<<

Tele : 23010231/2112 5414 BY REGISTERED POST FAX : 011- 2617 1279 Air Headquarters Dte of Mechanical transport West Block – VI, RK Puram, New Delhi – 110 066

Air HQ/63204/8/MT (T) 11 Jun 2018

M/s BVEL, Sahibabad, Ghaziabad M/s BEML, New Delhi M/s Brij Basi Hi-Tech Udyog Limited, New Delhi

REQUEST FOR PROPOSAL / INVITATION OF QUOTATION FOR ANNUAL MAINTENANCE CONTRACT (AMC) OF QTY – 16 BEML ACFTs ON LTE BASIS AND TWO BID SYSTEM

1. Quotation in Two bid system (Technical and Commercial bid) in separate sealed cover is invited on LTE basis for AMC of Qty-16 BEML ACFTs held at various operating units of IAF. Please superscribe the above mentioned title, RFP number and date of opening of the Bids on the sealed cover to avoid the Bid being declared invalid.

2. This tender has been e-published on Govt. of India Central Public Procurement Portal on date ______at e-procure.gov.in. To reach the site, please navigate as under:

e-procure.gov.in ------Tender Search ------Org Name ----- Indian Air Force --- City New Delhi ----- Product Category… Aviation ----- Search

Note: RFP will be visible as well as available for download till 15 min prior to original closing time of the RFP

3. General information about the tender:-

(a) Tender reference No. Air HQ/63204/8/MT (T) dated 11 Jun 2018 (b) Last date and time for 05 Jul 2018 by 1100 hrs receipt of tenders (21 days from date of floating RFP) (c) Time and date for 05 Jul 2018 at 1130 hrs opening the tenders (21 days from date of floating RFP) (d) Place of opening of Tender opening Room tenders Air Headquarters, Vayu Bhawan New Delhi 110 106 (e) Address for Clarification Air Headquarters, Dte of Mechanical Transport, West Block VI, RK Puram, New Delhi-110 066

Signature of Seller

2

______

(f) Contact person and DMT, Air HQ, RKP, New Delhi 110 066 Tele contact No. No. 23010231/ 2112 5152 (g) Quotation shall remain 04 Dec (at least 06 months from date of valid till opening)

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 will form part of the Contract with the successful Bidder.

(d) Part IV – Contains Special Conditions applicable to this RFP 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 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.

6. PLEASE SUPERSCRIBE YOUR FIRM’S NAME, ADDRESS AND RFP NO. & DATE OF TENDER OPENING ON SEALED COVER, SO AS TO AVOID THE BID BEING DECLARED UNSOLICITED.

PART I – GENERAL INFORMATION

1. Last date and time for depositing the Bids: 05 Jul 2018 by 1100 Hrs (Date to be mentioned in terms of DD MM YEAR) (21 days from date of floating RFP) The sealed Bids (both technical and commercial, in case bids are called for) should be deposited/reach by the due date and time. The responsibility to ensure this lies with the bidder.

2. Manner of depositing the Bids. Sealed Bids should be either dropped in the Tender Box marked as “ACAS (Lgs) - Tender box No-02”, Near Reception Office, Air Headquarters (VB), New Delhi 110 106 prior to or by due date or sent by registered post at the address given above so as to reach by the due date and time. Late tenders will not be considered. No responsibility will be taken for postal delay or non-delivery/non-

______

Signature of Seller

3

receipt of Bid documents. Bids sent by FAX or by e-mail will not be considered (unless they have been specifically called for by these modes due to urgency).

3. Time and date for opening of Technical Bids: 05 Jul 2018 at 1130 Hrs (21 days from date of floating RFP) (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: The tender box will be kept at: “ACAS (Lgs) - Tender box No-02”, Near Reception Office, Air Headquarters (VB), Rafi Marg, New Delhi 110 106. Only those Bids that are found in the tender box will be opened. Bids dropped in the wrong Tender Box will be rendered invalid.

5. Place of opening of the Bids: Tender Opening Room, Near Reception Office, Rafi Marg, Air Headquarters (VB), New Delhi 110 106. The Bidder 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 all Bidders will be read out in the presence of the representatives of all the Bidders. This event will not be postponed due to non-presence of your representative.

6. Two-Bid System. As the case is a Two-bid system, only the Technical Bid would be opened on the time and date mentioned above. Date of opening of the Commercial Bid will be intimated after acceptance of the Technical Bids. Commercial Bids of only those firms will be opened, whose Technical Bids are found compliant/suitable after Technical evaluation is done by the Buyer.

7. Forwarding of Bids. Bids should be forwarded separately for Technical proposal and commercial proposal, by Bidders under their original memo / letter pad inter alia furnishing details like TIN number, GST details, Bank address with EFT Account, if applicable, etc and complete postal & e-mail address of their office including FAX number.

8. Clarification regarding contents of the RFP: A prospective bidder who requires clarification regarding the contents of the bidding documents, shall notify to the Buyer in writing about the clarifications sought not later than 14 (fourteen) days prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser will be sent to all prospective bidders who have received the bidding documents.

9. 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 Buyer 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 purchaser 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.

______

Signature of Seller

4

10. 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.

11. Rejection of Bids: Canvassing by the Bidder in any form, unsolicited letter and posttender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected.

12. Unwillingness to quote: Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be de-listed for the given range of items as mentioned in this RFP.

13. Validity of Bids: The Bids should remain valid till 04 Dec 2018 i.e. at least for six months from the last date of submission of the Bids.

14. Earnest Money Deposit : Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs. 27,00,000/- value 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. 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.

PART II – ESSENTIAL DETAILS OF ITEMS/SERVICES REQUIRED

Schedule of Requirements. – List of items / services required is as follows: Annual maintenance contract i.r.o. Qty-16 BEML make ACFTs Sl Sec/ Description Specifications DOQ Qty Visiting charges in No Ref Indian Rupees per unit No per visit 1 AMC of BEML As per scope of Each 16 ACFTs work listed at Appendix-“A” # The Technical and Commercial proposal is to be submitted as per the relevant details furnished along with the RFP as follows:-

______

Signature of Seller

5

(a) Scope of work to be done on each BEML ACFT during each visit as per Appendix- “A”. (b) Price the Mandatory Spares listed at Annexure-I to Appendix ‘A’ for each AMC visit. (c) Price the list of spares to be replaced “On Conditions” at Annexure- II to the Appendix ‘A’. (d) Price the Non-Mandatory Spares (NMS) listed at Annexure - III to Appendix ‘A’. NMS will be changed in consultation with local CEO’s on actual, case to case basis, as per requirement. (e) Taxes etc wherever applicable and break down of service charges. (f) Proposal should have validity of six months from date of opening of tender.

2. Quantity Covered in the Contract. Qty-16 ACFT along with location and BA No. are placed at Appendix ‘B’.

3. Technical Details. The AMC shall involve preventive maintenance of Qty-16 BEML ACFTs. The contract for AMC will be valid for a period of 03 years from the date of signing of the contract or positioning of Mandatory Spares, whichever is later.

(a) AMC will involve three scheduled visits per BEML ACFT at four months interval carried out by the authorized OEM trained engineer of AMC firm in a year along with change of mandatory spares during each visit. The contract for BEML ACFTs will be valid for 03 years on the same terms and conditions finalised after CNC and would be governed by the procedures laid down in DPM-2009, special conditions given here and where these are at variance, the latter shall apply. During each visit, the ACFTs will be thoroughly serviced by the team which includes necessary checks, inspections, repairs and replacement of spares as per the scope of work. The brief extent of work to be carried out during each visit is given in Appendix-‘A’ attached hereto and will form integral part of the Contract.

(b) All Mandatory & On Condition Spares supplied by M/s BVEL shall be first brought on charge by raising CRV at 27 ED, AF on inspection by QAS staff in the form of kits for each consignee unit. These would be dispatched to consignee unit by the depot. Two copies of CRV shall be handed over by the depot to M/s BVEL for submission to this HQ along with their bill. These items on receipt at the ultimate consignee unit are to be handed over to AMC team for fitment during their scheduled visit as per details placed at Annexure – I & Annexure – II to Appendix-‘A’.

(c) The Non-Mandatory Spare parts will be changed on recommendations of OEM specialists, only with the concurrence of the CEO/ STO(MT) of the unit concerned, on case to case basis as per requirement. The list of Non-Mandatory Spares is placed at Annexure-III to Appendix-‘A’.

(d) All out efforts will be made to repair all repairable Non Mandatory Spares. Non Mandatory Spares will be replaced with new one only, when the defective Non Mandatory Spares is beyond repairable condition. Such bills are to be certified by

______

Signature of Seller

6

CEO of the base as correct. Repair charges will be paid on actual from Code Head 743/01 within the existing sanction.

4. Delivery Period. AMC visit by the firm would be carried out at designated consignee unit where the ACFT is currently located. The location and BA No. of ACFTs are subject to change and need to be serviced as per current location and serviceability of the ACFTs at the time of AMC visit. The Annual Maintenance Contract shall involve the maintenance of Sixteen (16) ACFTs. The AMC will involve three scheduled visits per ACFT per year at four monthly intervals. The first visit will have to be completed within five months from the date of signing the contract. The subsequent second and third visits will have to be completed within eight months and twelve months from the date of commencement of the contract. Please note that, contract can be cancelled unilaterally by the Buyer in case visits are not completed within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with applicability of Liquidated Damage (LD) clause.

5. Terms of Delivery. As per AMC schedule.

6. AMC of Downgraded ACFT

(a) During the period of contract, if any ACFT gets downgraded to class V/B or class VI BER, it will be automatically deleted from the AMC. The purchaser reserves the right for allotting another ACFT for inclusion in AMC, if available and necessary.

(b) In case of AMC not being conducted on a particular ACFT due to un- serviceability or down-gradation, the cost of AMC for that particular ACFT shall not be charged in the bills.

7. Minor Repairs. The AMC team shall be obliged to undertake minor repairs on the ACFT during their visit without any extra cost. This will, however, not include larger repairs which need the AMC team to overstay beyond their scheduled stay. Extra spare parts, if any, required for such repairs shall be procured from company by the unit, by following correct Logistics procedure.

8. Repair Beyond Scope of AMC. For any repairs arising beyond the scope of this AMC, the unit will initiate local repairs / purchase procedure following logistics norms. If the order is placed on firm, it is obligatory on the part of firm to complete the repairs within reasonable time frame. Such repairs and replacements would hold further warranty of one year from the date of repair/replacement.

9. Consumables, Tools & Tackles. Units have to provide the AMC team the required consumables like Petrol, Diesel and lubricants, Hydraulic Oil, Grease and Cotton Wastes etc. The standard tools (general purpose) and tackles are also to be provided by the units to the AMC team. However, if any special tool is required for any job covered in the scope of work, Rep of firm shall carry such tools along with them during AMC visits.

______

Signature of Seller

7

10. Breakdown Maintenance.

(a) In case of breakdowns arising during the currency of contract, the firm will have to make additional visits on free of charge basis. The ACFTs will have to be attended to on such calls within 05 days from the date of intimation by the unit concerned.

(b) In the event of such breakdown, the concerned IAF unit will directly intimate the firm with detailed nature of the breakdown, so that the firm’s service team is able to effectively analyze the problem and carry necessary spares to make the ACFTs serviceable at the earliest.

(c) When such a service is to be attended and the number of days left is less than 30 days before the next scheduled AMC visit, then the firm’s team will perform the activities of AMC and the call will be treated as one of the scheduled AMC visit.

(d) Units will utilize the NMS on ‘As and When Required’ basis on recommendation of CEO / Oi/c MT as per the list given in Annexure-III to Appendix-‘A’ of the contract. In this case, the firm has to supply the said NMS and repair the ACFT within 07 days from date of assessment. Goods & Service Taxes (GST) will be applicable as per existing rates. LD will be deducted from the payment due to the Seller for delay in supply of the spares and repair from 8th day onwards.

(e) In case of requirement of Spares which are not ® not included in the Non Mandatory Spares list, budgetary quote for the same will be given by the AMC firm mandatorily within 05 days from date of assessment and firm to bid for same mandatorily. If the order is placed on firm, it is obligatory on the part of firm to supply the spares as per SO and repair the ACFT within the period of SO. LD will be deducted by the concerned AF Stations from the payment due to the Seller for delay in supply of the spares. After the supply of spares, units have to clear the bills within 14 days.

(f) During the period of AMC, the firm would ensure that, downtime of ACFT (calculated after 07 days after date of assessment as per Part II Para 10 (d) and as per the last date specified in SO as per Part II Para 10 (e)) is limited to a maximum downtime of 05 days in a scheduled visit period (120 days) as given in Part III Para 8(b). The calculation for no. of days of downtime for LD will be as such:

(i) In case vendor visits within 05 days of intimation by unit then downtime is calculated from date as given below:

(aa) NMS listed in AMC. On completion of 07 days from date of assessment by AMC firm (Part II Para 10(d) refers) i.e 8th day onwards. (ab) NMS not listed in AMC. On completion of last day specified in the SO by unit (Part II Para 10(e) refers).

______

Signature of Seller

8

(ii) In case vendor does not visit within 05 days of intimation by unit (Part II Para 10(a)) or after assessment, does not give budgetary quote (Part II Para 10(e)) within 05 days, then downtime will be calculated from sixth day onwards.

(g) During the period of AMC, if downtime of ACFT {calculated as per Part II Para 10 (f)} exceeds 15 days then ‘No ® No’ payment for servicing will be made for the affected scheduled period of 120 days.

11. Quality Assurance. The vendor will provide assurance for quality service as per scope of work listed at Appendix–‘A’ to the full satisfaction of user unit MTO / CEO.

12. Training of Air Force Technicians. During each visit, it will be obligatory on the part of AMC team to educate and train the IAF technicians on safe operation and maintenance of the ACFTs. To effectively undertake this, concerned unit to detail required number of air warriors to associate with AMC team and gain hands on experience.

13. Acceptance Test. On completion of the job as per Appendix-A, the firm will collect ‘Job Completion Certificate’ from concerned units as per format at Annexure-IV to Appendix-‘A’.

14. Consignee Details. Details of Qty-16 ACFTs along with unit and locations are placed at Appendix-‘B’.

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 successful 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 discussions. 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 is as per Forms DPM-7, DPM-8 and DPM-9 (Available in MoD website and can be provided on request). ______

Signature of Seller

9

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 Contracts 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 any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 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 of 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 the Seller is the original manufacturer of the stores/provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be 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

______

Signature of Seller

10

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 the stores / goods / services, conduct trials, installation of equipment, training, etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. Following LD will apply

(a) LD clause will be levied for delay in the scheduled AMC visit for servicing a particular ACFT in a term to the sum of 0.5% of the contract 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 the delayed stores / services.

(b) During the period of AMC, the firm would ensure that, downtime of ACFT (calculated 07 days after date of assessment as per Part II Para 10(d) and as per the last date specified in SO as per Part II Para 10(e)) is limited to a maximum of 05 days in a scheduled visit period (120 days) based on calculation as given in Part II Para 10(f). This would be calculated in a ratio basis based on number of days between two successive visits. Any further downtime would attract penalty @ 0.5% for a week/part of weeks downtime subject to a maximum amount of 10% of the value of the contract i.r.o. those particular ACFTs. During the period of AMC, if downtime of ACFT {calculated as per Part II Para 10 (f)} exceeds 15 days then ‘No ® No’ payment for servicing will be made for the affected scheduled period of 120 days.

(c) LD will be levied for delay in supply and fitment of spares listed in NMS list after 07 days from date of assessment by AMC firm (Part II Para 10(d) refers) i.e 8th day onwards. LD will be deducted by the concerned AF Stations for delay in supply of spares not listed in NMS from the payment due to the Seller wrt SO for supply of spares @ 0.5% per week or part thereof and not exceeding 10% of the value of the Supply order as per Part II Para 10(e). This is independent of the LD which may be due to be levied as per Part III Para 8(b) above.

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

(a) The delivery of the AMC services are delayed for causes not attributable to Force Majeure for more than four months after the scheduled date of last visit.

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

______

Signature of Seller

11

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

(d) When the contractor fails to honour any part of the contract including failure to deliver the contracted stores/render services in time

(e) When the contractor is found to have made any false or fraudulent declaration or statement to get the contract or he is found to be indulging in unethical or unfair trade practices.

(f) When both parties mutually agree to terminate the contract.

(g) When the items offered by the supplier repeatedly fails in the inspection and/ or the supplier is not in a position to either rectify the defects or offer items conforming to the contracted quality standards.

(h) Any special circumstances, which must be recorded to justify the cancellation or termination of contract.

10. Notices. Any notice 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 prepaid mail/airmail, addressed to the last known address of the party to whom it is sent.

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

12. 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 the supplies, irrespective of the fact of infringement of any or all the rights mentioned above.

13. Amendments. 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.

14. Taxes and Duties.

(a) In respect of Indigenous Bidders.

(i) General / GST ______

Signature of Seller

12

(aa) Bidders must indicate separately the relevant Taxes/Duties likely to be paid in connection with delivery of completed goods specified in RFP. In absence of this, the total cost quoted by them in their bids will be taken into account in the ranking of bids.

(ab) If a Bidder is exempted from payment of any duty / tax upto any value of supplies from them, he should clearly state that no such duty/tax 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 any Duty/tax, it should be brought out clearly. In such cases, relevant certificate will be issued by the Buyer later to enable the Seller to obtain exemptions from taxation authorities.

(ac) Any changes in levies, taxes and duties levied by Central/State/Local governments such as GST etc on final product upward as a result of any statutory variation taking place within contract period shall be allowed reimbursement by taking place within contract period shall be allowed reimbursement by the Buyer, to the extent of actual quantum of such duty/tax paid by the Seller. Similarly, in case of downward revision in any such duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc, if any, obtained by the Seller. Section 64-A of Sales of Goods Act will be relevant in this situation.

(ad) Levies, taxes and duties levied by Central/State/Local governments such as GST on final product will be paid by the Buyer on actuals based on relevant documentary evidence. Taxes and duties on input items will not be paid by Buyer and they may not be indicted separately in the bids. Bidders are required to include the same in the pricing of their product.

(ii) Sales Tax / GST

(aa) If it is desired by the Bidder to ask for GST extra, the same must be specifically stated. In the absence of any such stipulation in the bid, it will be presumed that the prices quoted by the Bidder are inclusive of sales tax / GST and no liability of sales tax / GST will be developed upon the Air HQ.

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

______

Signature of Seller

13

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 Guarantee. The Bidder will be required to furnish a Performance 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 10% of the contract value within 30 days of receipt of the confirmed order. Performance 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).

2. Payment Terms. 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/ EFT 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 cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by Bidders for receiving payments through ECS as per Form given in DPM-11 (Available in MoD website and can be given on request). The payment will be made on submission of ser clearance certificate, all relevant bills and documents for each site in respect of AMC contracts.

3. Terms of payment. The bills shall be submitted on completion of each cycle of AMC along with receipt certificate of Non-mandatory spares and Joint completion report for claiming payment. After completion of each AMC visit the bills for AMC visit and supply of mandatory/ non mandatory spares will be submitted unit/ ACFT wise by the firm in Contractor’s bill format IAFA 68 (Revised) to Directorate of Mechanical Transport at Air Headquarters (along with certificates from unit certifying satisfactory completion of job, confirmation of replacement of mandatory and non-mandatory spares and copy of relevant CRVs for spares) towards claim on pro-rata basis.

4. Paying Authority. Accounts Officer, O/o CDA (Air Force), West Block No V, RK Puram, New Delhi- 66. (Fax 011-26102879). 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 / Seller’s bill.

(b) Ink-signed copy of Commercial invoice.

(c) Copy of Supply Order / Contract with U.O. number and date of IFA’s concurrence, where required under delegation of powers.

(d) CRVs (Certificate Receipt Voucher) from the consignee in duplicate.

______

Signature of Seller

14

(e) Bills for AMC visits and supply of Mandatory spares will be submitted unit / vehicle wise by the firm in contractor’s bill format IAF(A) 68 (Revised) to Directorate of Mechanical Transport, Air Headquarters, West Block – VI, RK Puram, New Delhi – 110 066.

(f) Job Completion Certificate (as given in Annexure IV to Appendix-‘A’) and NonMandatory Certificate (as given in Annexure V to Appendix –‘A’) from CEO/ O I/c MT or MTR&S of the unit certifying Satisfactory Completion of Job and fitment of NMS.

(g) Claim for statutory and other levies to be supported with requisite documents / proof of payment such as GST, Customs duty clearance certificate, etc as applicable.

(h) Guarantee / Warranty certificate.

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

(k) 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.

(l) 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).

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

(n) Xerox copy of PBG.

5. Fall Clause. Seller is to confirm acceptance of Fall clause as per provision of DPM 2009 covered in Pt-IV/Appendix ‘C’ of DPM 2009 (Page 188) which will form part of Supply Order. Fall clause is applicable only for supplies to departments /organisations within India.

(a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offer to sell stores of identical description to any persons/Organization 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 may be during the period till performance of all supply Orders placed during the currency of the rate contract is completed.

(b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/organization including the Buyer or any Depts., of central Govt. or any Department of the State Government or any Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under the contract, the firm shall forthwith notify such ______

Signature of Seller

15

reduction or sale or offer of sale to the Director general of Supplies & Disposals and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:-

(i) Exports by the Seller.

(ii) Sale of goods as original equipment at price lower than the prices charged for normal replacement.

(iii) Sale of goods such as drugs which have expiry dates.

(iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the authority concerned under the existing or previous Rate Contracts as also under any previous contracts entered into with the Central or State Govt. Depts., including their undertakings excluding joint sector companies and/or private parties and bodies.

6. Inspection Authority. The inspection will be carried out by CEO/ STO of consignee unit, where the ACFTs are located. The mode of Inspection will be Departmental Inspection.

7. Claims. The following Claims clause will form part of the contract placed on successful Bidder –

(a) The claims may be presented either: (i) on quantity of the stores, where the quantity does not correspond to the quantity shown in the Packing List/Insufficiency in packing, or (ii) 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 JI 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. ______

Signature of Seller

16

(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 stationed in India.

8. Warranty. –The following Warranty will form part of the contract placed on successful Bidder –

(a) The Seller warrants that the goods supplied under the contract conform to technical specifications prescribed and shall perform according to the said technical specifications.

(b) The Seller hereby declares that the spares parts fitted under mandatory category will have a warranty of Six months from the date of fitment.

(c) The Seller hereby declares that the spares parts fitted under non-mandatory category will have a warranty of one year from the date of fitment. Items not in Nonmandatory list but replaced through local purchase are also to have one year warranty from the date of fitment.

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 as given in Appendix ‘C’ & ‘D’, both technically and commercially.

(b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyer with reference to the technical characteristics of the equipment as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP. 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 provided as BOQ.xls along with tender

______

Signature of Seller

17

document. The consideration of taxes and duties in evaluation process will be as follows:

(i) In cases where only Indian Bidders are competing, L-1 bidder will be determined by excluding levies, taxes and duties levied by Central/ State/ Local governments such as GST etc on final product, as quoted by bidders.

(ii) In cases where both foreign and indigenous Bidders are competing, following criteria would be followed: -

(aa) In case of foreign Bidders, the basic cost (CIF) quoted by them would be the basis for the purpose of comparison of various tenders.

(ab) In case of indigenous Bidders, excise duty on fully formed equipment would be offloaded.

(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 negotiations as decided by the Buyer. The Buyer will have the right to award contracts to different Bidders for being lowest in particular items. The Buyer also reserves the right to do Apportionment of Quantity, if it is convinced that Lowest Bidder is not in a position to supply full 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 below and Bidders are required to fill this up correctly with full details:

(a) To be given Separate for 1st, 2nd and 3rd year

Sl No AMC Attributes 1st Year 2nd Year 3rd Year (i) Servicing Charges: (i) Cost per Visit per ACFT Rs. …./- Rs. …./- Rs. …./- (ii) Service charges per ACFT per year. {(i) x 3 visits} = Rs. …./- Rs. …./- Rs. …./- (iii) Mandatory Spares Charges: (aa) First visit Rs. …./- Rs. …./- Rs. …./- (ab) Second visit Rs. …./- Rs. …./- Rs. …./- (ac)Third visit Rs. …./- Rs. …./- Rs. …./- (ad) …..% discount if any Rs. …./- Rs. …./- Rs. …./- (iv) Total Mandatory spares charges per Rs. …./- Rs. …./- Rs. …./- ACFT per year. ______

Signature of Seller

18

(v) Cost of ‘On Condition’ Spares Rs. …./- Rs. …./- Rs. …./- replaced once in a year (vi) Total Mandatory & ‘On Condition’ Rs. …./- Rs. …./- Rs. …./- Spares charges per ACFT per year. (vii) Basic cost of AMC per ACFT per year. Rs. …./- Rs. …./- Rs. …./- {Service + (Mandatory + On Condition)} {(ii) +(vi)} (viii) Total Cost of Non-Mandatory spares per Rs. …./- Rs. …./- Rs. …./- ACFT per year (ix) Total Basic cost of AMC per ACFT per Rs. …./- Rs. …./- Rs. …./- year. (Service + Mandatory + on Condition + NMS) {(vii) +(viii)} (x) Basic cost of AMC for Qty-16 ACFTs Rs. …./- Rs. …./- Rs. …./- for one year. {(ix) x 16} (xi) Total Cost of AMC for Qty-16 ACFTs for Rs. …./- three years.

(b) For evaluation of bid, the total cost of Service Charges + Mandatory Spares + On condition and Non Mandatory spares for Qty-16 ACFTs for a period of three years will be taken.

(c) IAF reserves the right to negotiate cost of Non Mandatory spares to bring it at par with the lowest quote wrt each spare.

Note. 1. Determination of L-1 will be done based on total of basic prices in addition with 100% cost of NMS (not including levies, taxes and duties levied by Central/ State/ Local Governments such as GST/other taxes, etc on final product) of all items/ requirements as mentioned above.

3. Additional Information in Price Bid on Taxes and Duties (Not in Scope of L-1 Determination).

(i) Is GST extra? If yes, mention the following (a) Total value of items / service on which GST is leviable. (b) Rate of GST (item-wise if different GST is applicable) (c) Surcharge/Cess on GST, if applicable (d) Total value of GST payable (ii) Is GST Exemption applicable: If yes, then mention and enclose the following (a) Govt. notification number under which exemption granted: (iii) Is Custom Duty Extra? If yes, then mention the following:

______

Signature of Seller

19

(a) Custom notification number under which Custom Duty is payable (Enclose a copy) CIF value of stores to be imported: Rate of Customs Duty payable: Total amount of Customs Duty payable: (iv) Any other Taxes / Duties / Overheads / Other costs (v) Grand Total of all duties and Taxes Note (a) Please confirm that the store offered by you is exactly as required under tender enquiry description specification/drawing.

(b) In case there is any deviation the same shall be specifically stated.

4. The RFP is being issued with no financial commitment and purchaser reserves the right to change or vary any part thereof at any stage. Purchaser also reserves the right to withdraw the RFP should it be so necessary at any stage.

5. Please acknowledge receipt.

Thanking you, Your’s faithfully

Sd/- (J Christopher) Gp Capt JDMT (T) Annexed: As stated

______

Signature of Seller

20

APPENDIX-‘A’ Air HQ/ 63204/8/MT(T) dated 11 Jun 2018 SCOPE OF WORK AMC OF QTY 16 BEML MAKE ACFTs

Sl No. Activity Remarks A Engine 1 Check oil level in engine 2 Check & tighten the alternator belt 3 Check and adjust the valve clearance 4 Check tightening of fastening nuts on the intake and exhaust manifolds Check tightening of all connections on the vehicle and the engine intake manifold, 5 visually inspect the integrity of all rubber parts 6 Check oil supply and discharge lines from turbocharger for leaks Check the air sub pressure indicator in the engine intake manifold for function and 7 check the electric circuit "sub- pressure indicator - signal lamp" 8 Check the main filter element of air filter for condition 9 Check exhaust manifold for leaks 10 Clean cooling ribs of cylinder heads intake air coolers oil radiator and cooling fan 11 Drain impurities and water from fuel tank 12 Examine the screw filter of the coarse fuel filter seal in kit. 13 Examine the filter element of the fine fuel filter 14 Check the engine electronic cooling control for function 15 Check the engine cold start unit for function 16 Check main filter element in the air filter B 1 Check wheel camber and -in on front axle 2 Check tightening of steering arms, fastening bolts at steering pivots 3 Grease bearings of constant velocity joints shaft bearings and steering pivot 4 Grease ball joints of steering and the bearing of the double steering arm 5 Check the back lash of steering linkage ball joints 6 Grease the steering shaft bearing under drivers cab 7 Check filter element in power steering oil tank C Brake System 1 Check adjust the cut out pressure at the pressure regulator 2 Check the adjustment of braking force controller 3 Check the brake lining fir condition 4 Check the release pressure at pressure regulator it should be within 12 to 125 mpa Check the pressure behind the reducing valve in the brake circuit- it should be within 5 081 to 085 mpa 6 Clean and examine the separator (filter) element in condensate sump ______

Signature of Seller

21

Sl No. Activity Remarks D Superstructure 1 Pump PTO Check & inspect replenish oil 2 Water pump - check & inspect replenish oil 3 Foam proportioner check & inspect 4 Foam induction system - check & inspect 5 Side deliver 4 nos - check & inspect 6 Suction valve - check & inspect 7 Main water valve - check & ins ect 8 Monitor valve - check & inspect replacement of O'ring 9 Actuator deliver - check & inspect replacement of O'ring 10 Actuator main water valve - check & inspect replacement of O'ring 11 Actuator main water valve - check & inspect replacement of O'ring 12 Foam valve - check & inspect 13 Foam valve actuator- check & inspect check & inspect replacement of O'ring 14 Self protection system - check & inspect 15 Auxiliary foam pick up system - check & inspect 16 Priming system - check & inspect 17 Throw foam monitor - Check & inspect 18 Throw foam side delivery- Check & inspect 19 Monitor Check & inspect 20 Monitor spray & jet system - greasing check & inspect 21 All pneumatic system - Check & inspect, replenish glycerin 22 Pressure gauge all - Check & inspect, replenish glycerin 23 Compound gauge all - Check & inspect, replenish glycerin 24 Joystick for valve operation in side cabin - Check & inspect 25 Pressure gauge inside cabin -Check & inspect, replenish glycerin 26 Electric system locker's light- Check & inspect 27 Joystick light - Check & inspect 28 Siren- Check & inspect 29 Beacon light - Check & inspect 30 Search light - Check & inspect 31 Fog lamp - Check & inspect 32 Search light- Check & inspect 33 Spot light - Check & inspect Hydraulic power pack- Check & Hydraulic oil engine oil, air cleaner and replenish if 34 required. 35 Hydraulic pressure pipe - Check & inspect 36 Hydraulic spreader - Check & inspect 37 Hydraulic cutter - Check & inspect 38 Breathing apparatus - Check & inspect 39 Lifting pulling - Check & inspect 40 Foam transfer barrel pump- Check & inspect 41 Carry out functional test for priming

______

Signature of Seller

22

Sl No. Activity Remarks 42 Carry out functional test for monitor throw 43 Carry out functional test for foam operation 44 Carry out functional test for foam pick up tube. E Under Carriage 1 Check Air Bellows of combination suspension for leaks 2 Check oil level in box and check for leaks 3 Transfer case: check for leaks 4 Check oil in axle final drive housing and ensure no leaks Inspect front axle grease bearings of constant velocity joints shaft bearings and 5 steering pivot Inspect front axle grease ball joints of steering linkage and bearings of the double 6 steering arm 7 Check clearance in wheel hub bearings of front axle Check rubber protective bags of half axle for condition replace them in case of 8 crack/damage 9 Check clearance in wheel hub bearings of front axle 10 Tighten fastening nuts on under carriage connecting frame to chassis Check gear shift booster and control cylinder for leaks- replace the rubber sealing, if 11 required F Tyre 1 Check the tyres for condition and wear G Clutch 1 Check the clutch disengagement 2 Grease clutch shaft bearing 3 Check master cylinder for leaks H Combination Suspension Check rubber bags (for piercing) remove dirt in the vicinity of metallic sockets of 1 bags Check the tie rod and its attachment in the rubber socket of the positioning valve lever 2 3 Check the air supply line to bellows springs for leaks 4 Check the stabilizer bar attachment visually 5 Check wheel camber of rear axles I Suspension 1 Visually check the torsion bar protective bags condition 2 Visually check hydraulic shock absorbers for leaks 3 Check mounting of torsion bars J Body, Accumulators 1 Check Oil level in the circuit of cabin tilting mechanism 2 Check accumulator batteries.(voltage, Sp gravity and leaks) 3 Grease: door hinges and opening limiters

______

Signature of Seller

23

Annexure-I to Appendix – A Air HQ/63204/8/MT(T) dated 11 Jun 2018

LIST TO MANDATORY SPARES

Sl PART NO. Description Qty Rate Cost Rate Cost Rate Cost % rate of No 1st 1st 2nd 2nd 3rd 3rd GST year year year year year year applica ble 1 C02000001 Fuel fine filter 1 2 C02000002 Gasket (fuel filter) 1

3 C02000006 Lubricant Oil filter 1

4 C02000007 Sealing ring 137x5 1 sil 070M202 (oil filter) 5 C02000008 Sealing ring 137x5 sil 2 070M202 (oil filter) 6 C02000009 Fuel pre filter 1

7 C02000011 Seal kit for side 8

8 C02000012 Seal kit for foam 2

9 C02000013 Seal kit for monitor 1

10 C02000022 Rubber seal for 8 delivery hose 11 C02000023 Rubber seal for 4 suction house 12 C02000024 Gasket for side 4 delivery valve 13 C02000027 Joystick (valve) 10

14 2054020074 Gasket, cover 8

Total

______

Signature of Seller

24

Annexure- II to Appendix – A Air HQ/63204/8/MT(T) dated 11 Jun 2018

LIST OF “ON CONDITION’’ SPARES TO BE REPLACED ONCE IN A YEAR

% rate Rate Cost Rate Cost Rate Cost of Sl PART NO Description Qty GST No 1st year 2nd year 3rd year applic able 1 C02000003 Air Filter Element – outer 1 2 C02000004 Air Filter Element – inner 1 3 C02000005 Separator (filter) of 1 condensate 4 C020000010 Steering Filter 1 5 C020000014 Seal Kit for hydrant valve 2 6 C020000015 Seal Kit for side delivery 4 actuator 7 C020000016 Seal Kit for EC 63 1 8 C020000017 Seal Kit for EC 90 monitor 1 9 C020000018 Piston assy. Kit for EC 50 4 foam valve or delivery valve 10 C020000019 Piston assy. For EC 63 1 11 C020000020 Piston assy. Monitor valve 1 for 12 C020000025 Door locks repair kit 4 13 C020000026 Lockers S/W for Light 8 14 C020000021 Accelerator wire 1 15 9907004680 Insert, Air Direr 2 16 9902005020 Air Filter Element 1 17 2722120400 Cone Belt, AVX 13X 750 2 18 785/BU- Seal Kit, Pariming Pump, 2 T/209A Rubber 19 785/BUT/223K Piston Kit, Priming Pump 2 20 785/BUT/393K Tank Filling valve Kit 1 21 785/BUT/324K Seal, for pipe, Flexible, one 3 end flanged, instantaneous coupling, 100NB 22 3218411020 Push Button 4 Total

______

Signature of Seller

25

Annexure- III to Appendix – A Air HQ/63204/8/MT(T) dated 11 Jun 2018 LIST OF NON MANDATORY SPARES-BASIC VEHICLE CHASSIS PARTS

Rate Rate Rate % rate of SL st PART NO DESCRIPTION 1 2nd 3rd GST NO applicable year year year 1 9902005130 AIR FILTER COVER 2 2954163994 AIR SEALING PROFILE 3 4436120840 BACK PRESSURE VALVE 4 4436110270 BALANCING TANK 5 4439990430 BRAKE CYLINDER FRONT 6 2015240254 BUSH 7 2972210294 BUSH 8 4438110240 C CORRECTOR 9 4438581720 C UNIT 10 2054391914 CAP 11 2016100364 CASE 12 336900061000 CONTROL CYLINDER 13 4438531680 CONTROL LAMP 14 2070220514 COOLER BODY 15 2015230034 COVER 16 2960532324 COVER LH 17 2960532334 COVER RH 18 443400301000 DIRECTION LAMP 19 4434003320 DIRECTION LAMP, LH 20 4434003310 DIRECTION LAMP, RH 21 2070211624 DISCHARGE TUBE 22 4438530280 DOOR SWITCH 23 4434013330 DUST BOOT 24 9902001080 DUST-PROOF COLLAR 25 2078991004 ELECTRIC INSTALLATION 26 2078991014 ELECTRIC INSTALLATION 27 2079024184 ENG CONNECTOR 28 2054161704 ENG MNTG RUBBER WASHER 29 2079024844 ENGINE TILTING CAB - ADAPT 30 2070100484 FLYWHEEL 31 336900060000 FREE CYLINDER 32 2987263954 FRONT BRACE PANEL (INSTRUMENT CLUSTER) 33 2030780904 FRONT BRACKET, LH 34 2030780854 FRONT BRACKET, RH

______

Signature of Seller

26

Rate Rate Rate % rate of 1st 2nd 3rd GST PART NO DESCRIPTION SL year year year applicable NO 35 2077400954 GASKET KIT 36 2010240164 GEAR RIM 37 442077400994 GSB ASSY GASKET KIT 38 2071120324 HANDLE 39 2050512314 INNER SPRING 40 2076834674 LINE 41 2954165864 LOWER GLASS GASKET LH 42 2954165854 LOWER GLASS GASKET RH 43 4438581700 LUB CONTROL 44 2079024744 MIRROR CONTROL BUNDLE 45 2052571524 NUT 46 2052571534 NUT 47 2050512304 OUTER SPRING 48 9901006310 PISTON 49 9901007100 PISTON RING - SCRAPER TYPE 50 9901007120 PISTON RING TRAPEZOIDAL 51 9901006140 PISTON RING-MINUTE TYPE 52 2012240384 PUMP GEAR WHEEL 53 4438520240 PUSH BUTTON SWITCH 54 4433320410 REAR VIEW MIRROR 55 4438531380 RELAY 56 2051130284 SEALING RING 57 4439992500 SET OF BRAKE SHOES - 0 58 2077400994 SET OF GASKETS-GEAR-SHIFT 59 2987263964 SIDE INSTRUMENT PANEL 60 2071510084 SILENTBLOCK 61 2070120134 SLIDE VALVE 62 5421113130 SMALL MOTOR WITH MOD. KIT (OLD PART NO 9902005500) 63 4434005060 SOCKET-24-21 PN 64 2070211614 SUCTION PIPE ASSY 65 2070211724 SUCTION PIPE ASSY 66 4438531530 SWITCH 67 4438531610 SWITCH 68 2011600094 TAPPET 69 486512014000 TURBO-BLOWER 70 2071530154 VALVE 71 4439001120 VALVE 72 4436123000 VALVE LIFTER

______

Signature of Seller

27

Rate Rate Rate % rate of SL PART NO DESCRIPTION 1st 2nd 3rd GST NO applicable year year year 73 2053530014 WASHER OF RUBBER ELEMENT 74 2015010344 CLUTCH SHAFT 75 2079023644 CONNECTOR 76 442076010104 COOLER 77 2055820454 COVER TO THRUST BEARING 78 9903010820 CROSS PIN GKN 700 057 79 2075300214 ENGINE BRAKE 80 2070300934 FRONT COVER 81 4436122180 RELIEF VALVE VPC 4A 7.4 BAR 82 2973075274 SEALING SIDE DOOR 83 3365290340 SERVO STEERING TANK ZF 7636 472 402 84 990200256000 TIMER 85 2050312144 VALVE INSERT 86 4434015800 ELECTROMAGNETIC SWITCH with Mod kit (Old Part No 4431150290) 87 443624016000 DAMPING UNIT P40-50DL-5VL 490 88 5494520200 DOOR LOCK LH 89 5494520210 DOOR LOCK RH BOMORO 90 443612067000 L VALVE 91 443621019000 TELESCOPIC DAMPER 50X23 92 443414021000 AIR PRESSURE GAUGE 93 443414019000 FUEL GAUGE 94 4434140180 OIL THERMOMETER VDO 310- 040015G 95 4436121320 REGULATOR (CONTROL UNIT ABS 4460044160) 96 443400143000 SPEEDOMETER 97 443414022000 SPEEDOMETER 98 2050910724 COVER 99 2050910734 FRONT COVERING SHEET 100 2050910714 PROTECTIVE SHEET 101 2735213660 SEALING 70X85X8 102 2731104170 SEALING RING 285X3 103 2735213250 SHAFT SEALING 165-190-15.5/17 104 2050791254 SPACER RING 105 2051013434 WASHER 106 2051013444 WASHER 107 4436122420 BRAKE CYLINDER 108 4438581710 HOUSING 109 4433190250 TRANSFORMER ______

Signature of Seller

28

Rate Rate Rate % rate of SL PART NO DESCRIPTION 1st 2nd 3rd GST NO applicable year year year 110 443612067 LEVELING VALVE 111 443621029000 TELESCOPIC DAMPER 112 2954161244 FRONT WIND SHIELD FRAME 113 2954161254 RUBBER SEAL - 5870 MM 114 9907005590 SPRING 115 273111080000 PROTECTIVE BAG 116 4050000000 RUBBER SEMI ASSEMBLY 170X2 WITH RUBBERIZED CENTRAL RING 117 273111271000 RUBBER SPRING 380/27 118 273511136000 SILENT BLOCK 119 443724027000 ELECTRO PUMP 120 443724021000 HAND PUMP 121 9902005090 A/C CONTROL UNIT 131 166 MMI TATRA 24V 122 2837420860 ADJUSTABLE SCREEN CV 0108 123 4435220200 AIR HEATER 41 C 201 124 4431130160 ALTERNATOR 125 9901150070 ARMATURA 19024316 126 2054391704 BAG 127 4420703560 BALL JOINT 442100101900 128 4420704950 BALL JOINT 442100103900 129 990100891000 BEARING COUPLING 343 15/259031 130 2054391724 BENT RUBBER TUBE 131 3218414000 BENT TUBE 132 9901150010 BRACKET 19024365 133 2074860394 BRAKE CYLINDER 134 2976860034 BRAKE DOOR 135 4439992290 BRAKE UNIT PERROT 12 739 075 136 9901150100 BRUSH SET 19024644 137 4434004320 CABLE 2159-80-01-0750 138 2011520574 CAMSHAFT 139 9901008580 CARBON BRUSH HOLDER 0137081 140 4438150020 CIRCUIT BREAKER 141 991150040 CLIP SET 19024439 142 442999513000 CLUTCH COVER 143 442999511000 CLUTCH PLATE 430 GTZ 491862521 144 4438110260 COMPARATOR KPR-01 145 2016790744 CONNECTING GEAR 146 2016790754 CONNECTING GEAR 147 2016790564 CONNECTING GEAR OF SPEED 3

______

Signature of Seller

29

Rate Rate Rate % rate of SL PART NO DESCRIPTION 1st 2nd 3rd GST NO applicable year year year 148 2016790724 CONNECTING GEAR OF SPEED 4 149 2016790734 CONNECTING GEAR OF SPEED 5 150 2070070324 CONNECTING ROD C/W BOLTS 151 2016600514 CONNECTING SLEEVE 1-R 152 2016600684 CONNECTING SLEEVE 2-3 153 2016600814 CONNECTING SLEEVE 4-5 154 2017280774 CONSTANT MESH DRIVE GEAR 155 2017280784 CONSTANT MESH DRIVE GEAR 156 2071150224 CONSTANT MESH SHIFTER FORK 157 4434001940 CONTACTLESS SWITCH 616.213 158 2077660124 CONTROL RELAY ADAPTION AEV5203 159 4436120480 CONTROL VALVE 160 2054391604 COUPLING 161 2017700114 COVER TO CYLINDER 162 2010010294 CYLINDER 163 2070710024 DIESEL ELECTRIC PUMP - BOSCH 164 2960530734 DOOR FILLING LH 165 2973350274 DOOR FILLING LH 166 2960530744 DOOR FILLING RH 167 2973350284 DOOR FILLING RH 168 2973560454 DOOR HANDLE LH 169 2973560464 DOOR HANDLE RH 170 2960531054 DOOR SILL 171 2017620184 DRIVE SHAFT COVER 172 443641051000 ELECTRIC VALVE 173 4434140240 ENGINE OIL THERMOMETER 174 442080382674 ERCH 175 9902005150 FAN 176 2018510134 FLANGE GEARBOX 150 177 2017410534 FORK 1-Z 178 2071150234 FORK 2-3 179 2071150214 FORK 4-5 180 2074860384 FRONT BRAKE CYLINDER 181 2070240044 FUEL FILTER ASSY 182 2070850494 FUEL FILTER HOUSING 183 442079650034 FUEL GAUGE (FUEL TANK) - PART NO OF FUEL FLOAT 184 4435250010 FUEL TANK LID 9954F 185 4435120060 GAS BRACE B3B3-46-020-106-001

______

Signature of Seller

30

Rate Rate Rate % rate of SL PART NO DESCRIPTION 1st 2nd 3rd GST NO applicable year year year 186 2731116030 GASKET 187 2954166284 GASKET 188 2017221154 GEAR OF SPEED 1 189 2017221204 GEAR OF SPEED 2 190 2017221194 GEAR OF SPEED 3 191 2017221214 GEAR OF SPEED 4 192 2017221184 GEAR OF SPEED 5 193 2071111674 GEAR SHIFT LEVER 194 4436120120 HAND BRAKE VALVE 961 723 1230 195 2976810344 HAND RAIL LH 196 2976810354 HAND RAIL RH 197 2973074794 HINGE COVER LH 198 2973074804 HINGE COVER RH 199 4434006520 HOOKE JOINT 801 213 030 616 200 442070200384 HYD. OIL PUMP 201 336711027000 HYDRAULIC LOCK 202 3361460380 HYDRO ELECTROC GENERATOR 203 4434298600 INDICATOR KIENZLE 204 4438110070 INDUCTIVE PICKUP S11S-60 205 2050212304 INNER SPRING 206 2050310204 INSERT 207 4436121240 INSERT 899 760 510 4 208 2076010174 INTERMIDIATE COOLER LH 209 2076010184 INTERMIDIATE COOLER RH 210 4436122190 LOAD SENSING REGULATOR KNORR BR 5657 211 5494517090 LOCK SET 212 2010150334 LOWER COVER 213 9901150050 MAGNETIC SWITCH 19024320 214 4433320430 MIRROR 215 4433320420 MIRROR 59.3601.128 216 443512026000 OIL COOLER 217 442070850394 OIL FILTER 218 2020212314 OUTER SPRING 219 2017400014 OUTHER PUMP GEAR WHEEL 220 9902005010 OUTSIDE TEMPRATURE SENSOR 221 9901150020 PINION 19024305 222 3192310470 PISTON 223 3192321000 PISTON RING- MINUTE TYPE ER 120/246 D 120MM KONIG

______

Signature of Seller

31

Rate Rate Rate % rate of SL PART NO DESCRIPTION 1st 2nd 3rd GST NO applicable year year year 224 3192320980 PISTON RING- SRAPER TYPE ER 120/253 D 120MM KONIG 225 3192320990 PISTON RING- TRAPEZOIDAL TYPE ER 120/244 D 120MM KONIG 226 9901150080 PITIFUL COIL 19024389 227 2960531804 PLASTIC STEP BOARD HOLDER 228 3369000580 PNEUMATIC CYLINDER LIWA 5643.2395 229 2074713084 PRE SELECTOR LEVER 230 4438531620 PRESS BUTTON SWF 521 011 231 9901150060 PRESSURE MAGNET 19024324 232 2070160214 PUMP HOUSING 233 9901150030 REAR BRACKET 19024646 234 2960531404 REAR HINGE COVER LH 235 2960531414 REAR HINGE COVER RH 236 2079050204 REDUCTION PRE SELECTOR 237 9902002580 REPAIR SET BOOSTER - K 000702 238 2017260234 REVERE RUN GEAR 239 4439990910 RUBBER GASKET 9GD 853 918 005 240 443429014000 SENSOR 380 060 360 01 241 3365290410 SERVO STEERING 242 2016920364 SHIFTER ROD 243 2016920714 SHIFTER ROD 1-Z/10TS 244 2016920354 SHIFTER ROD 4-5 245 2017530314 SHIFTING SLEEVE 246 2973075304 SIDE INDICATOR LH 247 2973075314 SIDE INDICATOR RH 248 4438531390 SIGNALING RELAY AEV 5201 24V 249 2050400304 SLIDE VALVE 250 2050511474 SPRING 251 2050512424 SPRING 252 443115026000 STARTER 253 3365291100 STEERING SHAFT PAILTON PP 2361.00.AB 254 3365291110 STEERING WHEEL SHAFT PAILTON PP 2360.00.AB 255 4436120910 STRAIGHT COCK 256 4438210100 STRG WHEEL 257 2079023394 SWITCH 258 443853015000 SWITCH 259 443853137000 SWITCH ______

Signature of Seller

32

Rate Rate Rate % rate of SL PART NO DESCRIPTION 1st 2nd 3rd GST NO applicable year year year 260 4438530320 SWITCH 1905 005 0 261 4438531540 SWITCH SWF 521 030 262 4438531590 SWITCH SWF 521 059 263 4438531550 SWITCH SWF 521 111 264 4438531490 SWITCH SWF 521 116 265 4438531470 SWITCH SWF 521 137 266 4438531520 SWITCH SWF 521 195 267 2016790714 SYNCHROMESH CONE 268 2016790624 SYNCHROMESH CONE II 269 2016790634 SYNCHROMESH CONE III 270 443400375000 THERMO SWITCH 271 4430000590 TRANSFORMER 272 4438531300 TRIPPER 273 4436123350 TYRE INFLATOR JIKOV 4406 274 2960531254 UPPER HINGE COVER LH 275 2960531264 UPPER HINGE COVER RH 276 358821004000 VALVE 277 3367110250 VALVE 10-B 10939900 278 4436121620 VALVE 443 612 346 002 LI 279 2070120124 VALVE LIFTER 280 2978820094 WASHER RESERVOIR 281 4434003200 WIND SCREEN ELECTRIC MOTOR 8TW 005 496 051 282 4431240050 WIPER LEVERAGE TE 3 283 4431230290 WIPER MOTOR 284 4438531270 WIPER SWITCH OVER AEV 2262 285 442079220044 MONOBLOCK CONTROL (FUEL) 286 443612206000 AIR DRYER 287 443321011000 AIR PRESSURE GAUGE 288 2079023514 BACK HORN 289 207890784 BELLOWS SPRING 290 443312039000 BOARD LAMP 291 2960760024 BOWDEN CABLE LH 292 990200241000 BULB 293 3472220410 BULB 24V 294 3472220700 BULB 24V 1.2W 295 3472220710 BULB 24V 10W 296 3472220490 BULB 24V 21W 297 3472220600 BULB 24V 4W

______

Signature of Seller

33

Rate Rate Rate % rate of SL PART NO DESCRIPTION 1st 2nd 3rd GST NO applicable year year year 298 3472220620 BULB 24V 4W 299 3472220400 BULB 24V 5W 300 3472220610 BULB 24V 70W 301 9907006200 C L COVER 302 4436123270 C SUMP 303 5486150310 CABLE 304 2078995416 CABLE 305 9901000020 CENTRIFUGAL FILTER O RING 306 4436120780 CHARGING VALVE 307 4436122223000 CLUTCH BOOSTER 308 2748330200 COCK SPHERICAL 309 443614029000 COMPRESSOR 4192 310 2075320124 CONTROL CYL 311 2075320134 CONTROL CYL 312 990200253000 CONTROL UNIT 313 4436122130 CONTROL VALVE 314 4434290140 COOLING CONTROL UNIT 315 443713047000 COUPLING 316 273111086000 DILATATION BAG 317 443400321000 DIRECTION LAMP LH 318 443400331000 DIRECTION LAMP RH 319 4433130040 DOME LIGHT 320 442070036000 DRIVE ASSY 321 5421110950 DRIVER 322 2054162084 ENG MNTG RUBBER WASHER 323 990200252000 FAN 324 990200248000 FILLING 325 442053540024 FLANGE 326 2078532764 FR COVER 327 2076691534 FRONT CONNECTOR 328 273243005000 FRONT WIND SHIELD FRAME /442 9 5416 124 329 634423106000 FRONT WIND SHIELD GLASS 330 443724012000 FUEL PUMP 331 3418140370 FUSIBLE LINK 10A 332 3718140350 FUSIBLE LINK 5A 333 4433111120 G H LAMP 334 3192320660 GASKET 335 4434002530 GASKET 336 9901000270 GASKET

______

Signature of Seller

34

Rate Rate Rate % rate of SL PART NO DESCRIPTION 1st 2nd 3rd GST NO applicable year year year 337 9905000630 GASKET 338 9905000650 GASKET 339 990200254000 GASKET 340 442071820394 GEAR SHIFT BOOSTER 341 990200246000 GLOW PLUG 342 990200255000 GRID 343 9907006210 H L COVER 344 9901008940 HAND PUMP 345 443724019000 HAND PUMP 346 2071120334 HANDLE 347 4433110630 HEAD LAMP 348 443311074000 HEAD LAMP - FR BUMPER 349 443655032000 HIGH PRESSURE HOSE JS 10X300 HV 1 350 4433210050 HORN 351 2053111144 HOSE 352 4436541270 HOSE 353 4436541290 HOSE 354 4436541300 HOSE 355 4436541310 HOSE 356 4436551110 HOSE 357 4436551310 HOSE 358 4436551500 HOSE 359 4436551520 HOSE 360 9902005050 HOSE 361 9902005060 HOSE 362 9902005070 HOSE 363 442053112404 HOSE 364 442053112564 HOSE 365 4438580710 HOUSING 366 443743053000 INDICATOR 367 9906000150 INSERT 368 443999237000 LEF SPRING SET PERROT 369 4436122219000 LOAD REGULATOR 370 2077660084 LOUD SPEAKER 371 4436121330 M VALVE 372 443612070000 MAIN BRAKE VALVE 373 443611009000 MAIN CYLINDER 374 4433320460 MIRROR ROTATING SWITCH 375 9905000640 NECK VALVE

______

Signature of Seller

35

Rate Rate Rate % rate of SL PART NO DESCRIPTION 1st 2nd 3rd GST NO applicable year year year 376 4434013070 NUT 377 4436125020 O RING 378 4436125060 O RING WABCO 8977804004 379 442070460874 OIL DIP STICK 380 443745207000 OIL FILTER RHO 2D 381 2070460874 OIL GAUGE 382 442076630064 OIL RETURN TUBE 383 4436121310 P L VALVE 384 4434004130 PR SWITCH 385 4434004140 PR SWITCH 386 4434004150 PR SWITCH 387 442076630034 PROTECTIVE TUBE 388 990200250000 PUMP 389 9907006190 R L COVER 390 4436121200 R SENSOR 391 2076691544 REAR CONNECTOR 392 9901009500 RECTIFIER 393 443612064000 REGULATING VALVE 394 443612214000 RELAY VALVE 395 4436122217000 RELIEF VALVE 396 443999232000 REST BRAKE SHOE PERROT 397 443999233000 REST BRAKE SHOE PERROT 398 2731104110 RING 399 273110284000 RING 400 273110343000 RING 401 273111908000 RING 402 2053622304 RING CONNECTOR 403 9901009510 ROTOR 404 4434003070 S M LIGHT 405 SEAL, ELECTRO PUMP 406 SEAL, HAND PUMP 407 2731100910 SEALING RING 408 2731103850 SEALING RING 409 2731103980 SEALING RING 410 2731104000 SEALING RING 411 2731125770 SEALING RING 412 9901008930 SEALING RING 413 273110030000 SEALING RING 414 2054170434 SEALING RING 415 3119012950 SEALING RING ______

Signature of Seller

36

Rate Rate Rate % rate of SL PART NO DESCRIPTION 1st 2nd 3rd GST NO applicable year year year 416 3119013300 SEALING RING 417 273110021000 SEALING RING /442 0 5424 003 4/ 418 273110273000 SEALING RING 110X5 CSN 419 3119013060 SEALING RING 12X16 CSN 02 9310.2 420 3119013080 SEALING RING 14X18 CSN 02 9310.2 421 311901308000 SEALING RING 14x18 CSN 02 9310.2 422 311901309000 SEALING RING 14x20 CSN 02 9310.2 423 3119013120 SEALING RING 16X20 CSN 02 9310.2 424 3119013240 SEALING RING 22X27 CSN 02 9310.2 425 3119013320 SEALING RING 30X36 CSN 02 9310.2 426 3119013370 SEALING RING 36X42 CSN 02 9310.2 427 3119013380 SEALING RING 38X44 CSN 02 9310.2 428 2054170714 SEALING RING 43X35 IS 429 2054170724 SEALING RING 46X38 IS 430 273110368000 SEALING RING 48x3.5 SIL 70 431 990200245000 SENSOR 432 443429021000 SENSOR 433 442077400974 SET OF GASKETS GEAR BOX 434 442077400674 SET OF GASKETS TRANSFER 435 2735211960 SHAFT SEAL 436 273521331000 SHAFT SEALING 437 273521306000 SHAFT SEALING GPLD 150X180X15 IS CSN02 438 4436210510 SILENCER 439 315231971000 SPRING 440 443999231000 SPRING 441 443999236000 SPRING 13304029 442 9901009490 STATOR 443 443614016000 SUSPENSION UNIT 444 44385153000 SWITCH 445 4438610210 SWITCH BOX 446 4438390070 T RELAY 447 4436125010 T RING 448 443621007000 TELESCOPIC DAMPER 449 4436125050 THRUST RING 893003004.4 450 442075065904 TIE ROD C/W BALL 451 442925043000 TORTION BAR LH 452 442925042000 TORTION BAR RH 453 443621016000 TORTIONAL DAMPER 3.002 600000/4/EB/

______

Signature of Seller

37

Rate Rate Rate % rate of SL PART NO DESCRIPTION 1st 2nd 3rd GST NO applicable year year year 454 443612085000 TWO WAY VALVE 4342080290 455 2071530204 VALVE 456 443414016000 VOLT METER 457 2071530164 WHEEL VALVE 458 2976300134 WINDOW REGULATOR 459 4431230260 WIPER SWF 460 4431230270 WIPER ARM Total

Superstructure

Rate Rate Rate % rate of SL rd PART NO DESCRIPTION 1st 2nd 3 GST NO year year year applicable PRIMER - END COVER & P/VALVE 1 785/BU-T/ ASSEMBLY GM 2 785/BU-T/ PISTON PRIMING ASSEMBLY 3 785/BU-T/008 PACKING MATERIAL - RUBBER 4 785/BU-T/013 BOLT MACHINE HAX HEAD M-10X75 SS 5 785/BU-T/014 NUT PLAIN HEX M-10 SS 6 785/BU-T/015 WASHER FLAT 10MM 7 785/BU-T/016 PIN LOCK SS 8 785/BU-T/017 PIN SPLIT SS BOLT MACHINE HEX HAD M-12X50 MS GAL 9 785/BU-T/020 10 785/BU-T/022 WASHER FLAT 12MM MS GAL 11 785/BU-T/025 NUT PLAIN HEX M-10 SS 12 785/BU-T/026 WASHER FLAT 10MM SS 13 785/BU-T/041 NUT PLAIN HEX M-10 MS GAL 14 785/BU-T/042 WASHER FLAT 10MM MS GAL 15 785/BU-T/045 GATE VALVE 75MM 16 785/BU-T/049 NUT PLAIN HEX M-8 SS 17 785/BU-T/050 WASHER FLAT 8MM SS BOLT MACHINE HEX HAD M-16X65 MS GAL 18 785/BU-T/054 19 785/BU-T/055 NUT NYLON LOCK M-16 20 785/BU-T/057 NRV FOR HYDRANT 21 785/BU-T/059 GASKET COMPRESSED ASBESTOS 3MM 22 785/BU-T/061 GASKET COMPRESSED ASBESTOS 3MM

______

Signature of Seller

38

Rate Rate Rate % rate of SL rd PART NO DESCRIPTION 1st 2nd 3 GST NO year year year applicable 785/BU- SEAL KIT FOR SIDE DELIVERY OF VALVE 23 T/062K BALL 50 NBSS 24 785/BU-T/062 VALVE, BALL 50 NB SS BOLT MACHINE HEX HAD M-16X150 MS 25 785/BU-T/065 GAL 26 785/BU-T/066 NUT PLAIN HEX M-16 MS GAL 27 785/BU-T/067 WASHER FLAT 16MM MS GAL 28 785/BU-T/082 RING SEALING TOROIDAL RUBBER 29 785/BU-T/085 RING SEALING TOROIDAL RUBBER 30 785/BU-T/088 RING SEALING TOROIDAL 70X3 RUBBER 31 785/BU-T/090 BOLT MACHINE HEX HAD M-8X20 MS GAL 32 785/BU-T/093 BOLT MACHINE HEX HAD M-6X20 MS GAL 33 785/BU-T/097 NUT PLAIN CAP 8MM GM 34 785/BU-T/098 SCREW MACHINE 5X10MM BRASS 35 785/BU-T/106 WASHER FLAT RUBBER 5X12MM 36 785/BU-T/107 NUT PLAIN CAP 6MM GM 37 785/BU-T/109 SEAL PLAIN RUBBER 3X75MM 38 785/BU-T/111 SEAL PLAIN RUBBER 6X75MM 39 785/BU-T/129 HOSE RUBBER 20MM DIA X 60M 785/BU-T/132 PUMP BODY, CLOCKWISE AND 40 ANTICLOCKWISE 41 785/BU-T/139 SERVICE SEAL KIT MECHANICAL 42 785/BU-T/140 WASHER SEAL RETAING 43 785/BU-T/141 NUT 44 785/BU-T/142 O RING 45 785/BU-T/144 O RING 46 785/BU-T/145 VOLUTE BODY 4000L 47 785/BU-T/146 WEAR RING – L.P. REAR 48 785/BU-T/150 IMPELLER 49 785/BU-T/151 COVER PLATE – SUCTION 50 785/BU-T/154 BOLT 51 785/BU-T/155 O RING 52 785/BU-T/156 WEAR RING, LOW PRESSURE, FRONT 53 785/BU-T/161 BEARING HOUSING 54 785/BU-T/162 PUMP SHAFT 55 785/BU-T/163 BEARING TAPER 56 785/BU-T/165 WASHER SPACER 57 785/BU-T/166 PLATE LOCATION BEARING 58 785/BU-T/167 ECCENTRIC 59 785/BU-T/168 BEARING NEEDLE 60 785/BU-T/169 BALANCE WEIGHT 61 785/BU-T/170 BEARING ROLLER ______

Signature of Seller

39

Rate Rate Rate % rate of SL rd PART NO DESCRIPTION 1st 2nd 3 GST NO year year year applicable 62 785/BU-T/171 O RING 63 785/BU-T/172 O RING 64 785/BU-T/173 OIL SEAL 65 785/BU-T/174 SEAL HOUSING 66 785/BU-T/176 OIL SEAL 67 785/BU-T/177 O RING 68 785/BU-T/178 SPACER 69 785/BU-T/179 O RING 70 785/BU-T/180 BEARING 71 785/BU-T/181 WASHER LOCK 72 785/BU-T/184 OIL SEAL 73 785/BU-T/187 O RING 74 785/BU-T/188 SEAL WASHER RING 75 785/BU-T/189 FLINGER 76 785/BU-T/190 SEAL 77 785/BU-T/191 WASHER LOCK 78 785/BU-T/192 NUT 79 785/BU-T/194 O RING 80 785/BU-T/195 WASHER, SEALING 81 785/BU-T/197 OIL FILTER / LEVEL UNIT 82 785/BU-T/200 O Ring 83 785/BU-T/204 O RING 84 785/BU-T/021 NUT PLAIN HEX M-12 MS GAL 85 785/BU-T/210 SPLIT COLLET 86 785/BU-T/211 SPRING RETAINER 87 785/BU-T/212 SPRING 88 785/BU-T/213 DU BEARING 89 785/BU-T/214 O RING 90 785/BU-T/215 CYL MATERIAL BRONZE 91 785/BU-T/216 VERISEAL 92 785/BU-T/217 SLEEVE 93 785/BU-T/218 O RING / GLYDRING 94 785/BU-T/219 O RING 95 785/BU-T/222 PISTON RING 96 785/BU-T/223 PISTON ROD ASSY 97 785/BU-T/226 SEAL, DISCHARGE 98 785/BU-T/228 SEAL, INLET 99 785/BU-T/231 THRUST PAD PRIMIMG VALVE SEAL RETAINING WASHER, PRIMING 785/BU-T/234 100 VALVE 101 785/BU-T/235 SEAL WASHER, PRIMING VALVE

______

Signature of Seller

40

Rate Rate Rate % rate of SL rd PART NO DESCRIPTION 1st 2nd 3 GST NO year year year applicable SEAL SUPPROT WASHER, PRIMIMG 785/BU-T/236 102 VALVE 103 785/BU-T/239 DIAPHRAGM, PRIMING VALVE 104 785/BU-T/240 COVER - PRIMING VALVE 105 785/BU-T/242 O RING 106 785/BU-T/243 O RING 107 785/BU-T/250 O RING 108 785/BU-T/252 LEVER CONTROL HAND SS 109 785/BU-T/253 BOLT MACHINE RD HEAD M-10 MS 110 785/BU-T/254 LOCK HANDLE 111 785/BU-T/255 BUSH SLEEVE MS 112 785/BU-T/257 STUD PLAIN M-8X37MM MS GAL 113 785/BU-T/263 SEAL PLAIN SYN RUBBER 27X19X6MM 114 785/BU-T/265 SEAL PLAIN SYN 27X19X6MM 115 785/BU-T/268 BEARING JOURNAL 6018 - IMPORTED 116 785/BU-T/269 SEAL PLAIN SYN RUBBER 117X95X9 MM 785/BU-T/273 RING SEALING TOROIDAL 90MX6MM 117 RUBBER 118 785/BU-T/275 GASKET RUBBER 119 785/BU-T/278 NUT PLAIN ROUND CHECK ALUMINIUM 785/BU-T/279 BALL BEARING JOURNAL 16013 IMPORTED 120 785/BU-T/280 RING SEALING TOROIDAL 60X3MM 121 RUBBER 122 785/BU-T/283 SCREW SOCKET HEAD M-8X25MM 123 785/BU-T/284 SCREW SOCKET HEAD M-8X37MM 785/BU-T/285 BOLT MACHINE HEX HAD M-10X37MM MS 124 GAL 125 785/BU-T/287 GASKET RUBBER 6MM 126 785/BU-T/288 BOLT MACHINE HEX HEAD 127 785/BU-T/289 NUT PLAIN HEX M6 128 785/BU-T/290 WASHER 6MM MS GAL 785/BU-T/293 BOLT MACHINE HEX HAD M-10X18 MS GAL 129 130 785/BU-T/297 PIN STRAIGHT HEADLESS MS 131 785/BU-T/303 CYLINDER ASSEMBLY PNEUMATIC 132 785/BU-T/307 CLAMP SET MS 133 785/BU-T/317 GASKET COMPRESSED ASBESTOS 3MM 134 785/BU-T/318 VALVE BALL 100NB SS 785/BU-T/320 BOLT MACHINE HEX HAD M-16X250 MS 135 GAL 136 785/BU-T/323 GASKET COMPRESSED ASBESTOS 3MM 137 785/BU-T/324 PIPE FLEXIBLE ONE END FLANGE ______

Signature of Seller

41

Rate Rate Rate % rate of SL rd PART NO DESCRIPTION 1st 2nd 3 GST NO year year year applicable 138 785/BU-T/327 GASKET COMPRESSED ASBESTOS 3MM 785/BU-T/328 BOLT MACHINE HEX HAD M-12X65 MS GAL 139 785/BU-T/331 SEAL KIT FOR FOAM VALVE OF NON 140 RETURN 50 NBSS 785/BU-T/340 BOLT MACHINE HEX HAD M-12X40 MS GAL 141 142 785/BU-T/342 GASKET COMPRESSED ASBESTOS 3MM 785/BU-T/343 BOLT MACHINE HEX HAD M-10X40 MS GAL 143 144 785/BU-T/349 GASKET COMPRESSED ASBESTOS 3MM 145 785/BU-T/354 GASKET COMPRESSED ASBESTOS 3MM 146 785/BU-T/364 VALVE, BUTTERFLY 100 NB CI 147 785/BU-T/365 SEAL VALVE BUTTERFLY NB 148 785/BU-T/368 SUCTION CAP 785/BU-T/370 BOLT MACHINE HEX HAD M-16X125 MS 149 GAL 150 785/BU-T/371 VALVE BUTTERFLY 6" NB, CI 151 785/BU-T/372 SEAT VALVE BUTTERFLY 152 785/BU-T/377 GASKET COMPRESSED ASBESTOS 3MM 785/BU-T/384 BOLT MACHINE HEX HAD M-16X70 MS GAL 153 154 785/BU-T/390 GASKET COMPRESSED ASBESTOS 3MM 155 785/BU-T/392 GASKET COMPRESSED ASBESTOS 3MM 785/BU-T/394 BOLT MACHINE HEX HAD M-16X220 MS 156 GAL 157 785/BU-T/397 SLEEVE 25MM BRASS 158 785/BU-T/406 FRONT NOZZLE HOSE PIPE 159 785/BU-T/412 VALVE/SPOOL HAND OPERATED 785/BU-T/414 ACTUATOR ROTARY DOUBLE ACTING EC 160 50 785/BU-T/415 ACTUATOR ROTARY DOUBLE ACTING EC 161 63 785/BU-T/416 ACTUATOR ROTARY DOUBLE ACTING EC 162 90 163 785/BU-T/418 HOSE PNEUMATIC 6MMX175 POLYMIDE 164 785/BU-T/419 MALE CONNECTOR 165 785/BU-T/420 ELBOW MALE CONNECTOR 166 785/BU-T/424 CONNECTOR JOINT 167 785/BU-T/426 LIGHT - FOG 24V 785/BU-T/427 LIGHT - INDICATOR PNEUMATIC CONTROL 168 'ON' 24V 169 785/BU-T/428 SPOT LIGHT 100MM 170 785/BU-T/429 LIGHT - PANEL 100MM ______

Signature of Seller

42

Rate Rate Rate % rate of SL rd PART NO DESCRIPTION 1st 2nd 3 GST NO year year year applicable 785/BU-T/430 LIGHT - WARNING VEHICULAR ORANGE 171 FLASHING 172 785/BU-T/431 LIGHT - SEARCH 24V 785/BU-T/432 CABLE ASSY & REEL 30 M WITH REEL 173 DRUM OF SEARCH LIGHT 785/BU- 174 T/432A CABLE REEL 30M OF SEARCH LIGHT 785/BU-T/433 SIREN - ELECTRIC MOTOR OPERATED 24V 175 176 785/BU-T/434 FUSE BOX 177 785/BU-T/435 SWITCH PUSH INTERRUPTED 178 785/BU-T/436 SWITCH - TOGGLE 785/BU-T/437 SWITCH CONTROL LIGHT INDICATING 179 PNEUMATIC "ON" 180 785/BU-T/439 LIGHT - LOCKER 181 785/BU-T/440 SWITCH - LOCKER 182 785/BU-T/441 PIN RIVET THREADED 12X75MM MS 183 785/BU-T/448 HOSE RUBBER 25 MM 184 785/BU-T/451 COMPOUND GAUGE 185 785/BU-T/452 PRESSURE GAUGE 186 785/BU-T/453 HOSE RUBBER WITH UNION 6MMX1.5 M 187 785/BU-T/458 HOSE CLAMP 188 785/BU-T/461 PUMP RPM GAUGE 189 785/BU-T/463 FOAM TANK CONNECTOR 785/BU-T/468 HOSE RUBBER Connection 20MM IDX1100 190 LG 191 785/BU-T/469 LEVEL INDICATOR ACRYLIC TUBING 192 785/BU-T/485 BOLT MACHINE HEX HAD M-10X32 193 785/BU-T/486 NUT HEX NYLON M-10 194 785/BU-T/489 HOSE RUBBER FLEXIBLE WITH UNION 195 785/BU-T/492 HOSE RUBBER 20MMX3 M LG 196 785/BU-T/503 MAGNETIC PLUG 12MM 197 785/BU-T/523 DRIVE FLANGE 198 785/BU-T/524 LOCK FLASH 199 785/BU-T/531 HANDLE LOCKER SS 200 785/BU-T/537 WIRE THROTTLE COMPLETE 201 785/BU-T/539 BOLT MACHINE HEX HAD M-8X25 MS GAL 202 785/BU-T/540 LOCK THROTTLE WIRE MS 203 785/BU-T/541 WIRE OPERATING STEEL 1.5 M 204 785/BU-T/546 PIN FLAT HEADED 9MM MS 205 785/BU-T/593 CLAMP BRANCH PIPE 206 785/BU-T/594 ROD CONNECTING

______

Signature of Seller

43

Rate Rate Rate % rate of SL rd PART NO DESCRIPTION 1st 2nd 3 GST NO year year year applicable 207 785/BU-T/595 KIT CARBURATOR OVERHAULS 208 785/BU-T/596 ROPE STARTER 209 785/BU-T/597 FILTER A/C CARTRIDGE 210 785/BU-T/598 FILTER PRE CLEANER 211 785/BU-T/599A GASKET SET ENGINE 212 785/BU-T/600A GASKET SET VALVE 213 785/BU-/601A CYL ASSY 214 785/BU-T/602 PISTON ASSY 215 785/BU-T/603 CRANK SHAFT ASSY 216 785/BU-T/604 CARBURATOR 217 785/BU-T/605 STARTER REWIND 218 785/BU-T/606 SPARK PLUG 219 785/BU-T/608 VALVE EXHAUST 220 785/BU-T/609 VALVE INTAKE 221 785/BU-T/610 LINK AIR VANE 222 785/BU-T/611 COUPLING SPIDER (FOAM PUMP) 223 785/BU-T/612 COUPLING (FOAM PUMP) 224 785/BU-T/613 VAPOUR SEAL (FOAM PUMP) 225 785/BU-T/614 IMPELLER (FOAM PUMP) 226 785/BU-/615A REPAIR KIT (FOAM PUMP) 227 785/BU-T/616 BUTTERFLY VALVE LEVER 228 785/BU-T/617 DOOR BEADING Total

______

Signature of Seller

44

Annexure- IV to Appendix– A Air HQ/63204/8/MT(T) dated 11 Jun 2018

JOB COMPLETION CERTIFICATE

Year of AMC: First Year / Second Year / Third Year Visit Reference: 1st Visit / 2nd Visit / 3rd Visit

1. It is certified that BEML ACFT BA No. ______of AF Stn ______has been serviced as per the Scope of Work placed at Appendix – ‘A’ to the contract. The AMC visit was carried out as per the following details.

2. Name of AMC team members

(a)______(b) ______(c) ______

3. Scheduled dates for visit ______to ______

4. Actual date of visit ______to ______

5. The performance of the ACFT has been checked and mandatory spares are replaced as per the Scope of AMC. Necessary recommendations for rectification of defects are given as per the AMC Inspection report.

6. CRV No. …………………………… dated ………….. for Mandatory spares

7. RV No. ……………………………… dated …………. (Copy enclosed)

8. This is to confirm that the subject ACFT has been serviceable since last Actual Visit on …………… i.e total …... days and the down time has been …… days during the said period.

(Following details wrt each downtime be given) (a) Details of Unserviceablity ………….………….………….………….………….…………. (b) Date of Intimation …………. vide …………. dated …… sent to Fax no- …………. (c) Date of Reporting for assessment …………. (d) Were all spares required only from NMS list of AMC – Yes / No (e) List the Spares not on NMS …………………………… (f) Details of SO / RO placed …………. dated ……… (g) Date budgetary quote submitted by firm ………….. (g) Date for supply of NMS as per SO …………. (h) Actual date of supply of NMS by vendor …………. (j) Date when ACFT made Serviceable …………. (In Case of more events of downtime, details be written on reverse and signature of both parties affixed)

Signature of Rep of AMC team Signature of CEO / STO MT / Oi/c MTR&S Date ______Date ______

Signature of Seller

45

Annexure- V to Appendix – A Air HQ/63204/8/MT(T) dated 11 Jun 2018

NON-MANDATORY SPARE PARTS CERTIFICATE

1. It is certified that ACFT BA No. ______of______has been serviced and the following Non-Mandatory spares were supplied by M/s. ……………………… and fitted in the ACFT.

Listed in NMS list of AMC Sl No PART NO DESCRIPTION QTY

Not listed in NMS list of AMC Sl No PART DESCRIPTION QTY RATE AMOUNT NO

DATE ______Signature of C Eng O/O I/c MT/ O I/c MTR&S

Certified that the above Non-Mandatory parts have been BOC vide

CRV. No. ______Dt. ______

RV. No. ______Dt. ______(copy enclosed)

Date ______Signature of CLO/ SLO

______

Signature of Seller

46

Appendix-‘B’ Air HQ/63204/8/MT(T) dated 11 Jun 2018

LIST OF ACFTs FOR AMC QTY-16

Sl No BA No. of ACFT Unit Command 1 06R 7679 Thoise WAC 2 06R 7722 Gorakhpur CAC 3 06R 7709 Faloudi WAC 4 05R 7345 AFS Tambram TC 5 05R 7337 Awantipur WAC 6 06R 7705 Faloudi WAC 7 05R 7304 PAU EAC 8 05R 7343 AFS Kanpur MC 9 06R 7716 Pune SWAC 10 06R 7704 Bhuj SWAC 11 06R 7712 Kalaikunda EAC 12 05R 7295 AFS Bidar TC 13 06R 7678 PAU EAC 14 06R 7671 Leh WAC 15 05R 7308 Naliya SWAC 16 05R 7350 Begumpet TC

* BA nos. are subjected to change in view of operational necessity of IAF.

______

Signature of Seller

47

Appendix ‘C’ Air HQ/63204/8/MT(T) dated 11 Jun 2018 TECHNICAL COMPLIANCE MATRIX SUMMARY OF STANDARD TERMS AND CONDITIONS (to be submitted along with Technical Bid)

Remarks Sl Applicable Clause Acceptance (Append No Clause of RFP amplification Text, if any) 1 Part II Para 1(a) Schedule of Requirements Yes / No (Scope of Work) 2 Part II Para 2 Quantity Covered in the Contract Yes / No 3 Part II Para 3 (a) to Technical Details Yes / No (d) 4 Part II Para 4 Delivery Period Yes / No 5 Part II Para 5 Terms of Delivery Yes / No 6 Part II Para 6 (a) & AMC of Downgraded ACFT Yes / No (b) 7 Part II Para 7 Minor Repair Yes / No 8 Part II Para 8 Repair beyond Scope of AMC Yes / No 9 Part II Para 9 Consumable Tools and Tackles Yes / No 10 Part II Para 10 Breakdown Maintenance Yes / No 11 Part II Para 11 Quality Assurance Yes / No 12 Part II Para 12 Training of Air Force Yes / No Technicians 13 Part II Para 13 Acceptance Test Yes / No 14 Part II Para 14 Consignee Details Yes / No 15 Part IV Para 6 Inspection Authority Yes / No 16 Part IV Para 8 Warranty Yes / No 17 Part V Para 1 (a) & Evaluation Criteria Yes / No (b) 18 All the other T&C’s as mentioned in RFP are also accepted.

Company Seal Date: Signature of Authorised Representative / Designation

______

Signature of Seller

48

Appendix ‘D’ Air HQ/63204/8/MT(T) dated 11 Jun 2018 COMMERCIAL COMPLIANCE MATRIX SUMMARY OF STANDARD TERMS AND CONDITIONS (to be submitted along with Technical Bid)

Sl Remarks No Applicable Clause Clause Acceptance (Append of RFP amplification Text, if any) 1 Part I Para 9 Modification and Withdrawal of Yes / No Bids 2 Part I Para 10 Clarification Regarding Content Yes / No of the Bids 3 Part I Para 11 Rejection of Bids Yes / No

4 Part I Para 13 Validity of Quotes/Bids (180 Yes / No days from TOD) 5 Part I Para 14 Earnest Money Deposit Yes / No 6 Part II Para 1 (b) Schedule of Requirement Yes / No to (e) 7 Part III Para 2 Effective Date of the Contract Yes / No

8 Part III Para 8 (a) Liquidated Damages Yes / No to (c) 9 Part III Para 9 Termination of Contract Yes / No 10 Part III Para 14 Taxes & Duties Yes / No (a) to (b) 11 Part IV Para 3 Terms of Payment Yes / No 12 Part IV Para 4 Paying Authority Yes / No

13 Part IV Para 5 Fall Clause Yes / No

14 Part V Para 1 (c), Evaluation Criteria Yes / No (d) & (e) 15 Part V Para 2 (a) Price Bid Format Yes / No to (c) 16 Part V Para 3 Additional Information in Price Yes / No Bid

Company Seal Date: Signature of Authorised Representative / Designation

______

Signature of Seller