Sunteți pe pagina 1din 46

 

EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19


---------------------------------------------------------------------------------------------------- 

भारतीय िवमानप न प्रािधकरण


उड़ान िनरीक्षण एकक, सफदरजंग हवाई अड्डा,
नई िद ली
AIRPORTS AUTHORITY OF INDIA
Flight Inspection Unit, SAFDARJUNG AIRPORT,
NEW DELHI




EOI (Expression of Interest)
FOR
Aircrafts fitted with Automatic Flight Inspection System

Tender (EOI) No: (FIU)‐02/2018‐19





For Executive Director (FIU)
AAI Flight Inspection Unit,
SAP, New Delhi –110003
Date of upload: /02/2019

(Signature & Seal of Issuer)

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 1 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 

AIRPORTS AUTHORITY OF INDIA


Notice Inviting EOI (Global)
EOI No: (FIU)-02/2018‐19

EOIs are invited by Executive Director (FIU) on behalf of Chairman,


Airports Authority of India (AAI) for the work as detailed below:
Name of Work: EOI (Expression of Interest) FOR Aircraft fitted with
Flight Inspection System required for flight inspection of ground
Radio Navigational and visual aids.

Last date of submission of EOI is 09/04/2019 at 1200 Hrs.


-------------------------------------------------------------------

For other details please visit Website :

 http://etenders.gov.in/eprocure/app

 www.aai.aero – E-tender – NIC-CPP PORTAL

Sd/-

Executive Director, (FIU)

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 2 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
1.0 Introduction
Airports Authority of India (AAI), a Miniratna Category-1 Public Sector
Enterprise was constituted by an Act of Parliament and came into being on 1st
April 1995 by merging erstwhile National Airports Authority and International
Airports Authority of India. The merger brought into existence a single
Organization entrusted with the responsibility of creating, upgrading,
maintaining and managing civil aviation infrastructure both on the ground and
air space in the country. It provides Air traffic management (ATM) services over
Indian airspace and adjoining oceanic areas.

AAI manages 125 airports, which include 11 International Airport, 08 Customs


Airports, 81 Domestic Airports and 25 Civil Enclaves at Defence airfields. AAI
provides air navigation services over 2.8 million square nautical miles of air
space.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 3 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 

1.1 FIU Capability

Airports Authority of India's flight testing capability includes three aircrafts i.e.
Dornier Do-228, VT-EPU/VT-ENK and SKA B-300,VT-FIU fitted with Fully
Automatic Flight Inspection System(AFIS).This system uses GPS technology
extensively and is capable of being used under inclement weather condition and
visibility. This is a state of the art system, fully computerized and capable of
flight testing Cat-III ILS. It is also capable of meeting flight testing
requirements of modern systems like SBAS, RNAV procedures, ADS-B etc..
The system is capable of carrying out the flight testing of following facilities:

 ILS up to Cat-III
 VOR (CVOR/DVOR)
 DME
 NDB
 VGSI (PAPI,VASI)
 RADAR(ASR/MSSR)
 GBAS/RNAV Procedures

The Executive Director of Airports Authority of India (AAI) for Flight Inspection
Unit, on behalf of the Chairman of AAI, announces the commencement of
Bidding in the procurement program designated EOI (Expression of Interest)
FOR procurement of aircrafts fitted with Automatic Flight Inspection System.
2.0 Definitions
For the purpose of this document, AAI defines the following key terms:
2.1 The proposal is a response to this EOI notice that has been
submitted for evaluation for potential shortlisting of bidders.
2.2 A Vendor is a corporation or entity that is interested in submitting
a tender proposal for this Program.
2.3 A Bidder or Contractor is a Vendor that has submitted a Tender
package for the EOI (Expression of Interest) for procurement of
aircrafts fitted with Automatic Flight Inspection System.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 4 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
2.4 A Qualified Bidder is a Contractor whose Tender meets the Pre-
Qualification criteria described in the Tender Evaluation section
of this document.
2.5 A Disqualified Contractor is a Contractor whose Tender does not
meet the Pre-Qualification criteria, and who is therefore
disqualified from being further considered for this Program.
2.6 The Successful Bidder is the Contractor who signs a contract to
provide the services/ supplies as per Tender.
2.7 Rejection refers to the AAI rejecting part or all of the Tender.
2.8 The Airports Authority of India (AAI) is the procurement
authority for the Tender.
2.9 The Central Public Procurement Portal specified throughout this
document is the online system for Contractors to submit their
Tender packages.
2.10 More information useful for submitting online bids on the Central Public
Procurement Portal may be obtained at:
http://etenders.gov.in/eprocure/app and www.aai.aero --- E-
Tender---- NIC‐CPP PORTAL
2.11 Commissioning is defined as the completion of Site Acceptance
test & Final System Acceptance by authorized representative of
AAI.
Table 1. Schedule of Important Tender Submission Activities
Activity Date and Time

Date & time of Pre‐Bid Meeting 05/03/2019;11:00 hrs

Closing Date and Time for Raising Queries by Bidders 12/03/2019; 12:00 hrs

Closing Date and Time for Response to Queries by AAI 26/03/2019;17:00 hrs

Closing Date for Downloading EOI Documents 02/04/2019; 12:00 hrs

Closing Date for submission of EOI Documents by Bidders 09/04/2019; 12:00 hrs

Opening of EOI proposals 10/04/2019;14:30hrs

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 5 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
3.0 Scope of work:
3.1 (EOI) Expression of Interest for short listing of potential bidders
from the leading experienced and knowledgeable Aircraft
OEMs/AFIS OEMs for supply of aircrafts fitted with AFIS.
3.2 The aircraft should be currently in series production with assured
maintenance and spares support in India over the expected life of
20 years. Pre-owned aircraft will not be considered.
3.3 The vendor should get the aircraft certified to operate under rules
and regulations of the Indian aviation regulatory authority,
currently the DGCA India. AAI will support certification by
providing the necessary documentation as an operator.
3.4 Modifications to the aircraft for AFIS has to be carried out by the
aircraft supplier/AFIS supplier. Suitable EMI/EMC shielding to be
made to aircraft wiring such that AFIS equipment and aircraft
avionics does not interfere each other.
3.5 Antenna, AFIS equipment racks will be permanently fitted in the
aircraft. Required modifications to be done duly certified by
FAA/EASA and approved by DGCA.
4)   Project Implementation  
Successful Bidder after a technical & financial bidding to be published by AAI 
after  shortlisting  through  EOI  shall  be  responsible  for  delivery  including 
supply,  permissions  from  regulatory  authorities(like  DGCA,WPC  )and  final 
acceptance  of  the  aircrafts  fitted  with  AFIS  with  all  the  modifications, 
certified  by  FAA/EASA  and  approved  by  DGCA  at  AAI(FIU)  base  SAP,  New 
Delhi.  
 
5.0  Estimated Cost of the Project 
 
The  bidder  shall  have  to  provide  the  Rough Order of Magnitude (ROM)
budgetary  cost  of  carrying  out  the  above  mentioned  scope  of  work  as 
specified in ANNEXURE‐III.  
 
6.0  Pre‐Qualification  Criteria  of  the  Bidder:  Bidder  shall  meet  the  eligibility 
criteria & Experience defined in Para 7.0 and 8.0 below. 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 6 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
 
7.0  Eligibility Criteria: 
 
7.1 The Bidder should be Original Equipment Manufacturer (OEM) for
either aircraft or AFIS .The bidder must provide profile of his
organization providing at minimum details such as description of the
business, description of services, safety and environmental policies,
core team details, client portfolio, certifications, special projects
undertaken, testimonials & turnover of last three years.

7.2 In case of OEM, Proof of being Original Equipment Manufacturer


(OEM) shall be submitted.

7.3 Details of OEM indicating Name & address shall be submitted.

7.4 Bidder shall ensure availability of spares component for entire service
life of the Aircraft and AFIS (20 years).

7.5 Bidder firm shall submit an undertaking stating its firm or its partners
or its Directors have not been black listed or any case is pending or any
complaint regarding irregularities is pending, in India or abroad, by any
global international body like World Bank/International Monetary
Fund/ World health Organization etc., or any Indian State/Central
Governments Departments or Public Sector Undertaking of India

7.6 No bidder firm or its subsidiary firm or its parent firm shall be allowed
to submit alternate EOI. Such alternate EOIs shall be summarily
rejected. Bidder firm shall submit an undertaking stating the same.

7.7 The bidder firm shall possess the required tools, plants, skilled
manpower, etc. required for execution of the subject scope of work in
the EOI & shall give undertaking stating that no part of the scope of
work shall be sublet or outsourced to any third party without written
consent from AAI.

7.8 Any firm who wishes to sublet or outsource (a part or full) to any third
party then it shall bring to notice of AAI in submittals to this in bid
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 7 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
itself. AAI may or may not agree or accept such intentions /proposals
of outsourcing or subletting of scope of work in the EOI.

7.9 Bidder firm shall also submit an undertaking that if any portion of the
work is outsourced or subcontracted then it shall accept all AAI
objections within the scope of work or shall change/replace
subcontractor if required by AAI and shall undertake work itself
without any compensation.
7.10 A representative of the foreign firms can submit EOI document on
behalf of their Principal/OEM on submission of authorization
certificate. However, EOI document shall be digitally signed/ signed
only by the Principal/OEM & not by the agent. Bidder shall submit
Authorisation letter.
7.11 In case of Indian bidder, Concessions to the bidders registered with
NSIC, shall be applicable as per the directives of Govt. of India. Self-
attested copy of valid documentary proof shall be submitted.
7.12 In case of Indian bidder, Purchase preference to Central Public Sector
Undertaking shall be applicable as per the directives of Govt. of India
prevalent on the date of acceptance.
7.13 Foreign firms shall enclose all details of their Indian
agents/Firms/Representatives.
7.14 The Bidder shall have the experience as mentioned at para 8.0 below.
7.15 AAI reserves the right to accept or reject any or all applications without
assigning any reason. AAI reserves the right to call off process of short-
listing of bidders at any stage without assigning any reason.
8.0 Experience:
8.1 The bidder should have successfully delivered at least two AFIS fitted
aircrafts to two different customers in last seven years from the date of
issue of EOI.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 8 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
8.2 Quality Assurance Certificate: The bidders shall adopt Quality
Assurance procedures compliant as per ANNEXURE-I and
ANNEXURE-II.

8.3 Project Management Capability: Bidders shall provide certificate


from ANSPs that they have successfully delivered the aircraft and
carried out SITC (Supply, Installation, Testing, and Commissioning)
of AFIS.

8.4 Performance Certificate: Bidders must submit the performance / 


experience  certificate  in  respect  of  the  works  claimed  against 
experience as mentioned under Para 8.0. These certificates should be 
issued by the end user agencies for whom the works have been carried 
out and endorsed by the bidder. Bidder shall provide name, E/mail id, 
Fax  number  of  the  issuing  person.  Such  performance/experience 
certificates should clearly indicate the following:

Sr. Description Comment of ANSP/


No End User
.
1. Name of the ANSPs:
2. Title of Contract awarded with a brief
scope of contract
3. Purchase order/Contract no. with date
4. Value of Contract
5. Contract completion date
6. Satisfactory operation of system Satisfied /Not satisfied
with the delivered
aircraft and AFIS
7. Signature with Name, Designation,
Contact details of the end user
Signature of ANSP(End user)


‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 9 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
8.5 The bidder (in case of Indian bidder only and foreign registered firm
having permanent establishment) should have valid PAN/GST
registration etc. in India or any regulatory requirement in this region.
8.6 All the Overseas bidders shall submit the Permanent Account Number
(PAN) within 30 days of award of contract.
8.7 Date of publishing EOI in press will be taken as reference for assessing
the eligibility criteria.
8.8

8.9 AAI reserves the right to perform an audit at each level during pre-
Qualification of EOI, Pre-award, Factory Acceptance Test (FAT) and
Site Acceptance Test (SAT), to check the compliance to Documents
submitted in support of eligibility and experience.

8.10 In case the bidder’s submitted documents as proof of compliance does


not meet EOI requirement, AAI reserves the right to reject the
Contractor from further participation, cancel award of contract, forfeit
EMD and recovery of damages as appropriate. The bidder company will
be further, blacklisted from participating in AAI tender for next five
years.
8.11 The bidders are required to submit soft copies of their bids
electronically on the CPP Portal, using valid Digital Signature
Certificates. The instructions given below are meant to assist the
bidders in registering on the CPP Portal, prepare their bids in
accordance with the requirements and submitting their bids online on
the CPP Portal.

More information useful for submitting online bids on the CPP Portal
may be obtained at: http://etenders.gov.in/eprocure/app

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 10 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
8.12   REGISTRATION: 

i. Bidders are required to enroll on the e-Procurement module of the Central


Public Procurement Portal (URL: http://etenders.gov.in/eprocure/app) by
clicking on the link “Online bidder Enrollment” on the CPP Portal which is
free of charge.
ii. As part of the enrolment process, the bidders will be required to choose a
unique username and assign a password for their accounts.
iii. Bidders are advised to register their valid email address and mobile numbers
as part of the registration process. These would be used for any
communication from the CPP Portal.
iv. Upon enrolment, the bidders will be required to register their valid Digital
Signature Certificate (Class II or Class III Certificates with signing key usage)
issued by any Certifying Authority recognized by CCA India (e.g. Sify /
nCode / eMudhra etc.), with their profile.
v. Only one valid DSC should be registered by a bidder. Please note that the
bidders are responsible to ensure that they do not lend their DSC’s to others
which may lead to misuse.
vi. Bidder then logs in to the site through the secured log-in by entering their user
ID / password and the password of the DSC / e-Token.

8.13      SEARCHING FOR EOI DOCUMENTS: 

i. There are various search options built in the CPP Portal, to facilitate
bidders to search active tenders by several parameters. These
parameters could include Tender ID, Organization Name, Location,
Date, Value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such
as Organization Name, Form of Contract, Location, Date, Other
keywords etc. to search for a tender published on the CPP Portal.
ii. Once the bidders have selected the tenders they are interested in, they
may download the required documents / tender schedules. These
tenders can be moved to the respective ‘My Tenders’ folder. This would

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 11 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
enable the CPP Portal to intimate the bidders through SMS / e-mail in
case there is any corrigendum issued to the tender document.
iii. The bidder should make a note of the unique Tender ID assigned to
each tender, in case they want to obtain any clarification / help from the
Helpdesk.

8.14 PREPARATION OF BIDS:

i. Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
ii. Please go through the tender advertisement and the tender document carefully
to understand the documents required to be submitted as part of the bid. Please
note the number of covers in which the bid documents have to be submitted,
the number of documents – including the names and content of each of the
document that need to be submitted. Any deviations from these may lead to
rejection of the bid.
iii. Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender document / schedule and generally, they can be in PDF
/ XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100
dpi with black and white option which helps in reducing size of the scanned
document.
iv. To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a
provision of uploading such standard documents (e.g. PAN card copy, annual
reports, auditor certificates etc.) has been provided to the bidders. Bidders can
use “My Space” or “Other Important Documents” area available to them to
upload such documents. These documents may be directly submitted from the
“My Space” area while submitting a bid, and need not be uploaded again and
again. This will lead to a reduction in the time required for bid submission
process.

8.15 SUBMISSION OF BIDS:

i. Bidder should log into the site well in advance for bid submission so that they
can upload the bid in time i.e. on or before the bid submission time. Bidder
will be responsible for any delay due to other issues.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 12 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
ii. The bidder has to digitally sign and upload the required bid documents one by
one as indicated in the tender document.
iii. The server time (which is displayed on the bidders’ dashboard) will be
considered as the standard time for referencing the deadlines for submission
of the bids by the bidders, opening of bids etc. The bidders should follow this
time during bid submission.
iv. All the documents being submitted by the bidders would be encrypted using
PKI encryption techniques to ensure the secrecy of the data. The data entered
cannot be viewed by unauthorized persons until the time of bid opening. The
confidentiality of the bids is maintained using the secured Socket Layer 128
bit encryption technology. Data storage encryption of sensitive fields is done.
v. Any bid document that is uploaded to the server is subjected to symmetric
encryption using a system generated symmetric key. Further this key is
subjected to asymmetric encryption using buyers/bid openers public keys.
Overall, the uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
vi. The uploaded tender documents become readable only after the tender
opening by the authorized bid openers.
vii. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze
Bid Submission” in the portal), the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and
the date & time of submission of the bid with all other relevant details.
viii. The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass
for any bid opening meetings.
ix. The Following single cover(Bid Pack 1) shall be submitted through online
CPP-portal by the bidders, which contains;
a) Documents in support of EOI para 6.0, 7.0 & 8.0.
b) Budgetary quote in compliance to EOI Para 5 of ANNEXURE-III
c) Technical information in compliance to Scope of work defined in para
3.0 of EOI.
d) Compliance documents in support of ANNEXURE-I, ANNEXURE-II
and ANNEXURE-III.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 13 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
8.16 ASSISTANCE TO BIDDERS:

i. Any queries relating to the tender document and the terms and conditions
contained therein should be addressed to the Tender Inviting Authority for
a tender or the relevant contact person indicated in the tender.
ii. Any queries relating to the process of online bid submission or queries
relating to CPP Portal in general may be directed to the 24x7 CPP Portal
Helpdesk.
iii. For any technical related queries please call the Helpdesk. The 24 x
7 Help Desk Number 0120-4200462, 0120-4001002
Note- Bidders are requested to kindly mention the URL of the Portal
and Tender Id in the subject while emailing any issue along with the
Contact details. For any issues/ clarifications relating to the tender(s)
published kindly contact the respective Tender Inviting Authority.
Tel:0120-4200462, 0120-4001002. Mobile: 91 8826246593

E-Mail: support-eproc@nic.in

iv. For any Policy related matter / Clarifications Please contact


Department of Expenditure, Ministry of Finance.
E-Mail: cppp-doe@nic.in

v. For any Issues / Clarifications relating to the publishing and


submission of AAI tender(s)
vi. In order to facilitate the Vendors / Bidders as well as internal users from
AAI, Help desk services have been launched between 0800-2000 hours for
the CPPP under GePNIC http://etenders.gov.in. The help desk services
shall be available on all working days (Except Sunday and Gazetted
Holiday) between 0800-2000 hours and shall assist users on issues related
to the use of Central Public Procurement Portal(CPPP).
vii. Before submitting queries, bidders are requested to follow the instructions
given in “Guidelines to Bidders” and get their computer system
configured according to the recommended settings as specified in the portal
at “System Settings for CPPP”.
Viii.         In case of any issues faced, the escalation matrix is as mentioned below: 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 14 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
SL. Support Contact
E-Mail Address Timings*
No. Persons Numbers

1. Help Desk eprochelp@aai.aero 011-24632950, 0800-2000 Hrs.


Team Ext-3512 (Six (MON – SAT)
Lines)
2. Jr.Exe.(IT) sanjeevkumar@aai.aero 011-24632950, Ext- 0930-1800 Hrs. (MON-
3505 FRI)
3. AGM(IT) snita@aai.aero 011-24632950, 0930-1800 Hrs.
Ext-3523 (MON-FRI)

4. General 0930-1800 Hrs.


gmitchq@aai.aero 011-24657900
Manager(IT) (MON-FRI)

*The Helpdesk services shall remain closed on all Govt. Gazetted


Holidays.

i. The above mentioned help desk numbers are intended only for queries
related to the issues on e-procurement portal and help needed on the
operation of the portal. For queries related to the tenders published
on the portal, bidders are advised to contact concerned Bid Manager
of AAI

ii. AAI may at its discretion, extend/change the schedule of any activity by
issuing an addendum/corrigendum on the e-procurement portal
http://etenders.gov.in/eprocure/app. In such cases, all rights and obligations
of AAI and the Bidders previously subject to the original schedule will
thereafter be subject to the schedule as extended/changed.
 

9.0  AAI  reserves  the  right  to  accept  or  reject  any  or  all  applications  without 
assigning any reasons. AAI reserves the right to call off short‐listing of bidders 
at any stage without assigning any reasons. 

9.1  AAI may disqualify the applications for EOI due following reasons: 

i. Non-fulfilment of above qualifying conditions.


ii. In-complete /part information/misinformation (without supporting
documentary proof, wherever applicable).
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 15 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
iv. Exerting external pressure.
v. If EOI received after the due date and time.

10.0  The Bidder may request clarification of any aspect of this EOI document by
submitting their clarification requests to AAI on Central Public Procurement
Portal:

Name of Contractor:

Document Section Clause No. Page No in Existing Provision Clarification


No. Section in Clause Sought

11.0 The AAI shall respond to Clarification Requests (CRs) at the sole discretion
of the AAI; however, AAI will notify the requesting bidders in the event that
AAI does not intend to respond to a given CR, and may choose to furnish or
not furnish a reason for doing so.

12.0 AAI shall respond to CRs until the Closing Date specified in the schedule of
this document, unless the date is extended by AAI.

13.0 AAI shall respond to CRs by uploading them through the Central Public
Procurement Portal. Bidders are advised to visit Central Public Procurement
Portal regularly.

14.0 Clarifications and other documents, if and when issued by the AAI, shall be
related to the EOI documents and hence shall be considered an extension of
them, and thus part of any eventual contract.

15.0 AAI makes no representation or guarantee as to the completeness or accuracy


of any response.

16.0 In order to provide reasonable time for Bidders to account for any amendments
in preparing their EOI, AAI may, at its sole discretion, extend the deadline for

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 16 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
the submission of EOI suitably. AAI will notify all registered bidders of any
extension via the Central Public Procurement Portal.

NOTE: Bidders are advised to upload their EOI submission well in advance of the
Closing date to avoid any last minute issues. Uploaded EOI may be modified at a
later date and time, until the Closing date and time.

17.0 EOI once uploaded and at the Closing date and time shall be final, and no
amendment thereto shall be permitted after the submission date.

18.0 Each Bidder shall submit only one EOI.

19.0 Central Public Procurement Portal shall not allow Bidders to submit their EOI
after the scheduled Closing date and time. The AAI will not entertain any post-
Closing date clarifications or confirmation of compliance.

20.0 The AAI reserves the right to accept or reject any or all applications without
assigning any reasons.

21.0 PRE-BID CONFERENCE:

i. AAI shall hold pre-bid conference with bidders on 05/03/2019; 11:00 hrs. at
AAI premises, Flight Inspection Unit, Safdarjung Airport ,New Delhi.
ii. Bidders must ensure that the points on which clarifications are required by
them have already been submitted to AAI in advance through e-procurement
portal http://etenders.gov.in/eprocure/app as per the schedule mentioned in the
tender.
iii. Bidder or his authorized representatives will be permitted to attend the pre-bid
meeting. The representatives attending the pre-bid conference must have
proper authority letter to attend pre-bid conference and must have authority to
take decisions then and there, as no further clarifications will be accepted
thereafter and the terms and conditions including scope of work decided as on
the date of pre-bid conference will be frozen for all purposes.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 17 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
iv. Bidders are advised to restrict number of representatives to not more than two
during pre-bid conference.
v.  Bidders may be asked to make presentation about their offered product 
during pre‐bid meeting.  
vi.  AAI  shall  publish  the  clarifications  &  their  responses  made  in  the  pre‐bid 
conference as corrigendum in the e‐procurement portal subsequently. 
vii.  Please  note  that  AAI  expects  the  bidders  to  comply  with  all  tender 
specifications/ conditions which have been frozen after Pre‐bid Conference 
and hence non‐ conforming bids may be cancelled. 
 

viii.  Contact details of Bid Manager: 

Name Email Address Contact Timings


Numbers
Mr. MADAN LAL madansohal@aai.aero +91-11-24619701

0930-1800 Hrs
Jt. General Manager +919871333520
(CNS)-FIU

(Mon-Fri)
Mr. SORAN SINGH gmrcdu@aai.aero +91-11-2422797
General Manager +919819780789
(RCDU & FIU)

22.0 Evaluation of Bids: The bids submitted by the prospective bidders will be
examined and considered. AAI will invite bids (Technical and Financial bids)
from the shortlisted bidders who have qualified the Pre-qualification criteria
stated in para 6.0, 7.0 & 8.0.

(Executive Director)
Flight Inspection Unit.
Airports Authority of India.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 18 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 

Intentionally Kept Blank

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 19 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
ANNEXURE‐I

BROAD TECHNICAL REQUIREMENTS FOR AIRCRAFT

Sr.No AAI Requirements Vendor to specify


Parameters Specifications
1 General Standards Provide
1.1 Requirements All designs, materials, manufacturing nomenclature and
techniques and workmanship shall be in
functional
accordance with the highest accepted
international standards for this type of capabilities of
aircraft. Aircraft design, manufacturing offered systems.
and Testing should be certified by
internationally recognized bodies like
FAA, EASA and EUROCAE etc.

1.2 The tenderer shall also state, where


applicable, the National or other
International Standard(s) to which the
whole, or any specific part, of the Aircraft
complies. Certificate of certifying agencies
to be enclosed.

1.3 Leading Particulars & Performance


Graphs:
The tenderer shall provide leading
particulars and performance charts at ISA,
ISA+10, ISA+15, ISA+20 and ISA+30
degree Celsius to facilitate interpolation /
extrapolation of required performance
figures especially the following aspects:
a) Take-Off / Landing performance
on 3000 ft. of Runway
b) Gross / Net climb Gradient
c) Weight Altitude Temperature
Charts
d) Draft Down altitude
e) Range Vs payload
 
1.4  Details of Systems: 
Operational / Maintainability advantages /
limitations of various systems should be
elaborated. It should include specifications
of all FOL items to enable decision on
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 20 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
procurement. Brief details of engines and
other major systems are to be indicated
under following heads:
a) Summary of specifications
including dimensions, operating
weights, performance guarantees
and limitations.
b) Power-Plant.
c) Fuel System
d) Electric System
e) Hydraulic System
f) Landing Gear and Brakes
g) Flight Control System
h) Environmental control system
i) Ice and Rain protection system
j) Fire protection system
k) Oxygen system
l) Avionics System
m) Cabin layout options and amenities
n) EFIS
o) GNSS Receiver

1.5 Operational Philosophy:


For the proposal, the operational
philosophy is to be assumed as follows:
a) Operational from Delhi base for
Flight Calibration of ILS / /VOR /
DVOR / DME / NDB / RADAR /
RUNWAY LIGHTING SYSTEM
at all Airports in India and abroad.
The operation of aircraft should
include the calibration of CAT-III
ILS. All necessary equipment
required to calibrate CAT-III ILS,
as per ICAO Regulations, should
be fitted in the Aircraft.
b) Annual flying effort of 1000 hrs.
c) Operator and Inspection Level
Maintenance at the base of
operation.
d) Covered hanger space available for
repairs / periodic servicing.
e) Routing parking and operation
from open Tarmac.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 21 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
1.6 Certification and Production: 
Details of program launch date,
certification standard, and number of
aircraft delivered and current rate of
production is to be confirmed.

1.7 Publications:
Details of full range of publications is to
be indicated along with recommended
scale in both hard copy and CD/Diskette.
This should include operations manuals,
Pilots notes, flight reference cards,
maintenance manuals, structural repair
manual, repair schemes, wiring diagrams,
snag analysis data, servicing schedules,
illustrated spares parts catalogue, price
catalogue of spares, modification leaflets
etc. for all equipment.
Details of techno-logistic management
packages developed by the manufacturer
or used by the existing operators should be
described in brief.

1.8.1  Total Technical Life: 
Total Technical Life of Aircraft should not
be less than 20 years
The Total technical life (fatigue life) of
airframe and aero-engines is to be
indicated. It may be confirmed whether
fatigue life has been established by actual
tests or based on theoretical estimates. In
case of modular engines, average / assured
life of each module may also be specified.

The Tenderer is to confirm that the product


support would be assured for life time of
the aircraft as a whole including engines
and bought-out items installed on the
Aircraft.

1.8.2 Maintenance Schedule checks for


aircraft
The anticipated minimum flying hours in
one year is 1000 hours. The tenderer is to

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 22 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
submit the recommended Maintenance
Schedule checks for the aircraft during for
the first year with the periodicity and
maintenance man-hour requirement for
various types of scheduled / unscheduled
maintenance.
A list of items requiring mandatory
replacement during each type of
maintenance schedule checks is also to be
included.

1.8.3 Life Cycle Cost and Cost of Operation:


Cost of operating the Aircraft at the rate of
1000 hrs. per year may be worked out.
This cost should include initial investment
cost of aircraft, rotables and spares,
eqpt.,tools and testers, publications and
training. The operating costs should
include cost of FOL, periodic spares,
rotables and GSE / GHE replacement man-
hours for First and Second line servicing,
and company cost.
It should also include the fuel cost of
ground run and low-level flying.

2 Technical Provide details


Requirements technical and
2.1.1 The Aircraft shall have sufficient payload performance
capacity to carry a minimum of four specifications
persons including flying crew of two and
a weight of approximate of 400 kgs. for
calibration flight, as defined in para 2.1.3
below
2.1.2 The aircraft shall have sufficient payload
capacity to carry a minimum of six
persons plus two flying crew, flight
inspection equipment and other
equipment weighing approximately 500
Kgs. (285 Kgs. of three consoles of flight
calibration equipment and 215 Kgs. of
other ancillary equipment) for ferry flight
for five hours’ duration.
2.1.3 The aircraft shall have an endurance of
minimum of five hours of flying at 1500 ft.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 23 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
AGL while carrying out calibration under
conditions mentioned in clause 2.1.1
above.
2.1.4 The aircraft is required to be fully
tropicalized and capable of prolonged
operations in prevalent heat, dust and high
humidity conditions from minus 25 Deg.
Centigrade to plus 55 Deg. Centigrade.
2.1.5
The aircraft shall be fitted with a toilet and
Galley with external servicing facility,
cabinet providing hot and cold beverage
service as well as ample storage for mid-
flight snacks and multi-input Music
system.
2.2
Basic Design and Aircraft Dimensions

2.2.1 The aircraft should be of proven design,


and should be capable of operation by
aircrew complement of just two Pilots. Self
– contained air-stairs is to be on board.
2.2.2
Certified for operation from an airfield
elevation up to 12000ft. above mean sea
level with temperature variations from
minus 25 Deg. Centigrade to plus 55 Deg.
Centigrade specified in 2.1.4 above.
2.2.3
In order to accommodate the selected
automatic flight inspection system, the
aircraft should have the following features
and minimum dimensions:
(i) Door Width 650 mm
(ii) Cabin Height 1150 mm
(iii) Cabin Width 1250 mm
The aircraft shall be four bladed propeller
to minimize the EMI

2.2.4 The aircraft should be suitable to impart


training to aircrew, and should be capable
to withstand repeated circuits and landing

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 24 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
rolls with no significant effect on airframe
/ engine life.
The aircraft should have highest level of
survivability features. Standard sea and
2.2.5 snow survival equipment for the crew and
all passengers is essential. This may
include Raft, Suitable capacity oxygen
cylinder/mask, safety jackets, personal
locator beacons etc.

The aircraft should have proven capability


to carry out flight calibration of NAV-
2.2.6 AIDS.

Power Plant
2.3
The aircraft shall be pressurized, twin
engine and turbo propeller.
2.3.1
The aircraft shall have electrical system to
2.3.2 take on an addition load of 1.5 KVA to
operate automatic flight inspection system.

Noise / Vibration level meeting FAR 36


Stage 3 / ICAO Annexure 16 chapter 3.
2.3.3
Internal start capability at OAT of minus
25 deg C at 12000 ft AMSL.
2.3.4
Avionics and Aircraft control System
2.4 The aircraft shall be equipped with all the
2.4.1 standard accessories, instruments,
conforming to requirements as laid down
in CIVIL AVIATION Requirement
Section 1 Part II, V, VI, VII and VIII Series
O Part I, III, VIII, IX and Series R Part IV
, V and Series X Part IV issued by Director
General of Civil Aviation; Govt. of India,
which shall be fitted with the following
state-of-the –art avionics equipment’s.
a) EGPWS
b) HF with Selcal
c) ADF-Qty. 2
d) VHF-Qty 2

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 25 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
e) ELT-Functional on land as well as
over water.
f) Mode S Transponder with TCAS-
2.
g) CVR Solid State
h) DFDR as per DGCA India
requirement for the aircraft type.
i) VOR – Qty. 2
j) ILS – Qty2
k) Weather Radar (Color) – Qty. 1
l) DME Qty 2
m) VHF NAV – Qty 2
n) GNSS Receiver – (if certified
version of GNSS Receiver is not
available, certified GPS receiver
should be provided). SBAS and
GBAS capability should be
enabled.
o) Automatic Dependent Surveillance
(ADS) Controller to Pilot Data
Link Communication (CPDLC)
along with VHF Data Link (VDL)
Mode-2 with facility of software up
gradation for operation in Mode-4
p) The aircraft shall have the
capability for ETOPS operations in
accordance with CAR Section 2,
Series O, Part VIII. Issue date 11th
August 1999.
q) The aircraft shall have digital
displays glass cockpit (EFIS) with
sufficient panel space for fitment of
slave displays from FIS (Console)
r) Intercom.
s) GPS and INS coupled to flight
Director – Qty 1
t) Central Fault Display Panel
u) Turbulence and Wind shear
Detection capability

The details of Civil Aviation requirement


can be assessed on internet website
http.www.dgca.nic.net or can be provided
if required.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 26 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 

2.4.2 Flight controls with adequate redundancy.

Aircraft and all systems should have


2.4.3 adequate ice and rain protection as per
international standards certified from
recognized bodies.

2.4.4 System should provide for wind shear


protection as per international standards
certified from recognized bodies.

2.4.5 Electrical system adequate to take all


aircraft loads with single generator failure.

2.4.6 Adequate safety during emergency


including availability of emergency
oxygen for all crew and passengers for 8
persons, for 30 minutes.

2.4.7 Antistatic mats and antistatic paints to cater


to static discharge.

Aircraft Performance Characteristics


2.5
Take off field length 3000 ft.. at maximum Provide detailed
2.5.1 take-off weight at sea level. specifications of
the aircraft
2.5.2 Cruise Altitude FL 350 performance
Optimum Cruise speed not less than 210
2.5.3
kts at Sea level

2.5.4 Single Engine Drift Down altitude should


not be less than 16500 ft with six
passengers and two crew members with
fuel for stage length of 500 NM.
2.5.5
Landing Field Length not greater than
3000 ft at sea level with maximum landing
weight.
Provide detailed
2.6 Maintenance Aspects maintenance
2.6.1
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 27 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
No special ladder or extra equipment requirements of
should be required at outstation for daily aircraft
inspection except for refueling.

2.6.2 All Avionics should have built in test


facility.

2.6.3 Operator Level Maintenance:


a) Maximum 2 Technicians and no
special ground equipment should
be required for maintenance.
Low Maintenance Man Hour / Hr. of flying

2.6.4 The desired Time between overhauls


(TBO) for Airframe aero-engine and their
components are:
a) Airframe – 5000 hrs., no calendar
life based limitation
b) Aero engine – 2500 hrs., no
calendar life based limitation
Avionics – No Limit Inspect and repair as
necessary, no calendar life based
limitation.

2.6.5 Airframe 50,000 hrs / cycle.

2.6.6 Aero engine on condition

2.6.7 The scheduled and unscheduled servicing


requirements should be such that
availability of at least 90% can be assured
(at a flying of 1000 hrs. / year).

2.6.8 There should be no possibility of mutual


interference between electro-magnetic
radiations of all the equipment installed on
the aircraft including the Buyer Furnished
items like FIS.
2.7
Logistics and Service support Aspects
Provide detailed
2.7.1 Ground Support Equipment / Test requirements of
Equipment: ground support
system for aircraft
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 28 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
Full Ground Support Equipment (GSE),
tools & test equipment up to Operator level
servicing to be provided with delivery of
aircraft.
The rationale for GHE / GSE required for
scheduled / unscheduled servicing and
quantity required may be furnished by the
tenderer to cater for operation /
maintenance. Extra tools and equipment
required for change of components and
carrying out engine change independently
at one location (Delhi) shall also be
indicated.
Scales of test equipment and special tools
required for Operator and Inspection level
maintenance is to be specified separately.
Standard tools should also be included in
the list of GSE / GHE.

2.7.2 Repair Facility:


Provide detailed
Defect investigation, repair and overhaul repair
of Aircraft and aero engine are to be nomenclature
undertaken by the manufacturer as
required by the user. A maintenance
philosophy is to be recommended by the
manufacturer for the aircraft and the role
equipment. This should include any
incremental change that may be
necessitated for the maintenance,
scheduled / repair schemes, due to the
integration of the buyer furnished
equipment like FIS.

Manufacturer is to confirm feasibility of


positioning a technical assistance team at
operating base to render assistance in
maintenance / snag rectification during
warranty period.

Assurance of product support throughout


life of aircraft including information /
assistance in undertaking mid-life

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 29 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
upgrades / improvements that the vendor
may incorporate at a future date.
2.7.3
All publications to be supplied 3 months
prior to supply of aircraft in hard copy and
in electronic media.
2.7.4
Assurance of supply of Modification /
Safety bulletins for full life of the aircraft
in hard copy and in electronic media.
2.7.5
Performance Standard

As laid down by ICAO for flight


calibration aircraft.

3 Training Provide detailed


training
3.1 Training Packages, as per DGCA, India requirements
approved syllabus.

Training package for two AMEs to carry


3.2 out maintenance activities on the aircraft.

3.3 Familiarization training for DGCA/AAI


officials as per DGCA requirement.

Details of techno-logistic management


3.4 packages developed by them or used by
the existing operators.

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 30 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
ANNEXURE-II

BROAD TECHNICAL REQUIREMENTS FOR AFIS

Sr.No AAI Requirements Vendor to specify


Parameters Specifications
1 General Standards Provide
Requirements nomenclature and
1.1 AFIS shall comply with ICAO standards functional
and recommendations as described in
capabilities of
ICAO Annex 10 and Annex 14 and other
related ICAO Document (Doc)and offered systems.
annexures (such as Doc 8071 (Volume 1,
2, 3), DOC 9368, DOC 8168, ICAO
Circulars 249 (Human Factors) and Doc
9613, as applicable).

1.2 AFIS  shall  also  comply  with  latest  FAA 


standards  as  described  in  US  FAA  Order 
8200.1 or in its latest version. 
 
1.3
AFIS  shall  be  selectable  and  configurable 
for  units  and  tolerances  including 
calculation  method,  in  accordance  with 
ICAO or FAA standards. 
 
1.4 All  equipment,  receivers,  transceivers, 
sensors,  or  other  related  system  shall 
comply  with  the  requirements  and 
standards  as  internationally  applicable 
and required for its specific use and as is 
described in the Technical Specifications. 
 
1.5 CERTIFICATION 
 
1.5.1 AFIS, including all its parts, to be installed 
on  the  aircraft,  shall  be  designed, 
manufactured,  inspected,  installed,  and 
certified  by  a  responsible  airworthiness 
authority. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 31 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
1.5.2 AFIS  installation  including  its  related 
necessary  aircraft  modification  shall  be 
carried  out  through  an  STC,  approved  by 
EASA/FAA/DGCA India, as applicable. 
 
Related  standards  and  approval  shall  be 
1.5.3 stated through a FAA 8130‐3 or EASA Form 
1  or  any  other  equivalent  document 
released by the manufacturer. 

2 FLIGHT  Provide detailed


INSPECTION  functional
FUNCTIONS requirements
2.1 Capability
FIS  shall  have  the  following  flight 
inspection  and  validation  capability  as 
minimum; 
a) Instrument Landing System (ILS) CAT 
l, Il and Ill. 
b)  ILS  Associated  Approach  Markers 
(MKR) 
c) Ground Based Augmentation System 
(GBAS) 
d) VHF Omni‐directional Range (VOR) 
e)  Distance  Measuring  Equipment 
(DME) 
f)  Non‐Directional  Beacon,  Locator 
(NDB) 
g) RADAR 
   Secondary Surveillance Radar (SSR) 
   with Mode A/C/S capability 
h) Instrument Flight Procedures   
    (SID/STAR) 
i) GPS Non Precision Approach (GPS 
     NPA) 
j) Visual Approach Aids like PAPI, VASI, 
Approach lights etc. 
k) VHF Communications (VHF COMM) 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 32 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
l)  Performance  Base  Navigation 
Validation (PBN) 
m) PBN SID/STAR 
n) RNP APCH 
o)  RNP  APCH  with  BARO‐VNAV  (APV 
BARO) 
p)  RNP APCH with SBAS  (APV SBAS), with 
SBAS  system  appropriate  for  use  in  India 
(i.e. GAGAN) RNP AR APCH 
q)  Automatic  Dependent  Surveillance‐
Broadcast (ADS‐B) 
r) TACAN 
s) Other support function and capabilities, 
such  as  in‐flight  calibration  of  flight 
inspection  receivers,  Radio  Frequency 
Interference (EMI) detection via integrated 
Advanced  Spectrum  Analysis  functions, 
and Oscilloscope measurements.
2.2 PROCEDURES  Provide detailed
  requirements
2.2.1 AFIS shall have capability, adequate and 
sufficient for all procedures as per ICAO/FAA 
standards. 
2.2.2  
AFIS  shall  support  the  following  flight 
procedures  as  applicable,  unless  an 
alternative  proposed  procedure  are 
shown  to  be  more  efficient  and  be 
compliant with related standards: 
1. LLZ: As per relevant ICAO and
FAA documents
2. GP: As per relevant ICAO and
FAA documents
3. GBAS: As per relevant ICAO and
FAA documents
        4.    MKR : As per relevant ICAO and   
              FAA documents. 
        5.    PAR: As per relevant ICAO and   
              FAA documents. 
        6.    RNAV/RNP Instrument Flight  
              Procedures, including PBN     
               and  SBAS:   As per relevant  
               ICAO and FAA  documents 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 33 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
         7.  VGSI (VASI/PAPI): As per  
              Relevant ICAO and FAA  
              documents 
         8.  VOR, DME, NDB, VHF: Orbit  
 
2.2.3 FIS  shall  be  capable  of  performing  multi 
inspection  tasks  simultaneously,  such  as 
localizer  alignment/  structure  and  glide 
slope angle/ structure inspection with DME 
and  Marker  during  one  (1)  approach,  en‐
route  radial  inspection  for  two  (2)  VOR 
facilities at same time, Two DMEs at a time 
etc.
3 FLIGHT  Provide detailed
INSPECTION  equipment
EQUIPMENT   
requirements
3.1   AVIONICS AND SYSTEMS  
 
 
3.1.1 VOR/ILS  Receiver:  Dual  modern  digital 
  VOR/ILS  Receivers  of  Air  Transport 
  category  shall  be  dedicated  to  the  flight 
  inspection system. These receivers shall be 
tunable automatically via digital bus by the 
  Flight  Inspection  Computer.  Standard 
  TACAN  receiver  suitable  for  flight 
  Inspection system shall be provided. None 
  of  the  primary  Aircraft  avionics  antenna 
shall  be  used  in  the  flight  inspection 
  system. 
   
  DME  Interrogator:  Dual  modern  DME 
3.1.2 Interrogator  shall  be  designed  as  at  least 
 
three  (3)  channel  scanning  DME,(such  as 
  DME‐442 or better) shall be automatically 
  tuned  via  digital  bus  by  the  Flight 
  Inspection  Computer.  All  DME  data  shall 
also  be outputted on the AFIS bus to 
  the Flight Inspection Computer. 
    
3.1.3   Marker  Beacon  Receiver:  Single  Marker 
Beacon  Receiver,(such  as  Bendix  King 
 
KMR‐675 or better) shall be used.   
 
3.1.4  
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 34 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
  Marker  Beacon  Indicator:  There  shall  be 
Marker  indications,  displayed  on  VDU,  to 
  indicate passage over the Marker.  
  ADF Receiver: Latest Aviation grade Single 
  ADF Receiver shall supply magnetic bearing 
  to the  Automatic Flight Inspection system 
Computer and shall be used for calibration 
  purpose.  
3.1.5    
  VHF  Communication  Transceiver:  Dual 
  VHF  Communications  Transceiver  of  the 
latest  generation,  ,  shall  be  dedicated  to 
  FIS for communication and VHF calibration.  
3.1.6
   
  GPS  Sensor:  At  least  2  GPS  receivers 
  with  dedicated  GPS  antennae  shall  be 
  installed  for  use  in  position  reference 
system. Latest model of GPS receiver with  
 
multi frequency, multi channel with DGPS 
 
and  RTK  capability.  It  shall  be  compatible 
  with the SBAS system.  
3.1.7  
  DGPS/DRTT  Receiver:  Dual  on‐board 
  telemetry  modules  with  difference 
  receiving  frequency  configuration  in  UHF 
band  shall  be  installed  in  AFIS,  the 
  telemetry  module  shall  be  used  for 
  receiving  RF  signal/data  from  DGPS/RTK 
  ground  reference  and  the  second 
telemetry module shall be used as standby 
 
which can be switched‐in, when required. 
3.1.8    
  Console  Flight  Instruments:  The  console 
  shall  consist  of,  RMI,  CDI,  displayed  on 
VDU, which shall provide heading, bearing 
  and  course  deviation  information  as 
  minimum.  It  shall  be  possible  for  the 
  operator to select the source of displayed 
  information  from  VOR,  LOC,  Glide  slope, 
ADF and RNAV  
3.1.9    
  Flight Deck Switches and Indicators: Flight 
  deck  switches  and  indicators  shall 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 35 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
  interconnect  to  the  aircraft  systems  as 
described in the following paragraphs:  
 
• 1) Pilot/Copilot Event: The pilot/copilot 
  event switch shall be provided.  
 
  • 2)  Electronic  Harizontal  Situation 
Indicator : The device shall be provided in 
  the  cockpit  for  pilot  guidance  to  follow 
  required  profile  as  per  the  Flight 
Inspection  requirement  with  suitable 
  cautionary information.  
3.1.10  
Event  Pushbuttons:  There  shall  be  event 
 
pushbuttons to allow the pilot, copilot, and 
  flight  inspection  panel  operator  to  signal 
  the  occurrence  of  events  to  the  Graphic 
  Recorder as required. 
3.1.11    
Audio Control Panel (ACP): The ACP shall 
  provide receiver audio and communication 
  and navigation audio signals. Provisions for 
  intercommunication  shall  be  made  for 
pilot,  copilot,  and  flight  inspector,  with 
  audio  filter  and  speaker/headphone 
  volume  control,  selection  of  COMM,  INT 
and HOT MIC Function. 
3.1.12  
 
 
Flight  Inspection  System  Antennae: 
  separate  antennae  shall  be  installed  for 
  AFIS in order to preclude the possibility of 
  any  effects  on  the  aircraft  navigation 
systems  AFIS  antennae  shall  be  of  high 
  standard. The antenna gain, pattern and RF 
  attenuation within the RF path system shall 
  be taken to AFIS software for high accuracy 
  of  RF  field  strength  measurement  and 
repeatability.  
3.1.13    
  Shared  Aircraft  Avionics:  FIS  shall  be 
  interfaced  with  the  aircraft  Radio 
Altimeter,  Magnetic  Heading  information, 
 
Air  Data  Computer,  audio/intercom 
  systems  and  other  aircraft  systems,  as 
  required.  
 
3.1.14
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 36 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
  On‐board Test Equipment: The following 
equipment shall be provided in AFIS, as 
  separate or combine system: 
  1)  Oscilloscope:  shall  be  provided  for 
  examination  Of  selected  flight  inspection 
  signal and also the wave form of DGPS/RTK 
and  DRTT  data  received  from  onboard 
  telemetries.  
  2)  Spectrum  Analyzer:  Single  Spectrum 
  Analyzer, shall be provided with capability 
  to allow user to detect signal interference. 
3)  Signal  Generator:  Single  latest 
  generation  Signal  Generator  shall  be 
  provided  for  Auto  calibration  of  FISNav 
  receiver.  The  signal  generator  shall  be 
computer‐controlled  to  allow  automatic 
  and manual calibration checks  
   
3.1.15
  ADS‐B Requirements: 
  1)  AFIS  shall  be  able  to  acquire 
  differential  truth  trajectory  system 
(differential  GPS/Position  reference 
  system)  and  compare  and  record  the 
  current  aircraft  position  between 
  information provided by aircraft ADS‐B 
  signal,  transmitted  by  Extended 
  Squitter  (1090ES)  and  such  truth 
  system   
2)  AFIS  capability  for  ADS‐B  shall  be  DO‐
  260B compliant. 
3.2    
  OPERATING FUNCTION 
3.2.1    
Keyboard  and  Trackball:  The  keyboard 
  shall feature standard alpha‐numeric keys. 
  Trackball shall be located close to keyboard 
  and comfortable to use during calibration. 
3.2.2  
  Visual Display Unit (VDU): VDU shall be a 
  state‐of‐the‐art  high  definition,  flat  panel 
  color  display.  The  visual  display  size  shall 
  be  clear  and  comfortable  for  flight 
inspector. It shall display inspection related 
  data,  both  in  text  and  in  graphics 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 37 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
  simultaneously  for  control  as  well  as 
monitoring purposes.  
 
3.2.3  
  System Software: 
  1) AFIS software shall maintain and control 
  all flight inspection and operator interface 
function.  Furthermore,  it  shall  derive  and 
  present  the  required  flight  inspection 
  results data. 
  2)  The  system  software  shall  be  user‐
friendly  and  the  procedures  for  flight 
  inspection,  analyzing  and  evaluating  the 
  flight  inspection  data  shall  be  based  on 
  ICAO Document 8071 and also FAA Order 
8200.1  U.S.  Standard  Flight  Inspection 
  Manual  and  have  been  optimized  for  use 
  with AFIS. 
   
3)  The AFIS software design and operated 
  efficiency  shall  agree  with  the  flight 
  inspection  time  optimizing  concept.  The 
  AFIS  software  and  associated  application 
which  running  on  AFIS  computer  shall  be 
  reliable,  stable  operation  and  realtime 
  reaction  with  controlling  from  user  while 
the  all  application  are  running  on  the  Fl 
  computer. 
 
  4) AFIS software shall support at least 10 Hz 
sampling rate for data acquisition from the 
  navigation sensors and position reference 
  system. 
 
5) The realtime flight inspection data shall 
  be processed and simultaneous presented 
  on the VDU for both alpha‐numerical and 
  graphical  trace  with  zoom  function  to 
enable  a  detailed  inspection  of  selected 
  graphical  trace  area.  Additionally,  the 
  graphical  trace  area  shall  draw  the 
tolerance limit line for suitable assessment 
  of flight inspection result such as tolerance 
  limit  line  for  glide  slope  path  structure  in 
  each zone etc. 
  6)  The  flight  inspection  data  shall  be 
  recorded in Data Storage system (DSS) and 
available  for  rerun,  re‐print,  display  and 
  analyze  by  offline  computer,  and  is 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 38 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
  downloadable  from  AFIS  through  USB 
interface. 
 
  7)  It  shall  also  handle  such  tasks  as  all 
receivers tuning and receiver calibrations. 
 
  8)  The  facility  database  can  always  be 
  generated  and  modified  via  the  VDU 
  terminal. 
 
9)  The  operator  can  select  either  ICAO  or 
  FAA  Inspection  criteria  for  facilities  under 
  Inspections. 
  10)  The  software  shall  be  capable  of 
  indicating  whether  the  Flight  Inspection 
  Computer,  selected  AFIS  dedicated 
avionics,  and  associated  interfaces  are 
  operational  at  system  start‐up,  and 
  capable  of  operational  verification  (self 
  test) for the avionics receivers/transceivers 
(e.g. NAV, MKR, ADF, DME, etc.) should be 
  completely automatic in that the Pass/Fail 
  status  for  the  cited  avionics  equipment 
shall  be  indicated  directly  by  the  Flight 
  Inspection  system  without  any 
  intervention. 
 
11)  It  shall  also  permit  monitoring  of  all 
  input/output  quantities  that  interface  to 
  the  Flight  inspection  system  for  more 
  detailed  analysis  and  troubleshooting, 
including  support  for  Flight  Inspection 
  VOR/ILS  receiver  calibration,  facility  data 
  base management, and embedded training 
  system. 
  12) The summary of flight inspection result 
shall be displayed continuously on the VDU 
  while flight procedure is progressing. 
  13)  The  system  shall  be  capable  of 
  displaying current graphics overlaid on the 
previous graphics of the same exercise. 
 
 
3.2.4   Data  Storage  System  (DSS):  Data  Storage 
  System  (DSS):  DSS  shall  be  latest  model 
  which has the capacity in total to store the 
flight inspection mission data not less than 
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 39 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
  100  hours  and  consist  of  a  high 
performance  flash  drive  or  an  equivalent 
  solid  state  unit,  with  no  moving  part,  for 
  continuous  operation  under  all  normal 
  conditions  for  the  aircraft  (e.g.  shock, 
  vibration,  pressure,  temperature,  etc.). 
The  DSS  shall  have  a  capacity  enough  for 
  storing  and  retrieving  all  flight  inspection 
  and  mission  data,  loading  operational 
  program  software  and  data  base 
  information. 
 
  Graphic  Recorder:  Onboard  Graphic 
3.2.5
  Recorder  shall  be  in  a  form  of  color  laser 
  printer  available  off  the    shelve  with  USB 
and  WiFi  connectivity  for  physical 
  recording  of  inspection  parameters  and 
  results,  along  with  Oscilloscope  screen, 
  Spectrum Analyzer screen etc. 
   
Moving  Map:  For  improved  situation 
3.2.6   awareness, AFIS function shall include such 
capability along with flight profile display. 
 
Recording and Reporting Function: 
3.2.7
(1) All  necessary  flight  inspection 
parameters,  recordings  and 
summarized  results  shall  be  available 
for reporting and investigating purpose 
in  accordance  with  ICAO  and  FAA 
standards. 
(2) Where applicable, in particular for 
PBN  procedure  validation,  flight 
inspection  result  shall  be  reported  for 
overall  summary  and  for  each  of  its 
individual  segments  or  profiles,  with 
each  segmental  maxima,  minima  and 
averages, as applicable. 
 
3.3
TECHNOLOGY AND DESIGN 
3.3.1 Design 
(1) AFIS shall be designed to make use 
of the latest technology and to possess 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 40 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
the  capacity  for  upgrading  to  take 
advantage of new developments. 

(2) Computerized  and  digital  method 


of  data  acquisition,  signal  analysis, 
control  and  presentation  shall  be 
incorporated.  All  relevant  signal 
parameters shall be interfaced directly 
to AFIS computing system. AFIS shall be 
a  modern,  computerized  system 
designed for the acquisition, recording, 
processing,  analysis,  display,  and 
reporting  of  flight  inspection  data  and 
results. 

(3) AFIS shall be modular design, such 
that each component operates, as far as 
possible, independent of the others and 
can be moved at ease. 

(4) Essential  processing  units  of  AFIS 


shall  be  Line  Replaceable  Units  (LRU), 
such that a fault in one component can 
be easily rectified by replacement. 

(5) AFIS and all other systems shall be 
of  modern  design,  strong  but 
lightweight.  

(6) AFIS and all other systems shall be 
fully solid state . 

(7) AFIS  computer,  equipment, 


software  and  its  language,  operating 
system,  and  all  its  interfaces  and 
connections shall comply with relevant 
industrial  standards  for  professional 
aviation system. 

(8) AFIS console and equipment along 
with  the  test  equipment  shall  not 
occupy  space  equivalent  to  more  than 
two standard passenger seats.  

(9) AFIS  main  operator  console  shall 


be  located  such  that  flight  inspector  is 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 41 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
facing towards the direction of aircraft 
flight. 

 (10)  All  inter  connection  cables 


between  AFIS  and  its  parts  and  with 
AIRCRAFT system shall be kept covered 
or  within  airframe  structure  without 
obstructing  crew  movement  and 
operation inside the cabin. 

(11)  AFIS    shall  be  compatible  with  all 


SBAS systems i.e. WASS, EGNOS, MSAS 
and GAGAN and also upgradable to core 
3.3.2 satellite constellations other than GPS. 

Service Life & Serviceability 

(1) Equipment  shall  have  service  life  


for  at  least  fifteen  (15)  years  from 
delivery. 

(2) Equipment shall be in sync with the 
stability  of  the  system  and  its 
components  such  that  it  does  not 
require  regular  readjustments  within 
the expected operative period. 
3.3.3  
Power 
(1) FIS shall operate from power  
      supply normally provided by  
      aircraft. 
(2) FIS  power  supply  shall  be  under 
control  of  pilot,  distributed  through 
adequately  protected  circuit  breakers, 
and can be automatically disconnected 
from aircraft main power supply in any 
emergency events. 
(3) Other  ground  or  laboratory 
equipment shall operate at 220V, 50 Hz 
power supply. 
(4) If an inverter is required for FIS 
power supply, such FIS inverter shall 
be  a  separate  inverter  from  that 
used for aircraft power supply. 
3.3.4  
 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 42 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
Ambient and Environment 
 
 FIS  and  all  its  equipment,  including 
electrical  and  electronic  components  and 
ground  or  laboratory  equipment,  during 
operation  or  non‐operation  mode,  shall 
follow  standard  industrial  practices  with 
adequate  preventive  control  and  be 
suitable  and  fully  protected  against  all 
ambient  conditions,  including  operating 
temperature,  storage  temperature, 
humidity, static charges, salty atmosphere, 
attitude, entry of dust or water, etc., that 
may  be  experienced  during  continuous 
flight  inspection  operation  in  Indian 
environment. 
 
3.4
UPGRADE 
3.4.1  
Minor Software Modifications 
(1) Minor and custom modifications of 
FIS  philosophies  and  software  and 
program  from  manufacturer  standard 
design,  found  necessary  during  the 
delivery  of  Flight  Inspection  aircraft  in 
order  to  meet  the  specific  local 
operational  requirements  of  AAI,  in 
particular  the  way  of  presentation  of 
flight inspection result during flight and 
post  flight  reporting,  shall  be  carried 
out as per AAI requests based on local 
operational requirements but limited to 
requirements stated in applicable ICAO 
and FAA standards stated herein.
4 SUPPORT  POSITIONING REFERENCE SYSTEM Provide detailed
SYSTEM    position reference
  To  achieve  the  required  FIS  accuracy  system
4.1 established  by  ICAO  and  FAA,  a  ground  requirements
based  position  reference  system  will  be 
used  to  determine  the  aircraft  position 
during flight inspection runs. A GPS based 
automatic  positioning  system  is  to  be 
provided with capability to work under all 
weather  conditions.  Instantaneous 
position information with reference to the 
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 43 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
reference  positioning  system  should  be 
continuously available.  
Any  kind  of  additional  equipment  for 
facility  survey  at  airfields  are  to  be 
provided  alongwith.  These  equipment 
should also be weatherproof. 
 
4.2 GROUND SYSTEM 
 
4.2.1 Ground support systems shall support AFIS 
Receiver  Calibration  and  Maintenance 
Systems, to be operated in the calibration 
laboratory,  which  will  be  capable  of 
individually calibrating the VOR/ILS, DME, , 
Marker, receiver that are partially removed 
from AFIS onboard . 
 
4.2.2 Offline  computer  and  appropriate 
software/program  shall  be  available  for 
use in calibration laboratory for pre‐flight 
preparation (including facility or database 
creation, adjustment and AFIS upload) and 
post‐flight  process  (including  complete 
flight  rerun  reproduction  of  flight 
inspection  result).  Transfer  of  database 
and  data  between  AFIS  and  offline 
computer shall be done via USB interface. 
 
4.2.3 A database management tool be provided 
to  centrally  manage  all  data  regarding 
various facilities and survey data.  
 
4.2.4 The Ground support systems shall consist 
of at least following component  
(1) Necessary  testing  equipment  that 
is  required  for  calibrating  all  VOR/ILS, 
Marker, ADF, VHF and SSR transponder 
for  all  appropriate  parameters  which 
are described in ICAO document. 

(2) A  laser  Color  Printer  compatible 


with AFIS to be provided.
 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 44 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
ANNEXURE-III

GENERAL REQUIREMENTS FOR AIRCRAFT & AFIS

Sr.No AAI Requirements Vendor


to specify
Parameters Specifications
1 Warranty & a) Warranty: Warranty p e r i o d f o r t h e Maximum
Product aircraft and AFIS equipment should be warranty
Support two (2) years or more. and
b) Product Support: Product support for a product
period of 20 years or more for the aircraft support
And AFIS. period is
to be
specified.
2 Training Aircraft: As per para 3 of ANNEXURE-I. Vendor to
specify
AFIS: Operational and Maintenance training to
AAI Personnel.
3 Documentation Compliance to supply the flight and
maintenance level documents/ publications
and manuals for aircraft.

Operation and maintenance manuals for AFIS.


4 Delivery The t i m e f r a m e o f delivery, C of A ,C of R
timeframe for the aircraft and Delivery, installation,
testing, commissioning of AFIS, to be
specified.
5 Cost Rough Order of Magnitude (ROM) cost to be
provided for the following equipment and
associated systems: -

a) Aircraft- Qty. 02
b) AFIS- Qty. 02
c) Installation, Testing, Commissioning of AFIS
d) Training as per sr. No 2 above
e) Product support package
f) Maintenance tools and test equipment
g) Documentation
h) MRLS (Manufacturer
Recommended List of Spares)
j) Warranty
k) FAT

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Signature & Seal of Tenderer    P a g e  | 45 
 
 
EOI for Procurement of Aircrafts fitted with Automatic Flight Inspection System      Tender (EOI) No: (FIU)-02/2018-19
---------------------------------------------------------------------------------------------------- 
k) SAT
l) Project Management cost including
C of A & C of R of aircraft certification
of AFIS by DGCA and other cost related
to delivery of aircraft at Delhi
(m) Any other relevant cost Component.

Signature Not Verified


‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 
Digitally signed by RAM VEER SINGH
Signature & Seal of Tenderer    Date: 2019.02.12 11:49:23 P aIST
g e  | 46 
Location: eProcurement System for Central
  PSUs

S-ar putea să vă placă și