0% found this document useful (0 votes)
23 views33 pages

Gem Bidding Hal Scope of Work

Uploaded by

Shreyas Salawade
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
23 views33 pages

Gem Bidding Hal Scope of Work

Uploaded by

Shreyas Salawade
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 33

Annexure-1

Scope of Work
RFQ: - Insourcing of External Painting and Stenciling of SU-30 MKI Aircraft

The External Painting and Stenciling of SU-30 MKI Aircraft for total 73 Aircrafts is to be carried out as per
technology provided at HAL Nasik and as per Scope of work (Annexure-E1). The General terms and
conditions of contract are placed at Annexure-E2.

The part list is attached at Appendix-C. Detail RFQ document is provided on HAL E-procurement
website (www.eproc.hal-india.co.in) with tender No. PSC/SROH/367. The format of price breakup to be
submitted by L-1 vendor in price bid is attached at Appendix-D.

Acceptance of Vendor: - Name: M/s


Stamp, Signature & Date
Scope for Work
(Note: This scope is prepared only for better understanding of Vendor. Vendor has
to refer technology for External Painting and Stenciling of Su30MKI aircraft)

Very Important: Pre-Bid meeting at HAL Nashik is mandatory and the vendor(s) who
attends the pre-bid meeting is only allowed to participate. In case, any vendor submits
offer without attending the pre-bid meeting at HAL Nashik, quotation submitted by
such vendor would automatically get rejected. (Part of Two Bid system)

Vendor should have valid AS-9100 or ISO certification and should submit the copy of the
same along with quote, Else quotation submitted by such vendor would automatically
get rejected.

Vendor should have executed the work of painting in Aerospace Industy with at least
one year experience of painting on external part of the aircraft airframe. The concerned
experience proof in form of “Work Done Report” of previous Customer, must be
enclosed along with the quote; Else quotation submitted by such vendor would
automatically get rejected.

1. The vendor has to carry out “External Painting and Stencilling of Su30MKI
aircraft”, as per the following (hereinafter called “JOB”):
1.1 Cleaning of Aircraft: Carryout degreasing, removal of damaged paint/varnish
coatings, Primer paint removal, wiping and cleaning at the zone of painting as per
technology. Check the internal surface for the defection of disruption, dents,
scratches, grease, oil, glue, pencil marks, metallic chips, foreign particles, condition
of paint and varnish coatings. In case corrosion observed on rivets and its
surrounding area on aircraft surface, removal of corrosion to be done and
protection of aircraft surface to be done as per technology.

1.2 Masking of Aircraft: Masking of the area as per technology, where painting is not
to be done and also excluding the area already painted.

1.3 Surface Preparation before painting: Prepare the surface for application of Paint /
varnish coatings as per technology.

1.4 Paint or Primer Preparation: Preparation of paint / varnish material, primer,


enamels as per technology.

Page 1 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
1.5 Painting Activity: External Surface area to be painted on aircraft is approximately
435 Square meter.
1 .5 .1 Primer Painting: Application of primer as per technology.
1 .5 .2 Leading Edge Painting: Painting of leading edges as per technology.
1 .5 .3 Enamel First Coat and Second Coat: Application of enamel as per technology.
1 .5 .4 Heat Zone Painting, Undercarriage bay area Painting, Control surface
painting as per technology.
1 .5 .5 Emblems (Flag) marking and Fastener markings as per technology.
1 .5 .6 Stencilling of aircraft to be done as per drawing and as per
technology.

1.5.7 In general the paintining activities shall have following sequence


(subject to change):
i. Degrease external surface
ii. Surface preparation (washing, cleaning, rubbing dry).
iii. Chemical oxidation of places of damage of paint-varnish coating
upto the metal.
iv. Masking of adjoining surfaces.
v. Priming.
vi. Drying as per schedule mentioned in technology.
vii. Cleaning, rubbing dry of primed surface.
viii. Dressing : remove defects on coating of primer
ix. Painting with appropriate enamel.
x. Drying as per mentioned schedule in technology.
xi. De-masking.
xii. Carry out stencilling (application of flight information) as specified in
technology & drawing.
xiii. Inscription should be clear and readable.
xiv. Touch up and painting rework after test flights.
More details are placed at Appendix-A

1.5.8 Technical conditions to be maintained during painting in HAL work


area by the vendor through HAL provided facility is as follows:
i. Temperature of air 15°c to 30°c.
ii. Relative humidity of air in the range of 35% to 75% (ensure
temperature readings with meter type VIT-1, VIT-2 TU.25-11-1645-
84G).

Page 2 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
iii. Switched on operating balanced ventilation system provided before
starting painting activity, observing fire safety rules, and Industrial
sanitation/safety techniques.
iv. While washing, priming, painting and applying flight information,
identification marks, do not rest or stand on foldable nose ribs of
wing and flaperon because they can fold automatically.
v. While painting compressed air should be free from moisture and oil.
Air pressure of the supply line should not be more than 6 kg/cm2.
vi. Maximum possible cleanliness in the painting hangar by means of
cleanliness of walls, structures, floor and ladders from impurities by
means of wet– mopping invariably before painting.
vii. Priming, painting and application of flight information and
identification marks on the article is carried out as per drawing.
viii. While working at height (while working at a height more than 5
meters, it is necessary to have safety belt for fastening to wire or
structural ladder). Stepladders should be placed around the article.
ix. Painter should wear PPE’s(goggles, apron, gloves and respirator)
before starting of painting activity and must ensure absence of dirt,
rupture, cracks, grease, oil, deep scratches, glue, metallic chips, pencil
marks, foreign objects etc on aircraft surface before painting.
x. Carry out earthing of aircraft as per technology.
xi. Carry out masking of specified areas as given below of aircraft as per
technology.

x Mask parts, units and surfaces not subjected to priming


and painting EXAMPLE:
Apply one layer of polyethylene film on outside and
inside of cockpit glass and fasten along the
perimeter of glass with POLYVINYLE adhesive tape.
x Metallic and engraved stencils;
x Radio transparent parts;
x Hard anodized parts;
x Titanium outer skins (except bottom panels of centre
section, external surface of doors);
x Parts of rubber, rubberized, textile and felt;
x Surface chrome plated, polished, cad plated and
packetized parts;
x Grease nipples;

Page 3 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
1.5.9 Some of the example area where masking must be done prior to
painting:

i. Sealing compound on hatches and edges, sealing compound on


glass.
ii. Parts, sealing compound.
iii. Outer skins of stainless steel.
iv. Springs, metallic cables.
v. Ball bearings.
vi. Antenna in ejection block.
vii. Readymade articles.
viii. Metal plated and chains.
ix. Units and parts coated with enamel KHV-16, EP-140, PF-223 of
various colours.
x. Technological plugs, painted or anodized in red colour.
xi. Fastening holes and lugs on parts of steel, parkerised and painted.
xii. Rubberized hose.
xiii. Threaded pipe connection.
xiv. Bearings on hinges of hatches.
xv . Inner and outer surface of roller on front main undercarriage door.
xvi. Sealing hose on hinged part of canopy.
xvii. Mirror on hinged part of canopy.
xviii. Fastening units of readymade articles, case ejection chute.
xix. Charging mechanism, sound deflector.
xx. Polished hatches with engraved inscriptions.
xxi. Cylinders for deflection of rudder, Flaperon & Eye ends.

1 .6 Masking Removal and Surface Protection: Removal of masking and protection of


painted surface before moving out the aircraft from painting hangar.

1 .7 Vendor to strictly adhre to the technology provided by HAL, without any deviation.
However, while executing the “JOB”, sometimes, amendment/changes in
technology are issued from time to time. Any amendment / notifications in the
existing technical process will be incorporated by vendor at no additional cost.

Page 4 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
1 .8 In few cases, aircraft is inducted to HAL for external painting only. In such cases,
depainting is not done and only sanding on existing painted surface is required. In
such cases, Vendor need to do the job of sanding also, without any extra cost.

1.9 To offer “JOB” for inspection and quality assurance to HAL quality and/or
DGAQA; and assist to Quality Control Department (QCD) in inspection.

1.10 To rectify the snag observed by inspection and re-offer the


completed/corrected work, for inspection after rectification. “JOB” completed
will be free from any defects/poor workmanship and will be warranted by
Vendor for quality / satisfactory performance & any faulty workman ship
noticed during the warranty period will be rectified by the vendor, free of cost.

1.11 Observe safety precautions/measures

1.12 General housekeeping i.e. cleaning of working area every day prior to start of
work and closure of the shift. Vendor to clean the area before leaving the work
place on daily basis.

Note: This scope is prepared for better understanding to vendor. Vendor has
to refer the HAL technology and drawings for painting and stenciling of
aircraft. The technology, drawings and all the required technical documents
and inputs will be provided by HAL, to Vendor at work area.

2. The contract is valid upto completion of Qty. 73 aircraft / 03+1 year whichever is
earlier from the date of placement of Purchase Order. HAL may close the contract
at any time with one month prior notice.

3. The allotment/assignment of “JOB”, by H AL to vendor shall, depend on internal


work l oad assessment by HAL and is at exclusive discretion of HAL. “JOB”
requirement assessment by HAL will be sole discretion of HAL and shall also based
(but not limited to) on induction of aircraft from customer (IAF) and it may not be
uniform. The priority of allotted “JOB” would be communicated by HAL shop
Monitoring Incharge, to the vendor, and Vendor needs to comply the same.

4. Vendor shall execute the “JOB” separately from the work being executive by HAL’s
personnel. HAL reserves exclusive right to run its o w n parallel lines (s e p a r a t e a n d
Page 5 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
i n d e p e n d e n t to Vendor’s lines).

5. HAL has exclusive right to short close this Purchase Order at any period of time,
based on its internal assessment of work requirement.

6 Delivery Period:
6. 1 Delivery schedule for “JOB” for first two aircraft: To + 19 calendar days;

where To is allotment of JOB, by HAL’s “Shop Monitoring Incharge” to


V e n d o r , w it h r e q u ir e d m a te r ia l a n d H A L’ s l a st t e c h n ic a l i n p u t

6. 2 Delivery schedule for “JOB” for 3rd to 73rd aircrfat: To + 12 calendar days;

where To is allotment of JOB, by HAL’s “Shop Monitoring Incharge” to


V e n d o r , w it h r e q u ir e d m a te r ia l a n d H A L’ s l a st t e c h n ic a l i n p u t

6.3 Any delay in succe ssfully carrying out “JOB” qualify for Liquidity
Damage (LD), as per rules, to be deducted from payment to be made to
vendor, by HAL.

7. L1 will be based on “Package-wise evaluation” considering the offer of


vendor as specified in para 1 above, as a package.

8. Prevention for any type of FOD (Foreign Object Defect), by the Vendor: Vendor should
ensure aircraft is FOD free during any of the stage from starting to completion of the
“JOB”. Management of tool(s) and /or working material(s), being used by vendor
personnel, to be ensured by vendor, to prevent FOD (Foreign Object Defect).

9. Once HAL assigns the “JOB” to the Vendor, the vendor is not permitted to further sub-
contract the same to third party. Else, it will invite suitable legal action and the
contract may be terminated at any point of time with levy of penalty as applicable.

10. FACILITY, RESOURCES & TOOLINGS for “JOB”:

10.1 The work is to be carried out at HAL Nasik premises. It includes any
shop(s)/work place(s) within HAL Nasik. The Repair and Overhaul (ROH)
facilities at HAL Shop that will be provided for the vendor's usage, on free of
cost basis, required for execution as per the scope of work.

Page 6 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
10.2 HAL shall also provide the following to the Vendor, without any cost, for
execution of the “JOB”:
x Thinner
x Putty
x P rime r
x Paint
x Naptha
x Acetone
x Paint Hangar
x Water
x Electricity
x Compressed Air
x Ladder(s)
x Non standard equipment (if any needed)

10.3 Vendor needs to arrange, at Vendor’s resources, for the following:

10.3.1 Hoses with adapters to tap compressed air from the air point.
Stationary items like pa pers, registers etc, Cotton cloths/waste, brushes
for cleaning as well as applying paint. Scrubber/Scotch brite, Masking
paper/plastic tape, Brass/steel wire brush, Different grades of Emery
paper, Scrubbing machine, Masking paper, Plastic covers & any other
consumables required for painting. Tank Spray gun, Painting brushes,
and Thickness measurement gauge as per technological requirements.
x Knives - To remove sealing compound,
x Emery Paper (Grade 180,240,260) to remove unevenness
x Soft Cloth- For dry & wet cleaning of area to be painted.
x Hose-pipe- 8 nos. (25 meters each) Adapters & Nipples 08 nos.
each to connect.
x Tank spray gun and Hose pipe.Tank Spray Gun- 8 nos.
x Masking Tape- Self-adhesive paper masking tape (1”, 2” & 4”)
x Safety equipments- Nose mask, helmet, rubber hand gloves,
apron, etc.
x Paper cut stencils for masking level points.
x Viscometer- To measure viscosity.
x Filter cloth- for filtration of paint.
x Container for mixing and carrying paints.

Page 7 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
x Dual scope for measuring paint Thickness.
x Hygrometer for measuring Temp. & Humidity with updated
calibration and its records.
x Thickness measurement Gauge with updated calibration & its
records.
x Provisioning of stencils as per drawing & technology.
Approximately 617 stencils (on each aircraft) needs to be cut by
vendor & stencilling on each aircraft to be done by vendor as per
technology & drawing. Based on the type of aircraft, number of
stencils can increase or decrease, a bit.

At few instances, the painting and stenciling of aircraft may not


happen at one go. The operation can be splitted and if necessary
the vendor shall be ready to do the priming and painting of
aircraft at one stage and stenciling at a later stage, as per the
instructions of HAL Monitoring incharge.

10.3.2 All safety appliances likes hand glove s, face masks, safety goggle s,
apron, Apron, Ear plugs & any other safety equipment required for
c a r r y i n g o u t “ J O B ” by vendors for their technicians/workers.

Working in Uniforms/dungarees is required for working on aircraft


at HAL. The Uniforms/dungarees is to be arranged by Vendor.

10.3.3 Vendor to take out Insurance Policy on its personnel to cover risks of
injury/death in connection with their engagement inside HAL premises.

10.3.4 Vendor must ensure a nd a dhere/comply to all safety


requirement(s) while the vendor’s personnel are in HAL.

10.3.5 The vendor should indemnify/compensate HAL for any damage caused by
vendor’s personnel to HAL property and/or assets and be held accountable
to ensure disciplined behavior of its personnel within HAL premises.

10.3.6. The vendor needs to indemnify HAL for any violations of any Law/Statute
which are solely due to lapses on the part of the vendor or its personnel.

10.3.7. Vendor personnel’s entry into HAL premises shall be subject to Security
and verification procedures as applicable from time-to-time.

Page 8 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
10.3.8 This “JOB” is hazardous in nature, so medical check-up for the Vendor’s
workmen should be done by vendor at regular interval (annual basis
minimum) and the vendor shall provide medical certificate(s) to HAL, on
demand to the shop.
10.3.9 Payment by Vendor, to their employees, to be made as per Government
rules and norm applicable from time to to time and notified by HR
department, as per their skill category and payment terms.
10.4 More details on responsibility is enclosed at Appendix-B:
11. Familiarisation and Painting Certification: Before starting the “JOB”, the vendor
should submit the list of operators/painters with their bio-data including all the
information related to them. The painters/Operators employed by vendor will be
approved by MR (Management Representative) of HAL, as per AS9100D
requirements on yearly basis. The painters employed will be provided with sample
test pieces for painting. The sample after painting will be checked by HAL QC. Only
on successful acceptance of the sample the painter will be allowed to paint the
aircraft after approval. The necessary material will be provided by HAL. In case
painter’s sample fails, second attempt will be permitted with double quantity of
test specimens for the test. In case, if the result found unsatisfactory again during
test, the approval can not be granted to the operator and the vendor needs to
replace the operator. If results are satisfactory then the operator will be given
approval/certificate for painting Su-30MKi aircraft, which needs to be renewed
each year as per AS9100D requirements. Only certified approved Vendor
personnel will be permitted for painting on aircraft.

In case, Vendor replaces any of its certified personnel, it should be intimated to


HAL Monitoring Incharge; and subsequent ‘Paitning Certification’ as per above,
must be obtained for replaced personnel, before starting “JOB” on the aircraft
by the replaced personnel.

HAL shall provide necessary hand holding for familiarisation, however, the
responsibility to complete the “JOB” shall be solely with vendor. Only after
satisfactory performance of vendor (performance to be decided by HAL) on first
aircraft, subsequent aircrfat shall be allotted to the vendor for carrying out the
“JOB”.

12. Warranty: One year warranty should be given by vendor from date of
completion of “JOB”. During warranty period vendor shall attend painting
snags at HAL Nasik, till ferry out of the aircraft. This snag rectification shall be
“Free of Cost”.

Page 9 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
13. SKILL SET FOR TECHNICIAN:

13.1 Vendor must empl oy technician within 60 years of age & having at least
one year of experience related to painiting activity. They should be able to
understand and follow the technology provided.

13.2 During the contract period, if any technician(s) of vendor found non-
performing and indiscipline HAL reserves the right to, inform vendor/vendor’s
supervisor and remove such technicia n(s) immediately. Vendor to arrange
suitable replacement on their own.

13.3 Deploying sufficient a nd adequate number of technician to carry out


“ JOB”, within the stipula ted timeframe/delivery period given in para 6.1
and para 6.2 must be ensured by the Vendor.

14. Skill set for Supervisor:


14.1 Vendor must employ supervisor within 60 years of age & the minimum
Qualification desired is ITI/diploma in engineering or degree in any
Science/Engineering discipline with computer literacy. The supervisor should
have at least one year of experience related to painting activity. The
supervisor should be able to understand and follow the technology provided
by HAL. He shall supervise and moni tor the daily tasks completed by t he
technicians and liaise with HAL shop Monitoring in-charge for production plan
and also update the record of daily tasks completed in the format provided
by HAL. Vendor shall adhere to the production plan provided by HAL
Monitoring in-charge.

14.2 The supervisor/Vendor should work as per the requirements & plan as
direc ted by HAL. Priorities will be given by HAL & supervisor/Vendor has to act
accordingly.

14.3 Deploying Supervisor, when Vendor Technician is on the Job, is mandatory


and must be ensured by the Vendor

14.4 As vendor may be required to work in two shift (i.e. First and Second
Shift). In both the shifts, Vendor’s Supervisor should be available to
supervise and monitor the job. However in case of requirement of HAL ,
v e n d o r s ho u l d b e a b l e t o w o r k i n t h i r d s h i f t / h o l i d a y a l s o .

Page 10 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
15. JOB Completion Report for the “JOB”:

15.1 On completion of the each of the assigned “JOB” by the vendor a “Work
D o n e R e p o r t” a l o n g w i t h J o b l o a d i n g d a t e a n d c o m p l e t i o n d a t e s ( w i t h l a s t
T e c h n ic a l in p u t if a n y ) jo in t ly s ig n e d b y t h e I n d e n t e r / U s e r d e p a r t m e n t o f
HAL, Quality of HAL, and the vendor shall be prepared. Based on this “Work
Done Report”, the User/ Indenter of HAL shall prepare a “Receiving
Report”. This “Receiving Report” along with the “Work Done Report” shall
b e f o r w a r d e d t o O u t s o u r c i n g d ep a r t m en t of H A L , f or p r oc es s i n g t h e
p a y m en t t o V en d or .

15.2 Signed “Work Done Report” for the “JOB” alongwith documents (e.g. PF,
ESIC, proof of payment to Vendor’s personnel, wage register duly signed by
Vendor and their employees for the billing period along with bills, and any
other document required to comply Government g u i d e lin e s) will be
submitted by Vendor to HAL Shop ‘Monitoring Incharge’. HAL Shop
‘Moni tori ng Incha rge’ sha ll submit the same to HAL outsource department,
f or further acti on. This will be the basis of release of payment to the
vendor.

15.3 In any circumstance, there shall be neither any partial nor any pro-rata
payment for any partial and/or incomplete work done by the vendor, on any
aircraft allotted for the “JOB”. Hence, Vendor needs to ensure that aircraft
allotted to vendor by HAL, for carrying out “JOB”, needs to be completed to
the full scope as defined for the “JOB”.
Also, increase of work content (if any) due to technological changes/
Modifications issued by HAL Process planni ng/DGAQA/OEM, time to time
will not be paid as addi tional cost.

16. Recovery of damages:


16.1 Vendor should engage expert and trained manpower and execute the
“ JOB” wi th utmost care so that rejection is NIL while executing “JOB”
16.2 In case any damage(s) happens to the aircraft and/or its component(s)
attributable to vendor or workmanship of venor’s peronnel, Penal ty for
damage(s) will be applicable as per HAL rule(s). Damage(s) occurred shall
be assessed by HAL & will be binding on the Vendor.
16.3 Penalty for the damage(s) of any of property/asset of HAL will be recovered,
by H A L from the Vendor, as per rule(s) of HAL.

Page 11 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
17. Inspection:-
The inspection of “JOB” is 3-tier inspection i.e. Vendor’s Inspection, HAL’s
Inspection and DGAQA Inspection (if required). DGAQA stage (if required) is
responsibility of HAL. Preparation and readiness for DGAQA stages will be done
by vendor. Next operations to be done only after clearance of HAL Inspection.
Any deviation observed by DGAQA and/or HAL, needs to be rectified by vendor
without any cost to HAL.

Any decision of acceptance/rejection by HAL Inspection/DGAQA shall be final


and binding to the Vendor. In future any Inspection stage added by
DGAQA/Inspection is to be prepared and offered by vendor.

Each and every stage of painting needs to be monitored and inspected by


Vendor. The necessary documentation to be done and maintained by the Vendor
at each and every painting stages in relevant documents i.e. TC (Technological
Certificate and Painting Register). If Vendor finds that the stage is ready and
satisfactory, as per technology, Vendor can offer it to HAL for inspection.

After satisfactory remark from HAL, it will be offered to DGAQA. The inspection
stages also includes the following:
x After satisfactory cleaning of aircraft before Primer Painting
x Before First Coat of Enamel
x Before Second Coat of Enamel
x After final painting and before shifting out of aircraft from painting hangar.

HAL can make spot check(s), alongwith DGAQA also, at any time and at any stage of
“JOB”

While executing the “JOB”, in case the vendor observes any inherent defect(s) in
painting or its consumables, the vendor shall immediately pause the “JOB” and
inform HAL Monitoring incharge, for further course of action.
18. Transport, canteen and accomodation facility:
18.1 HAL shall not provide any transport facility for movement of Vendor from “HAL
Main Gate” to “Workplace (inside HAL premise)”.
18.2 Vendors may avail the HAL workmen Canteen facility (inside HAL premise) on
chargeable basis.
18.3 HAL on its sole discretion, may extend unfurnished company quarters (type of
quarter to be decided by HAL) to Vendor subject to availability of the quarter
on market rate (non-subsidised rates), during the contract period. General
Terms & conditions, applicable from time to time, shall be applicable.

Page 12 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
Appendix-A
Sequence of Operation for Painting & Stencilling of Su-30 MKI aircraft
Scope &
Operation
Sl no. Description Responsibility
N o.
(HAL/Vendor)
1 5 Grounding of aircraft HAL
2 10 Aircraft cleaning Vendor
3 10K Movement of inspection HAL
4 15 Masking of glass Vendor
5 20K Inspection HAL
6 25 Masking Vendor
7 30K Inspection HAL
Painting of airintake channel and applying
8 35 Vendor
lumb
9 40K Inspection HAL
Painting of parts of radio engineering
10 45 Vendor
application,Restricted on set-230
11 50K Inspection HAL
Painting of LG bay,LG strut,Brake drum,LG
12 55 Vendor
door,restoration
13 60K Inspection HAL
14 65 Painting the compartment of front fairing Vendor
15 70K Inspection HAL
Priming of brake shield,internal surface of
16 75 Vendor
hatch cover,inscribe dwg.no.
17 80K Inspection HAL
Painting detachable portion of fuselage,under
18 85 Vendor
canopy stiffener
19 90K Inspection HAL
Corresponding external area of LKP on face
20 95 Vendor
restricted on set 230
21 100 Painting zone,coat enamel EP-140 slivery Vendor
22 105K Inspection HAL
23 115 Painting of cockpit PKM Vendor
24 120K Inspection HAL
25 125 Painting 'covered' zone Vendor
26 130K Inspection HAL
Prime aluminium rivets in zone of engine
27 135 Vendor
nacelle,not subject to paint
28 140K Inspection HAL
Painting of housing of probe of rod of
29 145 Vendor
charging in air
30 150K Inspection HAL
31 155 Removal of protector from metallic stencil Vendor

Page 13 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
32 160 Washing Vendor
33 165 Finishing Vendor
34 170K Inspection HAL
35 175 De-greasing Vendor
36 180 Drying Vendor
37 185 Chemical oxidation Vendor
38 190 De-greasing Vendor
39 195K Inspection HAL
40 200 Priming Vendor
41 205 Drying Vendor
42 210 Finishing Vendor
43 215K Inspection HAL
44 220 Cleaning Vendor
45 225 Painting Vendor
46 230 Remove defects,rework of coating. Vendor
47 235K Inspection HAL
Application of indentification mark and
48 240 Vendor
aircraft no.
49 245K Inspection HAL
50 250 Application of aircraft information Vendor
51 255 Inscription to levelling point Vendor
52 260K Inspection HAL
53 265 De-masking Vendor
54 270 Cleaning Vendor
55 275K Inspection HAL
Painting of external surface of transition
56 290 Vendor
beam and suspension units
57 295K Inspection HAL

Note: Vendor has to refer Task No. 208.01373.00121 for further more details.

Page 14 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
Appendix-B
Nomenclature and Specification
SL. Responsibility
of Material
Adhesive paper strip 3M of width 25
1. By Vendor from their own resources
mm
Telephone paper KT-50 GOST 3553-
2. By Vendor from their own resources
87
3. Polyethylene flim GOST 10354-82 By Vendor from their own resources
4. Emery paper 4…6 GOST 10054-82 By Vendor from their own resources
5. Paper bag GOST 2228-81 By Vendor from their own resources
6. Glusco starch glue By HAL (Free of Cost)
7. Primer AK-070 GOST 25718-83 By HAL (Free of Cost)
Enamel EP- 140 bluish - silvery
8. By HAL (Free of Cost)
GOST 24709-81
9. Enamel EP- 140 red GOST 24709-81 By HAL (Free of Cost)
10. Hardner N 2 TU 6-10-1279-77 By HAL (Free of Cost)
11. Solvent R-5A GOST 7827-74 By HAL (Free of Cost)
12. Oxidising Solution TP.1.2.502-84 By HAL (Free of Cost)
13. Coarse Calico naokin 395Χ500 By Vendor from their own resources
NYEFRAS S2-80/120 TU 30-401-67-
14. By HAL (Free of Cost)
108-92
Antistatic additive SIGBOL 'in quantity
15. By HAL (Free of Cost)
0.002.0.004% TU 38101741-78
Polishing Paper 4…5 GOST 10054-
16. By Vendor from their own resources
82
17. Filtered water GOST 6709-72 By HAL (Free of Cost)
Cotton napkin 500Χ500 GOST
18. By Vendor from their own resources
14253-83
Enamel KCH-5230 W hite TU6-10-
19. By HAL (Free of Cost)
2034-85
20. Varnish FP-5182 TU 6-10-1889-83 By HAL (Free of Cost)
Hardner AGM-9 for KCH-5230 TU 6-
21. 02-724- By HAL (Free of Cost)
77
Enamel FP--5105 W hite TU 6-10-954-
22. By HAL (Free of Cost)
75
Enamel AS -598 W hite TU 6-10-897-
23. By HAL (Free of Cost)
80
Enamel FP-5105 dark-gray TU 6-10-
24. By HAL (Free of Cost)
954-75
Primer EP-0104 W hite TU 6-10-1124-
25. By HAL (Free of Cost)
75
Hardner no.5 for gr.EP-0104 TU 6-10-
26. By HAL (Free of Cost)
1093-76
27. Entyl acetatc GOST 8982-78 By HAL (Free of Cost)
28. Bntyl acetatc GOST 8981-78 By HAL (Free of Cost)
NYEFRAS S2-80/120 TU 30-401-67-
29. By HAL (Free of Cost)
108-92
Enamel ERS 5 Grey FS 36270 firm
30. By HAL (Free of Cost)
PRC - Desoto
31. Primer PR 143 firm PRC - DeSoto By HAL (Free of Cost)
32. Hardner AST 143 firm PRC - DeSoto By HAL (Free of Cost)

Page 15 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
33. Hardner AST 124 firm PRC - DeSoto By HAL (Free of Cost)
34. Solvent T-187 firm PRC-DeSoto By HAL (Free of Cost)
35. Solvent T-609 firm PRC - Desoto By HAL (Free of Cost)
36. Solvent CN 13 firm PRC-DeSoto By HAL (Free of Cost)
Coarse Calico napkin 395Χ500 GOST
37. 29298- By Vendor from their own resources
2005
38. Primer AK-070 GOST 25718-83 By HAL (Free of Cost)
39. Varnish UR-231 TU 6-10-863-84 By HAL (Free of Cost)
40. Hardner DGU TU 113-38-115-91 By HAL (Free of Cost)
Enamel PF-223 suitable colour GOST
41. By HAL (Free of Cost)
14923-78
42. Xylene GOST 9410-78 By HAL (Free of Cost)
43. Bntyl acotate GOST 8981 -78 By HAL (Free of Cost)
Enamel EP-140 Dark - green GOST
44. By HAL (Free of Cost)
24709-81
45. Hardner N2 TU 6-10-1279-77 By HAL (Free of Cost)
Enamel EP- 140 Dark - green GOST
46. By HAL (Free of Cost)
24209-81
Enamel EP- 140 Dark - red GOST
47. By HAL (Free of Cost)
24709-81
48. Solvent P-5a GOST 7827-74 By HAL (Free of Cost)
Enamel EP- 140 bluish - silvery
49. By HAL (Free of Cost)
GOST 24709-81
50. primer EP- 0215 TU 6-10-1966-84 By HAL (Free of Cost)
51. Emery paper 4…6 GOST 10054-82 By HAL (Free of Cost)
52. Hardner ASOT-2 TU 6-02-1250-83 By HAL (Free of Cost)
Enamel EP -140 Black GOST 24709-
53. By HAL (Free of Cost)
81
54. Solvent E-5A GOST 7827-74 By HAL (Free of Cost)
55. Hardner N2 TU 6-10-1279-77 By HAL (Free of Cost)
56. Primer EP-0215 T.U.6.10.1966-84 By HAL (Free of Cost)
57. Hardner ASOT -2 TU 6-02-1250-83 By HAL (Free of Cost)
58. Hardner N2 TU 6-10-1279-77 By HAL (Free of Cost)
Enamel EP-140 Dark - Black GOST
59. By HAL (Free of Cost)
24709-81
60. Solvent R- 5A GOST 7827-74 By HAL (Free of Cost)
Enamel KHS -5245 Black TU 2313-
61. 010 By HAL (Free of Cost)
-00206919-2000
Enamel KHS -5245 grey - blue TU 6-
62. 10-11-331 By HAL (Free of Cost)
-269-91
63. Solvent P-5A GOST 7827-74 By HAL (Free of Cost)
NYEFRAS S2-80/120 TU 38-401-67-
64. By HAL (Free of Cost)
108-92
Antistatic additive SIGBOL 'in quantity
65. By HAL (Free of Cost)
0.002.0.004% TU 38 101741-78
Cotton napkin 500Χ500 GOST
66. By HAL (Free of Cost)
14253-83
Enamel EP- 5236 Gray GOST 24709-
67. By HAL (Free of Cost)
81
68. Product 10 TU 38.1051724-86 By HAL (Free of Cost)
69. Oxidising Solution TR.1.2.502-84 By HAL (Free of Cost)

Page 16 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
70. Primer EP-0214 TU 6-10-2141-88 By HAL (Free of Cost)
71. Product AGM -9 TU 6-02-724-77 By HAL (Free of Cost)
72. Solvent R-5A GOST 7827-74 By HAL (Free of Cost)
Brush KFKHK N8…10GOST 10597-
73. By Vendor from their own resources
87
74. Emery paper 4…6 GOST 10054-82 By Vendor from their own resources
Enamel EP-140 silvery GOST 24709-
75. By HAL (Free of Cost)
81
76. Hardner N4 TU 6-10-1429-79 By HAL (Free of Cost)
77. Solvent R-5A GOST 7827-74 By HAL (Free of Cost)
Enamel EP-140 suitable colour GOST
78. By HAL (Free of Cost)
24709-81
Enamel PF-19M protective TU 6-10-
79. By HAL (Free of Cost)
1291-87
Enamel K118-5215 grey-blue
80. By HAL (Free of Cost)
TU2313-00206919-200
81. Solvent R-5A GOST 7827-74 By HAL (Free of Cost)
82. N2 TU 6-10-1279-77 By HAL (Free of Cost)
83. Xylene GOST 9410-78 By HAL (Free of Cost)
Enamel PF-223 suitable colour GOST
84. By HAL (Free of Cost)
14923-78
Enamel U-2056 mat light - slivery FS
85. By HAL (Free of Cost)
36270
Thinner U-6002 TU-1-595-15-618-
86. By HAL (Free of Cost)
2001
Hardner U-7002 TU-1-595-15-617-
87. By HAL (Free of Cost)
2001
88. Primer VG-27 TU-1-595-9-479-96 By HAL (Free of Cost)
89. Product AGM -9 TU 6-02-724-77 By HAL (Free of Cost)
90. Solvent R-5A GOST 7827-74 By HAL (Free of Cost)
91. Primer AK-070 GOST 25718-83 By HAL (Free of Cost)
92. Solvent R-5A GOST 7827-74 By HAL (Free of Cost)
93. Oxide coating paste TP1.2.886-87 By HAL (Free of Cost)
94. Mild toilet soap GOST 28-156-90 By HAL (Free of Cost)
Cotton napkin 500Χ500 GOST
95. By Vendor from their own resources
14253-83
Enamel U 2056 Black ( mat ) FS
96. 37038 not By HAL (Free of Cost)
more than 2% TU 1.595.2-616 2001
97. Polyethylene flim GOST 10354-82 By Vendor from their own resources
98. Primer PR 143 firm PRC - DeSoto By HAL (Free of Cost)
Enamel ERC 5 Grey FS 36270 Firm
99. By HAL (Free of Cost)
PRC Desoto
100. Hardner AST 143 firm PRC - DeSoto By HAL (Free of Cost)
101. Hardner AST 124 firm PRC - DeSoto By HAL (Free of Cost)
102. Solvent T-187 firm PRC-DeSoto By HAL (Free of Cost)
103. Solvent T-609 firm PRC - Desoto By HAL (Free of Cost)
Enamel U -2056 Orange -red FS
104. 22246 Restricted By HAL (Free of Cost)
on set 202 TU 1-595-15-616-2001
Enamel U -2056 Black FS 22246
105. Restricted By HAL (Free of Cost)
on set 202 TU 1-595-15-616-2001
Enamel U -2056 Green FS 24108
106. By HAL (Free of Cost)
Restricted On

Page 17 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
set 202 TU 1-595-15-616-2001

Enamel U- white FS 27925 TU 1-595-


107. 15 By HAL (Free of Cost)
616-2001
Enamel U- 2056 Orange - red FS
108. By HAL (Free of Cost)
32246 from set TU 1.595.2-616 2001
Enamel U -2056 Black FS 37038
109. From set 203 By HAL (Free of Cost)
TU 1-595-15-616-2001
Enamel U-2056 Green FS 34108
110. By HAL (Free of Cost)
From set 203 TU 1-595-15-616-2001
Enamel U-256 white FS 27925 TU 1-
111. 595-15 By HAL (Free of Cost)
-616-2001
Hardner U - 7002 TU I -595 -15-617-
112. By HAL (Free of Cost)
2001
113. Thinner U - 6002 TU I -595 -15-618-
By HAL (Free of Cost)
2001
114. Varnish Aerodur Clear Coat UVR By HAL (Free of Cost)
115. Thinner Thinner S25/90S or 98064 By HAL (Free of Cost)
116. Hardner Hardner S66/22R By HAL (Free of Cost)
117. Hardner N2 TU 6-10-1279-77 By HAL (Free of Cost)
Enamel EP- 140 Suitable colour
118. By HAL (Free of Cost)
GOST 24709-81
119. Solvent R-5A GOST 7827-74 By HAL (Free of Cost)
Writing pencil 2M RST RSFSR 391-
120. By Vendor from their own resources
79
Isopropyl Sprit GOSt 9805-84 TU 6 -
121. By HAL (Free of Cost)
09 - 402-87
Enamel EP-140 Dark red GOST
122. By HAL (Free of Cost)
24709-81
123. Hardner N2 TU 6-10-1279-77 By HAL (Free of Cost)
124. Solvent R-5A GOST 7827-74 By HAL (Free of Cost)
125. Medical gluze GOST 6412-93 By HAL (Free of Cost)
Rectified ethyol anchol GOST 18300-
126. By HAL (Free of Cost)
87
127. Isopropyl Sprit GOST 9805-84 By HAL (Free of Cost)
Metalic Measuring Tape 3M width
128. By Vendor from their own resources
3mm

*******************************

Page 18 of 18

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

1. Price Quote :

i. Prices quoted should be firm & fixed for entire contract period (without
escalation), inclusive of all taxes and statuary duties for HAL Nasik.
Offers with any condition/escalation/price increase shall be summarily
rejected. Prices should be quoted in the given format only.

ii. Conditional offers shall not be accepted & shall be summarily rejected. Any
request for clarification desired by vendor has to reach to
DGM(Outsourcing-Overhaul) by sending a written request or via e-mail at
[email protected] , at least 3 days in advance well before the
tender submission date.

iii. In the event the values in figures and in words do not match (in price
bid), the values in words would be considered as final.

iv. Vendors are requested to take utmost care while submitting the bid i.e
price bid form to be submitted in price bid folder only. Submission of
price bid in technical folder will be rejected.

v. Quotations not received in the given format are liable to be rejected.

vi. Levelling of price for deciding L1 vendor shall be based on total values
of all the parts (i.e full quantity order shall be given to single vendor
only).

2. Return of Documents :

i. The technical details provided along with the RFQ are for reference
only. Controlled copies of all the required technical documents will be
provided by HAL, during execution at HAL, after placement of purchase order.
The same cannot be taken out of HAL premises.

ii. If purchase order is not placed on you, you should positively return back
the CDs/drawings/technical specifications provided to you if any by HAL, Nasik.

3. Non-Disclosure Agreement :

Successful bidder should enter into a Non-Disclosure Agreement undertaking in


prescribed format of HAL.
Page 1 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

4. Validity of offer :

The offer should be kept valid for our acceptance in all respects for a minimum
period of 120 days from the date of opening of Tenders.

5. Risk and Cost :

In case of failure of the contractor/vendor to complete the work within the


specified time and to the entire satisfaction of HAL, HAL is entitled to get the
work completed through any other agency at the risk and cost thus incurred will be
recovered from any dues to the contractor/vendor or by any other means.

6. Security Deposit & Indemnity bond :

i. Vendor is required to submit Security deposit of 5% of PO value after placement of


PO by the way of Demand DRAFT or bank guarantee in a prescribed f ormat of
HAL. This Security Deposit will bear no interest and will be returned only after the
Contract is completed to the entire satisf action of HAL.

ii. Bank Guarantee and Indemnity bond as per HAL norms.

Note: Indemnity bond is to be submitted of Purchase Order value, for the


extent of damage of aircraft/equipments or loss of materials by the vendor,
during the contract period.

7. Liquidity Damage :

i. L.D. will be applicable, in case of late delivery. In the event of an order, we


reserve the right to collect a sum of 0.5% per week of delay or part thereof,
plus applicable GST as per the Act, subject to a maximum of 5% plus
applicable GST as per the act and as our claim-towards liquidated damages
on the undelivered part of the order.
ii. In case if supplies are delayed by certain specified causes that are
beyond the contractor's control (e.g., supply of materials/ drawings/
tools/specifications by HAL, etc) then the resulting delay is excused and
liquidated damages will not be assessed.

Page 2 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

8. Execution of Work :

i. Vendor to start the work within 15 days of receipt of order and intimation from
HAL.

ii. On award of this contract, details of Monitoring I/C and Head of executing
department of HAL will be intimated in PO. The contractor/vendor shall
communicate to HAL the name of his authorized representative, who will
deal with the contract and shall have the authority to deal with HAL.He
shall ensure that work will be carried out as per scope of work and terms
& conditions of contract. The vendor’s representative shall contact and liaise
with HAL monitoring I/C and executing department head for all matters
including execution of this contract, arranging security passes, making work
done reports, submission of statutory documents, submission of bills, etc
related to this contract or PO.

iii. The vendor shall maintain wage register, daily attendance, PF/ESIC payment
receipts and any other document as mandated under law towards their
employees deputed at HAL under this contract and provide them to HAL
Monitoring I/C for verification & co-ordination on regular basis.

iv. Documents related to PF code, ESIC code & Labour License are to be
submitted within one month after issuance of PO, failing which HAL reserve
the rights to take actions like short-close the contract, not to consider the
vendor for further enquiries, etc.

9. Other Terms & Conditions :

Vendor should also comply to the following terms & conditions:

i. The Contractor/vendor will take adequate steps to ensure proper upkeep


and safety of documents and equipment / furniture while in his custody. The
Contractor/vendor shall provide indemnity bond to HAL to cover cost due to
any loss or damage whether direct, indirect or consequential as may be of the
original documents / equipment / furniture.

ii. The Contractor/vendor’s labours should be subject to the supervision of


the contractor/vendor’s supervisors deployed in their regard for

Page 3 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

performance of the contractor/vendor’s obligations as per the contract.

iii. It will be sole duty & discretion of contractor/vendor to recruit his own
personnel of his own choice but with requisite qualification if any defined
under this contract. The personnel engaged by the contractor/vendor will
work under his Control, Supervision & Administration. The
contractor/vendor shall employ only Indian Nationals as his
representatives, agent, servant & workmen and verify their loyalty before
employing. The contractor/vendor shall not engage / employ persons below
the ages of 18 years. The contractor/vendor shall employ required
number of persons for the proper performance of the services and shall
make his own arrangement for his workmen. The contractor/vendor will
be responsible for payment of compensation, insurance etc. in respect of
his workmen and comply with the rules governing the laborers.

iv. The contractor/vendor shall ensure proper supervision of work and in


case of any damage or loss to the Customer property / HAL property
due to the negligence of his worker / workers, the loss thereof shall
have to be made good by the contractor/vendor. HAL reserves the right
to recover the amount as estimated by HAL’s monitoring I/C or their
representatives towards such losses from vendor’s bill.

v. Vendor / his supervisor has to submit list of Employees being engaged under
this contract to Monitoring I/C of HAL in the desired format.

Vendors are requested to maintain the same employee during the


contract to the extent possible. However in case of any change of
employee, the vendor should undergo the above procedure. In case of any
change of employee , the f r e s h list is to be submitted to the HAL
Monitoring I/C. The HAL Monitoring I/C will co-ordinate with the concerned
Quality Rep. for assessing the employees and if found suitable, will co-
ordinate with the HAL security Department for issue of entry pass. In case
any Employee is not approved by HAL’s Monitoring I/C, the same needs to
be replaced by vendor.

Page 4 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

10. Safety of aircraft and HAL property :

i. The contractor/vendor shall strictly follow the safety & security rules of
the company while handling the material and equipment. Vendor should
provide adequate safety measures / coverage for his employees.
Vendor is expected to take all care so as to avoid any damage to
aircraft and its parts during performing task and ensure that no
materials / equipments of HAL are damaged.Damages happened
during operations should be immediately informed to shop and quality
control department officers. Damages should be recorded and
maintained at site in co-ordination with shop in-charge.Incidental
damage to aircraft parts (rotables , control surfaces , fuselage, etc) due
to vendor, should be repaired by vendor. In case vendor fails to repair
the same, HAL will carry out necessary repair and repair cost (including
labour cost, material cost, etc ) will be recovered from vendor. The cost
estimated by HAL will be final & binding on the vendor. Penalty for the
damages of any of HAL property will be payable and recovered from
the Vendor as per rules.

ii. The contractor/vendor shall follow at HAL site for all security rules as may
be framed by the company from time to time regarding movement of men,
materials & equipments to factory, issue of identity cards, control of entry of
p e r so n n e l a n d similar matter. The contractor/vendor and his personnel
shall abide by all security measures imposed by HAL as the case may be,
from time to time. The contractor/vendor shall also follow all rules and
regulations applicable in the event of subject area being declared /
proclaimed under emergency from time to time.

iii. The contractor/vendor shall make arrangement for entry passes with
security dept. of HAL for entry into HAL premises for the persons
employed by them in co-ordination with HAL’s Monitoring I/C. HAL
Monitoring I/C and Head of executing department reserves the right to
restrict the entry of any labour without assigning any reasons.

iv. On award of contract, vendor to obtain detailed police verification report in


respect of persons intending to enter to our factory area for the mentioned
Page 5 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

work and submit the same along with passport size photograph to our
security department to enable them to issue the “SECURITY ENTRY PASS”
to concerned personnel. Any other documents, etc demanded by security
department for issue of pass has to be submitted by vendor.

v. The contractor/vendor shall ensure that all the rules and regulations in force
regarding safety, sanitation and prohibition of smoking, etc are complied
with by their workmen. The Contractor/vendor shall provide necessary
safety appliances to his workmen depending upon the nature of work. All
the safety provisions and rules must be strictly followed.

vi. In case of any accidents, if the accident is fatal or likely to prove fatal or
causes major injury, the Incharge of the contractor/vendor shall through
written statement to inform the following authorities immediately within two
to three hours from the time of occurrence of such accident:

a. Inspector of factories ,Near Kripa Prasad Hospital ,563/2, Agra


road, Nasik-2.

b. The District Magistrate , Nasik.

c. Sub Inspector of Police , Town ship police station ,HAL


township, Nasik – 422207

d. The DGM (Maint/Safety officer), HAL Aircraft division , Nasik, . P.O


Ojhar Town ship, Nasik. Ph. No. 02550-27117, Fax No. 02550 275881.

e. Monitoring I/C / Department Head / Shop In-charge.

vii. The contractor/vendor shall be liable to pay and settle all the claims
arising out of such accident as per the statutory provision. If HAL
has to incur any expenditure on medical aid, hospitalization, payment
of compensation etc. on account of any injury received by the
employees of the contractor/vendor, HAL will recover the expenditure
so incurred, out of payment due to the contractor/vendor against
his bills. Contractor/vendor shall make necessary arrangement to his
labors in respect of medical aid, hospitalization, payment of
compensation etc.

Page 6 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

viii. The Contractor/vendor has to take the requisite insurance policies to


cover workmen under the Employees compensation act-2011 and third
parties liability as per the contract. The policies should be effective
from the date of commencement & till completion of the contract.

ix. It shall be the responsibility of the Contractor/vendor to abide by


the provisions of all the relevant legislations applicable to such contracts
from the contractor/vendor’s as well as the division’s / factory’s point of
view from time to time. The contractor/vendor shall, inter-alia, comply
with the following statutory requirement in this regard:

a. The contractor/vendor shall ensure payment of remuneration to


its employees in a manner that it meets the requirement of minimum
wages as prescribed by the statues from time to time.

b. The contractor /vendor shall ensure payment of minimum wages to its


employees as per guidelines issued from ‘Office of the Chief Labour
Commissioner (C) New Delhi ’, from time to time.

c. The contractor/vendor shall also ensure payment of


consequential benefits to its employees as applicable from time to time.

d. The contractor/vendor shall have a PF Code for deposition of


Provident Fund and deposit PF for individual employees engaged under
this contract as per rates mentioned in PF act. In case vendor does
not have PF number, he may submit an undertaking that he shall
obtain the same from PF authorities within a maximum period of one
month from placement of order.

e. The contractor/vendor shall comply with the provisions of


Employees Compensation Act, 2011. The necessary insurance is to be
taken by the contractor/vendor & submit to the accepting officer

f. The contractor shall ensure all labour laws/acts including but not
limited to their re-enactments/amendments/modification are complied :

a. Payment of W ages Act 1936


b. The employees’ Provident Fund and Miscellaneous Act, 1952.
c. The Factory Act 1948
d. The Contract Labour (R &A) Act, 1970
Page 7 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

e. The Minimum W ages Act 1948


f. The Employees State Insurance Act, 1948
g. Employees compensation act, 2011

x. The contractor/vendor should note that this contract/order is non-


transferable.

xi. HAL shall not pay any advance in any way to contract
labour or contractor/vendor.

11. Engagement of Labour :

The workers will have to be screened by the contractor/vendor regarding their


character, antecedents and conduct. The employed contract labour should
have police verification from the respective police authorities endorsed by
contractor/vendor/Firm before taking them on work mentioned above. The
expenses for such verification etc. are to be borne by the contractor/vendor
and HAL will not pay anything towards such expenses. If any reports found
against any contract labour in the duration of the contractor/vendor, the
contractor/vendor has to remove that particular worker form duty and also the
factory premises with immediate effects. If any worker of the contractor/vendor
indulges in theft or any illegal/irregular activities, misconduct, the
contractor/vendor will take appropriate action as per law and rules against its
erring workers. The contractor/vendor shall ensure smooth conduct and
behaviour on the part of his employees and shall endeavour to maintain
discipline and industrial peace. In the event of any strike by the
contractor/vendor’s employees, the contractor/vendor shall ensure that the
normal product operations are not affected in any manner by employing
workmen from an alternate source. In case of his failure to do so, management
will deploy the manpower by their own means and debit the cost of the same
towards contractor/vendors bills The contractor/vendor indemnifies the
company that, he shall bear any burden of whatsoever nature like fees,
penalty, damages and back wages in respect of his personnel under the
provision of the law. It should be further agreed by the contractor/vendor that
the persons employed by the contractor/vendor shall not make any claim with
the company for permanent employment or absorption with the company
under the provision of State Labour Act, Viz. MRTU & PULP Act, 1971 or any

Page 8 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

other provisions of thelabour acts applicable.

12. Medical Check-up :

Necessary medical check-up of the workmen should be done by vendor at


regular interval (annual basis minimum) and the vendor shall provide
medical certificate on demand to the concerned shop.

13. Termination Clause :

i. In case the performance of vendor is not satisfactory during first two aircraft, further
aircraft will not be given to the vendor and HAL reserves right to short close
the order.The periodic performance evaluation of the vendor will be
carried out by HAL and incase of non performance HAL reserves right to
short close the order at any stage. If during the execution of contract, it is
observed that the there are regular delays in carrying out the activities due to
deployment of insufficient manpower, non availabilityof supervisor, painters
and other team member, absence of painting team memberwithout prior
information to HAL, poor quality of painting and stencilling & requirementof
frequent follow-up for aligning the vendor manpower and getting work done ,
thenHAL reserves right to short close the order at any stage.

ii. The periodic performance evaluation of the vendor shall be carried out by HAL
and in case of poor performance in meeting the target as per delivery schedule ,
HAL reserves right to short close the order at any stage and make recoveries
from the BG/bills due for payment. In such case the vendor will be blacklisted
and will not be eligible to participate in RFQs floated by any division of HAL in
future .

iii. Vendor is not permitted to sub contract the work to third party, doing so will invite
suitable legal action and the contract may be terminated at any point of time with
penalty as applicable.

14. Exit clause :

The contract/order may be terminated under the following circumstances:

Page 9 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

i. In the event of unsatisfactory performance by the Seller during the contract period,
or
any of the information provided by the Seller is found to be untrue, or Seller is found
to have attempted to influence any person involved with the contract through
unethical means, the contract shall be terminated with ONE month advance notice
without any financial implication to Buyer. Notwithstanding the foregoing, in cases
where it is found that a Seller is engaged in unethical practices, they shall be barred
from participating in the future contracts for a period as indicated in Purchase
manual.
ii. If there is change in Buyer requirement, contract shall be terminated with ONE month
advance notice.
iii. If the Seller is declared bankrupt or becomes insolvent.

15. Order Cancellation and Breach of Contract :

i. If a Supplier fails to deliver the goods against an order by the delivery date agreed in
the order or if he fails to perform in accordance with the contract conditions, he commits
breach of contract. The breach generally gives the Buyers a right to cancel the order. In
such case HAL reserves right to short close the order at any stage & make recoveries
from the BG/bills due for payment and the vendor will be blacklisted & will not be eligible
to participate in RFQs floated by any division of HAL in future.
ii. The time of delivery can, however be extended by the consent of both the parties and
on such terms as agreed to by them. At the time of granting of such extension of time for
delivery, reservation could be made in respect of future increases in freight, taxes and
duties, etc.
In case of any contradiction between Annex-2 General Terms & conditions and any other part
of tender document including scope of work, etc related to these terms and conditions, the
clauses mentioned in Annex-2 General Terms & Conditions will prevail.

16. Arbitration :

In the event of any disputes or differences arising out of this contract or connected
thereto whether before or after the termination / cancellation of the Contract, the
same shall be referred to the sole arbitration of any person who shall be appointed by

Page 10 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

the General Manager, Hindustan Aeronautics Limited Aircraft Division Nasik, at his
sole discretion. There shall be no objection to any such an appointment even if the
arbitrator so appointed is an employee of any of the HAL Divisions / branches. Such
an appointment of arbitrator shall not take place unless and until a written request for
appointment of Arbitrator from either of the parties to the contract has been received
by the General Manager as aforesaid. If the arbitrator into whom the matter is
originally referred or the Arbitrator who has been appointed in place of the Arbitrator
originally appointed, dies or unable to act as Arbitrator for any reason whatsoever, the
General Manager aforesaid, shall appoint at his sole discretion any other person to
act as Arbitrator in place of the Arbitrator into whom the matter is originally referred
appointed or the Arbitrator who has been appointed in place of the Arbitrator originally
appointed, as the case may be. Such person appointed as Arbitrator shall be entitled
to proceed with reference from the stage at which it was left by his predecessor It is a
term of this contract that no person other than a person appointed by the General
Manager as aforesaid should act as Arbitrator and if for any reason that is not
possible, the matter is not to be referred to arbitration at all. The Arbitrator may from
time to time with consent of the parties enlarge the time for making and publishing his
award. The Arbitrator shall be deemed to have entered on the reference on the date
on which the first hearing takes place. The venue of arbitration shall be such place as
may be fixed by the Arbitrator at his sole discretion. The award of the Arbitrator shall
be final, conclusive and binding on both the parties to Contract. Subject to as
aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or any Statutory
modification or re-enactment thereof and the rules made there under from time to time
and for the time being enforce, shall apply to the arbitration proceeding under this
clause.

17. Laws governing the Contract :

The contract/order will be governed by the Laws of India for the time being in
force and as amended or made from time to time.

18. Jurisdiction :

Not withstanding anything contained elsewhere in this Contract, the Courts at


Pimpalgaon and Nasik alone shall have jurisdiction to try and deal with any
matter or dispute whatsoever arising out of this Contract.

Page 11 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
General Terms & Conditions of contract.

19. Special Note :

i. In case vendor is not a registered vendor for this category with HAL Nasik
Division, vendor needs to submit necessary documents for registration to HAL-
Outsourcing Department so as to reach on or before Bid opening date. In case
HAL technical committee finds any of the vendor unsuitable for this kind of
job, this enquiry for this activity will be considered null & void and vendor
shall be informed accordingly.

ii. Vendor has to ensure & take utmost care while submitting bid (i.e technical &
commercial). Any error while/after submitting bid , HAL is not liable to consider
under any circumstances.

iii. Vendors has to fill up all the formats attached in RFQ. Failure to do so shall
result in rejection of bid submitted by vendor.

Page 12 of 12

Approved By: RAJESH BALKRISHNA MANGURKAR,AGM (OVERHAUL),OFFICE OF AGM(O),AIRCRAFT OVERHAUL DIVISION NASIK,18/07/2024
1

Appendix C

LIST OF PARTS

Insourcing of External painting and Stenciling of SU-30 MKI aircraft

Sr. No. MSR Sr NO Part No Part Description Quantity Unit

1 1 SU30-PAINTING AIR CRAFT PAINTING 73 Nos

List of Parts
Format for Price Break-up
(Price Break-up will be Sought from L-1 bidder on GeM portal only) Appendix D

RFQ :- Insourcing of External Painting and Stenciling of SU-30 MKI Aircraft


A) Name & Address of the Vendor :

B) GST NO. of the Vendor :

C) GeM portal Bid No. :

Sr. PO Unit Labour Cost Total Labour cost (Rs)


MSR SL No Part No. Part Description HSN Code UNIT
No. Quantity (Rs) i=f*h
a b c d e f g h i
1 1 SU30-PAINTING AIR CRAFT PAINTING 9988 98 73 NOS

TOTAL BASIC COST (Rs)

IGST % (as applicable) ..%


CGST % (as applicable) ..%
SGST % (as applicable) ..%

TOTAL LANDED COST (Rs) = (Total Basic Cost + IGST+CGST + SGST )

Landed cost in Words (Rs)

Name
Designation
Contact no.
E-mail
Place
Date

Signature & Stamp of Vendor

Note :- Price Break-up is to be submitted in Financial (Commercial) bid in GeM portal only. In case of any declaration/submission of pricing aspects in technical
bid, then such bid will not be considered for technical evaluation and will be rejected.

You might also like