking place during the pendency of the contract.

    (d) Sales Tax / VAT.

    (i) If it is desired by the Bidder to ask for Sales tax / VAT to be paid as extra, the samemust be specifically stated. In the absence of any such stipulation in the bid, it will bepresumed that the prices quoted by the Bidder are inclusive of sales tax and no liability ofsales tax will be developed upon the Buyer.

    (ii) On the Bids quoting sales tax extra, the rate and the nature of Sales Tax applicable atthe time of supply should be shown separately. Sales tax will be paid to the Seller at the rateat which it is liable to be assessed or has actually been assessed provided the transaction ofsale is legally liable to sales tax and the same is payable as per the terms of the contract.

    (e) Octroi Duty & Local Taxes.

    (i) Normally, materials to be supplied to Government Departments against GovernmentContracts are exempted from levy of town duty, Octroi Duty, Terminal Tax and other levies oflocal bodies. The local Town/Municipal Body regulations at times, however, provide for suchExemption only on production of such exemption certificate from any authorised officer.Seller should ensure that stores ordered against contracts placed by this office are exemptedfrom levy of Town Duty/Octroi Duty, Terminal Tax or other local taxes and duties. Whereverrequired, they should obtain the exemption certificate from the Buyer, to avoid payment ofsuch local taxes or duties.

    (ii) In case where the Municipality or other local body insists upon payment of these

    duties or taxes the same should be paid by the Seller to avoid delay in supplies and possibledemurrage charges. The receipt obtained for such payment should be forwarded to theBuyer without delay together with a copy of the relevant act or bylaws/ notifications of theMunicipality of the local body concerned to enable him to take up the question of refund withthe concerned bodies if admissible under the said acts or rules.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    11/36

    10

    PART IV SPECIAL CONDITIONS OF RFP

    The Bidder is required to give confirmation of their acceptance of Special Conditions of the RFP mentionedbelow 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 submittedby the Bidder.

    Note :-

    1. TEC will commence seven days after the date of submission of bid. All vendorrepresentatives coming to attend the TEC will fwd their particulars to EME Branch via e-mail, at e-mail id [email protected] minimum five days prior to date of TEC, for obtaining necessaryclearance at this Headquarters.

    2. Submission of Sample. Sample is essential and will be submitted alongwith the bid/tender forapproval by Tender Evaluation Committee. Sample of the item may be submitted before thecommencement of TEC proceedings failing which the bids will be rejected.

    3. While submitting the sample, the following points will be ensured :-

    (a) Sample and accessories if any, bear distinctive identification mark of the vendor.

    (b) Sample will have a tag showing identification details such as the name of the item name ofthe vendor/OEM, TE number and date.

    (c) In case, sample contains components/sub parts/accessories in separated condition,a list of all components/sub parts /accessories will be provided with identification details.

    4. Performance Guarantee.

    (a) Indigenous cases. The Bidder will be required to furnish a Performance Guarantee byway of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct

    government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd.) for a sum equal to 10% ofthe contract value within 30 days of receipt of the confirmed order. Performance Bank Guaranteeshould be valid up to 60 days beyond the date of warranty. The specimen of PBG is given in FormDPM-15 (Available in MoD website and can be provided on request).

    (b) Foreign cases. -

    5. Option Clause. The contract will have an Option Clause, wherein the Buyer can exercise an optionto procure an additional 50% of the original contracted quantity in accordance with the same terms &conditions of the present contract. This will be applicable within the currency of contract. The Bidder is toconfirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the Buyerto exercise this option or not.

    6. Repeat Order Clause. The contract will have a Repeat Order Clause, wherein the Buyer canorder upto 50% quantity of the items under the present contract within six months from the date ofsupply/successful completion of this contract, the cost, terms & conditions remaining the same. The Bidderis to confirm acceptance of this clause. It will be entirely the discretion of the Buyer to place the Repeatorder or not.

    7. Tolerance Clause. To take care of any change in the requirement during the period starting fromissue of RFP till placement of the contract, Buyer reserves the right to 50 % plus/minus increase ordecrease the quantity of the required goods upto that limit without any change in the terms & conditions andprices quoted by the Seller. While awarding the contract, the quantity ordered can be increased ordecreased by the Buyer within this tolerance limit.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    12/36

    11

    8. Payment Terms for Indigenous Sellers. It will be mandatory for the Bidders to indicate their bankaccount numbers and other relevant e payment details so that payments could be made through ECS/EFTmechanism instead of payment through cheque, wherever feasible. A copy of the model mandate formprescribed by RBI to be submitted by Bidders for receiving payments through ECS is at Form DPM-11(Available in MoD website and can be given on request). 100% payment will be made on delivery andacceptance of the iitems mentioned in the Supply Order of the Buyer and on production of the requisitedocuments.

    9. Payment terms for Foreign Sellers : -

    10. Advance Payments. No advance payment(s) will be made.

    11. Paying Authority. The paying authority will be Principal Controller of Defence Accounts, (NorthernCommand), Narwal Pain, Jammu. The payment of bills will be made on submission of the followingdocuments by the Seller along with the bill :-

    (a) Ink-signed copy of Contingent Bill / Sellers Bill/Contractors Bill.

    (b) Ink-signed copy of Commercial invoice / Sellers bill.

    (c) Claim for statutory and other levies to be supported with requisite documents/proof of

    payment such as Excise duty challan, Customs duty clearance certificate, Octroi receipt, proof ofpayment for EPF/ESIC contribution with nominal roll of beneficiaries, etc as applicable.

    (d) Exemption certificate for Excise duty / Customs duty, if applicable.

    (e) Guarantee / Warranty certificate.

    (f) Performance Bank guarantee / Indemnity bond where applicable.

    (g) DP extension letter with CFAs sanction, U.O. number and date of IFAs concurrence, whererequired under delegation of powers, indicating whether extension is with or without LD.

    (h) Details for electronic payment viz Account holders name, Bank name, Branch name andaddress, Account type, Account number, IFSC code, MICR code (if these details are notincorporated in supply order/contract).

    (j) Any other document / certificate that may be provided for in the Supply Order / Contract.

    (k) Xerox copy of PBG.

    (Note From the above list, the documents that may be required depending upon the peculiarities of theprocurement being undertaken, may be included in RFP)

    12. Fall Clause. The following Fall clause will form part of the contract placed on successful Bidder -

    (a) The price charged for the stores supplied under the contract by the Seller shall in no eventexceed the lowest prices at which the Seller sells the stores or offer to sell stores of identicaldescription to any persons/Organisation including the purchaser or any department of the Centralgovernment or any Department of state government or any statutory undertaking the central or stategovernment as the case may be during the period till performance of all supply Orders placed duringthe currency of the rate contract is completed.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    13/36

    12

    (b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sellsuch stores to any person/organisation including the Buyer or any Deptt, of central Govt. or anyDepartment of the State Government or any Statutory undertaking of the Central or stateGovernment as the case may be at a price lower than the price chargeable under the contract, theshall forthwith notify such reduction or sale or offer of sale to the Director general of Supplies &Disposals and the price payable under the contract for the stores of such reduction of sale or offer ofthe sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:--

    (i) Exports by the Seller.(ii) Sale of goods as original equipment at price lower than lower than the prices chargedfor normal replacement.(iii) Sale of goods such as drugs which have expiry dates.(iv) Sale of goods at lower price on or after the date of completion of sale/placement ofthe order of goods by the authority concerned under the existing or previous Rate Contractsas also under any previous contracts entered into with the Central or State Govt. Depts,including their undertakings excluding joint sector companies and/or private parties andbodies.

    (c) The Seller shall furnish the following certificate to the Paying Authority along with each bill forpayment for supplies made against the Rate contract We certify that there has been no reduction

    in sale price of the stores of description identical to the stores supplied to the Government under thecontract herein and such stores have not been offered/sold by me/us to any person/organisationincluding the purchaser or any department of Central Government or any Department of a stateGovernment or any Statutory Undertaking of the Central or state Government as the case may beupto the date of bill/the date of completion of supplies against all supply orders placed during the

    13. Risk & Expense Clause.

    (a) Should the stores or any installment thereof not be delivered within the time or timesspecified in the contract documents, or if defective delivery is made in respect of the stores or anyinstallment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty,without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to

    declare the contract as cancelled either wholly or to the extent of such default.

    (b) Should the stores or any installment thereof not perform in accordance with the specifications/parameters provided by the SELLER during the check proof tests to be done in the BUYERscountry, the BUYER shall be at liberty, without prejudice to any other remedies for breach ofcontract, to cancel the contract wholly or to the extent of such default.

    (c) In case of a material breach that was not remedied within 45 days, the BUYER shall, havinggiven the right of first refusal to the SELLER be at liberty to purchase, manufacture, or procure fromany other source as he thinks fit, other stores of the same or similar description to make good:-

    (i) Such default.

    (ii) In the event of the contract being wholly determined the balance of the storesremaining to be delivered there under.

    (d) Any excess of the purchase price, cost of manufacturer, or value of any stores procured fromany other supplier as the case may be, over the contract price appropriate to such default or balanceshall be recoverable from the SELLER. Such recoveries shall not exceed 15% of the value of thecontract.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    14/36

    1314. Force Majeure clause

    (a) Neither party shall bear responsibility for the complete or partial nonperformance of any of itsobligations (except for failure to pay any sum which has become due on account of receipt of goodsunder the provisions of the present contract), if the non-performance results from such ForceMajeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Militaryoperation, blockade, Acts or Actions of State Authorities or any other circumstances beyond theparties control that have arisen after the conclusion of the present contract.

    (b) In such circumstances the time stipulated for the performance of an obligation under the presentcontract is extended correspondingly for the period of time of action of these circumstances and theirconsequences.

    (c) The party for which it becomes impossible to meet obligations under this contract due to ForceMajeure conditions, is to notify in written form the other party of the beginning and cessation of theabove circumstances immediately, but in any case not later than 10 (Ten) days from the moment oftheir beginning.

    (d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority ororganization of the respective country shall be a sufficient proof of commencement and cessation ofthe above circumstances.

    (e) 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 upongiving prior written notice of 30 (thirty) days to the other party of the intention to terminate withoutany liability other than reimbursement on the terms provided in the agreement for the goodsreceived.

    15. Specification. The following Specification clause will form part of the contract placed on successfulBidder The Seller guarantees to meet the specifications as per Appx C of RFP and to incorporate themodifications to the existing design configuration to meet the specific requirement of the Buyer Services asper modifications/requirements recommended after the Maintenance Evaluation Trials. All technicalliterature and drawings shall be amended as the modifications by the Seller before supply to the Buyer. The

    Seller, in consultation with the Buyer, may carry out technical upgradation /alterations in the design,drawings and specifications due to change in manufacturing procedures, indigenization or obsolescence.This will, however, not in any way, adversely affect the end specifications of the equipment. Changes intechnical details, drawings repair and maintenance techniques alongwith necessary tools as a result ofupgradation/alterations will be provided to the Buyer free of cost within 60 days of affecting suchupgradation/alterations.

    16. OEM Certificate: In case the Bidder is not the OEM, the agreement certificate with the OEM forsourcing the spares shall be mandatory. However, where OEMs do not exist, minor aggregates and sparescan be sourced from authorized vendors subject to quality certification.

    17. Export License. The Bidders are to confirm that they have requisite export license from their

    Government and Authorisation from the manufacturing plant , in case they are not the OEM, to export themilitary/non-military goods to India.

    18. Earliest Acceptable Year of Manufacture. Quality / Life certificate will need to be enclosed withthe Bill.

    Date : Name & Signature of Rep of Firm

    Stamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    15/36

    14

    19. Packing and Marking: The seller will forward a detailed packing list indicating the complete detailsof stores, its description and quantity being supplied. The packing list will clearly specify the quantity ofmain equipment and details of accessories giving out its description, numbers per main equipment and totalnumbers being supplied. Other aspects to be ensured by seller are :-

    (a) The Seller shall provide packing and preservation of the equipment and spares/goods SupplyOrdered so as to ensure their safety against damage in the conditions of land, sea and airtransportation, 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 madesufficiently strong, and with seasoned wood. The packing cases should have hooks for lifting bycrane/fork lift truck. Tags with proper marking shall be fastened to the special equipment, whichcannot be packed.

    (b) The packing of the equipment and spares/goods shall conform to the requirements ofspecifications and standards in force in the territory of the Sellers country.

    (c) Each spare, tools and accessory shall be packed in separate cartons. A label in Englishshall be pasted on the carton indicating the under mentioned details of the item contained in thecarton. A tag in English with said information shall also be attached to six samples of the item. Ifquantity Supply Ordered is less than six then tag shall be affixed to complete quantity Supply

    Ordered of the item. The cartons shall then be packed in packing cases as required.

    (i) Part Number

    (ii) Nomenclature

    (iii) Supply Order annex number

    (iv) Annex serial number

    (v) Quantity Supply Ordered

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

    (e) If necessary, each package shall be marked with warning inscriptions: , Do not turnover, category of cargo etc.

    (f) Should any special equipment be returned to the Seller by the Buyer, the latter shall providenormal packing, which protects the equipment and spares/goods from the damage of deteriorationduring transportation by land, air or sea. In this case the Buyer shall finalize the marking with theSeller.

    20. 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 Sellers country orspecifications enumerated as per RFP and shall also include therein modification to the stores suggested bythe Buyer. Such modifications will be mutually agreed to. The Seller confirms that the stores to be suppliedunder this Contract shall be new i.e. not manufactured before (Year of Contract) , and shall incorporate allthe latest improvements and modifications thereto and spares of improved and modified equipment arebackward 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 itshould be mentioned that item would provide as much life as the original item.

    Date : Name & Signature of Rep of Firm

    Stamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    16/36

    15

    21. Inspection Authority: The Inspection will be carried out by Board of Officers. The mode ofInspection will be Departmental Inspection.

    22. Franking clause : The following Franking clause will form part of the contract placed on successfulBidder:-

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

    under the terms and conditions of the contract.

    (b) Franking Clause in the case of Rejection of Goods The fact that the goods have beeninspected after the delivery period and rejected by the Inspecting Officer will not bind the Buyer inany manner. The goods are being rejected without prejudice to the rights of the Buyer under theterms and conditions of the contract.

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

    (a) The claims may be presented either on quantity of the stores, where the quantity does notcorrespond to the quantity shown in the Packing List/Insufficiency in packing, or on quality of thestores, where quality does not correspond to the quality mentioned in the contract.

    (b) Quality claims shall be presented for defects or deficiencies in quality noticed duringwarranty period earliest but not later than 45 days after expiry of the guarantee period. The qualityclaims shall be submitted to the Seller as per Form DPM-23 (Available in MoD website and can begiven on request).

    (c) The Seller shall collect the defective or rejected goods from the location nominated by theBuyer and deliver the repaired or replaced goods at the same location under Sellers arrangement.

    (d) Claims may also be settled by reduction of cost of goods under claim from bonds submittedby the Seller or payment of claim amount by Seller through demand draft drawn on an Indian Bank,in favour of Principal Controller of Defence Accounts concerned.

    (e) The quality claims will be raised solely by the Buyer.

    24. Warranty

    (a) System will be supplied with 24 Months comprehensive on-site warranty from date of

    acceptance.

    (b) Defective equipment will be made available to vendor at pre-defined location

    (Nagrota/Srinagar, at discretion of buyer) and he will be responsible to deliver back repaired

    serviceable equipment within a maximum of 14 days after being intimated of faulty equipment being

    ready for delivery to him.

    (c) Two annual maintenance service/calibration for complete equipment will be catered for at

    Nagrota/Srinagar during warranty period.

    (d) In case of any default of warranty conditions defined above, appropriate amount will be

    forfeited from Performance Bank Guarantee, at the discretion of the buyer.

    25. Annual Maintenance Contract (AMC) Clause. The following AMC clause will form part of thecontract placed on successful Bidder :-

    (a) The Seller would provide comprehensive AMC for a period of 3 years. The AMC servicesshould cover the repair and maintenance of all the equipment and systems purchased under thepresent Contract. The AMC services would be provided in two distinct ways:

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    17/36

    16

    (i) Preventive Maintenance Service: The Seller will provide a minimum of fourPreventive Maintenance Service visits during a year to Nagrota/Srinagar (at thediscretion of the buyer) to carry out functional check ups and minor adjustments/ tuning asmay be required.

    (ii) Breakdown maintenance Service: In case of any breakdown of the equipment/system, on receiving a call from the Buyer, the Seller is to provide maintenance service to

    make the equipment/system serviceable.

    (b) Response time : The response time of the Seller should not exceed 24 hours from the timethe breakdown intimation is provided by the Buyer.

    (c) Serviceability of 100% per year is to be ensured. This amounts to total maximumdowntime of 15 days per year. Also un-serviceability should not exceed seven days at one time.Required spares to attain this serviceability may be stored at site by the Seller at his own cost. Totaldown time would be calculated at the end of the year. If downtime/un-serviceability exceedspermitted downtime, LD would be applicable for the delayed period.

    (d) Maximum repair turn- around time for equipment/system would be seven days.

    However, the spares should be maintained in a serviceable condition to avoid complete breakdownof the equipment/system.

    (e) Technical Documentation: All necessary changes in the documentation (Technical andOperators manual) for changes carried out on hardware and software of the equipment will beprovided.

    (f) During the AMC period, the Seller shall carry out all necessary servicing/repairs to theequipment/system under AMC at the current location of the equipment/system. Prior permission ofthe Buyer would be required in case certain components/sub systems are to be shifted out oflocation. On such occasions, before taking over the goods or components, the Seller will givesuitable bank guarantee to the Buyer to cover the estimated current value of item being taken.

    (g) The Buyer reserves its right to terminate the maintenance contract at any time withoutassigning any reason after giving a notice of two months. The Seller will not be entitled to claim anycompensation against such termination. However, while terminating the contract, if any payment isdue to the Seller for maintenance services already performed in terms of the contract, the samewould be paid to it as per the contract terms.

    26. Life Certificate of the Eqpt. A Life Certificate of the equipment duly certified by the OEM may besubmitted alongwith the Commercial bids.

    27. Technical Presentation. Vendors are required to provide one sample of the equipment to enableTEC to physically check the essential parameters. If considered necessary, the TEC may invite those

    vendors who meet essential parameters for technical presentation/clarifications in terms of Para 4.12.5 ofDPM.

    28. Vendor Details. The buyer reserves the right to reject any bid in case the vendor verification detailsas specified vide Part VI of the RFP is not provided by the vendor

    29. Training. A comprehensive training capsule, covering all aspects of operation, maintenanceand repair for the system crew at the scale of one crew per system will be conducted at a mutually agreelocation, as part of the package. Suitable training material will be provided to all the participants.

    Date : Name & Signature of Rep of Firm

    Stamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    18/36

    17

    PART V EVALUATION CRITERIA & PRICE BID ISSUES

    1. 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 andqualifying requirements of the RFP, both technically and commercially.

    (b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated

    by the Buyer with reference to the technical characteristics of the equipment as mentioned in theRFP. The compliance of Technical Bids would be determined on the basis of the parametersspecified in the RFP. The format for Technical Evaluation by the Technical EvaluationCommittee (as Form-24 of supplement 2010 to DPM 2009) is enclosed as Appx D to thisdocument. The Price Bids of only those Bidders will be opened whose Technical Bids would clearthe technical evaluation.

    (c) The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder aftertaking into consideration all taxes and duties (including those for which exemption certificates areissued) quoted by the Bidders. The ultimate cost to the Buyer would be the deciding factor forranking of Bids.

    (d) The Bidders are required to spell out the rates of Customs duty, Excise duty, VAT, ServiceTax, etc in unambiguous terms; otherwise their offers will be loaded with the maximum rates ofduties and taxes for the purpose of comparison of prices. If reimbursement of Customs duty / ExciseDuty / VAT is intended as extra, over the quoted prices, the Bidder must specifically say so. In theabsence of any such stipulation it will be presumed that the prices quoted are firm and final and noclaim on account of such duties will be entrained after the opening of tenders. If a Bidder chooses toquote a price inclusive of any duty and does not confirm inclusive of such duty so included is firmand final, he should clearly indicate the rate of such duty and quantum of excise duty included in theprice. Failure to do so may result in ignoring of such offers summarily. If a Bidder is exempted frompayment of Customs duty / Excise Duty / VAT duty upto any value of supplies from them, theyshould clearly state that no excise duty will be charged by them up to the limit of exemption whichthey may have. If any concession is available in regard to rate/quantum of Customs duty / Excise

    Duty / VAT, it should be brought out clearly. Stipulations like, excise duty was presently notapplicable but the same will be charged if it becomes leviable later on, will not be accepted unless insuch cases it is clearly stated by a Bidder that excise duty will not be charged by him even if thesame becomes applicable later on. In respect of the Bidders who fail to comply with thisrequirement, their quoted prices shall be loaded with the quantum of excise duty which is normallyapplicable on the item in question for the purpose of comparing their prices with other Bidders. Thesame logic applies to Customs duty and VAT also.

    (e) If there is a discrepancy between the unit price and the total price that is obtained bymultiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. Ifthere is a discrepancy between words and figures, the amount in words will prevail for calculation ofprice.

    (f) The Lowest Acceptable Bid will be considered further for placement of contract / SupplyOrder after complete clarification and price negotiations as decided by the Buyer. The Buyer willhave the right to award contracts to different Bidders for being lowest in particular items. The Buyeralso reserves the right to do Apportionment of Quantity, if it is convinced that Lowest Bidder is not ina position to supply full quantity in stipulated time.

    (g) Any other criteria as applicable to suit a particular case.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    19/36

    18

    2. Price Bid Format. The Price Bid Format is given below and Bidders are required to fill this upcorrectly with full details:-

    (a) Basic cost of the item/items :-

    SerNo

    Item A/U BasicCost per

    A/U

    (in Rs)

    Taxes (to be mentioned inpercentage)

    VAT CST Excise Any

    other01. MINI UAVs Nos

    Grand Total

    (b) Accessories :

    (c) Installation/Commissioning charges :

    (d) Training :

    (e) Technical literature :

    (f) Tools :

    (g) AMC with spares :

    (h) AMC without spares :

    (i) Any other item :

    (j) Is Excise Duty extra ? :

    (k) If yes, mention the following :-

    (i) Total value of items on which Excise Duty is leviable :

    (ii) Rate of Excise duty (item-wise if different ED is :applicable.

    (iii) Surcharge on Excise duty, if applicable :

    (iv) Total value of excise duty payable :

    (l) Is Excise Duty Exemption (EDE) required :

    (m) If yes, then mention and enclose the following :

    (i) Excise notification number under which :EDE can be given.

    (n) Is VAT extra ? :

    (o) If yes, then mention the following :-

    (i) Total value on which VAT is leviable :

    (ii) Rate of VAT :

    (ii) Total value of VAT leviable :

    Date : Name & Signature of Rep of Firm

    Stamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    20/36

    19

    (p) Is Service Tax Extra ?

    (q) If yes, then mention the following :

    (i) Total value of Services on which Service Tax is :

    (ii) Rate of Service Tax leviable :

    (iii) Total value of Service Tax leviable :

    (r) Is Custom Duty Exemption (CDE) required :

    (s) If yes, then mention the following :

    (i) Custom notification number under which CDE :can be given (Enclosed a copy).

    (ii) CIF value of stores to be imported :

    (iv) Rate of Customs Duty payable :

    (v) Total amount of Customs Duty payable

    (t) Octroi/Entry taxes :(u) Any other Taxes/Duties/Overheads/Other costs :

    (v) Grand Total :

    (i) Excluding AMC and spares

    (ii) Including AMC with spares

    (iii) Including AMC without spares

    (w) Please quote your profit percentage being added in thebasic cost of the item being sold by

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    21/36

    20

    PART VI : VENDOR VERIFICATION FORM

    1. FIRM PARTICULARS(a) Name of the Individual / Firm / Company :

    Registration

    Number Registering Authority Date of Registration

    (b) Product Tendered For:_________________________________________________

    (c) Category Original Equipment Manufacturer OEM)Distributor/Dealer/ StockistSmall Scale IndustryPublic Sector Unit

    Govt. Deptt.Consortium / State / Govt. AgenciesOthers (please mention) ,

    (d) Address : Head Office____________________________________________________________________________________________________________________________________________________________________________________________________

    Telephone No_________________ Fax No__________________

    Mobile No____________________Email Address;_____________

    (e) Branch Office Address :____________________________________________________________________________________________________________________________________________________________________________________________________

    Telephone No_________________ Fax No__________________Mobile No____________________Email Address;_____________

    (f) Factory works Address :__________________________________________________________________________________________________________________________________________________________________________________________________

    Telephone No_________________ Fax No__________________Mobile No____________________Email Address;_____________

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    22/36

    21

    2. APPLICANT PROFILE

    (a) Type of Ownership:

    Individual Partnership Ltd. Company

    PSU/Govt. Undertaking Research Institute Trust

    Joint Venture or other tie-up for technology, equipment, financial backing and/or Project Management ( Please Specify)______________________________________________________Other,Please Specify______________________________________________________

    Enclose copies of PAN (in case of individual) / Partnership Deed / Articles &Memorandum of Association / JV Agreement / Certificate of Incorporation /Certificate of Registration etc as applicable.

    3. (a) Are you a small industry registered with the N.S.I.C? Yes / No( If yes, please enclose copy of NSIC Competency / Capacity certificate).

    (b) Do you have ISO 9000/9001/9002 certification? Yes? No

    (c) In case of certification by other accredited institutions, please give details:

    Institution Type of Certification Valid upto (date)

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    23/36

    22

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

    4. Is your firm/Co. registered(a) As a proprietary firm? If yes, then givethe names of All firms having the sameproprietor

    (b) Under Indian Partnership Act 1932? Ifyes, then give the names of all firms having

    same partners.(c) Under Indian companies Act 1956?(d) With SSI/NSIC/Dept of Industries(State Govt)/DGQA/DQAN/DGSD etc? Givedetails.

    5. Nature of Business carried out:Manufacturer/Service sub Contractor/AuthorisedAgent/Dealer/Trader/Consultant/Civil Worksetc. (Attach Brochures/leaflets of productsmanufactured).

    6. Items of Manufacture/Service /CivilWorks/Agency/ Dealership/Consultancy forwhich Registered.

    7. List of items being dealt with (Please attachseparate sheet)

    8. If manufacturer/sub-contractor, please furnishdetails of floor area of factory, whether SSIregistered with NSIC, number of workersemployed, number of employees inQC/Inspection, sources of raw materials,

    turnover for last 3 years, collaborators, if anydetails of plant and machinery, inspectionequipments, test facilities, whether anyfacilities being sought from others(if more thanone factory, give details for each separately)

    9. If agent, please give details of a territories,principal held details of the agent agreements,details of modalities of stock held, maximumvalue of supply at any time, facilities for aftersales service.

    10

    If stockiest, please state the level of stocksheld; approximate stock in trade normally held,maximum value of supply that can be executedat any time, surety/ testimonial establishingdependency and capacity to execute contracts

  • 7/30/2019 Mini UAV Indian Army 01

    24/36

    23

    11 Has your company supplied this Product to anyother organization ? If so give details of quantitysupplied, date of delivery, cost per item and totalcost of consignment delivered

    12 Does your companyhave a Dealer network inIndia. If so give details.

    13 Can your firmprovide continued Product Supportin terms of repairs, maintenance, spares,assemblies / Sub assemblies, fitment items,Special maintenance tools, Special Testequipments etc for the item tendered for aminimum period of seven years from the date ofdelivery ?

    14 Do you agree to undertakea ComprehensiveAnnual Maintenance Contract for a minimumperiod ofFive years(after WarrantyPeriod) at a

    cost mutually agreed upon by both parties at thetime of initial delivery of stores?

    15Name and Addressof the Bankers stating thedetails of Accounts held and Account numbers;value of ovable/immovable property with details(supported by Certificate from Civil authorities;Solvency certificate from the Bankers)

    16 Name and PermanentAccount Numberof Income Tax; Salestax registration CSTand APGST, details of Sales turnoverand

    sales tax paid in last 3 years.17 Are you a listed/approvedcontractor for

    DGS & D/PSU/ Government Department.Please give details.

    ,

    18 Have you ever been blacklisted by any ofthe above; if yes/ give details.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    25/36

    24

    20. COMMERCIAL INFORMATION

    (a) REGISTRATION PARTICULARS

    (FURNISH DETAILS AND ENCLOSE COPY OF CERTIFICATE FOR THE FOLLOWING)

    (i) PERMANENT ACCOUNT NO :

    (ii) CENTRAL SALES TAX REGN NUMBER:

    (iii) STATE SALES TAX / TIN NUMBER:

    (iv) EXCISE DUTY REGN NUMBER:

    (v) EXCISE CONTROL CODE NUMBER :

    (vi) SERVICE TAX REGN NUMBER :

    (vii) CATEGORY AS PER MSME ACT : MICRO / SMALL / MEDIUM

    REGN NO :

    VALID UP TO:

    (Attach Certificate)

    21. The following information of Bank Account of the Company, duly endorsed by theBank (required for Electronic Fund Transfer -EFT/ RTGS) is to be submitted:-

    (a) Name of the Company

    (b) Name of Bank

    (c) Name of Bank Branch

    (d) City/Place

    (e) Account Number

    (f) Account type

    (g) IFSC code of the Bank Branch

    (h) MICR Code of the Bank Branch

    (j) Details of other Bankers (for reference purpose

    only)

    NOTE:-

    (i) Suppliers who have already submitted the above information are requested tosubmit a copy of the same.

    Date : Name & Signature of Rep of FirmStamp of Firm Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    26/36

    25

    DOCUMENTS TO BE SUBMITTED

    1. Name & Address: Proof of ownership, right over office/factory copies attested by PublicAttorney.

    2. Name of the firm: Copy of registration/Incorporation Certificate, copy of Memorandumand Articles of Association, copy of Partnership Deed, List of Directors Latest Annual Report,SSI certificate copy, Collaboration agreement.

    3. Manufacturer: Certificate of competency, Registration of OEM &capacity from NSIC.

    4. Agents: Agency agreements.

    5. Stockiest: Stock in trade certificate Solvency and testimonials.

    5. Banks: Certificate of balance, Solvency Certificate, Certificate of Movable/Immovable

    lists.

    6. Sales Tax: Copy of Sales Tax Registration.

    7. Registration with: Copies of all Registration letters.IT IS CERTIFIED THAT THE ABOVE INFORMATION FURNISHED IS TRUE TO THEBEST OF MY KNOWLEDGE

    DATE : SIGNATURE

    COMPANY SEAL NAME OF THE AUTHORISED SIGNATORY

  • 7/30/2019 Mini UAV Indian Army 01

    27/36

    26

    Appx A

    QUESTIONNAIRE TO BE ANSWERED BY THE VENDOR/FIRM

    (To be submitted alongwith the Technical Bid)

    TENDER ENQUIRY: 80401/ACSFP/TE/MINI UAVs/49/EME/13-14 dt 27 Aug 2013

    SerNo

    Question Answer

    1 What is your guaranteed monthly schedule of delivery?

    2 Have you offered the stores conforming fully to the tenderenquiry specifications? In case they are not, the extent ofdeviation should be indicated.

    3 Have you offered packing as stipulated? If not, pleaseindicate the details of packing, you intend to offer

    4 Are you registered for the stores quoted in the tender withthe DGS&D?, If so, give the Registration Number.

    5 Do you agree to the Terms and Conditions mentioned in

    Part I, II, III, IV and V of this Tender Enquiry? If NO, detailsto be mentioned separately.

    6 Repeat Order . The firm should be ready in case repeatorder is placed wherein the buyer can order up to 50%quantity of the items under the contract within Six Monthsfrom the date of successful completion of the contract, cost,terms and conditions remains the same. It will be entirelythe discretion of the buyer to place the Repeat Order or not

    7 Option Clause. The purchaser reserves the right toincrease up to 50% of the originally contracted quantity atthe same rate and terms of the contract.

    8 Tolerance Clause. The purchaser reserves the right to50% decrease/increase in the quantity of the required goodsupto that limit without any change in the terms & conditionsand prices quoted by the Seller.

    9 Photostat copy of Latest Income Tax Return dulyacknowledged

    10 Give your Permanent Account Number (PAN) allotted by theIncome Tax dept (photocopy to be enclosed)

    11 Name and Full Address of the Bankers alongwith EFTAccount No

    12 TIN No (photocopy of the Registration Certificate to beenclosed)

    13 VAT/CST No (photocopy of document to be enclosed)

    Date: (Signature of Vendor/Rep ofStamp of Firm Firm with Name of person

    and details of the Firm.

  • 7/30/2019 Mini UAV Indian Army 01

    28/36

    27Appx B(Refer to Para 13 of Part-I of Tender Enquiry No80401/ACSFP/TE/MINI UAV/49/EME/13-14dt 27 Aug 2013)

    ACKNOWLEDGEMENT IN RECEIPT OF TENDER ENQUIRY FOR MINI UAVs QTY - 49OUT OF ACSFP FUND UNDER MAJOR HEAD 2076, MINOR HEAD 110(C)

    DURING THE FIN YEAR 2013-14

    1. Refer your Tender Enquiry No: 80401/ACSFP/TE/MINI UAV/49/EME/13-14 dt 27 Aug 2013.

    2. The Tender Enquiry has been received by us i.e. M/s____________________________________________________on ___________2013.

    3. We will not respond to your Tender Enquiry referred above.

    OR

    3. We will respond to the Tender by due date i.e. 24 Sep 2013.

    (STRIKE OUT WHICHEVER IS NOT APPLICABLE)

    4. In case the Vendor/Firm will respond to the Tender Enquiry, the following details be filled:-

    SerNo

    Information Details

    (a) Name of the Contact Person of Firm withappointment

    (b) Contact Number of the person of theFirm

    (c) Email ID of the contact person

    (d) FAX number of the Firm

    (e) Contact number of the Firm

    (f) Postal Address of the Firm

    Dated: ____________________________(Signatures of Firm Rep)

    Company Seal Name_______________________

    Address of Firm____________________________

  • 7/30/2019 Mini UAV Indian Army 01

    29/36

    28Appx C(Refer to Para 2 of Part-II of Tender Enquiry No80401/ACSFP/TE/MINI UAV/49/EME/13-14 dt 27 Aug 2013)

    (To be f illed by Vendor and submitted alongwith Technical Bids)

    TECHNICAL BIDS FOR MINI UAVs QTY - 49 OUT OF ACSFP FUND UNDERMAJOR HEAD 2076, MINOR HEAD 110 (C) DURING THE FIN YEAR 2013-14

    Two - Bid System. In respect of Two - bid system, Bidders are required to furnish clause by clausecompliance of specifications bringing out clearly the deviations from specification, if any. The Biddersare advised to submit the compliance statement in the following format along with Technical Bid :-

    S/No Specification Compliance to TEspecificationwhetherYes / No

    In case of noncompliance,deviation fromRFP to bespecified inunambiguousterms

    1. System Components

    (a) UAV. It should be complete in all aspects of electronics,sensors, propulsion system, on-board camera, controlmechanism, trans-receivers, re-chargeable batteries and packingcase etc.(b) Ground Control Station. It should comprise of completehardware and software to launch, navigate, trans-receive data,and land the bird back at ground control station loc, with batteriesand chargers both for the bird as well as for the base stationalong with packing cases for all the sub-assemblies.

    2 Physical Characteristics(a) The complete system should be sturdy but light weight,have a reasonably small form factor and should be man portableby operating crew themselves along with their standard combatgear.

    (b) Air Vehicle dimensions should generally conform to theones listed in respective QRs for Mini AV in Appendices.

    (c) It should allow rapid deployment by operating crew itself,without requiring additional assistance.

    (d) System should have sufficient safety features for theoperators, other pers and equipments in the vicinity, payload andfor the UAV itself.

    Date: (Signature)(Name of Signatory with Designation)

    Company Seal Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    30/36

    29

    (e) Sound of the propulsion should not be heard beyond thedistance of apprx 500m AGL overhead at cruise speed.

    (f) It should be able to sustain minor adverse weatherconditions like light wind, low humidity, light drizzle, etc andrecover safety.

    (g) The system should be packed in ruggedized safecontainers which should be easy to carry and offer protection frommechanical shock, water, heat etc.

    3. Operation Characteristics

    (a) It should have the capability to Take Off and Land withoutneeding any kind of runway.

    (b) It should have an auto pilot on board with mission preprogramming capability in GCS to undertake autonomousoperations.

    (c) There should be an easy duplex wireless communicationbetween UAV and GCS for direct control from a Radio Controlbox or from a Computerized Base Station, and for reporting backessential flight parameters.

    (d) The data trans-received between the UAV and the basestation should be direct without any requirement of any interimground repeater station.

    (e) All its onboard systems should be powered fromrechargeable battery pack of desired endurance.

    (f) It should have autonomous return home mode i.e.provision to return to base station in case of a communicationloss, low battery or other critical conditions affecting flightsafety/control.

    (g) It should be able to transmit stable, real time, continuousvideo and still images from payload to ground control stationwithin its radius of operation.

    (h) Preferably the UAV should have some form of warningand fail safe mechanism.

    Date: (Signature)(Name of Signatory with Designation)

    Company Seal Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    31/36

    30

    4. Technical Characteristics(a) Payload. A coloured video camera for day with areasonable minimum resolution which should be capable ofshooting in daylight as well as in low light conditions is required asday payload. Camera should not be permanently fixed to UAV.Night Camera should be IR based with black and white imageryand facility to toggle between black Hot and white Hot. Bothday/night camera should be able to detect move of single manfrom altitude of 1000m.

    (b) Power Supply. The system should work on Indianstandard AC mains 220 V, 50 Hz single-phase power supply andshould function within the voltage variation from 180 V to 240 V.A commercially available UPS back up of 1 hr should be part ofthe base station. As an alternative, it should also be able tofunction on commercially available portable generators.

    (c) Sensors. Besides the on-board camera, UAV shouldhave additional onboard sensors to report essential navigationaland status parameters.

    (d) Temperature Range. The system should be able tofunction at a temperature range from -10 to +40 centigrade orbetter. A certificate of authentication from the bidder for the sameis to be provided.

    (e) Battery Life. Life of On Board UAV batteries should notbe less than 2 yrs. Chargers should be part of the package.

    (f) Record, Playback and Analysis. GCS should haveprovision for simultaneous recording of real time payload imageryfor the entire flight duration in the standard formats forsubsequent analysis/viewing. GCS should also have provision toplayback, analyse or annotate/process the recordedvideo/imagery files. Complete framework, including hardware andsoftware required should be part of the package of the basestation.

    5 Operation and Maintenance

    (a) Ease of Operation and Maintenance. The completesystem should be easy and simple to operate. Normalmaintenance effort involved should be of routine nature andfeasible by the operator at unit level itself. All components shouldbe modular in nature with connectors for interchangeability.

    Date: (Signature)(Name of Signatory with Designation)

    Company Seal Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    32/36

    31

    (b) Self Diagnostic Check. The system, using a built in oran external test eqpt as part of the base station, should becapable to carry out automatic hardware and software self-checkevery time before being put to function.

    (c) Ruggedness. The system should be sturdy and robustwhich should be capable of withstanding day-to-day handling andusage by soldiers under combat conditions.

    (d) ESP. The following manuals/literature should be includedalong with the equipment:-

    (i) Operating/User Manual.

    (ii) Technical Manual.

    (iii) Field Repair Manual including Fault Diagnosis.

    (iv) Spares as per Manufacturers Recommended Listof Spares (MRLS).

    (e) Warranty. There should be a warranty of two yearscovering each and every component of the system. Any softwareupgrades during this period will be automatically covered withinthis clause. Free replacement of parts/components be includedother than the circumstances where in damage is due to error onpart of the user.

    (f) Software. The complete software ( on CDs/DVDs or anyother hardware form as applicable), including applicationsoftware, operating system software used in the system should beprovided in original, to enable reloading of the same to the systemif required. The installation/re-loading procedure should be clearly

    described in the operator manual provided. It should also betaught to the crew during training.

    Date: (Signature)(Name of Signatory with Designation)

    Company Seal Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    33/36

    326 Operational QRs

    (a) Size Wing Span Upto 4 m Max(should be modular forpacking/carriage)

    Length Upto 2 m Max

    (b) Weight UAV Upto 10 kg max (Weight of UAV goingin air)

    (c) Control

    Range(LOS)

    in Km

    Not less than 5 Km

    (d) Ceiling in m Not less than 1000m AGL

    (e) Endu-rance

    in minsNot less than 60 Mins

    (f) MaxSpeed

    in KnotsAt Least 40 Knts

    (g) Take offMode

    Hand Launch or Equivalent Method.Should Not need Runway

    (h)Landing/Recovery

    Mode

    Safe Landing without needing arunway

    (j) Payload Day Required

    Ni (IRCamera)

    Should be able to integrate usingexisting connectors

    On BdRecordingCamera(CanRecordW/OComn)

    Preferred, Not Mandatory. At no extracost

    Day/NiCombo

    Preferred, Not Mandatory. At no extracost.

    (k) PayloadStablisation

    SoftwareBased

    Very Good Payload StabilisationRequired. Gimbaled Stabilisation willbe preferred.Gimbaled

    (l) PayloadZoom

    Day Camera. At least 10 x OpticalZoom controllable from GCS requiredand able to detect Moving Man fromaltitude of 1000m AGL. Ni-Camera withDigital Zoom and able to detect MovingMan from altitude of 500m AGL.

    (m)Propul-sion Type Very Low Noise Electric Motor. Not tobe audible at 500m AGL overhead atcruise speed.

    (n)Navigation Lights

    Switchablefrom GCSor RC Box

    Required as per aviation Norms. RtWing tip - Blue light, Lt Wing tip - RedLight, Nose tip - Yellow light arerequired to assist Night/Low Lightlanding.

    (o) Bty Rechargeable Non spoilable Battery.

    (p) BtyCharger

    Suitable Battery Charger to chargebattery from 220V AC Mains orequivalent Power source.

    Date: (Signature)(Name of Signatory with Designation)

    Company Seal Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    34/36

    33

    (q) SpareBty

    Two spare batteries per UAV shouldbe made available with eachSystem. It should be chargeableexternally, without fitting into UAV,from the same Charger.

    (r) Packing/Portability

    Man pack Portable in Ruggedisedcarrying case.

    7. GCS

    (a) TypeLaptop capable to op in day andable to sustain handling in militaryconditions.

    (b) ComdLink

    Configurable RF Link.

    (c) VideoLink

    Comd Integrated or IndependentAnalog / Digital Video Link required.A high resolution, stablised, clearand continuous video is the mostimportant requirement. Range ofvideo link should be at least 5 km.

    (d) Display Map Selectable Digital map should beavailable from within the GroundApplication and should act asbackground reference to UAV flightlike a Tactical Situation Display(TSD).

    Flight Routes There should be provision to planand display the flight routes,including Emergency Return HomeRoute, based on waypoints andoperator should be able tomodify/load the routes in real time.

    RH Routes

    Waypoints Easy selection and editing ofwaypoints.

    Video Real time video from payloadalongwith essential coordinatesshould be displayed alongside TSD.

    (e) Bty Ground station should have achargeable power source,preferably built-in, which should beable to support one full enduranceflight, when fully charged.Additional backup of battery/UPS forone flight be provided.

    (f) BtyCharger

    Suitable Battery Charger to chargebattery from 220V AC Mains orequivalent Power source.Commonality in Bty charger of GCS,RC Box and UAV will be anadvantage if feasible.

    (g) PowerSource

    Should be chargeable from 220VAC Mains or equivalent powersource.

    (h)Packing

    Man pack portable in Ruggedisedcarrying case.

    Date: (Signature)(Name of Signatory with Designation)

    Company Seal Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    35/36

    34

    (j) No. of FullEnduranceLDGS in OneGCS Charge

    One full flight

    (k) Thefollowingflight modesshould beprovided

    ProgAutonomousFlt

    Essentially Required

    Altitude Hold Essentially Required

    Auto Landing Essentially Required

    Return Home Essentially Required

    (n) RC Boxwith Charger

    As per system requirement to ensure saferecovery to incl emergency.

    8. Misc

    (a) Portability Complete system should be man pack portablein ruggedised carrying case and hardened casefor transportation and storage.

    (b) MapLoading /Type

    Should be able to work with at least one of thecommonly used digital map formats, e.g. Tiff, Gifetc. It should also be able to work with Googlemaps downloaded from internet. Application toload and manage the maps should be part ofthe Ground Station package.

    (c) No. ofPersonsReqd ToCarry

    Operating Crew should be able to carry thecomplete system without additional help.Requirement of not more than two operatingcrews.

    (d) OperatingManuals

    Required

    (e) FieldMaint Manual

    Required

    (g) Opr MaintKit / Tools

    Required

    (h) Time toAssemble

    15-20 mins by a trained crew.

    (j)TurnaroundTime AfterLanding

    Within 30 mins

    (k) SystemConfiguration

    One UAV complete field chargers, day and nightpayloads, one GCS (incl communication unit,RC box and chargers as applicable), portablecarrying case and ruggedized case for storage.

    Date: (Signature)(Name of Signatory with Designation)

    Company Seal Name & Address of Firm

  • 7/30/2019 Mini UAV Indian Army 01

    36/36

    35

    Appx DRef Para 1 (b) of Part V Evaluation Criteria &Prices bid issues)

    TEC FORMAT

    (a) Clear Cut Parameters/QRs (as per relevant Para/s of RFP)

    Ser

    No

    Vendor/Sampl

    e

    EssentialQRs(Seriallylisted)

    AcceptableRange

    SampleReading

    WithinRange(Yes/No)

    TechnicallyAcceptable

    Remarks

    (1) (2) (3) (4) (5) (6) (7) (8)

    (b) Intangible Factors (if any)

    Intangible Factors*(as indicated in RFP)

    Ser

    No

    Vendor/Sample Feel

    (Fit/Unfit)

    Look

    (Fit/Unfit)

    Warmth

    (Fit/Unfit)

    Others Final Analysis(Qualified/ Non-Qualified)

    (1) (2) (3) (4) (5) (6) (7)