Вы находитесь на странице: 1из 10

1

REQUEST FOR INFORMATION (RFI) : MINI TRUCK

1. The Ministry of Defence, Government of India, intends to procure approx


quantity 2958 x Mini Truck (generic nomenclature of equipment). The vehicle is primarily to
be used as a load carrier of payload capacity 900 – 1200 Kg in all types of terrain. It should
be 4x4 drive capable of operating in different terrain and climatic conditions prevalent in the
country for use by the Indian Army. The platform should facilitate modification for other uses
including small troop carriage, specialist roles viz, reconnaissance and weapon platform incl
containerization capable to operate on highways and cross country.

2. The RFI consists of two parts as indicated below :-

(a) Part I. The first part of RFI incorporates Operational parameters that should
be met by the equipment and tentative date of the issue of the RFP and the quantity
required to be procured.

(b) Part II. The second part of RFI states the methodology seeking response of
vendors. Submission of incomplete response format will render the vendors liable for
rejection.

PART – I : OPERATIONAL PARAMETERS AND BROAD


TECHNICAL REQUIREMENTS

3. Operational Parameters.

(a) The vehicle should be of modern design and employ latest technology in all
systems to give best performance & reliability.

(b) The vehicle must be based on diesel engine, fuel efficient, sturdy chassis with
load carrying capability of 900 – 1200 Kg under different terrain and climatic
conditions prevalent in the country for use by the three services.

(c) Facility for easy and quick conversion to flat bed configuration by removal of
side walls and tail board of vehs with locking arrangement for container
transportation.

(d) The cabin must have suitable ventilation and provided with observation hatch.

(e) The tentative timeline for issue of RFP would be within six months of issue of
RFI. The approximate quantity to be procured is about 2958.

4. Broad Technical Requirements.

(a) Contemporary turbo charged diesel engine.


(b) Better mobility, acceleration and fuel efficiency.
(c) Prevalent ‘Emission Norms’.
(d) Low cost of maintenance.
(e) Life expectancy features.
2

(f) Better drivability by incorporating features of power steering, automatic


transmission and ABS depending on the employability.
(g) Shallow water fording capability.
(h) Should be able to carry five personnel incl driver with battle loads.
(j) Provision for climate control for operation in inhospitable weather conditions.
(k) Towage facility with tow hook.
(l) Winch facility with capabilities.
(m) A cold starting device should be provided for starting the engine in extreme
cold climatic conditions ranging from -150C to 450C.
(n) Turbocharger along with intercooler or advanced technology should be
incorporated if required.
(o) The vehicle shall be fitted with right hand power drive.
(p) The tyres used shall be of the standardized range i.e Sand cum highway
currently in use by the Services and with maintenance free battery.

(q) The vehicle shall be capable to operate upto 14,000 feet in high altitude
areas.

(r) Vehicle shall be transportable by air, rail & sea. Provision of lashing
points/hooks for paradrop & camouflage net.

(s) Lubricants shall be available in India & system for warning provision for its low
level indication.

(t) Vehicle shall be olive green in colour.

(u) Temp gauge, fuel gauge, RPM gauge, oil gauge, speedo/odometer, air
pressure gauge etc should be part of the main console.

(v) Trials. Post technical evaluation the equipment will be put through a Field
Evaluation Trial (FET) in India on a ‘No Cost No Commitment’ basis. In addition,
the following inputs will be intimated for the FET:-

(i) Number of equipment for trials and its availability will be intimated.

(ii) Modalities for conduct of FET include:-

(aa) Summer & Winter Trials.

(ab) Desert & High Altitude Areas Trials.

(ac) MET (Maintainability Evaluation Trials).

(ad) DGQA Trials.

(iii) Trial timelines will be issued in RFP.

(iv) Environment/other standards to be met as and when & what required


for clearance, international standards etc.
3

(w) Delivery. The tentative delivery schedule for supply of the equipment after
conclusion of contract will be based on delivery at different delivery locations in the
cardinal directions within respective Commands with numbers specified.

(x) ESP. Management of repairs and spares post contract. Overall facilities and
availability of infrastructure in India so that repair & service needs can be attended in
the area of employment of vehicles respectively. The product support should be
provided by the vendor till discord of the vehicle. The vendor should also provide
literature (UHB, WMM, ISPL, sectionised cut models of engine assembly, Tools &
accessories etc and trainings to the crew members.

(y) Vendors may be advised to consider RFI as advance info to obtain requisite
government clearances.

(z) The vendor would be required to accept the general conditions of contract
given in the Standard Contract Document at Chapter VI of DPP 2016.

(aa) The solicitation of offers will be as per ‘Single Stage-Two Bid Sys’. It would
imply that a ‘Request for Proposal’ would be issued soliciting the technical and
commercial offers together, but in two separate sealed envelopes. The validity of
commercial offers would be at least 18 months from the date of submission of offers.
The technical offers would be evaluated by a Technical Evaluation Committee
(TEC) to check its compliance with RFP.

5. The parameters/broad specifications of the item are mentioned in the questionnaire


attached as Appendix ‘A’. The vendors are required to respond to the same.

PART - II : PROCEDURE FOR RESPONSE

6. Vendors must fill the form of response as given in Appendix ‘B’ of Chapter II of
DPP 2016. Apart from giving details about company, details about the specific product
management, generic technical specifications given in RFI should also be indicated.
Additional literature on the product can also be attach with the form.

7. The filled form should be dispatched at under mentioned address:-

Directorate General of Weapons and Equipment (WE-8)


General Staff Branch, Room No 410, ‘A’ Wing, Sena Bhawan,
Integrated HQ of MoD (Army),
DHQ PO-New Delhi-110011

Directorate General of Supplies and Transport (ST-11)


QMG Branch, Room No 323, Sena Bhawan
Integrated HQ of MoD (Army)
DHQ, PO-New Delhi-110105
Tele Number – 011-23018592
NIC Mail ID – dirtpt-ihq@nic.in

Directorate General of Perspective Planning


GSQR Cell, Room No- 115
‘A’ Wing, Sena Bhawan
Integrated HQ of MoD (Army)
DHQ, PO-New Delhi-110011
4

Directorate General of Weapons and Equipment (RFP Cell)


General Staff Branch, Room No 444
‘A’ Wing, Sena Bhawan
Integrated HQ of MoD (Army)
DHQ, PO-New Delhi-110011
NIC Mail ID – dirrfp.we-army@nic.in

Technical Manager (Land Systems)


Room No 28B, D-II Wing, Sena Bhawan
Ministry of Defence, New Delhi-110011
(Fax : 011-23792414)

8. Last date of acceptance of filled form is 17 Feb 2017 (Four weeks from issue of RFI).
vendors shortlisted for issue of RFP would be intimated.

9. Vendor interaction may be planned if considered necessary.

10. The Govt of India invites responses to this request only from OEM/Authorised
Vendors/Govt Sponsored Export Agencies (applicable in the case of countries where
domestic laws do not permit direct export by OEMs). The end user of the equipment is the
Indian Army.

11. This information is being issued with no financial commitment and the Ministry of
Defence reserve the right to change or vary any part thereof at any stage. The Govt of
India also reserves the right to withdraw it, should it be so necessary at any stg. The
acquisition process would be carried out under the provision of DPP 2016.

12. The last date of acceptance of response is four weeks from the date of hosting of the
RFI on ADGPI website.
5

Appendix ‘A’

QUESTIONNAIRE

S Specification/Parameter Reply
No
1. Payload. To be capable in the pay load of 900 – 1200 Kg in all types of
terrain.
2. Vehicle Weight (Un-Laden). Not more than 3500 Kgs.
3. Gradability Fully Laden. Not less than 300.
4. Fording. Not less than 500 mm without preparation.
5. Self-Recovery Winch. Must be provided.
6. Side-Slope Stability. Not less than 15 Degree
7. Vehicle Speed at Full Load.
(a) Max Speed Maintainable on Metalled Roads. Not less than 100
Kmph on level highways hr.
(b) Max Speed on Cross Country. Not less than 45 Km/hr?
(c) Acceleration. Not less than 0 to 60 Km/hr speed in 35 seconds on
plain metalled road.
(d) Power. Min 112hp @ 3200 rpm?
8. Operating Range (Cross Country in Deserts). Not less than 200 Km
(Highways – 400 Km).
9. Turning Circle Diameter. Not more than 6 meters?

10. Fuel Tank. Should be self-sealing with fire suppressor material to prevent
fire.
11. Fuel System.

(a) KPL of veh?


(b) What type of fuel used, requires any specified additives at extreme
cold temp?
(c) Is there any scope of multi fuel technology being adopted?
12. Ground Clearance. Not less than 250mm, fully laden.

13. Suspension. Independent suspension for all four wheels.


14. Environmental Control. The vehicle must be provided with Heating,
Ventilation and Air Conditioning (HVAC).
15. Approach Angle and Departure Angle. Both to be not be less than 350.
16. Torque. 300 Nm @1400-2200 rpm or higher

17. Transmission. Automatic transmission with minimum four forward and


one reverse gears, neutral and parking, either all-time 4x4 or with
provisions to select 4x4 / 4x2 internally from the driver’s cabin.
18. Steering (Side and Technology) . Right hand power assisted
Steering.
6

S Specification/Parameter Reply
No
19. Brakes.
(a) Type of brakes systems used?
(b) Anti-Lock Brake System (ABS) available?
(c) Braking efficiency and braking distance with full payload at cruising
speed?
(d) Hand operated pneumatic assisted, spring actuated brake system
or better brake system proposed to be provided?
(e) Emergency/ parking brake / exhaust brakes be provided?
(f) The parking brake shall be able to hold the vehicle on max
gradient.
20. Tyres. The following types of tyres to be provided.

(a) Sand Tyres. Sand Tyres suitable for off road, cross-country
movement in deserts.
(b) Highway Cum Off-Road Tyres. Suitable tyres for movement on
tarmac roads and cross-country over plain muddy terrain.
21. Electrical System. Bty type & volt?
22. Suspension.
(a) Type of system?
(b) Type of shock absorbers?
23. Bridge Classification. Gross vehicle weight?

24. Seating Capacity. (Upto 5 persons incl dvr). Layout of seating


arrangements?
25. Power-to-Weight Ratio. Not less than 25 Kw / ton (fully laden with AC
on).
26. Configuration and Engine.

(a) Type and power of Engine?


(b) Average life of engine?
(c) Power to weight ratio?
(d) Cold starting device fitted?
(e) Capable of operating in deserts, marshy & high altitude areas?
(f) Turbocharger along with intercooler incorporated?
(g) No of cylinders & arrangement?
(h) What technology being adopted, to ensure future pollution norms?
(j) Turbocharged Diesel engine, with a life of minimum 100000km.
27. Txn System. Any provision of hydro shift txn/Torque?
28. Starting System. Does the vehicle have alternate starting system? How
is it proposed to be achieved?
29. Gear Box & Axles.

(a) Type of gear box?


(b) Auxiliary gear box with selectable front drive i.e 4x2 / 4x4 options
with additional reduction to obtain selectable high or low gear ratio
available?
(c) Differential lock available?
7

S Specification/Parameter Reply
No
30. Maintenance Philosophy.
(a) Maintenance philosophy to align with the requirement of unit and field
level repairs.
(b) Commonality of parts/MUAs and interoperability with the present fleet
of vehicle, if applicable.
(c) Training of maintenance person at unit and field level repair.
(d) Upgradation philosophy.
(e) Sustainment enablers, i.e redundancies, condition monitoring etc.
(f) Life expectancy of :-
(i) Vehicle. (ii) Engine. (iii) Txn.
31. Misc
(a) Will the vehicle have CBRN protection of any kind/type/level? How is it
ensured?
(b) Any automatic diagnostic equipment available to check the health of
engine incl FIP?
(c) Working temp range (min in super high altitude areas and max in
deserts)?
32. Emission Norms. Type of CPCB/CMVR norms prevalent at time of
delivery?
33. Lighting Arrangements. Will fog lamps, convoy lamps, engine compartment
lamp, cabin lamp, map reading lamp, blackout lamps, crew cabin lamp would
be provided?
34. Additional Fitments. Tow hooks, fire extinguisher, spare fuel jerrycan
holders, mobile charging systems, radio set/VHF, spare wheel provision, took
kit, tool box, cabin HVAC (AC), mirrors non-skid chains etc be provided?
35. Display Panel. Digital/analogue?
36. Is the equipment available in Indian market? Level of indigenization,
maintenance support and life time support? Cost based indigenous
content in the equipment to be offered?
37. Capability to indigenously design, develop and manufacture the
equipment (IDDM capability)? Availability of license for production of
equipment?
38. Willingness for option clause including the duration for which the
Option Clause would be valid?
39. OEM are expected to include the following details in their response.
(a) Crew.
(b) Dimensions of vehicle (Length Width and Height).
(i) Length (Bumper to Bumper).
(ii) Width (Wall to Wall).
(iii) Weight (With gunner’s hatch closed down and excluding
weapon mount and antenna).
(c) Details of Gunner’s Hatch/Turret.
(d) Wheels – Run flat capability.
(e) Details of Seats and Seat Belts.
(f) Stowage Arrangements including for Water Storage.
(g) Fordability without Preparation.
(h) Vertical Step Climbing Ability.
(j) Details of Batteries.
(k) Vehicle Information System.
(l) Operating Temperature.
(m) Other Equipments/Facilities.
8

S Specification/Parameter Reply
No
40. Delivery capability (delivery can commence aftr how may months of placing
an order and production capacity (time frame vis-à-vis quantity).
41. Details of optional equipment with the equipment being offered, with benefits
from its use.
42. Details of equipment in service with other Countries (where applicable).
43. Repair & Maintenance. Repair and maintenance philosophy of the OEM to
include periodicity of midlife interventions intent towards establishing
maintenance hubs etc.
44. Provisioning. Details of vendors, sub vendors especially those with
establishments in India as also readiness/Lead time towards spares
provisioning.
45. Budgetary Estimate.
(a) Approx cost estimation?
(b) Details of cost to include factors like AMC, product support package,
training etc. Additional details as deemed appropriate?
9

Appendix ‘B’

INFORMATION PERFORMA

1. Name of the Vendor/Company/Firm.


__________________________________________________________________
__________________________________________________________________
(Company profile, in brief, to be attached)

2. Type (Tick the Relevant Category).

(a) Original Equipment Manufacturer (OEM) : Yes/No

(b) Government sponsored Export Agency : Yes/No


(Details of Registration be provided)
(c) Authorised Representative of OEM : Yes/No (attach details, if yes)

(d) Other (give specific details)


___________________________________________________________________
___________________________________________________________________

3. Contact Details

Postal Address :___________________________________________________________


_______________________________________________________________________

City :_____________________ Province :_________________________


Country :_____________________ Pin/Zip Code :_________________________
Tele :_____________________ Fax :_________________________
URL/Website:____________________

4. Local Branch/Liaison Office/Authorised Representatives in Delhi (if any).

City :_____________________ Province :_________________________


Country :_____________________ Pin/Zip Code :_________________________
Tele :_____________________ Fax :_________________________

5. Financial Details.

(a) Annual Turnover :_________________(in INR).


(b) Earlier Contacts with Indian Ministry of Defence/Government Agencies :-

Agency Contract Equipment Quantity Cost


Number
10

(c) Details of Manufacturing Infrastructure :__________________________

6. Certification by Quality Assurance Organisation (If Applicable)

Agency Certificate Applicable Valid Till (Date & Year)


From (Date and
Year)

7. Equipment/Product Profile (to be submitted for each product separately).

(a) Name of Product :_______________________________________________


(IDDM Capability be indicated against the product)

(b) Description (attach technical literature):_______________________________

(c) Whether OEM or Integrator :_______________________________________

(d) Status (in service/Design development state):__________________________

(e) Production capacity per annum:____________________________________

(f) Countries where equipment is in service:_____________________________

(g) Whether export clearance is required from respective government (Foreign


Vendors only).

(h) In case of equipment and ammunition JV/MoU compliance to be specified.

(j) Details of any collaboration/joint venture/co production/ authorised dealer with


Indian Industry (Foreign Vendors only):

Name & Address :_____________________________________________________

__________________________________________________________________

8. (a) Are you making the full equipment or is it being integrated by you?
Give details.

(b) What are the components, sub system or sub-assemblies of the


equipment which are not manufactured by you? Please give details.

9. Details of participation in similar procurement cases in India in the past.

10. Any other Relevant Information.


______________________________________________________________
______________________________________________________________

(Authorised Signatory)

Вам также может понравиться