You are on page 1of 20

REQUEST FOR PROPOSAL [RFP] FOR RETROFIT/

UPGRADE OF AVIONICS ON SUPER KING AIR

B200 AIRCRAFT VT-EBB (BB-1486)

[GLOBAL TENDER NOTICE No.2011002446-01]

NATIONAL REMOTE SENSING CENTRE


INDIAN SPACE RESEARCH ORGANISATION
Department of Space, Govt. of India
Balanagar, Hyderabad 500037, Telangana, India
nrsc

Contents

1 INTRODUCTION ................................................................................................. 1

2 GENERAL INSTRUCTIONS FOR SUBMISSION OF PROPOSALS ................... 2

3 DESCRIPTION OF AIRCRAFT FOR AVIONICS UPGRADE .............................. 4

4 SCOPE OF RETROFIT OF AVIONICS FOR NRSC AIRCRAFT ......................... 6

5 TERMS AND CONDITIONS ................................................................................ 9

ANNEXURE-I: TECHNICAL COMPLIANCE STATEMENT ...................................... 14

ANNEXURE-II: PRICE BID FORMAT ...................................................................... 17

ANNEXURE-III: CHECK LIST .................................................................................. 18


nrsc
1 INTRODUCTION
1.1 Indian Space Research Organization (ISRO), Department of Space (DoS),
Government of India (GoI) is the premier organization in the country responsible for
developing space based systems comprising of launch vehicles, satellites and ground
segment facilities to meet the countrys applications requirements in communication,
broadcasting, metrology and remote sensing.

1.2 National Remote Sensing Centre (NRSC), a unit of the ISRO, owns and operates two
Super King Air (SKA) B-200 aircraft manufactured by Hawker Beechcraft with
Registration Numbers VT-EQK (Serial Number BB-1288 and Year of Manufacture
1988) & VT-EBB (Serial Number BB-1486 and Year of Manufacture 1994). These
aircraft have modifications suitable for installation of airborne sensors and are being
used for aerial surveys for remote sensing and mapping applications.

1.3 Aerial Services & Digital Mapping Area (AS&DMA) of National Remote Sensing Centre
(NRSC), ISRO has diversified state-of-the-art aerial data acquisition instrumentation
like Large Format Digital Camera, Airborne LIDAR, Synthetic Aperture Radar (SAR),
and atmospheric sensors. Airborne LIDAR is an active remote sensing system
operating at 1064 nm, SAR operates in C band (5.35GHz) and these sensors draw
power from Aircraft supply of 28V current Max.100 amps. These sensors are installed
on NRSC aircraft and acquire data for various applications.

1.4 Aircraft is having a cut out in the centre of the cabin covered with an optical flat of
68.5 cm x 61 cm for the sensor operations in visible and NIR range.

1.5 Through this Request For Proposal/ (RFP), sealed proposals are invited for
Avionics Upgrade of NRSCs aircraft (VT-EBB) from suitable vendors who
have Directorate General of Civil Aviation of India (DGCA)/Federal Aviation
Administration, USA (FAA)/Joint Aviation Authority(JAA)/European
Aviation Safety Agency(EASA) approvals for carrying out avionics upgrade
on Super King Air B200 aircraft.

1.6 The objective of this RFP is to facilitate vendors to participate in the bidding process
for the supply, installation, testing, DGCA certification and crew training for
integrated avionics package through upgrade.

Page 1 of 18
nrsc
2 GENERAL INSTRUCTIONS FOR SUBMISSION OF PROPOSALS

2.1 The Public Tender is a Two Part Bid Process. Proposals should be submitted in two
separate sealed covers. One cover should contain the Technical Bid. The second
cover should contain the Price Bid. Both the covers should be superscribed Tender
No NRSC/PUR/PO-2011002446-01 due on 25thMay, 2015 upto 16:00 hrs and should
properly be titled (whether Technical proposal or Commercial proposal). Both these
covers should be put in another cover addressed to The Head, Purchase and Stores
Division, National Remote Sensing Centre, Department of Space, Government of
India, Balanagar, Hyderabad, Telangana - 500 037.

2.2 Vendors are encouraged to provide as much details as possible including company
profile and experience, details of similar works done for other aircraft operator,
technical reference material and any other material as deemed fit.

2.3 Technical bid must contain detailed technical specifications of the avionics suite
proposed.

2.4 The technical bid should also include references of earlier avionics retrofits executed.
Screen shots of upgraded avionics panels should be attached along with the
proposal.

2.5 Vendors must fill the detailed clause wise technical compliance statement enclosed
as annexure-I to their Technical proposal. Similarly, the vendor has to fill the price
bid as per annexure-II which is enclosed in the RFP. Also the vendor has to
enclose the dummy price bid (without price details) to the technical bid.
Vendor should not include price details in the Technical Proposal.

2.6 Vendor has to enclose the detailed list of deliverables (Bill of Materials) in the
technical bid which are required for placing the purchase order.

2.7 Pre-Bid Meeting: Pre-Bid Meeting between NRSC and the prospective vendors
interested in submitting proposals will be held at NRSC Hyderabad as per the details
given in the Public Tender notice. During this meeting, vendors can seek
clarifications required by them to generate proposals. The addendum/ corrigendum if

Page 2 of 18
nrsc
any, after the pre-bid meeting shall be published in NRSC and ISRO websites and will
be accessible to all the vendors. The bid submitted by the vendors must comply to
the RFP together with the addendum/corrigendum published. NRSC strongly
recommends participation by the vendors in pre-bid meeting at their own
cost. Those who wish to participate should send their willingness regarding their
participation with name, position, address and contact details atleast four days in
advance before the pre-bid meeting. Foreign nationals must indicate their
nationality, passport details. The Visa must be a Business Visa. Tourist Visa is not
acceptable. A scanned copy of the passport must be sent to Head, Purchase and
Stores, National Remote Sensing Centre, ISRO, Balanagar, Hyderabad-500037,
Telangana, India. Email: purchase@nrsc.gov.in. Any change in the date and venue
of the Pre-Bid meeting will be intimated to all vendors in advance.

2.8 Interested vendors can be present at NRSC during opening of Technical bids.
Technical bids will be opened in the presence of the attending vendors or their
authorised representatives. Authorised representatives must carry a proper
identification proof and an authorisation letter. The commercial bids will be opened in
the presence of the attending vendors or their authorised representatives on a date
that will be notified individually to the vendors whose technical bids are found to be
suitable.

2.9 All communications should be addressed to:

Head - Purchase & Stores Division,


National Remote Sensing Centre (NRSC), ISRO,
Balanagar, HYDERABAD,
Telangana, 500 037, INDIA
Phone : +91 40 2388 4065, 2388 4066
Fax : +91 40 2387 8695
E-mail : purchase@nrsc.gov.in

Page 3 of 18
nrsc
3 DESCRIPTION OF AIRCRAFT FOR AVIONICS UPGRADE

3.1 The aircraft for which NRSC is seeking proposals for avionics upgrade is a Super King
Air (SKA) B200 aircraft fitted with PWC Engines model no. PT6A-42 with call sign VT-
EBB manufactured by Beechcraft, USA with serial number BB-1486.

3.2 Structural modifications such as cutouts with optical flat and electrically operated
Optical flat protection doors and pressure box have been carried out in the aircraft
and certified by Federal Aviation Administration (FAA), USA and Director General of
Civil Aviation (DGCA), India.

3.3 The existing Avionics Systems in VT-EBB are from Bendix/King, Allied Signal, Artex,
Fairchild and Rockwell Collins as shown below:
TABLE 3.3: EXISTING AVIONICS SYSTEMS

Sl. Description Make Model No. No. of Part No.(S.No.)


No units
1 VHF Transceiver Rockwell VHF-22A 2 622-6152-001(22605 &
Collins 24137)
2 VHF Omni directional Rockwell VIR-32 2 622-6137-001(14501 &
Range(VOR) Collins 9886)
3 Ground Proximity Warning Allied Signal Mark VI 1 965-0686-020(2451)
System(GPWS)
4 Automatic Direction Rockwell ADF-60A 2 622-2362-001(24415
Finder(ADF) Collins &24264)
5 Air Data Computer Rockwell ADC85 1 622-8051-003(G9FX)
Collins
6 Distance Measuring Rockwell DME 42 2 622-6263-003(12863 &
Equipment(DME) Collins 4537)
7 Radio Altimeter for GPWS Bendix/King KRA 405B 1 066-01153-0101(2470)

8 ATC Transponder Rockwell TDR-94 2 622-9352-003(1680 &


Collins Dual 1630)
9 HF System Bendix/King KHF 950 1 ----

10 Weather Radar Rockwell WXR-270 1 ----


Collins
11 Emergency Locator Artex ELT C406- 1 452-0133(170-12130)
Transmitter(ELT) 2
12 Cockpit Voice Fairchild A-100S 1 S100-0080-00(02719)
Recorder(CVR)
13 Electronic Flight Rockwell DPU-84 1 622-9682-002(538)
Instrumentation System Collins
Data Processing Unit(EFIS
DPU)

Page 4 of 18
nrsc
14 Auto-pilot Rockwell APC-65H 1 622-9724-030(2920)
Collins
15 Radio-Altimeter Rockwell ALT-50A 1 622-3201-001(7291)
Collins
16 Directional gyro System Rockwell DGS-65 2 622-6136-002(3728&
Collins 3726)
17 Torque transmitter 2 [p/n. 130-389002-
operates at 28V DC 3,s/n.7717-714(RH) &
s/n.7807-3-867(LH)]
18 Fuel Flow Transmitter 2 [Part No.1/2-2-81-306]
operates with DC

Page 5 of 18
nrsc
4 SCOPE OF RETROFIT OF AVIONICS FOR NRSC AIRCRAFT

4.1 The existing avionics systems in VT-EBB aircraft has to be upgraded with the RVSM
compatible advanced integrated avionics suite such as Proline 21/Fusion(Rockwell
Collins), Garmin 1000 (Garmin).

4.2 All the modules of the avionics suite should form an integrated package produced by
single reputed manufacturer. However ELT can be retained/ sourced from third
party. A mix and match of modules from multiple sources will not be acceptable.
Partial solutions i.e., upgrade of only part of avionics suite will also not be
acceptable.

4.3 All the Avionics modules provided as part of the upgrade should be new and not
overhauled/exchanged.

4.4 Avionics upgrade having Integrated Flight Instrumentation System (including high
resolution Primary Flight Display (PFD) and Multifunction Display(MFD)) should
include the following systems
A. Communication and Navigation systems comprising
a. VHF Omni directional Range (VOR)
b. Distance Measuring Equipment (DME)
c. Automatic Direction Finder (ADF)
d. Instrument Landing System (ILS)
e. VHF Transceiver
f. HF System
g. Weather Radar
h. Audio selector panel
i. ATC Transponder( Mode-S)
j. Cabin Interphone
B. Flight Management System comprising
a. Auto Pilot
b. Air Data Computer.
C. Aircraft Instruments comprising of pitot & static instruments such as
a. Air speed indicator
b. Vertical speed indicator

Page 6 of 18
nrsc
D. Attitude Heading and Reference System (AHRS).
E. Other instruments such as
a. Radio altimeter
b. Emergency Locator Transmitter (ELT) 406MHz
c. Enhanced Ground Proximity Warning System (EGPWS) (Latest version in
the suite with STC).
d. Traffic Collision Avoidance System-II (TCAS-II) version 7.1.
F. Integrated Engine Information System.
G. Jeppesen Chart Loading and IPAD interface for better operations of the
aircraft.(New Features)
H. Combination set of Cockpit Voice Recorder (CVR) with solid state Memory
supporting a minimum of 2 hours recording and Flight Data Recorder (FDR) of
Type-II as per CAR section 2, Series I, Part V, Rev.2 Dated 14th Nov 2014
(Optional).
I. Aircraft Communications Addressing and Reporting System (ACARS). (Optional)

4.5 Vendors are encouraged to refer to the technical specifications of items mentioned in
Table 3.3 and ensure that their solutions meet their functionalities by upgrading to
the latest specifications in the suite.

4.6 One to one mapping of existing avionics systems and new proposed avionics systems
is to be clearly mentioned. Sub parts like cables, antenna etc. also may be specified
if being replaced in the upgrade.

4.7 WARRANTY:
4.7.1 The warranty support should be provided for a period of 5 years for the
items supplied and wiring, switches and connectors etc. required in
installation.
4.7.2 The warranty should also cover workmanship involved in material supplied
and installation/testing.
4.7.3 The warranty will start from the date of issue of On-site Acceptance
Certificate by NRSC.
4.7.4 The vendor shall provide the standard warranty applicable for each of the
instruments from the date of acceptance. The warranty should be quoted

Page 7 of 18
nrsc
keeping the above in view. Any subsystem warranty that the OEM
provides for greater than the standard warranty shall be transferred to
NRSC at no additional cost.

4.8 TRAINING: The vendor should provide training to two B200 endorsed NRSC pilots
on the upgraded Avionics suite for the duration as recommended by the
manufacturer. The price of training per aircrew shall be given in the commercial bid.
The vendors must quote the cost of training for P1 and P2 separately in the price bid.
For L1 computation, the training cost of one P1 and one P2 will be considered.
However, payment for the pilot training shall be made as per the actual number of
pilots identified by NRSC for training.

Page 8 of 18
nrsc
5 TERMS AND CONDITIONS

5.1 The terms and conditions defined in this RFP shall be considered for this procurement
and supersede the general terms and conditions enclosed if any.

5.2 ELIGIBILITY CRITERIA:


5.2.1 Proposals should be submitted only by vendors who have Supplemental Type
certificate (STC) issued by DGCA/FAA/JAA/EASA for avionics retrofit of the specific
aircraft type i.e. Super King Air B200 (BB-1486).
5.2.2 The vendor must have technical representative in India or must have an agreement
with an India based company for bidding, supply, installation, testing, DGCA
certification, air crew training and warranty support at NRSC hangar in Hyderabad.
5.2.3 The Bidder should have experience in carrying out similar activities of Avionics
upgrade on the proposed suite. Documentary proof has to be submitted in the
technical bid.

5.3 BID VALIDITY: The Proposals (Technical bid + Price bid) submitted must be valid
for 180 days from the tender due date.

5.4 PLACE OF UPGRADATION: The avionics upgrade must be carried out at NRSCs
Hangar, Begumpet Airport, Hyderabad.

5.5 PAYMENT TERMS: NRSC normal payment terms are 90% payment after receipt,
installation and acceptance of the retrofit/ Upgrade and balance 10% after
submission of performance bank guarantee. However, If any advance payment is
required by the vendor, a maximum of 30% of the cost of items (excluding the cost
of installation, warranty and training cost) can be paid against bank guarantee from
a nationalized bank as per the format provided by NRSC. This bank guarantee shall
be valid till the completion of supply and acceptance of the retrofit. NRSC decision in
this aspect shall be final.

5.6 PERFORMANCE BANK GUARANTEE: The supplier has to provide a performance


bank guarantee for 10% of base price of the procurement, valid till the completion of
warranty period.

Page 9 of 18
nrsc
5.7 ARBITRATION AND JURISDICTION:
Settlement of disputes shall be through arbitration
a) If Indian supplier, the arbitration shall be as per Indian Arbitration and
conciliation Act, 1996.
b) If foreign supplier, the supplier has the option to choose Indian Arbitration
and Reconciliation Act, 1996 or United Nations Commission on international
Trade law Arbitration rules or as mutually agreed.
c) Arbitration proceedings will be held in Hyderabad, India only.
Legal disputes will be settled through courts in Hyderabad, India.

5.8 FORCE MAJEURE: Neither NRSC nor the supplier shall be liable to the other for any
delay in or failure of their respective obligations under this purchase order caused by
occurrences beyond the control of NRSC or the Supplier (as the case may be)
because of fire, floods, power acts of God, acts of the public enemy, wars,
insurrection, sabotage, any law statute or ordinance Agreement, action or
regulations of the Governments or any compliance therewith similar to the above.
Either party shall promptly but not later than thirty (30) days thereafter notify the
other of the commencement and cessation of such contingency and prove that such
is beyond the control and affects the implementation of this purchase order
adversely and if such contingency continues beyond six (6) months, both parties
may mutually agree to discuss and agree upon on equitable solution for cancellation
of this purchase order or otherwise decide the course of action to be adopted.

5.9 DELIVERY: All the activities including delivery, permissions, approvals, registration,
installation, acceptance and training shall be completed by vendor within 6 months
from the date of release of Purchase Order by NRSC.

5.10 CUSTOMS DUTY EXCEMPTION: NRSC is entitled for concessional Customs Duty
payment (currently@5.15%) and shall provide Customs Duty Exemption Certificate
for availing the same upon submission of necessary documentation by the vendor
where ever required. The details of Airway Bill, Invoice no. etc., shall be submitted in
advance to issue Customs Duty Exemption certificate.

Page 10 of 18
nrsc
5.11 LIQUIDATED DAMAGES: For delays attributable to vendor in completion of entire
supply and installation beyond six months, Liquidity Damages (LD) shall be
applicable at 0.5% for every week delay or part there of subject to a maximum of
10% of the order value shall be recovered.

5.12 INSTALLATION AND ACCEPTANCE: The system will be accepted only after
successful test flights at NRSC Hyderabad, meeting all the requirements including
DGCA approvals and registrations (Wireless planning and Coordination (WPC) wing,
Ministry of Telecommunications etc). A mutually agreeable acceptance document
shall be prepared and used for acceptance. The acceptance test shall be carried out
with the Pilots from the vendor and all the pilot expenses for these test flights shall
be borne by the vendor. However, the other expenses such as aircraft fuel shall be
borne by NRSC. In case of foreigners visiting NRSC, Hyderabad for installation and
acceptance, the passport and VISA details of the personnel have to be sent to NRSC
well in advance to get necessary approvals from Dept. of Space and Bureau of Civil
Aviation Security (BCAS) clearances. The vendor is responsible for problem free
demonstration of upgraded Avionics suite in NRSC & any onsite issues should be
appropriately resolved by the vendor.

5.13 ISSUES DURING ONSITE TESTING: During acceptance testing with airborne
sensors installed, the vendor should carryout field modification on the aircraft (if
required) and obtains DGCA approvals for resolving the EMI/EMC/other compatibility
issues if any. Additional EMI/EMC shielding must be provided during the testing.
Cables provided for interconnections between systems installed to be provided with
good shielding to avoid EMI/EMC problems with airborne remote sensing systems.

5.14 INSURANCE: Any expenses for the insurance of the equipment from the OEM
factory to NRSC shall not be borne by NRSC and hence, it is the responsibility of the
vendor.

5.15 REGULATORY AUTHORITIES PERMISSIONS: The vendor should obtain approvals


from DGCA, India, with regard to avionics upgrade and arrange to provide the
required certification. All the permissions from the regulatory authorities for
installation, registration from DGCA and WPC etc, airworthiness and flying of the
aircraft in India also has to be obtained by the vendor. Any expenses incurred for the
above has to be borne by the vendor. NRSC shall provide documentary support

Page 11 of 18
nrsc
wherever required and feasible.

5.16 VISIT TO VENDOR SITE: NRSC, during technical evaluation, may decide to visit
the facility of the vendor (or any customer site identified by the vendor) at the cost
of NRSC to ascertain their authenticity and capability. NRSC shall have the right to
reject the proposal of the vendor based on its findings during the visit. The vendor
should facilitate the above visit by NRSC team.

5.17 DOCUMENTATION:
5.17.1 The vendor must provide documentation certifying that the manufacturer will provide
spares/service support for atleast 10 years.
5.17.2 The vendor shall supply the complete set (both softcopy and three sets of hardcopy)
of operation manuals and maintenance manuals etc.
5.17.3 The vendor shall provide the complete drawings and documentation of the
modifications carried out in softcopy and one set of hardcopy
5.17.4 The vendor shall also provide copies of all the approvals (FAA/EASA/DGCA/JAA),
STCs implemented for carrying out the modifications in the aircraft.

5.18 COMPLETENESS OF THE BID: The vendor has to quote for all the items (as defined
under scope) required for completion of retrofit including transducers, cables and
other accessories and include in their BOM. Vendor may visit the NRSC facility at
Hyderabad Airport during pre-bid process, if necessary before bidding, for
assessment of existing equipment fitted on the aircraft.

5.19 NRSC will provide hangar and ground power at free of cost. No test equipment will
be provided by NRSC. Vendor should take required base approval from DGCA to
carry out retrofit at Hyderabad.

5.20 The removed Avionics instruments will be retained by NRSC. Vendor is free to give
his own configuration but it should have subsequent service support up to 10 years
which the vendor should commit in writing. Also the vendor shall make sure that the
configuration should not have any EMI (Electromagnetic interference)/EMC
(Electromagnetic compatibility) issues with Remote Sensing Sensor equipment.

Page 12 of 18
nrsc
5.21 Certificate Release to Service (CRS) can be issued by any of the vendors involved in
the joint venture which shall be acceptable by DGCA.

5.22 Getting Weight Schedule of the aircraft after the retrofit is the responsibility of the
vendor.

5.23 The optional items specified in the RFP shall not be considered for the computation of
the lowest bidder (L1). NRSC may at its discretion either procure these items or
otherwise.

Page 13 of 18
nrsc
ANNEXURE-I: TECHNICAL COMPLIANCE STATEMENT
S.No. RFP Item Compliance Ref page no. Remarks, if any
Clause in the bid
1. 4.1 Is the quoted upgrade Integrated Yes/No
Avionics package
2. 4.2 Whether Integrated package is Yes/No
produced by single reputed
manufacturer.
3. 4.3 Confirm that all the modules Yes/No
provided are new and neither
overhauled nor exchanged
4. 4.4 Confirm that are all the items from Yes/No
4.4 (A) to 4.4 (G) covered in the
proposal along with items given in
Table 3.3.
Provide complete details of the
Optional Items indicated in 4.4(H) &
4.4(I)
5. 4.5 Whether supplied suit meets the Yes/No
technical specifications of
instruments listed in Table 3.3
6. 4.7.1 Whether warranty support is valid Yes/No
for 5 years
7. 4.7.2 Confirm the validity of warranty for Yes/No
workmanship
8. 4.7.3 Acceptance to Clause 4.7.3 Yes/No
9. 4.7.4 Whether if warranty provided by Yes/No
OEM greater than standard warranty
is transferred to NRSC at no
additional cost
10. 4.8 Whether Training for upgraded Yes/No
Avionics suite will be provided to 2
NRSC pilots. Confirm that the price is
given separately for both P1 and P2
in the commercial bid.

Page 14 of 18
nrsc
S.No. RFP Item Compliance Ref page no. Remarks, if any
Clause in the bid
11. 5.2.1 Approvals (STC) for Retrofit from Yes/No
DGCA/FAA/JAA/EASA attached
12. 5.2.2 Whether vendor have technical Yes/No
representative in India
13. 5.2.3 Whether documentary proof showing Yes/No
experience in similar activities
submitted
14. 5.3 Bid submitted is valid for 180 days Yes/No
15. 5.4 Avionics package will be upgraded at Yes/No
NRSC Hangar, Begumpet Airport,
Hyderabad
16. 5.5 Acceptance to Payment terms as Yes/No
per Clause 5.5
17. 5.6 Acceptance to Performance Bank Yes/No
Guarantee Clause 5.6
18. 5.7 Acceptance to Arbitration & Yes/No
Jurisdiction Clause 5.7
19. 5.8 Acceptance to Force Majeure Clause Yes/No
5.8
20. 5.9 Acceptance to Delivery terms as Yes/No
detailed in Clause 5.9
21. 5.10 Conformance to Customs Duty Yes/No
Exemption as given in Clause 5.10
22. 5.11 Acceptance to Liquidated damages Yes/No
Clause 5.11
23. 5.12 Commitment to Installation & Yes/No
acceptance plan as given in Clause
5.12
24. 5.13 Acceptance to Clause 5.13 Yes/No
25. 5.14 Whether Insurance terms acceptable Yes/No
26. 5.15 Acceptance to obtain approvals from Yes/No
regulatory authorities as detailed in
Clause 5.15

Page 15 of 18
nrsc
S.No. RFP Item Compliance Ref page no. Remarks, if any
Clause in the bid
27. 5.16 Acceptance to Clause 5.16 Yes/No
28. 5.17 Whether Documentation mentioned Yes/No
in clause 5.17 is provided
29. 5.19 Acceptance to clause 5.19 Yes/No
30. 5.20 Acceptance to clause 5.20 Yes/No
31. 5.21 Details of the vendor issuing the Yes/No
CRS(if the work is carried by a joint
venture) provided?
32. 5.22 Confirm that upgraded aircrafts Yes/No
Weight schedule will be provided

Page 16 of 18
nrsc
ANNEXURE-II: PRICE BID FORMAT

Sl.No. Item Price Remarks, if any

1 Basic price of system and


instruments

2 Modification and installation


charges

3 Prices for optional items

4 Installation charges for optional


items

5 Taxes and duties applicable

6 Test flight charges

7 Training charges for P1

8 Training charges for P2

9 Warranty charges

Page 17 of 18
nrsc
ANNEXURE-III: CHECK LIST

Clause/ Description Response Remarks, if any


Table

Tender Reference Number


Whether submitted as two part bid?
Name and Address of the Vendor along with contact
numbers.
Attended the Pre-Bid Meeting?
Details of the Resources and tools available with the
company attached?
Compliance statement prepared and attached
Is the Offer valid for 180 days?
Detailed Technical Specifications and time plan attached Yes/No

References of earlier similar works carried attached? Yes/No

4.4 Are all the items from 4.4 (A) to 4.4 (I) covered in the Yes/No
proposal along with items given in Table 3.3.
Table Detailed statement of compliance for all the instruments, Yes/No
3.3 modules, sub systems and systems attached
4.7 Onsite Warranty for minimum 5 years Yes/No

4.8 Training for aircrew Yes/No

5.2 Approvals (STC) for Retrofit from DGCA/FAA/JAA attached Yes/No

I / we have gone through all the terms and conditions indicated in this enquiry and
accept all of them. The information contained in this proposal is true to the best of
my/our knowledge.

Signature of authorized representative


With Office Seal
Dated:_______________
Place:_______________

Page 18 of 18

You might also like