You are on page 1of 4

REQUEST FOR PROPOSAL

HEAVY VEHICLES FACTORY AVADI

Request for proposal (RFP) No :HVF/ID/RFP/2020-20

(INVITATION OF BID FOR SUPPLY OF TRACK ASSEMBLY to Drg No.613.44.22CB-D1 (FOR


T-72 TANKS)

1. The online bid against this tender enquiry (Two Bid System) is invited for supply of item listed
in part II of this RFP. The tender reference can be viewed and downloaded at
https://eprocure.gov.in/eprocure/app. This RFP is based on guidelines issued vide MoD ID No.
59011/9/2019-D(HAL-1) dated 19/01/2020 for organizing production of spares and
components in India for implementation of IGA on Mutual cooperationin Joint manufacturing
of spares, components and aggregates and other material related to Russian Origin Arms and
Defense Equipment. The spares are to be delivered by manufacturing in India under the frame
work of IGA.

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

A Bid/ Queries to be addressed to The Sr. General Manager,


B Postal address for sending original documents Heavy Vehicles Factory Avadi,
(EMD, TenderFee specified in paragraph 3(a) Chennai-600 054
of part I of RFP)
C Name /Designation of the contact personnel R. Sathish Kumar
Jt.GM/ID&PS
D Telephone numbers of the contact personnel 044-26843030
E E-mail IDs of contact personnel hvfid.ofb@ofb.gov.in
F Fax Number 044-26841824
044-26840780

3. This RFP is divided into Seven parts as detailed below:

a) Part –I contains general information and instructions for the bidder 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 Nomenclature,
Quantity, 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 Bid Evaluation Criteria and format for price bid.

f) Part VI. Essential Documents to be enclosed

g) PART VII: Procedurefor submissionofResponseto the RFP


e)Delivery period for supply of the Stores:

The delivery condition of 12 months with delivery should start in 6 months and delivery
Free on Road to HVF

2.5. Inspection

2.5.1Inspection Authority in the consequent Contract shall be THE SENIOR GENERAL


MANAGER, HEAVY VEHICLES FACTORY AVADI.

2.5.2 The mode of Inspection applicable in the Contract :Despatch of material based on the
COC of OEM and followed by JRI at Factory by the Factory and the Supplier. Wherever, items /
components areimported, source of import and testing / inspection certificate/COC by OEM
/Manufacturer mustbe submitted as per testing parameters. The vendor should submit the
testingprotocols/passports of final assembly with the store

2.6. The mode/ terms of delivery required in the TE is Free on Road to HVF. To enable
equitable comparison of Bid received against the TE, it is necessary that the Bidder quote as
per the mode/ terms of delivery specified in the TE.

2.7. Bidder shall offer their quotes only on firm and fixed basis.

2.8. Time being the essence of the contract,the bidder should note that the consequent
Contract can be cancelled unilaterally by the Buyer in case deliveries are not received within
the contracted delivery period. In this regard the provisions of the Risk & Expense clause in
Part IV may be perused.

2.9. Extension of contracted delivery period due to reasons attributable to the Seller of the
consequent Contract shall be at the sole discretion of the Buyer, with applicability of
Liquidated Damages (LD) clause as mentioned in Part III.

2.10. Option Clause: Not Applicable


When the Contract provides for tests on the premises of the Seller or any of his
Subcontractor/s, Seller shall be responsible to provide assistance such as, labour, materials,
electricity, fuels, stores, apparatus, instruments as may be required and as may be reasonably
demanded to carry out such tests efficiently. Cost of any type test or such other special tests
shall be borne by the Buyer only if specifically agreed. The Seller shall give the authorized
representative of the Buyer reasonable prior notice in writing of the date on and the place at
which any stores will be ready for inspection/ testing as provided in the Contract.

3.5. Acceptance of Goods: After issue of COC by OEM, the material will be dispatched to the
consignee. On arrival at Buyer’s premises, it will be inspected jointly by QA/Inspection
Department & the representatives of the Seller as per appropriate Quality Assurance Plan and
their decision in the matter will be final. The test certificate/Testing protocols/Passports and
relevant supporting documents should be sent along with the consignment.

3.6. Payment Terms: The standard payment terms shall be 100% payment against Seller’s bill
by Account transfer through NEFT/RTGS only for accepted materials within 30 days from the
date of receipt of material or submission of bills/documents, whichever is later.

3.7. Warranty:

(a) All the Stores supplied shall be warranted against any defect in material, Workmanship,
defective design, materials and non-conformance to intended performance, manufacturing
defects, or dimension etc., for a period of 12 calendar months from the date they are actually
put to use or 12 calendar months from the date of receipt and acceptance of supply in Buyer's
place / buyer's designated place, whichever is earlier and the seller shall remedy such defects
at his/her own cost or replace free of charge such stores when called upon to do so.

(b) The seller cannot absolve their responsibility for warranty of material even though it is
inspected & approved by Inspection authority.

(c)In the event of Seller’s failure to attend the Warranty defects within a reasonable period of
time, the Performance Bank Guarantee will be encashed by the Buyer. The Buyer’s decision
shall be final and binding on Seller in this regard

(d) During warrantee period any equipment or component thereof supplied by the seller, suffers
due to defective material and or due to improper design and or due to defective drawing or due
to faulty workmanship the seller will assume full responsibility of rectification of such defective
equipment or component thereof including direct expenses related to removal and re-
positioning of the replacement/repaired equipment or component thereof and subsequent test
& trial, incurred thereon without any financial implication to Buyer.

(e) In the event Buyer desires to have extension of Warranty period beyond the stipulated
period, as above, the seller shall quote for the same (on monthly basis) for the period of such
extension.

(f) If the defects intimated during the Warranty period are not remedied within a reasonable /
stipulated time, the Buyer may proceed to rectify the defects at the seller's risk and cost, but
without prejudice to any other rights which the Buyer may have against the Seller in respect of
the failure of the Seller to remedy such defects.

(g) In the event of Seller’s failure to attend the Warranty defects within a reasonable period of
time, the Performance Bank Guarantee will be encashed by the Buyer. The Buyer’s decision
shall be final and binding on Seller in this regard.
PART VI. ESSENTIAL DOCUMENTS TO BE ENCLOSED

JV /MoU Indian partner has to submit the following documents in technical bid to be
eligible for technical acceptance of bid:
1. Documentary proof of JV/MOU/collaboration agreement
2. Authorization letter from OEM, authorising Indian bidder to submit
bid against this RFP.
3. Letter from OEM assuring handholding/Technical guidance/ToT and
acceptance for certifying the quality of final product being
manufactured and supplied by Indian JV/MoU partner.
4. Firm will submit ATP/Quality Plan Document with undertaking that it will
submit the final testing protocols and Passports/Certificate of
Conformance (COC) with consignment.
5. Plan for progressive indigenization to be submitted along with an
undertaking that it is bound to submit documents to prove the
indigenisation values as per DDP 2016
6. Acceptance letter for all TE conditions.

2. Other Documents to be submitted-.

a. Firm has to submit the final testing protocols and Passports/CoC with
consignment.
b. Information Performa in annexure B to be filled.
c. Firm will submit GST registration certificate with proof of paying GST,
(if applicable)
d. Firm will submit the PAN along with latest year proof of paying the
Income tax.
Firm will submit turnover of last 03years.
e. Start-up firm will submit the Startup certificate issued by DIPP.
f. Micro, Small and Medium Enterprises (MSMs) registered with District
Industries Centres orNational Small Industrial Corporation or any
other body specified by Ministry of Micro, Smalland Medium
Enterprises (MSME) will submit copy of
UdyogAadhaarMemorandum(UAM)number.

You might also like