1

Tele: 011-2434843 Fax: 011-24364843 Dte of Radar Air HQ (Paryavaran Bhavan) B-4 Wing, 13th Floor CGO Complex, Lodhi Road, New Delhi-110 003

------

QUOTES ARE NOT TO BE SENT THROUGH FAX. BUT ONLY IN SEALED ENVELOPES.

------TO: M/s IAI ELTA Liaison Office (Kind Attn: Mr Shlomi Moyal, ELTA Rep) 100. A/2, IInd Floor, Capital Court Olof Palme Marg, Munirka,New Delhi-67 Fax: 011-26713828

Air HQ/S.14665/16/17/ADGES 08 Jun 18

REQUEST FOR PROPOSAL (RFP) AIR HEADQUARTERS ANTYODAYA BHAVAN (DTE OF RADAR), IAF

INVITATION OF BID FOR FOLLOW ON SUPPORT (FOS) FOR 18 EL/M 2084 MEDIUM POWER RADARS (MPRs) AND ‘D’ LEVEL EQUIPMENT AT 13 BRD FOR FIVE YEARS ON PAC BASIS

Request for Proposal (RFP) No. Air HQ/S.14665/16/17/ADGES dated 08 Jun 2018

1. Bids in sealed cover under two bid system are invited for FOS OF 18 MPRs AND ‘D’ LEVEL EQUIPMENT AT 13 BRD FOR FIVE YEARS for maintenance, repairs, services and supply of items as listed in Part II of this RFP. Please super scribe 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 --- Jun 18 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 select any------Search

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

______Signature of Seller Signature of Buyer

2

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

(a) Bids/queries to be addressed to: ACAS (System) Air HQs Antyodaya Bhavan, B-III Wing, 13th Floor, CGO Complex, Lodhi Road, New Delhi - 110 003

(b) Postal address for sending the Bids: ACAS (System) Air HQs Antyodaya Bhavan, B-III Wing, 13th Floor, CGO Complex, Lodhi Road, New Delhi - 110 003

(c) Name/designation of the contact person: Air Cmde S Bahuja PD Radar Air HQs Antyodaya Bhavan, B-1 Wing, 13th Floor, CGO Complex, Lodhi Road, New Delhi - 110 003

(d) Telephone number of the contact person:

+91-11-24364843

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

(f) Fax number: 011-24364843

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 and which will also form part of the Contract with the successful Bidder.

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

______Signature of Seller Signature of Buyer

3

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

6. This RFP is being issued without prejudice and nil financial commitments. 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.

(P Mukherjee) AVM ACAS (Sys)

______Signature of Seller Signature of Buyer

4

PART I - GENERAL INFORMATION

1. Last date and time for depositing the Bid. (08 Aug 18/1000 Hrs)- (IST)

The sealed Bid 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 quotation addressed to ACAS (Sys) should be either dropped in the Tender Box marked as:-

ACAS (SYS)

or sent by registered post/courier/speed post 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-receipt of the bid documents. Bids sent by Fax or e-mail will not be considered (unless they have been specially called for by these modes due to urgency).

3. Time and Date for Opening of Bids: (08 Aug 18/1100 Hrs)- (IST) (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.

ACAS (Sys) Near the reception Air Headquarters Antyodaya Bhawan CGO Complex, Lodi Road New Delhi- 1100003.

On the date of opening, only those Bids that are found in the tender box marked ACAS (Sys) will be opened. Bids dropped in the wrong Tender Box will be rendered invalid. Bids received after due date /time specified will be returned to the sender on “Freight to Pay” basis.

5. Place of Opening of the Bids.

Tender Room ACAS (Sys), B-3 Block, 13th Floor Air HQ, (Antyodaya Bhawan), CGO Complex, New Delhi – 1100003.

The Bidders may depute their accredited representatives, duly authorized in writing, to attend the opening of Bids on the due date and time. Details of the accredited representatives are to be forwarded to this office by FAX (followed by an ink signed copy) well before the due date of tender opening, for originator to facilitate security clearance and entry to Air HQ (PB) (Tender Opening Room). Rates and important commercial/technical clauses quoted by all Bidders will be read out in the presence of the accredited representatives. It may be noted that this event will not be postponed due to non-presence of your representative(s). Bidders are to ensure that their accredited representatives are in possession of copy of advance intimation letter sent to O/O PD Radar, authorizing them to participate in the tender opening. Only authorized accredited

______Signature of Seller Signature of Buyer

5

Indian Agent/Representative would be permitted to participate in the tender opening process. Prospective bidders are, therefore, advised to complete the requisite formalities as covered in the GOI/MoD instructions. (Details available in MoD official website, http//:www.mod.nic.in under heading new circular and notifications for nomination of Indian Representative / Agent).

6. Two-Bid System: In the two bid system, only the technical Bid would be opened on the time and date mentioned above. Date of opening the commercial Bid will be intimated after acceptance of the technical bid. Commercial bid will be opened, if and only if the technical bid is found compliant/suitable after Technical Evaluation done by the buyer.

7. Forwarding of Bid. Bids should be forwarded by Bidders under separate envelopes for technical and commercial bid in their original memo / letter pad giving their complete current postal and e-mail address, contact and FAX numbers of their office. Bidder‟s in addition to stating in their offer the correct legal communication address on which the contract / purchase order is to be placed and despatched, are also to give the details of their Bankers with SWIFT code and Account Number.

8. Clarification regarding contents of the RFP. Only those vendors willing to abide by terms and conditions of DPM 2009 (as amended) need to participate in the tendering. A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify by fastest means to the Buyer in writing about the clarifications sought and in any case not later than 14 (fourteen) days prior to the date of opening of the Bids.

9. Modification and withdrawal of Bid. 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 an ink signed confirmation copy to be sent by post and such signed confirmation should reach the Buyer 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 and / or ban on issuance of further RFP‟s as per the decision of Competent Authority.

10. Clarification regarding contents of the Bid. 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 bids will be sought, offered of permitted. No post-bid clarification on the initiative of the bidder will be entertained.

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

12. Unwillingness to quote. Bidders unwilling to quote should ensure that intimation to this effect reaches well before the due date and time of opening of the Bid, by FAX, e-mail, document communication, failing which the defaulting Bidder may be delisted for the given range of goods / services as mentioned in this RFP. ______Signature of Seller Signature of Buyer

6

13. Validity of Bid. The Bids should remain valid till 180 Days from the last date of submission of the Bids.

______Signature of Seller Signature of Buyer

7

PART II – ESSENTIAL DETAILS OF MAINTENANCE/REPAIR/ SERVICES REQUIRED

1. Schedule of Requirement (SOR) for Maintenance/Repair/Services/ Supply of spares of Qty-18 Medium Power Radars EL/M 2084 and Qty-01 D Level Equipment for five years.

(a) Type of Item/Description of stores. Medium Power Radars along with „D‟ Level equipment and test equipment supplied vide Contract No. Air HQ/99754/3/C4ISR dated 16 Oct 07 and to . (b) Quantity of Equipment to be Maintained. The scope of FOS contract will cover LRU‟s / SRU‟s & components and repairable sub-systems of Qty-18 MPRs and Qty-01 „D‟ Level Equipment. DG sets will be maintained by BRDs and are excluded in FOS. The major sub-systems covered under FOS are as follows:

(i) Main Antenna System

(ii) Ops Shelter

(iii) LRC Shelter

(iv) IFF System

(v) LRCU & CEC

(vi) „O‟ & „I‟ Level Equipment

(vii) „D‟ Level Equipment

2. Technical Details.

(a) Specification / drawings as Applicable. As per Contract No. Air HQ/99754/3/C4ISR dated 16 Oct 07.

(b) Technical details with Technical parameters. As per Contract No. Air HQ/99754/3/C4ISR dated 16 Oct 07.

3. Repair/Replacement Services. The FOS services for the LRUs/SRUs for all the 18 MPR units and „D‟ level Equipment at 13 BRD would be as follows:- (a) Factory Repairable Items. The Factory Repairable Items (FRI) listed at Annexure-I will be repaired at M/s ELTA Systems Ltd, Israel. The repair of FRI will be undertaken on highest priority within specified Turn Around Time (TAT) on non-exceeding basis defined for repair of each FRI. No separate order for repair of FRIs will be raised by IAF. The TAT for FRI‟s would be 90 days for items manufactured by Seller, 120 days for items manufactured by sub-contractors of Seller located in Israel and 180 days for items manufactured by sub-contractors out of Israel. The details of each category of TAT for FRIs are to be listed out separately and attached along with the Bid. FRIs repaired by the Seller, after the date of receipt at 13 BRD, will have warranty of six months period.

______Signature of Seller Signature of Buyer

8

(b) Local Repairable Items. The repair of items other than FRI i.e Local Repairable Items (LRI) is split between M/s ELTA and IAF repair agencies. IAF repair agency responsibility for LRIs is placed at Annexure- II and are not to be included in costing of FOS. However, in case the repair of particular LRIs goes beyond the capacity of IAF repair facility, these will be achieved through M/s IAI ELTA on need basis separately. Details of M/s ELTA responsibility for LRIs is placed at Annexure-III and must be costed separately in FOS.

(c) Supply of Spares. One set of spares as per Annexure-IV are to be supplied by Seller at fixed prices. These spares will be delivered at 13 BRD by the Seller within 180 calendar days after signing of the FOS contract. The warranty of two years by the Seller will be applicable for these spares from the date of receipt at 13 BRD.

(d) Expert Assistance and Field Support from Seller. Expert Assistance will be provided by OEM for equipment mentioned in para 1 (b) above, will be through:-

(i) Phone/Fax/e-mail based on the request from IAF. Assistance from Seller‟s Local Indian Specialists will be provided to Buyer‟s representatives in case of any fault/unserviceabilities. The Seller will nominate his representatives and intimate the Buyer.

(ii) Site visits by Seller‟s representatives.

(aa) Local Indian Specialists Assistance. Local Indian specialists trained by OEM on MPR System to be positioned at New Delhi. In case of any breakdown of the equipment/system under SOR which is beyond the capability of the „I‟ and „D‟ level facilities equipped with the Buyer, the Seller‟s representative will attend the breakdown within 48 hrs after intimation through telephone/fax/E- mail from Buyer representatives. Liaison between IAF and Seller will be made available in India through Local Customer Support Representative, dedicated to MPR System. Mobile number, Fax number and email details of local customer representative are to be provided by Seller. The time duration to resolve the breakdown is within nine calendar days of reporting of fault first time. Any spares required during rectification will be provided by Seller and adequate stocks to be maintained in India. In case it is not available with seller than same will be utilised from within Air Force/IN stocks and are to be replenished within 15 days. On clearance of breakdown the Seller will submit detailed fault report to the Buyer. In case local Indian specialist is unable to clear the fault within nine calendar days of reporting the fault first time by the Buyer, he will submit inability report and advice for specific expert assistance from Seller‟s country.

(ab) Expert Assistance from Seller’s Country.

(i) Assistance from experts from Seller‟s country (Engineers/Technicians), if required will be requisitioned by IAF subject to submission of inability report by Local Indian ______Signature of Seller Signature of Buyer

9

Specialists of Seller through Local Customer Support Representative of Seller. In case expert assistance is required to be moved from Seller‟s country to Buyer‟s country, the expert/team of experts shall report to POC (Point of Contact) in India within seven calendar days from the time of intimation through Phone/Fax/E-mail from the Buyer and report to the affected buyers‟ site within next two days. The time duration for resolving the breakdown shall be within 10 calendar days from the day of reporting at the Buyer’s site. The charges for one visit will be the Per Diem rate plus fare of the round-trip flight tickets of economy class (between Seller‟s country and the working site at Buyer‟s country) for each of Seller‟s representative. The Per Diem will be charged for each Seller‟s representative for every day from day of reporting till the day of departure from the Buyer‟s site.

(ii) The visit of experts from Seller‟s country will be limited to maximum of two personnel per visit unless until additional requirement specifically cleared by the Buyer. The Seller is required to maintain all requisite software & firmware back-up, spares as per the system requirement, to undertake the task within stipulated time. Any spare required during rectification will be provided by seller and if required the stock of spares available with the Buyer may be utilised. The Seller shall replenish the spare within 30 days. The unserviceable items will be repaired as per para 3(a) & (b) and the same TAT mentioned in para 5 will be applicable. On clearance of breakdown the Seller will submit detailed fault analysis report to the Buyer.

(ac) Expert assistance would be requisitioned for analysis of MPR system files for target identification on need basis. This would be a selective requirement and hence firm cost to be mentioned in the bid. The required MILP files (Mixed Integer Linear Programming) will be supplied by IAF. The response time for analysis is 15 calendar days.

4. Response Time. The response time of the Seller‟s representative in providing expert assistance, field support and repair/replacement services throughout the year should be as follows:

(a) Provide telephonic assistance on 24x7 basis and Fax/ E-mail within 24 hours.

(b) In case system is not restored within 48 hours through information/assistance through Phone/Fax/e-mail, then Seller‟s local representative shall visit the affected Radar site within next 48 hours based on the request by the Buyer.

(c) The Seller‟s local representative shall resolve the breakdown within nine calendar days from reporting the fault first time through Phone/Fax/E-mail from the Buyer. ______Signature of Seller Signature of Buyer

10

(d) The Seller‟s expert representatives from Seller‟s country, if required, shall report to the POC at Buyer‟s country within seven calendar days from the intimation by Buyer through Fax/E-mail and report to the affected Buyer‟s site within next two days.

(e) The Seller‟s expert representatives from Seller‟s country, will resolve the breakdown within 10 calendar days from the day of reporting at Buyer‟s site.

(f) The response time for repair of faulty LRUs/SRUs will be as per details of TAT mentioned at para 5 below.

5. Turn Around Time (TAT). The maximum TAT of LRUs/SRUs of MPR and „D‟ level facility equipment for FRI‟s (mentioned at Annexure-I) would be 90 days for items manufactured by Seller, 120 days for items manufactured by Sub-contractors of Seller located in Israel and 180 days for items manufactured by sub contractors out of Israel. 13 BRD would be nodal agency for Buyer for receipt and dispatch of spares/components/items. 13 BRD will hand over the items to 31 MCU for further despatch to Seller‟s country. The TAT would be the time period between date of shipment from 31 MCU till the date of shipment from Israel. In case of LRI‟s for which IAF is responsible and if they are beyond the capability of established IAF agencies, based on the assessment, a repair order as applicable, will be issued by Buyer separately. The TAT for these items will be same in three categories, as applicable, for FRI items.

6. Maintenance of Manuals. All necessary changes in the documentation (technical and operator manual) for changes carried out on hardware and software will be provided by the Seller.

7. Receipt and Despatch. 13 BRD would be nodal agency for receipt and despatch of serviceable and unserviceable items to and fro to Seller‟s country through 31 MCU. The responsibility of transportation and handling to Buyers country after repairs would completely be of Sellers‟s. The set of spares procured from Seller as per Annexure-IV will be delivered at 13 BRD.

8. Delivery Period. The delivery period for repaired FRIs/LRIs will be as per TAT mentioned above at para 5. The extension of contracted Repair TAT will be at the sole discretion of the Buyer, with applicability of LD clause.

9. Two-Bid System. The Bidder is required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification/requirements, if any, in both Technical and Commercial bids.

10. INCOTERMS for Delivery and Transportation. Unless otherwise specifically agreed to by the Buyer and the Seller and incorporated in the contract, the applicable rules & regulations for transportation of goods from foreign countries will be as per the contemporary version of International Commercial Terms (INCOTERMS) evolved by International Chamber of Commerce, Paris. Definition of Delivery Period is given below:-

TERMS OF DELIVERY DATE OF DELIVERY

DAT The date on which the Seller deliver the goods at 31 MCU. This date is reflected in Bill of Lading. ______Signature of Seller Signature of Buyer

11

11. Consignee details. During the FOS period, the Seller shall carry out all necessary maintenance/repairs to the equipment/system under FOS contract as per SOW at the designated location of the equipment/system. The Consignee details are attached below:

Sl No. Denomination of items/services Consignee (nodes) 1 Landing office for receipt and despatch of 31 MCU, AF, Palam, New goods/item supplied to and fro M/s IAI Delhi ELTA Systems Ltd, Israel 2 Point of contact (POC)/ultimate consignee AOC, 13 BRD, AF, Palam for goods supplied by M/s IAI ELTA New Delhi Systems Ltd, Israel. 3 FOS for 18 MPRs installed at the 254 SU , Naliya respective sites and „D‟ Level equipment 230 SU, Amritsar installed at 13 BRD, under contract no. Air 272 SU, Mudh-Island HQ/S. 99754/3/C4ISR dated 16 Oct 07 as per the SOR enumerate at Para 1 265 SU, Jaisalmer above. If MPR is re-located from present 251 SU, Agra location it would be intimated by the Buyer 263SU, Bikaner to Seller for continuation of FOS. 257 SU, Trivandrum 273 SU, Bagdogra 267 SU, Tezpur 250 SU, Hakimpet 275 SU, Suratgarh 259 SU, Bareilly 274 SU, Gorakhpur 269 SU, Uttarlai 252 SU, Thanjavur 13 BRD, Palam, New Delhi INS Dega, Visakhapatnam INS Hansa, Goa INS Utkrosh,

______Signature of Seller Signature of Buyer

12

PART III – STANDARD CONDITIONS of RFP

The Bidder is required to give confirmation of their acceptance of the Standard Condition of the Request for Proposal mentioned below which will automatically be considered as a part of the Contract concluded with 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 law of the Republic of India. The contract shall be governed by and interpreted in accordance with the law 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 except when some other effective date is mutually agreed to and specifically indicated / provided in the contract. The deliveries and supplies and performance of the services shall commence from the effective date of the contract.

3. Arbitration. All disputes and differences arising out of in connection with the Contract shall be settled by bilateral discussions. Any disputes, disagreement or question arising out of all relating to the contract or relating to construction of performance, which cannot be settled amicably, may be resolved through arbitration. The Standard Clause of arbitration is as per Forms DPM-9 (available in MoD web site and can be provided on request).

4. Penalty for use of undue influence. The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contract or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favour or disfavour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the seller or 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 prevention of corruption shall entitle 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 has 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 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.

______Signature of Seller Signature of Buyer

13

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 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 Government of India for a minimum period of five years. The Buyer will also have right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India.

6. Access to Books of Accounts. In case it is found to the satisfaction of the Buyer that the Seller has engaged an agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary information/inspection of the relevant financial documents/information.

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

8. Liquidated Damages (LD). In the event of Seller‟s failure to submit the Bonds, Guarantees and Documents, undertake the supply/commissioning/maintenance services as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. The Buyer also may deduct from seller as agreed for following:-

(a) Turn Around Time (TAT). The Buyer may deduct from the Seller LD to the sum of 0.5% of repair cost of respective FRI for which TAT is exceeding the limits specified in Para 5 of SOR for every week of delay or part of a week with a maximum LD limit of 10% of the repair cost of the FRI will be levied. The calculation of delay for LD will be as per Annexure-V.

(b) Supply of Spares. The Buyer may deduct from the Seller LD to the sum of 0.5% of cost of spares of the delayed/undelivered stores mentioned at Para 3 (c) of Part-II of RFP for every week of delay or part of a week, subject to the maximum LD limit of 10% of total value of delayed/undelivered spares. (c) Local Indian Specialist Assistance. In case of any breakdown of the equipment/system under SOR which is beyond the capability of the „I‟ and „D‟ level facilities equipped with the buyer, not attended by the seller

______Signature of Seller Signature of Buyer

14

representative within 48 hrs after intimation through telephone/fax/E-mail and not resolved within nine calendar days of reporting of fault first time, Liquidated Damage (LD) to the sum of 0.5% imposed on every week or part of week on expert assistance charges with a maximum LD limit of 10% of charges for rectification services will be levied till submission of inability report. The calculation of delay for LD will be as per Annexure-V.

(d) Expert Assistance. In case the Seller‟s Local Indian representative submits the inability report to the Buyer for rectification of the breakdown, the expert assistance from Seller‟s country will be requisitioned through telephone/fax/E-mail. If expert assistance from Seller‟s country do not report to POC in Buyer‟s country within seven calendar days after intimation through telephone/fax/E-mail and does not clear the fault within next 12 calendar days as specified in Para 3 (d) (ii) (ab) of SOR, the Buyer may deduct from the Seller, LD to the sum of 0.5% imposed on every week or part of week on Expert assistance charges subject to a maximum value of LD not being higher than 10% of the value of Per-Diem rate per visit for the delayed services. The calculation for delay for LD will be as per Annexure-V.

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 FOS delivery of the material / stores / Services is delayed for causes not attributable to Force Majeure for more than 06 months after the scheduled date of delivery / commencement of FOS.

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

(c) The FOS services are delayed due to causes of Force Majeure by more than 12 (Twelve) months provided Force Majeure clause is included in Contract.

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

(e) As per decision of the Arbitration Tribunal.

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 pre-paid 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 of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof.

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 ______Signature of Seller Signature of Buyer

15 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 wheather in whole or in part except by any 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. All taxes, duties, levies and charges which are to be paid for delivery of goods/services including advance samples, shall be paid by the parties under the present Contract in their respective countries.

15. Pre-Integrity Pact Clause. An “Integrity Pact” would be signed between the Ministry of Defence/Buyer and the Bidder for purchases exceeding Rs. 100 crores. This is a binding agreement between the Buyer and Bidders for specific contracts in which the Buyer promises that it will not accept bribes during the procurement process and Bidders promise that they will not offer bribes. Under this Pact, the Bidders for specific services or contracts agree with the Buyer to carry out the procurement in a specified manner. The Format of Pre-Integrity Clause will be as per Form DPM-10 (Available in MoD website, and can be provided on request). The essential elements of the Pact are as follows: (a) A pact (contract) between the Government of India (Ministry of Defence) (the authority or the “principal”) and those companies submitting a tender for this specific activity (the “Bidder”)

(b) An undertaking by the Principal that its officials will not demand or accept any bribes, gifts etc., with appropriate disciplinary or criminal sanctions in case of violation.

(c) A statement by each Bidder that it has not paid, and will not pay, any bribes.

(d) An undertaking by each Bidder to disclose all payments made in connection with the Contract in question to anybody (including agents and other middlemen as well as family member, etc. of officials) the disclosure would be made either at the time of submission of Bids or upon demand of the Principal, especially when a suspicion of a violation by that Bidder emerges.

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

(f) Undertaking on behalf of a Bidding company will be made “in the name and on behalf of the company‟s Chief Executive Officer”

(g) The following set of sanctions shall be enforced for any violation by a Bidder of its commitments or undertakings:

______Signature of Seller Signature of Buyer

16

(i) Denial or loss of contracts.

(i) Forfeiture of the Bid security and performance bond.

(iii) Liability for damages to the principal and the competing Bidders.

(iv) Debarment of the violator by the Principal for an appropriate period of time.

(v) Bidders are also advised to have a company code of conduct (clearly rejecting the use of bribes and other unethical behaviour and compliance program for the implementation of the code of conduct throughout the company)

______Signature of Seller Signature of Buyer

17

PART IV – SPECIAL CONDITIONS OF RFP

The Bidder is required to give confirmation of their acceptance of special Conditions of the RFP mentioned below which will automatically be considered as part of 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 Bank Guarantee. The Seller will be required to furnish a Performance Guarantee by way of a Bank Guarantee from Seller‟s Bank through an internationally recognised first class Bank in favour of the Government of India, Ministry of Defence to be confirmed by public sector bank or a private sector bank authorised to conduct Government business equal to 10% (Ten percent) of the total value of this contract (The specimen of PBG is attached to Annexure-VI to this RFP). Performance Bank Guarantee should be valid upto 60 days beyond the date of expiry of FOS or date of completion of warranty of the last LRU repaired by the Seller as a part of the FOS or beyond the warranty of two years of last spare supplied whichever is later. The Performance Bank Guarantee shall be considered open upon receipt by the Buyer‟s Bank. In case any claims or any other contract obligations are outstanding, the Seller will extend the Performance Bank Guarantee as asked for by the Buyer till such time as the Seller settles all claims and completes all contract obligations. The Performance Bank Guarantee will be subjected to encashment by the Buyer, in case the conditions regarding adherence to delivery schedule, settlement of claims and other provisions of the contract are not fulfilled by the Seller. The specimen of PBG is given in Form DPM- 15 (Available in MoD website and can be provided on request).

2. Advance Bank Guarantee. Applicable for one time procurement of set of spares as mentioned in Annexure-III.

3. Payment Terms for Foreign Sellers.

(a) Advance Payments. 15% of total cost of set of spares (as mentioned in Annexure-IV) to be procured from Seller will be paid through DBT as advance on submission of Advance Bank Guarantee of the value of 15% of total cost. The format of Advance Bank Guarantee is placed at Annexure-VII.

(b) All the payments for maintenance/repair/replacement services and remaining 85 % of the cost of spares will be effected through DBT.

(c) Prices for repair/replacement /services shall be as per actuals on bi-annual basis.

4. The Form DPM-11: Model ECS Mandate Format for payment through e-Payment is placed at Annexure-VIII. The detail of documents to be presented is as follows:

(a) For FRI’s/LRI’s:

(i) Clean Board Airway Bill/Bill of Lading.

(ii) Original Invoice

(iii) Packing List

(iv) Certificate of Quality from OEM.

______Signature of Seller Signature of Buyer

18

(v) Dangerous Cargo Certificate, if any.

(vi) Certificate of Conformity & Acceptance Test, if any.

(b) For Service and Other milestone:

(i) Commercial Invoice issued and signed by the Supplier (One original plus three copies).

(ii) One copy of Satisfactory Service Certificate (SSC) signed by Buyer as well as Seller and countersigned by PD Radar of Air HQ (PB) (Format of SSC is placed at Annexure-IX).

5. Paying Authority. PCDA (AF), New Delhi. The payments of bills will be made on submission of the following documents by the SELLER to the Paying Authority along with the bill-

(a) For FRI’s/LRI’s:

(i) Clean Board Airway Bill/Bill of Lading.

(ii) Original Invoice

(iii) Packing List

(iv) Certificate of Quality from OEM.

(v) Dangerous Cargo Certificate, if any.

(vi) Certificate of Conformity & Acceptance Test, if any.

(b) For Service and Other milestone:

(i) Commercial Invoice issued and signed by the Supplier (One original plus three copies).

(ii) One copy of Satisfactory Service Certificate (SSC) signed by Buyer as well as Seller and countersigned by PD Radar of Air HQ (PB) (Format of SSC is placed at Annexure-IX).

______Signature of Seller Signature of Buyer

19

6. Fall clause. The following Fall clause will form part of the contract placed on successful Bidder:

(a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offer to sell stores of identical description to any persons/Organisation including the purchaser or any department of the Central government or any Department of state government or any statutory undertaking the central or state government as the case 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/organisation including the Buyer or any Deptt, 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 shall forthwith notify such reduction or sale or offer of sale to the Director general of Supplies & Disposals and the price payable under the contract for the stores of such reduction of sale or offer 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.

7. Risk & Expenses Clause.

(a) Should the stores/services or any instalment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores/services, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default.

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

(c) In case of material breach that was not remedial within 45 days the BUYER shall, having given the right of first refusal to the SELLER be at liberty to

______Signature of Seller Signature of Buyer

20

purchase, manufacture, or procure from any other source as he thinks, fit, other stores of the same or similar description to make good:-

(i) Such default.

(ii) In the event of the contract being wholly determined the balance of the stores/services remaining to be delivered thereunder.

8. Force Majeure Clause.

(a) Neither party shall bear responsibility for the complete or partial no- performance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract.) If the non-performance results from such Force Majeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Military operation, Blockage, Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract.

(b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time of action of these circumstances and their consequences.

(c ) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately but in any case not later than 10 (ten) days from the movement of their beginning.

(d) Certificate of a chamber of commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances. }}}

(e) If the possibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

9. Specification. The following specification clause will form part of the contract placed on successful bidder. The seller guarantees to meet the specification as per Part-II of RFP and as per contract Nos. Air HQ/S.99754/3/C4ISR dated 16 Oct 07. The Seller, in consultation with the Buyer, may carry out technical upgradation/alteration in the indigenisation or obsolescence. This will, however, not in any way adversely affect end specification of the equipment. Changes in technical details, drawings repair and the maintenance techniques along with necessary tools as a result of upgradation/alterations will be provided to the buyer free of cost within sixty (60) days of affecting such upgradation /alterations.

10. OEM Certificate (in case Bidder is not OEM) . NOT APPLICABLE as case being processed on PAC basis. ______Signature of Seller Signature of Buyer

21

11. Earliest Acceptable year of Manufacture for Spares Consumed. The Seller shall ensure that all the items replaced during the FOS period should be of latest manufacture, shall have at least 85 % shelf life and shall conform to the system requirements.

12. Buyer Furnished Equipment/ Buyer Furnished Information (BFE/BFI) .

The Buyer will provide the following:

(a) Nominate central POC.

(b) Access to working area at all relevant sites.

(c) Information regarding each failed equipment.

(d) End User Certificate as will be required by the equipment OEM (upon specific request).

(e) CDEC certificate for items repaired by the Seller within 5 working days of receipt of relevant documents if required.

(f) Accord security clearance for Seller‟s reps to undertake services as per the FOS contract.

13. Transportation: The following Transportation clause will form part of the contract.

DAT – The stores shall be delivered on DAT terms to The Landing Officer, Commanding Officer, 31 MCU, AF, IGI Airport, Palam New Delhi. 13 BRD would be nodal agency for receipt and despatch of serviceable and unserviceable items to and fro to Seller‟s country through 31 MCU. The responsibility of transportation and handling to Buyers country after repairs would completely be of Sellers‟s. The date of delivery of repaired goods will be the date on which the Seller delivers the goods in India.

14. Air Lift. Should the Buyer intend to airlift all or some of the stores, the Seller shall pack the stores accordingly on receipt of intimation to that effect from the Buyer. Such deliveries will be agreed upon well in advance and paid for as may be mutually agreed.

15. Packing and Marking : The following Packing and Marking clause will form part of the contract placed on successful Bidder –

(a) The Seller shall provide packing and preservation of the equipment and spares/goods contracted so as to ensure their safety against damage in the conditions of land, sea and air transportation, transshipment, storage and weather hazards during transportation, subject to proper cargo handling. The Seller shall ensure that the stores are packed in containers, which are made sufficiently strong, and with seasoned wood. The packing cases should have hooks for lifting by crane/fork lift truck. Tags with proper marking shall be fastened to the special equipment, which cannot be packed.

(b) The packing of the equipment and spares/goods shall conform to the requirements of specifications and standards in force in the territory of the Seller‟s country. ______Signature of Seller Signature of Buyer

22

(c) Each spare, tool and accessory shall be packed in separate cartons. A label in English shall be pasted on the carton indicating the under mentioned details of the item contained in the carton. A tag in English with said information shall also be attached to six samples of the item. If quantity contracted is less than six then tag shall be affixed to complete quantity contracted of the item. The cartons shall then be packed in packing cases as required.

i. Part Number: ii. Nomenclature: iii. Contract annex number: iv. Annex serial number: v. Quantity contracted:

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

(e) The Seller shall mark each package with indelible paint in the English language as follows:-

i. EXPORT ii. Contract No. ------iii. Consignee ------iv. Port / airport of destination ------v. Ultimate consignee ------vi. SELLER ------vii. Package No. ------viii. Gross/net weight: ------ix. Overall dimensions/volume: ------x. The Seller‟s marking.

(f) If necessary, each package shall be marked with warning inscriptions:, “Do not turn over”, category of cargo etc.

(g) Should any special equipment be returned to the Seller by the Buyer, the latter shall provide normal packing, which protects the equipment and spares/goods from the damage of deterioration during transportation by land, air or sea along with defect report if any. In this case the Buyer shall finalize the marking with the Seller.

16. Quality. The quality of the stores delivered according to the present Contract shall correspond to the technical conditions and standards valid for the deliveries of the same stores for in Seller‟s country or specifications enumerated as per RFP. The seller confirms that the stores to be supplied under this Contract shall be new i.e. not manufactured one year before prior to year of consumption, and shall incorporate all the latest improvements and modifications thereto and spares of improved and modified equipment are backwards integrated and interchangeable with same equipment supplied by the Seller in the past if any. The Seller shall supply an interchangeability certificate along with the changed part numbers wherein it should be mentioned that item would provide as much life as the original item.

______Signature of Seller Signature of Buyer

23

17. Quality Assurance. Each item repaired by OEM to include certificate of conformity by Quality Assurance (QA) and details of rectification undertaken.

18. Inspection Authority . The inspection will be carried out by CO/CEO/STO/SE (Radar) of the designated sites.

19. Joint Receipt Inspection . Items will be received at 13 BRD and checked for any external damage etc in front of ELTA Rep. The functional test will be carried out at unit.

20. 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 confirm to technical specifications prescribed and shall perform according to the said technical specification.

(b) The Seller warrants for a period of 06 months each repaired FRI/LRI by M/s IAI ELTA, Israel from the date of receipt of items after repair at 13 BRD.

(c) The seller warrants for a period of two years for the set of spares supplied under FOS contract. The warranty will start from the date of receipt of spares and joint receipt inspection carried out at 13 BRD.

(d) If within period of warranty, the goods/spares supplied are reported by the Buyer to have failed to perform as per the specifications, the Seller shall either replace or rectify the same free of charge, within a maximum period of 45 days of notification of such defects received by the Seller provided that the goods are used and maintained by the Buyer as per instruction contained in the Operating Manual. Warranty of the equipment would be extended by such duration of down time. Record of the down time would be maintained by the user in the logbook. Spares required for warranty repairs shall be provided free of cost by the Seller. The Seller also undertake to diagnose, test, adjust, calibrate, and repair / replace the goods/equipment arising due to accidents by neglect or misuse by the operator or damage due to transportation of the goods during the warranty period, at the cost mutually agreed to between the Buyer and Seller.

21. Renewal of FOS. FOS contract may be extended by another term as mutually decided by Buyer and Seller with mutually agreed cost escalation formulae and terms/conditions.

______Signature of Seller Signature of Buyer

24

PART V – EVALUATION CRITERIA & PRICE BID ISSUES

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

(a) The Bid will be evaluated if it fulfils all the eligibility and qualifying requirements of the RFP, both technically and commercially.

(b) The Bid will be decided upon the price quoted by the Bidder as per the Price Format given at Para 2 below.

(c) In import cases, the bid will be brought to a common denomination in Indian Rupees by adopting the exchange rate as BC selling rate of the State Bank of India on the date of the opening of Price Bids.

(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 Bid will be considered for placement of contract/Supply Order after complete clarification and price negotiations as decided by the Buyer.

2. Price Bid Format. The Price Bid Format is given below and Bidder is required to fill this up correctly with full details:-

(a) Cost:

(i) Repair/Replacement Services by Seller.

(aa) FPQ for repair of FRI‟s discretely, as per Annexure I and categories (Total 46 lines excluding sl no 47, 48, 49 of Annexure-I which are D- Level equipment installed at 13 BRD).

(ab) FPQ for repair of „D‟ Level Eqpt for each LRU/SRU of three Test Jigs i.e RMTE along with ITAs, ICT along with ITAs and JTAG along with ITAs (sl no 47,48,49 of Annexure-I).

(ac) FPQ for repair of LRI‟s for which M/s ELTA is responsible, as per Annexure III.

(ad) Fixed Price Cost for procurement of each item line wise as per Annexure IV.

(ae) FPQ for expert assistance through phone/Fax/e-mail for a period of five years.

(af) Charges for rectification services through local Indian representatives of Seller for five years (charges to include corrective/breakdown maintenance services by local reps at each site on actual basis).

______Signature of Seller Signature of Buyer

25

(ag) Per Diem charges for visit of expert from Seller‟s country and air fare for to and fro journey from the Buyer‟s country in economy class for Engineers and Technicians separately. (ah) Fixed Charges for analysis of MPR system files for identification of targets.

FOS COST Sl No Description 1st Year --- 5th Yr Total (aa) FRIs (ab) Repair of „D‟ Level Eqpt (ac) Repair of M/s ELTA LRI‟s (ad) Cost of set of spares (ae) Expert assistance through phone/Fax/e-mail (af) Charges for rectification services through local Indian representatives (ag) Per Diem charges for visit of expert from Seller‟s country (ah) Analysis of MPR system files Total (inclusive of taxes) Grand Total

(b) The details of duties/taxes if any levied for above mentioned services be submitted accordingly.

3. This communication is being issued without prejudice and with nil financial commitments, whatsoever.

4. One copy of this RFP duly stamped and signed in all pages, be returned to us for our reference and records along with your most competitive bid. It is reiterated that the purchaser reserves the right to withdraw the RFP without assigning any reasons, should it becomes necessary at any stage.

Thanking You, Yours faithfully

(P Mukherjee) AVM ACAS (Sys)

______Signature of Seller Signature of Buyer

26

ANNEXURE –I

(Refers to Para 3(a) of RFP Part-II vide Air HQ/14665/16/17/ADGES Dated...... 08 Jun...... 2018)

FACTORY REPAIRABLE ITEMS (FRI)

DESCRIPTION REMARKS Sl. No. PART NO

1. 1094E555 – 002 Tx OSC S- BAND 2. 1020A740 – 001 SGU – VR9 3. 1020A740 – 001 BFU – VR9 4. 1023R110 – 001 RCU – VR9 5. 1093P360 – 002 MBM 6. 1093W688 – 001 POWER DRIVER SWITCH (PDS) 7. 1093W686 – 002 FIRST ANTENNA DRIVER (FAD) FIXED REPAIR COST TO BE 8. 1093W692 – 001 TX DIVIDER (MBM) 3 X 1:3 MENTIONED 9. 1093W690 – 001 RX COMBINER 1:9 FOR EACH LINE IN FOS 10. TGP – AO232 RX COMBINER 1:2 11. 1093W684 – 001 CAL SWITCH 1:4 12. D – 2040 – 8 CAL DIVIDER 1:8 13. 1093P357 – 002 DIVIDER 1:8 (TRCB) 14. 1023R400 – 001 MOTHER BOARD 15. 1027C383 – 001 RCU (RADAR CONTROL UNIT) 16. PCU (PEDESTAL CONTROL 1025M900 – 001 UNIT)

17. 1025M630 – 002 ANTENNA POWER SUPPLY

18. 1023F230 – 001 CENTRAL UNIT (12 CHANNEL) 19. LIN. PS (CU LINEAR POWER 1015D420 – 002 SUPPLY) 20. SW PS (CU/RCU SWITCHING 1015D590 – 002 POWER SUPPLY) 21. 1025M930 – 001 CHANNEL SELECTOR 22. 1023F240 – 002 DCS

______Signature of Seller Signature of Buyer

27

23. 1023F140 – 001 IFF PRCU PS (28 V) 24. 1028P202 – 001 ANTENNA ACTUATORS (1 SET)

25. 1027H103 – 002 BEARING 26. 1028P203 – 002 AZIMUTH MOTOR 27. 1028P205 – 002 ELEVATION MOTOR 28. 1025M105 – 001 ROTATING UNION 29. TSU – MMR – F TSU 30. 1020A116 – 002 AZIMUTH ENCODER 31. 1020A117 – 002 ELEVATION ENCODER 32. 1028P204 – 002 AZIMUTH GEAR 33. 1026M138 – 001 ANTI BACKLASH 34. 1025M137 – 002 PINION GEAR 35. 1023F220 – 001 PALLET 36. 1025M100 DRIVE SYSTEM (PEDESTAL) 37. TBD ANTENNA JACK ASSEMBLY 38. MAINTENANCE PLATFORM 1028P387 – 001 FULL ASSEMBLY 39. 1023F969 – 001 ALL SERVERS 40 62202074AA IFF INTERROGATOR 41 1023F350-002 IFF PEDESTAL 42 1023F300-001 IFF ANTENNA 43 1020A735-001 SGU/BFU/RCU Eth Switch 44 1025M600-001 GU 45 1027C383-001 RCU 46 AR73016-07 GPS/TCG 47 2069B601 – 001 RMTE ALONG WITH ITAs 48 2089B590 – 001 ICT ALONG WITH ITAs 49 2053B221-003 JTAG ALONG WITH ITAs

______Signature of Seller Signature of Buyer

28

ANNEXURE –II

((Refers to Para 3(b) of RFP Part-II vide Air HQ/14665/16/17/ADGES Dated...... 08 Jun....2018)

LOCAL REPAIRABLE ITEMS (LRI): IAF RESPONSIBILITY

Sl No. DESCRIPTION REMARKS 1 DTRM 2 DRM 3 TRCB 4 CU Synthesiser 5 CU Receiver 6 CU TXD 7 CU Timing ROTABLES TO BE REPAIRED AT D-LEVEL FACILITY BY 13 8 CU A/D BRD AND NOT TO BE COSTED 9 SGU I/O Card IN FOS 10 SGU Distribution 11 GU RCM 12 BFU I/O Card 13 BFU Distribution 14 RCU I/O Card 15 RCU Interface 16 DAD 17 CDP (SBC5110)

COTS ITEMS TO BE MAINTAINED BY BRD

Sl No DESCRIPTION REMARKS 1 Switch Eth 2 OPT/ETH Switch 3 LCD TV 40 inch 4 Printer HP Laser Jet P 2035 N 5 Telescope, Rimfire Riflescope

______Signature of Seller Signature of Buyer

29

FX-I (4x28 mm) 6 Lashing cables 7 BLADE CENTER 8 Fast Eth Interface convertor 9 Blade servers 10 Mast unit (LRC/ OPS shelter) 11 Siren (LRC/ OPS shelter) 12 Door stopper (LRC/ OPS shelter) MAINTAINED BY13 BRD AND NOT TO BE COSTED IN FOS 13 Ant collision/Transmission/ PCU operation Lamp 14 Optical Fibre cable 100 mtrs and 1500 mtrs 15 Oven 16 Manual Acrylic Coating Fixing Stand 17 Spray Gun 18 Overall Acrylic Removal Station 19 SMT Manual Removal Installation 20 BGA Manual Dispenser 21 SMT/TH Soldering Iron 22 SMT Programming Tool 23 Hydrogen Cabinet 24 Micro Scope

______Signature of Seller Signature of Buyer

30

ANNEXURE –III

(Refers to Para 3(a) of RFP Part-II vide Air HQ/14665/16/17/ADGES Dated...... 08 Jun....2018)

LOCAL REPAIRABLE ITEMS (LRI): M/s ELTA RESPONSIBILITY

Sl No COTS ITEMS REMARKS

1 Air conditioners 2 CU PS Converter to 400 Hz 3 UPS (LRC -10 KVA and OPS -08 KVA) 4 CU A/C FAN 5 Radar Computer 6 MCS (BLADE) 7 BLADES for PSP TO BE MAINTAINED BY 8 IMAC (OWS) M/s ELTA AND TO BE 9 Antenna Control Cables COSTED IN FOS

10 Antenna Power Cables 11 Antenna RF Cables 12 RRS Storage 13 Sys Admin X3550 Server 14 NBC Filter assembly full system 15 Dehumidifier full assembly 16 X-Ray Machine 17 Automatic Removal Installation Tool + BGA Heads POWER AND COOLING SYSTEM

1 LRCU 70 Cooling system 2 Power system –CEC TO BE MAINTAINED BY M/s ELTA AND TO BE 3 PDB - 2 COSTED IN FOS 4 PRCU

5 PDB- 1

______Signature of Seller Signature of Buyer

31

ANNEXURE -IV (Refers to Para 3(c) of RFP Part-II vide Air HQ/14665/16/17/ADGES Dated...... 08 Jun...... 2018)

LIST OF SPARES TO BE SUPPLIED IN FOS AND TO BE COSTED

Sl Ref/Part No Description Qty Remarks No Required 1 1093W610001/ DTRM 18 1093W620-001 2 1093W695-001/ TRCB 8.1 04 1093P357-002 3 1093W660-001/ DRM 20 1093W665-001 4 1025M550-001 GU-RCM 02 5 1025M750-001 SGU - I/O 02

6 1020A670-001 SGU-DISTRIBUTION 02

7 1020A740-001 SGU/BFU-VR9 02 8 1020A735-001 SGU-ETH.SWITCH 02 -TO BE COSTED IN 9 1093P360-001 MBM 02 FOS WITH PER 10 1020A080-001 MBM FRONT PANEL 02 UNIT/ LINE WISE COST PRICE 11 1093W680-001 POWER AMPLIFIER 02

12 1093W688-001 POWER DRIVER SWITCH 02

13 1093W686-001 FIRST ANTENNA DRIVER 04 - For SL NO 73 & 74 DETAILS OF 14 1093W692-001 TX DIVIDER (MBM 3X1;3) 02 CABLES ALONG WITH COST 15 1093W690-001 RX COMBINER 1:9 11 BREAKDOWN TO 16 TGP-A0232 RX COMBINER 1:2 03 BE MENTIONED 17 1093W684-001 CAL SWITCH 1:4 04 18 1093W695-001 DIVIDER 1:8 (FOR CAL 02 SYSTEM) TRCB 19 1023R400-001/ MOTHER BOARD 04 1020A481-002 20 1025M630-001 ANTENNA POWER 15 SUPPLY 21 1020B490-001 CDP (SBC5110) 02 22 1020B520-002/003 CU TIMING 02 23 1020B480-002/3 CU A/D 02 24 1093P305-002/001 RECEIVER 04 25 1093P162-001 SYNTHESIZER 04 26 1093P055-002/003 TX-OSC S BAND 02 27 1015D420-002 CU LINEAR PS 02

______Signature of Seller Signature of Buyer

32

28 1015D590-001 CU/RCU SWITCHING PS 02 29 1025M930-001 CHANNEL SELECTOR 02 30 1025M990-001 CU A/C 04 31 1025M950-001 CU PS CONVERTER TO 01 400 HZ 32 1023R110-001 RCU VR9 04 33 1020A970-001 RCU INTERFACE 01 34 1020A960-001 RCU IO 01 35 1023F240-001 DCS 04 36 1023F684-001 PDB # 2 01 37 1028P202-001 ANTENNA ACTUATOR 02 38 MARK 4 LR/TMI NORTH ALIGNMENT 02 SET FX-14X28 SENSOR 39 1028P203-001 AZIMUTH MOTOR 02 40 1028P205-001 ELEVATOR MOTOR 02 41 1025M068-002/ ROTATING UNION 01 1025M105-001 42 TSU-MMR-F TSU 01 43 1020A116-001 AZ ENCODER 04 44 1020A117-001 EL EVATION ENCODER 08 45 1028P204-001 AZIIMUTH GEAR ASSY 02 WITH PINION 46 1025M138-001 ANTI BACKLASH 01 47 1025M137-001 PINION GEAR 01 48 1025M900-001 PCU 02 49 1023F968-001 RADAR COMPUTER 02 50 MB419ZH/A OWS IMAC ASSY 02 51 1023F965-001 ANC 02 52 1023F969-001 MCS-BLADE 02 53 WS-C3560G-48TS- OPT/ETH SWITCH 01 E 54 1023F975-001 BLADE CENTER 01 55 TSA-2545/ IFF INTERROGATOR 02 62202074AA

56 1023F350-001/2 IFF PEDESTRAL 04 57 1023F400 - 002 CENTRAL UNIT (12 CH) 02 58 AR-730-16-07 GPS/TCG 02 59 2019F850-001 CONTROL BOX 02

60 1026N104-002 FRU 04 61 1027C131-001 HEAT EXCHANGER FAN 04 62 206-A-D-40- FIBRE OPTIC ROTARY 08 FC/APC-G JOINT 63 1023B378-001 MICRO SWITCH WITH 08 CABLE OF CU DOORS 64 1023B526-001 POWER CABLE OF PS No. 08 16 (WV0026)

______Signature of Seller Signature of Buyer

33

65 1023B523-001 ANTENNA DC P/S CABLE 04 POF PS 13 66 1023F916-001 IFF DATA CABLE 15 67 1023B378-001 CU RACK MICRO SWITCH 08 CABLE 68 TBD UTP CABLE IN PSP-2 TO 04 ETHERNET SWITCH IN LRC SHELTER 69 1023F968- BLADES FOR PSP 04 001/1023F968- 001 70 57860-10 GPS ANTENNA (57860-30) 08 71 1023F937-001/ GPS CABLE 08 1023F936-001 72 1023F140-001 IFF POWER SUPPLY 28V 04 DC 73 Set of Cables ANTENNA RF CABLES 02 SETS 74 Set of Cables ANTENNA POWER & 02 SETS CONTROL CABLES 75 1023R120-001 RCU ETHERNET SWITCH 01

______Signature of Seller Signature of Buyer

34

ANNEXURE-V

((Refers to Para 8 of RFP Part-III vide Air HQ/14665/16/17/ADGES Dated...... 08 Jun...... 2018)

METHODOLOGY FOR CALCULATING DELAY-TIME FOR LD

General

1. Logging of faults would be done by the MPR units/13 BRD for the Equipment held by respective units/BRD. Data from peripherals would be compiled by the parent node.

Delay in Providing Local / Expert Assistance by Seller

2. The calculation of delay in providing local/foreign expert assistance at field units and 13 BRD will be calculated on a half yearly basis as per following:-

The buyer also may deduct from seller as agreed for following:-

(a) Local Indian Specialist Services. In case any breakdown of the equipment/system under SOW which is beyond the capability of the „I‟ and „D‟ level facilities equipped with the buyer, not attended by the seller representative within 48 hrs after intimation through telephone/fax/E-mail and not resolved within nine calendar days of reporting of fault first time, the time beyond nine calendar days and upto resolution of the fault will be logged for specific fault and for specific unit. The total sum of delay in providing Local Indian Specialist assistance for all equipment/system under SOW will be calculated half yearly by individual units/BRD as per the following table:

Unit: ------

Sl System Nature of Time and Time and (b-a) -09 Duration No Fault Date Date Fault days in week Fault Resolved (c ) / 7 Reported (a) (b) (c) (d) 1 2 3 4 Total duration of Delay in weeks(X)

The total delay will be averaged out for all 18 MPRs and 13 BRD as per ∑ 풅 풇풐풓 풂풍풍 풖풏풊풕풔 /ퟏퟗ = 푿. The Liquidated Damage (LD) to the sum of 0.5% of per visit charges for rectification by Local Indian Specialists will be imposed on every week or part of week on delayed services with a maximum LD limit of 10%.

(b) Expert Assistance from Seller’s Country. In case any breakdown of the equipment/system under SOW which is beyond the capability of the „I‟ and „D‟ level facilities equipped with the buyer, require Experts Assistance from Seller country, the fault should be attended within seven calendar days and cleared within 10 days of reporting of fault first time. Beyond seven days for reporting at

______Signature of Seller Signature of Buyer

35

Buyer‟s site and 10 days for resolution of the fault, Liquidated Damages to the sum of 0.5% of the value Per-Diem rate per visit for every week of delay or part of week with a maximum LD limit of 10% will be imposed. The total sum of delay in providing expert assistance of Seller‟s rep from Israel, for all equipment/system under SOW will be calculated half yearly by individual units/BRD as per the following table:

Unit: ------

Sl System Nature of Time and Time and (b-a) Days - 10 Duration No Fault Date Fault Date Days in week Reported Fault (c ) / 7 Resolved (a) (b) (c) (d) 1 2 3 4

Total duration of Delay in weeks (Y)

The total delay will be averaged out for all 18 MPRs and 13 BRD as per ∑ 풅 풇풐풓 풂풍풍 풖풏풊풕풔 /ퟏퟗ = 풀. The Liquidated Damage (LD) to the sum of 0.5% of contract value will be imposed on every week or part of week on delayed services with a maximum LD limit of 10%.

(c) Repair of FRI’s. The maximum TAT of LRUs/SRUs of MPR and „D‟ level facility equipment would be 90 days for items manufactured by Seller, 120 days for items manufactured by Sub-contractors of Seller located in Israel and 180 days for items manufactured by sub contractors out of Israel. In case repaired items are not received within specified TAT, the Liquidation Damage to the sum of 0.5% of the value of repair cost of those delayed FRI‟s for every week of delay or part of week with a maximum LD limit of 10% will be imposed. The total sum of delay in repair of FRI will be calculated half yearly by 13 BRD as per the following table:

Unit: ------

Sl Part No. Description Date of Date of (b-a) Days - Duration in No of FRI Dispatch Receipt TAT week from 13 at 13 (c ) / 7 BRD BRD (a) (b) (c) (d) 1 2 3 4 Total duration of Delay in weeks (Z) ______Signature of Seller Signature of Buyer

36

(The total delay will be averaged for all 49 FRIs as per ∑ 풅 / No of rotables sent for repair = Z)

3. The total delay in weeks will be X+Y+Z

______Signature of Seller Signature of Buyer

37

ANNEXURE - VI

((Refers to Para 1 of RFP Part-IV vide Air HQ/14665/16/17/ADGES Dated...... 08 Jun...... 2018)

FORM DPM-15: PERFORMANCE BANK GUARANTEE FORMAT From: Bank------

To, The President of India MoD, GOI, New Delhi

Dear Sir,

1. Whereas you have entered into a contract No. ------dated------(hereinafter referred to as the said Contract) with M/s------, hereinafter referred to as the “SELLER” for supply of goods as per Part-II of the said contract to the said SELLER and whereas the SELLER has undertaken to produce a bank guarantee for (%) of total contract value amounting to------to secure its obligations to the President of India. We the------bank hereby expressly, irrevocably and unreservedly undertake and guarantee as principal obligors on behalf of the SELLER that, in the event that the President of India declares to us that the goods have not been supplied according to the Contractual obligations under the aforementioned contract, we will pay you, on demand Rupees------only. Your written demand shall be conclusive evidence to us that such repayment is due under the terms of the said contract. We undertake to effect payment upon receipt of such written demand.

2. We shall not be discharged or released from this undertaking and guarantee by any arrangements, variations made between you and the SELLER, indulgence to the SELLER by you, or by any alterations in the obligations of the SELLER or by any forbearance whether as to payment, time performance or otherwise.

3. In no case shall the amount of this guarantee be increased.

4. This guarantee shall remain valid for…….. months from the date of JRI acceptance of test consignment in India or until all the store, spares and documentation have been supplied according to the contractual obligations under the said contract.

5. Unless a demand or claim under this guarantee is made on us in writing or on before the aforesaid expiry date as provided in the above referred contract or unless this guarantee is extended by us, all your rights under this guarantee shall be forfeited and we shall be discharged from the liabilities hereunder.

6. This guarantee shall be a continuing guarantee and shall not be discharged by and change in the constitution of the Bank or in the constitution of M/s------.

______Signature of Seller Signature of Buyer

38

ANNEXURE VII

(Refers to Para 7(d) & Para 9 of RFP Part-IV vide Air HQ/14665/16/17/ADGES Dated...... 08 Jun...... 2018)

Form DPM-16 FORMAT FOR BANK GUARANTEE FOR ADVANCE PAYMENT From: Bank ______To The President of India Sir, With reference to contract No. ______dated ______concluded between the President of India, hereinafter referred to as „the Purchaser‟ and M/s ______hereinafter referred to as the “the contractor” for the development and supply of ______as detailed in the above contract which contract is hereinafter referred to as “the Said Contract” and in consideration of the Purchaser having agreed to make an advance payment in accordance with the terms of the Said Contract to the said contractor, we the ______bank, hereinafter call „the Bank‟ hereby irrevocably undertake and guarantee to you that if the Said Contractor would fail to develop and supply the stores in accordance with the terms of the Said Contract for any reason whatsoever or fail to perform the Said Contract in any respect or should whole or part of the said on account payments at any time become repayable to you for any reason whatsoever, we shall, on demand and without demur pay to you all and any sum upto a maximum of Rs. ______(Rupees ______only) paid as advance to the Said Contractor in accordance with the provisions contained in Clause ______of the Said Contract.

2. We further agree that the Purchaser shall be the sole judge as to whether the contractor has failed to develop and deliver the stores in accordance with the terms of the Said Contract or has failed to perform the said contract in any respect or the whole or part of the advance payment made to Contractor has become repayable to the Purchaser and to the extent and monetary consequences thereof by the Purchaser.

3. We further hereby undertake to pay the amount due and payable under this Guarantee without any demur merely on a demand from the Purchaser stating the amount claimed. Any such demand made on the Bank shall be conclusive and binding upon us as regards the amounts due and payable by us under this Guarantee and without demur. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs ______(Rupees ______only).

4. We further agree that the Guarantee herein contained shall remain in full force and effect for a period of 12 months from the date the last advance payment was made or for a period of 90 days from the date on which final delivery of the stores after development was made and accepted by the Purchaser whichever falls later unless the Purchaser in his sole discretion discharges the Guarantee earlier. ______Signature of Seller Signature of Buyer

39

5. We further agree that any change in the constitution of the Bank or the constitution of the contractor shall not discharge our liability hereunder.

6. We further agree that the Purchaser shall have the fullest liberty without affecting in any way our obligations hereunder with or without our consent or knowledge to vary any of the terms and conditions of the Said Contract or to extend the time of development/delivery from time to time or to postpone for any time or from time to time any of the powers exercisable by the Purchaser against the contractor and either to forbear or enforce any of the terms and conditions relating to the Said Contract and we shall not be relieved from our liability by reason of any such variation or any indulgence or for bearance shown or any act or omission on the Purchaser or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of so relieving us.

7. We lastly undertake not to revoke the Guarantee during the currency of the above said contract except with the prior consent of the Purchaser in writing.

Yours faithfully, for ______Bank (Authorised Attorney) Place : ______Date : ______Seal of the Bank

______Signature of Seller Signature of Buyer

40

ANNEXURE VIII

(Refers to Para 8 of RFP Part-IV vide Air HQ/14665/16/17/ADGES Dated...... 08 Jun...... 2018)

FORM DPM-11: MODEL ECS MANDATE FORMAT Customer‟s option to receive payments through e-Payment (ECS/ EFT/ DERECT CREDIT / RTGS / NEFT / Other payment mechanism as approved by RBI.) Credit Clearing Mechanism 1. Customer‟s name

2. Particulars of Bank Account- (a) Bank name (b) Branch name (c) Address (d) Telephone numbers (e) IFS code (f) 9 Digit code number of Bank and Branch appearing on MICR Cheque issued by Bank (g) Account Type (S.B Account / Current Account or Cash) (h) Ledger number (j) Ledger Folio number (k) Account number as appearing on cheque Book

3. Please attach a blank cancelled cheque, or, photocopy of a cheque or front page of your savings bank passbook issued by your bank for verification of the above particulars.

4. Date of Effect. “I, hereby, declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under scheme.” Date (………….…………………) Signature of Customer

Certified that the particulars furnished above are correct as per our records. Bank‟s Stamp: Date: (...…………………………) Signature of the Authorised Official from the Bank

______Signature of Seller Signature of Buyer

41

ANNEXURE –IX

(Refers to Para 10(b) of RFP Part-IV vide Air HQ/14665/16/17/ADGES Dated...... 08 Jun...... 2018)

SATISFACTORY SERVICE CERTIFICATE FOR AMC FOR MEDIUM POWER RADAR (MPR)/ ‘D’ LEVEL FACILITY INSTALLED AT ......

1. It is certified that M/s IAI ELTA Systems Ltd, Israel has provided satisfactory maintenance services for MPR at ...... during the six months from……… to…….as per Contract No. Air HQ/S14665/16/17/ADGES Dated ...... …2018. 2. Further the following are also certified: (a) The corrective maintenance visits were carried out by the firm representative on the following dates ______and ______. (b) All service calls were attended by the Seller‟s representative within the laid down time frame i.e within 48 hours from the time of intimation by the Buyer.

(c) There was no failure on the part of the Seller in timely repair/replacement of faulty components within laid down time frame. Details of breakdown visits are mentioned below:

Sl. Site Nature Service Date & Date & Total delay, if any, attending the Details of No of Call no, Time of Time of fault Spares Fault Date & Attending Clearance consumed Time of the Fault of Fault Reporting Delayed Delay Delay in Corrective in TAT expert Maintenance for assistance If any new & field FRIs if support if any any

3. Remarks if any:

Signature Signature Name : Rank & Name: Firm : M/s IAI ELTA Unit Designation (CO/CTO/ STO) Date: Seal Unit:

Representative of Firm Inspection Officer

Countersigned By

______Signature of Seller Signature of Buyer

42

Rank: Name: Designation: Formation: AIR HQ (AB)

Note: 1. Unit must hand over two copies of SSC to Seller‟s representative on completion of each half year with remarks, if any.

______Signature of Seller Signature of Buyer