request for information for procurement of k...
TRANSCRIPT
REQUEST FOR INFORMATION FOR PROCUREMENT OF K-LOADERS, HEAVY FORK LIFTERS, SCISSOR LIFT TRUCKS AND
PALLET DOLLIES FOR INDIAN AIR FORCE
1. The Ministry of Defence, Government of India, intends to procure
16 K-Loaders, 75 Heavy Fork Lifters, 09 Scissors Lift Trucks and 720 Pallet
Dollies for automation of cargo handling in the Indian Air Force (IAF) from vendors.
2. This Request for Information (RFI) consists of two parts as indicated below :-
(a) Part I. The first part of the RFI incorporates operational characteristics and features that should be met by these Material Handling Equipments(MHEs). A few important technical parameters of the proposed MHEs are also mentioned. (b) Part II. The second part of the RFI states the methodology of seeking response of vendors. Submission of incomplete response will render the vendor liable for rejection.
PART – I
3. The Intended use of Equipment. K-Loaders, Heavy Fork Lifters, Scissor Lift Trucks and Pallet Dollies will be used in the IAF to facilitate automated loading/off-loading of transport aircraft at Air Force bases. 4. Important Technical Parameters and Additional Inputs. Broad
Operational Requirements (ORs) regarding K-Loaders, Heavy Fork Lifters, Scissor
Lift Trucks and Pallet Dollies are placed at Annexure I, II, III and IV respectively. The
vendor is to provide Para-wise compliance for aspects brought out at Annexure I, II,
III and IV along with specific comments on non-compliance (if any). The vendor is to
provide following additional inputs :-
(a) Approximate Cost Estimate. The vendors are to provide Rough
Order of Magnitude (ROM), cost of K–Loaders, Heavy Fork Lifters, Scissor
Lift Trucks and Pallet Dollies and associated equipment etc. as per the break
down mentioned below:-
SL NO
ITEMS ROM COST
1. K-Loader (Qty-16)
2. Heavy Fork Lifters (Qty-75)
3. Scissors lift trucks (Qty- 09)
4. Pallet Dollies (Qty- 720)
5. Associated Ground Handling Equipment and Ground Support Equipment (Quantities to be mentioned)
6. Special test Equipment and Special Maintenance Tools ( Quantities to be specified)
SL NO
ITEMS ROM COST
7. Manufacturers Recommended List of Spares
8. Training of operator and maintenance personnel
9. Operator/ technical Manuals and Training Aids
10. Warranty on Equipment for Two years
11. Warranty on Equipment for Five years
12. Cost of AMC for 5 years
13. Per hour operation cost of equipment
14. Infrastructure (if any)
(b) Indian vendors are to mention capability to indigenously design and develop the Equipment.
(c) Vendors are to mention key technologies and materials required for manufacturing of the Equipment and the extent of their availability or accessibility in case they are not available in India.
(d) Vendors are to mention availability of the Equipment in the Indian market level of indigenization, delivery capability, maintenance support, life-time support etc.
(e) Vendors are to indicate whether they have supplied the same or similar equipment to any other customer. Additionally, vendors are to indicate whether similar equipment is in use in any other Air Forces. (f) Vendors are to indicate the manpower required to operate and maintain Equipment. Details of training required for such personnel (including time period for operators and maintainers) are also to be indicated. (g) RFI is to be considered as a means to seek advance information in order to obtain requisite information for procurement clearances. Formal procurement in accordance with DPP 16 is proposed to commences in third qtr of year 2019. (h) Vendors may offer suggestions for alternatives to meet the same objective as mentioned in this RFI. (j) Tentative Delivery Schedule. The overall time frame of production, delivery with stage wise breakup of the entire project post conclusion of contract is required to be submitted. It is envisaged to commence deliveries of equipment within 24 months of signing of Contract. (k) Vendors are to indicate willingness for Option Clause in accordance with DPP 2016 and indicate the duration for which the Option Clause would be valid. (l) Payment Terms. Vendors are to indicate acceptability to the terms of payment as per Defence Procurement Procedure-16.
(m) Transfer of Technology is not being sought. However, vendors are to indicate their capability to execute the project and provide product support.
(n) Technical support for maintenance of the equipment during its service life, including warranty. The service life of the facility should be at least 10 years. (p) Modalities for CAMC including spares, post warranty period. (q) Vendors are to indicate the provision for upgradeability of equipment to avoid system obsolescence. (r) Vendors are to indicate restrictions related to export in its country and how long will it take to get clearance. (s) Earliest date, by which Vendors / Original Equipment Manufacturers (OEM) are willing to give a presentation at Air Headquarters, New Delhi is to be intimated in response to this RFI.
PART – II
5. Procedure for Response.
(a) Vendors must fill the form of response as given in Appendix B to Chapter II of Defence Procurement Procedure (DPP- 2016). Apart from filing details about company, details about the exact product meeting the generic technical specifications should also be carefully filled. Additional literature on the product may be attached. Vendors are to provide Para-wise compliance in a tabular format to this RFI, along with reasons for non-compliance, if any to all aspects of this RFI. (b) The filled RFI response should be dispatched at under mentioned address :-
Air Cmde Ops (T) Room No. 543 Air HQ (Vayu Bhavan) Rafi Marg, New Delhi- 110106 Fax: 011-23016354 Email ID. [email protected]
(c) The last date of acceptance of filled form is twelve weeks from the date of hosting this RFI on MoD/SHQ website. Vendors shortlisted for issue of RFP would be intimated. A presentation on the subject may also be sought in case it is felt that certain parameters mentioned in replies to this RFI need further clarification.
6. The Government of India invites responses to this request only from Original
Equipment Manufacturers (OEM)/Authorised Vendors/ Government Sponsored
Export Agencies (applicable in the case of countries where domestic laws do not
permit direct export by OEMs). The end user of equipment is Indian Air Force.
7. This information is being issued with no financial commitment and the Ministry
of defence reserves the right to change or vary any part thereof at any stage. The
Government of India also reserves the right to withdraw it, should it be so necessary
at any stage. The acquisition process would be carried out as per DPP-2016.
Annexure I (Refers to Para 4 of RFI)
BROAD OPERATIONAL REQUIREMENTS FOR K- LOADER
Sl No.
Technical Parameters envisaged
Description Remarks
Details of the following features / parameters are to be indicated in the response:-
1. Operational Performance
(a) K- Loader should be air transportable
and should have restraining points to allow
for air transportation of the vehicle. Battery
used in the vehicle should be certified by
OEM for air transportation. The dimensions of
K- Loader should be lesser than 56’X23’X9’.
(b) K- Loader must be operating on Diesel
fuel.
(c) K- Loader should be able to operate
satisfactorily in all weather conditions and all
terrain by day and night.
(d) The K-loaders should be capable of
rolling loaded pallets in all directions to
facilitate smooth loading/off-loading from
aircraft with full pallet safety system to avoid
fall over of pallet.
(e) Provision of 360˚ lights on the Vehicle
enabling it to operate efficiently when
operating from austere airfields or during
conditions of power outages / blackout.
(f) K- Loader should have capability to
operate in reverse gear.
(g) It should have ability to operate from
semi prepared surfaces.
(h) Any part of a vehicle coming close to
or liable to touch the aircraft shall have
suitable padding.
(j) The vehicle shall be fitted with an
emergency auxiliary system allowing
lowering of fully loaded platform, retraction of
stops & allow towing away of vehicle.
(k) Should be self-propelled with single
operator operations.
(l) Operator’s cabin should be air
conditioned.
Vendor to specify and provide technical information
Sl No.
Technical Parameters envisaged
Description Remarks
(m) Capable of continuous operations over
a temperature range -40°C to 52°C.
(n) Acoustic warning to indicate the
reverse / platform lowering.
2. Emergency System
It should have emergency braking system to
stop in case of main brake failure.
3. Loading Capability
(a) Lift and load containers of weight up to
12Tons, from a height of 1m to the height of
3m or more on to Il-76 MD, C-17 and C-130J
aircraft independently.
(b) The powered system should be able to
drive the load (containers/pallets) at minimum
15 m / min speed.
(c) The vehicle should have the provision
for rotation of load, extension and retraction
of stops, engine kill and vertical & horizontal
alignment to cater for limitations of terrain
from the operator’s cabin.
(d) Length of the platform shall
accommodate three standard 463-L pallets
and be compatible with all container/pallets
for C-17, C-130 and IL-76 ac.
(e) The K- loader should be capable of
speed up to minimum 15 Kmph with full
capacity load.
Vendor to specify and provide technical information
4. Maintenance (a) Sturdy construction with hydraulically
operated jacks.
(b) Should not require any special storage
facility.
(c) Update on any Up-gradation by OEM
should be provided and carried out
immediately.
(d) Maintenance requirements should
include the following:-
(i) Daily inspection should not take
more than 15 min.
(ii) The time gap between routine
maintenance should be at least three
months.
(iii) For annual maintenance, the
equipment should not be out of
Vendor to specify and provide technical information
Sl No.
Technical Parameters envisaged
Description Remarks
operation for more than one day.
5. Delivery time frame
Expected delivery time frame of the vehicle
from the effective date of contract should be
twenty four months.
Vendor to specify and provide information
6. Documentation Details of documentation that will be provided
with regard to system configuration,
operation, servicing schedules, spare parts
catalogues, maintenance manuals and
troubleshooting.
Vendor to specify and provide information
7. Training (a) Details of scope of training for
Operating and system training.
(b) Details of training for all levels of
maintenance / repair.
Vendor to specify and provide technical information
8. Operational Life
Life of K- Loader to be specified (years,
Kilometers and operation hours)
Vendor to specify and provide technical information
Note. Vendors to attach detailed technical specifications of the equipment being offered as a response to this RFI.
Annexure II (Refers to Para 4 of RFI)
OPERATIONAL REQUIREMENTS FOR HEAVY FORK LIFTERS
Sl No.
Technical Parameters envisaged
Description Remarks
Details of the following features / parameters are to be indicated in the response:-
1. Operational Performance
(a) Parallel and independent movement of
forks controlled electro-hydraulically from
driver station.
(b) It should have power assisted steering
and should be manoeuvrable in all weather
conditions and all terrain by day and night.
(c) Provision of lights on the vehicle
enabling it to operate efficiently when
operating from austere airfields or during
conditions of power outages / blackout.
(d) The vehicle should have the capability
to operate in reverse gear.
(e) Hydraulic suspension to cater for
uneven surfaces.
(f) The vehicle shall be fitted with an
emergency auxiliary system allowing
lowering of fully loaded platform in case of
failure. It should also have emergency
braking system to stop in case of main brake
failure.
(g) Electrical circuits, hydraulic and
pneumatic systems should have an override
system for manual operation in case of
failures.
(h) Capable of continuous operations over
a temperature range -40°C to 52°C.
(j) Acoustic warning to indicate the
reverse.
(k) Fork-Lifter should be air transportable
and should have restraining points to allow
for air transportation of the vehicle. Battery
used in the vehicle should be certified by
OEM for air transportation. The height of fork
lifter should be lesser than 9 feet.
(l) Fork-Lifter must be operating on Diesel
fuel.
Vendor to specify and provide technical information
Sl No.
Technical Parameters envisaged
Description Remarks
2. Loading Capability
(a) Fork Lifter must be able to lift and load
pallets of weight up to 6T, to the height of at
least 3m.
(b) It should have provision of detachable
extension arms with rollers. Length of arm
should be more than 72‘’.
(c) Fork lifter should be capable of lifting a
standard 463L pallet.
(d) Vertical tilt should be 6˚ forward and
12˚ rearwards.
(e) Side shift of 3 inches left and right to
the centreline and roll capability to align while
operating from irregular surfaces.
(f) The fork lifter should be capable of
speeds up to minimum 15 Kmph when fully
loaded.
Vendor to specify and provide technical information
Each fully loaded 463L pallet weighs slightly below 5 tons and its base measures 108 in X 88 in (length and width).
3. Maintenance (a) Sturdy construction with hydraulically
operated jacks.
(b) Should not require any special storage
facility.
(c) Update on any Up-gradation by OEM
should be provided and carried out
immediately.
(d) Maintenance requirements should
include the following:-
(i) Daily inspection should not take
more than 15 min.
(ii) The time gap between routine
maintenance should be at least three
months.
(iii) For annual maintenance, the
equipment should not be out of
Operation for more than one day.
Vendor to specify and provide technical information
4. Delivery time frame
Expected delivery time frame of the vehicle
from the effective date of contract should be
twenty four months.
Vendor to specify and provide information
5. Documentation Details of documentation that will be provided
with regard to system configuration,
operation, servicing schedules, spare parts
catalogues, maintenance manuals and
troubleshooting.
Vendor to specify and provide information
Sl No.
Technical Parameters envisaged
Description Remarks
6. Training (a) Details of scope of training for
Operating and system training.
(b) Details of training for all levels of
maintenance / repair.
Vendor to specify and provide technical information
7. Operational Life
Life of Fork-Lifter to be specified (years,
Kilometers and operation hours)
Vendor to specify and provide technical information
Note. Vendors to attach detailed technical specifications of the equipment being offered as a response to this RFI.
Annexure III (Refers to Para 4 of RFI)
OPERATIONAL REQUIREMENTS FOR SCISSOR LIFT TRUCKS
Sl No.
Technical Parameters envisaged
Description Remarks
Details of the following features / parameters are to be indicated in the response:-
1. Operational Performance
(a) It should have power assisted steering
and should be manoeuvrable in all weather
conditions and all terrain by day / night.
(b) Provision of lights on the vehicle
enabling it to operate efficiently when operating
from austere airfields or during conditions of
power outages / blackout.
(c) The vehicle should have the capability
to operate in reverse gear.
(d) Hydraulic suspension to cater for
uneven surfaces.
(e) The vehicle should be capable of rolling
loaded pallets in all directions to facilitate
smooth loading/off-loading from aircraft with full
pallet safety system to avoid fall over of pallet.
(f) The vehicle shall be fitted with an
emergency auxiliary system allowing lowering
of fully loaded platform in case of failure. It
should also have emergency braking system to
stop in case of main brake failure.
(g) Electrical circuits, hydraulic and
pneumatic systems should have an override
system for manual operation in case of
failures.
(h) Capable of continuous operations over
a temperature range -40°C to 52°C.
(j) Acoustic warning to indicate the reverse.
(k) Scissor Lift Truck should be air
transportable and should have restraining
points to allow for air transportation of the
vehicle. Battery used in the vehicle should be
certified by OEM for air transportation. The
dimensions of Scissor Lift Truck should be
lesser than 56’X23’X9’
Vendor to specify and provide technical informaton
Sl No.
Technical Parameters envisaged
Description Remarks
(l) Scissor Lift Truck must be operating on
Diesel fuel.
2. Loading Capability
(a) Scissor Lift Truck must be able to lift &
load pallets of weight at least up to 6T, from
1m to a height of 7 m.
(b) Should be capable of lifting a standard
463L pallet with 6T of load.
(c) Platform size should not be more than
4m by 5m with provision of securing the load
on the platform.
(d) Scissor Lift Truck should be capable of
speed up to minimum 15 Kmph when fully
loaded.
Vendor to specify and provide technical information
3. Maintenance (a) Sturdy construction with hydraulically
operated jacks.
(b) Should not require any special storage
facility.
(c) Update on any Up-gradation by OEM
should be provided and carried out
immediately.
(d) Should not require any removal or re-
fitment of component for air transportation.
(e) Maintenance requirements should
include the following:-
(i) Daily inspection should not take
more than 15 min.
(ii) The time gap between routine
maintenance should be at least three
months.
(iii) For annual maintenance, the
equipment should not be out of
Operation for more than one day.
Vendor to specify and provide technical information
4. Delivery time frame
Expected delivery time frame of the vehicle
from the effective date of contract should be
twenty four months.
Vendor to specify and provide information
5. Documentation Details of documentation that will be provided
with regard to system configuration, operation,
servicing schedules, spare parts catalogues,
maintenance manuals and troubleshooting.
Vendor to specify and provide information
Sl No.
Technical Parameters envisaged
Description Remarks
6. Training (a) Details of scope of training for Operating
and system training.
(b) Details of training for all levels of
maintenance / repair.
Vendor to specify and provide technical information
7. Operational Life
Life of Scissor Lift Truck to be specified
(years, Kilometers and operation hours)
Vendor to specify and provide technical information
Note. Vendors to attach detailed technical specifications of the equipment being offered as a response to this RFI.
Annexure IV
(Refers to para 4 of RFI)
OPERATIONAL REQUIREMENTS FOR PALLET DOLLY
Sl.
No.
Technical
Parameters
Envisaged
Description Remarks
Details of the following features/ parameters are to be indicated in the response.
1. Operational
Performance
(a) Low height platforms on wheels
that should have a tow-arm and ring
for towing with tractor.
(b) The platform should be manually
rotatable and lockable when the dolly
is parked for easy loading.
(c) The platform bed should have
rollers for easy loading.
(d) Should have space between
rollers for the blades of the fork lifter
to fit in.
(e) Should have locks for holding the
pallet in place to prevent movement
while towing.
(f) Should have a tow hook to attach
more such dollies in train.
(g) The wheels should have locks to
prevent involuntary motion.
(h) Cautions for usage must be
displayed prominently.
Vendors to specify and
provide technical
information
2. Loading
Capacity
(a) Should have loading capacity of 5
tons or more for each pallet.
(b) Should accommodate one or
more 463L pallets.
Vendors to specify and
provide technical
information. Each fully
loaded 463L pallet
weighs slightly below 5
tons and its base
measures 108 in X 88
in (length and width).
3. Maintenance (a) Should be low on maintenance issues. (b) Periodic maintenance schedule must be specified in detail.
Vendors to specify and
provide technical
information.
4. Delivery time frame
Expected delivery time frame of the
vehicle from the effective date of
contract should be twenty four
months.
Vendor to specify and provide information
Note. Vendors to attach detailed technical specifications of the equipment being offered as a response to this RFI.
Annexure V to RFI
INFORMATION PROFORMA (INDIAN VENDORS)
1. Name of the Vendor/ Company/ Firm: _________________________________________________________________________________________________________________________________________________________________________________________________________ (Company profile, in brief, to be attached. In the eventuality of the firm emerging as L1, Contract will be concluded in the name and address of the firm, as indicated here). Vendors are to undertake that any subsequent proposal for change in name of firm or address, will be intimated to IHQ MoD(IAF) at the first available opportunity and supporting documents be furnished accordingly within five working days of their approval by the competent authority. 2. Type (Tick the relevant category). Original Equipment Manufacturer (OEM) Yes/No Authorised Vendor of foreign Firm Yes/No (attach details, if yes) Others (give specific details) ______________________________________________________________ ______________________________________________________________ 3. Address/Contact Details: Postal Address: ______________________________________________________________ ______________________________________________________________ City : ______________________ State: ________________________ Pin Code: __________________ Tele: _________________________ Fax: _______________________ URL/Web Site: _________________ 4. Local Branch/Liaison Office in Delhi (if any). Name & Address: ______________________________________________ Pin code: _____________ Tel: __________________ Fax: ______________ 5. Financial Details.
(a) Category of Industry (Large/Medium/Small Scale): _______
(b) Annual turnover:_______________________ (in INR)
(c) Number of employees in firm:_____________________________
(d) Details of manufacturing infrastructure:_______________________
(e) Earlier contracts with Indian Ministry of Defence/Government agencies: 6. Certification by Quality Assurance Organisation.
Name of agency
Certification Applicability from (date & year)
Valid till (Date & year)
7. Details of Registration.
Agency Registration Number
Validity(date) Equipment
DGS & D
DGQA/DGAQA/DGNAI
OFB
DRDO
Any other Government agency
8. Membership of FICCI/ASSOCHAM/CII or other Industrial Associations. Name of Organisation:__________________________ Membership Number:____________________________ 9. Equipment/Product Profile (to be submitted for each product separately)
(a) Name of Product: _______________________________ (IDDM Capability be indicated against the product)
(Should be given category wise for e.g. all products under night vision devices to be mentioned together)
(b) Description (attach technical literature):_________________
(c) Whether OEM or Integrator: _________________________
(d) Name and address of Foreign collaborator (if any):_______
(e) Industrial License Number: _________________________
(f) Indigenous component of the product (in percentage):____ (g) Status (in service/design & development stage):__________
Contract number.
Equipment Quantity Cost
(h) Production capacity per annum: _________________
(j) Countries/agencies where equipment supplied earlier (give details of quantity supplied):_______________________________ (k) Estimated price of the equipment: ____________________
10. Alternatives for meeting the objectives of the equipment set forth in the RFI. 11. Vendor to provide details of IPR documentation/patents/design registration copyrights etc registered with authorized agency with regard to the equipment 12. You are to submit the following information to substantiate your claim under the acquisition category of ‘Buy (Indian-IDDM)’ of DPP 2016 as an Indian Vendor.
(a) The entity is public limited company, private limited company, partnership firms, limited liability partnership, one person company, sole proprietorship registered as per applicable Indian laws. In addition, such entity shall also possess or be in the process of acquiring a license/development of product if the product under project requires license as per DIPP’s licensing policy. (b) The company is owned and controlled by resident Indian citizens. (c) The company is registered for minimum five years, three years in the case of MSMEs. (d) The company should have a minimum credit rating equivalent to B++, issued by recognized Indian credit rating such as CRISIL / ICRA. (e) The company needs to be profitable for at least three years out of the last five years, in case of MSMEs, it needs to be profitable for at least one out of the last three years.
13. Any other relevant information_____________________________ 14. Declaration.
(a) It is certified that the above information is true and any changes will be intimated within five (05) working days of occurrence. (b) It is certified that the design and development is indigenous and belong to the _________ (vendor) and /or ________ (its Indian Sub Vendor). The Indigenous Content in the said equipment is _____ % as on date and is likely to be raised to ____ % by _____ (date). The certification for the same is enclosed. (c) It is certified that the complete set of design and production drawings are available and source code for all software applications/programmes are
also available with the _____ (vendor) and that these would be produced for verification when required. Note: Certification for 12 (b) and (c) is required if vendor is claiming the IDDM category. (a) It is certified that in the past that ________(name of the firm) has never been banned /debarred for doing business dealings with MoD/GoI/any other Government organization and that there is no enquiry going on by CBI/ED/any other Government agency against the firm.
Note: Para 44 and Appendix F to Chapter II of DPP 2016 may be referred.
(Authorised Signatory)
Annexure VI to RFI
INFORMATION PROFORMA (FOREIGN VENDORS)
1. Name, Address and Unique ID (if any) of the Vendor/Company/Firm. ___________________________________________________________________ (Company profile, in brief, to be attached. In the eventuality of the firm emerging as L1, Contract will be concluded in the name and address of the firm, as indicated here). Vendors are to undertake that any subsequent proposal for change in name of firm or address, will be intimated to IHQ MoD (IAF) at the first available opportunity and supporting documents be furnished accordingly within five working days of their approval by the competent authority. 2. Type (Tick the relevant category). Original Equipment Manufacturer (OEM) Yes/No Government sponsored Export Agency Yes/No (Details of registration to be
provided) Authorised Vendor of OEM Yes/No (give specific details) Others (give specific details) _______________________________ 3. Contact Details. Postal Address: _______________________________________________________________________________________________________________ City: ______________________ Province: _________________ Country: __________________ Pin/Zip Code: ________________ Tele: ______________________ Fax: _______________________ URL/Web Site: ____________________ 4. Local Branch/Liaison Office/Authorised Representatives, in India (if any). Name & Address: ________________________________________ City : ______________________ Province : __________________ Pin code : ______________ Tel : ______________ Fax : ________
5. Financial Details.
(a) Annual turnover: _______________________USD
(b) Number of Employees in firm ______________________ (c) Details of manufacturing infrastructure available _______ (d) Earlier contracts with Indian Ministry of Defence/Government agencies:
Agency Contract Number
Equipment Quantity Cost
6. Certification by Quality Assurance Organisation (If Applicable).
Name of Agency Certification Applicable from (date & year)
Valid till (date & year)
7. Equipment/Product Profile (to be submitted for each product separately)
(a) Name of Product: ______________________________ (Should be given category wise for e.g. all products under night vision devices to be mentioned together). (b) Description (attach technical literature): _______________ (c) Whether OEM or Integrator: _______________________ (d) Status (in service /Design development stage): _________ (e) Production capacity per annum: _________________________
(f) Countries where equipment is in service: _____________ (g) Whether export clearance is required from respective Government: ______. (h) Any collaboration/joint venture/co production/ authorised dealer with Indian Industry(give details): Name & Address: _________________________________ Tel : _______________ Fax :________________________ (j) Estimated price of the equipment __________________
8. Alternatives for meeting the objectives of the equipment set forth in the RFI.
9. Any other relevant information. ___________________ 10. Declaration. It is certified that :-
(a) The above information is true and any changes will be intimated within five (05) working days of occurrence.
(b) The ______________________(name of firm) has been never been banned/debarred for doing business dealing with MoD/GOI/ any other Government Organisation and that there is no inquiry going on by CBI/ ED/ any other Government agency against the firm.
Note: Para 44 and Appendix F to Chapter II of DPP 2016 may be referred.
(Authorised Signatory)