21
Tele : 011- 2616 8637/ 8192 IHQ of MoD (Army) Fax : 011- 26168657 DGEME/Dte of Indigenisation /IC(V) Email: [email protected] 2 nd Floor, Wing 5; West Block 3 RK Puram, New Delhi-110066 4004/DOI/ICV/BMP-POWERPACK/0513346 24 Mar 2015 To, M/s _________________________ _________________________ _________________________ REQUEST FOR PROPOSAL (RFP) FOR REPLACEMENT OF EXISTING UTD-20 ENGINE AND MANUAL TRANSMISSION WITH A NEW INTEGRATED POWER PACK FOR INFANTRY COMBAT VEHICLE (ICV) BMP AND VARIANTS 1. Dte of Indigenisation (DOI) / DGEME proposes to replace the original UTD-20 engine and manual transmission in Infantry Combat Vehicle (ICV) BMP and variants with an indigenously available, electronically controlled, min 400 HP engine alongwith automatic transmission as an integrated powerpack, hereinafter referred as ‘BMP-POWERPACK’ for improved reliability and sustenance of the in-service ICV BMP fleet . This RFP is for development of one prototype only. 2. DOI invites response to this request from Indian Original Equipment Manufacturers (OEMs) of indigenous engines and reputed vendors of the Indian Industry who have either executed or possess the capability of executing similar projects. Quotations are invited in sealed covers under the Two Bid System consisting of technical and commercial bids for the said development project as under : - 3. The address and contact numbers for submission of bids or seeking clarifications regarding this RFP are given below:- (a) Bids / queries to be addressed to: Deputy Director General (Indigenisation) (b) Postal address for sending bids : IHQ of MoD (Army), Dte of Indigenisation/ICV, MGO’s Branch/DGEME, II nd Floor, Wing-5, West Block-III, RK Puram, New Delhi-110066 (c) Contact person : Joint Director, IC(V), DOI Tele : 011- 2616 8637 FAX : 011:2616 8657 E-mail : [email protected] (d) Last date and time for submission of tenders : 14 May 2015 by 1400 hrs. Nomenclature Specification Qty Reqd BMP-POWERPACK consisting of an indigenously available electronically controlled min 400 HP engine along with automatic transmission and accessories. As per Appx ‘A’ 01 Nos

Tele : 011- 2616 8637/ 8192 IHQ of MoD (Army) RK …3.imimg.com/data3/MB/AA/HTT-1538/1538_2015-03-26-17-29-06...BMP-POWERPACK consisting of an indigenously available electronically

Embed Size (px)

Citation preview

Tele : 011- 2616 8637/ 8192 IHQ of MoD (Army) Fax : 011- 26168657 DGEME/Dte of Indigenisation /IC(V) Email: [email protected] 2nd Floor, Wing 5; West Block 3

RK Puram, New Delhi-110066 4004/DOI/ICV/BMP-POWERPACK/0513346 24 Mar 2015 To, M/s _________________________ _________________________ _________________________ REQUEST FOR PROPOSAL (RFP) FOR REPLACEMENT OF EXIST ING UTD-20 ENGINE AND MANUAL TRANSMISSION WITH A NEW INTEGRATED POWER PACK FOR INFANTRY COMBAT VEHICLE (ICV) BMP AND VARIANTS

1. Dte of Indigenisation (DOI) / DGEME proposes to replace the original UTD-20 engine and manual transmission in Infantry Combat Vehicle (ICV) BMP and variants with an indigenously available, electronically controlled, min 400 HP engine alongwith automatic transmission as an integrated powerpack, hereinafter referred as ‘BMP-POWERPACK’ for improved reliability and sustenance of the in-service ICV BMP fleet . This RFP is for development of one prototype only. 2. DOI invites response to this request from Indian Original Equipment Manufacturers (OEMs) of indigenous engines and reputed vendors of the Indian Industry who have either executed or possess the capability of executing similar projects. Quotations are invited in sealed covers under the Two Bid System consisting of technical and commercial bids for the said development project as under : -

3. The address and contact numbers for submission of bids or seeking clarifications regarding this RFP are given below:- (a) Bids / queries to be addressed to: Deputy Director General (Indigenisation)

(b) Postal address for sending bids : IHQ of MoD (Army), Dte of Indigenisation/ICV,

MGO’s Branch/DGEME, IInd Floor, Wing-5, West Block-III, RK Puram, New Delhi-110066

(c) Contact person : Joint Director, IC(V), DOI Tele : 011- 2616 8637 FAX : 011:2616 8657 E-mail : [email protected] (d) Last date and time for submission of tenders : 14 May 2015 by 1400 hrs.

Nomenclature

Specification Qty Reqd

BMP-POWERPACK consisting of an indigenously available electronically controlled min 400 HP engine along with automatic transmission and accessories.

As per Appx ‘A’

01 Nos

2.

4. 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, 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 is given in the DPM 2009 from page 175 to 183 (available in MoD website and can be provided on request) 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.

5. This RFP is being issued with no financial commitment and tendering authority reserves the right to change or vary any part thereof at any stage. The tendering authority also reserves the right to withdraw the RFP should it be necessary at any stage. The authority further reserves right to accept or reject any offer wholly or partly without assigning any reason thereof. 6. The vendors are requested to enclose a copy of their latest DGQA/ DGS&D/ DRDO/ OFB/ NSIC or any other registration certificate with any office pertaining to MoD. 7. The RFP has been vetted by Pr IFA vide AON No 1969/DOI/ICV/0513346/PIFA(A-O)/5096/27/2/15/5148 dt 10.03.2015.

Thanking you,

Yours faithfully

(Vinod Tiwari) Col Dir IC(V)

3.

PART I – GENERAL INFORMATION 1. Last Date and Time for Depositing the Bids : 14 May 2015 by 1400 hrs. The sealed bids should be submitted/reach by the due date and time. The responsibility to ensure this lies with the bidder. 2. Location of the Tender Box : Reception Office, West Block-3, R K Puram, New De lhi-110066. The Tender Box is marked as: Only those bids that are found in the correct tender box will be opened. Bids dropped in the wrong tender box will be rendered invalid. 3. Manner of Depositing the Bids . Sealed bids should be either dropped in the Tender Box or sent by registered post at the address given above at Para 3(b) so as to reach by the due date and time. Tenders found in sealed box will only be considered. No responsibility will be taken for postal delay or non- delivery/ non-receipt of bid documents. Bids sent by FAX or e-mail will not be considered. To avoid any complications with regard to Late Receipt/ Non Receipt of Tenders, it may please be noted that responsibility rests with the tenderer to ensure that tenders reach before due date. Late quotes will be rejected out rightly. 4. Date, Time and Place for Opening of Bids (outer cover only) : 14 May 2015 at 1430 hrs at Dte of Indigenisation, 2 nd Floor, Wing 5, West Block 3, RK Puram, New Delhi-110066. Tenders (outer cover only) shall be opened by a committee/ Board of Offrs convened by DDG(I) on due date and time. The bidders may depute their representatives, duly authorized in writing, to attend the opening of bids (outer cover only) on the due date and time. This event will not be postponed due to non-presence of your representative. If due to any exigency the due date for opening of tenders is declared as closed holiday, in such cases the tenders (outer cover only) will be opened on next working day at the same time or any other day/ time as intimated by the Tendering authority. Technical bids shall be opened subsequently on a date and time to be fixed by the Technical Evaluation Committee. 5. Two Bid System . Quotations under the Two Bid System consisting of technical and commercial bids should be sealed in separate covers, duly marked with “Technical Bid for BMP-POWERPACK ” or “Commercial Bid for BMP-POWERPACK” , also quoting Tender Ref No on each. The two bids together shall then be enclosed in an outer cover, sealed and marked with “BMP-POWERPACK” , Tender Ref No. & Date of Opening of Tender. 6. Technical Bid. The technical proposals forwarded by the vendors will be evaluated by Technical Evaluation Committee (TEC). The vendors may be called upon by the TEC for a presentation/ technical discussion to obtain clarity on respective proposals. The date, time and venue fixed for this purpose shall be intimated separately, if required. 7. Commercial Bid. Commercial bids of only those vendors shall be opened by the Commercial Negotiations Committee (CNC) who shall qualify the Technical Evaluation. Further negotiations will be made only with lowest bidder L-1 as determined by the Committee. The date, time and venue fixed for this purpose shall be intimated separately, if required. The Development Order will be placed on successful conclusion of negotiations with L-1 vendor.

TENDER BOX: DG EME / DTE OF INDIGENISATION

4. 8. Forwarding of Bids . Bids should be forwarded by bidders under their original memo / letter pad inter alia furnishing details like TIN number, VAT/CST number, bank address with EFT account if applicable, and complete postal and e-mail address of their office. 9. Clarification Regarding Contents of the RFP . A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Tendering Authority in writing about the clarifications sought not later than 14 (fourteen) days prior to the date of opening of the bids. A pre-bid meeting can be arranged to clarify any valid/ genuine queries of vendors regarding contents of the RFP. 10. Modification and Withdrawal of Bids . A bidder may modify or withdraw his bid after submission provided that the written notice of modification or withdrawal is received by the tendering authority prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the tendering authority not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period will result in bidder’s forfeiture of bid security. 11. Clarification Regarding Contents of the Bids . During evaluation and comparison of bids, the tendering authority 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. 12. 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. 13. Validity of Bids . The bids should remain valid till 08 months from the last date of submission of the bids. 14. Earnest Money Deposit. Bidders are required to submit EMD for an amount of Rs 10,00,000/- 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-13 (available in MoD website and can be provided on request). EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The bid security of the successful bidder would be returned, without any interest whatsoever, after the receipt of performance security from them as called for in the contract. EMD is not required to be submitted by those bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amends impairs or derogates from the tender in any respect within the validity period of their tender. 15. Registration. Successful bidder will be required to apply for registration. However, vendor already registered with DGAQA / DGQA / DRDO / OFB / DPSUs /Services Indigenisation Agencies / NSIC having valid registration will be considered as registered manufacturer/ vendors and copy of registration certificate to be enclosed alongwith the bids.

5.

PART II – ESSENTIAL DETAILS OF ITEMS/SERVICES REQUI RED

1. Schedule of Requirements. Details of item / services required is as follows:-

2. Pre- Bid Equipment Familiarisation. A display of the ibid equipment can be arranged at VRDE, Ahmednagar for familiarization/understanding of the system by the vendors prior to submission of bids. For this purpose, vendors may contact this office at Tele Nos 011-26168637/8192 not later than 14 (fourteen) days prior to the date of opening of the bids. 3. Technical Details : General Requirements

(a) BMP-POWERPACK should be of latest manufacture, conform to the current production standards and should have 100% of the defined life at the time of delivery. Deviations if any should be clearly brought out by the vendor in the Technical Proposal. All upgrades and modifications carried out on the engine as well as the automatic transmission during its life cycle must be intimated to the Dte of Indigenisation.

(b) If the BMP-POWERPACK being offered by the vendor has been supplied / contracted with any organization, public/ private in India or abroad, the details of the same must be furnished in the technical as well as commercial offers.

4. Operational, Physical and Technical Characteris tics and Features. The broad operational, physical and technical characteristics/ features that are required to be met by the BMP-POWERPACK are elucidated at Appendix ‘A’ . 5. Technical Offer . A suggested format of the Technical Offer is attached as Appendix ‘B’ to the RFP. The technical details should be factual, comprehensive and include specifications of the offered BMP-POWERPACK against broad requirements listed at Appendix ‘A’ to the RFP. Any other information pertaining to the technical specifications considered important/ relevant by the vendor may also be included. Should the vendor be contemplating any upgrades or modifications to the proposed BMP-POWERPACK being offered, the details regarding these should also be included in the technical proposal. Insufficient or incomplete details may lead to rejection of the offer. The technical proposal should be submitted in the hard as well as soft copy. 6. Confirmation to the Bid. Bidders are required to accept the terms and conditions as given in the RFP. 7. Delivery Schedule. One runner ICV BMP vehicle (earmarked by the Dte Gen of Mech Forces) shall be made available to the vendor at 512 Army Base Workshop, Kirkee, Pune for the purpose of the project. Integration of the BMP-POWERPACK in the vehicle shall be completed

Nomenclature

Specification Qty Reqd

BMP-POWERPACK consisting of an indigenously available electronically controlled min 400 HP engine along with automatic transmission and accessories.

As per Appx ‘A’

01 Nos

6. by the vendor within 400 days from the date of placement of Development Order. All items supplied by the vendor as part of the integrated BMP-POWERPACK shall be taken on charge by 512 Army Base Wksp through a CRV, which in turn shall be transferred/ issued on to the log book of the prototype vehicle. This CRV shall later be required by the vendor to furnish claim for payment from PCDA HQ, ‘G’ Block, New Delhi-11. 8. Price must be quoted on F.O.R Destination basis by rail/road inclusive of Packing, Forwarding, Freight Charges, Transit Insurance and any other charges as applicable. The consignee for the contract shall be 512 Army Base Workshop, Kirkee, Pune. 9. IPR. The vendor has to confirm that there is no infringement of any patents/ rights in accordance with the prevailing laws. 10. Indigenisation Plan . It is desirable that indigenisation must begin from prototype stage itself and the vendor should subsequently be able to achieve over 90% indigenisation within 200 Nos of bulk, in case bulk order is placed on the vendor subsequently. The vendor however, must commit for the indigenisation plan at this stage itself. 11. Proposals must address all elements of the technical requirement. Conditional tenders or proposals that reflect a “partial solution” shal l be liable to be rejected.

PART III – STANDARD CONDITIONS OF RFP

Given in the DPM 2009 from page 175 to 183 (availab le in MoD website and can be provided on request)

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 Tendering authority. Failure to do so may result in rejection of bid submitted by the bidder. 1. Performance Guarantee . Bank Guarantee for a sum equal to 10% of the order value is to be furnished by the vendor within 30 days on receipt of Development Order. Bank Guarantee should be executed through a public sector bank or a private sector bank authorized to conduct government business and should be valid for a period of 39 months from the date of successful completion of Integration-cum-Fitment trials. Responsibility for timely renewal/ extension of validity of the bank guarantee shall be solely that of the vendor. The specimen of PBG is given in Form DPM-15 (Available in MoD website and can be provided on request). 2. Option Clause . The contract will have an Option Clause, wherein the Tendering authority can exercise an option to procure an additional 50% of the original contracted quantity in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract. The bidder is to confirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the tendering authority to exercise this option or not - Not Applicable. 3. Repeat Order Clause. The contract will have a Repeat Order Clause, wherein the tendering authority can order upto 50% quantity of the items under the present contract within

7. six months from the date of supply/successful completion of this contract, at cost less development cost, other terms and conditions remaining the same. The bidder is to confirm acceptance of this clause. It will be entirely the discretion of the Tendering authority to place the repeat order or not - Not Applicable.

4. Tolerance Clause. To take care of any change in the requirement during the period starting from issue of RFP till placement of the contract, Buyer reserves the right to 25% plus/minus increase or decrease the quantity of the required goods upto 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 - Not Applicable. 5. Parallel Development of Sources. Development contract may as far as feasible be concluded with two or more contractors in parallel, subject to the other vendors agreeing to match the price of L-1, in case of higher deviation, the full/ Economic Order Quantity (EOQ) order may be placed on L-1 vendor, subject to price being found reasonable.

6. Payment Terms for Indigenous Sellers. 100% Payment on acceptance of BMP-POWERPACK after successful completion of all stages of inspection/trials. It will be mandatory for the bidders to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/NEFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by bidders for receiving payments through ECS is at Form DPM-11 (available in MoD website and can be given on request). 7. Advance Payments . No advance payment(s) will be made what so ever. 8. Paying Authority . (PCDA HQ, ‘G’ Block, New Delhi-11). The payment of bills will be made on submission of the following documents by the Seller to the Paying Authority along with the bill:

(a) Ink-signed copy of Contingent Bill / Commercial Invoice/ Seller’s Bill. (b) Copy of Development Order/ Contract with U.O. Number and date of IFA’s concurrence, where required under delegation of powers. (c) CRVs of Consignee/ 512 Army Base Wksp in duplicate. (d) Claim for statutory and other levies to be supported with requisite documents / proof of payment such as Excise Duty Challan, Customs Duty Clearance Certificate, Octroi Receipt, proof of payment for EPF/ESIC contribution with nominal roll of beneficiaries, etc as applicable. (e) Exemption Certificate for Excise Duty / Customs Duty, if applicable. (f) Guarantee / warranty certificate (to be issued by the vendor). (g) Performance Bank guarantee / Indemnity Bond where applicable. (h) DP extension letter with CFA’s sanction, U.O. Number and date of IFA’s concurrence, where required, under delegation of powers, indicating whether extension is with or without LD. (j) Details for electronic payment viz account holder’s name, bank name, branch name and address, account type, account number, IFSC code, MICR code (if these details are not incorporated in supply order/contract). (k) Final Certificate of completion/ Acceptance (to be issued by DOI in lieu of Inspection Note) upon successful completion of the development project.

8. 9. Force Majeure Clause.

(a) Neither party shall bear responsibility for the complete or partial nonperformance 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 of the respective country 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.

10. Specifications . The following specifications clause will form part of the contract placed on successful bidder. “The Seller guarantees to meet the specifications as per Part-II of RFP and to incorporate the modifications to the existing design configuration to meet the specific requirement of the Buyer services as per modifications/requirements recommended after the Maintenance Evaluation Trials. All technical literature and drawings shall be amended as the modifications by the Seller before supply to the Buyer. The Seller, in consultation with the Buyer, may carry out technical upgradation/alterations in the design, drawings and specifications due to change in manufacturing procedures, indigenisation or obsolescence. This will, however, not in any way, adversely affect the end specifications of the equipment. Changes in technical details, drawings repair and maintenance techniques along with necessary tools as a result of upgradation/alterations will be provided to the Buyer free of cost within 45 days of affecting such upgradation/alterations”. 11. Transportation . F.O.R Consignee: The stores shall be delivered F.O.R Consignee. Seller will bear the cost and freight charges inclusive of packing, forwarding, transit insurance and any other charges as applicable to bring the goods to destination. 12. Inspection/ Trial Procedure.

(a) Integration-cum-Fitment Trials . Upon completion of work by the vendor, a team comprising of following members, will carry out the Integration-cum-Fitment trials at 512

9. Army Base Workshop location as per the trial directive issued by HQ Base Wksp Gp, Meerut before fielding the equipment for User Trials:-

(i) 01x Presiding officer (Colonel/Lt Colonel) - to be nominated by Chief Quality Control Engineer (CQCE), HQ Base Wksp Gp, Meerut.

(ii) 01x Member from 512 Army Base Workshop. (iii) 01x Member from DGQA. (iv) 01x Vendor Rep. (v) 01x User Rep. (vi) 01x DRDO Rep from VRDE (optional).

(b) User Trials . A team will be nominated by the DGMF/ MGO (EM) branch to carry out the User Trials in Desert, High altitude and Floatation as per trial directive to be issued by the DGMF.

(c) DGQA Evaluation Trials . A team will be nominated by HQ DGQA for conduct of DGQA Evaluation Trials.

(d) Maintainability Evaluation Trials (MET) . To be carried out by a team to be nominated by HQ Tech Gp EME.

13. The vendor will submit all drawings and specifications to DOI while offering the prototype for inspection/ trials and shall ensure that BMP-POWERPACK conforms to the same. Any improvement, changes and modification, based on fitment and performance test of BMP-POWERPACK, suggested by the Inspecting Officer/ Trial Agency, will be undertaken by the vendor at his own expense to meet the specified requirement. No extra charges will be asked for by the vendor for the same. Post successful completion of the development project, the design and all drawings/specifications shall be provisionally sealed by the AHSP. 14. Product Support. While being considered for bulk procurement at a later stage, the vendor would be bound by condition in the contract that he is in a position to provide product support in terms of maintenance, materials and spares for a minimum period of fifteen years after the date of supply. Even after the specified mandatory period, the vendor would be bound to give at least two years notice to the Government of India prior to closing the production line, so as to enable a Life Time Buy of all spares before closure of the said production line. The said aspect would also form an integral part of the contract. All upgrades and modifications carried out on the BMP-POWERPACK during its life cycle (as per requirement) must be intimated. 15. Warranty clause. Items supplied or works done on the ICV (prototype vehicle) as part of BMP-POWERPACK development project shall carry a comprehensive warranty by the vendor for 500 Engine hrs or 36 months, whichever is earlier, from the date of successful completion of Integration-cum-Fitment trials as sought vide the RFP. The draft warranty clause is given at Appendix ‘D’ . 16. 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”.

10. (b) Franking Clause in the case of Rejection of Goods . “The fact that the goods have been inspected after the delivery period and rejected by the Inspecting Officer will 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.”

17. Additional Requirements.

(a) All queries and technical matters during implementation of the project shall be referred to DOI. (b) The drawings/specifications once approved will not be reproduced or disclosed to any third party except to the authorized sub - contractor, if any, who will also be under similar obligation of the SECRECY and shall be immediately returned in good conditions to the issuing authority when the purpose of their issue has been served. (c) Inspecting Officer/ Trial Team is authorized to carry out any other test considered relevant based on intended use of the subject store.

PART V – EVALUATION CRITERIA & PRICE BID ISSUES 1. Evaluation Criteria. The broad guidelines for evaluation of bids will be as follows:-

(a) Only those bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP. (b) The lowest bid will be decided upon the lowest price quoted by the particular bidder as per the price format issued alongwith the RFP. All taxes and duties quoted by the bidders will be considered. The ultimate cost to the Buyer would be the deciding factor for ranking of bids. (c) The Bidders are required to spell out the rates of Customs Duty, Excise Duty, VAT, Service Tax, etc in unambiguous terms; otherwise their offers will be loaded with the maximum rates of duties and taxes for the purpose of comparison of prices. If reimbursement of Customs duty / Excise Duty / VAT is intended as extra, over the quoted prices, the bidder must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are vendor and final and no claim on account of such duties will be entertained after the opening of tenders. If a bidder chooses to quote a price inclusive of any duty and does not confirm inclusive of such duty so included is vendor and final, he should clearly indicate the rate of such duty and quantum of excise duty included in the price. Failure to do so may result in ignoring of such offers summarily. If a bidder is exempted from payment of Customs Duty / Excise Duty / VAT duty up to any value of supplies from them, they should clearly state that no excise duty will be charged by them up to the limit of exemption which they may have. If any concession is available in regard to rate/quantum of Customs Duty / Excise Duty / VAT, it should be brought out clearly. Stipulations like, excise duty was presently not applicable but the same will be charged if it becomes leviable later on, will not be accepted unless in such cases it is clearly stated by a bidder that excise duty will not be charged by him even if the same becomes applicable later on. In respect of the bidders who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of excise duty which is

11. normally applicable on the item in question for the purpose of comparing their prices with other bidders. The same logic applies to Customs Duty and VAT also. (d) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price. (e) The lowest acceptable bid will be considered further for placement of contract/ supply order after complete clarification and price negotiation as decided by the Tendering authority. The Tendering authority will have the right to award the contract to different Bidder for being lowest in particular items. The Tendering authority also reserves the right to do apportionment of quantity if it is convinced that lowest bidder is not a position to supply quantity in stipulated time. (f) Any other criteria as applicable to suit a particular case.

2. Price Bid Format . The price bid format is given at Appendix ‘C’ and bidders are required to fill this up correctly with full details. Vendors are required to mention their TIN/CST No/VAT No prominently in the quote. The tenderer will have no claim to compensation on account of increase of any duty/ tax etc. during the currency of the contract.

12. Appendix ‘A’

TECHNICAL SPECIFICATIONS : BMP-POWERPACK

General 1. ICV BMP is an armoured, amphibious, air transportable, fully tracked Combat Vehicle, fitted with UTD-20 engine which is of 285 (±15) HP power output, which at times is found to be inadequate for cross country mobility, floatation and gradient negotiations. The laden weight of ICV BMP-II is 14.2 (+2%) Ton. It is imperative that the proposed upgrade, that is, new BMP-POWERPACK with min 400 HP engine and automatic transmission should result in improved mobility, acceleration and gradient negotiation capability of the ICV BMP without compromising its floatation capability. Vehicle Performance 2. Vehicle performance with the new BMP-POWERPACK shall be as under:

(a) Vehicle speed on hard level ground : 65 kmph (Min) (while retaining its amphibious capability)

(b) Acceleration (0 to 32 kmph) : < 8 Secs

(c) Braking Efficiency : > 0.5 g

(d) Steering : Pivot turn (within 8 secs), Neutral turn,

Minimum turning radius with normal steering.

(e) Cruising Range (Min) Flat/on Road : 550 ± 10 km. (Fuel carrying capacity: 462 litres) Cross Country : 400 ± 10 km.

(f) Obstacle crossing ability

(i) Maximum gradient : 35 Deg @ 5 kmph (Min) (ii) Operation in inclined position : 17 Deg (iii) Operating terrain conditions : In plains, Desert and Semi-Desert

terrain, Urban Area, Riverine terrain, HAA.

(iv) Trench Width crossing : 2.5 m (v) Vertical obstacle crossing : 0.7 m

Outline Specifications of BMP-POWERPACK 3. The BMP-POWERPACK of the Infantry combat vehicle would essentially comprise of an electronic diesel engine, matching automatic transmission, air intake system, exhaust system, cooling system (for engine, transmission, hydraulic oil and ECU), fan drive system and accessories. The powerpack approach would integrate these systems as a single unit for easy installation and removal from the vehicle. The proposed BMP-POWERPACK should fit in the ICV within the existing spaces (power pack compartment) and layout of other systems without disturbing its centre of gravity or impairing any of its functional or operational characteristics

13. including floatation. Even the existing final drive location to be maintained even though final drive is modified/ replaced with a new design. Engine . 4. The replacement engine should be a min 400 HP, indigenously available, diesel fueled, water/liquid cooled, turbo-charged, electronically controlled and should be light-weight for enhanced power to weight ratio. It should be more fuel efficient and should offer extended service intervals. Fuel, lubricants and coolant used should be of the type for which indigenous equivalents are available and should preferably be of the same grades as being used by other tracked vehicles in the mechanized forces of the Indian Army. The engine should incorporate latest technologies with the following essential features:-

(a) The expected life of the engine (MTBO) should be over 1200 hrs. (b) Increment in the weight of ICV BMP due to integration of the upgraded powerpack should not exceed 500 kg . It must be ensured that amphibious capability of the ICV is not compromised due to the additional weight. (c) It should not suffer any significant power loss in the high altitude areas and should be capable of derating in High Altitude Areas by adjusting fuel flow rate (vendor certification required). It should be capable of cold starting without a separate pre-heater assembly. (d) It should be able to operate within ambient temperature range of -20° C to + 55° C. Vendor certificate to be provided for the entire op range. (e) Engine Shutdown Mechanism. Engine should have a provision to shutdown on detection of CBRN contamination.

(f) Engine Water-Proofing System. Existing water proofing system is designed for automatic protection of engine from water penetrating through the outlet and inlet manifold when the vehicle negotiates a water obstacle and the engine shuts down. Similar system of water proofing be provided.

(g) Engine Starting.

(i) Engine will be provided with Pneumatic/ Hydraulic starting as primary starting alonwith Electric as secondary starting system.

(ii) The new BMP-POWERPACK should have the provision for cold starting the engine in extreme cold climatic conditions and in High Altitude Areas.

(h) Smoke Generation. Smoke generation system is designed for laying smoke screen to provide concealment, based on formation of mist (smoke). Same system will be retained with suitable modification. (j) Gear arrangement must be provided for the water pump of the engine cooling system.

14. (k) Engine compartment sealing.

(i) Bulk heads - Suitable bulk heads (with necessary hatches for maintenance) for heat, acoustic sealing and CBRN protection will be provided. (ii) Rubber boots, seals, special rotary seals to seal drive line etc will be provided.

Transmission 5. The transmission, modular in design for easy installation and maintenance, should be fully automatic type suitable for the input power and torque rating and shall maintain 90% or greater efficiency over the entire operating range in all gear ratios. It shall be controlled by an electronic controller capable of adapting the controls logic as necessary to maintain the powerpack system efficiency and operation. Other parameter requirements are as under:- (a) Type. Automatic Transmission.

(b) Weight. < 600 kgs

(c) Brakes. Built-in service brake and parking brakes for holding the vehicle at 35 degree & 25 degree gradient respectively. (d) Mounting with Engine. Direct mounting with necessary coupling if required considering torsional vibrations. (e) Mechanical Emergency Gear. At least one gear in forward and one in reverse mode shall be provided for emergency operation in the case of electronic failure. Provision for tow starting to be provided.

(f) Safety Features. Transmission controller must have all safety features including automatic gear shifting in case of engine shutdown during emergency. It should also have manual over ride facility. (g) Transmission Control Unit (TCU)/ Electronic Control Unit (ECU), Monitoring Gauges, Indicators and warning devices. (h) Steering. The steering should be regenerative type without use of brakes and clutches with pivot turn and dead Engine steering capability.

Cooling System 6. Cooling system shall be able to meet the heat dissipation requirement of engine and transmission up to an ambient temp of 55º C. The system shall cater for engine coolant, engine oil, transmission oil, turbo-charger, hydraulic oil and the condenser of 20 KW capacity for the Environment Control Unit (ECU). The cooling system shall be designed by considering the heat dissipated from the transmission for a continuous operation at 5 kmph for a period of 8 hours in all terrain conditions. The heat exchangers and cooling fan has to be protected by armoured louvers, hence it is imperative that the complete cooling system fits within the existing space. There should be no drop in cooling performance of the engine even if additional fitments like ECU or any other mechanical device deriving power from engine, are integrated with the powerpack. Desired specifications are as under:-

15. (a) Weight : Less than 500 kg.

(b) Cores : Radiator, Charge Air Cooler, Transmission Oil Cooler,

Hydraulic Oil Cooler and Condenser of 20 KW capacity for Environment Control Unit (Total -05).

(c) Cooling Medium : Air drawn by two heavy duty, high performance mixed flow fans. (d) Fan Drive System : Hydrostatic with suitable controller for load dependent power consumption. (e) Cowl : To ensure sealing of cores with fans for better performance.

Air Intake/ Filtration System 7. As the BMP also has to operate in desert conditions, following requirements of the air intake/ filtration system are desirable:-

(a) Filtration efficiency of over 99.9% with self-cleaning capability.

(b) Filter life should be minimum 250 hours. The system shall have warning system to indicate choking.

(c) The air filtration system has to be protected by armoured louvers, hence it is desirable to accommodate it within the engine compartment.

Additional Features Required in the BMP-POWERPACK 8. Additional features of the BMP-POWERPACK are as under:-

(a) The complete unit shall be able to be assembled /disassembled in the powerpack compartment matching with the existing location (sprocket output). . (b) The BMP-POWERPACK shall be mounted in the vehicle with the necessary vibration isolation if required. Suitable anti-vibration mounts be provided. (c) The BMP-POWERPACK should be packaged in such a way that the systems such as air, fuel, transmission and engine oil filters, injectors, cooling fan, filler neck for coolant oil, transmission oil and fuel etc. are easily accessible to carry out maintenance work. MTTR (Mean Time to Replace) should preferably be approx. 05 hours by a crew of 04 technicians. (d) For quicker service/ maintenance point of view, the connections/ fastening are to be provided by Quick Dismantling coupling, V clamp etc. (e) Engine and transmission has to be directly mounted (considering necessary coupling for torsional vibrations if required).

16. (f) Control and instrument panel displaying engine and transmission parameters shall be provided. Control and instrument panel shall have provision for parallel tapping both for digital and analog signals, preferably with separate interface unit. (g) All electronic instrumentation, controls and electronic harnesses shall be hardened and have to qualify MIL standards/ EMI/ EMC. However, for the purpose of prototype, all connectors and wire harnesses must be of MIL grade; other electronic instruments/ controls too should be EMI/ EMC compliant as far as possible, or else at least industrial/ commercial but of superior grade. (h) All electronic instrumentation and controls shall be able to operate up to an ambient temp of 55oC and compartment temp of 70oC. (j) The BMP-POWERPACK should be CAN bus enabled for digital powerpack management system. Provisions should be made for measurement of various parameters, suitable sensing units (sensors) on the powerpack. Necessary safety control systems for the powerpack are to be provided along with necessary sensors, safety controls, lamps, fuses and wiring up to interface. Engine and Transmission to have independent running indicator (hour meter) for the record of service utilization. (k) Integration of ECU (Environmental Control Unit/ AC)- existing/ new. Arrangement to be provided for integrating the ECU (Environmental Control Unit/ AC) within the system including its drive and condenser. There should be no drop in the operational parameters of the engine upon integrating the ECU. (l) Various systems/ sub-systems of ICV BMP which are not being changed as a result of fitment of new BMP-POWERPACK should function efficiently as they used to perform before the upgradation or better. (m) Gauges and Indicators.

(i) The system should have sensors to provide information and also warning signals (audio and visual) on the Driver Instrument Panel, which should have gauges/ counters/ bulbs to indicate the readings/ warnings.

(ii) All sensors and indicators in the existing Driver Panel Board need to be incorporated in the new panel. (iii) Following additional ones should also be included:- (aa) Fuel level indicators. (ab) Controls for operation of ECU. (ac) Integration of ALNS display. (iv) The displays should be digital indicating the actual and permissible levels of operation.

(n) Generator output. 250 ± 5% Amps; 24 Volts to 28 Volts DC with integrated regulator.

. (o) Air Compressor. The air compressor should be rugged and capable of generating air pressures as required for operation of the pneumatic system of the ICV BMP. The

17. existing high pressure (150-170 bar) compressed air system of ICV BMP be replaced by medium pressure compressed air system for engine starting, periscope and air filter cleaning. The air compressor should have a minimum service life of 800 hrs. (p) Top Plate and Adjustable louvers. Suitable/ modified top plate and adjustable louvers with CBRN capability will be provided. (q) Final Drive. The existing Final Drive is of Planetary, Single Stage type with Gear Ratio of 5.5. If the proposed transmission does not match with the existing final drive, then the final drive should be suitably re-designed.

(r) Linkages and Control. All necessary linkages for accelerator, steering, brake, emergency gear, steering handle, etc to be provided.

(s) Power Take Off (PTO). (i) PTO arrangement of approx. 80 HP from the engine to drive the hydrostatic

fan drive pump. (ii) Another PTO arrangement of approx. 80 HP from the Automatic

Transmission to cater for any future modernisation/ power requirement. 9. Scope of Work . Scope of work/supply shall include the following:-

(a) Engine as per specifications. (b) Automatic Transmission as per specifications to include the following :

(i) Direction change and speed change. (ii) Regenerative steering. (iii) Service & Parking brakes. (iv) Lub Oil Temp & Pressure switches with indicator and audio alarm.

(c) Matching cooling system with expansion tank for engine, transmission, hydraulic oil, aftercooler (charge air cooler) and Condenser for Environment Control Unit.

(d) Fan drive system for cooling pack.

(e) Matching air cleaner/ filtration system.

(f) Piping (Hydraulic, Pneumatic and Water) inside the vehicle. (g) Exhaust gas system. (h) Two Power Take-offs- one from the engine and the other from the transmission. (j) Air Compressor suitable for pneumatic start. (k) Compact Generator of 250 ± 5% Amps; 24 Volts to 28 Volts DC with integrated regulator. (l) Suitable drive for compressor, water pump, fan drive system and generator.

18.

(m) Complete electrical wiring of the system (in the vehicle). (n) Performance calculation, torsional vibration calculation to be carried out. (o) Performance testing of BMP-POWERPACK as per mutually agreed Acceptance Test Plan (initially to be suggested by the vendor). (p) Mechanical and Electronic interfacing of the systems and their installation in the vehicle at 512 Army Base Workshop, Kirkee, Pune; complete technical support during testing and trials. (q) The vendor should provide two sets of the following Engineering Support Package (ESP) :-

(i) All design drawings, reports, ATPs.

(ii) All inspection & test reports.

(iii) Assembly, installation drawings.

(iv) User’s handbook.

(v) Operator’s Manual.

(vi) MRLS (Manufacturer’s Recommended List of Spares).

(vii) Workshop Manual.

(viii) Illustrated Spare Part list.

(ix) Special maintenance tools (SMT) etc.

19. Appendix ‘B’

TECHNICAL OFFER/ PROPOSAL

(To be prepared by the Bidder) Ser No

Requirement as per t he RFP Offer by the Vendor Remarks

1. Outline Specifications of the BMP-POWERPACK. Vendor is required to offer acceptance of compliance to the desirable Outline Specifications of the BMP-POWERPACK enumerated at Para 3 of Appx ‘A’ to the RFP. 2. Engine . Vendor is required to provide the technical description of the Engine covering each parameter enumerated at Para 4 of Appx ‘A’ to the RFP and additional details if any. 3. Transmission . Vendor is required to provide the technical description of the Automatic Transmission covering each parameter enumerated at Para 5 of Appx ‘A’ to the RFP and additional details if any. 4. Cooling System . Vendor is required to provide the technical description of the Cooling System covering each parameter enumerated at Para 6 of Appx ‘A’ to the RFP and additional details if any. 5. Air Intake/ Filtration System . Vendor is required to provide the technical description of the Air Intake/ Filtration System covering each parameter enumerated at Para 7 of Appx ‘A’ to the RFP and additional details if any. 6. Exhaust System, Braking System, Accelerator System, Steering System, Gear Shifting Mechanism, Driver Panel, Electronic Contro l System . Details to be furnished by the vendor each system wise. 7. Additiona l Features Required in BMP-POWERPACK. Vendor is required to offer acceptance of compliance to the desirable features of the POWERPACK enumerated at Para 8 of Appx ‘A’ to the RFP and additional details if any. 8. Scope of Work . Vendor is required to offer acceptance of the Scope of Work enumerated at Para 9 of Appx ‘A’ to the RFP and additional details if any. 9. Modifications Proposed (Each system

wise)

10. Implications of modifications with respect to Space/ volume/ Wt/ Performance.

• Please indicate Source of supply of each item, that is, in-house manufacturing/ trade

(Indian)/ overseas.

• Also, please indicate details of original components/ assys proposed to be removed permanently and those that shall be reused.

• Any other technical details, not covered but relevant.

20.

Appendix ‘C’

COMMERCIAL OFFER : BMP-POWERPACK- 01 No.

(To be prepared by the vendor) 1. Material Cost (Please list out each item system wise).

Total Material Cost : Rs

2. Design & Development Cost : Rs 3. Integration Cost (including testing, : Rs packing, transportation & misc) 4. Taxes (Please specify each tax) : Rs 5. Profit : Rs 6. Total Cost (1+2+3+4+5 above) : Rs (in words: Rupees _______________________________________________ )

S. No Item Source Per Unit Cost (Rs)

Qty Total Cost (Rs)

(a) Engine

(b) Transmission

(c) Cooling System

(c)(i) (c)(ii)

… (d) Air Filteration System

(d)(i) ….. (e) ……………System (..)

21. Appendix ‘D’

DRAFT WARRANTY CLAUSE 1. The seller warrants that the goods supplied under this contract confirm to technical specifications prescribed and shall perform according to the said Technical Specifications. 2. The seller warrants for a period of 500 Engine Hours/36 months whichever is earlier from the date of successful completion of Integration-cum-Fitment trials as sought vide the RFP. The warranty shall be valid for all items supplied or works done on the ICV including ESP that the goods/stores/ works including ESP, under this contract shall be free from all types of defects/ failure. 3. 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 one month of notification of such defect received by the Seller, provided that the goods are used and Warranty of the stores would be extended by user in log. Seller shall also rectify, test, adjust, calibrate and repair /replace the goods / stores arising due to accidents by neglect or misuse by the operator or damage due to transportation of the goods during the warranty period, at the cost mutually agreed to between the Buyer and Seller. 4. Seller hereby warrants that necessary service and repair back up during the warranty period of the stores shall be provided by the seller and he will ensure that the downtime is within one month of the warranty period at any one time. 5. In case the complete delivery of Engineering Support Package (ESP) 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.

End of RFP