35187 Directorate General of Ordnance Services OS-Amn ...

58
1 Fax : 011-23019517 Master General of Ordnance Branch Tele : 35187 Directorate General of Ordnance Services OS-Amn Proc Room No 211/206,2 nd Floor, D-II Wing, Sena Bhawan Integrated HQ of MoD (Army) DHQ PO New Delhi-110011 A/18203/MAII/Gen/Corg-07/OS-Amn Proc 29 Dec 2017 CORRIGENDUM NO:07 CORRIGENDUM TO TENDER ENQUIRY OF EIGHT RFPs FOR MFR OF AMN FOR IA BY INDIAN INDUSTRY UPLOADED ON 25 TH AND 27 TH MAR 2017 ON e -PROC PORTAL-WWW.ePROCURE.GOV.IN 1. Please ref under mentioned tender enquiries uploaded on e-proc portal www.eprocure.gov.in on 25 & 27 Mar 2017 and Corrigendum uploaded which are as under:- Sno Corrigendum Publish date Letter Reference (a) No : 01 01 Jun 2017 No. A/18203/MAPI/Gen/Corg-01/OS-Amn Proc and all published on e-proc portal www.eprocure.gov.in . (b) No : 02 04 Aug 2017 (c) No : 03 06 Sep 2017 (d) No : 04 06 Oct 2017 (e) No : 05 06 Nov 2017 (F) No : 06 07 Dec 2017 2. Corrigendum No-07 All bidders are requested to pl download the following and take action accordingly:- (a) Corrigendum RFP of 5 amn tabulated below. (b) Clarification letter for bidder. (c) Bid submission/ Opening start date. For : (i) Bid submission End date : 10 Jan 2018 at 12:30 Hrs. (ii) Bid Opening start date : 11 Jan 2018 at 12:30 Hrs. Read : (a) Bid submission End date : 29 Jan 2018 at 12:30 Hrs. (b) Bid Opening start date : 30 Jan 2018 at 12:30 Hrs. S.No Case Reference Number Type of Ammuntion Qty (a) A/18107/30MM HEI HET/MAPI/OS AMN PROC 30 mm HEI/HET 1,88,600 (b) A/18138/122ERROCKET/MAPI/OS AMN PROC 122 mm HE ER Rocket 5,000 (c) A/18120/40MM/MGLUBGL/MAPI/OS-AMN PROC 40 mm MGL & UBGL 3,00,000 (d) A/18129/MAPI/23MM/OS AMN PROC 23 mm HEI/APIT 5,00,000 (e) A/18153/30MM VOG17/MAPI/OS AMN PROC 30 mm VOG 17 5,00,000 3. Further Extension/necessary corrigendum for balance 03 RFP will be intimated subsequently. Sd/-xxxxxxxxx (Devesh Singh) Lt Col Offg Dir OS (Amn Proc) For DGOS

Transcript of 35187 Directorate General of Ordnance Services OS-Amn ...

1

Fax : 011-23019517 Master General of Ordnance Branch Tele : 35187 Directorate General of Ordnance Services OS-Amn Proc Room No 211/206,2nd Floor,

D-II Wing, Sena Bhawan Integrated HQ of MoD (Army) DHQ PO New Delhi-110011

A/18203/MAII/Gen/Corg-07/OS-Amn Proc 29 Dec 2017

CORRIGENDUM NO:07

CORRIGENDUM TO TENDER ENQUIRY OF EIGHT RFPs FOR MFR OF AMN FOR IA BY INDIAN INDUSTRY UPLOADED ON 25TH AND 27TH MAR 2017 ON e -PROC PORTAL-WWW.ePROCURE.GOV.IN

1. Please ref under mentioned tender enquiries uploaded on e-proc portal www.eprocure.gov.in on 25 & 27 Mar 2017 and Corrigendum uploaded which are as under:-

Sno Corrigendum Publish date Letter Reference

(a) No : 01 01 Jun 2017

No. A/18203/MAPI/Gen/Corg-01/OS-Amn Proc and all

published on e-proc portal www.eprocure.gov.in.

(b) No : 02 04 Aug 2017

(c) No : 03 06 Sep 2017

(d) No : 04 06 Oct 2017

(e) No : 05 06 Nov 2017

(F) No : 06 07 Dec 2017

2. Corrigendum No-07 All bidders are requested to pl download the following and take action accordingly:- (a) Corrigendum RFP of 5 amn tabulated below.

(b) Clarification letter for bidder. (c) Bid submission/ Opening start date.

For : (i) Bid submission End date : 10 Jan 2018 at 12:30 Hrs. (ii) Bid Opening start date : 11 Jan 2018 at 12:30 Hrs.

Read : (a) Bid submission End date : 29 Jan 2018 at 12:30 Hrs. (b) Bid Opening start date : 30 Jan 2018 at 12:30 Hrs.

S.No Case Reference Number Type of

Ammuntion Qty

(a) A/18107/30MM HEI HET/MAPI/OS AMN PROC 30 mm HEI/HET 1,88,600

(b) A/18138/122ERROCKET/MAPI/OS AMN PROC 122 mm HE ER Rocket 5,000

(c) A/18120/40MM/MGLUBGL/MAPI/OS-AMN PROC 40 mm MGL & UBGL 3,00,000

(d) A/18129/MAPI/23MM/OS AMN PROC 23 mm HEI/APIT 5,00,000

(e) A/18153/30MM VOG17/MAPI/OS AMN PROC 30 mm VOG 17 5,00,000

3. Further Extension/necessary corrigendum for balance 03 RFP will be intimated subsequently.

Sd/-xxxxxxxxx

(Devesh Singh) Lt Col Offg Dir OS (Amn Proc) For DGOS

2

REQUEST FOR PROPOSAL (Ministry of Defence, India)

INVITATION OF BIDS TO SUPPLY 3,00,000QUANTITIES, OF ROUND

23MM HEIT AND QTY 2,00,000 OF APIT PER YEAR BY ESTABLISHING THE MANUFACTURING FACILITY AND SUPPLYING FOR A CONTRACTUAL PERIOD OF TEN(10)

YEARS UNDER „MANUFACTURE OF AMMUNITION FOR INDIAN ARMY BY INDIAN INDUSTRY‟ INITIATIVE OF GOVT OF INDIA

Request for Proposal (RFP) No A/18129/MAII/23mm HEIT/APIT/OS-AmnProc

1. The online Bids under Advertised Tender Enquiry (TWO BID SYS) are invited by the Dte Gen of Ord Services for and on behalf of the President of India for supply of items listed in Part II of this RFP. The tender reference number is A/18129/MAII/23mmHEIT/APIT/OS-AmnProcand can be viewed at www.eprocure.gov.in.

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

(a) Queries to be addressed to Dir OS (Ammunition Procurement), Room.No. 206, 2nd Floor, D-II wing, Sena Bhawan, IHQ, New Delhi-11

(b) Postal address for sending the Bids

(c) Name/designation of the contact personnel

1. Dir Proc, Col Ravi Madhok 2. Dir OS (Amn Proc),Lt Col Devesh Singh,SM

(d)

Telephone numbers of the contact personnel

011-23019458, 23016828

(e) E-mail ids of contact personnel [email protected], [email protected]

(f) Fax number 011- 23016828 / 23019517

3. This RFP is divided into five Parts as follows:

(a) Part I. Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, financial evaluation etc. (b) Part II. Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details. (c) Part III. Contains Standard Conditions of RFP, which will form part of the Contract with the successful Bidder. (d) Part IV. Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder. (e) Part V. Contains Evaluation Criteria and Format for Price Bids.

.

3

4. Essential Information for the Bidder.

(a) Manufacturing, Technology and Design. The ammunition to be supplied will have to meet all specifications and End User requirement of in-service ammunition. The prospective manufacturers will be free to select their technology partners, negotiate and obtain transfer of technology (ToT). The technology partners could be indigenous or foreign manufacture as per the discretion of participating entities. Indian Army and MoD will have no liability in ToT agreements between the participating vendor and their ToT partners. (b) Manufacturing Infrastructure. The Govt of India will neither provide any special concessions nor any funding / investment to facilitate setting up requisite infrastructure by participating firms.

(c) Testing Facilities. Proof/ testing ranges and facilities with Buyer`s QA Agency will be made available to the selected manufacturers during trial evaluation of ammunition free of cost to the bidders. However, during PDI and for undertaking Comparative Trials, Developmental Trials and Internal QC/QA Trials these facilities shall be provided at a cost to be borne by the Vendor as per existing procedure of Buyer`s QA Agency.

(d) Permits and Licenses. The necessary ammunition manufacture license as per existing laws on the subject will have to be obtained by the manufacturer. The participating manufacturers will be responsible to obtain necessary clearances from MHA (under Arms Act), from DIPP (manufacturing licenses) and any other permissions and clearances necessary for manufacture of ammunition as per existing laws on the subject. MoD may coordinate with central and state govt agencies for expeditious grant of warranted permissions/ licences.

(e) Financial Evaluation. The financial evaluation of participating companies is proposed to be based on the under mentioned aspects:-

(i) Annual Turnover. Rs 50 Crores for each of last three financial years based on financial statements audited under the relevant Companies Act and adopted and approved by the board of directors/ shareholders (excluding NBFCs and any associate company). (ii) Net Worth. Net Worth at gross book value as specified in the last consolidated financial statements audited under the relevant Companies Act and adopted and approved by the board of directors/shareholders (excluding NBFCs and any associate company) of Rs 50 Crores. (iii) Credit Rating. Applicant Company to have minimum credit rating (long term/issuer rating) equivalent to “BBB” as on the date of the application by any of the credit rating agencies approved by Securities and Exchange Board of India(SEBI).

(iv) Other Conditions.

(aa) Default on Banks. Promoters and directors of the Applicant Company should not be willful defaulters to the banking system or their loans from banks and financial institutions classified as non-performing assets by such institutions as on the date of the application. They should not be listed on exporters` caution list of the Export Credit Guarantee Corporation or be otherwise banned or blacklisted by Reserve Bank of India (“RBI”), GoI, other

4

government agencies and Public Sector Undertakings etc. in the context of procurement or otherwise. The applicant company shall not be under Corporate Debt Restructuring Mechanism (“CDR”) / Strategic Debt Restructuring Scheme / Joint Lender Forum`s corrective action plan, as prescribed by the RBI at the time of submission of application ;and their account with any bank is not classified in „Non-performing asset‟ category at the time of submission of the application. The above should be supported by a certificate(s) of the statutory auditor(s). (ab) Audit Qualifications. The latest audit reports of the Applicant Company should not have any qualifications. The above should be supported by a certificate of the statutory auditors along with the last three audit reports of the firm.

(f) Numbers of Ammunition to Bid For. The prospective vendors may bid for a one, two, or all types of ammunition on offer for manufacture under this scheme. Any vendor will however be allotted contracts for a maximum of three types of ammunition only. The selection of type of ammunition to be allotted will be as per priority to be indicated by bidder at the time of submission of bids. In the event of bidder bidding for more than one type of ammunition on offer, in the financial eligibility conditions of Annual Turnover and Net Worth that shall be applicable shall be cumulatively added. The financial eligibility conditions with regard to Annual Turnover are as under for different types of ammunition:-

Ser No

Ammunition Annual Turnover Net Worth

(i) 30 mm HEI/HET 30 30

(ii) BMCS (LZ & HZ) 40 40

(iii) 125 mm FSAPDS for Tank T90/T72 175 175

(iv) 23 mm HEI/APIT 50 50

(v) 30 mm VOG 17 for AGL 20 20

(vi) 40 mm MGL/UBGL Amn 15 15

(vii) GRAD ER Rocket 25 25

Viii) Electronic Fuzes for Arty Guns 125 125

For example, if a company is bidding for 23mm ammunition and BMCS then minimum annual turnover required for eligibility shall be 50 Crs plus 40 Cr = 90 Cr. The minimum Net Worth applicable for eligibility shall be 50 Cr plus 40 Cr = 90 Cr. (g) Indigenisation Road Map. It is proposed that the manufacturer should develop the infrastructure and absorb the complete ToT for manufacture and QA/QC Checks of ammunition within two years from signing of contract. It is proposed that the manufacturer will ensure continuous availability of minimum one year‟s stock of ex-import components after signing of contract till achievement of 100% indigenization. This stock of ex import components shall be subject to verification as deemed appropriate by Ministry of Defence. The vendor shall be allowed to build up 25% of the stock of one year‟s requirement of ex import components every three months from signing of contract so as to reach the 100% stock level by the end of 12 months from signing of contract. Complete indigenization of production of 23 mm HEI/ APIT ammunition shall imply the indigenization of critical technologies for manufacture of this ammunition. Critical technologies regarding manufacture of 23 mm HEI/ APIT ammunition which shall need to be indigenized within a period of two years from signing of contract are listed in the table below. The successful

5

bidder shall be required to achieve at least 50% domestic Indian contribution, in value terms, in the manufacture of the contracted ammunition during the time laid down for the indigenisation of critical technologies. Achievement of Indian content shall be subject to verification by MoD. In case the vendor is not able to indigenize at the end of two years from signing of contract he shall be given another one year time to indigenize with the submission of additional performance bank guarantee equal in amount to 5% of the annual contract value. In case for another extension of one year to indigenise, vendor will submit additional performance bank guarantee i.e., 5% with total equalling to 15% of the annual contract value. At the end of two additional years of time i.e. total of four years from signing of contract if the vendor is still not able to indigenize the critical technologies for manufacture of this ammunition the MoD may consider termination of the contract with the vendor and forfeiture of all PBGs as mentioned above.After Indigenisation of Critical Technology of Ammunition, Vendor will inform to Buyer QA Agency for Validation along with test results of all the qualification tests which have been carried out by the Vendor at the time of Indigenisation. Indigenised Technology shall be validated by Evaluation of Process and Product. Process Audit, Environmental Tests, Chemical Analysis, Extensive Dynamic Firing etc shall be carried out by the board of officers. Please refer e.g. of PBG to be given which is as under. Critical technology

Ammunition Critical technology for Indigenisation

Round 23 mm HEIT/ APIT Fuze, Propellant, Primer cap and Cartridge case

(h) Participation by Companies

(i) Individual Indian companies, as per the Indian Companies Act 2013 with foreign

equity not exceeding 49%, bonfadially owned and controlled by resident Indian citizens and

subject to meeting all financial eligibility criteria as mentioned in Para 4€ of Cover Note of

RFP are allowed to bid for this RFP.

(ii) All DPSUs and PSUs are also eligible to bid for this RFP subject to meeting all other

financial eligibility criteria as mentioned in para 4(e) of the Cover Note of RFP.

(iii) Consortiums consisting of only Indian companies can also bid. All the financial

eligibility conditions as mentioned in para 4(e) of the Cover Note of the RFP shall be

applicable to the prime bidder/ lead company of the consortium. The Ministry of Defence

shall deal with the prime bidder/ lead company of the consortium.

(iv) A situation may arise when a bigger Indian Company may set up a wholly owned subsidiary to participate in the project. Such a wholly owned subsidiary may be allowed to participate in this project. However, in such a situation, the financial eligibility conditions as given in Para 4(e) of the Cover Note of the RFP shall be applicable to the parent company to decide the eligibility of the applicant wholly owned subsidiary company to participate in this project. The parent company shall render a certificate to this effect along with the RFP response of the applicant company which shall be included in the technical bid of the applicant company. The parent company shall be an Indian company as defined in Para h

Initial 2 Years If Indigenisation Fails Beginning 1st yr 2nd yr 3rd yr 4th yr 5th yr

5% PBG +5% +5% MoD may consider termination Cumulative 10% 15%

6

(i) above. The parent company in such a case shall be jointly and severally responsible to honour all contractual commitments and liabilities along with the applicant company.

(i) Duration of Contract. The ammunition is proposed to be procured under a long term contract over a period of ten years from the manufacturer to whom the contract is awarded. (j) Permission to Export. Successful bidders shall be allowed to export the ammunition contracted. The export of the ammunition contract shall be subject to achieving complete indigenization, meeting the requirements of Army and clearance from MoD as per the extant Govt policy on export. .

5. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage. . (Devesh Singh) Lt Col Director OS (Amn Proc) For and on behalf of Date: 2017 The President of India

7

PART I – GENERAL INFORMATION

1. Critical Dates. The critical dates with respect to the Tender ref No A/18129/MAII/23mm HEIT/APIT/OS-AmnProc are as follows:-

CRITICAL DATE SHEET

Ser No Item Date Time

(a) Published Date 25-March-17 12:00 Hrs

(b) Bid Document Download 25-March-17 12:00 Hrs

(c) Clarification Start Date 25-March-17 13:00 Hrs

(d) Clarification End Date 20-April-17 12:30 Hrs

(e) Pre bid meeting 08-May-17 12:30 Hrs

(f) Bid Submission Start 08-May-17 12:00 Hrs

(g) Bid Submission End 29-Jan-18 12:30 Hrs

(h) Bid Opening start 30-Jan-18 12:30 Hrs

2. Manner of Depositing the Bids. The bids will be submitted in the following manner:-

(a) Physical bid. The original (of the following documents) shall be submitted physically in the sealed tender box prior to bid submission closing date, in an envelope duly marked with Tender ID along with a covering letter under company letter head.

(i) EMD instruments as per Para 19 Part-I of RFP. (ii) DD or Tender fee. The crossed demand draft/IPO of Rs.1000/-(Rupees One thousand only) should be payable to Pr CDA, NEW DELHI-11. DD should be valid for minimum 3 months period (iii) Technical Bid as per Para 2 of Part II of RFP

(b) E-Bid Cover- I.Cover- I will contain the Technical Bids consisting of following in PDF format:-

(i) Documents as specified in para 8 below. (Scanned and uploaded).

(ii) PAN No GST/ GTIN/Regn. (Scanned and uploaded).

(iii) Certificate of acceptance of terms and conditions of RFP on firms letter head. (Scanned and uploaded) as per Appendix D.

(iv) Scanned copy of EMD documents.

(v) Scanned copy of Tender fee instrument/exemption proof as applicable.

(vi) Clause by clause compliance of specifications certificates mentioned in Para 2 Part II of the RFP.

(c) E-Bid Cover- II Commercial bid packet will be submitted as Cover II and will consist of commercial bid to be filled and uploaded as per para 2 of Part V of RFP in PDF format.

8

3. Time and date for opening of Bids. 30 Jan 2018 at 12:30 Hrs. (If due to any exigency, the due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next working day at the same time or on any other day/time, as intimated by the Buyer) 4. Location of the Tender Box. Tender Box marked as “TS-WING” placed inside Near Gate No. 1, Sena Bhawan, Integrated HQ of MoD (Army), New Delhi-110011. Following guidelines may be followed while submitting the document. No commercial repeat no commercial bid will be dropped in the Tender Box.

(a) The physical receipt of specified document shall be mandatory prior to bid opening. (b) The non-receipt of the physical document shall render non acceptance of the tech bid. (c) Only those document specified in the tender document and are found in the tender box will be opened. (d) Bids dropped in the wrong Tender Box will be rendered invalid. (e) No post-bid clarification on the initiative of the bidder will be entertained.

5. Place of Opening of the Bids. The physical verification of tender document will be done at MGO Conference Hall 2nd Floor, A Wing, Sena Bhawan, Integrated HQ of MoD (Army), New Delhi-110011 The Suppliers may depute their representatives, duly authorized in writing, to attend the opening of Bids on the due date and time. Rates and important commercial/technical clauses quoted by the Supplier will be read out in the presence of the representative of the Supplier. This event will not be postponed due to non –presence of the bidder‟s representative

6. Opening of Two Bid System.

(a) The Technical Bids shall be opened as per critical date sheet mentioned in this tender document. The evaluation of technical Bid will be carried out off-line and the results of the evaluation will be uploaded on the Central Public Procurement Portal (https://eprocure.gov.in/eprocure/app).

(b) The Commercial Bids of only those Bidders whose technical bids meet all the stipulated financial eligibility and technical eligibility requirements shall be opened. The date of opening will be intimated to the Bidders through Central Public Procurement Portal (https://eprocure.gov.in/eprocure/app).

7. Forwarding of bid

(a) The documents specified in Para 2(a) to be deposited physically will be dropped in the sealed tender box. The physical receipt of these documents is mandatory. The technical bids shall not be accepted if these documents are not received prior to bid opening.

(b) Technical bid shall be submitted offline as well as online and Commercial bid shall be submitted online only.In case of any discrepancy between the offline (physical) and online, only the online bid will be considered as the authentic bid. Instructions for Online Bid Submission Instructions to the Bidders to submit the bids online through the Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app are attach as Appendix E.

(c) The online TECHNICAL BID and the COMMERCIAL BID should be submitted by the bidder duly digitally signed by the legal owner of the firm or the person authorised by him to do so. Instructions for Online Bid Submission Instructions to the Bidders to submit the bids online through the Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app are attached as Appendix E

9

8. The TEC will confirm that the ammunition being offered meets the specifications as elaborated subsequently in this RFP at (Appendix A) and the terms and conditions mentioned in Part I to Part IV of the RFP. In addition the TEC will confirm that the firm meets all the Financial Eligibility Criteria as laid down in Para 4(e) of the Cover Note of this RFP and supported by documents mentioned below:-

Ser No

Financial Criteria

Documents to be Submitted

(a) Annual Turnover

Financial statements audited under the relevant Companies Act and adopted and approved by the board of directors/ shareholders (excluding NBFCs and any associate company).

(b) Net Worth

Net Worth at gross book values specified in the last consolidated financial statements audited under the relevant Companies Act and adopted and approved by the board of directors/shareholders (excluding NBFCs and any associate company)

(c) Credit Rating Long term Credit Rating Certificate by any credit rating agency approved by Securities and Exchange Board of India (SEBI)

(d) Bank Default Certificate(s)of the statutory auditor(s).

(e) Audit Qualifications

Certificate of the statutory auditors along with the last three audit reports of the firm.

9. Trial Evaluation Samples.There after, the short listed qualified Vendors for the supply of ammunition would be asked to provide 23mm HEIT & APIT ammunition for trials as mentioned at para 10(a) and (b) below of Appx B&C at “No Cost No Commitment” basis. The no/Qty required for STAGE- I & II Trials should be supplied within 120 days of intimation to the Vendor and the qty are as under:-

(a) Qty for Stage -I: Technical and Environmental Evaluation by Buyers QAAgency

Types 23mm HEIT 23mm APIT Total

Qty As per Appx B

(b) Qty for Stage II : User Trials

Types 23mm HEIT 23mm APIT Total

Qty 400 200 600

10. Trial Evaluation Process. The trial evaluation will comprise of the two stage trial evaluation process which will be as under:-

(a) Stage -1: Technical and Environmental Evaluation by Buyer`s QA Agency. Broad Technical and Environmental Evaluation Criteria by Buyer is attached as Appendix `B‟.

(b) Stage II: User Trials. User Trials for these ammunitions will be carried out as per broad Trial Methodology attached as Appendix `C‟.

10

11. Validation of Indigenisation. After the completion of Indigenisation the Vendor shall intimate to the buyer who shall order a Board of officers to assess the Indigenisation achieved (Refer Para 4(g) of cover note). 12. Commercial Offers. Commercial offers will be opened only of those Vendors who meet the financial eligibility conditions as laid down in Para 4(e) of Cover Note of this RFP and whose ammunition is RFP compliant and found acceptable after technical trials and evaluation as mentioned in Para 9 above. No bidder including past suppliers of same ammunition shall be exempted from trial evaluation.

13. 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 Four (04) weeks form uploading of RFP. Copies of the query and clarification by the purchaser will be sent to all prospective bidders who have received the bidding documents by the buyer. A pre-bid meeting will be held on ------- 2017 at South Block, New Delhi to answer the queries or clarify doubts regarding submission of proposals. The bidder or his authorized representative is requested to attend. Necessary details may be sent a week in advance to the address mentioned in Para 2 of Page 1 of this RFP to facilitate obtaining of security clearance. The security clearance for attendance in the Pre Bid Meeting shall be processed by the office whose details are given at Para 2 of Page 1 of this RFP.

14. Modification and Withdrawal of Bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified.

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

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.

17. Validity of Bids. The Bids should remain valid till 02 (Two) years from the last date of submission of the Bids.

18. Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs5,60,37,000 /- (Rupees five crore sixty lakhs thirty seventy thousand only)along with their bids. The EMD may be submitted in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the public sector banks or a private sector bank authorized to conduct government business as per Form DPM-16 (Available in MoD website and can be provided on request). EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. The EMD will be forfeited if the bidder withdraws or amends impairs or derogates from the tender in any respect within the validity period of their tender. No bidder shall be exempted from payment of EMD. Signature of the tenderer Name Capacity in which signed

11

PART II – ESSENTIAL DETAILS OF ITEMS/SERVICES REQUIRED

1. Schedule of Requirements. List of items /services required is as follows:-

Nomenclature Qty Remarks

Round 23mm HEI/T 3,00,000 Quantity 3,00,000 of HEI/T and 2,00,000 of API/T /yearly for next 10 years. Ratio for HEI/T:API/T 3:1 and 50%All API/T to have Decoppering Agent.

Round 23mm API/T 2,00,000

2. Technical Bid. The Technical Bid must establish the financial eligibility of the bidder and enable detailed understanding of the functioning and characteristics of the ammunition as a whole and each sub system independently. The technical bid should include all documents (mentioned in Para 8 of Part I) to establish the financial eligibility of the bidder to participate in the project in accordance with Para 4(e) of Cover Note of this RFP. The technical bid should include compliance to performance parameters as per format indicated in Enclosure- 1 and any other information pertaining to the technical specifications of the ammunition considered important and / or /relevant. The technical bid should also include maintenance schedules to achieve maximum life and expected life of each ammunition in storage conditions/ environment condition recommended and the resultant guaranteed in-service/shelf life.

(a) Technical Details.

(i) The technical details should be factual, comprehensive and include specifications of the offered ammunition against broad requirements listed in Appx A of RFP.

(ii) The technical bid should have a separate detachable compliance table as per format given at Enclosure 1, stating specific answers to all the parameters as listed at Appx A. Insufficient or incomplete details may lead to rejection of the bid. Mere indication of compliance by indicating „Complied‟ may be construed as incomplete information unless system specific technical details are available in the bid. A format of the compliance table for the technical parameters” and certain important conditions of the RFP is attached as Enclosure 1. It is mandatory to append answers to all the parameters listed in Enclosure 1. Four hard copies of the Technical bid should be submitted (along with one soft copy);

(b) Financial Details. The Technical Bid shall also contain documents to support the compliance to the Financial Eligibility Criteria as laid down in Para 4 (e) of the Cover Note of the RFP and supported by documents listed in Para 8 & 2 (b) of Part I of this RFP.

3. Delivery Period. The delivery of the Qty 3,00,000 numbers of Round 23mm HEI/T &Qty 2,00,000 of 23mm API/T shall be in a staggered manner in a total of four (4) consignments every year for a total period of ten years with delivery of each consignment as given in the table below.

Ser No

Consignment Months Qty of Rounds

(a) 1st M+ 6 ¼ of yearly order quantity

(b) 2nd M+ 9 ¼ of yearly order quantity

(c) 3rd M+ 12 ½ of yearly order quantity

(d) 2nd Year onwards M+15 onwards ¼of yearly order quantity every three

months

Note:- M stands for month of signing of contract

12

4. Consignee Details. The ammunition contracted shall be delivered at the Central Ammunition Depot (CAD), Pulgaon, Maharashtra under the arrangements and expense of the supplier.

5. Ownership Rights. All submissions, including any accompanying documents, will become the property of Ministry of Defence/ Army. Recipients shall be deemed to be granted all rights to reproduce whole or any portion of their submission for the purpose of evaluation, to disclose the contents of the submission to other recipients who have registered a submission and to disclose and/or use the contents of the submission as the basis for any resulting RFP process, notwithstanding any copyright or other intellectual property right that may subsist in the submission or accompanying documents. Successful Vendor Shall submit all Specifications and Drawings (less Production Drawings) to Authority Holding Sealed Particulars (AHSPs) i.e Controllerate of Quality Assurance (Ammunition) [ CQA(A)], Khadki, Pune to perform AHSPs functions for the entire life of Amn in IA. These Drawings and Specifications will not be shared by Buyer with any third party without prior consent of the Successful Vendor. 6. BLANK .

Signature of the tenderer Name Capacity in which signed

13

PART III – STANDARD CONDITIONS OF RFP The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the Request for Proposal mentioned below which will automatically be considered as part of the Contract concluded with the Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder. 1. Law. The contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India. 2. Effective Date of the Contract. The contract shall come into effect on the date of signatures of both the parties on the contract (Effective Date) and shall remain valid until the completion of the obligations of the parties under the contract. The deliveries and supplies and performance of the services shall commence from the effective date of the contract. 3. Arbitration. All disputes or differences arising out of or in connection with the contract shall be settled by bilateral discussion. Any dispute, disagreement or question arising out of or relating to the contract, or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. The standard clause of arbitration in the contract shall be as per Forms DPM-7, (Available in MoD website and can be provided on request). Arbitrator will be appointed by MoD.

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 present contract, or any other contract with the Government of India for showing or forbearing to show favour or disfavour to any person in relation to the present contract or any other contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or 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 any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf on the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to such liability/penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer. 5. Agents / Agency Commission. The Seller confirms and declares to the Buyer that Seller is the original manufacturer of the contracted ammunition for the Indian Army /provider of the services referred to in this contract 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

14

incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual/ firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India. 6. Access to Books of Accounts. In case it is found to the satisfaction of the buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the buyer, shall provide necessary information/inspection of the relevant financial documents/information. 7. Non-disclosure of Contract Documents. Except with the written consent of the Buyer/ Seller, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party. 8. Liquidated Damages. In the event of the seller‟s failure to submit the bonds, Guarantees and documents, Supply of the Ammunition and conduct trials, installation of equipment, training or any service etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% of the price of the delayed/undelivered stores /services mentioned above for every week of delay or part of a week, subject to the maximum value of the liquidated damages being not higher than 10% of the value of delayed stores. 9. Termination of Contract. The Buyer shall have the right to terminate the Contract in part or in full in any of the following cases:-

(a) In case the delivery of the Ammunition is delayed for causes not attributable to Force Majeure for more than 06(Six months) after the scheduled date of delivery the vendor shall be put on notice for a period of six months on the expiry of which the Govt may consider termination of contract.

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

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

(e) As per decision of the Arbitration Tribunal. (f) In case the information submitted by the bidder/Firm to claim compliance to Financial Eligibility conditions of this proposal by misrepresenting facts, submitting fake/ false documents or indulging in any fraudulent or unfair means towards this end shall entitle the Buyer to cancel the bid/ terminate the contract as the case may be.

15

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

11. Intellectual Property/Patent Rights. The bidder has to confirm that there are no infringements of any Intellectual Property Rights whatsoever in accordance with the laws prevailing in India or in the respective countries of OEMs from where the ammunition is sourced.

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 present Contract or any part thereof. 13. Patents and other Industrial Property Rights. The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the completion of the supplies including spares, tools, technical literature and training aggregates irrespective of the fact of infringement of any or all the rights mentioned above. 14. Amendments to Contract. No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract. 15. Taxes and Duties. Payment of Taxes and Duties shall be applicable as per provisions of Defence Procurement Manual (DPM) 2009 and supplement 2013 or as mentioned elsewhere in this RFP. 16. Pre-Integrity Pact Clause. An “Integrity Pact” would be signed between the Ministry of Defence/Buyer and the Bidder for purchases exceeding Rs 100 Crore. This shall be a binding agreement between the Buyer and Bidders in which the Buyer shall promise that it will not accept bribes during the procurement process and Bidders promise that they will not offer bribes. Under this Pact, the Bidders will agree with the Buyer to carry out the procurement in a specified manner. The Format of Pre-Integrity Clause will be as per Form DPM-10 (Available in MoD website, and can be provided on request). The essential elements of the Pact are as follows:

(a) A pact (contract) between the Government of India (Ministry of Defense) (‟the authority or the ‘principal‟) and those companies submitting a tender for this specific activity (the “Bidder”): (b) An undertaking by the Principal that its officials will not demand or accept any bribes, gifts etc, with appropriate disciplinary or criminal sanctions in case of violation; (c) A statement by each Bidder that it has not paid, and will not pay, any bribes; (d) A undertaking by each Bidder to disclose all payments made in connection with the Contract in question to anybody (including agents and other middlemen as well as family members, etc; of officials), the disclosure would be made either at the time of submission of Bids or upon demand of the Principal, especially when a suspicion of a violation by that Bidder emerges;

16

(e) The explicit acceptance by each Bidder that the no-bribery commitment and the disclosure obligation as well as the attendant sanctions remain in force for the winning Bidder until the contract has been fully executed.

(f) Undertaking on behalf of a Bidding company will be made “in the name and on behalf of the company‟s Chief Executive Officer”. (g) The following set of sanctions shall be enforced for any violation by a Bidder of its commitments or undertakings:

(i) Denial or loss of contracts; (ii) Forfeiture of the Bid security and performance bond;

(iii) Liability for damage to the principal the competing Bidders; and (iv) Debarment of the violator by the Principal for an appropriate period of time.

(h) Bidders are also advised to have a company code of conduct (clearly rejecting the use of bribes) and other unethical behaviour compliance program for the implementation of the code of conduct throughout the company. (i) The Seller shall be required to furnish an Integrity Pact Bank Guarantee equal for Rupees Three Crores. The provisions governing submission of IPBG shall be in accordance with DPM 2009 (Form DPM 10)

Signature of the tenderer Name (Capacity in which signed)

17

PART IV – SPECIAL CONDITIONS OF RFP

The Bidder is required to give confirmation of their acceptance of Special Conditions of the RFP mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder. 1. Performance cum Warranty Bank Guarantee. The Bidder will be required to furnish a Performance cum Warranty Guarantee by way 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 05% of the annual order value within 30 days of signing of contract. Performance cum Warranty Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given in Form DPM-15(Available in MoD website and can be provided on request).In case of any claims or any other contractual obligation being outstanding, the Seller will extend the Performance cum Warranty Bank Guarantee as asked for by the Buyer till such time as the Seller settles all claims and completes all contractual delegations. The Performance cum Warranty Bank Guarantee will be subject to encashment by the Buyer, in case the conditions regarding adherence to delivery schedule, settlement of claims and other provisions of the contract are not be filled of the seller. 2. BLANK 3. Payment Terms for Sellers.

(a) The accounting and payment currency shall be Indian Rupees.

(b) Advance Payment: 15% (fifteen) of the annual contract value amounting to

Rs………………(Rupees ……………………..) shall be paid as advance on submission of

following documents:

(i) Advance Bank Guarantee of equal amount in the form of a Bank Guarantee

through any Public Sector Bank or a Private Bank authorized to conduct Govt business

(ICICI Bank Ltd/ Axis Bank Ltd/ HDFC Bank Ltd). The Advance Bank Guarantee shall

be considered open upon receipt by the Buyer‟s Bank.

(ii) The Advance Bank Guarantee shall be proportionately and automatically reduced

until full extinction along with and pro-rata to the value of each delivery.

(c) 80% of the value of each consignment along with taxes shall be released to the seller

on pro rata basis on submission of following documents:

(i) Proof of dispatch and Inspection Note (Copy No. 1) issued by the inspectors duly

provisionally receipted by the consignee, in accordance with the Delivery Schedule

mentioned above.

(ii) Xerox Copy of Performance cum Warranty Bank Guarantee.

(iii) Proof of payment to taxes claimed.

18

(d) 5% balance in respect of each consignment of the annual value of the contract shall

be paid on completion of Joint Receipt Inspection and acceptance of Goods against the

order by the ultimate consignee and submission of following documents.

(i) Copy No. 2 & 5 of Inspection Note duly receipted and quoted CRV No. and date by

the ultimate consignee.

(ii) Copy of JRI and acceptance certificate issued by the buyer.

4. Paying Authority.

(a) The payment Authority shall be PCDA HQrs, “G” Block, New Delhi.

(b) Documents to be submitted to Paying Authority for payment alongwith the Bill.

(i) Ink – signed copy of CFA sanction.

(ii) Ink-signed copy of Contingent bill/Contractor bill

(iii) Ink-signed copy of Commercial Invoice/Seller‟s bill

(iv) Copy of Supply order/Contract with U.O. No. and date of IFA‟s concurrence,

where required under delegation of powers.

(v) CRV in duplicate.

(vi) Inspection Note.

(vii) Bank guarantee for Advance, if any

(viii) Performance cum Warranty Bank Guarantee, where applicable.

(ix) Guarantee/Warranty certificate.

(x) DP Extension letter with CFA‟s sanction, UO No. and date of IFA‟s

concurrence, where extension is with or without LD.

(xi) Details of electronic payment viz. Account holder‟s name, Bank Name, Branch

name, IFSC Code, MICR code.

(xii) User Acceptance.

(xiii) Xerox copy of PBG.

(xiv) Relevant documents/proof of payment in support of the claim of taxes.

(xv) Any other document/certificate that may be provided for in the Supply

order/Contract.

5. Fall Clause. The price charged for the stores supplied under the contract by the Contractor shall in no event exceed the lowest prices at which the contractor sells the stores or offer to sell stores of identical description to any persons/Organisation including the purchaser or any department of the Central government or any Department of state government or any statutory undertaking the central or state government as the case maybe during the period till performance of all supply Orders placed during the currency of the contract is completed. 6. Risk & Expense Clause

(a) Should the stores or any instalment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores or any instalment 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.

19

(b) Should the stores or any instalment thereof not perform in accordance with the specifications / parameters provided by the supplier during the check proof tests to be done by the buyer, the buyer shall be at liberty, without prejudice to any other remedies for breach of contract, 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, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description to make good :-

(i) Such default. (ii) In the event of the contract being wholly determined the balance of the stores remaining to be delivered there under.

(d) Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the SELLER.

7. Force Majeure Clause

(a) Neither party shall bear responsibility for the complete or partial non-performance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), 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, Acts or Actions of State Authorities or any other circumstances beyond the parties 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 present contract is extended correspondingly for the period of time of action of these circumstances and their consequences.

(c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning. (d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization shall be a sufficient proof of commencement and cessation of the 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 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.

8. Specification. The following Specification clause will form part of the contract placed on successful Bidder - The Seller guarantees to meet the specifications as per Appendix A of this RFP.

20

9. OEM Certificate. In case the Bidder is not the OEM, the agreement certificate with the OEM for sourcing the ammunition/ components shall be mandatory. However, where OEMs do not exist, minor components/ parts/ spares can be sourced from authorized OEM / Vendors subject to quality certification.( To be submitted at the time of trial eval and not along with the bid) 10. Earliest Acceptable Year of Manufacture. All stores and their associated components/ sub-assemblies used in assembly of ammunition should be brand new and manufactured after signing of the contract and in no case should have been manufactured more than 12 months prior to the conduct of PDI. Quality/ Shelf Life certificate will need to be enclosed with the bill. 11. In Service Life / Shelf Life/Reliability Assessment. The in service life/ Shelf Life of the ammunition shall be stipulated in the bid. In case of shelf life of ammunition, the relevant storage conditions should be clearly specified. The vendor is required to give details of the reliability model, reliability prediction and its validity by the designer/ manufacturer on the basis of which the shelf life has been certified as stated in the bid. The certificate of conformance that the ammunition meets the requirement of stipulated shelf life is required to be given by the vendor along with the technical bid. The efficacy of the reliability model/ prediction/ validation is liable to be verified during technical evaluation. The buyer shall be free to undertake tests to verify the shelf life certified by the user.

12. Export License. The Bidders are to confirm that their ToT partners have the requisite export license from their respective Government and Authorization from the manufacturing plant, in case they are not the OEM, to export the military / non-military goods to India. 13. Product Support. The bidders would be bound by a condition in the contract that they would be in a position to provide product support in terms of maintenance, materials and spares for duration of shelf life of the ammunition. Towards this the bidder is to obtain contractual commitments from the various equipment manufacturers/ vendors to provide product support for the said period from the date of delivery of the Ammunition at the Buyer‟s designated Ammunition Depot .Even after the said mandatory period, the Seller would be bound to give at least 2 years notice to the Buyer prior to closure of the said production line, to assess the requirement of life time buy of all spares before closure of the said production line. This said aspect would also form an integral part of the Contract.

14. Transportation. The stores shall be delivered to Central Ammunition Depot, Pulgaon, Maharashtra, India. 15. Quality

(a) The term “Quality” shall denote the quality of ammunition, packages/containers, workmanship, production practices and procedures and apply to all deliverables including component parts, packages/containers sourced from third parties/ sub-contractors, to be supplied in accordance with the contract. (b) The quality of the ammunition to be delivered under the present contract shall conform to the standards and / or specifications of the manufacturers in force in Seller‟s country at the time of manufacture and shall be certified, depending on the type of the special equipment, by one of the following documents:

(i) Certificate of Quality. (ii) Passport or Service Log.

(iii) Specification-Certificate of Quality.

21

(c) The ammunition offered should be new, unused, of the latest manufacture and confirming to current production. All the components and sub sub assemblies used for assembling the ammunition should have been manufactured after signing of the contract and in no case should have been manufactured more than 12 months prior to the conduct of PDI. A certificate to this effect shall be given by the seller to the buyer at the time PDI. (d) Supplier with the consent of the Buyer may introduce modifications in the design or alter composition of the ammunition to be delivered aimed at improving its technical characteristics. In case Supplier intends to supply modified ammunition aimed at improving the technical characteristics, the Supplier shall forward an inter-changeability certificate along with Eval Trial Results and Reports for the fitment and functional aspects of the modified stores. Modified store may be trial evaluated if required by the Buyer. Supplier shall also furnish drawings and other technical details for such modified ammunition to facilitate future procurement and inclusion in the relevant documents.

16. Quality Assurance

(a) Supplier would provide the Acceptance Test Procedure (ATP) in soft and hard copy to Buyer‟s QA Agency i.e DGQA within one week of being intimated as L1 Vendor by MGO/Proc. ATP must be guided by internationally acceptable Standards such as IS 2500 for Sampling Inspection. ATP must cover Visual Examination, Gauging, Static Tests and Dynamic Firing clearly indicating Lot Size, Acceptance Quality Limit (AQL), Defect Classification List (DCL), Acceptance Criteria and Sample Size as per Sampling Standard to assure quality and compatibility of deliverable stores in terms of functioning, storage, environmental conditions and weapon system. The Size of each Lot of the amn offered should ensure homogeneity and traceability of amn lot and their associated components/sub-assemblies as per the principle of Sampling Inspection.

(b) Buyer (DGQA) reserves the right to modify the ATP. The details in this regard will be co-ordinated, discussed and finalized during negotiations of the Contract by CNC. The final ATP mutually agreed between Supplier and DGQA and Signed by both parties shall form part of the Contract.

(c) Supplier shall establish all the test facilities/test benches of desired capability and precision or make arrangements for testing in accordance to the governing specifications of ToT, Manufacturing Process Schedule, MIL Standards, STANAG, JSS, JSG and any other internationally Acceptable Standard applied for the safety, Reliability and Quality features of the store, These are mainly for :- (i) Design qualification tests during development /indigenization. (ii) Shelf life Assessment. (iii) QC checks during manufacturing to ensure conformance to specification. (iv) Ensuring controlled and stable process. (v) Radiography of components/Finish store. (vi) Testing of Raw Material for chemical comp and metallurgical properties. (vii) Destructive Tests. (viii) Critical features and mechanical properties of components/ sub-Assly and Assly. (ix) Environmental Tests. (x) Static Tests. (xi) Benches for checking electrical and electronic parameters.

22

(d) Test labs are to be NABL accredited or tests are to be carried out in NABL Accredited Labs only. (e) Supplier will provide/arrange all the aforesaid test facilities for carrying out QA Checks by Buyer at Supplier premises.

(f) Documents /Records and requisite test samples as per the ATP will be provided by Supplier at his premises for acceptance inspection by DGQA during PDI.

(g) The amn offered should be of the latest manufacture and conforming to current production standard and having 100% defined Shelf Life at the time of delivery.

(h) Buyer (DGQA) reserves the right to carry out the Process/Product Audit for the items under manufacturing at the Supplier‟s premises. The Programme for the audit shall be mutually agreed between the supplier and QA agency. Supplier will provide detailed Process Schedule & QA/QC plan being followed by them to the Audit Team for the aforesaid Audits.

17. Inspection Authority. The Inspection will be carried out by Buyer’s QA Agency, Republic of India. The mode of Inspection will be Pre Dispatch Inspection at Supplier‟s Premises and Joint Receipt Inspection at Consignee Depot 18. Pre Dispatch Inspection at Supplier`s Premises. Inspection of goods before transportation from the supplier‟s premises shall be undertaken by the user. The following Pre Dispatch Inspection clause will form part of the contract to be signed with the successful bidder:-

(a) The buyers representative i.e. buyer will carry out PDI of each consignment of the ammunition in order to check their compliance with specifications in accordance with its usual standard procedures. Upon successful completion of such PDI, the seller and buyer shall issue and sign a certificate of conformity respectively. (b) The seller shall intimate the buyer at least 30 days before the scheduled date of PDI. The seller shall provide day wise programme of the PDI of each consignment indicating the locations to be visited and likely duration of tests at each location. (c) The seller will provide following documents to the PDI team at least 30 days before commencement of each PDI:-

(i) Quality conformance certificate (QCC) stating that the stores have been manufactured strictly as per the governing specifications mentioned in the contract and meets the desired performance parameters. (ii) Acceptance test certificates along with test results/ lab reports of NABL accredited labs only for different components/ assembly/ sub assembly/ various input material/ explosives used for manufacture of ammunition. (iii) Calibration certificate from NABL accredited labs or recognised internationally accredited lab of individual gauges/ instruments used for testing during the PDI

(d) The list of buyer‟s representatives together with their particulars including name, title, date and place of birth etc must be communicated by the buyer at least 15 days in advance to the seller to apply for necessary authorisations and clearances to be granted.

23

(e) The buyer reserves the right not to attend the PDI or to request for postponement of the beginning of PDI by a maximum of 15 days from the date fixed for such PDI in order to allow his representatives to attend such tests, in which case he shall inform to the supplier in writing within 15 days before the date of the beginning of the PDI. Should the buyer request for such postponement, liquidated damages if any shall not apply. In case the buyer informs the supplier within the period mentioned herein above that he cannot attend the PDI or in case the buyer does not come at the postponed date requested by him for performance of the PDI as mentioned above, the supplier shall be entitled to carry out the said tests alone as scheduled. The certificate of conformity and the Acceptance test Report will be signed by the suppliers QA representative alone and such documents bearing the sole signature of the suppliers QA representative shall, have the same value and effect as if they had been signed by both the parties. In case the buyer does not elect to attend the PDI, the buyer shall intimate the supplier in writing that it does not wish to attend the PDI. (f) PDI will be carried out in accordance with Delivery Schedule and ATP annexed to the Contract at the firms premises and will consist of three distinct activities as under:-

(i) Final Acceptance Inspection (FAI) of Packages and Amn Stores.

(ii) Selection of Proof Samples.

(iii) Conduct of Dynamic Proof.

(g) Final Acceptance Inspection (FAI)

(i) The supplier will be required to offer the Amn Store in packed condition for conduct of FAI.

(ii) Irrespective of the qty supplied as per the Delivery schedule, Acceptance Inspection by buyer to include FAI of Packages / Amn, Dynamic Proof and sentencing will be carried out Lot wise only.

(iii) This will consist of Visual Examination of Packages for any damages checking of marking / stencilling and carrying out other tests stipulated on packages as per the ATP.

(iv) Thereafter, Amn samples for FAI of Complete Round will be selected. The subject FAI will consist of : visual examination, gauging and static testing as per the specification of the product and mutually accepted ATP. This activity will be carried out at the firm premises.

(v) Supplier shall provide all test facilities, access and assistance to the Buyer‟s representative for performance of their duties in Supplier‟s premises and its location.

(vi) If the lot meets the laid down requirements of Drawings / specifications and mutually accepted ATP, then lot will be accepted for Dynamic Proof otherwise the lot will stand Rejected.

(h) Selection of Proof Samples. If the lot is found satisfactory in FAI then Proof Samples for Dynamic Proof as per ATP/laid down specification will be selected and Proof Slip for undertaking Proof will be generated by buyer and Proof Samples along with the Proof Slip will be forwarded to the nominated Proof Establishment by the SELLER.

(j) Dynamic Proof.

24

(i) Dynamic Proof as per the ATP / Specifications / Proof schedule would be undertaken at the SELLER‟s Proof Range or nominated Proof Ranges / Field Firing Ranges (ex DGQA/DRDO/User) and amn lot will be sentenced Serviceable / unserviceable by buyer QA agency.

(ii) Following modalities shall be followed for Dynamic Proof:-

(aa) The Dynamic Proof will be conducted as per Infrastructure, Facilities, Conditions, Testing / Measurement Methodology, Equipment, Targets, Jigs and Fixtures, Reference Tables, Service Weapons / Ballistic Barrels etc. available in Indian Proof Range and Testing Laboratories. Supplier will have to accept these and all results thereof.

(ab) The supplier may at his own risk and cost provision any of the equipment, jigs/ fixtures etc required for conduct of dynamic proof in India, if those available with buyer are not acceptable. However these will have to be supported with requisite certificates as required and the supplier will be responsible to install/establish these at the nominated proof ranges/ testing labs at his cost.

(j) Generation of Inspection Note. Based on satisfactory results of FAI (Packages and ammunition) and dynamic proof, inspection note will be generated by buyer and forwarded to the consignee deport.

(k) Seller shall provide all the technical information including contractual documents as desired by the members of the PDI team and provision all reasonable facilities, access and assistance to the buyers representatives for safety and convenience in the performance of their duties in suppliers premises and it location.

(l) The PDI team shall have the right to visit the manufacturing plants and testing area of the seller. PDI team can witness any preparation of proof samples required to be carried out by OEM for proof firing.

(m) All the costs related to proof and reproof such as proof samples, weapon instruments, equipment, proof stock components, range cost etc will be borne by the seller

(n) All costs associated with the stay of the buyer‟s representatives in the location where the PDI is to be carried out including travel expenses, boarding and lodging, accommodation, daily expenses shall be borne by the buyer.

(n) In case the stores are rejected/ not accepted due to any reason and the PDI is to be rescheduled, then the re PDI will be carried out at the cost to the supplier/ seller which will include stay, travel expenses, boarding and lodging, accommodation, daily expenses etc of the buyers representatives.

19. Joint Receipt Inspection at Consignee Depot. The following Joint Receipt Inspection (JRI) clause will form part of the contract placed on Supplier: –

(a) Upon arrival of the ammunition at the CAD Pulgaon, the Joint inspection of the delivered ammunition will be carried out. The joint inspection will be carried out at the Buyer depots as per programme approved upon by the sides .JRI will consist of:-

25

(i) Quantitative checking to verify that the quantities of the delivered ammunition correspond to the quantities defined in this contract and the invoices. (ii) If PDI is carried out outside India then complete functional checking of the ammunition as per specifications in the contract and as per procedures and tests laid down by the buyer will be carried out as per check proof firing programme in India but functional checking of spares will not be done. Check proof will not be carried out if the dynamic proof is carried out at proof ranges of DRDO/DGQA or user field firing ranges in India during PDI.

(b) JRI will be carried out by the buyer‟s representatives. JRI of the ammunition will be conducted within 60 days of the arrival of ammunition at CAD Pulgaon. The bio data of the seller‟s representatives will need to be communicated 15 days prior to the dispatch of goods to the buyer. For timely arrival of the representative of the seller for JRI, the buyer not later than 20 days from the scheduled date of the JRI shall notify the supplier of the place and time of inspection. Supplier within 05 days from the day of the notification about the date and place of inspection shall intimate to the buyer the details of the seller‟s representative to be deputed for taking part in the JRI. The seller shall have the right not to attend the JRI. (c) BLANK (d) On completion of the Joint inspection, four copies of bilateral certificate of Joint inspection of the ammunition shall be signed, one set for each party, all the copies being equally valid. If in the course of carrying out the JRI of the ammunition, any claims on the quantity and/or quality of the ammunition arise, the parties shall sign a report of joint inspection of the ammunition, containing the results of the tests and description of the revealed deficiencies/ defects, based on which claim reports will be drawn up. (e) BLANK

20. Warranty. The following Warranty clause will form part of the contract placed on Supplier:

(a) The seller warrants that the goods supplied under this contract conform to technical specifications prescribed and shall perform according to the said Technical Specifications. (b) The seller warrants for a period of 24 months from the date of acceptance of stores by Joint Receipt Inspection Team or date of installation and commissioning whichever is later, that the goods / stores supplied under this contract and each component used in the manufacture there of shall be free from all types of defects / failures. (c) If within the period of warranty, the goods are reported by the Buyer to have failed to perform as per the specifications, the Seller shall either replace or rectify the same free of charge, maximum within 45 days of notification of such defect received by the Seller, provided that the goods are used and maintained by the Buyer as per instructions contained in the Operating Manual. Warranty of the equipment would be extended by such duration. Record of the down time would be maintained by user in log book. Spares required for warranty repairs shall be provided free of cost by Seller. The Seller also undertakes to diagnose, test, adjust, calibrate and repair / replace the goods/ equipment arising due to accidents by neglect or misuse by the operator or damage due to transportation of the

26

goods during the warranty period, at the cost mutually agreed to between the Buyer and the Seller. (d) Seller hereby warrants that necessary service and repair back up during the warranty period of the equipment shall be provided by the seller and he will ensure that the downtime is within 5% of the warranty period. (e) In case the complete delivery of Engineering Support Package is delayed beyond the period stipulated in this contract, then the Seller undertakes that the warranty period for the goods / stores shall be extended to that extent. (f) The bidder shall intimate the price of repair components in the bid.

21. 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 not correspond to the quantity shown in the Packing List/Insufficiency in packing, or on quality of the stores, where quality does not correspond to the quality mentioned in the contract. (b) The quantity claims for deficiency of quantity shall be presented within 45 days of completion of JRI and acceptance of goods. The quantity claim shall be submitted to the Seller as per Form DPM-22 (Available in MoD website and can be given on request). (c) The quality claims for defects or deficiencies in quality noticed during the JRI shall be presented within 45 days of completion of JRI and acceptance of goods. Quality claims shall be presented for defects or deficiencies in quality noticed during warranty period earliest but not later than 45 days after expiry of the guarantee period. The quality claims shall be submitted to the Seller as per Form DPM-23 (Available in MoD website and can be given on request). (d) The description and quantity of the stores are to be furnished to the Seller along with concrete reasons for making the claims. Copies of all the justifying documents shall be enclosed to the presented claim. The Seller will settle the claims within 45 days from the date of the receipt of the claim at the Seller‟s office, subject to acceptance of the claim by the Seller. In case no response is received during this period the claim will be deemed to have been accepted. (e) The Seller shall collect the defective or rejected goods from the location nominated by the Buyer and deliver the repaired or replaced goods at the same location under Seller‟s arrangement. (f) Claims may also be settled by reduction of cost of goods under claim from bonds submitted by the Seller or payment of claim amount by Seller through demand draft drawn on an Indian Bank, in favour of Principal Controller/Controller of Defence Accounts concerned. (g) The quality claims will be raised solely by the Buyer and without any certification/countersignature by the Seller‟s representative.

27

22. Undertaking. The SELLER gives an undertaking that all terms and conditions of the present contract regarding terms of shipment, elimination of claims during warranty period shall be fulfilled in due time and as per terms, stipulated in the present contract. In the event the SELLER does not fulfil his performance obligations within the warranty period, the BUYER shall have the right to recover the payment of equal sum under any operative contracts of the SELLER with Ministry of Defence, Government of India until accomplishment of obligations by the SELLER. 23. Franking Clause. The following Franking clause will form part of the contract placed on successful Bidder:-

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

(b) Franking in the case of Rejection of Goods “The fact that the goods have been inspected after the delivery period and rejected by the Inspecting officer will not bind the Buyer in any manner. The goods are being rejected without prejudice to the rights of the Buyer under the terms and conditions of the contract”

24. 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 10% plus/minus increase or decrease the quantity of the required goods up to that limit without any change in the terms & conditions and prices quoted by the Seller. While awarding the contract, the quantity ordered can be increased or decreased by the Buyer within this tolerance limit. Signature of the tenderer Name (Capacity in which signed)

28

PART V – EVALUATION CRITERIA AND PRICE BID ISSUES

1. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:

(a) Only those bids shall be commercially evaluated who have been found to be meeting all conditions of financial eligibility for participation and meeting all technical requirements as laid down in the RFP.

(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 ammunition as mentioned in the RFP and the financial eligibility conditions for firms. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP. The technical evaluation is proposed to be a two stage process – verification of financial and technical documentation submitted with the bid in response to RFP, followed by NCNC trials of ammunition for those who qualify at initial stage. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation. (c) The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder as per the Price Format given at Para 2 below. The consideration of taxes and duties in evaluation process will be as follows:-

(i) Basic Price quoted by the Bidders inclusive of Basic Custom Duty will be considered for L-1 determination. GST shall not be considered for L1 determination

(ii) Excise duty on fully formed equipment would be offloaded. (iii) Sales tax and other local levies, i.e. octroi tax etc would be ignored. (d) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price. (d) The L1 bidder will be considered further for placement of contract after complete clarification and price negotiations as decided by the Buyer.

(e) Evaluation of the offers will be done by Discounted Cash Flow method in order to

determine the L1.

29

2. Price Bid Format (to be used for L1 determination)

(a) Basic cost of the item (To be filled separately for each ammunition)

Sl No.

Name of Ammunition

Year (Price for each year out of the total 10 years of contract to be indicated separately)

Quantity As per RFP

Basic Price (Incl of CD*)

C-GST

S/UT-GST

I-GST

Total

(a) -DO- First

(b) -DO- Second

(c) -DO- Third

(d) -DO- Fourth

(e) -DO- Fifth

(f) -DO- Sixth

(g) -DO- Seventh

(h) -DO- Eight

(j) -DO- Ninth

(k) -DO- Tenth

(b) Price bid for Technical/Training aid:-

Sl No.

Name of Ammunition

For only First year

Quantity As per

RFP

Basic Price

(Inclusive of CD*)

C-GST

S/UT-GST

I-GST Total

(a) User Handbook/operators Manual

Free of Cost/IF not then indicate Cost

(b) Training aids, cut section, films, charts etc

(c) CDs on the above Technical Literature

Note:

(a) Determination of L-1 will be done base on the net present value of each proposal as

per Para 13.6 of DPM 2009. The net present value of each proposal shall be computed

utilizing the discount factor of 8%. (L-1) determination will be done on the basis of Basic

Cost excluding GST & (Basic cost will include basic Custom Duty on Import Content)

(b) Vendor has to bid for all type of electronic Fuzes for compliance and Fuze hand

setter being provided should be common for all types of Fuzes as mentioned in the RFP.

30

(c) Example : Comparative matrix to be used for determination of L-1 will be as per example tabulated below:-

Year

Basic Price of Ammunition

Basic Price of Technical literature / Training aid

Total

(a) (b) c=a+b

1st year 10 2 12

2nd year 9 0 9

3rd year 9 0 9

4th year 9 0 9

5th year 9 0 9

6th year 9 0 9

7th year 9 0 9

8th year 8 0 8

9th year 8 0 8

10th year 8 0 8

Net Present Value (Calculate by using NPV

Function in MS Excel using a discount rate of 8%)

1.46

(d) GST shall be claimed separately as per actual. (e) CD*- Custom Duty.

Signature of the tenderer Name (Capacity in which signed)

31

Appendix A (Refers to para 8Part I of RFP )

TECHNICAL SPECIFICATION OF RDS 23 MM HEI/T AND RDS 23 MM API/T

1. OPERATION CHARACTERISTICS AND FEATURES.

Technical Specification.

(a) Rds 23 MM HEI/T

(aa) Calibre 23 mm

(ab) Rate of Fire 850 rounds per minute per barrel.

(ac) MV mean 970 m/s ± 10m/s (for a group of rds).

(ad) Pmean (Kg-cm2) 292.5MPa(for a group of rds).

(ae) Pmax(Kg-cm2) No single round should exceed 320 MPa

(af) SD Time 5.4 to 11 sec.

(ag) Tracer Burning Time Not less than 5.4 sec

(ah) Range (i) For Air Targets – 200 m to 2500 m up to a height of 1500 m for target speeds up to 450 m/s. (ii) For Ground Target – 2000 m.

(aj) Fuze Direct Action Fuze

(b) Rds 23 MM API/T

(aa) Calibre 23 mm

(ab) Rate of Fire 850 rounds per minute per barrel.

(ac) MV mean 970 m/s ± 15m/s (for a group of rds).

(ad) Pmean (Kg-cm2) 292.5 MPa(for a group of rds).

(ae) Pmax(Kg-cm2) No single round should exceed 320 MPa

(af) Tracer Burning Time Not less than 5.4 sec

(ag) Range (i) For Air Targets – 200 m to 2500 m up to a height of 1500 m for target speeds up to 450 m/s. (ii) For Ground Target – 2000 m.

Physical Characteristics.

2. All the technical details including features of the product will be supplied by Vendor with RFP response.

3. Technical Literature. User hand book/operators manual design specification, preservation Instructions and Technical Manuals to include Technical description Inspection/Maintenance tasks, procedure for assembly/disassembly, safety precautions and instructions for proof and testing. All literatures should be in English language.

4. Packing. The SELLER shall provide packing and preservation of the equipment and spares/goods contracted soas to ensure their safety against damage in the conditions of land, sea and air transportation, transhipment, storage and weather hazards during transportation, subject to proper cargo handling. The SELLER shall ensure that the stores are packed in containers, which are made sufficiently strong, and with seasoned wood. The packing cases can be lifted by crane/ forklift truck. The packing of the equipment and spares/goods and spares shall conform to the requirements of specifications and standards enforce in the territory of the SELLER‟s country. The stores shall be packed as per 84 rounds in three air/tight metal boxes in a wooden case. 50% of all

32

API/T rounds will have De-Coppering agent .As alternate method of packing Qty 20 rds could be packed in box of suitable material 4 packing boxes to be suitably packed in a carrier/crate and then palletised. (For handling by MHE)

5. Packing and Marking. Suitable packing arrangements should be provided for transportation and storage without causing any damage to ammunition. The ammunition should be packed in hermetically sealed containers. These containers could be further packed in outer boxes/containers/crates and further palletised for the ease of handling and transportation. The package marking should be legible, giving all relevant details of ammunition as given under the following Packing and Marking clause will form part of the contract placed on successful Bidder :-

(a) Marking and Stencilling. Marking shall give the details of ammunition type, lot NO, year of manufacture, quantity, Hazard indication. Wooden/metal case shall be labelled with UN Hazard Division labels. Boxes are painted with Olive Green/Drab and bear stencilling in Golden yellow colour to show marking as follow:-

(i) Manner of Marking on ammunition. Each round shall be permanently marked by a head stamp impressed, stamped or embossed that identifies the manufacturer, the country and year of manufacture, and a unique batch or lot number.

(ii) Headstamp markings on ammunition, cartridges base andshell.

(aa) Shall consist of simple geometric symbols indicating “Standard” e.g. NATO or otherwise.

(ab) Symbol indicating the country and year of manufacture in symbol /numeric form or alphanumeric code.

(ac) Symbol indicating the presence of a tracer combination with a numeric and/or alphanumeric code.

(ac) Head stamp markings to be of a size that is readily legible to the naked eye.

(ad) Head stamp markings to be of a quality and/or depth such that the markings cannot be readily tampered with or removed.

(c) On Wooden/metal/Plastic Boxes. Wooden/metal/plastic Boxes will be painted with Olive Green and bear stenciling in Golden yellow colour to show marking as follow :-

(i) Calibre (ii) Type of Rounds (iii) Qty packed (iv) Lot No (v) Manufacture‟s initials/Month and year of manufacture of rounds. (vi) Case (Package) No. No./No (vii) Gross/Net weight of the case with rounds. (viii) UN Hazard Division labels. (ix) Compatibility gp.

33

6. Shelf Life. Minimum of 15 Years under sheltered storage conditions during peace time. 7. Desirable Parameters.

(a) Should be compatible to use with In/service 23mm Guns and their Range tables. (b) The ammunition should be packed in water tight Containers. (c) The ammunition should be marked with luminous paint of different colours for ease of

recognition and differentiation of each type i.e. HEIT,APIT & APIT DC by night under field conditions.

8. ENVIRONMENT CONDITIONS.

(a) Maximum Temperature for use +55oC

(b) Minimum Temperature for use -40oC

(c) Minimum for storage -50oC

(d) Maximum Temperature for storage +65o

(e) Maximum Relative Humidity 95%

(f) Average Relative Humidity 65%

(g) Mean value of year‟s temperature 32oC

34

APPX „B‟ (Refer to Para 9(a) of Part IIof RFP)

DRAFT DGQA EVALUATION PROGRAMME FOR ROUND 23 MM HEIT AND APIT AMN

1. Introduction. Tentative DGQA Evaluation Programme is enumerated in succeeding paras. The subject programme is liable to modifications based on test facilities available OEM documents and discussion with the OEM reps during the Pre – Trial Meetings.

2. Aim. To evaluate the performance & assess the suitability of 23mm amn to meet functional and safety requirements for in service weapon i.e ZU-23-2B gun and ZSU-23-4B or 4M AD SP mount.

3. Responsibility. CQA(A) Khadki (DGQA). 4. Proof Establishment. SQAE(A) & LPR Khamaria (DGQA). 5. Type of Tests.

(a) Visual & Gauging Inspection. Qty 200 Rds each for HEIT and APIT Amn.

(b) Environmental Tests. Qty 03 boxes (with live rds in each box) with original Packages to be subjected to under mentioned tests as per Specn JSG 0102 / MIL standards.

(i) Impact (Vertical) Test. 01 box. (ii) Bounce Test/ Transport Simulation. 01 box (iii)Vibration Test. 01 box

(iv) Hermetic Sealing Test for Package or Pressure Tightness Test.The Packages with Rounds subjected to Vibration are to be used for this test.

(c) Checking Muzzle Velocity of Projectile. Qty 10 Rds.

(d) Checking Powder Gas Pressure. Qty 10 Rds.

(e) Checking of Rds for safety and functioning. Qty 80 Rds for HEIT & Qty 75 Rds for APIT.

(f) Checking dispersion of hits. Qty 20 Rds + 02 Rds as Warmer/Sighter Rds.

(g) Checking failure free tracer operation, Qty 20 Rds burning time of tracer and visibility of trajectory.

(h) Checking armour penetration (APIT Only). Qty 10 Rds (j) Checking incendiary effect (APIT Only). Qty 05 Rds.

35

(k) Dynamic test for Fuze.

(i)Checking of lower limit of arming. Qry 10Nos (ii) Checking fuze for reliability of action. Qry 20 Nos (iii) Checking of the time and reliable action Qry 20 Nos of self distructor. (l) Pull off test. Qty 08 Nos.

Note :- (i) Rds at Sr No. 5 (b) (ii) & (iii) to be used for test at Sr No. 5 (e).

(ii) Tests mentioned at Sl No 5 (h) & (j) is only for 23mm APIT Amn.

(iii) Test mentioned at Sr No. 5 (k) is only for HEIT amn.

6. Verification of Certificates. Supplier shall submit following certificates & reports of amn lot from which the samples are offered for evaluation: -

(a) Certificate of visual and dimensional inspection of complete round.

(b) Certificate of Conformity of Primer inspection.

(c) Certificate of Shell inspection and firing tests.

(d) Certificate of Fuze inspection and firing tests.

(e) Certificate of Propellant inspection and firing tests.

(f) Safety certificate mentioning samples offered for trial are safe for handling, transportation and firing / disposal.

(g) Certificate of accreditation of the laboratory from where testing results have been obtained from NABL / a recognized international body.

Note :- Physical verification of parameters claimed in CoC may be carried out depending on availability of test facilities in Proof Ranges/ nominated labs in India.

7. Visual & Gauging Inspection. Visual inspection of package / round and dimensions and weight inspection of the round to be conducted for following aspects:-

Ser No Sl No

Item under

Inspection

Qty to be Inspected

Method of Inspection

Requirements Remarks

(a) Complete Round

HEIT 200 Rds

APIT 200

Rds

Visual Inspection

Visual Inspection will cover checking of following minimum Parameters :-

(i) Dent, damage, deep tool marks / scratch mark.

(ii) Corrosion of basic metal.

(iii) Checking of no rotation of Projectile in Cartg Case

(iv) Discoloration / swelling

Vendor to give DCL and AQL as per internationally accepted norms.

36

/ bulging of Cartg Case

(v) Proper fixing of Driving Bands.

(vi) Marking/ Stencilling on Round.

(b) Gauging Inspection

(i) Chamber gauging of Complete Rd

All Rds should satisfy chamber gauging

Chamber Gauge of Primer available for testing of indigeneous OT lots production would be utilised.

(ii) Gauging for overall length of the Rds.

Checking Height of Rd 23mm HEIT & APIT Amn. Details to be given by the Vendor.

Height gauge to be provided by the Vendors.

(iii) Intrusion / Protrusion of primer.

Protrusion of Primer is not allowed. Intrusion of Primer should be between 0.12 to 0.35 mm.

Intrusion/ Protrusion Gauge of Primer available for testing of indigeneous OT lots production would be utilised.

(c) Mass of Complete Round.

Mass of the Round should be as per the Vendor specifications.

Vendor to provide the required details/ specifications.

(d) Complete

Round

08 Rds from each lot.

Pull-off force of Projectile from Cartg Case

Pull-off load and Propellant Charge mass as per Vendor specifications.

Vendor to give DCL and AQL as per internationally accepted norms.

Note :- In addition to the above, any other visual/gauging inspection parameters which are part of OEM Specifications to be provided alongwith methodology of testing , details of acceptance and also the required testing facilities to be provided by the Vendor. 8. Trial Conditions & Sample Size.

(a) Environmental Tests. Environmental Tests will be conducted at any nominated Venue. All the rounds/packages are to be subjected to under mentioned tests as per Specification JSG 0102 (May 1984 edition)/ MIL standards. However, the actual conduct of tests may vary depending upon the infrastructure and facilities available at the nominated Venue. The under mentioned Tests for Packaged Amn to be conducted with live Rounds packed in Service Package :-

(i) Impact (Vertical) Test. 01 box. (ii) Bounce Test/ Transport Simulation. 01 box. (iii) Vibration Test. 01 box. Packages with Rounds subjected to this test are to be tested for Hermetic Sealing Test.

(iv) Hermetic Sealing Test for Package. The Packages with Rounds subjected to Vibration Test as per Para 8(a)(iii) will be subjected to Immersion Test or Pressure Tightness Test.

37

(v) Consequent to completion of Environmental Tests, the boxes at Sl 8(a) (ii) & (iii) above will be used for Sl 5(e) above i.e Checking of Rds for safety & functioning proof.

Note:-

(i) Facilities for the conduct of the Environmental test as mentioned in Para 8(a) above will be provided by Vendor. In case of non-availability of the facilities at Vendor location, the same can be carried out at DGQA/DRDO/OFB Lab, if available. In case, the test facilities are not available at DGQA/DRDO/OFB Lab then these tests to be carried out at private NABL accredited Lab. The charges for these tests to be paid by Vendor. (ii) OEM in his Technical Offer should confirm that amn subjected to environmental tests is safe for subjecting to dynamic firing or otherwise.

(c) Consequent to completion of Environment Tests and Visual & Dimensional Inspection ,including Hermetic Sealing Test, Rds which are considered fit for firing shall be subjected to Dynamic Firing. However, OEM should cater for reserve Rds in lieu of Rds becoming unfit to fire, as mentioned at Para 10 below.

38

APPX „C‟ (Refer to Para 9 (b) of Part IIof RFP)

METHODOLOGY OF USER TRIALS

1. The trials will be conducted during summers and winters as per the operating temperature ranges specified and mentioned in subsequent paragraphs. Each trial will be carried out using two ZU-23mm 2B Gun provided by the nominated trial unit. In addition, one ZU 23mm 2B Gun will be kept as reserve.

2. Scope of user trials will be restricted to checking the performance of ammunition wrt ease of handling (belting of ammunition, rate of stoppages, heating of barrel, breakage of gun parts, damage to cartridge case etc).

3. Methodology of Trials. The methodology for conduct of trials is as under:-

(a) Trials. Summer and winter trials are envisaged to be conducted at PFFR/ MFFR as given below:-

(i) Summer Trials - Between 15 April and 15 August.

(ii) Winter Trials - Between 01 December and 15 March.

(b) Preparation of Equipment and Conduct of Checks. Nominated equipment will be certified for serviceability by dependent workshop. A certificate conforming suitability of ammunition wrt safety will be given by CQA (Ammunition) before commencement of the trials.

(c) Visual Inspection. Visual inspection of the ammunition will be carried out to ascertain:-

(i) Quality of rounds.

(ii) Physical dimensions.

(iii) Fitment of shell, primer and fuze.

(iv) Quality of packing and method of sealing.

(v) Correctness of marking.

(d) Belting and Feeding. Rounds will be checked for ease of belting, feeding into the ammunition box and loading on to the gun. Belting will be carried out using in service Belting Machine and existing links.

(e) Firing. Firing will be carried out on both ground target and aerial target. Each vendor will provide 200 rounds of HEIT and 100 rounds of APIT to the validation team for the firing.

(f) Firing on Ground Target. Methodology for conduct of firing on ground target will be as under:-

(i) Target - Metal Target.

(ii) Distance - 400 m to 500 m.

(iii) Firing - Single shot (10 rounds).

(iv) To check - Pattern and Accuracy.

39

(g) Firing on Aerial Target. Methodology for conduct of firing on aerial target will be as under:-

(i) Target - Aeromodel.

(ii) Firing - Burst fire of 20/30 rounds each.

(iii) To check - Rate of fire, consistency, No of stoppages, damage to cartridge, damage to gun.

(h) Tests & Adjustments and Zeroing. Tests & Adjustments and Zeroing of the ZU 23 MM 2B guns will be carried out as per the existing procedure before commencement of firing using in service AP ammunition.

Following will be recorded during the trial firing:-

(i) Number of stoppages and Number of rounds fired after which stoppage has occurred.

(ii) Nature of stoppages.

(iii) Damage to weapon due to firing. Inspection will be carried out by CQA (Weapons)

and EME (dependent workshop). Number of rounds fired after which damage has occurred.

(iv) Type of damage to cartridge case.

(v) Heating of barrel.

40

Appendix „D‟ (Refer to Para 2 (b) (iii) of Part I of RFP)

TENDER CONDITIONS ACCEPTANCE LETTER

(To be given on Company Letter Head) Date : To ________________ ________________ SUB : ACCEPTANCE OF TERMS & CONDITIONS OF TENDER Tender Reference No : ________________ Name of Tender/work : ___________________ ___________________ Dear Sir, 1. I/We have downloaded/obtained the tender document(s) for the above mentioned „Tender/Work‟ from the web site(s) namely : _____________________________________________________________________________________________ As per your advertisement, given in the above mentioned website(s). 2. I/We hereby certify that I/we have read entire terms and conditions of the tender documents from Page No ____ to _____ (including all documents like annexure(s), schedule(s), etc.,) which form part of the contract agreement and I/we shall abide hereby the terms/conditions/clauses contained therein. 3. The corrigendum(s) issued from time to time by your department/organisations too have also been taken into consideration, while submitting this acceptance letter. 4. I/We hereby uncomnditonally accept the tender conditons of above mentioned tender document(s)/ corrigendum(s) in its totality/entirely. 5. In case any provisioons of this tender are found violated, your deparment/organisation shall be at liberty to reject this tender/bid including the forfeiture of the full said Earnest Money Deposit absolutely and we shall not have any claim/right against deptt in satisfaction of this condition. Yours faithfully, (Signature of the Bidder, with Official Seal)

41

Enclosure 1 (Refer to Para 3(b) of Part II of RFP)

COMPLIANCE TABLE FOR ROUND 30 MM VOG 17

(Following table is to be filled up by the Bidder- All fields are compulsory)

Para of RFP specifications item-wise

Specification of item offered

Compliance to RFP specification Compliance/ Partial Compliance of Para/sub Para of the Main Technical Document/RFP

In case of non-compliance, deviation from RFP to be specified in unambiguous terms

Compliance to Technical Parameters as per Appx A of RFP

Compliance to Special Conditions of RFP

(a) Performance-cum-Warranty Bank Guarantee (PWBG)as per Para 1of Part IV of RFP)

(Note:-Bidders are to indicate the compliance only)

(b) Advance Payment Bank Guarantee (APBG) as per Para 3 of Part IV of RFP).

Integrity Pact Bank Guarantee as per Para 16 of Part III (Rupees Three Crores)

42

Appendix „E‟ (Refer to Para 7(c) of Part -I of RFP)

INSTRUCTIONS TO THE BIDDERS

Instructions for Online Bid Submission Instructions to the Bidders to submit the bids online through the Central Public Procurement Portal for e Procurement at https://eprocure.gov.in/eprocure/app are as follows

1. Possession of valid Digital Signature Certificate (DSC) and enrolment/registration of the contractors/bidders on the eprocurement/e-tender portal is a prerequisite for e-tendering.

2. Bidder should do the enrolment in the e-Procurement site using the “Click here to Enrol” option available on the home page. Portal enrolment is generally free of charge. During enrolment/registration, the bidders should provide the correct/true information including valid email_id. All the correspondence shall be made directly with the contractors/bidders through email_id provided. 3. Bidder need to login to the site through their user ID/ password chosen during enrolment /registration.

4. Then the Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by SIFY/TCS/n-Code/e-Mudra or any Certifying Authority recognized by CCA India on e-Token/Smart Card, should be registered.

5. The DSC that is registered only should be used by the bidder and should ensure safety of the same.

6. Bidder logs in to the site through the secured log in by giving the user id/ password chosen during enrolment/registration and then by giving the password of the e-Token/Smart Card to access DSC.

7. In case of limited tender the regd dealers/ the bidders invited to participate in the tender will receive a notification through e-mail wrt to tender and after log in the bidder selects the tender and moves it to “my tenders‟ . In case of open tenders the bidder selects the tender which he/she is interested in by using the search option & then moves it to the “my tenders‟ folder.

8. From my tender folder, the bidder selects the tender to view all the details indicated.

9. After downloading / getting the tender document/schedules, the Bidder should go through them carefully and then submit the documents as asked, otherwise bid will be rejected.

10. If there are any clarifications, this may be obtained online through the tender site, or through the contact details or during the pre -bid meeting if any or during the pre -bid meeting if any.

11. Bidder should take into account the corrigendum published before submitting the bids online.

12. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules carefully and upload the documents as asked; otherwise, the bid will be rejected.

13. The Bidders can update well in advance, the documents such as certificates, annual report details etc., under My Space option and these can be selected as per tender requirements and then sent along with bid documents during bid submission. This will facilitate the bid submission process faster by reducing upload time of bids.

43

14. Bidder, in advance, should get the bid documents ready to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be clubbed together and can be provided in the requested format. Each document to be uploaded online for the tenders should be less than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the same can be uploaded, if permitted. Bidders Bid documents may be scanned with 100 dpi with black and white option. However of the file size is less than 1 MB the transaction uploading time will be very fast.

15. Bidder should submit the Tender Fee/ EMD as specified in the tender. The original should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission due date & time for the tender. Scanned copy of the instrument should be uploaded as part of the offer.

16. While submitting the bids online, the bidder must read the terms & conditions and accept the same to proceed further to submit the bid packets.

17. The bidder has to select the payment option as offline to pay the Tender FEE/ EMD as applicable and enter details of the instruments.

18. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. The submitted bid will not be acceptable if otherwise.

19. The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders must note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the bid document including General conditions of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements.

20. The bidder has to upload the relevant files required as indicated in the cover content. In case of any irrelevant files, the bid will be rejected. The tech bid acceptance will be subject to physical receipt of specified docu at the time of tech bid opening. Further, the TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids physically by the bidders under any circumstances whatsoever.

21. If the price bid format is provided in a spread sheet file like BoQ_xxxx.xls, the rates offered should be entered in the allotted space only and uploaded after filling the relevant columns. The Price Bid/BOQ template must not be modified/replaced by the bidder, else the bid submitted is liable to be rejected for this tender.

22. The bidders are requested to submit the bids through online e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour.

23. After the bid submission (ie after Clicking “Freeze Bid Submission” in the portal), the acknowledgement number, given by the system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening date.

24. The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.

44

25. All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening.

26. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers or the procurement officer openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

27. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done.

28. The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) exit option in the browser.

29. For any queries regarding e-tendering process, the bidders are requested to contact TIA as provided in the tender document. The bidders for any further queries can also to contact over phone: 1-800-233-7315 or send a mail over to – [email protected] .

30. The undertaking to the effect that the terms and conditions stipulated in the tender docu are acceptable by the auth signatory of the bidders Regd firm will have to be submitted. The subject undertaking on a forwarding letter shall be uploaded on CPP portal during bidding by the bidders.

Note :- (Rate to be quoted online by bidder in BOQ Excel Sheet only).

45

MANUFACTURE OF AMMUNITION FOR INDIAN ARMY BY INDIAN INDUSTRY

CLARIFICATIONS TO BIDDERS QUERIES

Ser No

Query Clarification

1 What docu are required in support of Revenue Growth None. Revenue Growth is not a criterion for ascertaining financial

eligibility of bidders to participate in this project. Any reference to

revenue growth in the RFP is an error and shall be corrected vide

corrigendum

2 Can the contractual and financial liability be shared

between consortium members as per the division of work

NO. The MoD shall deal with only the applicant company which

shall be solely liable to meet all bid and contractual obligations

3 Is a change in control or ownership of the company

permitted after signing of contract

No change in control/ ownership is permitted till indigenisation of

critical technologies is achieved by the company. Thereafter, it will

be permitted only after permission from the MoD. All liabilities wrt

the contract shall be taken over by the new entity. The new entity

shall be an Indian Company as per applicable law not having

foreign equity more than 49%.

4 Can the financial statements of a group of companies or

consortium be considered to assess financial eligibility of

a bidder

NO. The financial eligibility criteria shall apply to the single

applicant company. Groups of companies or consortiums are not

allowed to bid for these RFPs except for consortiums comprising

of only Indian companies which shall be allowed to bid

5 Can the subsidiary of a subsidiary company bid and

consider financials of the original holding company

No. In case a subsidiary of a holding company is bidding for this

project then the subsidiary has to be a wholly owned subsidiary of

the holding company. The holding company has to render a

certificate that the applicant company is a wholly owned subsidiary

and it is bidding with the financial credentials of the holding

46

Ser No

Query Clarification

company. The financial eligibility criteria of the holding company

shall be considered to ascertain the financial eligibility of such

wholly owned subsidiary to participate in the project. All

contractual liabilities jointly and severally shall rest with the holding

company in such a scenario

6 Indigenisation may not be possible to be achieved in the

stipulated timeframe

The time frame stipulated for Indigenisation is considered

adequate.

7 Certain critical technologies may not be Indigenised.

MoD to lay down the max indigenisation aimed for

Complete indigenisation of critical technologies is aimed at and

considered possible

8 If the Indian company exports ammunition manufactured

after obtaining ToT from a foreign country, permission by

that country should be obtained before such import to a

third party

Provision for export has been included to enhance commercial

viability of proposal from the vendors‟ perspective. Bidders shall be

free to export subject to other export related rules and regulations

of the Govt provided stipulations on this subject as mentioned in

the RFP are met. As the govt has no liability in the ToT agreement

between the Indian company and its foreign ToT partner, any

permission to export to a third party may be obtained by the Indian

company from the foreign OEM.

9 Can the Army provide storage space for one/two years

stock of ex import components.

NO.

10 Can a PPP model with DRDO or OFB be utilised for this

project.

No PPP model is visualised for the implementation of this project.

However, vendors are free to obtain ToT from any partner

including OFB, DRDO etcwithout any liability of the Govt.

11 Can the facilities of DGQA be utilised for internal

validation. Will DGQA certify the ammunition so

evaluated.

Chemical / environmental tests must be undertaken by vendors in

their static test facilities, if such facilities are available. Else, NABL

accredited labs may be used and certification provided during

trials. Facilities of DGQA can be utilised for internal trials on

47

Ser No

Query Clarification

payment by vendors as per existing policy of DGQA on the

subject. No certification shall be provided by DGQA for any

internal trials carried out at DGQA test facilities.

12 Is OEM certificate required at the time of trials or at the

time of signing of contract

The OEM certificate is required to be submitted along with the

NCNC samples at the time of trials

13 Can an improved product be offered for trials YES. An improved product can be offered for trial evaluation. The

bidder shall be required to certify that the ammunition offered for

trial is compatible and safe to be fired from In Service equipment.

This certificate shall be rendered with the technical bid itself. Cost

of any damages incurred as a result of these trials will be borne by

vendors.

14 Can Army provide storage facilities for amn to be offered

for trials.

The Army shall not provide any storage facilities for trial samples

before the time stipulated for submission of such samples for

trials. After the date of submission of trial samples for trials, these

samples shall be housed under the arrangement of DGQA as per

the existing procedure of trial evaluation.

15 Can amn for trials be shipped directly from OEM for trials YES

16 More clarity on details of Reliability Model for Shelf Life

assessment is required. What tests will be conducted to

assess shelf life

A certificate from OEM`s QA Agency regarding details of reliability

model should be submitted along with Technical Bid. ISAT Test as

per JSG 01 02 B shall be conducted to assess Shelf Life by

DGQA.

17 Deliveries may be accepted every month after initial

supplies after six monthsrather than as per the delivery

schedule included in the RFP

No change to the delivery schedule mentioned in the RFP is

feasible as the same is based on administrative necessities of the

Army and DGQA.

18 Number of amn required for Trial Eval to be specified No of Amn/ fuzesrequired for DGQA trials is specified in RFP.

Requirement of ammunition for User Trials will be specified in the

corrigendum

48

Ser No

Query Clarification

19 Will JRI involve functional checking of ammunition Functional check will be part of PDI only. JRI will involve quantity

check and documentation check only

20 What is the latest vintage of amn acceptable for PDI and

JRI

The amn should have been manufactured after signing of contract

and not more than 12 months old at the time of PDI

21 Modalities of ATP should be clarified ATP will be finalised during CNC stage and included in contract.-

ATP will be submitted by L1 vendor within a week of being

declared L1.It should be on IS 2500 for Sampling Inspection and

must cover visual inspection, gauging, static tests, dynamic firing

clearly stating lot sizes. Acceptance Quality List and Defect

Classification List should be included in the ATP submitted by the

vendor. DGQA may modify the ATP submitted by the vendor.

Mutually agreed ATP shall be included in the contract

22

Details of PDI may be clarified

PDI will be undertaken in three stages (Final Acceptance

Inspection, Selection of Proof Samples and Dynamic Proof)

- FAI and selection of Proof Sample shall including the following

- Vis inspection of packages

- Tests certified by NABL accredited labs for input material, sub-

assemblies, and QCC of final product

- Inspection of complete round to including visual inspection, gauging,

static tests as per ATP

- If lot meets all specs then proof sample is generated

- Proof sample with proof slip of DGQA shall be transported to Proof

Testing Establishment by seller

- Dynamic Proof shall including the following

- Dynamic firing of amn as per ATP

- All facilities/instruments at proof establishment shall be acceptable to

seller. Seller may establish his own facilities/ instruments at the Proof

Testing facility at his own cost and with requisite certification

49

Ser No

Query Clarification

- After successful Dynamic Proof Inspection I-Note shall be generated

by DGQA

-

23 Modalities of calculation of Net present Value may be

elaborated

Calculation of Net Present Value is elaborated in Para 13.6 (Page

130-131) of DPM 2009. Discounted Cash Flow method (DCF) is a

method of Investment appraisal where today‟s cash outflows are

compared to today‟s cash inflows. Net Present Value (NPV) is a

variant of DCF used for evaluation of a long term tender. The NPV

of a tender is equal to sum of present values of all cash flows

associated with it.

NPV = ∑ An

(1+ i) t

NPV= Net Present value

A = Expected Cash Flow for the period

I = rate of interest or discount factor

T = The period after which payment is done

N = Payment schedule

Steps in NPV Calculation

-Selection of discount Rate (8%)

-Identifying cash outflow

-Estimated timing of cash outflow

-Calculating NPV of each alternative

-Selecting the offer with the least NPV

-Adding up NPV of all variants in an RFP

-Calculating overall least NPV

24 Will Exchange Rate Variation be compensated by the NO. The NPV concept subsumes the exchange rate variation.

50

Ser No

Query Clarification

Govt.

25 Can Bank Guarantee be acceptable in place of stock of

ex import components

NO. The suggestion to accept a Bank Guarantee in place of one

year‟s stock of ex import components was deliberated during the

RFI stage. The same was considered unacceptable from the users

perspective and therefore not included in the RFP

26 Ownership Rights Clause to be removed Ownership Rights clause has been included as DGQA shall be the

Authority Holding Sealed Particulars (AHSP) of ammunition

supplied by the successful bidder. All drawings shall be submitted

to DGQA after signing of contract. The same shall be required for

the DGQA to carry out its activities as the AHSP of the

ammunition. However, these drawings and specifications shall not

be shared with a third party and the Intellectual Property Rights of

the vendor shall be protected.

27 Licensing and Permits be provided by MoD All permits and licenses to be able to supply the ammunition as

included in the RFP shall have to be obtained by vendors as per

existing laws on the subject under their own arrangements. MoD

shall facilitate the process by coordinating between various

ministries of the Govt and between Central and State Govt if

required and felt necessary.

28 Can copies of GSQR/ GSPS and Range Tables referred

in the RFP be provided

No. These are confidential documents and cannot be shared.

Further It is felt that there is no requirement of sharing

GSQR/GSPS as the relevant details are included in Technical

Specifications of the ammunition mentioned in the RFP

29 Can the qty being contracted apportioned between two or

more vendors due to capacity constraints

Bidders are expected to bid only if they have requisite capacity as

per bid qty. No apportionment shall be allowed

30 What does M in Delivery Schedule stand for M stands for the Month of signing of contract.

31 Duration of contract may be reduced from 10 years to

five years to cater for technological changesin these five

Provision for a ten years contract has been included in the RFP to

enhance the commercial viability of the project from the vendors‟

51

Ser No

Query Clarification

years perspective. No change to contract duration is considered

necessary

32 How many sets of technical literature will be required for

each ammunition

Minimum six sets in Hindi as well as English will be required. The

same will be clarified in the corrigendum

33 RFPs for 40 mm MGL and UBGL amn should be

segregated

The recommendation is not agreed to

34 RFP of 23 mm HEIT/APIT and 30 mm HEI/HET amn

should be combined

The recommendation is not agreed to

35 Can Minutes of Steering Committee meeting held on 09

Feb 17 be provided

NO. These cannot be shared being internal confidential

documents of the MoD

36 If a bidder is bidding for only three ammunitions, is

priority still required to be indicated

YES

37 Can a bidder bid for part quantity or part variants of an

RFP

NO. A bidder has to bid for entire quantity and for all variants of an

RFP

38 Can a company that has not got an Explosive

Manufacturing License but has applied for the same

submit a bid

YES. Yes, the company may submit the bid. However, the company must

have all the requisite licenses before the signing of the contract

Electronic Fuzes For Arty 39 Representatives of BEL and ECIL have been included as

representatives of vendors in the composition of the

evaluation team.

DPSUs and PSUs have been allowed to participate in the bidding

process. The evaluation team will include representatives of all

vendors who submit their bids.

40 Humidity has been shown in degrees Relative Humidity is measured in Percentage. This is a

typographical error. It shall be corrected in the corrigendum

52

Ser No

Query Clarification

41 Which Mil Std shall be applied for Jumble Test MIL STD 331 B (Test A1 and A2) Latest Edition shall be applied for

Jumble Test

42 Qty of Fuze Setter to be provided has not been incl in the

RFP

Fuze Setter M15 A2 (Ex ECIL) is the In Service fuze of Army. The

number of fuze setters to be provided shall be included in the

corrigendum

43 Is the time for PD Delay mode 0.4 Secs or 0.04 secs.

Both figures are mentioned at different places

This is a typographical error. PD Delay mode is 0.04 sec

(minimum). Necessary amendment shall be included in the

corrigendum

44 Is PD Delay mode required in 105 mm Proximity Fuze NO. This is a typographical error. Necessary correction will be

included in corrigendum

45 Is PDSQ Mode required in proximity fuze as back up YES. Necessary correction will be included in corrigendum

46 Is Electronic Fuze Timed (T2) for 130 mm correctly

included

NO. The requirement is of Electronic Fuze Timed (T3) for 155 mm

Gun. Necessary correction will be included in corrigendum

47 Min and Max temp for usage and storage needs to be

clarified

It shall be provided by the User Directorate of Army HQ and

included in the RFP in the corrigendum

48 Capacity Fuze Setting may be clarified The Capacity Fuze setting is 3 sec to 199.9 sec with 0.1 sec

increment

49 Clarity isrequired regarding fuzedimensions Fuze dimensions have been given for information. Thread

dimension and intrusion dimension are to be maintained for

assembly with shells

50 PDSQ criteria may be clarified PDSQ criteria includes impact at 10 to 90 degrees, at 180 m/s in a

time of 100 ms.

51 What is the weight and COG of Fuzes Details are as under (in mm)

53

Ser No

Query Clarification

Weight

Fuze 105mm 130mm 155mm

Proximity 1180 ± 25 g 1205 ± 25 g 1000 ± 25 g

Percussion 1010 ± 25 g 1010 ± 25 g 825 ± 25 g

Timed 875 ± 25 g NA 830 ± 25 g

CoG NA NA NA

52 What is the Fuze Arming time Fuzes should not be armed before 500 ms by either electronic or

mechanical means

53 What is the In Service eqpt for different calibres Gun 105 mm IFG/LFG

Gun 130 mm M46

Gun BOFORS 155 mm FH77B (39 cal)

Gun SOLTAM 155 mm (45 cal)

54 What is the Fuze well size for 105 and 130 mm fuzes

As under

Caliber PD Proximity Timed

105 mm 38.10 38.10 29.20

130 mm 41.50 41.50 38.10

125 mm FSAPDS for Tank T 72 / T 90 55 How will consistency of the amn be checked Consistency will be checked at a range of 2000 M. Rounds will be

conditioned at -40˚ C, +50˚ C, +15˚ C for 48 hrs each

56 How will chamber pressure be checked Chamber pressure will be checked using Copper Crusher rounds

and Internal Peizo Gauges

57 Range Table upto 4500 M be provided Range Table upto 3000M above MSL is available and can be

provided by DGQA.

58 Compliance to rotary conveyer, storage racks and locking

arrangements be provided

These specifications are held with CQA (AV). Will be incl in the

corrigendum

54

Ser No

Query Clarification

59 RFP mentions a shelf life of 15 years. In Service shelf life

is 10 years.

Necessary clarification will be included in the corrigendum

60 What is HSD and VSD Horizontal Std Deviation and Vertical Std Deviation are

consistency parameters to be checked at 2000 M using Hessian

Cloth target as per ATP using 07 rounds excluding warmer round.

Details are as under:-

Consistency

Parameter

Calculated

Formula

Variables

HSD √∑(x1 –xm)2

n-1

X1 and Y1 are X and

Y coordinate of each

hit

XmandYm arithmetic

55

Ser No

Query Clarification

VSD √∑(y1 –ym)2

n-1

mean of X and Y

coordinate of all hits

N is the number of

rounds fired

BMCS 61 Clarify if the In Service specification of BMCS are of

BMCS supplied by M/S Nexter or M/S Denel

In Service specs are of M/S Denel. Ammunition conforming to

Nexter specifications may also be offered for trials.

62 Clarity on length of each module and Loading tray be

provided

Each module should be loadable in 155 mm Guns with 39 and 45

mm cal. Length of 05 modules is 755 mm. Length of six modules

is 902 mm. Length of loading tray is 904 mm

63 What is the Max Range with Base Bleed amn with

Highest Z possible

LZ Max Rg should be ≥13 KM

HZ Max Rg should be ≥28.5 KM for 155 x 39 cal

HZ Max Rg should be ≥37 KM for 155 x 45 cal

40 m MGL/UBGL Amn 64 Page 40 to 48 of the RFP are improperly formatted This is a typographical error. Shall be rectified in the corrigendum

56

Ser No

Query Clarification

65 What is the average velocity of 40 mm HEAP amn Average velocity should be 76 ±3 m/s and deviation should not be

more than 1.6 m/s

66 What is the SD time of 40 mm VOG 25 amn 14 to 19 secs

67 Where is the Proof Test facilities for 40 mm Amn

available

Proof test facilities are available at SQAE(A) & LPR Khamaria

(Jabalpur)

68 What is the sample size of physical parameter check and

gauging check for VOG 25 amn

For physical check 20 Nos and for gauging 100%

69 What is the Shelf Life of the Amn 10 Years. Mentioned as 15 years at one place in RFP due to

typographical error. Necessary amendment will be included in the

corrigendum

70 What is the length, weight and operating temp of 40 mm

amn

As under

Parameter 40 mm

HEAP

40 mm

HEDP

40 mm

RP

40 mm

TM

40 mm

VOG 25

Length 104 mm 104 mm 104 mm 101 mm 102.64

Weight 230 gm 227 gm 225 gm 227 gm 250 gm

Frag Nos 425 Nos 425 Nos - - -

Frag

Mass

120 mg 120 mg - - -

Terrain Min Temp Max Temp

Plains -5˚C± 5˚C -45˚ C ± 5˚C

HAA (Road Bound

Equipment)

-10˚ C ± 5˚C -45˚ C ± 5˚C

High Altitude Area

(Post)

-20˚ C ± 5˚C -45˚ C ± 5˚C

30 mm VOG 17 Amn

57

Ser No

Query Clarification

71 Clarity on Probable Lateral and Distance Deviation,

dimensions and op temp of amn

Probable lateral deviation Bc ≤3.4 and ratio between probable

Distance deviation Bb and the Mean firing distance X

mean is B

b

/Xmean

≤1/66

72 What is the Shelf Life of the Amn.

10 Years. Mentioned as 15 years at one place in RFP due to

typographical error

Amn Length Weight Weight of Projectile

Wieght of Fuze

30 mm VOG 17

132 gm 350 gm 275-290 gm

47 gm

Terrain Min Temp Max Temp

Plains -5˚C± 5˚C -45˚ C ± 5˚C

High Altitude Area

(Road Bound

Equipment)

-10˚ C ± 5˚C -45˚ C ± 5˚C

High Altitude

Area(Post)

-20˚ C ± 5˚C -45˚ C ± 5˚C

73 What is the Shelf Life of the Amn

10 Years. Mentioned as 15 years at one place in RFP due to

typographical error. It shall be amended in the corrigendum

23 mm HEIT/ APIT Amn 74 Can an improved version of Fuze MG 25 be offered for

trials

YES. Fuze MG 25 or any improved version may be offered along

with a certificate of conformity with in service equipment.

75 Muzzle Velocity of both variants be clarified

For HEIT Amn MV mean is 970 ± 15 m/s and SD time is 5.4 to 11

secs

For APIT Amn MV mean is 970 ± 15 m/s and Tracer bullet time is

58

Ser No

Query Clarification

not less than 5.4 secs

30 mm HEIT/ APIT Amn 76 Will change in vendor base necessitate fresh trials If a process change is involved a pilot sample will be put through

proof check to ascertain conformity to in service specifications

77 What is the Muzzle Velocity Mean 960 m/s ± 10 m/s ( for a group of rounds)

Probable error for a group of rounds ≤ 5 m/s

78 What will be the sample size of checking safety and

functioning

32 Rounds

79 What will be the sample size for visual inspection,

dimension and weight inspection

HEI 230 rounds

HET 250 rounds

80 What are the specification governing air tightness of

containers

As per Test no 9P/Part II of specification JSG 0102 or as specified

by OEM

122 mm GRAD ER Rkt 81 What is the Operating Temp of the ammunition -30˚ C to + 50˚C

82 What is the Max Range with and without Brake Ring Max range without Brake Ring 40 KM.

Min Range without brake Ring 15 KM

Min range with Brake Ring 8 KM.

Consistency check will be at 80% of max range i.e 32 KM

Due to proof range restrictions firing at max range may not be

possible. Hence max range will be checked at max range available

at proof range.