HINDUSTAN AERONAUTICS LIMITED Phone No:: +91-080-22312231 7167 MCSRDC Division Fax : +91-080-22322232 1202 VIMANAPURA POST Email : [email protected] Bangalore- 560017 Web : www.hal-india.india.comcom

E-Tender Purchase INVITATION TO TENDER (INDIGENOUS/INLAND) BID SYSTEM : TWO BID

1. Accord Software & System( P) Ltd, Bangalore, India Tender No: MC/S461/1368/19/1 2. Comavia System Technologies Pvt. Ltd, Bangalore

3. Rossell Techsys, Bangalore Tender Date:11-05-2019 4. SLN Technologies Pvt Ltd, Bangalore 5. Captronics Systems Priviate Limited, Bangalore Pre Bid Meeting : 21-05-2019 6. Datasol (B) Pvt Ltd, Bangalore

7. National Instruments Pvt Ltd , Bangalore Due date: 31-05-2019 at 12.30 PM(IST) 8. Sigma MicroSystems Pvt Ltd

9. YOTTEC Bangalore 31-05-2019at 13.30 Opening date and time: PM(IST)

Dear Sir/Madam,

Please quote the requirement through HAL e-procurement Portal i.e. https://eproc.hal-india.com only. You have to submit your offer under two-bid system. The technical bid and price bids should be uploaded seperately.

1. Technical Bid: This bid should include technical aspects/terms of bid along with commercial terms and conditions (to be complied in full). This bid should not contain any price details. If prices are indicated in the technical bid or attached as a part of technical bid even in the form of PDF, the offer will not be considered for evaluation. 2. Commercial Bid: The bid should include only pricing aspect. The price format provided should be strictly followed. 3. It is Mandatory that vendor are to obtain Digital Signature certificate (DSC) & register in HAL e-portal (for details please visit HAL website (http://eproc.hal-india.com). 4. The online tenders/offer to be submitted through our e-procurement portal on or before the closing date of this tender. Other mode of tender submission i.e. through courier, email or fax is not acceptable. Such offers will be rejected and will not be considered for evaluation. Sl. No. Part Description Qty TACTS ( Test Setup for Design, Development & Testing of 1 1 Set Computer) as per Technical Requirement Specification enclosed at Encl-1 3 Year CAMC as per Technical Requirement Specification enclosed at 2 1 Job Encl-1

5. This ENQUIRY is governed by TERMS AND CONDITIONS as indicated in Technical Compliance matrix and commercial terms compliance matrix.

6. Bidders are advised to ensure that they have submitted the bids well before the due date and time of bid submission of tender. Our e-portal will not allow submission of bids once closing date & time of tender is crossed. HAL shall not be responsible if bidder is not able to submit the bid on account of system/network/internal failures. Hence we request you to submit the bids well before the due date and time of tender.

7. Conditional offers are liable for rejection. Yours faithfully, For HINDUSTAN AERONAUTICS LIMITED

H.V Babu AGM (IMM) MCSRDC Division ANNEXURE-3 Mission & Combat System Research & Design Centre HINDUSTAN AERONAUTICS LIMITED Vimanapura Post Bangalore - 560 017 INDIA Commercial Bid (PRICE FORMAT) Tender Ref. No.: MC/S461/1368/19/1 Type of Bid: Two Bid System

Name of Work: Test Setup for Design, Development & Testing of Avionics Computer

Name of the Vendor/Firm

Quotation Ref. No.:

Sl. Qty HSN/SAC Sub Total No Part Description Currency Basic Cost (UOM) Code (Basic Unit Cost X Qty.) .

A. Price for TACTS

TACTS ( Test Setup for Design, Development & Testing of 1 Avionics Computer) as per Technical Requirement Specification 1 Set enclsoed at Encl-1

Total Basic Cost for TACTS B. Phase for 3 Year CAMC CAMC will commence after completion of Warranty Period ( Note: Warranty CAMC Cost Except for Major items such as PXI System & its Addon Cards. (for 3 Years period for TACTS is three years from the date of Acceptance (after RDAQA After Warranty) Certification in ATP Stage-II ) Year of CAMC 1st Year 2nd Year 3rd Year

Basic Cost Year wise

Total Cost for 3 Years CAMC Total Basic Cost ( TACTS + 3 Years CAMC) Note: Offer your compliance over following: 1) The subjected items are intended for Defence usage. Vendor to confirm whether any specific exemption is available for the taxes for Defence application. 2) L-1 ( Lowest Bid) will be decided based on Total Cost i.e Including Cost of TACTS and cost of 3 Years CAMC 3) Please indicate the detailed Break up Prices as Indicated in Price Break up Sheet ( Sheet 2)

Mention details of taxes and other charges in the table below Prevailing Rates in Please indicate applicable taxes Type of Tax Applicable on Tax Value % Basic Custom Duty (if any) IGST on Import (If any) CGST

SGST

IGST

OTHER INFORMATION, IF ANY Mission & Combat System Research & Design Centre HINDUSTAN AERONAUTICS LIMITED Vimanapura Post Bangalore - 560 017 INDIA Technical Terms and Conditions of Tender - Annexure - 1 Tender Ref. No.MC/S461/1368/19/1 Name of Work:Test Setup for Design, Development & Testing of Avionics Computer Two Bid System Name of the Vendor/ Firm:

Address and Contact details

Quotation Ref. No and Date : PLEASE INDICATE YOUR RESPONSE/ COMPLAINCE/ACCEPTANCE TO THE FOLLOWING TERMS (MANDATORY). INDICATE THE TECHNICAL SPECIFICATION/RANGE AGAINST HAL TECHNICAL REUIREMENTS WHEREVER NECESSARY

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not complied) 1 INTRODUCTION 1.1 SCOPE OF THE DOCUMENT This document defines the technical requirements of TACTS for Hardware Functionality Testing (HFT) & software loading/testing of Avionics Computer during Design & Development phase. The TACTS is ‘Class-5’ category (AQA Directive 02/01/2015) Laboratory Test Equipment, meant to carry out Hardware functionality testing (HFT) of Avionics Computer. The technical requirements of the TACTS will be briefed in this document. The overview related to hardware, software, mechanical / physical, documentation, certification, technical support requirements are part of this document.

1.2 SCOPE OF WORK The scope of work during the design, development, delivery & certification of TACTS (Qty-1) is given below. a) Technical Specifications finalization. b) Hardware & Software Detailed Design and Implementation. c) Data Base & Configuration management and GUI Software Development. d) Pre Dispatch Inspection after Qualification testing. e) Delivery and Commissioning. f) Self-Testing of Rig, LRU Integration and HFT Software Finalisation. g) Documentation finalisation & Certification of the rig by RDAQA. h) Data Loader & Utilities Software Development/Testing.

1.3 CONTROL OF DOCUMENT This document is reviewed and approved by the competent authority and released as per MCSRDC procedures and practices. This document is provided to the concerned organizations as part of RFQ requirement for development of TACTS for HAL use. The reproduction and disclosure of this document is strictly prohibited.

1.4 REFERENCE STANDARDS & DOCUMENTS This section contains the list of all the applicable standards and documents taken as reference for guidance, regulation and clarification purposes: Document Number Document Title

Guidelines For Qualification Test Procedure & Acceptance Test AQA Directive Procedure Of Ground Equipment/Test Equipment (Jigs) For Airborne 02/01/2015 Items (Electrical & Electronic) (Issue 02 –January 2015)

MIL-STD-1553B Digital Time Division Command / Response Multiplex Data

RS-422A Electrical Characteristics of balanced voltage Digital Interface Series of standards for serial binary single-ended data and control RS-232 signals connecting between a DTE (Data Terminal Equipment) and a DCE (Data Circuit-terminating Equipment) STANAG 3350 Analogue video standard for Aircraft system applications ARINC 818 Avionics Digital Video Bus (ADVB) High Data Rate

1.5 INTERPRETATION The general instructions for this document are as follows: “May” is used for an allowed action “Shall” is used for a mandatory action “Should” is used for a strongly recommended action “Will” and “Is” are used for declaration of intent 2 OVERVIEW OF AVIONICS COMPUTER 2.1 AVIONICS COMPUTER The Avionics Computer is a real-time OS based airborne computer. It acquires data from various onboard avionic systems, processes it and outputs necessary data/command to the other onboard systems/sub-systems configured for navigation & weapon aiming functionalities. It provides digital and analog video to SMFDs for display. It acts as a bus controller (BC) that controls the avionics on MIL-STD-1553B bus. Further in this document, Avionics Computer may be referred as LRU or UUT.

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not complied)

2.2 EXTERNAL INTERFACES OF AVIONICS COMPUTER The Avionics Computer is equipped with different types of external interfaces to meet its operational requirements:

S/N Interface Name Interface Type Total

1 Discrete Input 28 2 Discrete Output 34 3 Analog Output 02 4 Video Input 13 5 Video Output 17 6 MIL-STD-1553B Half Duplex 05 7 RS-422 TX 08 8 RS-422 RX 08 9 Full Duplex 03 Table 1: List of External Interfaces of Avionics Computer

NOTE: All the interfaces (unless otherwise stated) shall be referred as Input/Output in case of LRU, while the tester interfaces shall be referred as Simulation/Acquisition.

3 TACTS DETAILS 3.1 INTRODUCTION TACTS shall be built on COTS PXI Express PXIe hybrid backplane platform for testing hardware of the Avionics Computer along with modules like Displays, Power supplies, Patch Panel, Aircooler, etc. It shall provide extensive test coverage to meet the total hardware functional performance requirements of the Avionics Computer. The TACTS shall provide MIL-1553B, RS-232, RS-422, Ethernet, Video, Analog and discrete inputs to Avionics Computer as per ICD. The TACTS shall acquire MIL-1553B, RS-232, RS-422, Ethernet, Video, Analog and discrete outputs of Avionics Computer and display the data & Video on the display monitors of the TACTS.

1.1 INTERFACE DETAILS OF TACTS

The detailed interface signal characteristics are provided in Table 2

S Interface Types Spares Qty Qty Tolerance Remarks No with respect to TACTS Total 28 10 Simulation

GND: <0.5V OC/ 0V 20 5 20 mA OPEN : >100K Ω 20 mA; 28V: This voltage shall follow OPEN : >100K Ω OC/ 28V 5 2 discrete signal conditioning power 28V: 28 ±10% V Discrete supply set voltage (16 to 31.5V) 1 Simulation with ±10% tolerance. 1 Pulse Per Duration of pulse shall be RS422 /RS485 Voltage levels. 1 1 variable from 10µs to Will be decided during Design Second 10 ms review Single Ended HIGH=2 to 5V 1 1 TTL LOW= 0 to 0.8V HIGH=2V to 5V Diff TTL 1 1 ±10 mA LOW= -2V to -5V Total 34 9 Acquisition GND: <0.5V OC/ 0V 22 5 50mA OPEN: >100KΩ Discrete 2 50mA; Should operate for 16 to Acquisition OPEN: >100KΩ OC/ 28V 10 3 31.5V in line with LRU Power 28V: 16 to 31.5V (±10%) supply. HIGH=2V to 5V Diff TTL 2 1 ±10 mA LOW= -2V to -5V

Total Provide signal source for loopback 2 1 Acquisition test purpose Analog 3 ±10 mA Acquisition Minimum 14 Bit ±20V Diff 2 1 To acquire 12MHz HUD symbology acquisition, ±0.25% Rdg voltage signal Shall be configurable to 4Vpp as Total Channels 9 - option Differential RGB STANAG 3350 Class B 625 Zo = 120Ω, STP 3 - STANAG3350B, Lines / 50 Hz Field (2.0 Vp-p, Unterminated) Sync on green Differential Analog RGB STANAG 3350 Class B 625 Zo = 75Ω, STP 4 Video 2 - STANAG3350B, Lines / 50 Hz Field (2.0 Vp-p, Unterminated) Generation Sync on green Differential STANAG 3350 Class B 625 Zo = 120Ω, Twinax Composite 2 - Lines / 50 Hz Field (2.0 Vp-p, Unterminated) STANAG 3350B Single Ended CCIR-B, 625 Lines, 50 Hz, Zo = 75Ω, Coaxial Composite 2 - 2:1 INTERLACED (2.0 Vp-p, Unterminated) CCIR-B Shall be configurable to 4Vpp as Total Channels 9 option Single Ended CCIR-B, 625 Lines, 50 Hz, Zo = 75Ω, Coaxial Composite 2 - Analog 2:1 INTERLACED (2.0 Vp-p, Unterminated) 5 Video CCIR-B Display Differential RGB STANAG 3350 Class B 625 Zo = 120Ω, STP 7 - STANAG3350B, Lines / 50 Hz Field (2.0 Vp-p, Unterminated) Sync on green ARINC-818 TX 4 - ARINC-818 Link speed is 1.0625 Gbps 6 Video RX 8 - ARINC-818 Physical Media is copper TX 8 - RS-422 7 RS-422 up to 2Mbps baud rate RX 8 - RS-422 TX 10 - RS-232 up to 1Mbps baud rate; 8 RS-232 RX 10 - RS-232 for Debug channels of MC MIL-STD- 9 Half Duplex 5 1 MIL-STD-1553B Dual Redundant Bus Channels 1553B 3 Ch:10/100/1000 Mbps 10 Ethernet Full Duplex 8 - Ethernet 5 Ch: 100Mbps, 4 Wire (for Debug channels of MC) Power 11 Input 28V DC 1 - Tol ±0.5V 16 to 31.5V Range, 150W Supply

Table 1: Interface Signal Characteristics of TACTS Note: Exact Accuracy, Tolerance specifications of Discrete/Analog/Video signals & ARINC-818 ICD will be provided during design & testing phase.

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not

complied) 3.3 SCHEME OF TACTS TACTS shall have the following resources. i) PXIe Chassis with all hybrid backplane with required type of add-on interface modules to generate inputs to LRU and to acquire outputs of LRU. (Including min 19” LED monitor preferably as KVM unit). ii) Signal Conditioning & Signal Distribution Box with Patch Panel iii) Internal looms, LRU looms, Patch panel unit looms, QT Loom (used during Qualification Testing of LRU). iv) Video generation for providing video inputs to avionics computer and Video acquisition for monitoring Video outputs of avionics computer v) Loopback box for TACTS Self-test. vi) Portable Mechanical Rack with rugged wheels to mount all the modules of the tester vii) Cooling Tower for providing forced air cooling to Avionics computer viii) Power Supply Module, power distribution & controls ix) Relevant electrical power distribution modules and cooling system for Rack. x) Drivers and application software including any standard software packages. Scheme of TACTS shown in figure 1 is indicative in nature. The Architecture of TACTS shall be finalized by the vendor in consultation with HAL during design phase.

Figure 1: Scheme of TACTS Note: The ‘5m LRU loom’ shall be used for directly connecting to UUT without Patch panel also.

‘3m QT loom’ shall also be provided. (Refer Section 4.7)

4 FUNCTIONAL AND ENGINEERING REQUIREMENTS OF TACTS This section describes the indicative Hardware requirements and their broad functional requirements for various elements of TACTS.

The vendor in consultation with HAL during design phase shall finalize the details.

4.1 PXIe CHASSIS & DISPLAY: i. The PXIe chassis shall be a high Bandwidth chassis with ALL Hybrid backplane. ii. The PXIe chassis should have, a) Minimum system bandwidth: 12GBps b) PXIe Generation: PXIe Gen 2 or higher (to support high bandwidth test requirements for multiple interfaces.) iii. The PXIe chassis should have Field Replaceable Power Supplies and Fan Assemblies for cooling. iv. The PXIe chassis shall monitor power supply health & indicate any failure to the user via status LEDs located on the front panel of the chassis. v. Drivers with complete documentation – Help files, manuals should be made available for monitoring of Chassis & add-on cards Health status through TACTS Software. vi. 19 in. (min.) LED panel of 1280 x 1024 minimum resolutions (VGA & DVI) with English keyboard and mouse in USB Interface (as KVM module). VII. 64 GB USB pen drive & External DVD writer shall be provided. 4.2 PXIe CONTROLLER CARD : i. PXIe Controller with Intel Xeon Octa Core 2.3GHz Base and 3.4 GHz (single-core Turbo mode). Efficient implementation of Multicore architecture shall be employed in the software. ii. Memory: Minimum 8GB DDR4 RAM expandable to 16 GB. iii. Storage: Controller Integrated Hard Drive, Minimum 500GB SATA SSD. iv. Minimum Peripheral Ports on PXIe controller: 2nos USB 2.0, 2nos USB 3.0, 2Nos. Ethernet 10/100/1000 BaseT and 1nos RS 232. These ports are required for user utility requirements & shall not be considered for testing LRU interfaces. v. Windows 10 OS and drivers pre-installed on controller, drive-based recovery

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not complied) 4.3 GENERATION AND ACQUISITION PXIe (HYBRID) CARDS: The PXIe HYBRID system based card(s) shall be used for generation and acquisition of all the required signals for LRU as mentioned in Table-2. The COTS PXIe system shall use the required number of modules with inbuilt signal conditioning to meet the requirements of Input/output interfaces as mentioned in Table-2. The custom signal conditioning option shall only be considered if the COTS PXIe HYBRID system based card(s) is/are not available in market with standard PXI vendors. All cards shall be compatible with Windows 10 & be provided with completely tested LabVIEW drivers. a) MIL-1553B Bus Card: Single function MIL-1553B Bus card shall have Dual Redundant channels and support i) BC/MT or Multi-RT/MT (upto 31 RTs) ii) Bus Controllers with transformer coupled Bus Couplers on each channel. Suitable Couplers shall be provided wherever breaks are implemented. One Spare stub shall be available in each coupler. b) RS-422 links: RS422 interfaces shall support programmable baud rates upto 2 Mbps. TACTS shall have the capacity for monitoring the data of RS-422 channels. Transmit & receive interface terminal window (Test console similar to HyperTerminal / Teraterm) shall be implemented in the GUI to give commands & to receive the response from/to LRU and ILM Tester. c) RS-232 links: RS232 interfaces shall support programmable baud rates upto 1Mbps. It shall have the capacity for monitoring the data of RS-232 channels. Transmit & receive interface terminal window (Test console similar to HyperTerminal / Teraterm) shall be implemented in the GUI to give commands & to receive the response from/to LRU and ILM Tester. d) Ethernet Links: Ethernet interfaces shall support programmable baud rates of 10/100/1000 Mbps. 100 Mbps channels shall work with 4 wire configuration. e) Discrete Acquisition & Simulation: (Shall be Opto-isolated type for common mode channel to channel Isolation of upto 60V DC, 30Vrms. Refer Note*) Discrete Signal Levels shall be in track mode & sync with the LRU power supply voltage. Overriding feature shall be available for independent operation also. i. Discrete Acquisition: The Discrete outputs from Avionics computer shall be adapted to TACTS as discrete acquisition channels through required signal conditioning as per the characteristics mentioned in the Table-2. ii. Discrete Simulation: The Discrete simulation channels of TACTS shall be adapted to Avionics computer as discrete inputs through required signal conditioning as per the characteristics mentioned in the Table-2. Note*: The 28V/OC discrete outputs shall be variable from 16V to 31.5V in line with the LRU Input Power Supply of 28VDC. (Track mode operation of Discrete Power supply with LRU power supply, with overriding facility also) f) Analog Acquisition (with buffered Isolation, wherever applicable) The analog output channels from Avionics computer shall be adapted to TACTS as Analog inputs through PXIe card, (if required, signal conditioning shall be done with high accuracy & reliability components and temperature compensated reference circuits) such that the 12MHz HUD deflection signal. The channels on Analog Acquisition PXIe board should support i. Simultaneous Sampling ADCs with 25MS/s or higher to acquire 12MHz signal ii. With effective ADC card level Resolution ≥14 bits with tolerance of ±0.25% RDG. iii. Provision for Digital Triggering through PXIe chassis backplane shall be available. iv. The High speed HUD symbol data output from LRU has to be acquired, plotted & values logged with timestamp all simultaneously in TACTS Software.

4.4 ANALOG VIDEO GENERATION & DISPLAY Video generators shall be used to generate STANAG 3350B (RGB & Composite) and CCIR-B (Composite) video signals which will go as input to the Avionics Computer. These video signals shall be parallely routed to patch panel also for video measurement. The Video outputs of avionics computer (STANAG 3350B (RGB & Composite) and CCIR-B (Composite)) shall be routed to the Video monitor (“Analog Video monitor”). The “Analog Video monitor” shall simultaneously display all the analog video outputs of the Avionics Computer along with all the TACTS generated analog videos as reference. The display solution shall use Split screen facility for simultaneous displaying all videos (for example, Split screen shall display in the order of 5x4 matrix to display 20 different video channels simultaneously). It shall also have an option to display one video or any combination of videos with configurable resolution (nominally 600x600). The display shall be securely mounted on the rack slider / shall be in flush within the rack in closed condition. The video Generation/Display scheme, video wiring scheme for actual displays & display panel arrangement shall be finalised with HAL during design phase. The Video Signal characteristics & QTY are given in Table-2. Both video input & outputs follow standard timing & voltage as specified in Table-2. 4.5 ARINC 818 VIDEO GENERATION & DISPLAY: The TACTS shall provide ARINC 818 video Inputs to LRU & acquire, display, analyse ARINC 818 video outputs of LRU. This shall be preferably a direct PXIe hybrid solution or it shall be COTS based solution / a proven in-house developed solution. ARINC 818 solution shall support the following, i. Support for ARINC 818 1/2/3/4 Gbps data rates ii. Support for Copper interfaces and future upgradable to Fibre optic interface by changing cables. iii. The hardware and Software API should provide full specification compliance to ARINC 818 standard and should support ARINC 818 Analysis, frame building/checking, and CRC generation/checking, error injection/checking, logging/recording, and frame rate configuration for different Avionic devices like Camera, Displays etc. iv. Detailed Software reference manual for ICD configuration from LabVIEW APIs shall be provided.

The ARINC 818 Video outputs of LRU shall be acquired, displayed & analysed for ARINC 818 standard compliance. The ARINC 818 ICD for video inputs & outputs will be finalised during the LRU integrated testing phase. ARINC 818 video inputs generated & the outputs of LRU acquired by proposed solution shall be simultaneously displayed in the split screen format in a separate video monitor (“ARINC 818 Video monitor”). It shall also have an option to display one video or any combination of videos with configurable resolution (nominally 600x600). The display shall be securely mounted on the rack slider / shall be in flush within the rack in closed condition. The video generation/acquisition scheme, video wiring scheme for actual displays & display panel arrangement shall be finalised with HAL during design phase.

Note: 1. The ARINC 818 solution shall be COTS item (preferably PXIe card or Standalone system with high speed interface to the PXIe Chassis) which is already proven functionally. If it is a vendor in-house developed product or other COTS module, then it shall be a proven/approved product. The PXIe card, third party COTS item, in-house solution product details along with evidence for earlier proven approved system shall be provided in the proposal or Demonstration during Technical Evaluation shall be given. 2. The direct video outputs (both Analog & ARINC 818) of avionics computer shall also be routed parallely (tapped) to the patch panel terminations for video measurement. Video Switching provision shall be available for connecting the direct video outputs of avionics computer either to actual displays (MFDs, HUD,..) or to “Analog / ARINC 818 Video monitor”. This scheme shall be finalised during

Vendor's Compliance

HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not

complied) p p y ( , , ) g g the Design review. 3. The required signal conditioning, serial/USB channels/adaptors, accessories for integration of Aircooler, power supply, video, etc. for meeting the TACTS requirement to test the LRU shall be provided by the vendor. 4. The spare channel requirements for all the interfaces as mentioned in Table-2 shall be catered in both PXIe unit & signal conditioning modules. These channels shall be wired till the LRU connectors through BIBO and left open for future requirements. This shall be finalised during the design phase.

4.6 SIGNAL CONDITIONING AND MONITORING PANELS In case of direct PXIe hybrid solution not available for discretes & analog signals, TACTS shall provide necessary signal conditioning for LRU interfaces like level translation of discrete signals, transformer coupled bus couplers for MIL-STD-1553B, buffering of the signals, etc. There shall be Potentiometer adjustments for offset, gain in the applicable channels. Patch panel shall be provided for monitoring inputs and outputs of the Avionics Computer with Break in Break out (BIBO) facility. These panels shall be used to isolate, measure, and monitor the voltages / data of the signals between Avionics Computer and TACTS, using 2mm Banana sockets/Jacks, BNCs, LEDS & isolation toggle switches without affecting signal specifications. Monitoring points shall not be susceptible to external interference. This Patch panel unit shall be a separate unit which can be optionally connected to the TACTS. Additionally, some selective signals to/from the LRU will have to be parallely tapped & monitored in the patch panel positioned in the front side of the TACTS rack. On the patch panels, screen print labeling shall be provided for each signal. The size of the patch panel (BIBO) shall be very compact & shall be finalized during the design phase.

4.7 SIGNAL DISTRIBUTION The TACTS signals interfacing with Avionics Computer shall be routed through the Signal distribution panel with circular connectors which are similar to LRU connectors. The detailed interface scheme shall be finalized during design phase. All the connectors used inside the rig for signal distribution shall be of Circular type & distribution panel shall be mounted appropriately for easy access. The LRU Loom connecting the TACTS & Avionics computer shall be 5m in length (Direct connection to LRU). This shall also adapt to the patch panel output section when patch panel unit is connected. The BIBO Loom connecting the TACTS & patch panel unit input section shall be 2m in length. Accordingly the signals shall be driven with proper conditioning circuits.

The LRU Qualification Testing Loom (QT Loom) shall be of 3m Length similar to LRU loom connectors, which will be used during QT testing of LRU for EMI/EMC, Altitude,.. with hermetically sealed feed through connectors (D38999 std) mounted on a Copper Plate which will be placed on ‘feed through window’ of those test chambers.

The self-test of the TACTS shall be carried out with a loopback box (at 3 stages) with the same LRU looms, QT loom & Patch panel looms. The Loopback provision shall cater to the spare signals of the TACTS along with the LRU Loom. Necessary couplers/switches/interfaces shall be provided in the loop back box. The scheme shall be finalised during design phase. 4.8 POWER DISTRIBUTION UNIT (PDU) & LRU POWER SUPPLY TACTS shall operate from 230V±10%, 50Hz±10%, 1Phase, AC supply (< 15 A) and shall provide the required power supplies with capacity to cater to the TACTS load & LRU power supply requirements through dedicated power supply units.

Dedicated Power Supply Units of TACTS shall generate the following power supplies from 230V±10%, 50Hz±10%. i. DC Power for LRU: 28VDC, 20A or better, DC Regulated Programmable power supply for providing power to LRU, output voltage variable from 0V to 32V DC with 0.1V resolution or better, provision for setting current limit. The 1U size DC power supply shall be a dedicated unit for supplying the LRU only.

Output Regulation (DC): 0.5% max change in output voltage per 10% change in input; Ripple figure for DC Output voltage shall not exceed 10mV rms. ii. DC Power for Discrete Signal Conditioning: 28VDC, DC Regulated Programmable power supply (with tracking facility to be in sync with LRU power supply voltage), output voltage variation from 0V to 32V DC with 0.1V resolution or better with provision for setting current limit. Overriding of track mode shall be possible. These provisions shall be implemented in the PXI solution, in case of direct PXI cards. The above power supplies should be remotely controllable through GUI & the lines shall be routed through the Power Distribution Unit (PDU) which shall have necessary protection & features as given below: a) Suitable overload protection in the form of circuit breakers, fuse and current limiting circuits shall be provided for the power protection of LRU & TACTS. MCB shall be provided to protect & control the LRU power supply. b) The voltage & current settings shall be adjustable by programming (remote mode in GUI) as well through Knobs/Digital Keys (manual mode) and there should be a provision to lock the settings. c) 230VAC supply (Voltage/Current/Power), Rig Internal power supplies (Voltage/Current) and LRU Power supply (Voltage/Current/Power) shall be displayed in the digital panel meters. d) The internal power supplies of TACTS (for signal conditioning, video circuits, etc.) shall be derived from isolated DC-DC modules (preferably) or AC-DC modules with proper decoupling to avoid common ground issues, ripples, noise, etc. This shall be decided during design review. e) There shall be provision on the PDU front panel for measuring internal power supplies of TACTS & LRU power supply along with LED indicators. f) The power supply units & modules in TACTS shall be from standard Industrial power supplies which can be easily removed & sent for regular calibration along with panel displays, if any. g) Provision shall be there for switching between TACTS LRU power supply or externally injected power supply. h) Chassis ground shall be isolated from 28V RTN and Other Signal GNDs. Suitable schemes shall be adopted for DC Power GND (28V RTN), Signal GNDs and Chassis GNDs consolidation/isolation which will be finalized during design phase. i) LRU DC power supply & Power Distribution Unit shall be 19” rack mountable in the TACTS. j) The safety features such as Reverse polarity, Overload, Short circuit protection, etc. shall be provided which will be decided during the Design phase with HAL. k) In emergency situations there shall be an “Emergency OFF switch” on the front face of the PDU & easily accessible during operation. l) Minimum two nos of 230VAC extension boxes with three 5A & two 15A sockets shall be provided with individual MCBs to cater for internal power supply distribution & for connecting Laptop, CRO, DMM, etc. This scheme shall be finalised during design phase. m) Separate connector shall be provided at the rear panel of PDU for applying 230V, 50Hz power supply to TACTS along with MCB, RCCB & ELCB for protection. The RCCB & ELCB threshold levels shall be adjustable using potentiometer or other suitable means. This scheme shall be finalised during design

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not complied) 4.9 ELECTRICAL WIRING Vendor shall prepare the electrical wiring for the TACTS and its interface with Avionics Computer by using standard –Cables (Aircraft standard specific cables & wires for MIL bus, Video & other signals as per EICD), D38999 Series III Connectors, 1553B couplers, Bus terminators. The procurement of the necessary connectors/parts/accessories shall be the responsibility of the vendor. Industrial grade detachable, circular connectors shall be used for internal routing of looms inside the rack & NO terminal blocks and D-Type connectors shall be used which are prone to loose integrity in transit & usage. All the internal & external looms shall be labeled. The cables & looms shall be secured properly within the rack & it should not obstruct the accessibility of the sub modules of the rig. The wiring (internal/external) shall be of Aircraft Standard – Crimping, Shielding, Protective Sleeve, Connector Boots, wire/ cable/ Loom identification and routing within the rack. The wiring shall be (Vendor) Quality certified with Continuity and Megger check reports. The looms shall be modular and easily connectable/removable. All the external looms shall be protected with metal braided sleeve (this is in addition to the internal shielded cables as recommended in the EICD of LRU) & compatible towards EMI/EMC. One spare loom set (LRU looms, Patch panel looms, QT Loom) shall be provided. These Electrical looms shall be checked for Continuity and Megger and the reports of the same shall be provided as deliverables. The electrical interface details, type of cable, control switches/ CBs, connectors etc., shall be finalized during the detailed design phase. The Spare LRU loom shall be 7m length. The LRU loom including spare shall be with banding platform based backshells to lock the overall shielding of the loom (with shield bands). This provision will be used during the QT testing of LRU for EMI/EMC, Altitude... where removal/re-banding of shielding braid of the loom is required for sealed environment. The Mil-grade circular mating connectors for LRU of D38999 standard shall be used to interface Avionics Computer as per the details provided in Table-3.

4.10 COOLING TOWER Portable, compact, PLC based Cooling Tower shall provide the filtered, cooled compressed air with adjustable mass flow rate and temperature as follows. The purpose of cooling tower is to provide forced air to LRU air inlet port for cooling the LRU. Output air Mass flow rate : 0.1 to 0.6 Kg/minute (nominally 0.3 Kg/minute). Output air Temperature range : 5-15˚C (nominally 10˚C) Tolerances : ± 0.05 Kg/minute, ± 2˚C Output air Humidity : < 50% Air out Pipe : Outlet size of 1 inch, upto 10m (Exact details of outlet size will be provided by HAL during the design phase). Height/Width/Depth : ≤ 1000mm, 700mm, 700mm (± 10mm), preferably smaller than these dimensions. Suitable rugged control valves (like Butterfly valve or better) shall be used for fine linear streamlined flow rate adjustment and a flow meter for measurement of flow rate. Digital monitoring provisions shall be available on the front panel of the cooling tower for displaying mass flow rate, temperature and humidity levels of the output air. The sound levels of the cooling tower shall be within industrial health standards for use inside a laboratory (70dB Max). In addition, it should provide an audible buzzer output when the cooling air flow is not present/out of limits. The cooling tower shall be continuously operable without any interruption for minimum 48 hours. Suitable Air Ducts & Adaptors for fitting with the Avionics Computer’s Air Inlet port shall also be provided. The outlet air pipe shall be connected to Mechanical tray used for mounting LRU. The scheme shall be finalised during the design phase. Flow rate, Temperature, Humidity data from the cooling tower shall be interfaced to the TACTS with RS485 interface with suitable adaptor to transmit data for 10m distance and shall be monitored with the TACTS GUI. All Sensors and control mechanisms must be enclosed within the system. Sensors must be provided with calibration certificate.

The system shall have filtration up to 100 Microns & easily detachable for regular maintenance. The cooling tower shall be operated with 230V±10%, 50Hz±10%, 1Phase, AC main power supply (< 15 A). The size of the cooling tower shall be compact so that it will be portable (rugged wheels with lock, same as the rig) & for easy handling/lifting (with handles). The Aircooler shall also be qualified as per AQA directive & the tests will be decided during the design review.

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not complied) 4.11 TESTING AND SOFTWARE REQUIREMENTS i. The Vendor shall provide licensed Windows 10 Operating System for PXIe Controller, PXIe Card Drivers, API libraries, and application software & development environment used in the TACTS. ii. Vendor shall use the latest LabVIEW version for application software development of TACTS. The LabVIEW License should have the capability for a. Executable development for generating Standalone executable, shared library and installers b. Report Generation Toolkit for generating automated reports in MS Word and MS Excel c. Standard Math functions like differential equations, Curve Fitting etc. d. Database connectivity with standard databases like MS Access, SQL etc. e. Access to LabVIEW upgrades and Self Pace Trainings for 3 years minimum f. The complete source code of application software (Main & sub functions) used in TACTS shall be provided by the vendor. iii. The TACTS software shall be modular in design so that the future up gradation in case of hardware modules and overall system of TACTS will have minimum impact on the existing software. iv. The vendor must have Certified LabVIEW Architects or Labview Experienced Developers as full time employees of the company and these resources should be allocated for TACTS Software design and development. Documentary proof for the same needs to be furnished before PO placement. System training will need to be provided by LabVIEW Professionals only. No Third party vendors shall be employed for software development. v. The step by step testing sequence shall be adapted in the tester GUI software such that the test flow will assist the user in testing the LRU functionalities. The GUI shall be user friendly & interactive, giving specific notes/instructions to the user for conducting the test. vi. The TACTS software shall generate a “Result/Log” file that contains detailed information about the test results. This needs to be converted into a report or database at a later time using an Offline Results Processing Utility. Utility will be responsibility of Vendor. vii. Vendor shall not use any pirated software. The vendor shall provide licenses of all the softwares, development environment & other software tools (Labview Professional development kit, OS, MS Office, Antivirus, etc.) along with the TACTS. 4.11.1 TACTS SOFTWARE REQUIRMENTS i. Upon power ON and system initialization, the TACTS shall undergo Power ON Health check and provide the health status of all individual intelligent modules/cards in GUI. The TACTS shall enter into normal operation only after completion of this Health check. ii. As Self-Test (Manual & Automatic Loopback testing) of TACTS, provision shall be available to test all its interfaces by connecting its resources from Generation to Acquisition. Loopback testing for all signals including ARINC 818 in the TACTS shall be available along with a separate Loopback box at the LRU Loom connector end. For this, adequate resources shall be provided in Generation and Acquisition modules. This test shall be used during the Endurance test of the TACTS. iii. The TACTS shall integrate the LRU power supply, Air Cooler data & display them in the Status Window. iv. Database Manager to edit or view the TACTS interfaces parametric details. v. Diagnostic & Calibration Utilities for TACTS Modules/cards/interfaces. vi. HARDWARE FUNCTIONAL TEST (HFT) OF AVIONICS COMPUTER The TACTS shall establish a communication link (RS232/Ethernet) for command-response with Avionics computer. During HFT

(Manual or Automatic testing), the TACTS shall supply all inputs to Avionics Computer and acquire all the outputs from Avionics Computer. In this scenario, TACTS software (vendor’s responsibility) shall interact with the test software residing in main controller board (not in scope of vendor) of Avionics Computer. All the inputs to be given to Avionics Computer & outputs to be generated by Avionics

Computer shall be set by the user manually or predefined (in Auto test, as per the HFT procedure of LRU). Accordingly, the Avionics computer will acquire the data & declare the value through the communication link or it will generate the output as commanded by TACTS. Upon comparision, the TACTS shall declare the Test results in the GUI & generate the test report. All the inputs shall be set by the user manually using GUIs along with default values setting also.

Step by step guidance through GUI software shall be provided in the tester to test all the defined parameters mentioned in the HFT test procedure which will be given by HAL during design phase. The test procedures shall be decided during design/testing phase in consultation with HAL. The software ICD/ protocol shall be finalized during integration testing of LRU. Accordingly GUI software residing in the tester shall be developed. Support for software development/changes shall be given by the vendor till the certification & acceptance of the ILM tester to incorporate all the feedbacks provided by the user/Certifying agencies from time to time. The test procedure shall be decided during design phase in consultation with HAL. The following test cases shall be available: Discrete Input/Output Test, Analog Output Test – HUD Stroke data, MIL-1553B Test, Video Switching Test, RS232 & RS422 Test, Pulse Signals Test, PBIT, IBIT, Module Temperature, Debug Channel Command/Response and Checksum verification. The software ICD/ protocol shall be finalized during integration testing of Avionics Computer. Note: The test may be re-evaluated by testing with LRU’s Master Cards (cards not in scope of vendor). The vendor shall include this stage of step by step testing in the GUI flow. The required flow format will be given during the design phase & LRU integration testing phases. vii. Details like Checksum of modules, PBIT result, Module Temperatures, etc. of Avionics computer shall be displayed in the Status Window. viii. The GUI in the TACTS shall be providing the detailed information on the type of result arrived during the PBIT/IBIT or the HFT tests of LRU. The individual module’s serviceability and the interface/parameter wise health status can be derived from these tests & shall declare the results. ix. Configuration of Communication channels like Ethernet, Serial ports (IDs, Baud rate) of TACTS & thresholds values setting for interlock operation of Cooling tower, Power supply, Automatic test sequencing provision shall be available as separate configuration file or in GUI. x. TACTS shall provide option to conduct the Built in Test of the Avionics computer (PBIT, IBIT, CBIT) xi. TACTS shall provide option to monitor module temperature data of Avionics computer. xii. The transmit & receive interface Terminal window (Test console similar to HyperTerminal/Teraterm) for debug ports shall be implemented in the GUI to give commands & to receive the response from/to LRU and TACTS

xiii. The events logging, Test results Report Generation with time stamping for TACTS Self-test, HFT shall be stored in PXI system

Storage device & provided for offline analysis. xiv. The formats/templates for GUI, log file & reports of all the software requirements shall be drafted during the SRS document finalisation along with MCSRDC User group, and finalised during the Integration & Testing of TACTS with Avionics Computer.

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not complied) xv. HFT Program Data Loader (HPDL): Provision shall be given in GUI for loading HFT software into the Processor module of Avionics Computer. This communication shall be through RS-232 and/or Ethernet. The Software ICD for this communication will be provided by HAL during design/integration phase. The TACTS software for HPDL shall be finalized during Avionics Computer integration/testing phase. The required interface (Hardware/Software) for loading the HFT software in Avionics Computer shall be decided during design/integration testing phase. xvi. Utility Software Tools: Vendor shall develop software utilities like MIL1553 Bus Tools, ARINC 818 Frame Monitoring & Analysis Tools, additional Analysis / Calibration Tools, which will be defined during the Design & LRU Integration/testing phase for detailed testing of the TACTS/LRU interfaces. These are additional test tools for user convenience or utility during Design & Development of LRU which may not require RDAQA certification. xvii. OFP Program Data Loader (OPDL): Provision shall be given in GUI for loading OFP software (not in scope of vendor) into the Processor module of Avionics Computer. This communication shall be through RS-232 and/or Ethernet. The TACTS software for OPDL & LRU BIT level testing shall be finalized on availability of the OFP Data loader software requirements. xviii. After all these development & testing, the TACTS documents shall be updated accordingly & finalised documents shall be provided to HAL.

4.12 GENERAL REQUIREMENT OF TACTS i. Vendor may decide on packaging/arrangement of the TACTS components to meet the requirement in consultation with HAL during design phase. ii. Suitable modular Cards on PXIe HYBRID chassis shall be used. The suitable converters may be used to meet the miscellaneous requirements. iii. The TACTS shall be self-contained. All the rack mount modules of TACTS shall be fixed firmly with shock absorbing protection. All displays shall be securely installed in TACTS rack. iv. Suitable cooling mechanism shall be provided in the platform housing of TACTS for efficient cooling of dissipated heat generated in the TACTS. v. LED Monitor, keyboard and mouse shall be provided for the PXIe Hybrid system. Provide the instruction sheet for normal working of the rig in the side door & a toolbox/pouch so that the miscellaneous tools, spares can be contained in it. vi. Labeling in the TACTS, such as various modules names, signals names, etc., shall be carried out using screen-printing. vii. TACTS identification: The title of the TACTS shall be displayed at the front panel of the TACTS and its part number, serial number & year of Manufacturing shall be displayed on the side door of the rig. viii. The electrical/electronic components, switches, indicators and other sub-assemblies used for the TACTS shall be reliable with reputed make & industrial grade quality. Commercial items shall not be used. The items/modules used shall be selected so that these items will be readily available as spares for next 10 years atleast. The OEM or Authorised distributor COCs with serial numbers shall be available for all these items. ix. All the connectors to be used, including LRU mating / other break connectors shall be part of TACTS development and responsibility of vendor. x. The TACTS shall have necessary industry standard electrical/safety protections to protect its own components, electronic boards, LRU and human operators using the TACTS. xi. Proper protection shall be provided for the rack against corrosive substances, temperature, moisture & dust and also withstand shocks/vibrations during transit of the TACTS within the lab and at field environment (on rough tarmac/road) on wheels. So necessary shock absorbing mechanism & rugged wheels shall be available. xii. To switch OFF the TACTS & Cooling tower in emergency situations, “Emergency ON/ OFF switch” shall be used on the front face of the control panels at convenient location for easy access. xiii. Suitable virus protection feature shall be provided to protect computer operating system, files, net browsing and application software of TACTS. The licensed Windows OS, MS Office & any other software tools shall be provided. xiv. The approved final Mechanical Drawings, Electrical Drawings, Circuit schematics, PCB Gerber files, Assembly drawings, Software source code (individual module VIs), embedded codes, drivers & ‘.exe’ files, etc., shall be provided to aid future repair, upgrade and refabrication of the modules of TACTS. xv. Vendor shall provide training to Engineers at HAL for one week or as appropriate. xvi. The vendor shall use only COTS based products except for signal conditioning circuitry, (only in case of PXIe Hybrid solution not available). xvii. Environmental Requirements for normal operation: The TACTS shall operate in permanent building environment under these nominal conditions: a. Operating Temperature: +5°C to +40°C with/without room air conditioner b. Non-Operating Storage Temperature: 0°C to +50°C. c. Humidity: 50-70% RH. Nominal d. Shall withstand vibration/bumps/shocks due to movement on its rugged wheels over rough roads, transit in trucks in integrated condition. TACTS shall withstand the environmental conditions as mentioned in Class-5 of AQA directive & required testing of the TACTS shall be done in accordance to the suggestion given by Certifying agency based on AQA directive or JSS-55555 (Refer Section 9). All the components & modules used in TACTS shall be compliant to these testing scenarios.

4.13 MECHANICAL DETAILS The modules of TACTS except for patch panel, Aircooler & loopback box shall be accommodated in a single 19” rugged rack. The rack for TACTS shall be portable, rugged, and compact for easy portability with proper shock absorbing facility. All the subsystems of TACTS shall be modular & be able to carry separately in individual carry cases after dismantling. The rack shall be labelled with Part no, Sl No, Calibration Due Date, etc.The rack for TACTS to accommodate the modules shall be in accordance with the Class-5 category of AQA Directive. The detailed assembly drawings & COC/test reports if any shall be given for the mechanical items. The mechanical specifications of the TACTS Rack shall be decided during the design phase. The overall details of the portable rack for TACTS are given in Table-4 below.

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not complied)

4.14 CARRY CASE All the modules/ instruments & looms shall be very modular and should be able to carry either separately after disassembling from the rack or in integrated manner with securely mounted modules. Vendor shall provide hard Plastic / Fibre, light weight carry cases for Patch Panel Looms, LRU Looms, any other item (not mounted in the main rack like troubleshooting instruments, etc.) for safe & easy portability (SAARC / CARRIS make or equivalent). It shall have rugged features like dust/moisture protection, leak proof, shock absorbing & temperature withstanding ability. The video monitors shall be protected with additional transparent tough glass plate/fibre to avoid scratches on the monitor display. Overall water proof tough fabric Covers shall be provided for the TACTS main rack, Patch panel unit & cooling tower to protect against environmental conditions. These arrangements shall be decided during the design phase with HAL.

4.15 TROUBLE SHOOTING INSTRUMENTS Digital multimeter and 4-Channel Digital Storage Oscilloscope from reputed manufacturers like Fluke/ Agilent / Tektronix / PXI based card shall be provided.

The broad specifications of the instruments are specified below. a) 6.5 digit Digital Multi Meter (DMM). b) 4-Channel Digital Real Time Storage Oscilloscope, minimum 200MHz, 2GS/s with Recording capability & USB interface to PC.

4.16 GROWTH POTENTIAL The TACTS design shall have provision for the following: a) At least two spare slots for add-on cards shall be provided in PXIe HYBRID backplane after accommodating the required I/O cards/ modules as mentioned in this document. b) Minimum 50% spare working memory/RAM and computing time in addition to the memory used for TACTS functionality.

5 DOCUMENTS The following documents shall be delivered along with the TACTS with appropriate approvals

(All the documents shall be approved by Vendor QC): a) Technical Specifications with RFQ Traceability matrix– To be approved by RCMA b) Software Requirements Specifications – To be approved by RCMA c) Certification Plan – To be approved by HAL QC & RDAQA d) Qualification Test Procedure – To be approved by RDAQA e) Qualification Test Report – To be approved by RDAQA f) Pre dispatch Inspection Procedure & Report – decide on approval during design review. g) Acceptance Test Procedure – To be approved by RDAQA h) Acceptance Test Report – To be approved by RDAQA i) Version Description Document – To be approved by User j) IV&V Report for the Test Software – To be approved by User k) Software Test Plan & Report– To be approved by User l) Bill Of Materials with COCs (Certificate of Conformance from OEM/Authorised Distributor) - To be approved by User m) Illustrated Data Sheets of all Cards, Components, Modules used in TACTS. n) Detailed Hardware & Software Design Document o) Electrical wiring (routing & looms) drawings p) Electrical Wiring Interface Document, Electrical Grounding and Earthing scheme. q) Continuity & Megger Check Procedure and its Reports r) Mechanical & Assembly level drawings of the TACTS s) Calibration Procedure Document for the TACTS, Cooling tower & Calibration Certificates for the relevant modules of the TACTS like acquisition/simulation cards, Power supplies, Cooling tower, DMM, DSO, etc., and corresponding Reports. t) User manuals for Configuration/Operation/Test Procedures to Test Input/Output of LRU including settings to be done in each case & report format; installing BSP and Device Drivers files, deploying the EXE files, programming & operating the TACTS Application software/GUI, calibration procedures, etc. u) Maintenance Manual of TACTS (including Preventive, Scheduled & Breakdown, Troubleshooting & Fault Diagnosis) v) 2 Copies of DVD containing Source code and Software tools with License Keys, OEM Datasheets/Manuals, COC & all the above approved scanned documents as well as editable documents. Note: The BOM, PDI & ATP shall be provided as per the templates given by HAL during the design phase. Any other documents required for certification shall be provided by Vendor for verification during inspection and acceptance of the TACTS. Number of Hardcopies will be decided based on Certifying agency/Quality requirements during design/development & Certification process. Original Signed Documents & one set of Hardcopy of documents shall be submitted to HAL.

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not complied) Please refer the Technical Document attached as Encl-1 for more clarity

1 DELIVERABLES TACTS meeting all the Technical requirements given in above sections shall be delivered to HAL. For the purpose of clarity the list of deliverable items are listed in Table – 5

Sl Item Qty No PXIe Hybrid platform Computer based Generation and Acquisition System 1. with Add-On cards/Modules, LED Monitor and associated software as 01 Set mentioned in section 4. Video generation/acquisition System with Display Panel for Input & 2. 01 Set Output Videos as mentioned in section 4. Signal conditioning and Distribution Box, Patch Panel (BIBO), Loopback 3. 01 set Box as mentioned in section 4. 4. Cooling tower with ducts & accessories as mentioned in Sec 4. 01 set

5. Portable Rack & Carry cases, covers as mentioned in section 4. 01 set Electrical looms with other electrical & wiring accessories including spare 6. 01 set looms as mentioned in section 4. 7. Power Supply Unit(s) & Power Distribution Unit as mentioned in section 4. 01 set

8. Troubleshooting Instruments like DMM & DSO as mentioned in section 4. 01 set Licensed Softwares, Source code of Application software (developed by vendor) for TACTS, BSP & Drivers for all add-on cards and hardware 01 copy 9. modules, Operating system, Antivirus & other software tools as in DVD mentioned in section 4. Documents as mentioned in section 5 During delivery: 1 set of Hard & Soft copies 10. 01 set During Acceptance stage: Approved documents - Two sets of soft copies in DVDs and 3 sets of hard copies.

The 10% Spare components (low cost items like resistors, capacitors,

switches, special cables, etc.. for maintenance of the rig will be decided during design phase) shall be provided. 11. 01 set Catalogue of the components/modules with OEM part numbers, price as on Purchase & delivery lead-time for the list of Items as per detailed BOM shall be provided.

Table 1: Deliverable items for TACTS

Note: It is to be noted that this list is indicative only; any item which is not listed here but may be required (finalised during design phase) to meet the technical requirements of TACTS shall be catered and supplied by the vendor.

7 SCOPE OF WORK BY VENDOR a) Design & Development of Hardware, Software, Electrical harness & Mechanical Chassis/Rack fabrication, cooling tower and Qualification testing of TACTS. b) Pre Dispatch Inspection by HAL QC at Vendors Place (Rig Self-test & Checks for preparedness towards LRU integration) and Delivery of the TACTS to HAL. c) Installation, Commissioning & testing of TACTS at HAL. d) TACTS software finalisation along with HAL team during LRU integration testing to make it compatible with the HFT software of LRU. e) Certification of the rig will be as per certifying agencies recommendations. The Certification & Acceptance of the TACTS shall be carried out in two stages as per approved Acceptance Test Procedure: 1. The Self-Test for complete Hardware & GUI software supplied in scope of TACTS. 2. The Acceptance Testing of TACTS with LRU Integration (after Closure of all observations made during previous stages) – RDAQA Certification & Acceptance. f) Utilities software development/testing and OFP Program data loader software development/testing in coordination with HAL.

Note: i. Test reports shall be generated, approved and submitted to HAL. (Coordination with HAL QC/RDAQA/RCMA shall be under the scope of Vendor only). ii. The activity plan (micro level) for different stages of design, development, testing & certification shall be submitted to HAL on weekly basis for review on work progress. iii. The observations, feedbacks given by stakeholders (HAL & certifying agencies) shall be documented, followed up for closure & updated in the TACTS documents accordingly. During OPDL final acceptance, all these points have to be closed by the vendor and there shall be no pending issues from Vendor.

8 DESIGN REVIEW The vendor shall arrange the Design review with HAL, RCMA, RDAQA, and other agencies for design finalization. The vendor shall provide the following documents in advance for the design review: a) Technical Specifications b) Design Documents (Hardware and Software) c) Design Review Document The vendor shall incorporate the recommendations made in the Design Review during TACTS development and fabrication without any additional cost.

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not complied)

Note:

• Roadability test (for e, f, g tests) in integrated condition may be decided on as required/applicability basis which will be decided during design review with certifying agency • For Damp Heat test (d), Humidity level will be decided during design review with certifying agency

The TACTS must undergo above tests as recommended by RDAQA/RCMA as per the AQA Directive (which may be modified during design review by RDAQA/RCMA). The vendor shall perform all these tests in coordination with HAL, RDAQA & submit all the reports. During Qualification testing of TACTS, if any changes/modification in the design of TACTS is required, vendor shall do it without any additional cost.

10 ACCEPTANCE AND CERTIFICATION OF TACTS Vendor shall provide Certification plan document for TACTS with detailed plan & procedure in co-ordination with HAL and certifying agencies at design review stage (before ordering the components). Pre-dispatch inspection (PDI after completion of qualification tests) consisting of Physical verification, Standalone checks of TACTS will be done by HAL (QC) at vendor’s place to give clearance for delivery to HAL. After delivery, Installation & Commissioning of TACTS at MCSRDC-HAL, standalone checks ATP (Stage-1) of TACTS will be done by HAL (QC) in coordination with RDAQA. TACTS Software shall be developed & finalized for LRU integrated HFT testing. LRU integrated HFT testing as per ATP (Stage-2) of TACTS, will be done at MCSRDC by HAL (QC) in coordination with RDAQA towards Certification & Acceptance of TACTS. TACTS Utility software tools shall be developed & tested. On availability of OFP loader software requirements, TACTS software for OFP Data Loader shall be finalised and tested in coordination with HAL. Note: a) Vendor shall develop/change the TACTS Rig software in coordination with HAL software team at HAL premises while doing LRU Integration Testing & during OFP program data loader software development. b) During the integration testing, if any modifications / changes including current levels, circuit modifications, GUI software application development / changes are required to be done in TACTS, the vendor shall make those changes without any additional cost. c) Co-ordination with HAL QC, Certifying Agencies & RDAQA Certification of TACTS will be the responsibility of the Vendor.

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not complied)

12 WARRANTY AND PRODUCT SUPPORT Warranty shall be provided by the vendor for a period of three years from the date of Acceptance (after RDAQA Certification in ATP Stage-II). A. Warranty - Scope of Work: i. Onsite periodic/ breakdown maintenance/ calibration and technical support/ repair/ replacement/ debugging for the hardware/software supplied with the TACTS & all its components / modules, annual recalibration & document updation. ii. Appropriate support during testing of LRU with TACTS after acceptance, modifying the Hardware & software for incorporating any changes to meet the specifications of LRU proposed by User or Certifying Agencies. iii. In case of obsolescence and changes of parts/ components if required, vendor shall source alternate parts/components and re- qualify the TACTS to comply the specified requirements as per RDAQA/ HAL recommendations. iv. TACTS uptime of more than 90% & attending the breakdown maintenance calls within 24 Hours will be considered for quarterly evaluation of Vendor performance. This performance of Vendor will be considered for levying penalties, PBG re-payments & further placement of CAMC after warranty.

NOTE: Overall, the product shall be supported by the vendor for at least 10 years after warranty for any modifications / changes.

B. Post Warranty Support: Vendor shall provide CAMC (Comprehensive Annual Maintenance Contract) for a period of 3 years after warranty which will be renewed every year. CAMC - Scope of Work: i. CAMC shall cover the entire rig serviceability (Hardware, Software, Testing) & all the components/modules as defined in above warranty points, except for replacement of item a & b (for which replacement shall be done on actuals) a. PXIe Chassis & Controller Card, b. PXIe Add-on cards, (Miscellaneous PXIe components like RAM, SSD, Batteries, etc shall be covered in CAMC). ii. TACTS uptime shall be more than 90% & attending the breakdown maintenance calls within 24 Hours will be considered for CAMC payments in quarterly evaluation. This performance of Vendor will be considered for levying penalties, PBG re-payments & further placement of CAMC.

13 SUBMISSION OF RFQ PROPOSAL The technical proposal shall comprise the following information. i. Proposed Technical Specifications of TACTS. ii. Delivery schedule and quantities iii. Technical approach for the Design and Development of TACTS with supporting technical details (along with Part Numbers, Datasheets) to technical requirements of TACTS. Vendor shall describe the technical compliance in the matrix with above details & only “Complied” statement shall be avoided. iv. Appropriate technical documents supporting the proposal particularly ARINC 818 product technical details & evidence. (Refer Section 4.4 Note-1) v. Brief details of the past and current projects (Minimum One) in the format given below:

Vendor's Compliance HAL Scope of Work ( Please refer Encl-1 for PDF copy of Technical Specification Requirement) (Complied or not complied) All the above details in Table-7 shall be for a single project (Vendor can provide individual tables for two or more projects, if any, particularly in case of single project cost less than 50 Lakhs & they should be proven/accepted by the user). The above details shall be considered for evaluating the customer during Technical Evaluation. Non-compliance to the above requirements (Table-7) shall result in disqualification of vendor’s offer. vi. Vendor shall provide procedures/documents related to their firm regarding approvals/certifications for design and quality management system by national/international agencies. vii. The vendor shall provide the Quality control process in the development & testing of TACTS. viii. Vendor shall specify the Quality assurance plan and procedure clearly indicating the manpower (particularly Certified Labview Architects or Labview experienced Developers – Mandatory as in Section 4.10 - iv) involved for System Design, Software Development, Quality Assurance as per permanent company structure and vendor shall comply to maintain the structure during project execution at all stages of the development & maintenance. A team from HAL may visit the vendor’s facility during the technical evaluation. ix. Individual price list for the cost of each module of TACTS (like PDU, Analog Video Generation Unit, Video Acquisition Unit, ARINC 818 …), PXIe hybrid cards, PXIe chassis, software development, etc as per Extra Price Bid Annexure 4 (Sheet 2 of Annexure 3) .. x. The vendor shall provide the CAMC Quote for TACTS post warranty support (refer Section 12).

Notes: The vendor may clarify the technical requirements with HAL for better clarity before submission of the technical proposal during Pre-Bid Meeting. The submission of the proposal shall not qualify the vendor to receive the order for TACTS development. HAL may reject the vendor’s proposal without assigning any reason whatsoever.

Aircraft Research and Design Centre HINDUSTAN AERONAUTICS LIMITED Marathahalli Post Bangalore - 560 037. INDIA Commercial Terms and Conditions ( For Indigenous supplier) of Tender - Part of Technical Bid. Tender Ref. No.: MC/S461/1368/19/1 Name of Work:Test Setup for Design, Development & Testing of Avionics Computer Name of the Vendor/ Firm:

Quotation Ref. No.:

PLEASE INDICATE YOUR RESPONSE/ COMPLAINCE/ ACCEPTANCE TO THE FOLLOWING TERMS (MANDATORY) AND UPLOAD AS A PART OF TECHNICAL BID

SL. Vendor Compliance HAL RFQ terms & conditions NO. (Complied/ Non -complied) Price : The bidder is required to indicate prices against individual items as per Annexure 3 of Price Bid Price quoted should be on F.O.R. ARDC Bangalore, for delivery at HAL Stores inclusive of all charges including transit insurance. 1 Tenderers should clearly mention whether the prices hold good when the full quantity of enquiry is not ordered but only a part of it. Unless otherwise mentioned, it would be assumed that the rates hold good even when lesser quantities than those enquired of are ordered. Any increase in prices at a later date for ordering lesser quantities will not be agreed to. Taxes: GST: Rate of Tax or any other Tax chargeable should be clearly indicated in the offer / bid as 2 inclusive in the price quoted or extra alond with the HSN Code. If not indicated, HAL will assume that the rates quoted are inclusive of taxes. Quantity : 3 The quotation must be in the unit in which the quantity is indicated in the enquiry. If it is otherwise, conversion data must be furnished. Supply of Alternative Item : In case bidder is quoting for an alternative part number it should be confirmed that the offered part is fully interchangeable with the required part. Applicable 4 descriptive literature/catalogue if any may please be enclosed by the bidder with offer (at least two copies). Shelf Life : Where stores offered have a limited shelf-life, kindly indicate the life involved and confirm that in the event of an order from us, only newly manufactured stores with the maximum 5 possible shelf-life at the time of dispatch will be offered for shipment. In respect of rubber items such as seals etc., having care date, the item should not have been manufactured earlier than 6 months of dispatch.

Validity of the Quotation : Price quoted should be net and unless otherwise specified should 6 remain valid for our acceptance for a minimum of 120 days from the closing date of enquiry and the materials of offered should be kept under provisional reservation for this quotation. Tender Due Date : 7 The due date for submission of quote is as indicated in RFQ through e-procurement mode only.

Submission of Tender : Response to bid through e-Procurement should be uploaded in the e- portal only. Bid submitted by bidder’s authorized dealer / distributor/channel partner should accompany with ink signed authorization letter of the bidder to whom tender has been originally issued. In the absence of authorization letter, the bids submitted shall be considered an 8 unsolicited. Vendors should ensure the bids are submitted as per RFQ attached in PDF form well before due date and time of tender. Vendor may note technical bid should include technical aspects only. If prices are indicated in the technical bid or attached as a part of technical bid even in the form of PDF, the offer will not be considered for evaluation.

Late Tender : Bid received after the due date and time specified in the tender shall be considered as late tender and will not be considered. 9 HAL will not be responsible for inability of vendor to upload the tender documents in e- procurement. HAL reserves the right to reject late or incomplete tender.

Opening of Tender : a) Tender will be opened as indicated in RFQ at MCSRDC Division, Vimanpura Post, Bangalore 560017. Bidders or their authorized reps. who are desirous to attend the tender opening 10 may forward written confirmation with name of authorized person and designation prior to tender opening. b) During tender opening only the important particulars like price, payment and delivery terms will be read out. PRE-BID Meeting: A pre bid meeting has been arranged on 21/05/2019 at MCSRDC Division, HAL , Bangalore at 9:30 Hrs. All the bidders are invited to attend the meeting in order to understand the requirement and clarify 10.A any doubts before submission of bids. All the Interested vendors have to forward the names of attendees for the pre bid meeting to email ID: [email protected] latest by 20/05/2019 (11:00 Hrs) Tender Evaluation: L-1 will be decided based on Package wise basis ( TACTS & 3 Years CAMC put together) Bid with lowest price conforming to the specification will be considered for placement of order. Conditional discounts will not be considered in evaluation of tender. 11 Applicability of the Taxes should be explicitly indicated by the bidder in his response either in percentage or in absolute terms. In the absence of this input the offer would be considered all inclusive. In respect of two bid system, technical bid will be opened on the tender opening date. After technical evaluation, the Commercial bids of those bidders who are technically acceptable will be opened. Others :- Please indicate approximate net weight of each of the item and gross weight and dimension of the package to enable HAL to determine the mode of dispatch. Please indicate in your tender, whether stores newly manufactured are offered. Where newly manufactured stores are offered and on inspection it is found that reconditioned stores or parts have been used, such stores will be rejected at the contractor’s risk and expense. Manufacturer's name and country of origin of the materials offered must be clearly specified. Complete details and illustrated literature must accompany all quotations. 12 Vendors should clearly indicate similar equipment supplied on global basis to Aircraft manufacturing industry, to any Division of HAL and other reputed/Govt customers and anywhere in India with customer’s full address, telephone/telefax No., P.O. No., value and year of supply.

HAL is not bound to accept the lowest or any quotation and reserves the right of accepting the whole or any part of the quotation or part of the quantity offered and bidder must supply the same at the rate quoted.

Vendor shall not be entitled without HAL’s consent to assign or transfer to a third party all or part of the benefits or obligations under this contract.

Security Deposit:a) Successful vendor, shall have to deposit 5% of the value of the order as Security Deposit (to be calculated only on basic cost excluding taxes & duties, if such details are furnished separately in the bid submitted) within 15 days of receipt of the purchase order, by demand draft or bank guarantee in a prescribed format of H.A.L from a scheduled bank in India / bank of international repute (for Foreign vendors), valid up to 60 days after the completion of contract period/last supply. This Security Deposit will bear no interest and will be returned only after the contract is completed to the entire satisfaction of H.A.L. In case, quotes received without indicating the break-up details of GST and order placed subsequently on composite value (without indicating breakup details of taxes & duties) then the Security deposit to be sought on the composite 13 value (including taxes & duties) Note - Loading factor of 5% shall be considered during Commercial Evaluation for bidders who have not agreed for submission of Security Deposit b) In case the contract is not executed to the entire satisfaction of HAL the security deposit shall be forfeited, besides initiation of risk purchase action c) No claim will be entertained against HAL either in respect of interest, if any due on the security deposit or depreciation in value. d) On due performance and completion of the contract in all respects, the security deposit will be returned to the vendor, without any interest, on presentation of absolute “No Demand Certificate” and upon return in good condition of any specifi cations, drawings, samples or any other property belonging to the purchaser, which may have been issued to the vendor. Liquidated Damages : In the event of an order, we reserve the right to collect a sum of 0.5% 14 per week of delay or part thereof, subject to a maximum of 10% as our claim- towards liquidated damages on the undelivered part of the order. PERFORMANCE BANK GUARANTEE: Vendor shall furnish a Performance Bank Guarantee as per HAL's format for 10% of order value (to be calculated only on basic cost excluding taxes & duties, if 15 such details are furnished separately in the bid submitted) valid till end of the guarantee / warranty period from a scheduled bank in India.

16 Warranty: As per Technical Requirement Document enclosed at Encl-1, Clause No.12 Delivery Schedule : As per Technical Requirement Document enclosed at Encl-1, Clause No.11 17 Terms of Payment:

18

Payment for CAMC: 100% payment will be made on quarterly basis within 30 days after submission of Original Invoice along with work completion report duly accepted by user dept through RTGS/NEFT. Payment will be made within 30 days from the date of receipt and acceptance of each Milestone as stated above by NEFT/ RTGS or any other latest Electronic Payment remittance mode.

19 Any order, resulting from the enquiry, shall be governed by the General Terms and Conditions of Contract of HAL and any party quoting against this enquiry shall be deemed to have read and understood these terms and conditions and to have quoted subject to these terms and conditions . When counter terms and conditions have been offered by a tenderer, HAL shall not be deemed to 20 be governed by such terms and conditions unless specific written acceptance thereof has been given by HAL. Any terms & conditions which has not been the part of the bid or Purchase Order, if put forward in 21 subsequent correspondence, shall not be considered by HAL. 22 Disregard of any instructions, may result in your offer being ignored. Canvassing by tender form, including unsolicited letter on tender submitted or post tender 23 corrections shall render their tenderers liable for rejection. BRIBES AND GIFTS Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the contractor or his parties, agent or servant or any one on his or their behalf to any officer, servant, representative or agent of HAL or any person on his or their behalf in relation to the obtaining or to the execution of this or any other contract with HAL shall in addition to 24 any criminal liability which the contractor may incur, subject the contractor to the cancellation of this and all other contracts with HAL and also to payment of any loss or damage resulting from any such cancellation under clauses-8 and 10 thereof. Any question or dispute as to the commission of any offence under the present clause shall be settled by HAL in such manner and on such evidence or information as they may think fit and sufficient and their decision shall be final and conclusive. CONFIDENTIALITY:- The Supplier shall hold confidential technical data and information supplied by the Purchaser or on behalf of the Purchaser and shall not reproduce any such technical data or information or divulge the same to any third party without the prior written consent of the 25 Purchaser. The Purchaser shall hold confidential technical data and information supplied by the Supplier or on behalf of the Supplier and shall not reproduce any such technical data or information or divulge the same to any third party without prior written consent of the Supplier except as far as may be necessary for either party to carry out its obligations under this Contract.

Intellectual Proprietary Rights (IPR): In the development orders, where technical 26 inputs/assistance is provided to the vendors, the Intellectual Proprietary Rights (IPR) will rest with HAL. Vendor will not directly deal with HAL’s customer for these items. EXCHANGE OF PROPRIETARY INFORMATION AND NON-DISCLOSURE AGREEMENT: 26.a Sucessesful Bidder has to sign NDA ( as per format enclosed in PDF format) before placement of Purchase Order. FALL CLAUSE :- The price quoted shall be in no event exceed the lowest price at which you sell the stores or offer to sell stores of identical description to any person(s) / organization including the purchases by any department of the Govt. of India, the State Govt. or any statutory undertaking of the Govt. of India / State Govt., as the case may be during the period till the completion of the performance of the order placed and during currency of the order. If at any time during the said period, the contractor reduces the sales price, sells or offers to sell 27 such stores to any person/organization including the purchaser or any department of Central Govt. or any Dept. of State Govt., or any statutory undertaking of the Central or State Govt., as the case may be at a price lower than the price chargeable under the contract, he shall forthwith notify such reduction/sale or offer to sale to the Hindustan Aeronautics Limited and the price payable under the contract for the stores supplied after the date of coming into force of such reduction or sale or offer to sale shall stand correspondingly reduced.

Immunity to Government of India: It is expressly understood and agreed by and between supplier & purchaser that purchaser is entering into this contact solely on its own behalf and not on behalf any other person or entity. In particular, it is expressly understood and agreed that Government of India is not a party to this contract and has no liabilities, obligations or right hereunder. It is expressly understood and agreed that purchaser is an independent legal entity with power and authority to enter into contracts solely on its own behalf under the applicable laws of India and general principles 28 contract law. Supplier expressly agreed acknowledges and understand that purchaser is not an agent, representative or delegate to the Government of India. It is further agreed and understood that Government of India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of the contract. Accordingly, supplier hereby expressly waives releases and foregoes any and all actions,including counterclaims, impleader claims or counter claims against the Government of India arising out of this contract and covenants as to any manner, claim cause or action or this whatsoever arising out of or under this contract. JURISDICTION :- The Court at Bangalore only shall have jurisdiction to deal with and to 29 decide any legal matter whatsoever arising out of this contract. INDEMNITY :- The contractor shall at all times indemnify HAL against all claims which may 30 be made in respect of the stores for infringement of any right protected by patent, registration of design or trade mark. ARBITRATION :- All disputes or differences whatsoever arising between the parties out of or relating to the construction meaning and operating or effect of this contract or the breach thereof shall 31 be settled by arbitration in accordance with the rules of arbitration of the ICA/ICADR and the award made in pursuance thereof shall be binding on the parties.

Quality Requirements: 1.Requirements regarding the need for the supplier to - notify HAL of nonconforming product, - obtain HAL approval for nonconforming product disposition, - notify HAL of changes in product and/or process, changes of suppliers, changes of manufacturing 32 facility location and where required obtain organization approval and - flow down to the supply chain the applicable requirements including customer requirements, 2). Records retention requirements and 3). Right to access by HAL, customer and regulatory authorities to the applicable areas of all facilities at any level of the supply chain, involved in the order and to all applicable records. Agents / Agency Commission: The seller confirms and declares to the buyer that the seller is the original manufacturer or authorized distributor / stockiest of original manufacturer or Govt. Sponsored / Designated Export Agencies (applicable in case of countries where domestic laws do not permit direct export by OEMS) of the stores referred to in this offer / contract / Purchase order and has not engaged any individual or firm, whether Indian or Foreign whatsoever, to intercede, facilitate or in any way to recommend to Buyer or any of its functionaries, whether officially or unofficially, to the award of the contract / purchase order 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 33 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 / purchase order, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from participating in any RFQ / Tender for new projects / program with Buyer for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract / Purchase order either wholly or in part, without any entitlement or compensation to the Seller who shall in such event be liable to refund all payments made by the Buyer in terms of the Contract / Purchase order along with interest at the rate of 2% per annum above LIBOR (London Inter Bank Offer Rate) (for foreign vendors) and Base Rate of SBI (State Bank of India) plus 2% (for Indian vendors). The Buyer will also have the right to recover any such amount from any contracts / Purchase order concluded earlier with Buyer.

RISK PURCHASE: In the event the SUPPLIER fails to deliver the goods or any consignments thereof within 90 days following the conclusion of the period prescribed for such delivery the PURCHASER may purchase the goods not delivered from the other sources and such a 34 replacement’s total cost to HAL upto to a maximum of one hundred and thirty percent of Supplier’s price for such item shall be deducted by HAL from the next upcoming payment or payments to be made to Supplier under the contract EXIT CRITERIA: i. The contract/order may be terminated under the following circumstances: a. In the event of unsatisfactory performance by the vendor during the contract period, or any of the information provided by the supplier is found to be untrue, or supplier is found to have attempted to influence any person involved with the contract through unethical means, the contract shall be terminated with 6 month's advance notice without any financial implication to HAL. Notwithstanding the foregoing, in cases where it is found that a supplier is engaged in unethical practices, the same shall be barred from participating in the future contracts for a period indicated in the Purchase Manual. b. If there is change in the Customer requirement, contract shall be terminated with 6 month's advance notice. The liability of HAL in this case will be agreed mutually. c. The supplier is declared bankrupt or becomes insolvent. 35 d. The delivery of material is delayed due to causes of Force Majeure by more than 6 months. e. Based on the decision of the Arbitration Tribunal. ii. In the event of termination of contract by either party the supplier shall ensure the following: a. IPRs are transferred to HAL to enable HAL to proceed on the work with other suppliers. Suppliers also will render all assistance till the other suppliers fully take over the balance work. b. Transfer title and deliver all or any part thereof of the supplies, materials, work-in-process, finished Products, Tooling, drawings and data produced or acquired by vendor specifically for the Product being terminated. c. Supplier shall ensure supply of products and its components /Spares at least for a period of 2 years from the date of such termination".