+ All Categories
Home > Documents > E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to...

E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to...

Date post: 15-Apr-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
151
- 1 - GOVERNMENT OF INDIA MINISTRY OF RAILWAYS RAILWAY BOARD E-TENDER No.RE2016SPMUV0002 for procurement of Design, manufacture, supply, testing & commissioning of self-propelled Multipurpose Utility Vehicle for hauling of stringing vehicle and other electrification vehicle for operation on broad gauge (1676mm) electrified (25 kv a.c.) routes of indian railways. Due for opening on: 20-07-2016----2012 Railway Electrification(Stores) Rail Bhavan, Raisina Road New Delhi 110001 Price Rs. 5000/- (Rupees Five thousand only)
Transcript
Page 1: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 1 -

GOVERNMENT OF INDIA

MINISTRY OF RAILWAYS

RAILWAY BOARD

E-TENDER

No.RE2016SPMUV0002

for procurement of

Design, manufacture, supply, testing & commissioning of self-propelled

Multipurpose Utility Vehicle for hauling of stringing vehicle and other

electrification vehicle for operation on broad gauge (1676mm) electrified (25 kv

a.c.) routes of indian railways.

Due for opening on: 20-07-2016----2012

Railway Electrification(Stores)

Rail Bhavan, Raisina Road

New Delhi – 110001

Price Rs. 5000/- (Rupees Five thousand only)

Page 2: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 2 -

C O N T E N T S

1. Invitation to Tender & Instructions to Tenderers.

2. Schedule of Requirements

3. Special Conditions of Contract

4. Offer Form (Annexure-A)

5. Statement of Deviation from Tender Specification (Annexure-B)

6. Statement of Deviation from Standard Terms & Conditions of the tender

(Annexure-C)

7. Performance Statement (Annexure-D)

8. Proforma for Equipment availability & Quality Control mechanism

(Annexure-E)

9. Proforma for Production Capacity (Annexure-F)

10. Form of Bank Guarantee Bond (Annexure-G).

11. Proforma of Bank Guarantee for 10% contract value towards warranty/

guarantee (Annexure-H.)

12. Proforma of Bank Guarantee for Bid Guarantee - (Annexure-I).

13. Proforma for Indemnity Bond (Annexure- J)

14. PVC Formula (Annexure-K)

15. Specification

16. Schedule of Technical Requirement

17. IRS Conditions of Contract

Page 3: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 3 -

GOVERNMENT OF INDIA

MINISTRY OF RAILWAYS

RAILWAY BOARD

E-TENDER NOTICE

The Director, Railway Electrification (Stores), Ministry of Railways, Railway Board, New

Delhi invites Tenders on behalf of the President of India from established and reliable Indian

Manufacturers for supply of the following items:

SN Tender

No.

Description Qty.

reqd. (in Nos.)

Cost of

Bid Document

Earnest

Money (in Rs.)

Last date of

submission & opening of

Bids

1. RE2016

SPMUV 0002

Design, manufacture, supply,

testing & commissioning of self-propelled Multipurpose Utility

Vehicle for hauling of stringing

vehicle & other Electrification vehicles for operation on broad

gauge (1676mm) electrified (25 kV

a.c.) routes of Indian Railways as

per Technical Specification No.TI/SPC/OHE/MUV/0900 Rev.1

(03/2014)

04

(Four)

Rs. 5,000

10,00,000

(Rupees ten lac

only)

20.07.2016

2. Non-transferable tender document containing detailed terms and conditions are available at

www.ireps.gov.in and may be downloaded there from for on- line submission of E- bid.

3 The cost of tender document is to be deposited with the FA&CAO, Northern Railway,

Baroda House, New Delhi- 110001 or it can also be paid by submitting a Bank Draft (DD)

drawn on any Indian Nationalised Bank in favour of the FA & CAO, Northern Railway,

Baroda House, New Delhi payable at New Delhi. The scanned copy of receipt as

documentary evidence for payment of cost of tender document shall be uploaded along with

their e-bid at www.ireps.gov.in site. Original receipt towards the payment of cost of tender

document should be submitted manually with other documents to Director, Railway

Electrification (Stores), Room No.114, Railway Board, Rail Bhavan, New Delhi-

110001upto 14.30 hrs on or before the date specified for opening of tender.

4. The offers complete in all respects will be received up to 14.30 hrs and will be opened

electronically thereafter. Bidders will be required to:-

a. Furnish earnest money for the amount specified above for the tender valid for 225

days after tender opening, and

b. Keep their offer open for 180 days from the date of opening of bids

5. Pre bid conference will be held with the prospective bidders for technical/commercial

discussions/ clarifications. This conference will be held in Railway Board on 18.05.2016 at

11.00 hrs. It is mandatory to submit fee equal to the cost of bid document in the manner as

Page 4: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 4 -

mentioned in para 3, before start of pre bid conference, and this shall be treated as the fee of

bid document, the original receipt/DD is required to be submitted at the time of Pre bid

conference. The copy of receipt/ DD is also required to be submitted along with tender

document while uploading the e-Bid.

6. No manual offers shall be accepted against this tender.

7. In future all the corrigendum/ notices w.r.t this tender shall be posted at www.ireps.gov.in

only and not published in print media, therefore bidders are requested to visit the website

regularly.

-Sd-

(Rajeev Saxena)

Director Rly.Electfn.(Stores),

Railway Board

For & on behalf of the President of India

Page 5: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 5 -

GOVERNMENT OF INDIA

MINISTRY OF RAILWAYS

RAILWAY BOARD

INVITATION TO TENDER AND INSTRUCTIONS TO TENDERERS

Note :- The envelope containing the tender should be addressed to :

The President of India

Through

The Director,

Railway Electrification (Stores),

Ministry of Railways (Railway Board),

Room No.114, Rail Bhavan,

Raisina Road, New Delhi – 110001.

Telegraphic Address : Railways, New Delhi

FAX 23386011, 23384481

Time upto which offers

Will be received : 14.30 hrs.

Time of opening of

Offers : After 14.30 hrs.

To

______________________________

______________________________

The President of India (hereinafter referred to as the Purchaser), Government of India,

Ministry of Railways (Railway Board) proposes to obtain stores detailed in the Schedule of

Requirements from established and reliable manufacturers.

1. Contractors emerging out of this tender will be governed by :

a. Indian Railways Standard Conditions of Contract ;

b. Special conditions of Contract;

c. Invitation to Tender & Instructions to Tenderers and

d. Conditions in the offer form (all enclosed).

2. Particulars of Specifications & Drawings :

The Indian Railway Standard Specifications may be obtained on payment from Bureau of

Standard Institution, Manak Bhavan, 9, Bahadur Shah Zafar Marg, New Delhi – 110001

(Telegram - Manak Sansthan) New Delhi or from their Branches at :

(i) Novelty Chambers, Grant Road, Bombay-400007.

(ii) 5, Chowranghee Approach, Kolkata – 700013.

(iii)5-9-201-2 Chirag Ali Lane, Hyderabad-1.

(iv) 117/418/B, Sarvodaya Nagar/Kanpur-5.

Page 6: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 6 -

(v) General Pattens Road, Madras – 600062.

Indian Railways Standard Specifications may be obtained on payment from the Manager of

Publications, Civil Lines, Delhi. (Website: www.bis.org.in). IRS and RDSO drawings and

specifications may be obtained on payment from the Director General Research, Designs

and Standards Organisation, Manak Nagar, Lucknow – 226011 (Website:

www.rdso.indianrailways.gov.in).

3. Eligibility Criteria

3.1 The tenderer must qualify on following:

3.1.1 The tenderer should generally meet the Schedule of Technical requirement to manufacture

the self-propelled Mechanised Machine Vehicles (Self –Propelled Multi-Purpose Utility

Vehicle, Self-Propelled Auger, Self-Propelled wiring train & Mast Erection Machine

Vehicle) with diesel electric/ diesel hydraulic (under slung) transmission for operation on

BG (1676 mm) for use on OHE works in accordance with RDSO’s STR No.TI/STR/032

Rev.`0’. The tenderer is required to furnish a certificate to this effect containing the details

of equipments employed and quality control measures adopted.

3.1.2 The tenderer must have manufactured and supplied satisfactorily self propelled utility

vehicles or similar self propelled rolling stocks including AC/DC/AC-DC

EMUs/MEMUs, DEMUs, 4W & 8W tower cars (DHTC/DETC), locomotives

(diesel/electric), self propelled rail mounted cranes (with any type of transmission), track

machines (self propelled) etc.

3.1.3 The tenderer should have satisfactory performance of any of the supplies as mentioned in

para 3.1.2 above for at least two years, a certificate from the users stating that there is no

adverse report during the period of performance is must.

3.2 Additionally the tenderer should submit following:

3.2.1 A performance statement of last five years consisting of a list of major supplies, effected in

past, giving details of the purchasers name and address, order number and date and the

quantity supplied and whether the supply was made within the delivery schedule is also to

be furnished.

3.2.2 The detailed comprehensive AMC proposal for 5 years applicable after warranty period of

24 months on firm price basis.

3.2.3 The tenderer should have adequate technical/financial capability to execute the order. In

support, the tenderer should furnish a brief write-up, backed with adequate data, explaining

his available capacity (both technical & financial), for manufacture and supply of the

required goods/equipment, within the specified time of completion, after meeting all their

current commitments.

3.3 However, tenderer who is a regular manufacturer of rolling stocks, but is not fulfilling para

3.1.2 & 3.1.3 of Eligibility Criteria, may be considered for Developmental/Educational

orders provided its offer comply with other provisions of Eligibility Criteria.

4. Deleted

Page 7: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 7 -

5. Signing of Tender

5.1 The tender is liable to be ignored if complete information is not given therein or if the

particulars and data, if any, asked for are not fully filled in. Specific attention must be paid

to the delivery date and also to the conditions of contract as the contract will be governed by

them. Your digital signature on the E-Tender form will be considered as your confirmation

that you have read and accepted all the conditions laid down in the documents referred in

para 2 above as well as schedule of tender, consisting of techno-commercial Offer Form

(including special conditions attached to E-Tender) and Financial offer form, unless specific

deviation is quoted in the techno-commercial offer form.

5.2 Individual signing the tender or other documents connected with a contract must specify

whether he signs as :

5.2.1 Sole proprietor of the firm or constituted attorney of such sole proprietor ;

5.2.2 A partner of the firm, if it be a partnership, in which case he must have authority to refer to

arbitration disputes concerning the business of the partnership either by virtue of the

partnership agreement or a power of attorney ;

5.2.3 Constituted attorney to the firm, if it is a company.

N.B-I In case of 5.2.2, a copy of the partnership agreement or general power of attorney, in either

case attested by a Public Notary, should be furnished or affidavit on a stamp paper of all the

partners admitting execution of the partnership agreement or the general power of attorney

should be furnished.

5.2.4 In the case of partnership firms where no authority concerning the business of the

partnership has been conferred on any partner, the tender and all other related documents

must be signed by every partner of the firm.

5.2.5 A person signing the tender form or any documents forming part of the contract on behalf of

another shall be deemed to warrant that he has authority to bind such order and if, on

enquiry it appears that the person so signing had no authority to do so, the purchaser may

without prejudice to other civil and criminal remedies cancel the contract and held the

signatory liable for all costs and damages.

5.2.6 Each page of the tender, offer form and Annexure if any, should be signed by the tenderers

in the hard copy submitted.

6. Submission of offers:

6.1 The e-bids should be uploaded at www.ireps.gov.in before the time and date specified for

the same. Only the rates and the details required as per mandatory requirements are to be

uploaded on the IREPS site. Other documents are to be submitted manually to the Director,

Rly. Electfn.(Stores) Ministry of Railways (Railway Board), Room No.114, Rail Bhavan,

New Delhi-110001 before the date & time specified for bid opening. Copy of bid with

complete documents shall be submitted manually in 3 copies marked as ‘ORIGINAL’,

‘DUPLICATE’ and ‘TRIPLICATE’ and each copy of the bids should be complete in all

respects. Please note all the three copies of bid must be hard /Spiral bound. In case of any

variation in rate, the figures indicated in the e-bid shall be considered final. Bidders must

note that original copy of Bid guarantee (EMD) instruments must reach to this office within

Page 8: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 8 -

the specified time of bid submission/opening on bid opening date. In case original copies of

aforesaid documents not received upto 14.30 hrs of bid opening date, bid will be summarily

rejected. This copy must be submitted:-

To

The Director, Railway Electrification (Stores),

Ministry of Railways (Railway Board),

Room No.114, Rail Bhavan, Raisina Road,

New Delhi – 110001.

by mentioning following:

Tender No. RE2016SPMUV0002 dt. --------------------------------- due date.

(i) No Manual offers sent by post/Fax or in person shall be accepted against such E-

tenders even if these are submitted on the Firm’s letter head and received in time. All

such manual offers shall be considered as invalid offers and shall be rejected

summarily without any consideration.

6.2 Each page of the offer must be numbered consecutively, should bear the tender number and

should be signed by the tenderer at the bottom. A reference to the total no. of pages

comprising the offer must be made at the top right hand corner of the first page.

6.3 E-Tender form is not transferable and the same is to be submitted with digital signature by

the pre-authorized personnel of the vendor, already registered with the site.

7 Period for which the offer will remain open :

7.1 Firms tendering should note that the offers should remain open for a period of 180 days for

acceptance. The day up to which the offer is to remain open being declared a closed holiday

for Govt. offices, the offer shall remain open for acceptance till the next working day. Offers

with validity period of short duration may be taken as unresponsive to Railway’s

requirements.

7.2 Quotations qualified by such vague and indefinite expressions such as “Subject to

immediate acceptance”, “Subject to prior sale” will not be considered..

8 Opening of Tenders :

8.1 No Vendor shall be required to be present in the Railways office for any E-Tender opening

process. They can obtain totally transparent bid tabulation statement by logging on to the

website.

8.2 In case the date of tender opening falls on a gazetted holiday or is subsequently declared as

such, the tender will be opened on the next working day at the appointed time.

8.3 Railway does not guarantee opening of tenders at the specified Date and Time due to

reasons beyond control and hence tenders can be opened after due date and time also. It will,

however, be ensured that no bids are submitted after tender closing Date and Time. Vendors

cannot submit any offer or attach any file after the due date and time as stipulated under the

tender notice.

Page 9: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 9 -

8.4 The Application does not permit submission of any offer after closing date & time of the e-

tender. Hence there is no scope of any late or delayed offer in the online bidding process.

9. Price :

9.1 The prices quoted must be net per unit on FOR station of dispatch basis and must include all

packing and other charges for 8W Multi- utility vehicle, maintenance spares, tools, testing

kit, trainings, AMC etc. Price must be clearly shown in figures and words in Indian

currency.

9.2

a. The prices must be quoted separately for each item of Schedule of Rates.

b. If it is desired to ask for excise duty or any other charges as extra, the same must be

specifically stated. In the absence of any such stipulation it will be presumed that the

price is inclusive of all such charges and no claim for the same will be entertained.

c. All the mandatory fields of the Techno-commercial Offer Form and Financial Offer

Form (i.e. Rate page) including basic rate, all taxes & duties (including maximum

percentage of Sales Tax/VAT, and E.D, or any other taxes/duties which may become

applicable during the currency of Contract) and any other charges have to be filled up by

the vendor. The unit of rate shall be as indicated in the tender schedule and cannot be

changed or altered by the vender. All inclusive rates on FOR station of dispatch basis

shall be automatically calculated by the system and shown to the vendor before

submission of offer. Central Sales Tax/VAT where legally leviable and intended to be

claimed from the purchaser should be specifically shown along with the price quoted.

Where it is not done, no claim for Central Sales Tax/VAT will be admitted at any later

stage on any grounds whatsoever.

d. The Purchaser shall, however, not be responsible for the payment of Central Sales Tax

or any other Tax/duties made by the contractor under misapprehension of law.

e. In this case the quotation to be submitted is FOR station of dispatch. The

purchaser/consignee representative will take delivery at FOR station of dispatch.

9.3 The price is subject to price variation clause as per Annexure ‘K’. The base date for the

purpose of escalation/de-escalation will be one month prior to opening of tender i.e. for

tender with opening date 03.07.15, the base month shall be June 2015. 2% of the admitted

escalation claims will be withheld by the Paying Authority till the cost of modification is

finalized. However, no price variation clause would be applicable for cost of Maintenance

spares, unit exchange spares, tools, training and testing kit, AMC.

10. Terms of Delivery :

10.1 The delivery of stores is required by date(s) specified in the ‘Schedule of Requirements’

attached.

10.2 Time line for delivery:

i) Firm has to submit final/detailed drawings to RDSO and get it approved within four

months of placement of supply order for prototype. Out of these four months, firm

will have total three months for preparation and submission of drawings in

Page 10: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 10 -

one/multiple step, including the cases of resubmission of drawings. While RDSO

has to approve final drawings in a total time not exceeding one month.

ii) Manufacture of Prototype by firm and its Clearance by RDSO- within next eight

months. Here, total 6 months time is on firm’s account in one/multiple steps

including the cases of redesigning/ re-manufacture of prototype while 2 months time

on RDSO’s account.

iii) Supply is to be commenced in 2-3 months after the prototype approval.

11. The tenderers should quote rates FOR station of dispatch.

12. Earnest Money/Bid Guarantee

12.1 Every tenderer should submit earnest money of Rs.10,00,000/- (Rs Ten lakhs only) with

their offer. The earnest money is required to be deposited with FA & CAO of any of the 17

Zonal Railways or Executive Director, Railway Stores (S), in case of Bank Guarantee only,

in the form of

i) Cash or Bank Guarantee executed by a Nationalized bank/Scheduled Commercial bank of

India, or

ii) Fixed Deposit Receipts of the Schedule Bank of India approved by Reserve Bank of India

or Bonds of IRFC & KRCL, or

iii) Pay order or Demand Drafts or Guarantee Bond in the proforma enclosed as Annexure

‘I’ executed by the State Bank of India or by a schedule bank duly stamped and approved

by the Reserve Bank of India in terms of Government of India Bank Guarantee scheme.

12.2 Exemption: MSEs registered with NSIC for the tendered items are exempted from

depositing earnest money. Such tenderer(s) shall have to upload with their offer, a scanned

copy of requisite documentary evidence in support of their claim.

12.3 EMD should remain valid for a period of 45 days beyond the final offer validity period.

EMD will be refunded to the successful tenderers without any interest on receipt of security

money. EMD will also be refunded without any interest to unsuccessful tenderers after

finalization of tender. Offers without Earnest Money or documentary evidence in support of

exemption from paying Earnest Money are liable to be rejected.

12.4 If the validity of the offer is extended the Earnest Money Deposit/ Bank Guarantee duly

extended shall also be furnished failing which the offer after the expiry of the aforesaid

period shall not be considered by the purchaser.

12.5 If the Railway Administration cancels the tender before tender opening, any EMD paid shall

be refunded to the tenderer without any interest.

12.6 Wherever EMD is submitted through a Bank Guarantee, the issuing Bank should be advised

to send the Bank Guarantee directly to the Director, Railway Electrification (Stores),

Railway Board, Room, No. 114, Rail Bhavan, New Delhi-110001, under registered post

A.D. so as to reach before the closing of bids against the tender. EMD should be in the

prescribed format (Annexure-‘I’ for EMD).

Page 11: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 11 -

12.7 Forfeiture of Earnest Money: The Purchaser shall have the right to forfeit the Earnest Money

Deposit if the tenderer withdraws, amends, impairs or derogates from the tender in any

respect within the validity period of his offer.

12.8 If the successful tenderer fails to furnish the Security Deposit and fails to return the formal

contract duly signed within thirty days of the receipt of the formal contract, then the earnest

money shall be liable to be forfeited by the purchaser.

12.9 The original money receipt should be submitted personally or sent through Registered post/

speed post to Director Railway Electrification (Stores), Railway Board, Rail Bhawan, New

Delhi-110 001 duly indicating the Name of the Tenderer, Tender No. and Due Date on the

reverse of the receipt, so as to reach before the closing of bids against the tender. They

should also subscribe “Earnest Money Deposit for Electronic Tender No.

RE2016SPMUV0002 and closing Date and time 14.30 hours” on the envelope.

12.10 The requirement of earnest money is waived for PSUs which manufacture any of the self

propelled rolling stock as specified in para 3.1.2 as above, also for PSUs owned by Ministry

of Railways.

13. Corrections should be avoided, but, if there be any, all such corrections should be initialed

by tenderers, erasures and over-writing shall not be made.

14. Offers :

14.1 The tenderers must fill in the techno-commercial offer form (consisting of eligibility criteria,

terms & conditions, performance statement, deviation statement, check list & special

conditions etc.), financial offer form and attach scanned copy of–

i. Documents in support of proven supply performance.

ii. Manufacturing capacity and details of technical & non-technical man power employed

by the vendor.

iii. Details of machinery and plant in their manufacturing unit.

iv. Quality assurance plan (QAP) and details of testing equipments including details of

technical man power engaged in testing of inward and outward material.

The offer form should be accompanied by a statement of deviation from Tender

specification in the proforma enclosed as Annexure ‘B’ and a statement of Deviation from

the standard Terms and Conditions of the Tender in the proforma enclosed as Annexure ‘C’.

No deviation other than those mentioned in the statements as Annexure ‘B’ and Annexure

‘C’ will be permissible or will be treated as binding. Manufacturers may enclose with their

offer any other documents containing explanatory memorandum etc. should they so desire.

14.2 The price quotations and other financial terms should be given in the offer form and not in

the other accompanying documents or statements.

15. Printed conditions for supply :

Printed conditions for supply of goods indicated on the back of the letters sent by the

tenderers will be ignored as forming part of their tender. In case any terms and conditions of

contract applicable to this invitation to the tender are not acceptable to the tenderers, they

should specify such deviations in the statement of deviations vide Annexure ‘C’. It may be

clearly understood that deviations from Indian Railways Conditions of Contract are neither

Page 12: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 12 -

appreciated nor (generally) acceptable. (Tenderers are requested to refer to clause 7 of

Schedule of Requirements)

If any departure or substitutions from the particular specification is involved, it should be

clearly indicated in the Annexure to the offer form. Attention of the tenderers is invited to

the statement of Deviations from tender specification (Annexure ‘B’).

16. Packing :

Attention is drawn to Clause 1800 of the IRS Conditions of the contract.

17. Performance Statement :

Firms must fill in the enclosed performance statement as Annexure ‘D’. The tenders are

liable to be ignored if the statement is not duly filled in alongwith the tender. They should

also submit a proforma for equipment and quality control enclosed if not done already

(Annexure ‘E’).

18. Tenderers should indicate the names and addresses of their bankers.

19. Price preference for earlier delivery :

It should be noted that if a contract is placed on a higher tenderer as a result of this invitation

to tender in preference to the lowest acceptable offer in consideration of offer of earlier

delivery, the contractor will be liable to pay to the Government the difference between the

contract rate and that of the lowest acceptable tender on the basis of the final price FOR

destination including all elements of freight, sales tax, CST/VAT, local taxes, duties and

other incidentals in case of failure to complete supplies in the terms of such contract within

date of delivery specified in the tender and incorporated in the contract. This is in addition

to and without prejudice to other rights of the Government to recover all other losses and

damages resulting from delayed supplies and of cancellation and risk purchase in case of

failure to supply the stores. In the event of risk purchases being made against such a

contract, the contractor will be liable to pay to the Government an extra expenditure

incurred, as the difference between the rate quoted by the lowest acceptable tenderer against

the present tender and that at which the risk purchase contract has been concluded. The risk

purchase shall be treated as null and void on submission of security deposit by the

contractor.

20.1 Evaluation of the Offer:

The tenders received will be evaluated by the Purchaser to ascertain the best and lowest

acceptable tender in the interest of the purchaser, as specified in the specifications and

tender documents.

The tender received would be evaluated on the basis of quoted FOR station of dispatch

prices including taxes & duties and include the following –

(i) Charges for Unit Exchange spares mentioned in the specifications.

(ii) Charges for training, tools, testing kit, manuals etc. if quoted separately.

(iii) Charges for spare parts and tools required during the warranty period.

(iv) Charges for Annual Maintenance Contract (AMC) for 5 years after expiry of warranty

period.

Page 13: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 13 -

20.2 Splitting of tender quantity:

(i) The Purchaser reserves the right to distribute the procurable quantity on one or more of the

eligible tenderers. Zone of consideration of such eligible tenderers will be the right of the

Purchaser.

(ii) Whenever such distribution/splitting of the tendered/procurable quantity is made, the

quantity distribution will depend (in an inverse manner) upon the differential of rates quoted

by the tenderers (other aspects i.e. adequate capacity – cum- capability, satisfactory past

performance of the tenderers, outstanding orders load for the Railway making the

procurement, quoted delivery schedule vis-à-vis the delivery schedule incorporated in the

tender enquiry etc. being same/similar) in the manner detailed in the table below:

Price differential between L1 and L2 Quantity distribution ratio between L1 and L2

Upto 3% 60:40

More than 3% and upto 5% 65:35

More than 5% At least 65% on the L1 tenderer.

If splitting of quantity is required to be done by ordering on tenderers higher than the L2

tenderer then the quantity distribution proportion amongst the tenderers will be decided by

transparent/logical/equity based extrapolation of the model as indicated in para (ii) above.

The Purchaser reserves the right to counter offer the lowest acceptable rate for bulk ordering

to the higher tenderer(s). In the event of rejection of such counter offer(s), the Purchaser

will reserve their right to decide on the quantity distribution ratio/proportion.

(iii) The rate of the highest eligible tenderer within the zone of consideration has to be, per se,

reasonable to the Purchaser.

(iv) In the cases of inadequate capacity-cum-capability, dissatisfactory past performance, large

quantity of outstanding orders (liquidation of which will take very long time) etc., the

Purchaser shall have the right to distribute the procurable quantity amongst tenderers with

due consideration to these constraints and in such a manner as would ensure timely supply

of materials in requisite quantity to meet the needs of operation, maintenance, safety etc. of

the Railways, regardless of inter-se ranking of the tenderers and in a fair and transparent

manner with due conformity to the Principle of natural Justice and Equity.

21. Security Deposit/ Performance Guarantee Bond:

21.1 The successful Tenderer shall deposit with their Paying Authority, a sum equal to 10% of

the total value of the contract, subject to maximum of Rs.10 (ten) lakhs for contracts valuing

up to Rs.10 (ten) crore and maximum of Rs.20 (twenty) lakhs for contracts valuing up to

Rs.20 (twenty) crore. For contracts valuing above Rs.20 (twenty) crore, amount of Security

Deposit will be 1% of the contract value.

21.2 Security deposit should remain valid for a minimum period of 60 days beyond the date of

completion of all contractual obligations of supplier. After completion of all contractual

obligations, SD will be returned to the successful supplier.

21.3 Security Deposit may be made in any of the following manners:

Page 14: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 14 -

Deposit in Cash

Government Securities to be valued at 5% below the market value.

Deposit receipt of any Nationalized Bank.

Guarantee Bonds executed by any Nationalized Bank.

Demand Draft of any Nationalized Bank.

A deposit in Post Office Savings Bank.

National Savings Certificate.

Defence Deposits.

National Defence Bond.

Bonds of IRFC & KRCL.

21.4 Wherever SD is submitted through a Bank Guarantee, the issuing Bank should be advised to

send the Bank Guarantee directly to the concerned FA&CAO under registered post A.D. SD

should be in the prescribed format (Annexure-‘G’ for SD).

21.5 Deposits in the Post Office Saving Bank should be hypothecated by the depositor to the

Financial Adviser and Chief Accounts Officer of the Railway (Paying Authority) and pass

book will remain in the custody of the Chief Cashier of the Railway.

21.6 When deposits are made in Government Securities, it should be seen that all accrued interest

to the debit on the G.P. Notes is duly collected by depositors prior to the G.P. Notes being

endorsed to the Financial Adviser and Chief Accounts Officer, there should be at least two

blank pages on the G.P. Notes after the last endorsement by the depositor. These are

necessary to enable further endorsement by the Railway to the Reserve Bank of India.

21.7 In case of endorsement signed “PER BEARER”, “FOR” power of attorney is necessary duly

registered and such endorsement need be certified by the Public Department Office of the

Reserve Bank of India with their rubber stamp before G.P. Notes are delivered to the

Railways.

21.8 The payment of Security Deposit in the form of Deposit Receipt/ Pay Order/ Demand Draft

should be made in favour of FA&CAO of the Zonal Railway, from where payment against

the contract would be made.

21.9 Central Government Public Sector undertakings shall, however, furnish an indemnity Bond

in lieu of Performance Guarantee Bond (Annexure J).

22. Transit Insurance :

The purchaser will not pay separately for transit insurance and the supplier will be

responsible till the entire stores contracted for, arrive in good condition at destination/

Station of dispatch as the case may be.

23. Excise Duty :

(i) If, it is desired to ask for excise duty or any other charges as extra, the same must be

specifically stated. In the absence of any such statement, no claim for the same will be

entertained. Where the excise duty is leviable on advaloram basis, the tenderer should

submit along with the tender, the Form I and the manufacturer’s price list showing the actual

assessable value of the stores, as approved by the Excise Authorities.

Page 15: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 15 -

(ii) Please note that in case any refund of excise duty is granted to you by excise authorities

in respect of stores supplied under the contract, you will pass on the credit to the purchaser

immediately along with a certificate from your Director/Manager/Proprietor/Accountant that

the credit so passed on related to the excise duty originally paid for the stores supplied under

the contract. In case of your failure to do so within 10 days of the issue of the excise duty

refund orders to you by the excise authorities, the purchaser would be empowered to deduct

a sum equivalent to the amount refunded by the Excise Authorities without any further

reference to you from any of your outstanding bills against this or any other pending

Government contracts and that no dispute on this account would be raised by you.

(iii) The tenderer is also required to furnish to the Paying Authority the following

certificate:-

(a) Certificate with each bill to this effect that no refund has been obtained in respect of the

reimbursement of Excise Duty made to the contractor during three months immediately

preceding the date of the claim covered by the relevant bill.

(b) Firm’s/Bill’s Statutory Auditor’s certificate as to whether any refund have been obtained

or applied for by them or not in the preceding financial year, after the annual audit of their

accounts, also indicating details of such refunds/application, if any. This certificate should

contain reference to all adhoc ATs/Rate Contracts/Running contracts held by the Firm/mills.

(c) A certificate along with the final payment bills of the firm/mills to the effect whether or

not they have any pending appeals/protest for refund or partial refund or excise duties

already reimbursed to the firm/mills by the Government pending with the excise authorities

and if so, the nature, the amount involved, and the position of such appeals. This certificate

should be signed by the firm’s/mill’s Managing Director/Manager/Accountant.

(d) An undertaking to the effect that in case it is detected by the Government that any refund

from excise authorities was obtained by the firm/mills after obtaining reimbursement from

the Paying Authority and if the same is not immediately refunded by the firm/mills to the

paying authority giving details and particulars of the transaction, paying authority will have

full authority to recover such amounts from the firm’s/mill’s outstanding bills against that

particular contract or any other pending Government contract and that no dispute on this

account would be raised by the supplier.

24. VALUE ADDED TAX (VAT)

24.1 The tender should quote the exact percentage of VAT that they will be charging extra.

24.2 While quoting the rates, tenderer should pass on (by way of reduction in prices) the set

off/input tax credit that would become available to them by switching over of the system of

VAT from the existing system of sales tax, duty stating the quantum of such credit per unit

of the item quoted for.

24.3 The tenderer while quoting for tenders should give the following declaration;

“We agree to pass on such additional set off/input tax credit as may become available in

future in respect of all the inputs used in the manufacturer of the final product on the date of

supply under the VAT scheme by way of reduction in price and advise the purchaser

accordingly.”

Page 16: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 16 -

24.4 The supplier while claiming the payment will furnish the following certificate to the paying

authorities;

“We hereby declare that additional set offs/inputs tax credit to the tune of Rs. ________has

accrued and accordingly the same is being passed on to the purchaser and to that effect the

payment amount may be adjusted.”

24.5 Even for contracts where CST is payable, this input tax credit may become admissible to the

supplies where the supplier happens to be located in the state in which VAT has been

implemented. Accordingly, the certificate under para (24.4) above should also be obtained in

all such existing contracts where CST is payable.

24.6 For the states in which the VAT has not yet been introduced, the existing system of sales tax

shall continue.

25. CENVAT Credit

25.1 The price quoted by the tenderers should take into account the credit availed on input under

the CENVAT Credit Rules, 2004. The tenderer should also state quantum set offs in respect

of duties on inputs (as admissible under law), that is being totally and unconditionally

passed on to the purchaser, in the prices quoted per unit of the item.

25.2 In the event of additional CENVAT credit being extended by the Government of India to

cover items ordered against present tender, the same shall be passed on to the purchaser. The

bill for payment should accompany the following certificate:-

(a) We hereby declare that no additional CENVAT benefit has accrued to us beyond what

has already taken into account while submitting our offer and incorporated in the rates

shown in the contract.

(b) We hereby declare that the additional CENVAT benefit of Rs. ------------per

machine/unit has accrued to us beyond what was taken into account while submitting our

offer & incorporated in the rates shown in the contract. We are passing on the same to

the purchaser and the bill has been prepared accordingly.

26. Service Tax

Vide Central Notification no. 32/2007/Service Tax dated 22/5/07, Service Tax would be

levied on Works Contract service i. e. services provided in relation to the execution of a

works contract. Value of works contract service shall be equivalent to the gross amount

charged for the works contract less the value of transfer of property in goods involved in the

execution of works contract. i.e. all exclusion which do not suffer Works Contract (sales)

Tax. Value of works contract service shall include:

a. labour charges for execution of the works;

b. amount paid to sub-contractor for labour and services;

c. charges for planning, designing and architect’s fee;

d. charges for obtaining on hire or other wise, machinery and tools used for the

execution of the works contracts;

e. cost of consumables such as water, electricity, fuel, used in the execution of the

works contract, the property in which is not transferred in the course of execution of

a works contract;

Page 17: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 17 -

f. cost of establishment of the contractor relatable to supply of labour and services;

g. other similar expenses relatable to supply of labour and services; and

h. Profit earned by the service provider relatable to supply of labour and services.

27. Purchase preference to Central Govt./PSUs

27.1 Purchase preference has been withdrawn & not applicable.

28. Quantity Variation Clause:

28.1 The purchaser reserves the right to increase/ decrease the ordered quantity up to 30% of the

total order quantity, as per their requirement, during the currency of the contract on the same

price and terms and conditions with suitable modification in delivery period for the optional

quantity.

29 Liquidated Damanges: -

As per clause 0702 of IRS Conditions.

30 Default:-

30.1.1 Should the contractor fail to have the stores ready for delivery by the time or times agreed

upon as aforesaid, or should the contractor in any manner otherwise fail to perform the

contract or should it have a receiving order made against it, or make or enter into any

arrangements or composition with its creditor, or suspend payment (or being a company

should enter into liquidation either compulsory or voluntary) the purchaser shall have power,

under the hand of the Director, RE(S), Ministry of Railways, Railway Board, New Delhi,

India, to declare the contract to an end and the Security Deposit/Performance Guarantee

bond would be forfeited. The contractor shall be liable for any liquidated damages for delay

as provided above.

31 Force Majeure:

31.1 Force Majeure means an event beyond the control of the supplier and not involving the

supplier’s fault or negligence and which is not foreseeable. Such events may include, but are

not restricted to acts of the purchaser either in its sovereign or contractual capacity, wars or

revolutions, hostility, acts of public enemy, civil commotion, sabotage, fires, floods,

explosions, epidemics, quarantine restrictions, strikes, lockouts, and freight embargoes.

However, it should not be used by a party effectively to escape liability for bad performance.

If there is delay in performance or other failures by the supplier to perform its obligation

under its contract due to event of a Force Majeure, the supplier shall not be held responsible

for such delays/failures.

If a Force Majeure situation arises, the supplier shall promptly notify the purchaser in

writing of such conditions and the cause thereof within twenty-one days of occurrence of

such event with reasonable evidence thereof. Unless otherwise directed by the purchaser in

writing, the supplier shall continue to perform its obligations under the contract as far as

reasonably practical, and shall seek all reasonable alternative means for performance not

prevented by the Force Majeure event.

Page 18: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 18 -

If the performance in whole or in part or any obligation under this contract is prevented or

delayed by any reason of Force Majeure for a period exceeding sixty days, either party may

at its option terminate the contract without any financial repercussion on either side.

There may be a Force Majeure situation affecting the purchase organization only. In such a

situation the purchase organization is to take up with the supplier on similar lines as above

for further necessary action.

32.0 Right of Acceptance: The Purchaser may accept a tender for a part or whole of the quantity

offered, reject any tender without assigning any reason and may not accept the lowest or any

tender.

33. Communication of Acceptance: Acceptance by the Purchaser will be communicated by

Fax/e-mail, telegram, express letter of acceptance. In case advance acceptance is

communicated by Fax/e-mail, telegram or express letter, the formal acceptance of the tender

will be forwarded to you as soon as possible but the instructions contained in the Fax,

telegram or express letters should be acted upon immediately.

34. This tender is not transferable.

35. CARTEL FORMATION:

Wherever all or most of the approved firms quote equal rates and cartel formation is

suspected, Railways reserve the right to place order on one or more firms with exclusion of

the rest without assigning any reasons thereof.

The firms who quote in cartel are warned that their names may be deleted from the list of

approved sources.

-Sd-

(Rajeev Saxena)

Director, Railway Electrification (Stores)

Railway Board

For & on behalf of the President of India.

Page 19: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 19 -

SCHEDULE OF REQUIREMENTS

The offers will be received up to 14.30 hrs. , and will be opened thereafter on the date specified as

under :

Amount of Earnest Money to be deposited (See clause 12.1 of Instruction to Tenderers).

Name of Firm ----------------------------------------------------------------------------------------

(to whom issued)

Table A

S.No. Tender No. Description of Stores Qty.

(in Nos.)

Last date of

submission

of bids

Ultimate

destination

1. RE2016SPMUV0002

Design, manufacture, supply, testing & commissioning of self-propelled

Multipurpose Utility Vehicle for

hauling of stringing vehicle & other Electrical vehicles for operation on

broad gauge (1676mm) electrified (25

kV a.c.) routes of Indian Railways as per TI/SPC/OHE/MUV/0900 Rev.1

(03/2014)

04 (Four)

20. 07.2016 To be advised

1.1 Detailed breakup of cost is as follows:-

Table A

S.

No

Description Quantity Unit

Basic

Rate*

Taxes and

any other

charges

All

inclusiv

e unit cost (a)

Total all

inclusive

cost (A)=(a)*qty

Design, manufacture, supply, testing &

commissioning of self-propelled

Multipurpose Utility Vehicle for hauling of stringing vehicle & other Electrical

vehicles for operation on broad gauge

(1676mm) electrified (25 kV a.c.) routes of Indian Railways as per

TI/SPC/OHE/MUV/0900 Rev.1 (03/2014)

* This cost should be only basic cost exclusive of the costs of items in B/C/D/& E as mentioned

in subsequent paras.

Table B

S.

No

Details Quantity Unit

Basic

Rate

Taxes

and any

other

charges

All

inclusive

Cost per SPMUV

(b)

Total all

inclusive

cost (B)=(b)*qty

Spare parts and special maintenance tools

required for two years normal maintenance to cover the complete range

of Mechanical Hydraulic and Electrical

Page 20: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 20 -

equipment as per clause 1.16.1 of technical specification (The cost must be

quoted on lump sum basis for 2 years

comprehensive maintenance of 8W MUV. However the list of spares to be enclosed

is to be indicative and as per assessment

made by the tenderer.)

Table-C

S.No

Details Quantity Unit Basic

Rate

Taxes

and any

other

charges

All inclusive

Cost per

SPMUV (c)

Total all inclusive

cost

(C)=(c)*qty

Unit exchange spares for every set of 10

SPMUV or part thereof as per clause

1.16.2 of technical specification.

i) Flexible coupling/ Engine connection

(complete) - 1 set ii) Battery charger for charging of

starter Batteries - 1 unit

iii) Auxiliary Alternator - 1 set

Table-D

S.

No

Details Quantity Unit

Basic

Rate

Taxes

and any

other

charges

All

inclusive

Cost per SPMUV

(d)

Total all

inclusive cost

(D)=(d)*qty

Tools as per clause 1.17 of technical

specification. List of tools & special tools for

maintenance and overhaul of SPMUV

shall be supplied as per Annexure-8-A, 8-C by the Tenderer in accordance with

Clause 6.1 of technical specification.

Table-E

S.

No

Details Quantity Unit

Basic Rate

Taxes

and any

other

charges

All

inclusive Cost per

SPMUV

(E)

Total all

inclusive cost

(E)=(e)*qty

Testing Kit as per clause 1.18.1 of technical specification. The testing kit

shall be supplied as per annexure-8-B.

Page 21: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 21 -

Table-F-

S.No

Details Quantity Unit Basic

Rate

Taxes

and any

other

charges

All inclusive

Cost per

SPMUV (F)

Total all inclusive

cost

(F)=(f)*qty

Training as per clause 1.12 of technical

specification. The training material shall

be supplied as per Annexure 8-D.

Table-G

AMC for 05 years after warranty period for components as per clause 6 of Additional Special

Conditions of Bid Tender. (It should cover all components as per para 1.21.1 of Technical

Specification). Lump sum cost must be quoted, however list of spares should also be indicated which

should be comprehensive and as per the assessment of tenderer.

Cost

(in Rs)

Taxes PV

Factor

@ 10%

per

annum

(vi)

Cost of AMC

per 8W MUV

after discounting

factor for

evaluation

(in Rs) *

Total all

inclusive

cost for all 8W MUV

Material

component

(i)

Labour

component

(ii)

Total

(iii)

VAT

(iv)

Service

Tax

(v)

a First year

AMC cost

0.7513

b Second year

AMC cost.

0.6830

c Third year

AMC cost

0.6209

d Fourth year

AMC cost

0.5644

e Fifth year

AMC cost

0.5131

Total Cost (G)

NB: The AMC cost (G) will be calculated after multiplying quoted rates with PV factor i.e. after discounting annual cost @ 10% per annum.

For evaluation purposes, total cost of 4 nos. 8W MUV for Tables A+B+C+D+E+F+G will be

considered.

*SPECIAL NOTES:

1. The e-bids should be uploaded at www.ireps.gov.in before the time and date specified for the

same. Only the rates and the details required as per mandatory requirements as per para 2.0

below, are to be uploaded on the IREPS site. Other documents are to be submitted manually to

the Director, Rly. Electfn.(Stores) Ministry of Railways (Railway Board), Room No.114, Rail

Bhavan, New Delhi-110001 before the date & time specified for bid opening. Copy of bid with

complete documents shall be submitted manually in 3 copies marked as ‘ORIGINAL’,

‘DUPLICATE’ and ‘TRIPLICATE’ and each copy of the bids should be complete in all

respects. Please note all the three copies of bid must be hard /Spiral bound. In case of any

variation in rate, the figures indicated in the e-bid shall be considered final. Bidders must note

that original copy of Bid guarantee (EMD) instruments must reach to this office within the

specified time of bid submission/opening on bid opening date. In case original copies of

aforesaid documents not received upto 14.30 hrs of bid opening date, bid will be summarily

rejected.

Page 22: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 22 -

2. MANDATORY REQUIREMENTS OF ELECTRONIC TENDERS:

Bidders are required to fill-in and upload the following proforma giving an undertaking for

submission of required information/ details at the time of on-line submission of their e-bid. Hard

copy of following proforma duly signed by the digital signatory should also be submitted

manually along with other documents to this office within the specified time limit i.e. upto

14.30 hours on bid opening date.

S.No. Requirement Remarks

Remarks

1 Have you remitted the cost of the Bid

Documents or submitted the cost of bid

documents with offer ?

(If yes Please fill-up the money receipt

No. and other details)

Money receipt No. date ……. and amount

Rs. …. or Bank Draft (DD) No.

…..date ….. for Rs…… Name of

bank………

2 Have you submitted a Bid Guarantee

(EMD)

as per clause 12 of Instructions to

Tenderers ?

(If yes Please fill-up the bid guarantee

No. and other details)

Bid Guarantee No. …. Date…….

Amount……..Name of bank issuing bid

guarantee……..

2.1 Attention of the tenderers is invited to Clause 12.1 of the ‘Instructions to Tenderers’ regarding

deposit of Earnest Money. Any bid not accompanied by Earnest Money in one of the approved

forms shall be rejected summarily.

3. The tenderers should quote to the specification in all respects. Technical Specification is to be

uploaded on the web site with their e-bid and a copy of same shall also be submitted manually

with other documents. If there are any deviations to the specification, a Deviation Statement

indicating the Clause/Sub-Clause, deviation proposed and justification thereof should be

enclosed. In this connection attention of the tenderers is invited to Clause 14.1 of the

Instructions to Tenderers. In case of ‘NIL’ deviations, the same should be specified.

4. Tenderers must quote strictly as per proforma as given in Annexure ‘A’ (Offer form) in

electronic form. Submission of offer in any other format may lead offer to be summarily

rejected.

5. Purchaser reserves the right to vary the quantity in the Schedule of Requirements by ± 30% over

the quantities indicated above at any stage, before or after the placement of contract till its

complete execution. All fractions will be rounded off to the next higher whole number.

6. The Tenderers should quote on the basis of Instructions to Tenderers. If there are any

deviations, they should submit a deviation statement in the same manner as mentioned in (3)

above. The attention of the Tenderers is invited to Clause 9 & 10 of the Instructions to

Tenderers. The rate, giving the detailed break-up separately. The contract shall be placed on the

basis of FOR station of dispatch, the supplier shall book the goods freight pre-paid and recover

the freight element through the bills.

7. Deviations as mentioned in para 3 and 6 above, should not have any financial implications.

However if any quoted deviation is found to have financial implication and not accepted, the

tenderer has to accept the original terms and conditions of the tender at its quoted price, failing

Page 23: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 23 -

with its offer is liable to be rejected summarily. A undertaking in this regard is to be given by

the tenderer in Statement of deviations at annexure ‘B’ & ‘C’.

8. DELIVERY SCHEDULE: The purchaser requires the completion of delivery of 8 Wheeler

SPMUV within 2 years from the date of prototype approval by RDSO. For prototype approval,

timeline as given in para 10.2 of ITT should be adhered. However the suppliers may quote early

deliveries against this tender.

9. Offers against this tender will be entertained only from those firms who have purchased the Bid

Documents in their own name on payments of the specified charges. Offers from other firms

are liable to be rejected.

10. In case, the date of tender opening falls on Gazetted Holiday or is subsequently declared as

such, the tender will be opened on the next working day at the appointed time.

11. Bid from Agents shall be summarily rejected.

12. Incomplete offer are liable to be summarily rejected.

a) E- Bids not supported with proof of remitting the cost of bid documents shall be rejected.

b) E- Bids received not accompanied with specified ‘Bid Guarantee’ shall be considered

unresponsive & rejected. Any fax/swift message/communication from the bank for

establishing/issuing the bid guarantee later on will not be entertained.

c) E- Bids received after stipulated time & date of opening shall not be considered.

d) If complete Bid in all respects is not received manually within the specified time on the date

of bid opening.

13. PRE BID CONFERENCE: Indian Railways will hold pre-bid conference with the prospective

bidders for technical and commercial discussions/ clarifications. This conference will be held in

Railway Board on 18.05.2016 at 11.00 hrs in which Indian Railways will clarify all related

issues regarding the stores being procured including design parameters/ standards/ specifications

and conditions of tender. The bidders may also come out with their suggestions, if any, for

modification in tender specification for the purpose of improvement in technical and

commercial conditions including eligibility criteria. As a result of the discussions in the pre bid

conference, if it is considered necessary to modify the technical specification or any of the

tender conditions, the same shall be carried out. The modified tender document will again be

uploaded on the above website for tender opening. Costs for attending the pre-bid will be borne

by the bidder.

The bidders may send all the points/ queries technical as well as commercial two weeks in

advance of the pre bid conference for discussion during pre-bid conference. It is the

responsibility of the prospective bidders that they should on their own attend the said conference

at the indicated venue, date and time without waiting for any communication. It is mandatory to

submit fee equal to the cost of bid document in the form as mentioned in para 3 & 4 of Bid

Invitation for Electronic offers, before start of pre bid conference, and this shall be treated as the

fee of bid document, the copy of which can also be submitted along with tender document.

The last date for submission of suggestion, if any for modification in tender specification/

commercial condition is 07 days after pre-bid conference. Suggestions received afterwards will

not be considered.

Page 24: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 24 -

SPECIAL CONDITIONS OF CONTRACT

1. CONDITIONS OF CONTRACT

1.1 These (a) “Special Conditions of Contract” and the “Instructions to Tenderers”, the details of

materials as given and the “Schedule of Requirement” attached herewith shall govern the

manufacture and supply of material under this contract in addition to and/or in part

supersession of (b) “Standard Conditions of Contract & Instructions to Tenderers”. Where

there is any conflict in the different Clauses of Tender Document, the following order of

preference shall prevail in order of priority: (i) Special Conditions of Contract, (ii)

Schedule of Requirement & Offer Form, (iii) Technical Specification, (iv) Instruction to

Tenderers & (v) IRS conditions of Contract. Any special conditions stated by the

tenderers/contractors in the covering letter submitted alongwith the tender shall be deemed to

be part of the contract to such extent only as have been specifically accepted by the Purchaser.

2. WARRANTY

2.1 The warranty shall be as stipulated in Clause 3200 of IRS Conditions of Contract but for a

period of 30 months after delivery or 24 months from the date of placement in service

whichever is earlier.

2.2 In terms of warranty Clause 3200 of IRS Conditions of Contract, the contractor will have to

submit Bank Guarantee (valid for a period as stipulated under Clause 3200 of IRS Conditions

of Contract) for 10% contract value to cover the said warranty from a Nationalised Bank

acceptable to the Purchaser on the proforma as per Annexure ‘H’ while submitting bills for

20% payment. This clause shall over-ride any other warranty clause in the tender document.

3. SYSTEM OF PAYMENT

The system of payment shall be as per Clause 2300 of IRS Conditions of contract will be as

under :

(a) For Vehicle (Table A):

i.) 80% payment in terms of Clause 2302(a) of “IRS Conditions of Contract”.

ii.) The balance 20% payment shall be paid on receipt of the stores or each consignment

thereof, in accordance with the terms of the contract in good condition by the consignee

with a certificate to that effect endorsed on the copy of the inspection note by consignee

and subject to furnishing a Bank Guarantee as per proforma as given in Annexure ‘H’

fully indemnifying the Purchaser against all losses incurred by the Purchaser during

warranty period indicated in Warranty Clause and these shall accompany the bill

submitted by the contractor.

(b) For other supply/services items (Table B to G)

100% payment against receipt and acceptance of supply/ services by the consignee.

Page 25: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 25 -

4. INSPECTION

Inspection of 8 Wheeler MUV including approval of detailed design, drawings & prototype

shall be carried out by RDSO as per specifications given along with the tender.

5. ARBITRATION

5.1 Arbitration shall be as per clause 2900 of IRS Conditions of Contract & the same shall be as

per Arbitration & Reconciliation Act, 1996.

6. ANNUAL MAINTENANCE CONTRACT (AMC)

6.1 The tenderer shall quote for AMC comprehensive of all equipments including Traction

Motors, Alternators, Diesel Engine complete with transmission & cooling system, Air Brake

system with compressor unit and Control System etc. The Annual Maintenance shall be

applicable for 5 years beyond expiry of warranty. The tenderer shall quote year wise rates of

AMC detailing the various schedules to be undertaken by them as well as submitting the

requirement of material/ spare parts, consumables and services to be rendered by him after

regular intervals. The AMC shall be comprehensive for all equipments for preventing as well

as break down maintenance. The tenderer shall keep adequate spares in stock for regular

schedule of AMC so that maintenance schedules are completed in time. AMC shall be all

inclusive of parts required to be replaced during each schedule, if required either due to

breakdown or wear.

The AMC cost shall be considered while evaluating the inter-se tender position. It shall be

compulsory for the tenderer to quote for AMC. However, the decision to enter into AMC shall

vest with Railway alone.

6.2 Special conditions for reliability of vehicle during AMC period (05 years)

The successful bidder will be fully responsible for maintaining the 8W MUV to the required

standard and with a pre-defined standard of reliability for the earlier specified Warranty period

and AMC period for the defined components/parts of the vehicle for the respective period.

Reliability will be measured by following parameters; i) Maximum downtime allowed per

year shall be 15 days or 360 hours including both scheduled maintenance and failures, ii)

There should not be more than 2 (two) failures in a year.

(IOH/POH period shall not be counted in the downtime period).

Beyond the above defined Downtime, the penalties shall be @ Rs. 5000/- per day for 15th

to

30th day in the year, Rs. 20,000/- per day for the 31

st to 60

th days and after this period

performance bank guarantee shall be liable to forfeiture. In case of 3rd

failure or more, penalty

of Rs. 50,000/- per case shall be levied, in addition.

Downtime is defined as non-availability of the OHE recording car for its intended use. While

failure is defined as malfunctioning of the entire unit or its parts/components so as to make the

OHE recording car unfit for line operations to meet out the intended requirements. Here

Page 26: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 26 -

downtime for the purpose of penalties during the AMC period shall take into account the

failures/ malfunctioning of 8W MUV.

6.3 The AMC agreement shall be entered with the Zonal Railways as per the accepted rate in the

contract.

6.4 Rates of AMC are to be quoted in Indian Rupees only and no Price Variation is permitted on

AMC charges. It may be noted that only Service Tax is applicable on AMC charges. There

should be at least one quarterly visit for preventive maintenance at the consignee end. No

passes will be issued by railways for AMC visits.

Sd/-

(Rajeev Saxena)

Director, Railway Electrification (Stores)

Railway Board

For & on behalf of the President of India.

Page 27: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 27 -

GOVERNMENT OF INDIA

MINISTRY OF RAILWAYS

(RAILWAY BOARD)

OFFER FORM ANNEXURE ‘A’

To

The President of India

Through

The Director,

Railway Electrification (Stores),

Ministry of Railways,

Railway Board.

Room No.114

Ref: Tender No. ------------------------------------------------------------------------------

Due on -----------------------------------------------------for -----------------------------

1. We declare that we are the manufacturers of ---------------------------------

2. We are equipped with adequate machinery for production, quality control and testing of the

materials manufactured and used by us and our factory is open for inspection by

representatives of the Indian Railways.

3. We hereby offer to supply the following items at the prices mentioned below and as per

delivery period indicated :

Detailed breakup of cost is as follows:-

Table A

S.

No

Description Quantity Unit

Basic Rate*

Taxes and

any other charges

All

inclusive unit

cost (a)

Total all

inclusive cost

(A)=(a)*qty

Design, manufacture, supply, testing & commissioning of self-propelled

Multipurpose Utility Vehicle for hauling

of stringing vehicle & other Electrical

vehicles for operation on broad gauge (1676mm) electrified (25 kV a.c.) routes

of Indian Railways as per

TI/SPC/OHE/MUV/0900 Rev.1 (03/2014)

Table B

S.

No

Details Quantity Unit

Basic Rate

Taxes

and any

other

charges

All

inclusive Cost per

SPMUV

(b)

Total all

inclusive cost

(B)=(b)*qty

Spare parts and special maintenance tools required for two years normal

maintenance to cover the complete range

of Mechanical Hydraulic and Electrical

Page 28: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 28 -

equipment as per clause 1.16.1 of technical specification (The cost must be

quoted on lump sum basis for 2 years

comprehensive maintenance of 8W MUV. However the list of spares to be enclosed

is to be indicative and as per assessment

made by the tenderer.)

Table-C

S.

No

Details Quantity Unit

Basic

Rate

Taxes

and any

other

charges

All

inclusive

Cost per SPMUV

(c)

Total all

inclusive

cost (C)=(c)*qty

Unit exchange spares for every set of 10 8W SPMUV or part thereof as per clause

1.16.2 of technical specification.

i) Flexible coupling/ Engine

connection (complete) - 1 set ii) Battery charger for charging of

starter Batteries - 1 unit

iii) Auxiliary Alternator - 1 set

Table-D

S.

No

Details Quantity Unit

Basic Rate

Taxes

and any

other

charges

All

inclusive Cost per

SPMUV

(d)

Total all

inclusive cost (D)=(d)*qty

Tools as per clause 1.17 of technical

specification.

List of tools & special tools for

maintenance and overhaul of 8W MUV shall be supplied as per Annexure-8-A, 8-

C by the Tenderer in accordance with

Clause 6.1 of technical specification.

Table-E

S.

No

Details Quantity Unit

Basic Rate

Taxes

and any

other

charges

All

inclusive Cost per

SPMUV

(E)

Total all

inclusive cost

(E)=(e)*qty

Testing Kit as per clause 1.18.1 of technical specification. The testing kit

shall be supplied as per annexure-8-B.

Table-F-

S.

No

Details Quantity Unit

Basic

Rate

Taxes

and any

other

charges

All

inclusive

Cost per

SPMUV (F)

Total all

inclusive

cost

(F)=(f)*qty

Training as per clause 1.12 of technical

specification. The training material shall be supplied as per Annexure 8-D.

Page 29: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 29 -

Table-G

AMC for 05 years after warranty period for components as per clause 6 of Additional Special

Conditions of Bid Tender. (It should cover all components as per para 1.21.1 of Technical

Specification). Lump sum cost must be quoted, however list of spares should also be indicated which

should be comprehensive and as per the assessment of tenderer.

Cost

(in Rs)

Taxes PV

Factor

@

10% per

annum

(vi)

Cost of AMC

per 8W MUV

after

discounting factor for

evaluation

(in Rs) *

Total all

inclusive

cost for all

8W MUV Material component

(i)

Labour component

(ii)

Total

(iii)

VAT

(iv)

Service Tax

(v)

a First year

AMC cost

0.7513

b Second year

AMC cost.

0.6830

c Third year

AMC cost

0.6209

d Fourth year

AMC cost

0.5644

e Fifth year

AMC cost

0.5131

Total Cost (G)

NB: The AMC cost (G) will be calculated after multiplying quoted rates with PV factor i.e. after discounting annual cost @ 10% per annum.

For evaluation purposes, total cost of 8 nos. 8W DETC for Tables A+B+C+D+E+F+G will be

considered.

3.1 The tenderer should specifically indicate if the prices are inclusive or exclusive of Excise

Duty/and or Central Sales tax/VAT and in the later case, if these are to be paid extra by the

purchaser and also furnish current rates. Otherwise, the price will be treated as inclusive of

these levies.

3.2 We hereby declare that in quoting the above price, we have taken into account the entire

credit on inputs available under the CENVAT CREDIT RULES 2004.

4.0 We further agree to pass on such additional duties as set offs as may become available in

future in respect of all the inputs used in the manufacture of the final product on the date

of supply under the CENVAT SCHEME by way of reduction of prices and advise the

purchaser accordingly.

4.1 Supplies will commence with ------------weeks/months after placement of an order.

4.2 The supplies will be maintained at the rate of -----------Nos. per month.

5.0 Terms of Delivery

5.1 The above prices are F.O.R --------------------------------------

6.0 The approximate weight of each package is ----------Kg and will contain ----------

No./Nos. --------------------- (This information is required for purpose of freight

calculation only).

Page 30: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 30 -

7.0 We enclose the following statements as required by you.

7.1 Statement of deviations from Standard specifications (Annexure ‘B’)

7.2 Statement of deviations from the tender terms and conditions (Annexure ‘C’)

(Send a ‘NIL’ statement if there is no deviation).

7.3 Performance Statement (Annexure ‘D’)

7.4 Proforma for equipment and quality control (Annexure ‘E’)

7.5 Earnest Money deposit receipt No. ---------------------- dated ------------------ given by

the FA&CAO --------------------------------- Railway/DD No. ------ drawn on---------

7.6 Proforma for production capacity (Annexure ‘F’)

7.7 Certified copy of partnership deed of the firm/particulars of sole proprietorship, if

applicable.

8.0 We agree to keep our offer valid for acceptance for a period of 180 days from the

date of the opening of the tender and shall be bound by a communication of

acceptance within that time.

9.0 We have read and understood the terms of the Indian Railways Standard

Conditions of Contract (Latest revision) and also the terms of the invitation to

tenderers and instructions to tenderers and the special conditions of contract

applicable to the tender and to undertake to supply the stores as per those terms.

The deviations from the above terms and conditions are only those mentioned

in Annexure ‘C’.

Yours faithfully,

Date Signature of the Tenderer

Telephone No. Address

Telegraphic Address (see NOTE of invitation to tenderers)

Enclosures As per para 9 above.

Page 31: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 31 -

INDIAN RAILWAYS

ANNEXURE ‘B’

Tender No. RE2016SPMUV0002

Due on --------------------------------------------------------------------

NAME OF TENDERER :-------------------------------------------------------------

STATEMENT OF DEVIAITONS FROM TENDER SPECIFICATIONS

Item No. Description of Stores Particulars of Deviation

(Note: Deviations as mentioned above should not have any financial implications. However

if any quoted deviation is found to have financial implication and is not accepted, the

tenderer has to accept the original terms and conditions of the tender at its quoted price,

failing with its offer is liable to be rejected summarily. An undertaking in this regard is to be

given by the tenderer as below.)

Undertaking:

I/ we undertake to supply the Stores as per Technical Specification of tender at the quoted

cost, in case deviations are not accepted.

Signature of Tenderer

For & on behalf of Tenderer

Page 32: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 1 -

INDIAN RAILWAYS

ANNEXURE ‘C’

STATEMENT OF DEVIATIONS FROM STANDARD TERMS AND CONDITIONS OF

THE TENDER

TENDER NO. RE2016SPMUV0002

NAME OF TENDERER :

S.No. Reference to terms & conditions

of tender

Deviations in the offer Remarks

(Note: Deviations as mentioned above should not have any financial implications. However if

any quoted deviation is found to have financial implication and is not accepted, the tenderer has

to accept the original terms and conditions of the tender at its quoted price, failing with its offer

is liable to be rejected summarily. An undertaking in this regard is to be given by the tenderer

as below.)

Undertaking:

I/ we undertake to supply the Stores as per Technical Specification of tender at the quoted cost,

in case deviations are not accepted.

Signature of Tenderer

For & on behalf of Tenderer

Page 33: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 2 -

ANNEXURE ‘D’

PERFORMANCE STATEMENT

TENDER NO. RE2016SPMUV0002

DUE ON

NAME OF FIRM

S.No. Order placed

by

Order No.

and Date

Quantity Value of

Order

Date of

completion

of delivery

Remarks,

indicating

reasons for

late delivery

Note :- Only items quoted for /items mentioned in Eligibility Criteria should be included in

this statement. Order or similar items should be entered separately, if required.

Name and address of Bankers

Signature of the Tenderers

Name and address of the firm

Page 34: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 3 -

ANNEXURE ‘E’

PROFORMA FOR EQUIPMENT AVAILABILITY AND QUALITY CONTROL

MECHANISM

Tender No. RE2016SPMUV0002

Due on

Name of the Firm

Note: All details required only for the item tendered.

1. Name and address of the firm

2. Telephone no. Office/Factory/Works

3. Location of the Manufacturing Factory

4. Details of plant and machinery erected and functioning in each Department

(Monographic and description pamphlets) be supplied if available.

5. Whether the process of manufacture in the factory is carried out with the aid of power

or without it ?

6. Details and stocks of raw material held.

7. Production capacity of item(s) quoted for, with the existing plant and machinery.

8. Details of arrangement for quality control of products such as laboratory etc.

9. Details of Technical Supervisor Staff-in-charge of production and quality control,

10 Skilled labour employed

11 Unskilled labour employed

12 Maximum number of works (skilled and unskilled) employed on any day during the 18

months preceding the date of application.

13 Whether stores were tested to any standard specification. If so, copies of

original test certificate should be submitted in triplicate.

14 Are you registered with the Directorate General of supplies and Disposals, New Delhi

for these stores? If so, furnish full particulars of registration, period of currency etc.

15 Are you a Small Scale Unit registered with the National Small Industries Corporation

Ltd. for these stores? If so, furnish full particulars of registration with currency period.

Signature of Tenderer

Page 35: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 4 -

ANNEXURE ‘F’

TENDER NO. RE2016SPMUV0002

DUE ON

PROFORMA FOR PRODUCTION CAPACITY

1. Name and Address of the Manufacturer

2. Location of the Factory

3. Brand of stores offered

4. Please attach NTH test report for items quoted for. The test report should not be older

than two years from the date of the opening of the tender. If the NTH test report is not

available, a test report from any other recognized laboratory may be attached.

5. Indicate the places where you have distribution centers are maintained.

6. What is the installed monthly capacity for the -------------------------covered under this

tender, indicate the capacity separately.

7. What is the average monthly production ------------------during the last five years ?

8. What is the existing load for -------------------------------------------------

9. How much of the above is covered by orders of the Railways?

10. Have you supplied the stores tendered for in the past to any Government

Department/Undertaking etc? If so, details of supplies made last may be furnished.

10.1 Description

10.2 Total quantity ordered

10.3 Total quantity supplied

10.4 Total quantity pending on the date of tendering

Signature of Tenderer

Page 36: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 5 -

ANNEXURE ‘G’

FORM OF BANK GUARANTEE BOND

In consideration of the President of India (herein after called “the Government”) having

agreed to exempt ____________________________ (hereinafter called “the said

Contractor(s)”) from the demand, under the terms and conditions of an Agreement dated

___________ made between ____________and _________________ for

______________________(hereinafter called “the said Agreement”), of security deposit for the

due fulfillment by the said Contractor(s) of the terms and conditions contained in the said

Agreement, on production of a bank Guarantee for Rs.____________ (Rupees ____________

only) we, _________________ (indicate the name of the bank) (hereinafter referred to as “the

Bank”) at the request of _____________________ (Contractor(s)) do hereby undertake to pay

to the Government an amount not exceeding Rs. _______________ against any loss or damage

caused to or suffered or would be caused to or suffered by the Government by reason of any

breach by the said Contractor(s) of any of the terms and conditions contained in the said

Agreement.

2. We _____________________________(indicate the name of the bank) do hereby

undertake to pay the amounts due and payable under this guarantee without any demur, merely

on a demand from the Government stating that the amount claimed is due by way of loss or

damage caused to or would be caused to or suffered by the Government by reason of breach by

the said contractor(s) of any of the terms or conditions contained in the said agreement or by

reason of the contractor(s) failure to perform the said Agreement. Any such demand made on

the bank shall be conclusive as regards the amount due and payable by the Bank under this

guarantee. However, our liability under the guarantee shall be restricted to an amount not

exceeding Rs. ______________.

3. We undertake to pay to the Government any money so demanded notwithstanding any

dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending

before any court or Tribunal relating thereto our liability under this present being absolute and

unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability

for payment there under and the contractor(s)/supplier(s) shall have no claim against us for

making such payment.

4. We,_________________________(indicate the name of the bank) further agree that the

guarantee herein contained shall remain in full force and effect during the period that would be

taken for the performance of the said Agreement and that it shall continue to be enforceable till

all the dues of the Government under or by virtue of the said Agreement have been fully paid

and its claims satisfied or discharged or till ______________ Office/Department, Ministry of

______________ certifies that the terms and conditions of the said Agreement have been fully

and properly carried out by the said Contractor(s) and accordingly discharge this guarantee.

Unless a demand or claim under this guarantee is made on us in writing on or before the

_______________ we shall be discharged from all liability under this guarantee thereafter.

5. We, ________________________ (indicate the name of the bank) further agree with

the Government that the Government shall have the fullest liberty without our consent and

Page 37: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 6 -

without affecting in any manner our obligations hereunder to vary any of the terms and

conditions of the said Agreement or to extend time of performance by the said contractor(s)

from time to time or to postpone for any time or from time to time any of the powers

exercisable by the Government against the said contractor(s) and to forbear or enforce any of

the terms and conditions relating to the said agreement and we shall not be relieved from our

liability by reason of any such variation, or extension being granted to the said contractor(s) or

for any forbearance, act or omission on the part of the Government or any indulgence by the

Government to the said Contractor(s) or any such matter or thing whatsoever which under the

law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank

or the Contractor(s)/Supplier(s).

7. We, _________________(indicate the name of bank) lastly undertake not to revoke this

guarantee during its currency except with the previous consent of the Government in writing.

Dated the ______________day of __________ 20

for _____________________________________

(indicate the name of Bank)

Page 38: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 7 -

ANNEXURE-‘H’

(Please see Clause 2.0 of Special Conditions of Contract)

PROFORMA OF BANK GUARANTEE FOR 10% CONTRACT VALUE TOWARDS

WARRANTY GUARANTEE

To

The President of India

Acting through the Director, Rly. Electrification (Stores)

Ministry of Railways, (Railway Board)

Rail Bhavan, Raisina Road.

New Delhi – 110001 (INDIA)

Sub: Guarantee No. ------------------------for ---------------------(Amount)

covering equipment(s) Serial No.------------------------ supplied to

(consignee/s)

Ref: Contract No. --------------------------- dt.------------------ placed

On M/s ----------------------------------------------------------------

1. WHEREAS M/s --------------------------------------------------- one of our constituents,

(hereinafter called the Sellers) have agreed to sell to you (hereinafter referred to as the

‘Purchaser’) ------------------------Nos. of -----------------------------(give description) as per

contract No. ---------------------- dated ----------------------- (hereinafter called ‘the said contract’)

2. AND WHEREAS according to the terms of the said contract, it has been stipulated that

payment of 20% of the value of the stores would be made, provided that the sellers furnish to

the Purchaser a Bank Guarantee from a recognized bank, acceptable to the Purchaser for 10%

value of the said contract, valid for a period covering in full the guarantee period as per the

warranty clause of the said conditions of the contract, being the conditions attached to and

forming part of the said contract.

3. AND WHEREAS the Sellers have approached us to give the said Bank Guarantee on

their behalf in your favour for an amount representing 10 per cent of the value of the said

contract which you have agreed to accept.

4. That in consideration of the promises and at the request of the said Sellers we hereby

irrevocably undertake and guarantee to pay to the Government of India or at such other place as

may be determined by you forthwith on demand and without any demur, any sum upto a

maximum amount of -------------------------------(Rs.--------------) representing 10 per cent of the

value of the stores dispatched under the said contract in case the Sellers make default in paying

the said sum or make any default in the performance, observance or discharge of the guarantee

contained in the said contract .

5. We agree that the decision of the Government, whether any default has occurred or has

been committed by the Sellers in the performance, observance or discharge of the guarantee

aforesaid shall be conclusive and binding on us M/s --------------------------------------

Page 39: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 8 -

6. Government shall be at liberty, from time to time, to grant or to allow extension of time

to give other indulgence to the said sellers or to modify the terms and conditions of the contract

with the said Sellers without affecting or impairing this guarantee or our liability hereunder.

7. We undertake to pay to the Government any money so demanded notwithstanding any

dispute or disputes raised by the Sellers in any suit or proceeding pending before any court or

Tribunal relating thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for

payment there under and the Sellers shall have no claim against us for making such payment.

8. The bank guarantee comes into force when the balance 10 per cent of the value of the

stores, shipped per vessel -------------------vide Bill of Lading No.----------------- dated -----------

----- or R/R No.---------------dt.------------- (in the case of indigenous contract) under the said

contract, has been paid and will remain in full force and effect upto-------------------- i.e. for -----

---------- months counted from the date of placing the stores in service, and, shall continue to be

enforceable for further five months i.e. up to (date) hereinafter called the said date.

9. The guarantee will not be discharged due to the change in the constitution of the Bank

or the Sellers.

10. That no claim under this guarantee shall be entertained by us unless the same has been

preferred by the Government within the said date.

Date---------------------- Signature--------------------

Place-------------------- Printed Name---------------

Witness------------------ --------------------------------

(Designation)

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

(Bank’s common seal)

Page 40: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 9 -

ANNEXURE ‘I’

PROFORMA BANK GUARANTEE FOR BID GUARANTEE

(ON BANK’S LETTER HEAD WITH ADHESIVE STAMP)

Ref:………………….. Date………………….

Bank Guarantee No…….

………………………..

To,

The PRESIDENT OF INDIA,

Acting through the Director, Railway Electfn.(Stores),

Ministry of Railways (Railway Board),

Rail Bhavan,

NEW DELHI – 110001.

Dear Sir,

In accordance with your invitation to tender No. -------------------- for supply of ----------

---------------------- M/s ------------------------------------------ hereinafter called the tenderer with

the following Directors on their Board of Directors/Partners of the firms :

1. 2.

3. 4.

5. 6.

7. 8.

9. 10.

wish to participate in the said tender for the supply of --------------------------------------------------

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

As a Bank Guarantee against Bid Guarantee for a sum of ----------------------------------------------

--------------------------------------------------(in words &figures) valid for(225) two hundred and

twenty five days from --------------------------------------required to be submitted by the tenderers

as a conditions for the participation, this Bank hereby guarantees and undertakes during the

above said period of (225) two hundred and twenty five days to immediately pay, on demand

by Director, Railway Electrification (Stores), Ministry of Railways, Railway Board, New

Delhi-110001, INDIA in writing the amount of ---------------------------------------------------------

------------- (in words & figures) to the said Director, Railway Electrification (Stores), Ministry

of Railways, Railway Board, New Delhi-110001, INDIA, and without any reservation and

recourse, if:-

a. the tenderer after submitting his tender, modifies the rates or any of the

terms and conditions thereof, except with the previous written consent of the

Purchaser; or

b. the tender withdraws the said bid within 180 days after opening the bid; or

c. the tenderer having not withdrawn the bid, fails to execute the contractual

documents within the period provided in the contract; or

Page 41: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 10 -

d. having executed the contract fails to give the bonds so aforesaid within the

period provided in the contract.

This guarantee shall be irrevocable and shall remain valid up to 4.00 P.M. on ------------

-------- if further extension to this guarantee is required, the same shall be extended to such

required periods on receiving instructions from M/s ----------------------------------------- on

whose behalf this guarantee is issued.

Date Signature-------------

Place Printed Name---------

Witness -------------------------

(Designation)

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

(Bank’s Common Seal)

Page 42: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 11 -

ANNEXURE ‘J’

PROFORMA FOR INDEMNITY BOND

This deed of indemnity made at ____________on date________of _____200 by M/s ----------

-------- a Public Sector Undertaking having registered office at ____________ hereinafter

referred to as “Contractor” which term shall whenever the context so required or admits means

and includes the said firm, legal representatives, assigns and transferees in favour of the

President of India through the FA&CAO(RBC),___________Railway, ____________,being

the paying authority nominated in Ministry of Railways, Railway Board, Running Contract No.

_______dated ________, hereinafter referred as “Ministry of Railways” in which expression

wherever the context so requires or admits mean and include his successors in office assigns

witnesseth.

2. Whereas We M/s ________________________Ltd. have agreed to supply various items

mentioned in the Annexure ‘B’- schedule of requirement/Supply Order against Government of

India, Ministry of Railways, Railway Board Running Contract

No._________________dated_____________at the time and place and in the manner specified

therein. It is also an agreed term of contract that this indemnity shall be given in lieu of

Performance Bank Guaranteed Bond for the due performance of the contract in all respects.

Now, therefore, in consideration of the above said premises and in consideration of the Railway

accepting this indemnity bond in lieu of Performance Guarantee Bond for 10% of the contract

value. We M/s ________________Ltd. herein agree, undertake and declare as follows:

(i) We M/s ___________________________Ltd. agree that the indemnity contained herein

shall remain in full force and effect during the period that would be taken for satisfactory

performance and fulfillment in all respects of the said contract by us. i.e. till

___________________(date) and that it shall, be continued to be enforceable for six months

after the date of last shipment of the goods contracted to be supplied by us in terms of delivery

clause____________(Number of clauses to be mentioned of the said contract i.e. till

_______________(date) hereinafter called the ‘said date’ and that if any claim accrues or arises

against up by virtue of this Indemnity Bond before the said date, the same shall be enforceable

against us notwithstanding the fact that the same is enforced within six months after the said

date, provided that notices of any such claim has been given to us, by the President of India,

(Government of India) before the said date. Payment under this letter of Indemnity Bond shall

be made promptly upon our receipt of notice to that effect from the President of India (Ministry

of Railways).

(ii) It is fully understood that this indemnity is effective from the date of the said contract and

that we undertake not to revoke this indemnity Bond during the currency without the consent in

writing of the President of India (Government of India).

(iii) Should, however, at any time any loss or damage occur by reason of breach of any terms

or conditions of the contract or due to non-fulfillment of any obligation under the contract

referred to above or a refund becomes otherwise due to the President of India, he or his

representatives shall be entitled to recover from us compensation for and in respect of such loss

or damage, if any, or the amount to be so refunded without prejudice to any other remedies

which may be otherwise available to the said President of India by way of deduction from any

sum due to/or any sum which at any time hereafter may become due to us under this or any

other contract.

Page 43: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 12 -

(iv) In the event of any loss or damage as aforesaid, the assessment of such loss or damage and

the assessment of the compensation therefore would be made by President of India (Ministry of

Railways) or his authorized nominee and the said assessment would be final and binding upon

us.

3. We “____________________________________” further agree that the President of

India,(Ministry of Railways) shall have the fullest liberty, without effecting in any manner our

obligations hereunder to vary any of the terms and conditions of the said contract or to extend

time of Indemnity Bond by the contractor from time to time or to postpone for any time or from

time to time any powers exercisable by the the President of India,(Ministry of Railways)

against the said contractor and to forbear or enforce any of terms and conditions relating to the

said contract and We M/s _______________________shall not be released from our liability

under this Indemnity Bond by reason of any such variation or extension being granted to the

said Contractor or for any forbearance and/or omission on the part of the President of India or

any indulgence by the President of India to the said Contractor or by any other matter or this,

whatsoever, which, under the law relating to sureties, would but for this provision, have the

effect of so releasing up from our liability under this Indemnity Bond.

4. We ________________________further agree that the Indemnity Bond herein contained

shall not be affected by any change in the constitution of the said Contractor.

5. Our liability under this bond is limited to Rs. ________________________

For _______________________________

Page 44: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 13 -

ANNEXURE- K

COMPOSITE MATERIAL AND WAGE ESCALATION/DE-ESCALATION CLAUSE

WITH BASE DATE WILL BE ONE MONTH PRIOR TO OPENING OF TENDER.

1. The increase/decrease in the price of SPMUV quoted by the Tenderer would be

governed by the following formula:

P = P0/100(15 + 45L1/L0 + 19.6I1/I0 + 0.4FA1/FA0 + 5A1/A0 + 15E1/E0)

Where,

P= Escalated/De-escalated price of the coach.

P0=Base price of coach

L1=All India Consumer Price Index for Industrial Worker compiled by Labour Bureau,

Ministry of Labour, for calender month, three months prior to call for inspection of the coaches.

L0=All India Consumer Price Index for Industrial Worker compiled by Labour Bureau,

Ministry of Labour, (one month prior to opening of tender).

I1=Index number of wholesale price in respect of Steel compiled by Economic Adviser to

Government of India(Ministry of Industry) for calender month, 3 months prior to call for

inspection.

I0=Index number of wholesale price in respect of Steel compiled by Economic Adviser to

Government of India(Ministry of Industry) (one month prior to opening of tender).

FA1= Index number of wholesale price in respect of Ferro Alloy compiled by Economic

Adviser to Government of India(Ministry of Industry) for calender month, 3 months prior to

call for inspection.

FA0=Index number of wholesale price in respect of Ferro Alloy compiled by Economic

Adviser to Government of India(Ministry of Industry) (one month prior to opening of tender).

A1=Index number of wholesale price in respect of non-ferrous metal compiled by Economic

Adviser to Government of India(Ministry of Industry) for calender month, 3 months prior to

call for inspection.

A0=Index number of wholesale price in respect of non-ferrous metal compiled by Economic

Adviser to Government of India(Ministry of Industry) (one month prior to opening of tender).

E1=Index number of wholesale price index in respect of Electrical Machinery compiled by

Economic Adviser, Government of India, Ministry of Industry, for calender month, 3 months

prior to call for inspection.

Page 45: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 14 -

E0=Index number of wholesale price index in respect of Electrical Machinery compiled by

Economic Adviser, Government of India, Ministry of Industry, (one month prior to opening of

tender).

2. In case P is greater than P0, the difference P minus P0 shall constitute the amount due to

you towards escalation on cost of wage and material. Otherwise, the difference P0 minus P

shall constitute the amount to be recovered from you as de-escalation.

3. If the deliveries are not made according to the schedule and are delayed beyond the

terminal date of delivery owing to any circumstances whatsoever and an escalation in wage and

material takes place, such increase will not be admitted unless specifically agreed to at the time

of granting extension in the delivery schedule. In other words, the escalation will be pegged to

the month supplies were due in terms of Delivery Clause of the contract.

4. The decision of the President of India in regard to wage and material escalation under

this clause shall be final and not be subject matter for legal disputes or arbitration.

5. The above price variation clause shall not be applicable for Spare Parts.

Page 46: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 15 -

TECHNICAL SPECIFICATION

FOR

Self-propelled Multipurpose Utility Vehicle for Hauling

of Stringing Vehicle & other Electrification Vehicles

(March, 2014)

ISSUED BY:

TRACTION INSTALLATION DIRECTORATE

RESEARCH, DESIGNS & STANDARDS ORGANISATION

MANAK NAGAR, LUCKNOW - 226 011.

Page 47: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 16 -

Index

Sl.No. Sl.No.

Description Page

1. Chapter-I, General Condition 04

2. Chapter-II, Dimensional, Operative & other

requirements for SPMUV

13

3. Chapter-III, Mechanical Design 19

4. Chapter-IV, Electrical Equipments 31

5. Chapter-V, Power Equipment & Control 34

6. Chapter-VI, Miscellaneous 53

7. Chapter-VII, Inspection 54

8. Annexure-1, List of exhibited drawings 57

9. Annexure-2, List of drawings and their standard

nomenclature

58

10. Annexure-3, Details of Electrical Equipments 59

11. Annexure-4, Transmission System Particulars 64

12. Annexure-5, Power Rectifier Specification 71

13. Annexure-6, Design of traction motor & switch gears 77

14. Annexure-7, Particulars to be supplied for SPMUV 79

15. Annexure-8-A, 8-B , 8-C & 8-D List of tools for maintenance

work & repair of minor faults, Testing Kit, Special tools and

Training Material.

80

16. Annexure-9, Concenptual Layout of SPMUV 81

17. Annexure-10, Track Tolerance & Classification of Track- B.G. 82

18. Annexure-11 Maximum Moving Dimension 83

Page 48: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 17 -

Chapter - I

1.0 GENERAL CONDITIONS

1.1 This specification covers the design, manufacture, supply, testing &

commissioning of Self-propelled Multipurpose Utility Vehicle for hauling of

stringing vehicle and other Electrification vehicles (hereafter called SPMUV) for

operation on broad gauge (1676mm) electrified (25 kV a.c.) routes of Indian Railways.

The SPMUV shall use the power generated by the Diesel Engine through an alternator

with 3 Phase AC/DC Electrical Transmission.

1.1.1 Self-propelled Multipurpose Utility Vehicle shall have 4-axles (8 Wheeler Vehicle) for

hauling of stringing vehicle and other Electrification vehicles (hereafter called

SPMUV). The SPMUV shall be used for hauling of stringing vehicles and other

electrification vehicles. The SPMUV shall have the facility to be used as maintenance,

inspection and mast erection vehicle also. It shall be capable for hauling two vehicles

having gross load of about 120 t. The vehicle shall have one driving cab at one end, a

swiveling platform and a crane with telescopic boom and lifting hook at suitable

location. The swiveling platform and crane shall be utilized during attention

/maintenance, adjustment of over head equipment and mast erection.

1.1.2 In case of difference between the specification and exhibited drawings, the tenderer

shall get an immediate clarification from RDSO which shall be final authority for

technical clarification.

1.2 CLIMATIC CONDITIONS

1.2.1 The power pack & electrics of the SPMUV shall be in continuous operation under the

following atmospheric and climatic conditions. The vehicle shall be suitable to perform

satisfactorily in J & K area also.

1 Atmospheric

Temperature

Metallic surface temperature under Sun: 75° C

maximum and in shade: 55°C maximum. Minimum

temperature: - 10°C (Also snow fall in certain areas

during winter season).

2 Humidity 100% saturation during rainy season.

3 Reference site

conditions

i) Ambient Temp : -100 to 50º C

ii) Humidity : 100%

iii) Altitude :1000 m above mean sea level,

2000 m in J&K area.

4 Rain fall Very heavy in certain areas. The SPMUV shall be

able to negotiate water logged tracks at 10 kmph, with

water level of 102 mm above the rail level.

5 Atmosphere during hot weather Extremely dusty and desert terrain in certain areas.

The dust concentration in air may reach a high value

of 1.6 mg/m³. In many iron ore and coalmine areas,

the dust concentration is very high affecting the filter

and air ventilation system.

6 Coastal area SPMUV and its equipments shall be designed to

work in coastal areas in humid and salt laden

atmosphere with maximum. pH value of 8.5,

sulphate of 7mg per liter, max. Concentration of

chlorine 6 mg per liter and maximum conductivity of

Page 49: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 18 -

130 micro Siemens/cm.

7 Vibration The equipment, sub-system and their mounting

arrangement shall be designed to withstand

satisfactorily the vibration and shocks encountered in

service as specified.

High level of vibration and shocks. Accelerations

over 500m/s² have been recorded at axle box levels

for long periods during run. Vibrations during wheel

slips are of even higher magnitude.

8 Wind speed High wind speed in certain areas, with wind pressure

reaching 200kg/m²

1.2.2 The equipment and their arrangement shall withstand satisfactorily, the vibration and

shocks normally encountered in service which are as below:-

(a) Maximum vertical acceleration 3.0g

(b) Maximum longitudinal acceleration 5.0g

(c) Maximum train acceleration 2.0

(g-acceleration due to gravity)

1.2.3 THE INDIAN TRACK PARAMETERS

S.N. Description Specified Values

1. Gauge 1676 mm Broad Gauge (BG)

2. Maximum

Gradient 1: 30

3. Minimum radius

of curve

Normally 175 meters, sharper curves with radius less than

175 meter are also available at isolated locations. Regarding

minimum radius of curvature for slip points, turnouts or

crossover roads, para 17 of chapter II of Schedule-I of

IRSOD (BG) Revised 2004 shall be applicable which

provides for minimum of 175 m radius curves in case of 1 in

8.5 scissors cross over. It should also be capable of

negotiating

4. Maximum super

elevation 165 mm

5.

Track Structure

The track shall be to a minimum standard of 90 R rail on

sleepers with M+4 density and minimum depth of ballast

cushion below sleeper of 200 mm, which may consist of at

least 75 mm clean and the rest in caked up condition on

compact and stable formation. However speed will depend

on axle load, Axle spacing, dynamic augment value of the

rolling stock etc.

6. Permitted

irregularities

The track is maintained as per Indian Permanent Way

Manual and para 607 (I) gives details of track Category for

various parameters. The extract for Broad Gauge track as of

now is given at annexure-10, however, any amendments in

Page 50: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 19 -

1.2.4 MAXIMUM MOVING DIMENSION

Maximum moving

Dimensions

Maximum moving dimensions shall conform to diagram 1D of

Indian Railway Schedule of Dimension (SOD) 1676 mm gauge

(BG) revised 2004 (With Latest Amendments) with the pantograph

and platform in lock down condition. Infringements, if unavoidable

and fully justified, may be considered, only after sanction of

condonation from Railway Board to the IRSOD (BG) revised 2004

by the rolling stock (Annexure – 11)

1.2.5 OHE PARAMETERS

S.N. Description Specified Values 1. Contact Wire 107 mm

2Hard Drawn Grooved Copper Contact

Wire as per RDSO Specification

No.ETI/OHE/76 (6/97) with latest Amendments 2. Catenary Wire

(Messenger

Wire)

65 mm2 (19/2.1 mm) Stranded Cd-Cu Catenary

Wire as per RDSO Specification No.

ETI/OHE/50 (6/97) with latest Amendments 3. Height of Contact Wire 6000 mm (conventional OHE), (7570 mm for

high rise OHE) 4. Height of Catenary Wire 7500 mm(conventional OHE), (9070 mm for

high rise OHE) 5. Stagger ±200 mm on tangent track

±300 mm on curves 6. Implantation 4750 mm at platforms

2360 mm to 3300 mm 7. Mechanical Tension Presently 2000 kgf and likely to increase up to

3500 kgf. 8. Note: Provisions shall have to be kept for 150 mm

2 Contact Wire and 125 mm

2

catenary Wire and wiring of contact wire, catenary wire for high rise OHE

where contact wire height is 7570 mm.

1.3 Examination of the Tender Offer:

1.3.1 The tenderer is required to furnish clause by clause comments to this

specification, either confirming acceptance of the clause or indicating deviation

there from.

1.3.2 A comprehensive specification of the SPMUV as offered shall be submitted

separately.

1.3.3 In the event a tenderer is unable to comply, either partially or fully, to any of the

stipulations made in this specification, it must be brought to the notice of

purchaser with full particulars of the deviations, technical details, cost

implications and past service performance, etc.

this regard at later stage shall be applicable.

7. Third report of criteria committee shall be considered for number of peaks per

kilometer, if specified any.

Page 51: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 20 -

1.4 Design Development:

1.4.1 The successful tenderer (hereafter called as contractor) shall develop the design based on

the details given in this specification and sound engineering practices. The entire design

& technical data along with calculations shall be submitted to RDSO for approval before

commencing construction of SPMUV or placing orders on sub-contractors. FEA of

major components/sub components shall be submitted at the design approval stage for

approval.

1.4.2 The design shall be based on S.I. Units.

1.4.3 From the information given in this specification and instructions of RDSO, the

contractor shall prepare a full set of engineering drawings and submit the same to

RDSO for approval.

1.4.4 When submitting drawings of a particular item, other details depending on it shall be

shown in juxtaposition.

1.4.5 Material specifications, manufacturing tolerances and other details, which are necessary

for manufacture for each component shall be indicated on the drawings.

1.5 Approval of Drawings:

1.5.1 “Approval” to the drawing means the approval to the general adoptability of the design

features. RDSO shall not be responsible for the correctness of dimensions on the

drawings, materials used, strength or performance of the components. The contractor

shall be wholly and completely responsible for all these variables. The contractor, when

submitting proposals or designs for approval of the RDSO, shall draw attention to any

deviation or departure from the specification involved in his proposals or drawings.

1.5.2 Drawing for approval shall be submitted in standard size(s) as per IS: 696 along with

main calculation details in triplicate.

1.6 Prints:

1.6.1 Three sets of tracings of the RDSO approved drawings/ calculations and six sets of their

prints shall be supplied by the successful contractor to the indenter. The tracings

shall be on RTF of durable quality. Drawings shall be made on Auto CAD. Three soft

copies on DVDs shall also be supplied to the indenter along with hard copies as

mentioned above.

1.6.2 Each set of tracings shall form a complete set of working drawings, the first sheet

being the index and the following sheets being arranged properly to show the various

assemblies, sub- assemblies and components of complete works in the following

sequence:-

(a) Diagram sheets showing the overall dimensions of the equipment, weights and

the relation of overall dimensions to the space in the SPMUV.

(b) Lists of all parts grouped in to major assembly with details of numbers per set,

weight, specification material and drawing reference against each item.

(c) General arrangement drawings of complete equipment sets, Diagram of

Page 52: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 21 -

lubrication points, indicate type of lubricant, Subassembly arrangement, drawing in

proper and logical sequence.

(d) Detailed drawings: On detailed drawing sheets, each part shall be identified

by an alphabetic letter and the list of all parts forming the sub-assembly shall be

tabulated just above the title block on the same sheet giving details against each

alphabetic letter.

1.7 Contractor’s responsibility:

1.7.1 The contractor shall be entirely responsible for the execution of the contract strictly in

accordance with the terms of this specification and the conditions of contract,

notwithstanding any approval which RDSO or the Inspecting officer may have

given:

a. Of the detailed drawing prepared by the contractor.

b. Of the sub-contractors for materials.

c. Of other parts of the work involved by the contractor.

d. Of the tests Carried out either by the contractor or by the RDSO or the

Inspecting Officer.

1.8 Warranty: shall be as per IRS standard conditions of contract.

1.9 Exhibited Drawings and standard Specifications:

1.9.1 “Exhibited Drawings” means the drawings which are exhibited or provided by RDSO for

the guidance of the contractor.

1.9.2 The exhibited drawings, illustrative of a range of standardized dimensions and fittings, are

listed in Annexure -1. The design of the SPMUV must comply with the dimensions,

and fittings included in the exhibited drawings as far as possible. Any deviation

therefore shall be clearly mentioned in the form of a table on the drawing.

1.9.3 The exhibited drawings are not guaranteed to be free from discrepancies. The

contractor while preparing the engineering drawings shall ensure that these

are free from discrepancies. He shall also incorporate all modifications desired

by the RDSO, subsequently, without prejudice to the date of delivery or

contracted price, except as provided for under the conditions of contract.

1.9.4 To improve upon the performance, modifications and corrections are made in the

specification and drawings from time to time. The contractor must,

therefore, satisfy himself that the drawings being used by him are of the latest

version. In case of any doubt, he must get it clarified from RDSO.

1.9.5 The Contractor shall procure at his own expense all the drawings and

specifications required for the manufacture of the SPMUV.

1.9.6 Indian Railways standard (IRS) specifications may be obtained on payment from the

Manager, Government of India Publications, Civil Lines, Delhi-110006 (INDIA).

1.9.7 Indian Railways Schedule of Dimension 1676 mm gauge (BG) Revised 2004 may be

obtained on payment from RDSO, Lucknow (INDIA).

1.10 Materials:

1.10.1 Materials used in the construction of the SPMUV shall comply with the relevant IRS

specifications or Indian Standard specification. Where IRS or IS do not exist for

specific components, the contractor shall submit proposed material specification for

approval of RDSO.

Page 53: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 22 -

1.11 Service Engineers:

1.11.1 The Contractor shall arrange for the supervision of commissioning of the SPMUV

immediately after their receipt at ultimate destination. He is also required to

carry out joint check of the receipt of components regarding short shipment

or transit damages.

1.11.2 The contractor shall ensure commissioning of the SPMUV within 30 days from the

date of intimation by the consignee.

1.11.3 The performance of SPMUV shall be demonstrated by the contractor after its

successful commissioning at the consignee’s works.

1.11.4 The contractor shall provide and ensure servicing facilities in India throughout the

warranty period. After the warranty period is over, he shall, on call, give and

service support for troubleshooting and for obtaining spare parts.

1.12 Training:

1.12.1 The Contractor shall arrange to provide training in operation & maintenance of the

SPMUV at their manufacturing works for four persons for a period of five days

free of cost. The charges for travel, boarding and lodging shall be borne by the

Railways. Training material shall be given as per Annexure-8-D.

(Note: The cost of training shall be quoted separately in Table E of the

Offer Form and not to be included in the cost of SPMUV. The man days

mentioned in this para are for each SPMUV.)

1.12.2 Technical experts of the manufacturer during commissioning of SPMUV shall also

adequately train operators/ maintenance staff nominated by the consignee.

1.13 Service Manuals and Spare Parts Catalogues:

1.13.1 Detailed Maintenance & Service Manuals including the manual for trouble shooting

& operational requirement for the driver and maintenance staff for the SPMUV shall

be prepared and three copies supplied free of charge, per SPMUV, to the consignee.

Before printing the final version of the manual, the draft of the Manuals shall be got

approved from RDSO.

1.13.2 Three copies per SPMUV of Spare Parts Catalogues shall also be supplied to the

consignee.

1.13.3 In addition, three copies each of the Maintenance/Service and troubleshooting

manual along with “Spare Parts Catalogue” and list of must change items with

periodicity shall be supplied to RDSO.

1.14 Electric Arc Welding:

1.14.1 Indian Railways Standard Code of Practice for Electrical Arc Welding shall be

followed. If the contractor desires to follow any other code of practice, it shall first

be submitted for approval of RDSO.

1.14.2 Welding symbols shall be in accordance to IS:813. Drawings on which such

symbols appear, are to bear a note on the bottom left hand corner, “WELDING

SYMBOLS AS PER IS:813”.

Page 54: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 23 -

1.14.3 Railway Initial Letters: Where parts are required to be marked with Railway initial

letters, they shall be ‘I.R’

1.15 Sublet Orders for Materials: Any subletting of orders for materials/work shall have prior

approval of RDSO.

1.16 Spare Parts:

1.16.1 Unit exchange spare parts shall be indicated. However, final decision to buy these will

rest with the purchaser. However, while preparing inter-se position during tender

committee stage; values of these spares shall be added.

1.16.2 The prices for these spares shall be quoted separately. These spares shall be for every

set of 10 SPMUV or part thereof. The complete details such as part number and their

quantity shall be clearly indicated against following items with the offer.

i) Flexible coupling/ - 1 set

Engine connection (complete)

ii) Battery charger for charging of - 1 unit

starter Batteries

iii) Auxiliary Alternator - 1 set

(Note: The cost of Unit exchange spare parts shall be quoted separately in Table C of the

Offer Form and not to be included in the cost of SPMUV. The prices shall be used for

tender evaluation purpose.)

1.16.3 The tenderer shall be responsible to ensure subsequent availability of the spare parts

for the normal life of the respective equipment.

1.17 Tools and Special Tools:

List of tools & special tools for maintenance and overhaul of SPMUV shall be supplied

as per Annexure-8-A, 8-C by the Tenderer in accordance with Clause 6.1 of this

specification. The cost of tools shall be included in the price of SPMUV. The

successful Tenderer shall submit the drawings and specification of tools required for

the maintenance of the SPMUV.

(Note: The cost of tools shall be quoted separately in Table D of the Offer Form and not to

be included in the cost of SPMUV.)

1.18 Testing Kit

1.18.1 The tenderer shall supply testing equipment with each SPMUV required for ensuring

optimum performance and trouble-free service of the major equipments & accessories

provided in the SPMUV (e.g. Diesel Engine, Traction Alternator, Traction Motor and

other Equipments with accessories). The testing kit shall be supplied as per annexure-

8-B and it’s cost shall be included in the price of SPMUV.

(Note: The cost of testing kit shall be quoted separately in Table E of the Offer Form

and not to be included in the cost of SPMUV.)

1.18.2 The Tenderer shall also offer separately special jigs, tools and instruments, which shall

essentially be required for maintenance of SPMUV.

1.18.3 The contractor shall demonstrate to the IR, the satisfactory functioning of the tools, jigs

& instruments supplied by him. The Specification of testing equipments shall be

provided by successful Tenderer.

Page 55: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 24 -

1.19 Maintenance equipments

The tenderer shall supply the following maintenance equipment along with each

SPMUV. The cost of maintenance equipment shall be included in the price of

SPMUV.

a) One hydraulic Jack of 5 t capacity,

b) One tirfer 3t, Two tirfer 1.5 t, (As per RDSO’s Specification No.

TI/SPC/OHE/TOOLPL/0990).

c) Three pull-lift 0.75 t, Two pull-lift 1.5 t, One pull-lift 3t (As per RDSO’s

Specification No. TI/SPC/OHE/TOOLPL/1990.

d) Inflatable light.

1.20 Quality Assurance Plan

1.20.1 The contractor should possess valid ISO-9001:2008 certificate for his work’s

address, covering the items for which he is participating in the contract. The

contractor shall formulate Quality Assurance program (QAP) detailing the

methodology proposed to be followed to ensure a quality product. QAP shall cover

quality assurance procedures and procedures to be followed during all stages of

design, manufacture, testing and commissioning of the equipment. The Contractor

shall define the role of each functional group in the organization for

achieving the required quality of the product and submit a comprehensive

document “ Quality assurance manual” in accordance with IS 10201-1982 as the basic

guideline. The preparation of necessary charts and proforma shall be to IS: 7200 (Part-

III)-2009.

1.20.2 The tenderer whose bid is accepted, shall be required to submit a Quality

Assurance Manual” by giving details as to how the quality of specific product is

proposed to be assured. Supply of the equipment shall commence only after “Quality

Assurance Plan” has been approved by RDSO.

The above shall apply to the main contractor as well as sub-contractors.

1.21 Annual Maintenance Contract (AMC) :

1.21.1 The tenderer shall quote for AMC comprehensive of all equipments including Traction

Motors, Alternators, Diesel Engine complete with transmission, Air Brake system with

compressor unit, Control system and cooling system etc. the Annual Maintenance shall

be applicable after warranty period for 5 years. The warranty period shall be as per

IRS condition of contract. The tenderer shall quote year wise rates of AMC detailing

the various schedule enlisting the requirement of material/ spare parts, consumables

(except lube, fuel oil and grease etc.), technical expertise and services to be rendered

by him after regular intervals. The AMC shall be comprehensive for all equipments for

preventive as well as break down maintenance. The tenderer shall keep adequate

spares in stock for regular schedule of AMC so that maintenance schedules are

completed timely. AMC shall be all inclusive of replacement of parts if required either

due to breakdown or wear. The AMC cost shall be considered while evaluating the

inter-se tender position. It shall be compulsory for the tenderer to quote for AMC.

However, Railway may or may not enter into AMC.

Page 56: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 25 -

Chapter-II

2.1 DIMENSIONAL, OPERATING AND OTHER REQUIREMENTS FOR SPMUV

Para Subject Technical specification

1

General

The 8-Wheeler Self-propelled Multipurpose utility Vehicle shall have diesel electric transmission. However, the power and traction equipments shall be

designed and manufactured to meet the requirement to start and haul the

trailing load of two vehicles having total gross trailing load of not more than 120 t.

The general design of the SPMUV shall be as per standard industry

practices, and fit for the purpose. It shall be manufactured with adequate

running stability and suitable for use on Indian Railways. All standard materials shall be used to manufacture the SPMUV such that it is acceptable

to the buyer. The SPMUV shall be manufactured so that it can be used for

working under all weather conditions in India.

2

Purpose of use (applications)

Each SPMUV shall work independently and shall be capable to haul the

train formation in loaded condition at a speed of 80 kmph on level track.

Inspection, maintenance of OHE and mast erection.

Cantilever and OHE adjustment works.

It shall have one hydraulic swivelling and lifting platform.

It shall have a 30 tone meter crane with telescopic boom and lifting

hook.

3

Vehicle

parameters

Vehicle Type 8 –wheeler with two bogie

Max Speed with

trailing load 80 kmph

Max Speed when

running alone. 110 kmph

Creep Speed (0-5) kmph

Coupling and

Buffer

Arrangement.

Centre Buffer Transition with screw coupling.

conforming RDSO’s Specification No. 56-BD- 07 along with the side buffer arrangement to RDSO’s Drawing

Number SK-98145.

Axle Shall conform to RDSO’s specification No. IRS R-43/92

Maximum

Axle load.

20.32 Tonne

(The maximum axle load shall not exceed 20.32

tonne in any case and preferably shall be as less as

possible)

Haulage

Capacity 120 tonne

Boom and

lifting hook.

EN13000, EN13001 and ISO 4305.

All safety provision for ensuring safety of equipment and

its sub system, the material, the surrounding, the operator, helper and any other Rail/Road user etc shall

be provided.

Page 57: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 26 -

Para Subject Technical specification

Wheels Diameter shall be 952 mm, conforming to RDSO’s Specification No. IRS R-19/93 Part –II for forged

wheels.

Wheel Profile Generally shall conform to RDSO drawing No SK-

91146

4

Elevating and

Rotating

Platform

Dimensions

and Capacity

Length - 6000 mm (Approx.)

Width - 1500 mm (Approx.)

Maximum floor height

- In lowered position-2600mm (Approx.)

- In raised position -6000 mm (Approx.)

Height of raised platform should be sufficient

enough to attend high rise OHE also, with contact

wire height of 7570 mm & catenary wire height of

9070 mm.

Rotation ±90°

Capacity - (Persons with tools)- 1500 kg (Approx)

Accessories

It shall be equipped with foldable railing of 1100

mm height with access gate and locking

arrangement, anti skid flooring, a hydraulic rotating

and lifting devices, removable guiding rollers for

support of contact wire, mechanical locking device

for fixing the platform on the lowered position, a

detachable control panel and two search lights, four

number flood lights, two electrical socket,

pneumatic outlets etc. (Details to be submitted with

offer)

Control

The detachable Control Panel positioned inside

platform includes controls and checks for –

movements of the elevating platform (lifting,

lowering, rotation), work creep speed, brake/brake

release, automatic and emergency brake. It shall

have provision to bring back the platform in

travelling position in case of hydraulic failure,

engine failure etc.

Safety devices

i) Using of elevating platform is allowed only if the

suspension on the rear axle is locked.

ii) Using of elevating platform is allowed only if the pantograph is in the raised position.

iii) Unlocking of suspension, travelling speed and

lowering of pantograph are allowed only if the

elevating platform is closed in travelling position( lowered position).

5

Crane with

lifting hook

Crane with

telescopic

boom and

lifting hook

Crane with lifting hook shall be mounted at a suitable

location on SPMUV. The crane should be so located

such that it is able to pick up & erect masts, uprights, booms which are placed in a wagon behind the

SPMUV.

Lifting capacity 30 tonne metre (Approx.)

Height in Should not infringe MMD of Indian railways

Page 58: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 27 -

Para Subject Technical specification

folded

condition

Schedule of Dimensions 1676 mm Gauge

(BG), Revised 2004 (with latest revision

Outreach Horizontal - 7.5 Meter (Approx)

Vertical - 12.0 Meter (Approx)

Stabilisers/

Outriggers As per requirement shall be provided.

Safety

The crane shall be equipped with an electronic safe

load indicator (SLI), electro hydraulic levelling

device, rubber mats, two working flood lights. It shall be fitted with one electric socket of 24 V, 10

Amp DC and two compressed air connections for

operation of tools.

Provision of over load and over outreach, visual

and audible devices for crane operator and in the

cab.

Full load chart with slew angle and out reach along

with crane stability calculations (in all condition of the crane) and drawings shall be submitted at the

time of approval

Crane hook and wire rope test certificate at 33%

over load from any national or regional test house

before the final test shall be produced.

Overloading i.e. when the load being lifted shall

exceeds 95% of the rated capacity at the radius;

automatic-audio-visual warning shall be available.

It shall also cut off the hoist operation if the load exceeds 105 % of the rated load at the radius.

Between 98% and 105 % load of the rated capacity,

the audio- visual warning pressure signals shall be

continuous.

Pressure relief valve, safety check valve (to protect

sudden stoppage of any operation due to any

reason), hose failure protection, cylinder protection

etc. As applicable.

Proper safety arrangement for lifting, slewing,

lowering and antifall devices for telescopic

cylinders of the boom and for derricking cylinders

shall be provided.

Machine shall have locking arrangement feature

for load in any position. Lowering shall not be

allowed by gravity in any case.

Provision of locking valves to lock hydraulic rams

in any case of failure of hydraulic system due to any

reason.

Stability of machine in all operational position

(loaded and unloaded condition, while moving,

holding, lifting simultaneously or separately shall

be ensured.

Crane Controls

All the controls of the crane movement shall be

fitted at a convenient place. One separate control

desk for operation and control of emergency brake,

movement of crane, stabilizer, lights etc.

Page 59: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 28 -

Para Subject Technical specification

Crane fittings

The crane shall be equipped with hydraulic extensions,

Load hook, Hydraulic stabilizer jacks with outriggers,

stabilizers pad, electro hydraulic height limiting

device, adjacent track limitation device, electronic control of lifting capacity and range management

system, earth bonding of all components and other

accessories for safe operation of crane.

Lifting Hook- A standard forged hook with proper

locking arrangement. The safe working load shall

legibly stamped on a non- vital part of the hook, an

authentic test certificate shall be supplied.

Technical details of driving system for pumps &

motors for crane shall be submitted to RDSO during design approval stage.

Safety Devices

of the Crane

i. Unlocking of suspension and lowering of Pantograph are allowed only if the Crane is in travelling position.

ii. The Crane can work simultaneously to the elevating

platform, but the lifting capacity and the working area are automatically reduced to guarantee the Vehicle

stability on all working conditions.

6

Pantograph

An electro pneumatically operated, insulated and an

earthing pantograph fitted with a knife connector,

suitable for 25 kV ac of reputed make. This

pantograph shall be provided on top of the driver’s

cabin. The knife connector located on the roof is

actuated by means of an electro pneumatic device,

coupled to the vehicle compressed air circuit. The

earthing pantograph ensures perfect equipotential

continuity between contact wire & rail

2.2 The SPMUV shall be an 8-wheeler vehicle. The disposition of equipment storage space shall

be such as to ensure equal axle loads. Design shall be such as to afford easy inspection

and maintenance.

2.3 Provision shall be made for the following in the SPMUV:

2.3.1 Driving Cab:

(i) One driving cab shall be provided, at one end, with complete operating & driving

control with dual dash boards to facilitate complete driving operation to drive the

vehicle in either direction. The arrangement shall be similar to conventional diesel locos,

where in the same cabin, there are two driving dash board, and lookout glasses so that

driving is possible in both the directions. Driver’s seat shall be on the left side of each dash

board. Adequate leg space shall be provided for the driver when he is seated. The

general layout and arrangement of equipment in Driver’s cab shall follow UIC

CODEX 651 with respect to dimensions, safety features, furnishing, lighting,

ventilation, noise level, field of view, driver’s desk, seats etc. Spot lights shall be

provided at suitable locations. The cab shall be ergonomically designed for better driving

view in either direction of and comfort and also the various panels /equipment meant for

Driver shall be so laid that they are easily readable and Driver is not required to move

physically for any operation during run. All controls, brake handle, hand brake, Vigilance

Control Device horn and indication lamps/ meters shall be within easy access and view

Page 60: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 29 -

of the Driver. Provision for sitting arrangements for 4 persons in addition to driver shall

be made in the driving cab.

(ii) The SPMUV shall be equipped with inter-communication equipment between

cabs, inspection compartment, working platform through hand free sets with their own

battery.

(iii) 2 numbers, 110 V sockets for hand signals in the cab.

(iv) Head Light, Flasher lights search lights and marker lights at both ends of the cab. Refer

para 4.8.1.

(v) OHE voltage sensing device in the cab.

(vi) Full width single piece stone proof lookout glass shall be provided in the end wall of

Driver’s compartment and these shall be glazed, clear, colorless polycarbonate to ICF spec

no.ICF/MD/SPEC-159 (latest revision).

(vii) Provision of wind screen wiper arm and blade assembly to be provided as per RDSO

specification no.C-K306 (latest revision). Provision should be made for water spraying

on wind screen to avoid any scratches on wind screen during wiping. The tenderer shall

quote for electrically operated heavy duty wipers as an alternative option.

(viii) Provision of mobile charging point to be made. The detail design and drawing shall be

finalized at design approval stage.

(ix) Arrangement for sitting of 4 persons to be made at suitable location in the Driving Cab,

besides the driver.

2.3.4 The facilities to be provided in the SPMUV shall be as described briefly in the

following Clauses.

2.3.5 Material Cabin: A small material cabin shall be provided adjoining driving cab having

space and proper locking arrangement for the storage of costly equipment and fittings.

The design shall be finalized at design approval stage.

Page 61: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 30 -

Chapter - III 3.0 MECHANICAL DESIGN

3.1 SUPERSTRUCTURE:

3.1.1 General: The SPMUV shall be of welded light weight construction, generally to

maximum moving dimensions to diagram 1D of Indian Railways Schedule of Dimension

1676 mm gauge (BG) revised 2004 (SOD) with pantograph and platform in lowered

condition. Infringements, if unavoidable and fully justified, may be considered, if within

limits shown in the SOD. Weight of the SPMUV shall be kept as low as possible,

without compromising with the strength. The structure shall withstand end load of 200 t

(divided equally between the two buffers) applied in conjunction with full payload.

Under such loading no permanent deformation should occur and stresses should remain

below the yield point. The design shall be sufficiently rigid to withstand stresses imposed

due to lifting with overhead or breakdown cranes or by jacks applied to the headstocks.

The superstructure shall be designed as a tubular girder for the purpose of withstanding

vertical loading, but the inner sheeting of the roof and walls shall not be stress-bearing

members.

3.1.2 The under frame shall be designed to meet the following loads:

i. A vertical load of 4 t/meter run uniformly distributed. The weight of the various

equipment mounted in the SPMUV shall be considered as concentrated load and

shall be simulated as such during load/strain testing.

ii. A horizontal squeeze load of 100 t applied at each buffers (Total 200 tonne).

iii. A combination of loads specified at (i) & (ii).

iv. FEA of major components/sub components shall be submitted at the design

approval stage for approval.

3.1.3 The stresses estimated by an approved method shall not exceed 139.3 MPa (14.2 kgf

/sq.mm) for members made from Steel to IS:2062 Fe 410CuWC and 221.7 Mpa

(22.6Kgf/ sq.mm) for members made from corrosion resistant steel to IRS:M 41 for the

uniformly distributed vertical load. Also for the squeeze load referred to above, the stress

should not exceed 90% of the lower yield point or proportional limit of the material in

the load carrying member of the shell and 95% of the lower yield point or proportional

limit of the material in the end construction. The estimated vertical deflection of the shell

at the center of the SPMUV shall also not exceed 10mm under any loading condition

detailed at (i) to (iii) above.

Completed shell of prototype SPMUV shall be strain gauged for stress analysis

under tare and loaded conditions with squeeze load. SPMUV shall be tested for leakage

through roof and body sides and ends at the works of the manufacturer. To carry out this

test, the manufacturer shall provide a test rig to the satisfaction of the inspecting

authority.

3.1.4 Side and End Wall:

i. Material: The frame work shall be of low alloy high tensile corrosion resistant steel to

IRS M-41 with latest revision/amendment.

ii. Side wall and pillars: The material of body pillar shall be IRS M-41. Pillars shall be

continuous from sole bar to cant-rail, except below window openings, and shall be

Page 62: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 31 -

braced by longitudinal members between adjacent pillars. Bracing being designed to act

as integral part of the exterior sheeting. iii. The frame work shall be of low allow high tensile corrosion resistant steel to IRS M-41 with

latest revision.

3.1.5 Body shell Structure: The body shell including sheathing shall be of IRS: M 41 steel.

3.1.6 Underframe: The underframe material shall be of corrosion resistant structural steel to

IS: 2062 Fe 410 Cu WC, of welded integral structure. The under frame design shall be

developed by the successful Tenderer keeping in mind the layout of SPMUV. The

successful Tenderer shall submit under frame design to RDSO for approval at the time of

design approval stage. They shall be assembled in jigs and fabricated by welding.

Trough floor of 2.0 mm thick of steel to IRS: M 41 steel shall be provided in covered

area.

3.1.7 Headstocks: These shall be of robust design suitable for coupling and buffing gear

arrangements as detailed in this specification. Head stock material shall be IS: 2062 Fe

410 Cu WC, steel.

3.1.8 Draw gear members: The members provided for carrying the trimmer casting shall be

of strong and rigid construction capable of transmitting buffing forces specified in

Clause - 3.1 under the most adverse operating conditions. They shall be braced together

to the main sills in such a manner as to form, in conjunction with the flooring system

between the transom and headstock a rigid assembly capable of withstanding all cross-

racking forces, which may occur in service. The design shall, as far as possible, ensure

that the load is applied symmetrically about the neutral axis of the longitudinal and is

concentric to them.

3.1.9 Draw & Buff Gear: The SPMUV shall be provided with high tensile centre buffer with

transition screw coupling conforming to RDSO Specification No.56-BD-07 along with

the side buffers arrangement to RDSO’s Drawing No. SK-98145. The arrangement shall

be such that shall be able to couple with existing BG rolling stock of Indian Railways.

3.1.10 Lifting Pads: The SPMUV body shall lend itself to repeated lifting in workshop by

overhead cranes or jacks without risk or damage. Suitable lifting pads shall be provided

and marked in a readily distinguishable manner on the body. Lifting pad material shall be

IS: 2062 Fe 410 Cu WC, steel

3.1.11 Sole bar: These shall be continuous members from headstock to headstock, adequately

braced together to withstand the head on loading and cross racking forces and shall be

capable to withstand jacking for the purpose of lifting the SPMUV. The sole bar shall be

of corrosion resistant structural steel to IRS: M 41 Steel. The successful Tenderer shall

submit the design/drawing of Sole Bar to RDSO for approval at the time of

Design/Drawing approval stage.

3.1.12 Body bolster: These may be fabricated from pressed section and shall have suitable pads

on which lifting slings may be placed. Body bolster shall be of copper bearing quality

steel to IS: 2062 Cu WC of welded integral structure.

3.1.13 Super structure: The material for super structure shall be IRS:M 41.

3.1.14 Floor bearers: The design of floor bearers shall include robust main floor bearers placed

transversely between the main sills and an adequate numbers of racking panels between

Page 63: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 32 -

the main sills and diagonal braces. The transverse floor bearers shall be so designed to

carry the maximum super-imposed load under maximum load conditions as well as

bracing between the main sills, and shall be flushed with the top faces of the main sills,

and a suitable surface for the floor covering. The design shall generally ensure adequate

drainage, so that corrosion is avoided, or is confined to parts, which can be readily

renewed without affecting the main flooring members. Floor bearers shall be conforming

to IRS: M 41 steel.

3.2 Roof:

3.2.1 The roof shall be designed to form a satisfactory chord to the superstructure considered

as a girder, and to take a concentrated load of 6 men standing (450 kg), close together at

any point. The structure shall consist generally of two main longitudinal members

running from end to end of the SPMUV, braced at frequent intervals along their lower

flanges, and rigidly connected to the arch bars, and to the grab pillars by rigid transverse

members. At partition and semi bulkheads, the sills shall be attached to vertical pillars

within or forming part of the partitions or semi-bulk-heads The roof top at both ends i.e.

back & front ends shall be flat. Roof should be so designed that no water is accumulated

in cavities to avoid the damage/rusting. Proper channels to be provided for easy exit of

rain water. The construction through out shall be absolutely watertight and shall permit

easy renewal of corroded sheets. The material of the roof shall be of IRS: M 41 steel

sheet.

3.2.2 Roof Ventilators: Roof ventilators shall be provided as per the ICF Drawing No

WL.RRM4-7-3-401 with latest alteration shall be used. The ventilator shall not violate

the schedule of dimensions & drawings to be got approved from RDSO.

3.2.3 Air Space: The air space between the outer and inner sheeting of the roof shall be

suitably ventilated as also the air space inside walls and end walls. Attachments may pass

through the air space as required, but must be designed, so that they do not cause

sections to form sealed chambers or lodgments for condensed moisture. The successful

Tenderer shall submit the design/drawing to RDSO at the time of design/drawing

approval stage.

3.3 Windows:

Lift type window made of powder coated aluminum to ICF drawing No EMU/4C/ASR-

5-4-402 with latest alteration with fixed type poly carbonate louver on top and movable

glass window at the bottom.

3.3.1 All window and door glasses shall be of laminated plate glass set in sun heat resistant

synthetic rubber section.

3.3.2 All window openings shall be true to dimensions square and of uniform width. The

window opening shall not at any point exceed 2mm over or under the specified

dimensions and shall not be out of square by more than 2mm.

3.3.3 The windowsills of the body side windows shall have an outward slope of approximately

50.

3.3.4 The body side windows shall have two shutters, one louver on the outside and a glass on

the inside.

Page 64: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 33 -

3.3.5 The glass used for windows/shutters shall be of safety laminated quality to IS: 2553,

weighing not less than 9.76 kg/m2. Gravity safety latches of approved design shall be

provided at two intermediate positions to arrest the glass and louver shutters from falling

down. The shutters should be balanced by balancers of suitable Design.

3.3.6 The louver shutters shall be provided with shoot bolt type safety latches to secure the

shutters firmly in closed and open position.

3.4 Doors:

3.4.1 All door openings shall be true to specified dimensions and perfectly square. The

openings shall be tested for size and squareness with templates so that doors open and

close freely and when closed shall be reasonably weather proof and dust proof.

3.4.2 Hinged doors provided on the side walls for entry of drivers from outside of the SPMUV

shall be of inward opening type and will give an opening of 750 mm approx.

3.4.3 Single leaf inward opening hinged or sliding doors with locking arrangement shall be

provided in driver’s compartment for entry in the corridor and shall have a clear opening

of 550 mm.

3.4.4 Other doors on sidewalls shall preferably be of sliding type with a clear opening of 1300

mm. The door leaves shall slide on roller bearing carriers suspended from top rail and

shall work in retaining guides on the doorsills. Each leaf shall have a window opening.

Since the tenderer is expected to develop layout, location of doors may be decided in the

most suitable manner.

3.4.5 Latches shall be fitted on all doors so as to secure them from inside in the closed

position.

3.4.6 Door locks: All doors shall be fitted with reliable locks to be operated from outside and

inside as well as for external padlocking shall also be provided on all doors opening out

of the SPMUV.

3.4.7 Door Footsteps: The door footsteps assembly shall be of mild steel chequered plate of

6.0 mm thick edges shall be protected with metallic treads. Any other suitable

arrangement shall also be considered.

3.4.8 Door handholds: Door hand holds of chromium plated steel tube, with malleable cast

iron brackets shall be provided on either side of all body side doors and shall be so fitted

as to clear the side walls sufficiently to prevent injury to knuckles. Hand holds shall also

be within the SPMUV profile.

3.5 BOGIES:

3.5.1 General Design:

SPMUV shall have two 4-Wheeled Bogies of robust welded design suitable for taking brake

gear, suspension etc. and capable of withstanding the maximum static and dynamic stresses

under its full load condition. The weight of the Bogie shall be as low as possible, consistent

with strength and robustness. The bogie frame shall be of copper bearing steel plates to IS

2062 Fe 410 Cu WC and shall be fabricated by welding. Manufacturer shall follow RDSO’s

specification No. C-9202 Rev.2 or latest for fabricated bogie. The manufacturer of SPMUV

Page 65: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 34 -

shall purchase bogie frame along with its accessories from the approved Part-I or Part-II

sources of RDSO/ICF only.

3.5.2 Bogie Suspension: Suspension shall be designed as per the weight distribution of the

vehicle, which shall be verified by the RDSO prior to the manufacturing. Bogie shall have

steel suspension in both primary and secondary stage.

3.5.3 Prototype Inspection of bogie: The first two bogies shall be the prototype bogies and shall

be inspected by the RDSO , if not earlier approved by RDSO/ICF. The inspection shall be

strictly as per RDSO specification No. C-9202 with latest revision.

3.6 WHEEL, AXLES AND AXLE BOXES

3.6.1 Wheel and axle dimensions shall meet the requirements of Indian Railways Schedule of

Dimensions 1676 mm gauge-(BG) revised 2004.

3.6.2 Wheel assembly shall be of 952 mm diameter and shall be provided with roller bearings

No 22328 C/C3. The wheels of SPMUV shall be solid forged wheels to RDSO drawing

No SK-K4004 with latest alteration. All wheels sets shall be machined to take a

speedometer drive.

3.6.3 Axles shall be to IRS-R43/92 stress calculations/FEM of wheel and axles shall be

submitted. The calculations shall be done as per ARR/UIC specification.

3.6.4 The wheel profile shall be to RDSO sketch No 91146 with latest alteration.

3.6.5 40% dynamic augmentation of the vertical journal load will be used in calculating the

axle stress in addition to vertical and horizontal forces and moments.

3.6.6 All wheel and gear seats and traction motor suspension bearing journals are required to

be cold rolled together with stress relieving groves machined in the axle, between wheel

seat and gear seat and between the wheel and traction motor suspension bearing journal

of the axles.

3.6.7 Facilities for oil injection for removal of wheel shall necessarily be provided.

3.6.8 Standard axle boxes shall be used. Roller bearings will be grease lubricated and of type

which have given satisfactory performance/service on railway stock. Special attention

shall be paid to sealing arrangement of the ends of axle, to prevent ingress of water, dirt

and loss of lubricants. This aspect requires special attention as the axle box may remain

sub-merged in flood water during heavy rains. The sealing arrangement shall ensure that

axle box will not need special maintenance even if it is submerged in water. The design

of labyrinth will be such as to prevent the ingress of dust in to or outflow of grease from

axle boxes.

3.6.9 One of the axle box and cover (not the leading one) shall house speedometer generator

with suitable adopter. SPMUV shall be taken to provide special protection arrangement

for the generator and cable connection against flying ballast and any other extraneous

objects. The connection shall preferable be taken from the top of the axle box.

3.6.10 Complete working drawing of the axle box, guide arrangement with bearing and its

components shall be submitted for approval along with maintenance instructions

Page 66: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 35 -

3.6.11 The axle box body shall preferably be of cast steel.

3.6.12 The contractor will be required to provide recommended lubricants which should have

been proven in similar railway service of the axle bearings.

3.6.13 An alternative lubricant, manufactured in India shall also be identified by the contractor

in conjunction with the bearing manufacturer, and the lubricants manufacturing industry.

3.6.14 Design calculation for the powered axle shall be submitted for approval of RDSO.

3.7 Brake System:

3.7.1 The SPMUV shall be fitted with fail safe type compressed air brakes, which shall have graduated

application and release, similar to brake system being fitted in Diesel Locomotives and

conforming to Specification No. MP-0.01.00.19 (Rev.01), June’2013 for panel mounted air brake system.

3.7.2 Brake Blocks- The composition ‘K’ type non-asbestos brake blocks to RDSO Specification No.

C-9508 with latest revision/amendment shall be used. Brake rigging shall be as per ICF drawing No. EMU/M-3-2-064 with latest alteration shall be provided to prevent the brake blocks riding

down the wheel tapers.

3.7.3 The Emergency Braking Distance (EBD) for fully loaded (20.32x4=81.28 t) SPMUV from

maximum Speed of 110 km/h to zero shall not be more than 800 meter on flat section. The

Tenderer shall also submit calculation for EBD on 1 in 33 down gradient.

3.7.4 It is proposed to use the SPMUV for hauling two wagons having weight of 60 t in gross load

condition. The manufacturer shall indicate the Emergency Braking Distance that can be obtained

with above loaded wagons in the rear in un-braked state.

3.7.5 The SPMUV shall be provided with the following additional brake requirements:

i) A D-1 Emergency Brake valve [(of approved make conforming to RDSO’s

Specification No. MP. 0.01.00.13 (Rev. 0.00) January’ 2004] in both driving cab

on extreme right hand side for emergency brake application.

ii) Stand-by brakes (independent brake valve SA-9), in case of failure of

distributor valve or any component in the main brake system.This shall be

decided at the design approval stage.

iii) Parking brake to RDSO Specification No. CK 408 (latest revision) capable of

holding fully loaded with 120 t trailing load of two loaded bogie Flat Wagons in

un-Braked state on 1 in 33 down gradient under wet condition.

iv) Flexible Hose connection shall conform to SAE 100R1

3.7.6 Application of any type of brake provided on the SPMUV shall result in simultaneous

cutting of the power to the driving axles. Interlock for this arrangement may be included

in governor system for safety precaution.

3.7.7 The brake rigging arrangements shall be light and as simple as possible with minimum

number of levers and fulcrum points permitting easy access to brake blocks and other

wearing parts. Composite brake block shall only be used as per the standard approved

drawing.

3.7.8 Brake system shall be provided as per RDSO’s Specification No. CK-013 with automatic

slack adjuster built into the brake cylinder.

Page 67: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 36 -

3.7.9 Adequate safety straps shall be provided below the moving components of the brake

rigging and other components to prevent falling on the track in the event of failure of any

component.

3.7.10 The supplier shall submit details of brake system covering brake schematic diagram,

working principle, brake power diagram calculation for EBD, number, dimension and

type of brake blocks and literature on brake equipments proposed along with offer and

get the brake system approved from RDSO before manufacture of the prototype.

3.7.11 Air dryer of approved make conforming to Specification No.MP-0.01.00.06 (Rev-05),

March’ 2011 shall be provided. (In line with latest equipment on EMU/DEMU).

3.7.12 Main air reservoirs of adequate capacity shall be provided. In addition, a separate

braking reservoir and a non-return valve are provided for braking only. Suitable drain

valves/cocks shall be provided to drain off the condensate in the reservoir(s).

Arrangements for automatic drainage of condensate shall also be provided similar to one

used in Diesel and Electric Locomotives. Cut off cock may be provided at inlet of auto

drain valve.

3.7.13 The tenderer shall be required to supply the detailed drawings, specifications and testing

procedure for rubber components/parts of all the valves/cocks used in the brake system.

Tenderer shall indicate the guarantee period of the components.

3.7.14 Stand–alone VCD of approved make conforming to spec No MP-0.34.00.04 (Rev.04)

Dec 2008 shall be provided.

3.7.15 Brake system shall be such that in dead condition of SPMUV can be hauled by another

air brake stock.

3.7.16 The brake system should ensure quick application and release of brake on the vehicle.

This should be achieved preferably by a relay valve.

3.7.17 Arrangement shall be provided for isolating the Driver’s brake valve in the un-used cab.

It shall be possible to remove the handle of the un-used Driver’s brake valve provided in

the in-operative cab.

3.8 Piping & Pipe fittings:

3.8.1 Seamless stainless steel pipe bright annealed to ASTM A 269 Gr. 304, which can be bent

cold shall be used. The layout of piping shall be designed to keep all pipes, especially the

brake cylinder pipes, as short and straight as possible Bends should be used throughout,

but where elbows have to be used; they shall be of round type. Where the pipes itself are

bent, their internal area shall be maintained uniformly.

3.8.2 Double ferule pipe fitting consisting of body, front ferrule, back ferrule and nut shall

provided. The body and nut shall be of carbon steel of ASTM A-108 Grade –II with

electro cobalt zinc plating with chromic passivation. The from ferrule and back ferrule

shall be made from stainless steel to ASTM A276 TP 316 SS and conforming to ICF

Specification No. ICF/MD/SPEC-166 with latest revision/amendment.

3.8.3 All pipes shall be adequately clamped to the frame assembly. Compreg to RDSO

Specification No. C-9407- type II shall be used for clamp.

Page 68: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 37 -

3.8.4 Pipes, ducts and conduits shall conform to an identification colour scheme with

polyurethane paint as per RDSO’s Specification, which shall be approved by RDSO.

3.8.5 Chart showing the colours for identification of pipes shall be displayed in cab at a

prominent place where it is likely to be needed for reference.

3.9 Interior furnishing: The SPMUV shall be furnished with light weight fire retardant

material. The material used for finishing and furnishing shall be suitable for use under

Indian climatic conditions and shall be as for as possible fire proof, non-hygroscopic and

vermin and rot proof. The furnishing shall be as agreed between the contractor and

RDSO. It may be noted that Indian Railways are presently using 3 mm decorative/resin

bonded thermo- setting Laminated plastic sheets of approved shades, possessing

resistance to spread of flame as indicated in para 5.16 of IS:2046. With a view to

retarding the spread of fire, the continuity of LP sheets shall be broken by the provision

of suitable metal barriers. The laminated plastic sheets conforming to STR No. C-K-514

(Latest Revision) may be used for thermosetting resin bonded Laminated Sheet for.

3.10 Ceiling and paneling: The ceiling in compartments shall be of minimum 2 mm thick

NFTC to RDSO Specification No. C-K 511 (Latest Revision). The ceiling material shall

be IRSM-41 where ever required.

3.11 Flooring Construction: Floor of the vehicle shall be as per ICF Drg. No. EMU/MASR-

41-001 with latest alteration. The opening in the flooring for passage of pipes and cables

through the floor shall be so constructed as to prevent any seepage of the oil. In addition

to give effective protection against the spread of fire originating beneath the body.

3.12 Extra Fitting:

(i) Door steps shall be provided at all body side doors.

(ii) Continuous water wriggles from one end of the SPMUV to the other shall be

provided.

(iii)Tail lamp bracket to IRS Drawing No.C.BF-113 shall be fitted at each end of the

shell.

(iv) Rain water channels of suitable design over the doors & windows way shall be

provided.

(v) Tenderers may note that the SPMUV may be washed mechanically. Tenderers may

also note that the exterior of the SPMUV may be washed in automatic washing

plants. Exterior of the SPMUV shall be designed keeping this in view.

3.13 Cattle Guard: Detachable type cattle guards shall be provided under each buffer beam.

The cattle guard shall be fitted with adjustable rail guards so as to maintain the minimum

free space above the rails under all conditions (see item 7 of clause 2.0).Cattle guard

shall be as per RCF Drawing No. EM26108 with Latest Revision.

3.14 Insulation: An insulation layer of suitable thickness of non-asbestos material shall be

provided inside the shell. End walls and sidewalls shall be provided with suitable anti-

drumming and anti-corrosive compound. Underside of the under frame over the engine

Page 69: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 38 -

area shall be properly insulated to minimize heat transfer to the compartment. The

material used for insulation shall be non-inflammable type. All other parts shall be

provided with anti-corrosive compound.

3.15 Noise Suppression: The tenderers shall indicate noise suppression features incorporated

in the design. Maximum noise level should not exceed 75 dB inside the cab.

3.16 Trap Doors: Suitable trap doors shall be provided on the flooring for attention of

underslung equipments, during service. The design of trap door shall be such that it can

be conveniently lifted when attention to equipment is required but strong enough to

withstand normal passenger loading. The trap door shall remain in level to the floor of

the SPMUV.

3.17 Anti–pilferage measures: While securing compartment fittings, anti-pilferage measures

shall be incorporated.

3.18 Fire extinguishers and first aid equipment: Four fire extinguishers CO2 type of 5 kg

capacity shall be provided in the cab and two in workmen’s lobby. Space shall be

provided for keeping a first aid box and one stretcher.

3.19 Corrosion protection:

i) Sheets and plates (other than Stainless Steel) used for SPMUV construction shall

be suitably treated against corrosion before fabrication.

ii) Sub-assemblies shall be treated against corrosion as per UIC Code 842-5 after

they are manufactured.

iii) SPMUV shall be treated after fabrication as per UIC Code 842-5.

iv) In addition to above, the design shall be such as to minimize the incidence of

corrosion. Indian Railways experience is that most corrosion takes place due to

seepage of water from the floor and window openings.

v) The tenderer may suggest any better corrosion protection system that he may have

adopted with success in SPMUVs manufactured by him.

vi) The Tenderer shall note that SPMUV floors are washed regularly at certain time

intervals. Hence the floor construction should be such that it does not permit water

to seep through the floor and cause corrosion to trough floor and under frame

members.

vii) Tenderers may note that Indian Railway have noticed heavy corrosion on under the

lavatories. As such, corrosion resistant steel shall be used for construction of floor

and adjacent members under lavatories and the neighboring bays.

3.20 Information to be submitted by the tenderer

(a) The following information shall be furnished by the tenderer along with the offer:

1) Transverse cross section of the proposed SPMUV along with principal dimensions

so as to illustrate the general construction of the shell. Also superimposed upon this

should be the schedule of dimensions as embodied in the Indian Railways Schedule

of dimensions –1676 mm gauge, revised 2004. Infringements, if any, should be

accurately defined in the sketch.

2) A “Section” view of the plan of the, showing the layout of the major equipment

along with principal dimensions.

3) Side elevation of the proposed SPMUV.

Page 70: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 39 -

4) A “Sectional” side elevation of the SPMUV underframes showing the disposition of

the major equipments on the underframe.

5) To demonstrate his capability for designing SPMUV body, the tenderer shall submit

a set of actual calculations pertaining to SPMUV structure for any bogie vehicle,

designed by him in the past . These shall be submitted alongwith his tender offer.

6) The schematics of the brake pneumatic alongwith the internal schematics of the

valves proposed to be used shall be furnished alongwith the tender. The schematics

shall be accompanied with a write up on sequence of events during application,

release and emergency.

7) Type of compressor and its capacity shall be indicated along with tender. This will be

accompanied with a technical justification for the compressor capacity selected.

8) Estimated weight of the SPMUV structure shall be furnished alongwith the tender.

Also weights of principal assemblies mounted on the SPMUV structure shall also be

furnished.

(b) The other relevant information but not limited to following shall be furnished at design

approval stage by the successful tenderer. i. A representative sectional view of the SPMUV floor, illustrating the floor construction. The

specifications of the materials used in its construction should be identified.

ii. Furnishing material intended to be used by the tenderers-specifications should be identified.

iii. Insulating material proposed by the manufacturer specifications should be identified. iv. Ceiling material proposed to be used by the manufacturer specifications should be identified.

v. Principal features of noise suppression shall be identified and submitted.

vi. Principal features showing adequate fire redundancy shall be identified and submitted. vii. Tentative brake rigging diagram alongwith details of brake cylinder and slack adjuster proposed

to be used shall be submitted.

viii. In case parking brakes are proposed the features of the proposed parking brake actuator, its type and the schematics shall be furnished.

3.21 The guaranteed technical particulars of the SPMUV shall be submitted as per Annexure-7.

Page 71: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 40 -

Chapter - IV ELECTRICAL EQUIPMENTS

4.0 Illumination: Driving Cab & Storage space shall be provided with level of Illumination of

at least 30 Lux at the working plane level (1m above the floor level).The lighting shall be

provided with 18 W, 600 mm x 26 mm double capped Fluorescent tube lights with wire

mesh guard along with its fittings and Electronic Lamp ballast as per RDSO

Specification No. RDSO/PE/SPEC/ TL/0011-2000 (Rev.1) with the latest revision shall

be used.

4.1 Driving cab and workshop shall be provided with two, 110V, 300 mm sweep fans

conforming to IS: 6680.

4.2 BATTERY: Lead Acid maintenance free storage battery of capacity as mentioned at

Clause no.5.3.2.20 of Chapter-V, conforming to IS: 6848–1972 shall be provided in

under slung Battery boxes. The Battery fuses shall be located close to the battery

terminals.

4.2.1 Terminals for charging the batteries from external charging equipment shall also be

provided. The location of the batteries shall be such that there is no danger of their

getting damaged due to tools and equipment inadvertently falling on them. If the cells are

packed in two rows in the battery box, a hylam sheet shall separate the two rows.

4.3 Alternator for charging batteries of DG sets

An engine mounted alternator with rectifier and regulating equipment of suitable

capacity for charging of 24 V DC 290 Ah battery shall be provided. The output of the

generator shall cater for battery charging for diesel engine starting (battery voltage 24V).

The maximum power demand will be required when the SPMUV is stationary and with

engine running at low idling speed.

4.4 Battery charger for charging batteries of 110 V of 120 Ah capacity Lead acid

maintenance free storage battery shall be provided of capacity as mentioned at Clause

No.5.3.2.20. The battery charger shall be from RDSO’s approved vendors complying to

the RDSO’s Specification No. RDSO/PE/SPEC/AC/0008 (Rev.2) with latest alteration.

4.5 A 10 kVA, 3-phase, 415V, low noise Diesel Generating set for power supply to lifting

platform and machines in workshop shall be provided with SPMUV. The Gen set shall

be mounted on anti-vibration mounting arrangement to reduce the vibrations.

4.6 A skid mounted portable Diesel Generator similar to Honda make (petrol start kerosene

run or petrol start petrol run) of 3 kVA (minimum), 240V, 50 Hz alongwith transformer

shall be provided to meet 150 Amps light weight IGBT based welding machine load and

other auxiliary load of search lights (2x250 watts). Emergency light and for other such

purposes. Design of transformer shall be decided at design approval stage.

4.7 Circuitry

4.7.1 The load shall be suitably distributed based on standard practice.

4.7.2 Electrical equipment such as switches, lamp holders and other items shall conform to the following latest Specifications:

IS:6965: Switches for use in Railway stock.

IS:1258: Bayonet lamp holders.

Page 72: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 41 -

IS:1293: Three pin plug and socket outlets.

IRS: EA-199: For ceiling light fittings like CFL within transparent enclosure.

4.8 Power for head lights, tail lights etc.

4.8.1 Following lights shall be worked on the alternator/ rectifier provided with diesel engine.

This is to ensure that failure in the other lighting system does not affect the mobility of

the SPMUV.

i. Twin beam Head light: Twin Beam head lights shall be provided at both ends. The head

light shall confirm to RDSO’s Specification No ELRS/SPEC/ PR/0024 (Rev-1) Oct.

2004. The operating voltage of head light shall be 24 V DC. 24 V DC supply for twin

beam head light shall be taken from 110/24 DC-DC convertor. DC-DC Convertor shall

be as per RDSO’s Specification No. ELRS/SPEC/DC-DC Convertor/0021, Rev.1

ii. Tail light: Tail lamp (Red aspect) of LED type 24 V 15 W as per RDSO’s Specification

No. RDSO/PE/SPEC/TL/0119-2000 (with latest revision) shall be provided at each end

to comply with General & Subsidiary Rules of Indian Railways.

iii. Flasher light: One flasher light each of LED type as per RDSO’s Specification No

ELRS/ SPEC/LFL/0017 (Rev-1) Sept,2004 shall be provided on the roof at either end of

the SPMUV.

iv. Marker Light: Marker light of LED type (Red aspect) as per RDSO’s Specification No

ELRS/SPEC/PR/0022 (Rev-1) Oct. 2004 shall be provided on either end of the SPMUV.

v. Search Light: SPMUV shall be provided with two 250 Watts search lights with Metal

Halide lamps, one on each end, for inspection of the OHE while on the run. Searchlights

shall provide a high intensity illuminating beam and capable of swiveling on universal

joint type supports. Design details shall be finalized at the time of design approval stage.

4.8.2 Wiring-All Electrical wiring in the SPMUV shall be done with e-beam cables

conforming to RDSO’s Specification No ELRS/SPEC/ELC/0019 Rev.-1 dated

06.07.2010 with latest amendment.

4.8.3 Horns: The SPMUV shall be fitted with two horns at the roof with different tones on

both sides. Horns shall be operated on compressed air. These shall be operated by a hand

switch provided within the access of the Driver. Horn cover to RDSO Drawing No. CG-

K5056.

4.8.4 SPEED INDICATOR/ RECORDER: Speed Indicator and Recording Equipment of 0 -

160 km/h range shall conform to RDSO’s Specification No.MP-0.3700-07 (Rev.03) of

April’2003. The cab of SPMUV shall have one recorder-cum-indicator and one speed

indicator.

4.8.5 Cab Heaters: The driving cab shall be provided with electrical heaters to keep cab

environment warm during winter season. The power supply to heater shall be given from

the auxiliary alternators as specified.

4.8.6 Flood lights: Four flood lights giving diffused light of 75 watts shall be provided with

each SPMUV. Detailed design of it shall be finalized at the design approval stage.

Page 73: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 42 -

4.8.7 Emergency push-buttons (Mushroom Type): Five emergency push-buttons shall be

fitted on the chassis sides and one on the roof. When activated, they provoke:

(i) Idling of the engine & removal of excitation of alternator.

(ii) Stop of elevating platform.

(iii) Braking of the vehicle.

4.8.8 Earthing Arrangement of SPMUV:

All metallic parts of SPMUV including the working platform, shell structure & bogie shall

be integrated electrically to ensure proper earthing of SPMUV through wheels to Rail.

The body of the lifting motor, control panels, swiveling motor at platform, crane and

other electrical equipment shall be connected to the earth. Traction motor shall be

provided with earth brush. The schematic diagram of earthing arrangement to be

provided for the SPMUV & equipment in it shall be submitted by the successful tenderer

for approval of RDSO.

Page 74: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 43 -

Chapter – V

5.0 POWER EQUIPMENT & CONTROL

5.1 The different speeds of the twin-power pack from idle to maximum speed and the corresponding

power developed should be so selected that all the conditions mentioned in Clause - 2.1 of

Chapter-II can be satisfactorily met. However the number of speeds and power levels chosen should not be less than 8 (herein after referred to as notch positions) in addition to the idle

position. The performance of the power pack shall be optimum in each notch position in addition

to being able to meet the traction load and demand by the auxiliaries.

5.2 Detailed calculations shall be submitted alongwith tender indicating the power demand by the

traction motors for different conditions and the demand on the power pack. These calculations

shall indicate whether adequate reserve power has been provided for Characteristic curves for the Traction Alternator & Rectifier indicating the performance for different notch positions should

be furnished. These curves, inter-alia, should indicate speed, BHP, power consumption by

auxiliaries, excitation voltage and a.c. and d.c. currents. These characteristics should clearly indicate the extent of matching or mismatching of power.

5.3 DIESEL ENGINE AND TRANSMISSION SYSTEM

5.3.1 The SPMUV will have two independent diesel electric transmission systems, each comprising

a diesel engine, an alternator along with its power rectifier, two traction motors mounted on each bogie, auxiliary alternators with their rectifier-cum regulator units, engine and traction controls,

synchronised for operation from a common master controller from the driving cab(s). In case of

failure of one of the transmission systems, provision shall be made so that the same can be isolated and the SPMUV can still work at reduced power from the healthy transmission.

5.3.2 Diesel Engine

5.3.2.1 Two independent under-slung naturally aspirated, variable speed turbo-charged and after cooled

Diesel Engines of proven design of Cummins make NTA-855R OR similar other reputed make

suitable for 8 wheeler Diesel Electric SPMUV, complete with all accessories, (for other reputed make, Diesel Engine Shall be type tested as per UIC code 623, if not type tested earlier) suitable

for 8-Wheeler Diesel Electric SPMUV, complete with all accessories, suitable for traction

service under the climatic and operating conditions obtained in India, shall be provided. The

continuous traction rating of each engine shall be minimum 340 hp (approximately) or higher at 1800 rpm after due de-rating for environmental temperature of 55

0C. It shall be battery started.

Specific Fuel Consumption (SFC) shall be low. Robust construction, low maintenance and

satisfactory record of past performance are of paramount importance. Tenderer shall furnish full particulars of the engine with the offer. Adequate allowance shall be made in the power of the

diesel engine for the de-rating under most adverse climatic conditions stated in Clause-1.2 of

Chapter-I of this specification. Successful tender shall give detailed calculations for engine’s suitability and its rating.

5.3.2.2 The supplier shall indicate the total horse power required for the auxiliaries with the break up

power for each of the auxiliary machines at rated output.

5.3.2.3 The tenderer shall indicate the net horse power available for input to traction under the conditions

mentioned under para-1.2 of Chapter - I of this specification.

5.3.2.4 The idling speed of the diesel engine shall be such so as to match the requirement of various

auxiliary machines driven by the engine.

Page 75: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 44 -

5.3.2.5 The Diesel Engine shall work satisfactorily with fuel oil to Indian Standard Specification

No.1460-grade A, but shall also be able to function in a trouble free manner even with Grade B fuel oil to the same Specification.

5.3.2.6 Suitable hand priming pump shall be provided to avoid air lock in the fuel system.

5.3.2.7 The engine shall be provided with suitable end on mounting arrangement to SAE-O dimensions

for coupling with and driving the traction alternator. The mounting and coupling arrangement shall be of adequate capacity to withstand high deflection and torque (at starting, stopping and

due to misfiring of cylinders) so that no damage is caused to the alternator and engine

components in service.

5.3.2.8 The drive gear for driving compressor, auxiliary alternator and electric fan drive for the radiator

shall also be in the scope of supply of the tenderer.

5.3.2.9 Detailed torsional vibration analysis of the complete system under normal engine working as

well as under conditions of one cylinder misfiring for the complete operating range including

10% over speed shall be furnished.

5.3.2.10 Air inlet to the engine shall be from inside the SPMUV with proper ducting arrangement from

the filters.

5.3.2.11 Piping from the air cleaner to the turbo-driven air handling unit shall be in the scope of

supply.

5.3.2.12 The exhaust pipe shall not leave carbon soot on important assemblies like traction motors

etc. The exhaust pipe shall be taken horizontally and located under floor avoiding the

position near footsteps of the vehicle with adequate insulation to with stand 7000C and to

avoid.

5.3.2.13 Filters shall be of adequate air flow capacity/filtering efficiency to ensure satisfactory

performance under dusty environment.

5.3.2.14 The tenderer shall submit graphs showing the BMEP/engine output torque and SFC at all

notch positions from idling speed to rated speed.

5.3.2.15 Lube oil consumption at rated output as a percentage of the fuel oil consumption should

also be indicated.

5.3.2.16 The tenderer shall furnish a copy of the Type Test report of the engine by a statutory

body in support of their claim regarding performance, reliability and specific fuel

consumption. In case the engine offered is not type tested earlier, the testing shall be

done in the presence of RDSO’s representative. In case engine as per UIC code 623 or

its equivalent standards is already type tested and found satisfactory then routine test

report is to be submitted for all the engines by the firm to the purchaser. RDSO may

like to conduct acceptance test, if required.

5.3.2.17 Fuel tank of at least 700 liters capacity indicating SPMUV’s operating time with 700

liter fuel oil to be given.

5.3.2.18 The noise level in the driver’s cabin with the doors and windows in closed condition

shall be less than 75 db (A) and in the inside of the SPMUV shall not exceed 80 db (A)

at maximum output and speed of the engine.

Page 76: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 45 -

5.3.2.19 The exhaust emission shall be below the limit laid down in UIC/ORE No. B13/RP22/E

Clause-4 of the entire engine range of operation from idle to full power and shall be

measured as per UIC/ORE/B13/RP21E. The exhaust opacity shall not exceed 20 as

measured by Hartridge smoke Meter or equivalent scale under all conditions including

acceleration of the engine. A suitable catalytic converter shall be connected in exhaust

pipe to limit the emission.

5.3.2.20 The tenderer shall supply the complete system including engine starter and battery

chargers. Batteries shall be of minimum following ratings:

1. 24 V, 290 Ah batteries of RDSO’s approved make for Engine cranking.

2. 110 V, 120 Ah battery of RDSO’s approved make for Control and auxiliary

circuits.

5.3.2.21 Suitable anti-vibration mountings for the engine, alternator, auxiliary alternator, and

compressor shall be used. The anti-vibration mountings (AVMs) shall be of approved

make. The type and number of AVMs offered shall be specified. To meet the vibration

limit, any increased numbers if required shall be to the contractors account. The

deflection characteristics of the AVMs shall be submitted.

5.3.2.22 Drawings for the suspension brackets shall be got approved by RDSO before manufacture/

supply.

5.3.2.23 All threaded fasteners shall be of RDSO approved make.

5.3.2.24 The engine manufacturer shall provide necessary safety devices to protect the engine

against hot engine, low lube oil pressure, engine over speed and low water levels etc.

two high water temperature thermostats with 50C difference in setting shall be

provided.

5.3.2.25 List of all accessories that are offered with the diesel engine, clearly indicating those

mounted on the engine and those supplied loose shall be furnished by the tenderers.

5.3.2.26 Electrically operated gauges for the various indication requirements and fault indication

lamps shall be provided in each driving cab.

5.3.2.27 The stopping of the engine shall be by de-energising a fuel solenoid valve.

5.3.2.28 The initial fill of lube oil for the engine as recommended by the engine manufacturer

shall be in the tenderer’s scope of supply.

5.3.2.29 The tenderer shall submit along with the offer, complete engine data as per Annexure - 3,

as applicable to the Engine offered.

5.4.4 COOLING EQUIPMENT

5.4.1 The Cooling Equipment shall be guaranteed to work efficiently under the climatic

conditions specified in para-1.2 of Chapter- I of the specification. The radiator and fan shall

be of adequate capacity with 30% choked condition of the radiator used. Air flow required

for the radiator fan shall be at least 15% more than that actually required to make up for any

reduction in air flow due to train movement. The limiting ambient capability of the cooling

system shall be minimum 55 0 C with 30 % chocked condition

5.4.2 The complete technical details of the radiator and its fan shall be furnished.

5.4.3 Two independent sets of cooling equipment (i.e radiator, hydraulic tank, hydraulic oil cooler

and water pipes) shall be provided. The individual radiator will take care of the cooling

requirements of respective engines and the hydraulic cooler.

Page 77: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 46 -

5.4.4 The maximum operating water temperature shall normally not exceed 950C.There should be

provision of alarm and shut off at higher temperature.

5.4.5 The radiator shall be roof mounted either with proven electric fan drive system or hydraulic

fan drive arrangement which shall have thermostatic control to regulate the fan speed

depending upon the water temperature shall be provided. Complete technical details of the

radiator and its type of fan& drive shall be furnished to RDSO. The most suitable and

reliable design and type of fan & drive shall be selected at the design approval stage. If there

is any cost differential for electric driven radiator cooling fan and hydraulic driven radiator

cooling fan shall be clearly indicated by the tenderer.

5.4.6 Suitable water raising apparatus, using mono block pumps for topping up the water in the

radiator shall be in the scope of supply. A stainless steel tank for the radiator of not less than

100 litres capacity shall also be provided.

5.4.7 The installation drawings of the radiator and fan with details of fan drive shall be supplied

by the tenderer.

5.4.8 Cooling Proving trials shall be carried out in a test bed at the firm’s premises (OEM) to

prove the adequacy of the cooling system comprising of radiator and hydraulic oil cooler for

the prototype in the presence of RDSO’s representative. The procedure for such testing shall

be submitted and got approved from RDSO.

5.4.9 The following calculations in support of offered cooling system shall be submitted:

Cooling requirement for all sources of heat (with break up)

Heat dissipation characteristics of the radiator and its resistance characteristics.

Radiator fan characteristics showing the air flow Vs total heat at different speeds.

Cooling system-matching calculations.

Schematic cooling circuit diagram showing water, oil and air flow through each

equipment.

5.4.10 The tenderer shall submit drawing for mounting details of radiator assembly, fan drive

arrangement and ensure that these fit completely within the overall dimensions of

SPMUV and shall be got approved by RDSO.

5.4.11 Compressor

5.4.11.1 Two engine driven air-cooled compressors (one with each engine) of adequate capacity

and complete with all accessory suitable for continuous operation at a nominal

maximum pressure of 8 kg/sq.cm shall be offered. The capacity of the air compressor

at idling speed of the engine shall be adequate to meet the requirement of braking,

horn and wiper when operated simultaneously. The tenderer shall give a technical

justification for the compressor capacity such that the requirements of braking, wipers,

horns and other accessories are fully met (the bed plate of compressor unit shall be

sufficiently strong to withstand the vibrations during run).

The essential accessories as under shall also be in the tenderer’s scope of

supply:

1. Suitable inter-coolers /after-coolers or both shall be provided to cool the compressed air

delivered by the compressor.

2. The compressor shall be provided with suitable governor/un-loader to cut in and cut out at

a nominal pressure of 7.0 kg/cm2

and 8.0 kg/cm2

respectively. In addition, a safety valve of

Page 78: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 47 -

sufficient capacity set at 8.5 kg/cm2 shall be provided to safe guard the system against over-

charging.

3. A filter of adequate capacity shall be provided at the compressor inlet to protect the

machine from dirt & dust entering into it. Additional filters, if considered necessary, by the

suppliers for particular valves, shall be provided in the system

Note: i) The compressor capacity and expected power consumption shall be specified at low

idle and max operating speed of the engine.

ii) The compressor offered shall be of proven capability in Railway Rolling stock

application.

5.5 Engine Control

5.5.1 The engine shall be electronically controlled using suitable and proven ECUs. 5.5.2 The engine control system should return the engine to idling (no traction load) position in case

of emergency brake application.

5.5.3 Electronic Governing system for engine control (LCC) as well as main traction alternator excitation control shall be provided.

5.5.4 Tenderers shall indicate notch wise speed and power of the engine offered.

5.6 TRANSMISSION SYSTEM

Three phase a.c./d.c. transmission system shall be used. The tenderer shall furnish full

technical details as per Annexure -4 for the transmission system offered. Tenderer shall

submit block diagram of power circuit for approval of RDSO.

5.7 Alternator 5.7.1 A three phase variable speed self-ventilated, self-excited, brushless and under slung

traction alternator shall be provided (two Alternators per SPMUV). The Alternator shall

either be end on mounted or connected to the engine through a flexible coupling. The

alternator shall have a load regulation system that shall ensure optimum utilisation of the

installed power of the diesel engine at all notch positions. Each Traction Alternator shall

have power output of (minimum) 230 KW (approximately).

5.7.2 The Alternators offered shall be with Single Bearing, which will be self-lubricating type

ball bearings.

5.7.3 The winding of the traction alternator for both stator and rotor shall be with Class H

(1800C). Insulation withstanding the dusty working conditions without deterioration of

electrical and other properties. The tenderer shall give details of the insulation scheme,

proposed to be used for approval by RDSO. Filters if felt necessary by the alternator

manufacturer shall be provided at the alternator intake. The filter shall be of dry fire

retardant type. Details shall be indicated in the tender. It is, however, preferable not to

use filters. One hour rating of Traction Alternator shall be 10 percent higher of

continuous rating. Field proven Traction Alternator suitable to SPMUV shall be offered

by successful tenderer.

5.7.4 The alternator shall have a rating adequate to meet the full specified traction load under

the prescribed site conditions, besides capability to meet the higher starting load and

sustained and momentary over loads. Each Traction Alternator shall have power output

of 230 KW (approximately).

NOTE: The tenderer shall clearly specify.

Page 79: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 48 -

i) The VI characteristics of the Traction Alternator in d.c. at full load.

ii) The continuous rating near the top of the VI curve (higher voltage, low current) and

near the bottom of the VI curve (higher current, low voltage) at 1800 rpm and the

corresponding one hour ratings. iii) Overload capability as a percentage of the full load and deviations.

iv) Short circuit capability and deviations thereof.

5.7.5 External cables

5.7.5.1 For connecting the alternator with the rest of the associated traction equipment, the

thin walled e-beam cables as per RDSO approved specification No ELRS/SPEC/

ELC/0019(Rev.1) with latest amendment shall be provided. However, the cable sizes

and the voltage grade for the power and control cables shall be given by the

manufacturer.

5.7.5.2 The Cables from traction alternator to power rectifier should be suitable for carrying

out current of 800A (rms).

5.7.5.3 The location of terminal box shall be on the periphery of Traction Alternator.

Suitable cutaway with a cover plate having cable entry holes with suitable cable

glands/ grommets to permit entry of insulated cables as selected above, shall be

provided. The internal and external cable terminations shall be on a terminal board

made of fiber glass SMC or better material, suitably mounted inside the alternator

terminal box. The galvanized/ cadmium coated MS terminal studs of adequate size

shall be located across each other without criss-crossing and they shall be suitable for

crimped terminations connected palm to palm. The head of the terminal studs

(preferably hexagonal) shall be embedded on the rear side of the terminal board and

shall be further secured on top by a nut. For securing cable lugs, nuts, locknuts, flat

and spring washers shall be provided. Adequate number of crimping sockets suitable

for recommended size and number of output cables shall be supplied along with the

alternator. The Crimping sockets shall be of Dowell’s make only.

NOTE: The Terminal box location, internal and overall arrangement and

dimensions shall have prior approval of RDSO.

5.7.5.4 The alternator housing shall be of fabricated steel construction designed to withstand

high torsional stresses, shocks and vibrations. The minimum ground clearance in half

worn wheel wear condition under tare weight shall not be less than 230 mm.

5.7.5.5 The provisions shall be made for driving the auxiliary alternator and Air Compressor

through a common shaft extension from Diesel Engine through V-Belts and pulley

on the extended shaft of the Diesel Engine. Pulley of C-section to IS: 3142 shall have

a suitable PCD to be approved during design approval stage. The material of pulley

shall steel forged conforming to IS: 2004 Gr.III. The pulley shall be push-fit with

suitable securing arrangement.

5.7.6 TESTS:

5.7.6.1 Type, routine and acceptance tests on the alternator if required, shall be performed in

accordance with IEC 60-349.

5.7.6.2 The type test procedure for prototype power pack (engine plus alternator) testing

shall be submitted and got approved from RDSO. Type testing of prototype power

Page 80: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 49 -

pack shall be carried out in the presence of RDSO’s representative. If already type

testing is done for the power pack, routine/acceptance tests shall be done in the

presence of RDSO’s representative after getting the procedure approved from RDSO

by the contractor.

NOTE:- (i) The temperature rise for the windings allowed by IEC:60-349 shall be reduced by 30

0C to allow for higher ambient temperatures.

(ii) The characteristics curves as applicable to the traction alternator shall be submitted,

duly indicating therein, the selected locations corresponding to the different notch positions.

(iii) The successful tenderer shall submit the bearing life and shaft calculations and get them

approved before offering the alternator for inspection. (iv) The Tenderer shall clearly indicate the rating, weight, current, voltage and power and

also dimensional details.

(v) The excitation system adopted shall be explained in detail giving all relevant

characteristics for different notch positions of the engine and their matching with engine characteristics.

(vi) The detailed calculations for arriving at the alternator rating to meet the specified

requirements shall be furnished. (vii) Any special item (for e.g. Screened cables) required for any signal/ control feed between

engine, alternator and electronic governor shall be in the scope of supply.

5.7.6.3 Auxiliary Drive: An auxiliary drive of adequate capacity shall be provided to meet all

the auxiliary loads of SPMUV. The drive shall be suitable for minimum of 8 kW

auxiliary alternator.

5.7.6.4 Power Rectifier: Each alternator power output shall be rectified by a full wave 3 phase

silicon diode bridge rectifier (two rectifiers per SPMUV). The rectifiers shall be

suitable for under slung forced cooled and well protected. In case there is a space

constraint in fitting under slung rectifier, the same shall be provided on board and this

aspect shall be decided at design approval stage. The technical constructional

requirements along with testing as given in Annexure-5 shall be complied with. The

output of bridge shall be connected to suitable filter chock if considered necessary. The

design should adequately to take care of the service conditions of the Traction Motors.

5.7.6.5 Power Rectifier should have power loss not more than 400 Watt. It should be able to

work in N-1 condition. This indication “Rectifier fuse blown off” should be available

on driver desk.

5.7.6.6 The OGA drawings shall be got approved prior to manufacture and supply against each

contract.

5.8 TRACTION MOTOR

5.8.1 Four axles hung, nose suspended and self-ventilated DC series Traction Motors of proven design

and approved by RDSO two on each Bogie, shall be provided on the SPMUV. The Armature

coils shall be formed of polyimide (kapton) covered copper conductors and suitably impregnated. TIG/MIG welding shall be used for the commutator. The technical/ constructional requirements

as given in Annexure – 6 shall be complied with the traction motor of similar design and

construction with proven performance in traction application on IR will be preferred. Traction

motors shall be 4601 BX type of M/s. BHEL or TM 2141 A of M/s CGL type or similar proven design with taper roller suspension bearings. Class of insulation of TM shall be “H class” (180

0C

Class). Output of each Traction Motor shall be minimum 115 KW (Approximately).

Page 81: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 50 -

5.8.2 Motor rating: The one hour rating of traction motor shall be of 97% excitation and continuous

rating shall be adequate to give the required performance. The motor will be provided with 3% permanent ohmic field shunting.

5.8.3 The temperature rise for the windings allowed by IEC-60349 shall be reduced by 300C to allow for

higher ambient temperatures.

5.8.4 Motor Suspension & Axle Drive: The Traction Motor shall be nose suspended with taper roller

bearing arrangement. Each traction motor shall drive one axle of its motor bogie through a single reduction gear drive enclosed in a rigid and water tight gear case firmly secured to prevent

damage by movement and vibration under the most severe operating condition but easily

removable for attention to the gear.

5.8.5 The Traction Motor shall be designed to comply with the operating requirements stipulated in

chapter-II without exceeding the temperature rise limit.

5.8.6 The lubricants to be used for the suspension bearings and the gear case shall be specified by the

manufacturer.

5.8.7 The gear wheels and pinion shall be as per RDSO’s Specification No.C-K-303 with latest

revision.

5.8.8 The single reduction gear with gear ratio 20:91 shall be provided.

5.8.9 The traction motor should be a complete assembly including gears, pinions, gear case, nose

suspension rubber sandwich, taper roller suspension bearings, dust guard and axle shield, earth brush etc. Adequate length of the Traction Motor cables shall be brought out from the motor for

termination in the under frame mounted cable connection box with provision for connecting the

cables from the coach. Provision of a well covered terminal box on the traction motor such that the connection between the traction motors and the junction box is made through separate cables

shall be preferred. The design of suspension shall ensure no leakage or ingress of gear case

compound in the roller bearing under any circumstances.

5.8.10 Motor Contactor

Motor contactor of BHEL make or similar proven make, duly type tested and approved by

RDSO/ICF/CLW, one contactor for each motor, suitable for operation in combination with

overload relays, for opening the traction motor circuit in overload and under fault conditions shall be provided. These contactors shall be located in dust-proof cubicle mounted on the

underframe in such a way as to prevent all risk and damage to other apparatus from arcs formed

by their operation.

5.8.11 Traction motor contactors, reversers, protective relays and other control gears shall be as

specified in Annexure-6 They shall be housed in box and dust proof enclosures to be mounted in the underframe, however, alternate location may also be considered subject to clearance of the

offered layout by RDSO.

5.8.12 The Motor contactor shall open the circuit, they protect automatically on overload and shall be capable of clearing the resultant arcs under all conditions of overload.

5.8.13 Bearings: The Armature shall be mounted on anti-friction roller bearing of RDSO approved make. The inner race shall have adequate interference for the duty.

5.8.14 All motor contactor on SPMUV shall be suitable for remote operation from any driving cab

through the traction motor overload ‘reset’ switch. The motor contactors shall be of electro-

pneumatic type of RDSO/ICF/CLW approved make or similar proven make duly type tested and

Page 82: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 51 -

approved by RDSO/ICF/CLW shall be provided with blow out coils and arcing horns, etc to

brake the current without detriment to their working parts or adjacent equipment. All contact trip, interlocks, pins and plungers etc. shall be easily accessible for maintenance.

5.8.15 The Tenderer shall submit the following characteristic and performance curves:

i) Speed Vs Tractive Effort

ii) Current Vs Speed iii) Tractive Effort Vs Current

5.8.16 Suspension Bearing: Taper roller suspension Bearings from RDSO’s approved source shall be

provided. Material composition and properties of plain sleeve bearings shall be as laid down in

RDSO’s Drawing No. RDSO/ PE/SK/EMU/0052-2003 Rev.0.

5.8.17 First four (04) Traction Motors of first prototype 8 wheeler SPMUV shall be type tested by

RDSO accordance with IEC-60349. Routine and acceptance tests if required on the traction

motors, shall also be performed in accordance with IEC-60349.

5.8.18 The Traction Motor’s thermal capability shall be adequate to meet the operational requirement of

lowest road speed (i.e. 5 kmph) for 90 minutes. A special test shall be carried out at the time of type test to establish/confirm this aspect. For this purpose, at an output equal to one fourth of the

calculated power required for the lowest road speed and the corresponding cooling available, the

temperature rise shall not exceed the limit prescribed above.

5.9 AUXILIARY ALTERNATOR WITH RECTIFIER-REGULATOR

Two auxiliary self-cooled, brushless pulley driven alternators of RDSO’s approved make, one with each engine shall be provided in the SPMUV with suitable regulating equipment and Battery

Charger to supply 122 V d.c.+ 5% regulated voltage from idle speed to max. Speed of the engine

for meeting the following loads:-

i. Battery charging (110 volts, 120 Ah batteries) provided on the SPMUV- 10 amps.

ii. Lights and fans load of the SPMUV-25 amps.

iii. Flood Lights.

iv. Search lights.

v. Control system 10 amps.

vi. Twin beam head light of 250 watts, 110 V d.c. as specified in Chapter.

IV of this specification.

vii. Power required for forced cooling motor for rectifier shall be of 1 kW

approximately.

viii. Cab Heater load one each of 1 kW in both the cab.

ix. The alternator shall have a rating of minimum 8 kW (Electrical load requirement

shall be got approved from RDSO)

5.9.1 The insulation of the alternator shall be class “F” or better and the same shall not be affected by

the Engine area environment, which may have traces of Diesel and Lube oil fumes.

5.9.2 Mounting: Suitable base frame and mounting arrangement shall be supplied alongwith the auxiliary alternator. The base frame shall have suitable belt tensioning provision. The base frame

drawing shall be got approved by RDSO before manufacture. Driving and driven pulley

dimensions, pulley groove details, material specification, box dimensions etc. Shall be furnished in a drawing and got approved.

Page 83: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 52 -

NOTE: Alternatively, companion alternator made as an integral part of the main alternator may

also be offered.

5.10 Rectifier-Regulator:

5.10.1 The rectifier-regulating equipment will be under frame mounted. The crimping sockets shall be of

Dowell’s make only. The rectifier regulator box shall have an openable front cover, which shall be capable of being closed and locked in position by suitable hinged bolts of M12 size and wing nuts.

5.10.2 The Rectifier-Regulator box shall be of protection level IP: 65 (Completely protected

against dust and jet of water from all directions).

5.10.3 The Rectifier–Regulator box shall be Electro-galvanised and painted gray.

5.10.4 The Regulator shall have provision of potentiometers for current and voltage setting for

adjustment depending upon the service conditions.

5.10.5 The overall efficiency of the alternator alongwith its Rectifier-Regulator shall not be less

than 70%.

5.10.6 The Rectifier-Regulator shall conform to IEC: 60-571.

5.10.7 Details of the equipment shall be as per Annexure- 5.

5.11 TESTING:

The following tests shall constitute type tests which are to be carried out at the

manufacturer’s works to ensure compliance of the specifications.

5.11.1 Type Test:

1. Verification of dimensions of assemblies of alternator, rectifier and regulating

equipment.

2. Temperature rise test at minimum speed for full output as well as the maximum speed without Air over the auxiliary Alternator and the rectifier regulator box.

3. Insulation resistance test.

4. High voltage test

5. Load test 6. Mechanical over speed and induced voltage test.

7. Drooping voltage characteristics test.

8. Current limiting characteristics test. 9. Surge protection test.

10. Measurement of stator and field resistance.

11. Water tightness test for rectifier – regulator.

5.11.2 ROUTINE TESTS: All tests other than those indicated at serial nos. ii, vii and ix of type tests

mentioned above, shall be carried out.

5.12 CONTROL AND INSTRUMENTATION: The basic control scheme shall ensure matching

of traction load with that of the diesel engine output preventing any overloading. The two power packs will independently feed two motors each (the motors fed from one power pack

being on the same bogie). In case of failure of one power pack, it shall be possible to isolate the

same, on line, by the driver, and the SPMUV shall continue to be worked with the healthy power pack, at reduced power.

5.12.1 Motor speed will be controlled by varying the applied voltage. The two Traction Motors fed

from one power pack shall be connected in parallel.

Page 84: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 53 -

5.12.2 The tenderer shall furnish, along with schematic circuit diagrams, the power, auxiliary and

control scheme proposed to be followed.

5.13 Traction Control Gear: General Design Consideration: Control gear for the motors and

other switch gear shall comply with IEC:60-77 and shall be suitable for 110V D.C. supply.

5.13.1 The winding of all magnet coils shall be properly dried, impregnated, baked and

moulded with epoxy resins.

5.13.2 All auxiliary machines operated on 110V D.C. supply shall be provided with

adequately rated dc contactors.

5.13.3 All the contactors used for breaking dc current of value 10 A and above shall have

properly designed arc chutes and blow out coils.

5.13.4 DC contactors shall be operated for one million operations during endurance test for an

electrical endurance capability of 1 million operations at the rated voltage and current.

5.14 SCOPE OF CONTROL GEARS: Control gears which are in the scope of supply of

the contractor shall comprise of all apparatus and connections necessary for the safe

and efficient operation of the equipment and shall include the following.

5.14.1 The Control Gears shall include: i) Driver Desk

ii) Control Cubicle-1 iii) Control Cubicle-2

iv) Motor Switch Group Cubicle

v) Resistor Panel

5.14.2 Energizing and controlling Traction Alternator and main motor circuits and protecting

these circuits from overload or short circuits.

5.14.3 Operating traction motor contactors, reversers, etc. By means of low voltage control

circuits through any master controller and automatically regulating the same as

required for operation.

5.14.4 Providing means for annunciation of different healthy and fault conditions, through

necessary auxiliary contacts and LED indication lamps, for traction and brake circuits

at the driving cab.

5.14.5 Providing low tension supply of the main lighting circuits, ventilation equipments,

charging the 120 Ah, 110 V battery and driving of the auxiliary machines.

5.14.6 Earthing in an approved manner, all equipment boxes and cases supporting or

containing live parts and of the main traction motor and auxiliary machine circuits.

5.14.7 Protecting and isolating all auxiliary circuits by means of circuit breakers and by

manually operated isolating switches or links and fuses.

5.15 CONTACTOR BOX(S)

5.15.1 All the power contactors of a power pack shall be housed and inter-connected through bus bar in a separate cubicle called “CONTACTOR BOX”, which shall preferably be under slung

however, alternate location may also be considered subject to clearance of the offered layout

Page 85: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 54 -

by RDSO and designed for IP-55 (hose proof) protection. For each SPMUV, two such boxes

shall be supplied (one per power pack).

5.15.2 REVERSER: Electro pneumatically operated reverser of proven design of reputed make duly

tested and approved by RDSO/ICF/CLW for changing the direction of rotation shall be

provided in each motor circuit. These shall be mounted in cubicle on the underframe and shall be of robust design, remote controlled and suitably interlocked to ensure that no movement can

take place while they carry current. Provision shall be made for hand operation, in emergency.

The reverser contact shall have self-wiping action.

5.15.3 Mounting arrangement shall be finalized at design approval stage.

5.15.4 Motor Cut out Switch: Two four position rotary switches, of RDSO/ICF/CLW approved

make one for motor 1& 3 and other for motor 2 & 4 shall be provided. The first switch will

have position marked as ‘normal’,’1 out’, ‘1 & 3 out’ and ‘3 out’. The second switch shall have markings ‘normal’, ‘2 out’, ‘2 and 4 out’ and ‘4 out’. The switches shall have sufficient

contacts to provide various facilities for control as required including the following.

(i) To energise the shunt coils of the current limit Relay to reduce the drop out

power current value suitably, if any motor is cut out.

(ii) To prevent operation of ‘motor switches trip’ lights when motor have been

deliberately cut out.

(iii) To permit operation of the unit while CABR is tripped provided that a pair of

motors has been cut out.

(iv) To control feeds to the individual motor contactors, to isolate the contactors and

cut the motors out of the circuit.

(v) All pneumatic equipments used in the power circuit shall be able to perform

satisfactorily at minimum pressure of 5.0 kg/cm2.

5.15.5 RELAY PANEL:

5.15.6 Alternators:

Earth fault relay – for earth faults in the traction circuit.

5.15.7 Traction motor:

(i) Overload relay/ over current protection-resetting type with reset in the Driver’s

cab - Contactor Box

(ii) Earth fault relay -Control Panel-1

(iii) Scheme for isolation of faulty motor: A scheme of isolation shall be provided

individually for all the four traction motors to facilitate their isolation by the driver

quickly. –Control Panel-1 5.15.8 All the control relays required for the system shall be supplied duly mounted on a panel, name-

tagged, wired and properly terminated.

5.15.9 INSTRUMENTS AND SAFETY DEVICES:

5.15.9.1 The following instruments & safety devices shall be part of supply for safe and

satisfactory operation of the SPMUV. The equipment and controls shall be arranged

in the driving cab of the SPMUV. The driver should be able to start or shut down the

engine from his cab.

Page 86: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 55 -

5.15.9.2 Instruments:

5.15.9.3 Diesel Engines.

5.15.9.4 Switches, meters and gauges

(i) Engine starting switch/ push buttons

(ii) Lube oil pressure gauges (iii) Lube oil temperature gauges

(iv) Cooling water temperature gauges

(v) Battery charge/ discharge ammeter for 24 V battery. (vi) Engine hour meter and engine speed indicators

(vii) Engine stop switch/push buttons

(viii) Low cooling water level indicators (ix) Over speed devices

(x) Emergency stop for engine by Borden wire

5.16 Safety Devices for Diesel Engine: The following set of safety devices shall essentially be

provided.

a) Water temperature too high- engine to idle. However, driver shall be able to raise

the engine speed during the operation of the hot water temperature switch.

b) Low lube oil pressure - engine to shut down

c) Engine over speed - engine to shut down

d) Radiator water level low - engine to shut down

In addition, the successful bidder may provide other safety features as considered

necessary for the diesel engine and for other equipment.

A. Traction Alternator:

a) Control battery (110 V) Voltmeters.

b) Control battery (110 V) Ammeter

c) For protecting the source, earth fault relay shall be provided.

d) Earth fault relay – for earth faults in the traction circuit

B. Rectifiers:

a) Traction Ammeter - To indicate the current drawn from rectifiers.

b) Voltmeters reading phase to phase voltage

C. Traction motor:

(i) Overload relay/ over current protection-resetting type with reset in the Driver’s

cab.

(ii) Earth fault relay.

(iii) Scheme for isolation of faulty motor: A scheme of isolation shall be provided

individually for all the four traction motors to facilitate their isolation by the

driver quickly.

NOTE: Recommended settings for all the aforementioned relays shall be specified by the

tenderer.

5.17 Control and Auxiliary Circuits: All circuits shall be protected by MCBs of

appropriate ratings and type. Ratings of the MCBs to be provided shall be furnished by

the tenderer.

5.17.1 All coils of contactors and relays shall be provided with suitably rated freewheeling diodes.

Page 87: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 56 -

5.18 DRIVER’S CONTROL DESK.

5.18.1 The Driver’s Desk complete in all respect with all the control gear items duly fitted, wired and

terminated on a terminal board shall form the scope of supply of contractor.

5.18.2 DRIVER’S CONTROL SWITCH: The driver’s control circuit shall be energized through the

driver’s control key. The inter-changeability provided shall be such that the key can be

removed from the lock only when the switch is turned to off position and when the key has been removed, the switch cannot be turned to the ON position. The key shall be common for

both drivers’ key switches.

5.18.3 MASTER CONTROLLER :

i) The number and arrangement of step shall be marked on the master controller.

ii) Contacts and operating mechanism shall be easily accessible and of suitable

design for railway service. All live portions and contacts, cables and terminal

mountings within the master controller shall be kept well clear of exhaust from

all pipe unions to, any pneumatic equipment.

iii) The reversing drum operating boss shall be fenced in such a manner that the key

can only be inserted and withdrawn when the drum is in the neutral/off position

and the drum shall be mechanically interlocked so that it can only be placed in

this position when the master controller handle is in the OFF position.

iv) The master controller shall be fitted with a Dead Man’s handle (depression type)

designed to switch OFF power and apply brakes automatically whenever the

driver releases his pressure on the handle, if it is in any but the OFF position and

in the OFF position if the reverser key is in FORWARD or REVERSE positions.

The Dead Man’s handle mechanism shall be suitably enclosed to prevent

interference with it or the insertion of any form of packing to wedge the handle

down.

v) Spare contacts provided to be paralleled to prevent the SPMUV from not

responding in case of any bad contacts on any of the interlocks.

5.19 INDICATION LIGHTS :

5.19.1 The indications of LED type shall be provided in driving cab of the SPMUV as

given in Clause – 5.20. Built in redundancy (with spare LED) should be there so that

in case of failure of one LED the indication is available.

5.19.2 The “LED” indication provided in the SPMUV shall have illumination level of

minimum 30 mcd High intensity type LED, capable of being seen even against Direct

Sunlight. The arrangement of LED indication panel with LEDs connected with series

resistor is NOT preferred.

5.19.3 The Driver’s desk shall be fabricated preferably in single unit, however two parts can

be considered at the time design drawing approval for ease of loading.

5.20 CONTROL PANEL.

Page 88: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 57 -

5.20.1 A suitably designed control panel shall be provided in the SPMUV for housing all the

control accessories. The panel shall be so situated so as to provide easy access to all the

components for their maintenance /service.

5.20.2 Adequate Control Equipment including gauges, instruments and cab safety devices

shall be provided for safe and satisfactory operation of the SPMUV. The controls shall

be so arranged in the driver’s cab that it will be within easy reach of the driver from all

drivers’ position. All gauges shall be of proven, reliable design and of LED lit type.

Graduations of all gauges shall be in metric unit. Following gauges shall be provided in

the cab:-

i) Diesel Engine lube oil pressure gauge.

ii) Cooling water temperature gauge (Electronic)

iii) Traction Motor load ammeter.

iv) Air brake gauges.

v) Battery charge and discharge ammeter.

vi) Water level indicator (Electronic)

vii) Speedo-meter.

5.20.3 The following audio-visual signals or reference panel lights shall be provided in the cab

for operation of the SPMUV:

i) Low lubricating oil pressure

ii) Lube oil temperature too high

iii) Radiator water temperature too high

iv) Engine 1 ON

v) Engine 2 ON

vi) Engine shut-down

vii) Wheel slip indication

viii) Battery discharge indication

ix) Aux. Gen failure indication

x) Low idle rpm indication

xi) Power ground

xii) Cranking contactor welding indication

xiii) Traction control supply ON

xiv) Alternator 1 Excitation ON

xv) Alternator 2 Excitation ON

xvi) Alternator overload

xvii) Alternator winding temp

xviii) Alternator bearing temp

xix) Engine 1 Trip

xx) Engine 2 Trip

xxi) Rectifier 1 fuse failure

xxii) Rectifier 2 fuse failure

xxiii) Rectifier 1 fan failure

xxiv) Rectifier 2 fan failure

xxv) Aux . Alternator failure.

xxvi) Motor over load.

xxvii) Motor Earth fault.

xxviii) Parking Brake applied.

xxix) Emergency Brake applied

xxx) Drive function released.

Page 89: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 58 -

xxxi) Common annunciation.

5.20.4 The following safety devices, inter alia, shall be provided:

i) Water temperature too high - Transmission cut off and engine returned to idle.

ii) Low water in radiator-Power to transmission cut-off and engine shut down.

iii) Low lube oil pressure- Power to transmission cut-off and engine shut down.

iv) Engine speed too high (over speed trip)- Power to transmission cut-off and

engine shut down

Adequate protection of an approved design shall be provided against electrical

over loads and grounding.

5.21 Surge suppression capacitors: Capacitors of suitable rating shall be wired in the control circuits to reduce the arcing at

contacts of the relays to a minimum.

5.22 Operating Keys and Locks:

One set of operating keys of the approved design and dimensions having the following

function shall be provided with each unit:-

(i) Door lock key.

(ii) Driver’s control Switch key.

(iii) Master controller locking key, (Reverser key)

(iv) Any other control key offered as necessary.

(v) Brake controller key.

Page 90: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 59 -

Chapter – VI MISCELLANEOUS:

6.0 Tools

6.1 Each SPMUV shall be supplied with a complete kit of tools and testing equipment required

by a driver in an emergency and for normal working of the SPMUV. These will be

arranged in a tool box provided in a cab. These tools are listed in annexure 8-A & 8-C.

6.3 A list of tools to be provided for use in Maintenance Depot shall include tools necessary

for maintenance and repair of SPMUV including specified equipment for auxiliary and

ancillary equipment. The tenderer should list and quote for these tools. The rate shall

however not be used for tender evaluation purpose. It shall not be mandatory for railways

to buy these tools.

6.4 All special tools shall be listed and catalogued illustrating the method of application.

6.5 Maker’s test certificate -Copies of maker’s test certificates guaranteeing the performance

of the equipment/accessories shall be supplied in duplicate alongwith the delivery of each

SPMUV.

6.6 Weighment:

6.7 Each completed SPMUV shall be weighed 4 times successively and vertical load exerted by each wheel on the track shall be measured, with due regard as to the accuracy of the measuring

equipment. The pre-weighment run shall be over a section of track containing difference of

levels. No alteration or adjustment shall be made to the SPMUV after SPMUV passing or adjustment shall be made to the SPMUV after passing over this section of track and before

weighment. The arithmetic mean of the values taken during 4 successive weighment shall be the

value of measurements.

6.8 After weighment, a check shall be made to ensure the following:

i) Total weight is within the nominal weight.

ii) Axle load is within +/- 2 % of the nominal axle load.

iii) The difference between the two wheel loads of any axle is not more than 4% of the

axle load. First completed prototype SPMUV shall be subjected to squeeze test to

ensure that it shall withstand a maximum end load of 200 t without any signs or

permanent distortion. The test conditions is specified in clause-3.1.1 to 3.1.3.

Page 91: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 60 -

Chapter-VII INSPECTION

7.1 The whole of the materials or fittings used for works covered by this specification shall

be subjected for inspection by the Inspecting officer to be nominated by the purchaser

and shall be to his entire satisfaction.

7.2 The Inspecting officer shall have the power to: -

a. Adopt any means he may think advisable to satisfy himself that the materials for

fittings specified are actually used throughout the construction.

b. Take samples for such tests as he may consider necessary by an approved

Metallurgist selected by him, whose report shall be final and binding on the

contractors.

c. Visit at any reasonable time and without previous notice the contractor’s works to

inspect the progress and quality of the work and the contractor shall provide free of

charge all equipment and labour required by him for this purpose.

d. Reject any material or fittings that do not conform to the relevant specification or

good practice, which shall be marked in a distinguishable manner, and shall be

disposed off in such a manner as the Inspecting Officer directs. Such rejected parts

shall be replaced by the contractor without extra charge.

7.3 Tests of materials and fittings shall as far as possible be carried out at the works of the

maker’s of the materials or fittings. The contractor shall provide such additional

materials or fittings as may be required or arrange for test pieces to be incorporated in

forgings and castings as required by the Inspecting Officer and for their removal in his

presence for test purposes. All tests in the works of the contractors and their sub-

Contractors shall be at the cost of the contractors.

7.4 No material shall be dispatched or packed until it has been passed by the Inspecting

Officer. Such passing shall in no way exonerate the contractor from their obligation in

respect of quality and performance of the SPMUV.

7.5 In the event of dispute between the Inspecting Officer and the Contractor, the decision of

the purchaser shall be final and binding.

7.6 Radiographic testing of steel castings.

7.6.1 All steel castings wherever used and welding joints shall be subjected to radiographic

testing after manufacture / repair, to a suitable scheme/ standard suggested/ approved by

RDSO.

7.7 One of the power bogies shall be subjected to exhaustive stationary tests at Contractor’s

works in the presence or RDSO representative. The tests on bogies shall include dynamic

fatigue testing and strain measurement. The test shall be under simulated loading

conditions to represent the service load. The body shell shall also be subjected to loads

for validating the design calculations of shell. The contractor shall afford all facilities for

conducting these tests at his cost.

7.8 Acceptance tests.

Besides the checking and testing carried out during manufacture and before dispatch of

the SPMUV to India. It shall be subjected to the following tests before final acceptance.

Page 92: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 61 -

7.8.1 Performance capability tests.

The SPMUV shall be subjected to tests to establish its performance based on the supply by

the tenderer against the specification. The contractor shall at his own expense provide the

services of competent Engineers/Supervisors and supporting staff during the

performance capability tests of the prototype.

7.8.2 Riding quality tests.

The riding quality tests shall be based on detailed oscillation trial conducted at a speed

10% higher than the maximum specified operating speed. on a section of main line

track conforming to test stretch as mentioned in 3rd

criteria committee report to

establish the performance at the specified maximum operating speed.Test shall be

conducted as per RDSO’s conventional Data Acquisition System (DAS) method as

mentioned in MT-334.

7.8.3 Emergency Braking Distance (EBD) and Haulage Capability Test shall also be conducted.

7.9 The following shall be the track standards of the test section:

(i) Track structure:

90R rail with M+4 sleeper density and 200mm ballast cushion below sleeper, of

which at least 75mm shall be clean and rest in caked up condition.

(ii) Permitted irregularities:

The Criteria approved by “Standing Criteria Committee” for selection of Test

Stretches for Oscillation Trials on BG routes of IR shall be considered.

Ten isolated peaks/km of track exceeding the limits of irregularity are permitted.

7.10 Acceptance Criteria:

The dynamic augment at maximum speed of 110 km/h plus 10% shall preferably be within

50% at rail level. The lateral forces at maximum speed will be within 4-t per axle. The

vertical acceleration shall not exceed 0.3 g both in vertical and lateral modes in tare and

loaded conditions. The sparling ride index shall not exceed four. The derailment co-

efficient shall not exceed one or latest as laid down by RDSO at the time of

inspection/oscillation trial.

7.11 ISSUE OF PROVISIONALSPEED CERTIFICATE.

Whenever a new rolling stock is introduced in Indian Railways, there is a provision in

policy Circular No. 6 to issue provisional speed certificate by RDSO based on proven

design parameters of the Car, successful completion of prototype and simulation study.

Final speed clearance of the vehicle is given after conducting detailed oscillation trial of

the Car, which is a time taking process. Therefore, issue of provisional speed certificate

for the Car becomes a necessity and based on the same, the approval of running of the

Car on Indian Railway track is taken from Commissioner of Railway safety.

Page 93: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 62 -

ANNEXURE - 1

LIST OF EXHIBITED DRAWINGS

Sl.No. Drawing No. Description Clause Ref.

1. Diagram ID 1676 mm gauge (BG)

of IR schedule of dimension Maximum moving

dimension.

1.2.4

2. RDSO/SK.No.98145 Side buffer arrangement 3.1.9 3. C/BF/113 Tail lamp bracket. 3.13 (iii) 4. RDSO Spec. No.56-BD-07 Centre Buffer with

Transition Screw

Coupling

3.1.9

5. RDSO’s specification No. C-

9202 Rev.2 or latest

Bogie design 3.5.1

6. RDSO Drawing No.

SK-K4004 Wheels 3.7.2

7. ICF Drawing No. EMU/M-3-2-064

(Latest)

Brake Rigging 3.8.2

8. RCF Drawing No.EM.26108

(Latest)

Cattle Guard 3.14

9. RDSO sketch No 91146 with

latest alteration

The wheel profile. 3.6.4

Page 94: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 63 -

ANNEXURE - 2

LIST OF DRAWINGS & THEIR STANDARD NOMANCLACTURE

List of Drawings to be submitted to RDSO for approval before undertaking

manufacture of prototype SPMUV.

SN Drawing/Documents to be submitted to RDSO for approval

1. Layout of SPMUV

2. Suspension arrangement.

3. Helical coil spring

4. Load v/s deflection diagram of helical coil spring

5. Suspension calculation

6. Enlarged View of Driver’s window

7. Normal Visibility diagram of Driver

8. Cooling circuit diagram

9. Axle Box Guide arrangement

10. Brake rigging assembly

11. Schematic Diagram of Brake system

12. Emergency Braking Distance calculation

13. Wheel and axle (non powered)

14. Wheel Diameter 952 (machined)

15. Shell arrangement

16. Side wall assembly ( Right)

17. End wall (Right)

18. Roof Assembly

19. Transverse cross section

20. Vogel Diagram

21. Alignment of SPMUV

22. Power pack arrangement

23. Under frame arrangement

24. Trammeling diagram

25. SPMUV lifting arrangement

26. Under frame calculation

27. Loading Diagram

28. Roof Equipment layout

29. Estimated weight of the SPMUV structure and weight of principal

assembly mounted on the SPMUV

30. Strength calculation of cross member of under frame

31. Un sprung mass SPMUV

32. Balancing calculation

33. Power pack arrangement

34. Axle (powered)/ Motorized Bogie.

35. Axle drive Gear box assembly

36. Fuel Tank

37. Enlarged view of drivers window

38. Ant pilferage measure

39. Checking of squareness of door and end wall

40. Measurement of deflection of underframe

41. Measurement of distortions of doorways along the length of SPMUV

42. Measurement of distortions of shell across width at door way

43. Drawing showing location of strain gauges on the under frame.

44. Speed v/s tractive effort characteristics of SPMUV

45. The block diagram showing power circuit.

Page 95: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 64 -

ANNEXURE-3

The following details pertaining to electrical equipment shall be submitted by the tenderer :

I. Diesel Engine

1. Exact description and model of the engine

2. Rated output under UIC site conditions

3. Site Conditions

- Ambient Temperature

55 oC

- Altitude above mean sea level 1000 m

- Relative humidity above 40%

4. Rated speed at continuous rating

5. Type of cycle (two/four stroke)

6. Method of pressure charging

- Pressure ratio of compressor at the rated output

- Single stage/two stage

- No. of turbochargers used

- Make and model of turbocharger

7 Type of exhaust system

Constant pressure/pulse type/multi pulse type

8 Method of cooling the charge air

9 Type of combustion chamber

10 Fuel injection equipment

- Type of injection system

- Diameter of pump plunger

- Nozzle opening pressure

- Maximum duration of injection in degrees of crank

11. Number, arrangement and angle of cylinder.

12. Cylinder bore

13. Piston stroke

14. Cubic capacity/cylinder

15. Compression ratio

16. Firing order

17. Mean piston speed at rated speed

18. Brake mean effective pressure

19. Maximum combustion pressure at no load at minimum idling speed

20. Compression pressure at rated output

21. Minimum no-load idling speed – whether a low idle feature is provided on the

engine

22. Minimum no load speed under steady conditions

23. Speed ranges which should not be used continuously

24. Break away torque when the cooling water temperature is 5 oC

25. Minimum firing speed when the cooling water temperature is 50C or at the lowest

possible temperature of air intake air in rev/minute.

26. Torque resistance to the firing speed required to turn the engine when the cooling

water temperature is 5 0C at the lowest temperature of intake air.

27. Piston

1.Type of Piston used – whether single piece or composite

2.No. of piston rings used.

Page 96: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 65 -

3.configuration of the rings

4.whether all the rings are located above the gudgeon pin

5.method of cooling required for the piston

6.oil flow rate and temperature of oil at the piston outlet

28. Cooling system

1. Single/double cooling circuit

2. Whether cooling system is pressurized

3. Coolant temperature at outlet from the engine

4. Heat absorbed by the cooling water at the rated output

5. Rate of flow of water

6. Inter cooler coolant temperature at entry to the cooler

7. Treatment recommended for water

29. Lube Oil System

1. Temperature of cooling oil with the indication of the point of

measurement

2. Maximum permissible temperature of cooling oil

3. Heat absorbed by the cooling oil at rated output

4. Swamp capacity

5. Quantity required to commission

6. Brand of oil recommended

30. Consumption of lubricating oil at the rated output in litres/hour and as a percentage

of fuel consumption.

31. Total capacity of lubricating oil pump (s) at the rated output speed in litres/min

32. Lubricating oil pressure at rated speed on entering the engine and at the normal

operating temperature

33. Maximum pressure of charge air in the intake manifold at the rated output.

34. Maximum pressure of gases at the turbo inlet at the rated output

35. Maximum speed of the turbocharger at rated output

36. Maximum permissible speed of the turbocharger.

37. Temperature of exhaust gases at turbo inlet at the rated output under UIC and site

conditions.

38. Maximum permissible temperature for which the turbocharger components have

been designed

39. Heat balance of the engine

40. Weight of the engine complete with all items excluding water and lubricating oil.

41. Weight of water contained in the engine

42. Weight of oil contained in the engine

43. Weight of major components to be handled during maintenance

1. Turbocharger

2. Inlet cooler

3. Crank case bare

4. Crank shaft

5. Piston and connecting rod

6. Cylinder liner

7. Cylinder head

44. Specific fuel consumption with the tolerance band under UIC and site conditions –

indicate the lower heating value of the fuel used in arriving at the specific fuel

consumption figures

45. Fuel oil consumption at idle in litres/hour

46. Requirement of fuel specification or any other restriction on the use of duel with

different sulphur contents

Page 97: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 66 -

47. Number of such engines used in rail traction and the period since the engines have

been in service and their performance

48. Safety devices provided on the engine

1.Over speed

2.low lube oil pressure

3.overload

4.high exhaust temperature

5.high intake temperature

6.any other

49. Specification of lube oil suitable for engine

50. Method of starting

51. Governor

1. Make and type

2. Full load speed and drop characteristics

3. Torque required at the output shaft

52. Estimated period between top and major overhauls

53. periodicity of overhauling the following critical components

1.Turbocharger

2.Piston and piston rings

3.Cylinder liner

4.Air and exhaust valves

5.Fuel pump

6.Injector/Nozzle assembly

7.Main bearings

8.Connecting rod bearings

54. Whether the diesel engine is suitable for satisfactory sustained operation under :

1. Site conditions mentioned in para 2

2. Dusty environment

3. Frequent starting and stopping of diesel engine

4. Average load factor 60%

55. Inlet and exhaust valve timings

56. Special design features of diesel engine highlighting the measures which have been

taken to achieve :

1. Low specific fuel oil consumption

2. Low lubricating oil consumption

3. Low idling fuel oil consumption

4. High reliability

- Maximum availability

- Reduced level of thermal and mechanical loading of critical components

57. General arrangement and dimensional details.

58. Characteristic curves of diesel engine under UIC and site conditions-

i) Curves for torque, output and specific fuel consumption expressed and

guaranteed without upper tolerance for different settings of the injector pump, i.e.

- Setting at which the engine develops the rated output at its rated speed.

- Setting at which the engine develops ¾ of the rated output at its rated speed.

- Setting at which the engine develops ½ of the rated output at its rated speed.

- Setting at which the engine develops ¼ of the rated output at its rated speed.

ii) The torque speed curve which the manufacturer considers to be the maximum

torque that should be used for rail traction. This should cover the range from

Page 98: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 67 -

idling speed to the point corresponding to the international rated output at the

rated speed.

iii) The curve of fuel consumption for no-load running, commencing from the

minimum idling speed, expressed in litre/h

Page 99: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 68 -

ANNEXURE -4

TRANSMISSION SYSTEM PARTICULAR

I Alternator

1. Description Make & type

2. Drive – Details of arrangement of bearings and coupling

3. Classification – No. poles, number of phases and phase connections

4. Maximum permissible speed –

Max. voltage a.c.

D.C. (i.e. rectified)

Max. current a.c..

5. Rating -

i) One hour rating – Voltage, current, output & speed

ii) Continuous rating –

(a) High voltage

(b) Low voltage

6. Class and type of insulation

a) Stator

b) Rotor

7. Temperature rise

a) Rotor winding

b) Stator winding

8. Resistance at 25 oC

a) Rotor winding

b) Stator winding

9. Synchronous impedance at maximum frequency and load

10. Stator details

a) Overall dimensions

b) No. and size of slots

c) Winding

i) Type

ii) Conductor size and material

iii)

Turns per coil

iv)

Pitch

11. a) Rotor-type, No. of poles, length, bore, size and air gap

b) Details of rotating armature exciter and rectifier assembly

12. Bearing:

a) Single or double

b) Type-sealed or open

c) Grease-type, capacity and

time interval for re-greasing

d) Bearing life and shaft size

calculations.

13. Mountings – Details of mounting arrangement.

14. Coupling-Type and details

15. Cooling

Calculations of cooling capacity

16. Weight

Page 100: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 69 -

a)

Complete unit with accessories

b) Alternator

only

c) Rotor (with fan if any)

17. Characteristic curves

a) Natural curves

b) V-I curves (Notch

wise)

c) Efficiency vs. current

18. Tests: Results of –

a) Type test

i) Temp. rise

test and its calculation

ii) Rating

iii) Characteristic curves

b) Routine test

i) Temperature Rise Test

ii) Over speed Test

iii) Dielectric Test

19. Tractive Efforts vs. Road Speed curve along with Alternator Rectifier Current vs.

Voltage curve showing method of calculations.

II Auxiliary Alternator with Rectifier – Regulator

1. Make

2. Model

3. Continuous & short time rating and details of voltage and current regulation

4. Bearing life and shaft size calculations.

5. Weight

III Traction Motor

1.1 Type

1. V - volts

2. I - Amps

3. N – rpm

4. S – km/h

5. N max/N

6. N shaft

7. N max

1.2 Armature

1. Diameter.

2. Length

3. Air ducts – surface

- section

4. No. of slots.

Page 101: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 70 -

5. Conductor size.

6. Conductor area.

7. A) Continuous........ for ........ amps

1 Hour .... .... for ....... amps

8. Continuous ............. A/sq.mm for ....... A

1 Hour............. A/sq. mm for ....... A

9. A) Continuous ..........

1 Hour ...........

10. B (B/A) ......... at cont FF

......... at 1 hr rating

........ at S max.

11. S max ....................km/h

12. N max ................... rpm

13. Wheel dia (half worn)

14. Gear Ratio (New)

15. Suspension

16. Armature bearing – commutator end

- pinion end

17. Turns/coil

18. Type of winding

19. Coil Throw

20. Length mean turn

21. Resistance at 110°C

22. Inductance at 30 cps.

23. Weight of copper (kg)

24. Tooth volume

25. Core volume

26. Arm. Turns/pole

27. Arm. At/pole - FF

28. Arm. Core int.dia

29. Net core depth

30. Arm. Steel tech. spec.

31. Banding material

32. No. of bands cc

33. Band width.

34. S (cont) .................. M/s ................. rpm ............ km/h

1.3 Main poles

1. Insulation

2. Number

3. External ................ D Internal ............ D

4. Number of turns per pole.

Frame end

Arm end

5. Conductor dimension – Frame end

- Arm end

6. Current density - Frame end

- Armature end.

7. Length of mean turn - Frame end

Page 102: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 71 -

- Armature End

8. Resistance at 110°C

9. Inductance at 50 cps

10. Radial gap length - Tip

Centre

Mean

Eff

11. Field At

------------- @ FF

Arm. AT

12. Pole Arc.

13. Total fringe

14. Eff. Pole arc

15. Eff gap area

16. Pole flux density.

17. Pole copper weight.

18. Pole steel tech spec.

19. Yoke steel tech. spec.

1.4 Commutation poles

1. Insulation

2. Number

3. External ............ D Internal ........... D

4. Number of turns per pole – Frame end

- Arm end

5. Conductor dimensions - Frame end

- Arm end

6. Current density - Frame end

-

Arm end

7. Length of mean turn - Frame end

- Arm end

8. Resistance at 110° c

9. Inductance a t 50 cps

10. Radial gap length

- Tip

- Centre

- Mean

- Eff

11. Int. Pole flux density

12. Copper weight

13. Pole steel tech. spec.

1.5 Equalisers (commutator end)

1. Total number

2. Copper weight

1.6 Ventilation

Page 103: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 72 -

1. Number of fans

2. Flow ................. m3/min (at continuous speed)

3. N ............. rpm .............. 1.35 N max (overspeed)

1.7 Commutator and brushes

1. Useful diameter

2. Useful length

3. No. Of commutator bars.

4. Bar pitch

5. Average bar/brush

6. Voltage between segments

7. Reactance voltage

8. Insulation thickness between bars.

9. Number of brush arms

10. Brush/arm

11. Brush/size

12. Quality

13. Current density

For ........ Amps (cont)

For ........ Amps (1Hr.)

For ........ Amps (start)

14. S (cont) .......... m/s ............ rpms

15. S (1hr) ........... m/s ............. rmps

16. S (max ) .......... m/s ........... km/h

17. Type of commutator construction

1.8 Weight

1. Motor without gearing ......... kg ............ N

2. Armature without pinion .......kg ............ N

CONT 1 Hr

kg N kg N

3. Wt/kw

4. Wt/hp

5. Pinion (kg)

6. Gear wheel (kg)

7. Gear case (kg)

8. Frame (kg)

9. Total weight (kg)

1.9 Losses and Efficiency

1 Hour Continuous

1. I2 R (ARM)

2. I2 F (Series)

3. Core

4. Brush drop

5. Brush friction

6. Bearing F and W

Page 104: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 73 -

1.10 Magnetic Circuit

1. 1 hr rating values

Magnetic FF Leakage

Area length B AT

Tooth

Core

Pole

Yoke

Gap

Total AT

2.0 Gears and pinions

1. Type of gearing

2. Module

3. Grade of steel used for pinions and gears

4. Particulars of heat treatment

5. Kilometerage guarantee for bull gears

6. Kilometerage guarantee for pinions

7. Material and type of construction for gear case.

IV. Power Rectifier

1. Diode – Make & type

2. No. of parallel paths & no. Of diodes /path

3. Overall dimensions of rectifier unit

4. Ratings

a) Current Rating

- max. Cont. (direct) forward current

b) Thermal Rating

- Max. & Min. Operating junction temp

- Max. & Min. Storage temperature

5. Resistance

a) Forward

b) Reverse

6. Details of damping circuit

a) Resistance value & circuit

b) Capacitance value &

connection

7. Bus bar arrangement

8. Weight

9. Mounting arrangement

10. Characteristic curves

a) Voltage vs. Current

b) Power dissipation as a function of reference point temperature

11. Semi-conductor fuses

a) Make

b) Fusing characteristics

c) I2 t characteristic

Page 105: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 74 -

ANNEXURE-5

POWER RECTIFIER SPECFICATION

1.0 Technical requirements including the design features.

1.1 The rectifier unit shall comprise of three phase full wave bridges using silicon diodes. It

shall prefer-ably consist of three separate bridges connected in parallel on the input and

output side.

1.2 Device Rating

1.2.1 The current rating of the devices shall be such that even under one bridge (n-1) failure

condition the rectifier, with two remaining effective three phase bridges shall be capable

of meeting the full Tractive power duty/duty cycles and abnormal conditions including

short circuit.

1.2.2 An unbalance of 20% shall be considered in the sharing of the load between the bridges,

for design purposes, though, in actual testing the unbalance shall be limited to 10%

only.

1.2.3 The diodes shall have a PIV rating of not less than 3000 V or not less than 2.8 times the

maximum crest working voltage whichever is higher.

1.2.4 Characteristics curves of the diodes indicating power loss, forward voltage drop, slope

resistance, thermal resistance characteristics and characteristics curves of the fuse shall

be submitted in A4 size.

1.2.5 The permissible junction and case temperature for the device shall be declared.

1.2.6 Diodes in the cubicle shall belong to one FVD group while they shall be in three

consecutive FVD groups for all the units to be supplied. FVD shall have a band width

of 50 milli-volts at the full rated diode current.

1.2.7 The semiconductor device junction temperature shall be calculated for (n-1) condition

operation at rated permissible current for three duty cycles after temperature

stabilisation in heat run test at a current value equal to the one hour rating of the traction

motors.

For this purpose, RMS value of the starting current over the notching up duration for 1

minute followed by RMS value of the steady state one hour rating current for eight

minutes, followed by zero current for thirty seconds will form one cycle. At the end of

three such successive cycles the junction temperature shall be computed. There shall be

enough margin.

1.2.8 The devices shall meet all the requirements as per IS:7788.

1.2.9 The use of capsule type diodes are acceptable.

1.3 Snubber and Damping Networks

1.3.1 Each diode shall be provided with RC network to overcome the hole storage effect.

1.3.2 RC damping networks shall be provided to protect against switching surges expected.

Supporting calculations shall be furnished.

Page 106: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 75 -

1.3.3 The resistors and capacitors for the RC network shall be respectively of silicon coated,

non-bursting type suitable for traction duty duly approved by RDSO.

1.3.4 Resistances – Silicon coated, non-inductive, wire wound resistors and stud mounting

type with lug terminals shall be used. The wattage ratings shall be three times the

calculated maximum wattage in the circuit under worst loading and high ambient

conditions.

1.3.4 Capacitors – shall be of non- bursting type. The clearance and creepage distance

between the live terminals and also the body shall comply with table 5 of IS-7788. The

maximum working voltage across any capacitor shall not exceed 50% of the rated

repetitive voltage. In the case of hole storage capacitors the voltage rating shall not to

be less than PIV rating of the semiconductor device. The capacitors shall be designed

for operation at 85 oC. The capacitors will be of GE make. Use of indigenous make

shall have the prior approval of RDSO.

1.4 Fuses

1.4.1 The diodes shall be protected by semi-conductor fuses whose selection shall be

supported by the calculation to ensure their matching with the diodes. I 2 t values for the

diode shall be more than the I2 t for the fuse. Diode and fuse characteristics shall be

furnished along with the tender. The fuse selection shall withstand the short circuit

current expected.

Note: The expected short circuit current/impedance with duration shall be specified.

1.4.2 The semiconductor fuses used for the diode protection shall be of approved makes.

Fuses of la Ferraz, Bussman or English Electric make only are approved at present.

1.4.3 Since the rectifier unit consists of multi-bridges connected in parallel, signaling fuses,

associated suitable relays and micro switches shall be provided to given an indication

in case of single bridge failure and to trip the load on the alternator in case of double

bridge failure.

1.5 Constructional Features

1.5.1 The tenderer shall submit details of the overall dimensions of the rectifier along with

the offer.

1.5.2 The cubicle as well as internal sub-assemblies shall be interchangeable from one unit

to the other.

1.5.2.1 The cubicle shall be of cold rolled steel metal sheet with strong frame work suitable

for underframe mounting to withstand shocks and vibrations encountered in service

run with a maximum speed of 105 kmph. This shall be protected against damages due

to ballast hitting. The minimum thickness of panels shall be 12.0mm and may be

increased as panel width increases as mentioned below.

Maximum Panel Widht Thickness Upto 750 mm 2.0 mm

> 750mm but < 1500 mm 2.5 mm

>1500 mm but < 2000 mm 3.2 mm

Page 107: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 76 -

1.5.2.3 The cubicle shall be provided with two numbers of earthing bosses with M12x20

tapped hole on each side. The bosses shall have 5 mm thick copper/brass plate brazed.

1.5.3 Easily interchangeable inspection doors with locking arrangement shall be provided

to facilitate easy access to vital parts like fuses, diodes etc.

1.5.4 Withdrawable bridge racks consisting of diodes, fuses and associated components

shall be provided on rails for withdrawing during maintenance.

1.5.5 The equipment layout shall provide easy accessibility for maintenance.

1.5.6 Suitable ventilating louvers shall be provided for air outlet.

1.5.7 The devices with heat sink shall be mounted of FRP (SMC)/ Epoxy panels of

adequate thickness (not less than 10mm) with hand holds for easy removal and

insertion in position.

1.5.7.1 Heat sinks shall be of extruded constructions. The sand casted or gravity die casted are

not acceptable. SPMUV shall be taken to have proper surface finish and surface

flatness. Current collection through heat sink shall be avoided. In case it is not

possible, the heat sink device mounting surface and the current collection contact area

shall be treated to prevent electro corrosion and bimetallic action.

1.5.7.2 Recommended optimum pressures for mounting the devices on the heat sink shall be

furnished. Suitable thermal compound having low thermal resistance shall be used to

fill up the void between the mating surfaces of heat sink and device. The same shall

seal the joint against moisture.

Note : Transient thermal impedance characteristics curves of the heat sink at different cooling

air rate shall be submitted for approval.

1.5.8 Blower shall be mounted as an independent unit connected suitably to the duct with

adequate resistance to reduce vibrations. Blower Motor shall be easily accessible for

maintenance.

1.5.9 The unit shall be painted with two coats of red oxide followed by two coats of white

stove enamel on inside and aircraft grey on outside to IS-5:1961.

1.5.10 Fasteners used in the cubicle shall be of minimum M6 and screws of M10 and

above shall be of high tensile strength.

1.5.10.1 Studs of the terminal board shall have adequate current rating with minimum size not

less than M6 and shall be coated with cadmium plating. The method of connections

shall be such that the current should not pass through the studs. Number of

connections per stud shall be limited to two. The insulating boards shall be fire

retarding FRP sheet moulding type. They shall pass the fire retardant test as per

specification IS – 2046. Separate terminal board shall be provided for different

voltages. Positive and negative terminals shall be separately located. All the

terminal studs shall be legibly identified with their circuit numbers.

1.5.11 The bus sizes on the a.c. & d.c. sides shall be such that the final temperature when

corrected to 47oC ambient is not more than 100

oC copper bus bar must be tin plated

Page 108: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 77 -

after bending/drilling the required holes, with thickness of plating not less than 8

microns.

1.5.11.1 The bus bars used shall be of high conductivity electrolytic copper as per IS:613 with

current density not exceeding 4 A/mm2. The bus bar shall have colour code with

red, yellow and blue on the a.c. side and brown and black respectively for positives

and negatives on the d.c. side. Bus bars supports shall be made with insulators and

be identified by engraving the respective circuit numbers with contrast colour paint

applied on the engraved marking.

1.5.12 All the cable wire ends shall be terminated with suitable sockets using proper dies

and tools.

1.5.13 Cables – All the cables/wires shall be multi-strand flexible insulated cables

conforming to E/14-01/parts I,II and III. PTFE insulated cables of adequate voltage

rating and size shall be used for inter-connection snubber circuits and signaling

fuses.

1.5.14 All the wires shall be numbered with cables ferrules of approved design on both

ends of the cables.

1.5.15 Wiring layout- The quality of workmanship and layout of wiring shall be of high

standard to ensure long life. The following guidelines shall be kept in view.

a) Complete separation of low, medium and high voltages.

b) Separation temporarily and permanently energised cables with separate

bunching.

c) Avoiding of sharp bends.

d) Provision of grommets for cables entries.

e) Supporting of cable bunches with insulated supports using nylon ties.

2.0 Tests

2.1 Type tests on silicone diodes – At least ten diodes shall be subjected to type tests as per

IS-7788 in the presence of RDSO Inspecting Official sufficiently in advance to avoid

delay of prototype testing of the rectifier unit.

2.2 Routine tests on each diode shall be conducted as per IS-7788 and the results recorded

by the manufacturer. 10% of the lot offered selected at random shall be subjected to

routine tests in the presence of inspecting official of RDSO.

2.3 Type test on Rectifier assembly:

2.3.1 Temperature rise test – with normal ventilation, the rectifier shall be subjected to the

duty cycle expected on the traction motors with the temperature maintained at 47oC and

until steady temperature is obtained. The temperature stabilisation can be deemed when

three successive readings taken at 15 minutes intervals do not vary by more than 0.5oC.

The maximum diode junction temperature arrived shall be less than the permissible

junction temperature as declared by the diode manufacturer after the duty cycles as

described in clause1.2.7 of Annexure-5. The temperature rise test shall be conducted

both for n and (n-1) bridge conditions.

Page 109: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 78 -

2.3.2 Heat run test with (n-1) parallel paths will be conducted on first prototype and

afterwards the test may be conducted corresponding to normal duty cycle with all

bridges in operation.

2.3.3 Fuse blade temperature and bus temperature shall not exceed 100 deg. C for (n-1)

parallel paths.

2.3.4 Instruments used for type testing shall be of 0.5 clause accuracy and shall have been

calibrated within 6 months from the date of testing.

2.3.5 Power losses measured for the diodes shall not exceed 10% of the declared value.

3. Guarantee:

The diodes of the main Rectifier shall be guaranteed for satisfactory working for a

period of five years from the date of commissioning.

Page 110: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 79 -

ANNEXURE - 6

DESIGN OF TRACTION MOTORS AND SWITCH GEARS

1.0 Number and arrangement of motors

1.1 Each SPMUV shall be fitted with four numbers of DC series traction motors, two on

each bogie. The motors shall be axle hung nose suspended type and shall be series

wound, working on the pulsating current. The motors shall be designed to comply with

the conditions stipulated in IEC-60349. The temperature rise allowed by IEC shall be

reduced by 30 Deg. C, to allow for higher ambient temperatures. All motors shall be

permanently connected in parallel.

1.2 The motor shall be designed to comply with the operating requirements specified with

exceeding the temperature-rise limits.

1.3 The motors shall be so designed that severe damage will be avoided in case of

transients such as fluctuations of the voltage, switching surges. The traction motor

circuit shall comprise all the protective devices which will prevent any damage to them

due to transients. The general design and maintenance of the motors shall be of the

highest standard in accordance with the modern traction practices. The particulars of the

motors shall be furnished as per Annexure - 4.

1.4 The motor contactor shall be of Electro-pneumatic type with blow out coils and arcing

horns etc. to break the current without detriment to their working parts or adjacent

equipment. All contact tips, interlocks, pins and plungers shall be easily assessable for

maintenance. The motor contactor shall be capable to open the circuit on overload and

under fault condition.

Page 111: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 80 -

ANNEXURE -7

PARTICULARS TO BE SUPPLIED FOR THE SPMUV

The following data shall be supplied for the SPMUV along with the tender offer:

1 Length of the SPMUV over head stock. …mm

2 Total wheel rigid base …mm

3 Height of SPMUV floor (under tare) …mm

4 Distance between bogie centers.

5 Distance between side buffers …mm

6 Height of buffers when wheels

are:

(i) new ..mm

(ii) fully worn out. . mm

7 Maximum height of the SPMUV with …mm

wheels in new condition.

8 Maximum height of the cab at …mm

corners with wheels in new condition.

9 Maximum width of the SPMUV. …mm

10 Minimum height above rail level …mm

of any component with the SPMUV

wheels in maximum worn conditions.

11 Reduction in the above height in the …mm

event of spring rigging failure.

12 Diameter of wheels over tread … mm (new)

... mm (worn out)

13 Axle load. …t (max.)

.t (min.)

14 Total weight of the SPMUV.

- in fully loaded condition …t

- in empty condition …t

15 Maximum speed of the SPMUV.

- attached to a train …km/h

- Self-propelled …km/h

16 Maximum tractive effort at rail …kg

17 Maximum continuous tractive effort …kg

18 Maximum speed of operation …km/h

at maximum continuous tractive effort.

19 (a) Fuel oil consumption at 75% of …litre/

rated output of the diesel engine.

(b) Lubricating oil consumption at 75% …litre/h

of rated output of the diesel engine.

Page 112: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 81 -

Annexure-8-A

List of tools for maintenance work and repair of minor fault.

Sl.No. Tool description Make Quantity

1 Box spanner set 10-34 mm 1 set

2 Ring Spanner 6-33 mm 1 set

3 Double end spanner set 6-36 mm 1 set

4 Grease gun 1

5 Torque wrench EVT 2000@ 1

6 Pipe wrench 18” 1

7 Hammer 2 Lbs 1

8 Screw Driver 6” 1

9 Screw Driver 12” 1

10 Chisel 6” 1

11 Cutting plier 1

12 L N key set 3 to 17 1 set

13* Emergency Spares 1 Kit

*Emergency Spares: consists of Fuses, Control Panel lamps, MCBs and Critical Hoses.

Make to be indicated in the colum

Annexure-8-B

Testing Kit for SPMUV.

Sl.No. Tool description Make Quantity (nos)

1 Injector adjustment Kit 1

2 Vacuum gauge 90-30 inch of Hg) 1

3 Pressure Gauge( 0-30 PSI) 1

4 Hand tacho Meter(0-3000 RPM) 1

5 Dial gauge (Least Count=0.001”) 1

6 Magnetic gauge 1

7 Megger 500 V 1

8 Multi Meter (DC Range: 400 mV AC Range: 400mV-

750 V)

Resistance: 400- ohm to 400 Mega ohms)

1

Make to be indicated in the column

Annexure-8-C

Special tools Sl.No. Tool description Make Quantity

1 Axle Box Hydraulic Bearing puller 1

Annexure-8-D

Training material in Hindi and English with each SPMUV. Sl.No. Tool description Quantity

1 Training notes/ Write up with diagrams 2 Nos

2 Slides/Wall charts 2 Nos

Page 113: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 82 -

CONCEPTUAL LAYOUT OF SPMUV

ANNEXURE-9

Page 114: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 83 -

Annexure-10

TRACK TOLERANCES & CLASSIFICATION OF TRACK- B.G.

Parameter Category Extent of track

irregularity for

different categories

Extent of Track

Irregularity for High

Speed Track C&M-1

Vol.I., Services

Tolerances

High Speed

Limiting

category of

Track

Gauge A

B

C

Upto ± 3 mm

Upto ± 6 mm

above ± 6 mm

Same as in the Indian

Railway & works Manual,

reproduced/ vide/below

para 622.

On straight: 40 -3 mm to +

13 mm

B-category

Unevenness

(3.6 m base)

A

B

C

D

Upto 1.39 mm on chart

Upto 1.39 mm on chart

Upto 15 mm

Above 15 mm

6 mm in general and 10

mm for isolated locations.

A-category

Twist

(3.6 m base)

A

B

C

D

Upto 1.39 mm per m

(5.0 mm) on chart)

Upto 2.08 mm per m

(7.5 mm) on chart)

Upto 2.78 mm per m

(10.0 mm on chart)

Upto 1.39 mm per m

(5.0 mm) on chart)

(a) On straight and

curve track, other than

on transition, 2mm/m

except that at isolated

locations, this may go

up to 3.5 mm/m.

(b) On transition on

curves, local defects

should to exceed 1

mm/m except that at

isolated locations, this

may go up to 2.1

mm/m.

B-category

Alignment

(7.2 m base)

A

B

C

≤ 3 mm

> 3 mm ≤ 5mm

> 5 mm

Notes:

1) 10 points exceeding

outer limit of an

irregularity under

each category is

allowed in 1 km

length of track.

2) The number of

peaks in each km

exceeding the outer

limit for B-category

to be indicated as

suffix.

(a) On straight track 5

mm, values of 10 mm

could be tolerated at a

few isolated spots.

(b) On curves ± 5 mm

over the average

versine, values upto+ 7

mm could be tolerated

at a few isolated spots.

A total change of

versine from chord to

chord should not

exceed 10 mm

B-category

Page 115: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 84 -

Annexure-11

Page 116: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 85 -

STR No.TI/STR/032 Rev. “0”

GOVERNMENT OF INDIA

MINISTRY OF RAILWAYS

SCHEDULE OF TECHNICAL REQUIREMENT TO MANUFACTURE THE SELF PROPELLED MECHENISED

MACHINE VEHICLES (Self-Propelled Multi-Purpose Utility

Vehicle, Road-Rail Heavy Vehicle, Self-Propelled Auger,

Self-Propelled Wiring Train & Mast Erection Machine Vehicle)

WITH DIESEL ELECTRIC/DIESEL HYDRAULIC

(UNDER SLUNG) TRANSMISSION

FOR OPERATION ON BROAD GAUGE (1676 MM) FOR USE ON OHE

WORKS

June’ 2012

Issued by

Traction Installation Directorate

Research, Designs and Standards Organisation Manak Nagar, Lucknow-226011

Page 117: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 86 -

SCHEDULE OF TECHNICAL REQUIREMENT TO MANUFACTURE THE SELF PROPELLED MECHENISED MACHINE VEHICLES (Self-Propelled Multi-Purpose Utility Vehicle,

Road-Rail Heavy Vehicle, Self-Propelled Auger, Self-Propelled Wiring Train & Mast

Erection Machine Vehicle) WITH DIESEL ELECTRIC/DIESEL HYDRAULIC (UNDER

SLUNG) TRANSMISSION FOR OPERATION ON BROAD GAUGE (1676 mm) FOR USE ON OHE WORKS

1. SCOPE

1.1 The Self-Propelled Mechanised Machine Vehicles with Electric/Diesel hydraulic

type are used for erection of new OHE, digging foundations, Erection of Mast

and also to attend OHE break down, restoration etc. It is also required to erect small lengths of catenary and contact wire by way of repairs of damaged OHE.

1.2 The Schedule of Technical Requirement (STR) mentioned hereunder is issued to

serve as a guide to manufacturers (called the “firm” hereafter) of Self-Propelled Mechenised Machine Vehicles for OHE works should be read in conjunction with

the following Specifications and with latest National & International standards

i. TI/SPC/OHE/MUV/0090(10/2009)

ii. TI/SPC/OHE/RRV/0090(05/2009)

iii. TI/SPC/OHE/MEMV/0090(03/2009) iv.TI/SPC/OHE/AUGER/0090 (02/2009)

v.TI/SPC/PS/WIRING/0090 (02/2009)

1.3 The firm should satisfy themselves having complied with the requirements of the respective Specification the vehicle and STR. The technical requirements

are meant to serve as guidelines only and are not exhaustive. This is also

meant for judging the capability of the firm to manufacture and supply above Mechanised Machine Vehicle. If the firm is not having any of the equipment or

machinery; it may give reasons or alternate method to complete the job.

2. GENERAL REQUIREMENTS

2.1 The firm should have currently valid ISO-9000 certification issued by an

approved agency with the activity desired clearly mentioned in the scope of certification. The firm shall have a Quality Manual indicating the extent of

control over production.

2.2 A system of regular submission of rejection details of material giving rejection

rate, cause of rejection, corrective action taken etc. on quarterly basis should

be followed by the firm.

Page 118: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 87 -

2.3 The firm shall have a system of documentation in respect of rejection at

customer end, warranty replacement and failure of item supplied by them during service.

2.3 The firm shall have a system of recording the plant, machinery and control

equipments remaining out of service, nature of repairs done etc.

2.5 The testing and measuring equipment shall be duly calibrated and the validity

of calibration should be current and verified by physically checking the

calibration certificate issued by the Calibration Agency from whom it was calibrated.

2.6 The firm shall have a system of easy traceability of the product from

manufacturing stage to finished product stage. Stamped identification

marking with serial number of beam should be used for this purpose.

2.7 The firm should have a system of monitoring the supplied product complaints.

The complaints made by the customer should be identifiable to the various

manufacturing stages of the product and linking the complaint for the

corrective and preventive action of the product.

3.0 QUALITY ASSURANCE PLAN (QAP)

The firm shall prepare a Quality Assurance Plan (QAP) for all items for

which approval is sought and submit the same as part of compliance of this

STR. The QAP shall be a comprehensive document covering the following aspects:

i) Details of Quality Control Organisation of the firm along with

key personnel engaged in the QC function. ii) Quality Assurance Process of incoming materials used for the

subject items.

iii) Process Flow Chart indicating process of manufacture for an

individual product or for a family of products if the process is

same. iv) Quality Assurance System – Inspection & Testing Plan

including the stage inspection.

v) Calibration scheme and status of calibration of equipments

used in the quality process.

Details of the above aspects are described in the following

paragraphs. The QAP shall be approved by RDSO and shall form basis

of approval process.

Page 119: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 88 -

4.0 QUALITY CONTROL ORGANISATION

4.1 The complete organizational setup of the Quality control key personnel

and officials along with their qualification and experience should be furnished.

4.2 The Quality Control organization should be headed by a senior level

official having adequate technical qualification who shall directly report to plant in-charge.

5.0 INCOMING MATERIAL

5.1 A complete Bill of Material indicating all input material items required for

manufacturing of the Mechanised Machine Vehicle, governing specification

and their sources of supplies as approved by the firm in accordance with stipulation in ISO-9001 (2008) should be furnished.

5.2 Test results of incoming raw material and Brought Out Items like Cranes etc

reference to Test Certificate issued by the supplier and the results of internal tests carried out by the firm for verification may be submitted as part of

QAP.

6.0 PROCESS OF MANUFACTURE

6.1 Complete Process Flow Chart covering all steps of process of manufacture for

an individual product (or for a family of products if the process is same) shall be clearly enlisted as a part of QAP.

6.2 The following details of machines used for all the steps of machining and welding operations should be included :

o Make and model of the machine o Accuracy

o Details of machining operations

6.3 Machining process should be such that all critical dimensions are final machined on CNC machining centers, preferably in a single setting.

6.4 Details of Jigs and fixtures to be used during manufacture should be furnished along with the manufacturing process wherever used.

6.5 List of typical M & P required for manufacture is furnished in Annexure- I.

The list is for general guidance only and actual manufacturing operations

Page 120: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 89 -

shall be submitted and got approved by the firm from RDSO as a part of

QAP.

7.0 QUALITY ASSURANCE PROCESS- INSPECTION AND TESTING PLAN 7.1 Complete Inspection and testing Chart covering all steps of process of

manufacture for an individual product including final inspection should be

clearly enlisted as a part of QAP.

7.2 The following details of measuring instruments/equipments/jigs/fixtures

used for all the steps of measurement operations should be included:

o Make and model of the measuring equipment

o Accuracy o Quantity to be measured and acceptable value range.

7.3 Stage inspection detailing inspection procedure, inspection parameters, and

method of testing/test procedure should be available and furnished.

7.4 The list of Testing and Measuring instruments are furnished in Annexure-II

& III respectively for general guidance only. However the specific Testing & measuring instruments, gauges used by the firm will also form part of QAP

which shall be submitted and got approved by the firm.

Page 121: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 90 -

ANNEXURE-I

MACHINERY & PLANT

S.N. Description of Machine Capacity Quantity 1. CNC Profile cutting machine/Plasma

Cutting Machine/Laser Cutting

Machine

01

2. Edge preparation milling machine 01 3. Shearing machines 01 4. Hydraulic press 50 tonne 01 5. Milling Machine 01 6. Press brakes 100t-450t 01 7. Welding Sets 300-450A 05 8. Metal Inert Gas (MIG) welding

equipments sets

400-600A 04

9. Brake testing rig 01 10. Induction heating/oil bath heating

equipment

01

11. Drilling and boring machines 01 12. Engraving Machine 01 13. Laser Cutting or plasma cutting

Machine 01

14. EOT Cranes/Movable Cranes 15 tonnes 02 15. EOT Cranes or

Synchronised lifting/shifting screw

jacks

30 tonnes

15tonnes

02

05

16. Compressor with free air discharge Suitable capacity 02 17. Forklifts of capacity and Diesel or

Battery driven tow truck

2-3t

1-3t

18. Facilities for carrying out

Radiographic tests of welds or

Out sourcing with a reputed agency for carrying out radiographic testing.

01

19. Facilities for carrying out submerged

arc welding

01

20. Paint Booth/Painting facility 01 21. Level Track (To be set up within 6

months after awarding of contract)

1676 mm gauge

100 meters

length (min)

01

22. Pit facility under track 25 meters 01 23. Dust proof room for Cable

Harnessing 01

24. Angle Grinder for surface cleaning

etc.

02

Page 122: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 91 -

ANNEXURE-II

TESTING FACILITIES: Calibration of testing equipments should be done at least once in a

year unless stated otherwise.

Following testing facilities should be available with the firm;

alternatively can be outsourced from NABL accredited Laboratories.

Sl.N. Description of testing Facility Capacity Quantity 1. Motorised Meggars 500V 01 2. Meggar 500V 01 3. Motorised Meggars 1000V 01 4. Meggar 1000V 01 5. Testing facilities for Aux.

Machines before mounting 01

6. Testing facilities for light running

of traction motors with

suspension unit

01

7. Testing and charging facilities for batteries before mounting

01

8. Fan & Electrical Fittings Test

facility

01

9. Facilities for checking MMD of the

unit

01

10. Harness Tester 01 11. Digital Coating Thickness Meter 01 12. Impact Testing Machine 01 13. Tensile Testing Machine 01 14. Torque Meter 15. Weighing Facility 100 tonnes 01 16. Magnetic Particle Inspection (MPI)

facilities for checking sub-surface

flaws.

01

PHYSICAL LABORATORY: 1. Universal Testing Machine of 40 tonne capacity with graphical

recording facilities for conducting tensile tests.

2. Direct reading Hardness Tester of capacity 95-500 BHN.

3. Impact Testing Machine (Charpy V-Notch) of 0-300 Joules

capacity for conducting impact test with facilities for notch cutting & undertaking this test at sub-zero temperatures as per

the specified standard.

4. Shadowgraph facilities for assuring correct notch profile and

dimension for impact test specimen.

Page 123: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 92 -

ANNEXURE-III

Jigs, Fixtures & Gauges as required should be available in sufficient

quantity or be procured within 6 months of awarding of contract. Some of

them are as below:

S.N. Description of Jigs/Fixtures/Gauges

1. Jigs for marking and drilling operations 2. Fixtures to ensure fitting accuracy of under frame 3. Fixture for Body Shell Assembly 4. Fixture for Roof Assembly 5. Fixture for Endwall 6. Fixture for Bogie/Underframe Fabrication 7. Fixtures for sub-assembly of components 8. Fixture for cambering under frame & subsequent welding with

sidewall.

Page 124: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 93 -

GOVERNMENT OF INDIA

MINISTRY OF RAILWAYS

INDIAN RAILWAY STANDARD CONDITIONS OF

CONTRACT: (Vide Para 417 of the Indian Railway Code for the Stores Department)

Page 125: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 94 -

GOVERNMENT OF INDIA

MINISTRY OF RAILWAYS

INDIAN RAILWAY STANDARD CONDITIONS OF CONTRACT:

(Vide Para 417 of the Indian Railway Code for the Stores Department)

DESCRIPTION CLAUSE DESCRIPTION CLAUSE

Definitions and Interpretation: 0100 Freight: 2100

Parties: 0200 Removal of Rejected Stores: 2200

Quotations of rates by

Contractors: 0300 System of Payment: 2300

Contract: 0400 Withholding and lien in respect of

sums claimed: 2400

Security Deposit: 0500 Corrupt Practices: 2500

Delivery: 0600 Insolvency and Breach of Contract: 2600

Time for and Date of Delivery: 0700 Laws governing the Contract: 2700

Extension of Time for Delivery: 0800 Headings: 2800

Examination of Drawing,

Specifications and Patterns: 0900 Arbitration: 2900

Mistakes in Drawing: 1000 Fall Clause: 3000

Samples: 1100 Inspection &Rejection: 3100

Risk of Loss or Damage to

Government or Purchaser's

Property:

1200 Warranty/Guarantee: 3200

Inspection by Inspecting

Officer: 1300 Book Examination Clause: 3300

Charges for Work Necessary

for Completion of the Contract: 1400

Inspection at the Fag End of the

Delivery Period: 3400

Responsibility of the Contractor

for Executing the Contract: 1500 Special conditions: 3500

Use of Raw Materials secured

with Government Assistance: 1600

Purpose of Contract and Parties to

the Contract: 3600

Indemnity: 1700 Delivery: 3700

Packing: 1800 Increase or Decrease of Quantities: 3800

Notification of Delivery: 1900 Maintenance and Replacement of

Stocks: 3900

Progress Reports: 2000 Reporting Progress of Contract: 4000

Page 126: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 95 -

0100. Definitions and Interpretation.

0101. In the Contract, unless the context otherwise requires ;

0102. "Acceptance of Tender" means the letter of memorandum communicating to the

Contractor the acceptance of his tender and includes an advance acceptance of his tender;

0103. "Consignee" means where the stores are required by the acceptance of tender to be

despatched by rail, road, air or steamer, the person specified in the Acceptance of Tender to

whom they are to be delivered at the destination; Where the Stores are required by the

acceptance of tender to be delivered to a person as an interim consignee for the purpose of

despatch to another person, such other persons; and in any other case the person to whom the

stores are required by the acceptance of tender to be delivered in the manner therein specified

0104. "Contract" means and includes the invitation to tender, instructions to tenderers, tender,

acceptance of tender, Standard Conditions of Contract, Special Conditions of Contract,

particulars and the other conditions specified in the acceptance of tender and includes a repeat

order which has been accepted or acted upon by the contractor and a formal agreement if

executed;

0105. The "Contractor" means the person, firm or company with whom the order for the supply

is placed and shall be deemed to include the contractor's successors (approved by the Purchaser),

representatives, heirs, executors and administrators as the case may be, unless excluded by the

terms of the contract

0106. "The Sub-contractor" means any person, firm or company from whom the Contractor

may obtain any material or fittings to be used in the supply or manufacture of the stores,

0107. "Drawing" means the drawing or drawings specified in or annexed to the Schedule or

Specifications

0108. "Government" means the Central Government or a State Government, as the case may be;

0109. "The Inspecting Officer ” means the person specified in the contract for the purpose of

Inspection of stores or work under the contract and includes his authorised representative;

0110. "Material" means anything used in the manufacture or fabrication of the stores

0111. "Particulars" include-

(a) Specifications

(b) Drawings

(c) Pattern bearing the seal and signature of the Inspecting Officer (hereinafter called the

sealed pattern) which shall include also a certified copy thereof sealed by the Purchaser for the

guidance of the Inspecting Officer;

(d) Sample sealed by the Purchaser for guidance of the Inspecting Officer (hereinafter

called the certified sample) which shall include a certified copy thereof sealed by the Purchaser

for the guidance of the Inspecting Officer;

Page 127: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 96 -

(e) Trade pattern, that is to say, a pattern, stores conforming to which are obtainable in the

open market and which denotes a standard of the Indian Standard Institute or other standardising

authority or a general standard of the industry;

(f) "Proprietary mark "or " brand " means the mark or brand of a product which is

owned by an industrial firm

(g) any other details governing the construction, manufacture or supply of stores as may

be prescribed by the contract

0112. " Purchase Officer " means the officer signing the acceptance of tender and includes any

officer who has authority to execute the relevant contract on behalf of the Purchaser

0113. " The Purchaser " means the President of India in the case of stores ordered for the Indian

Government Railways and includes his successors and assignees

0114. "Signed" includes stamped, except in the case of an acceptance of tender or any

amendment thereof

0115. "Site" means the place specified in the contract at which any work is required to be

executed by the contractor under the contract or any other place approved by the Purchaser for

the purpose;

0116. "Stores" means the goods specified in the contract which the contractor has agreed to

supply under the contract;

0117. "Supply Order" means an order for supply of stores and includes an order for

performance of service

0118. "Test" means such test as is prescribed by the particulars or considered necessary by the

Inspecting Officer whether performed or made by the Inspecting Officer or any agency acting

under the direction of the Inspecting officer;

0119. "Unit" and "Quantity" means the unit and quantity specified in the contract;

0120. "Writing" or "Written" includes matter either in whole or in part, in manuscript,

typewritten, lithographed, cyclostyled, photographed or printed under or over signature or seal,

as the case may be;

0121. the delivery of the stores shall be deemed to take place on delivery of the stores in

accordance with the terms of the contract, after approval by the Inspecting Officer if so provided

in the contract to -

(a) the consignee at his premises ; or

(b) where so provided the interim consignee at his premises , or

(c) a carrier or other person named in the contract for the purpose of transmission to the

consignee, or

(d) The consignee at the destination station in case of contract stipulating for delivery of

stores at destination station.

Page 128: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 97 -

0122. Words in the singular include the plural and vice versa

0123. Words importing the masculine gender shall be taken to include the feminine gender and

words importing persons shall include any company or association or body of individuals,

whether incorporated or not;

0124. The heading of these conditions shall not affect the interpretation or construction thereof;

0125. Terms and expression not herein defined shall have the meanings assigned to them in the

Indian Sale of Goods Act, 1930 (as amended), or the Indian Contract Act, 1872 (as amended) or

the General Clauses Act, 1897 (as amended), as the case may be.

0200. Parties- The parties to the contract are the Contractor and the Purchaser, as defined in

Clauses 0105 and 0113.

0201. Authority of person signing the Contract on behalf of the Contractor-A person signing the

tender or any other document in respect of the Contract on behalf of the Contractor without

disclosing his authority to do so shall be deemed to warrant that he has authority to bind the

Contractor. If it is discovered at any time that the person so signing has no authority to do so,

the Purchaser may, without prejudice to any other right or remedy of the Purchaser, cancel the

contract and make or authorize the making of a purchase of the stores at the risk and cost of such

person and hold such person liable to the Purchaser for all costs and damages arising from the

cancellation of the contract including any loss which the Purchaser may sustain on account of

such purchase. The provisions of Clause 0700 shall apply to every such purchase as far as

applicable.

0202. Address of the Contractor and notices and communications on behalf of the Purchaser:-

(a) For all purposes of the contract, including arbitration there under, the address of the

Contractor mentioned in the tender shall be the address to which all communications addressed

to the Contractor shall be sent, unless the Contractor has notified change by a separate letter

containing no other communication and sent by registered post acknowledgement due to the

Purchaser. The Contractor shall be solely responsible for the consequence of an omission to

notify a change of address in the manner aforesaid.

(b) Any communication or notice on behalf of the Purchaser in relation to the contract may be

issued to the Contractor by the Purchase Officer and all such communications and notices may

be served on the Contractor either by registered posts or under certificate of posting or by

ordinary post or by hand delivery at the option of such officer.

0300. Quotations of rates by Contractors

(a) The price quoted by the Contractor shall not be higher than the controlled price fixed by law

for the stores or where there is no controlled price, it shall not exceed the prices or contravenes

the norms for fixation of prices laid down by Government or where no such prices or norms

have been fixed by the Government, it shall not exceed the price appearing in any agreement

relating to price regulation by any industry in consultation with the Government. In any case,

save for special reasons stated in the tender, the price quoted shall not be higher than the lowest

price charged by the Contractor for stores of the same nature, class or description to a private

purchaser, domestic or foreign as well as Purchaser Governments.

(b) If the price quoted is higher than the controlled price or where there is no controlled price,

the price usually charged by the Contractor from a private Purchaser, domestic or foreign, as

Page 129: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 98 -

well as Purchaser Government for the stores of the same nature, class or description the

Contractor will specifically mention this fact in his tender giving reasons for quoting higher

price(s). If he fails to do so or makes any mis-statement, it shall be lawful for the Purchaser, (i)

to revise the price at any stage so as to bring it in conformity with the Sub clause (a) above or

(ii) to terminate the contract and forfeit the Security Deposit.

0400. Contract.

0401. This contract is for the supply of the stores of the description, specifications and

drawings, and in the quantities set forth in the contract on the date or dates specified therein.

Unless otherwise specified, the stores shall be entirely brand new and of the best quality and

workmanship to the satisfaction of the Inspecting Officer. The stores shall further be in all

respects acceptable to the Inspecting Officer.

0402. Any variation or amendment of the contract shall not be binding on the Purchaser unless

and until the same is duly endorsed on the contract incorporated in a formal instrument or in

exchange of letters and signed by the parties.

0500. Security Deposit.

0501. Unless otherwise agreed between the Purchaser and the Contractor, the Contractor shall,

within 14 days after written notices of acceptance of the tender has been posted to the

Contractor, deposit with the railway concerned (in cash or the equivalent in Government

Securities or approved Banker's Guarantee Bond) a sum equal to 5 per cent of the total value of

the stores detailed in the contract for which the tender has been accepted, subject to a maximum

of Rs. 1,00,000 as a security for the due fulfillment of the contract.

0502. If the Contractor, having been called upon by the Purchaser to furnish security, fails to

make and to maintain a security deposit within the specified period, it shall be lawful for the

Purchaser -

(a) to recover from the Contractor the amount of such security deposit by deducting the amount

from the pending bills of the Contractor under the contract or any other contract with the

Purchaser or the Government or any person contracting through the Purchaser or otherwise

howsoever, or

(b) to cancel the contract or any part thereof and to purchase or authorise the purchase of the

stores at the risk and cost of the Contractor and in that event the provisions of Clause 0702 shall

apply as far as applicable.

0503. No claim shall lie against the Purchaser in respect of interest on cash deposits or

Government Securities or depreciation thereof.

0504. The Purchaser shall be entitled and it shall be lawful on his part to forfeit the said security

deposit in whole or in part in the event of any default, failure or neglect on the part of the

Contractor in the fulfillment or performance in all respect of the contract under reference or any

other contract with the Purchaser or any part thereof to the satisfaction of the Purchaser and the

Purchaser shall also be entitled to deduct from the said deposits any loss or damage which the

Purchaser may suffer or be put by reason of or due to any act or other default, recoverable by the

Purchaser from the Contractor in respect of the contract under reference or any other contract

and in either of the events aforesaid to call upon the Contractor to maintain the said security

deposit at its original limit by making further deposits, provided further that the Purchaser shall

Page 130: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 99 -

be entitled to recover any such claim from any sum then due or which at any time thereafter may

become due to the Contractor under this or any other contracts with the Purchaser.

0600. Delivery.

0601. The Contractor shall as may be required by the Purchaser either deliver free or f.o.r. or

c.i.f. at the place/places detailed in the contract, the quantities of the stores detailed therein and

the stores shall be delivered or dispatched not later than the date specified in the contract. The

delivery will not be deemed to be complete until and unless the stores are inspected and accepted

by the Inspecting Officer as provided in the contract.

0602. The Purchaser shall not be liable to render assistance to the Contractor in securing or to

arrange for or provide transport to the Contractor unless it is so specifically stated in the

contract, notwithstanding that transport of the stores, is controlled by or under the orders of the

Government.

0603. Notwithstanding any inspection and approval by the Inspecting Officer on the

Contractor's premises, property in the stores shall not pass on to the Purchaser until the stores

have been received, inspected and accepted by the consignee.

0604. No stores shall be deliverable to the consignee's depots on Sundays and public holidays

without the written permission of the consignee.

0700. Time for and Date of Delivery; the Essence of the Contract- The time for and the date

specified in the contract or as extended for the delivery of the stores shall be deemed to be of the

essence of the contract and delivery must be completed not later than the date(s) so specified or

extended.

0701. Progressing of Deliveries- The Contractor shall allow reasonable facilities and free access

to his works and records to the Inspecting Officer, Progress Officer or such other Officer as may

be nominated by the Purchaser for the purpose of ascertaining the progress of the deliveries

under the contract.

0702. Failure and Termination:- If the Contractor fails to deliver the stores or any instalment

thereof within the period fixed for such delivery in the contract or as extended or at any time

repudiates the contract before the expiry of such period the Purchaser may without prejudice to

his other rights:-

(a) Recover from the Contractor as agreed liquidated damages and not by way of penalty a sum

equivalent to 2 per cent of the price of any stores (including elements of taxes, duties, freight,

etc.) which the Contractor has failed to deliver within the period fixed for delivery in the

contract or as extended for each month or part of a month during which the delivery of such

stores may be in arrears where delivery thereof is accepted after expiry of the aforesaid period,

or

(b) Cancel the contract or a portion thereof and if so desired purchase or authorize the purchase

of the stores not so delivered or others of a similar description (where stores exactly complying

with particulars are not in the opinion of the Purchaser, which shall be final, readily procurable)

at the risk and cost of the Contractor. It shall, however, be in the discretion of the purchaser to

collect or not, the security deposit from the firm/firms on whom the contract is placed at the risk

and expense of the defaulted firm.

Page 131: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 100 -

Where action is taken under Sub clause (b) above, the Contractor shall be liable for any loss

which the Purchaser may sustain on that account provided the purchase, or, if there is an

agreement to purchase 1 such agreement is made, in case of failure to deliver the stores within

the period fixed for such delivery in the contract or as extended within six months from the date

of such failure and in case of repudiation of the contract before the expiry of the aforesaid period

of delivery, within six months from the date of cancellation of the contract. The Contractor shall

not be entitled to any gain on such purchase and the manner and method of such purchase shall

be in the entire discretion of the Purchaser. It shall not be necessary for the Purchaser to serve a

notice of such purchase on the Contractor.

Note-- In respect of the stores which are not easily available in the market and where

procurement difficulties are experienced the period for making risk purchase shall be nine

months instead of six months provided above.

0703. Consequence of Rejection- If on the stores being rejected by the Inspecting Officer or

Interim Consignee or Consignee at the destination, the Contractor fails to make satisfactory

supplies within the stipulated period of delivery, the Purchaser shall be at liberty to: -

(i) Require the Contractor to replace the rejected stores forthwith but in any event not later than

a period of 21 days from the date of rejection and the Contractor shall bear all cost of such

replacement including freight, if any, on such replacing and replaced stores but without being

entitled to any extra payment on that or any other account, or

(ii) Purchase or authorize the purchase of quantity of the stores rejected or others of a similar

description (when stores exactly complying with particulars are not in the opinion of the

Purchaser, which shall be final, readily available) without notice to the Contractor at his risk and

cost and without affecting the Contractor's liability as regards the supply of any further

instalment due under the contract, or

(iii) Cancel the contract and purchase or authorize the purchase of the stores or others of a

similar description (when stores exactly complying with particulars are not, in the opinion of the

Purchaser, which shall be final, readily available) at the risk and cost of the Contractor. In the

event of action being taken under Sub clause (ii) above or under this Sub-clause, the provision of

Clause 0702 above will apply as far as applicable.

(iv) Where under the contract the price payable is fixed FOR dispatching station, the Contractor

shall, if the stores are rejected at destination by the consignee, be liable, in addition to his other

liabilities, including refund of price recoverable in respect of the stores so rejected, to reimburse

to the Purchaser the freight and all other expenses incurred by the Purchaser in this regard.

0800. Extension of Time for Delivery- If such failure as aforesaid shall have arisen from any

cause which the Purchaser may admit as reasonable ground for extension of time, the Purchaser

shall allow such additional time as he considers to be justified by the circumstance of the case,

and shall forgo the whole or such part, as he may consider reasonable, of his claim for such loss

or damage as aforesaid. Any failure or delay on the part of sub-contractor, though their

employment may have been sanctioned under Condition 1500 hereof, shall not be admitted as a

reasonable ground for any extension of time or for exempting the Contractor from liability for

any such loss or damage as aforesaid.

0900. Examination of Drawing, Specifications and Patterns- When tenders are called for in

accordance with a drawing, specification or sealed pattern the Contractor's tenders to supply in

accordance with such drawing, specifications or sealed pattern shall, be deemed to be an

Page 132: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 101 -

admission on his part that he has fully acquainted himself with the details thereof and, in no

circumstances, will any claim on his part which may arise on account of his insufficient

examination of the said drawing, specification or scaled pattern be considered.

1000. Mistakes in Drawing.

The Contractor shall be responsible for and shall pay for any alterations for the works due to any

discrepancies, errors or omissions in the drawings or other particulars supplied by him whether

such drawings or particulars have been approved by the Purchaser or not provided that such

discrepancies, errors or omissions be not due to inaccurate information or particulars furnished

to the Contractor on behalf of the Purchaser. If any dimension figure upon a drawing or plan

differ from those obtained by scaling the drawing or plan, the dimensions as figured upon the

drawing or plan shall be taken as correct.

1100. Samples.

1101. Advance Sample- Where an advance sample is required to be approved under the terms

of the contract, the Contractor shall submit the sample free of cost to the Inspecting Officer

within the time specified in the acceptance of tender. If the Contractor is unable to do so, he

must apply immediately to the Office issuing the acceptance of tender for extension of time

stating the reasons for the delay. If the Purchaser is satisfied that a reasonable ground for an

extension of time exists, he may allow such additional time as he considers to be justified (and

his decision shall be final) with or without alteration in the delivery period stipulated in the

acceptance of tender and on such conditions as he deems fit. In the event of the failure of the

Contractor to deliver the advance sample by the date specified in the acceptance of tender or any

other date to which the time may be extended as aforesaid by the Purchaser or of the rejection of

the sample, the Purchaser shall be entitled to cancel the contract and, if so desired, purchase or

authorize the purchase of the stores at the risk and cost of the Contractor, in which case the

provisions of Clause 0700 shall apply as far as applicable.

1102. Unless otherwise provided in the contract, all samples required for test shall be supplied

by the Contractor free of cost. Where sample, which is supplied free, is rejected after

examination and test, the same or whatever remains of the sample, after examination and test

will be returned to the Contractor at his request and cost within three months of the date of such

rejection at public tariff rate at Owner's risk.

1103. Marking- Samples submitted shall be clearly labeled with the Contractor's name and

address and the acceptance of tender number.

1104. If the Contractor submits a sample whether with, before or after the tender, the same shall

not govern the standard of supply except when it has been specifically stated so in the

acceptance of tender.

1105. Where under the contract, the Contractor is required to submit an advance sample, any

expenses incurred by the Contractor on or in connection with the production of stores in bulk,

before the sample has been approved unconditionally, shall be borne by the Contractor and he

shall not claim any compensation in the event of such sample being found unacceptable by the

Inspecting Officer.

1106. The rejection of the sample by the Inspecting Authority or Inspecting Officer shall be

final and binding on the Contractor.

Page 133: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 102 -

1107. Where the contract does not require any advance sample to be approved, the Contractor

may before proceeding with bulk manufacture or delivery of the stores, if he so desires, submit

to the Inspecting Officer for inspection a sample of the stores in which case a quantity not less

than one per cent of the total quantity to be supplied unless otherwise authorized by the

Inspecting Officer shall be submitted. The Contractor shall not, however, be entitled to be

shown any consideration or give any extension of time or claim to be exonerated from

completing the delivery within the stipulated period only on the ground of delay in the approval

of any such sample.

1109. Loan of Sample- If a certified sample is lent to the Contractor, it will bear a label

containing inter alia variations known to the Inspecting Officer between the said sample and the

stores desired. If the Contractor finds any further variation between the certified sample and the

particulars of specifications mentioned in the contract he shall at once refer the matter to the

Inspecting Officer and the Contractors shall also give intimation of such discrepancy to the

Purchase Officer. The Contractor shall follow the instructions of the Inspecting Officer as to

what sample of particulars should guide the production of stores and the decision of the

Inspecting Officer in the matter shall be final and binding on the Contractor.

1110. The Contractor shall not detach the said label from the certified sample and if for any

reasons the said label gets detached the Contractor shall at once return the certified sample to the

Inspecting Officer for attaching a fresh label.

1200. Risk of Loss or Damage to Government or Purchaser's Property.

1201. All the property of the Government or Purchaser loaned whether with or without deposit

on terms and conditions to be separately agreed upon in respect of each particular contract to the

Contractor in connection with the contract shall remain the property of the Government or the

Purchaser, as the case may be. The Contractor shall use such property for the purpose of the

execution of the contract and for no other purpose whatsoever.

1202. All such property shall be deemed to be in good condition when received by the

Contractor unless he shall have within twenty-four hours of the receipt thereof notified the

Purchase Officer to the contract. If the Contractor fails to notify any defect in the condition or

quality of such property he shall be deemed to have lost the right to do so at any subsequent

stage.

1203. The Contractor shall return all such property and shall be responsible for the full value

thereof to be assessed by the Purchaser whose decision shall be final and binding on the

Contractor. The Contractor shall be liable for loss or damage to such property from whatever

cause happening while such property is in the possession of or under the control of the

Contractor, his servants workmen or agents.

1204. Where such property is insured by the Contractor against loss or fire at the request of the

Government or Purchaser such insurance shall be deemed to be effected by way of additional

Precaution and shall not prejudice the liability of the Contractor as aforesaid.

1300. Inspection by Inspecting Officer.

1301. (a) When inspection during manufacture or before delivery or dispatch is required, notice

in writing shall be sent by the Contractor to the Inspecting Officer when the stores or material to

be supplied are ready for inspection and test, and no stores shall be delivered or dispatched until

Page 134: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 103 -

the Inspecting Officer has certified in writing that such stores have been inspected and approved

by him.

(b) In cases where the Inspecting Authority specified in the contract requires on behalf of the

Purchaser that during the manufacturing process of the component/stores, etc. is also to be done,

notice in writing shall be sent by the Contractor to the Inspecting Officer to visit his

premises/works to test the raw materials and/or conduct necessary inspection during the

manufacturing process of the component / stores, etc. as deemed essential.

1302. Marking of Stores- The Contractor shall, if so required, at his own expense, mark all the

approved stores with a recognized Government or Purchaser's mark. The stores which cannot be

so marked shall, if so required by the Inspecting Officer, be packed at his own expense in

suitable packages or cases, each of which shall be sealed and marked with such mark.

The Inspecting Officer shall also have power to mark the rejected stores with a

rejection mark so that they may be easily identified, if resubmitted for inspection.

1303. Facilities for test and Examination- The Contractor shall, at his own expense afford to the

Inspecting Officer all reasonable facilities as may be necessary for satisfying himself, that the

stores are being and/or have been manufactured in accordance with the particulars. The

Inspecting Officer shall have full and free access at any time during the execution of the contract

to the Contractor's work for the purpose aforesaid, and he may require the Contractor to make

arrangements for inspection of the stores or any part thereof or any material at his premises or at

any other place specified by the Inspecting Officer and if the Contractor has been permitted to

employ the services of a Sub-Contractor, he shall in his contract with the Sub-Contractor,

reserve to the Inspecting Officer a similar right.

1304. Cost of Test- The Contractor shall provide, without any extra charge, all materials, tools,

labour and assistance of every kind which the Inspecting Officer may demand of him for any test

and examination, other than special or independent test, which he shall require to make on the

Contractor's Premises and the Contractor shall bear and pay all costs attendant thereon. If the

Contractor fails to comply with the conditions aforesaid, the Inspecting Officer shall, in his sole

judgment, be entitled to remove for test and examination all or any of the stores manufactured

by the Contractor to any premises other than his (Contractor's) and in all such cases the

Contractor shall bear the cost of transport and/or carrying out such tests elsewhere. A certificate

in writing of the Inspecting Officer that the Contractor has failed to provide the facilities and the

means, for test examination shall be final.

1305. Delivery of Stores for Test- The Contractor shall also provide and deliver for test, free of

charge, at such place other than his premises as the Inspecting Officer may specify, such

material or stores as he may require.

1306. Liability for Costs of Special or Independent Test- In the events of rejection of stores or

any part thereof by the Inspecting Officer in the consequence of the sample which is removed to

the laboratory or other places of test, being found on test not in conformity with the Contract and

in the event of the failure of the Contractor for any reason to deliver the stores passed on test

within the stipulated period, the Contractor shall, on demand pay to the Purchaser all costs

incurred in the inspection and/or test. Cost of test shall be assessed at the rate charged by the

laboratory to private persons for similar work.

1307. Method of Testing- The Inspecting Officer shall have the right to put all the stores or

materials forming part of the same or any part thereof to such tests as he may think fit and

Page 135: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 104 -

proper. The Contractor shall not be entitled to object on any ground whatsoever to the method

of testing adopted by the Inspecting Officer.

1308. Stores Expended in Test- Unless otherwise provided for in the contract if the test proves

satisfactory and the stores or any installment thereof is accepted, the quantity of the stores or

materials expended in the test will be deemed to have been taken delivery of by the Purchaser

and be paid for as such.

1309. Powers of Inspecting Officer- The Inspecting Officer shall have the power

(i) before any stores or part thereof are submitted for inspection to certify that they can not be in

accordance with the contract owing to the adoption of any unsatisfactory method of

manufacture.

(ii) to reject any stores submitted as not being in accordance with the particulars.

(iii) to reject the whole of the installment tendered for inspection, if after inspection of such

portion thereof as "he may in his discretion think fit, he is satisfied that the same is

unsatisfactory.

(iv) the Inspecting Officer's decision as regards the rejection shall be final and binding on the

Contractor.

1400. Charges for Work Necessary for Completion of the Contract- The Contractor shall pay all

charges for handling, stamping, painting, marking, protecting or preserving patent rights,

drawings, templates, models and gauges and for all such measures as the Purchaser or the

Inspecting Officer may deem necessary for the proper completion of the contract, though special

provision therefore may not be made in the specification of drawings.

1500. Responsibility of the Contractor for Executing the Contract.

1501. Risk in the Stores- The Contractor shall perform the contract in all respects in accordance

with the terms and conditions thereof. The stores and every constituent part thereof, whether in

the possession or control of the Contractor, his agents or servants or a carrier, or in the joint

possession of the Contractor, his agents or servants and the Purchaser, his agents or servants,

shall remain in every respect at the risk of the Contractor, until their actual delivery to the

consignee at the stipulated place or destination or, where go provided in the acceptance of

tender, until their delivery to a person specified in the contract as interim consignee for the

purpose of despatch to the consignee. The Contractor shall be responsible for all loss,

destruction, damage or deterioration of or to the stores from any cause whatsoever while the

stores after approval by the Inspecting Officer are awaiting despatch or delivery or are in the

course of transit from the Contractor to the consignee or, as the case may be, interim consignee.

The Contractor shall alone be entitled and responsible to make claims against a Railway

Administration or other carrier in respect of non-delivery, short delivery, mis-delivery, loss,

destruction, damage or deterioration of the goods entrusted to such carrier by the Contractor for

transmission to the consignee or the interim consignee as the case may be.

1502. Consignees Right of Rejection – Notwithstanding any approval which the Inspecting

Officer may have given in respect of the stores or any materials or other particulars or the work

or workmanship involved in the performance of the contract (whether with or without any test

carried out by the Contractor or the Inspecting Officer or under the direction of the Inspecting

Officer) and not with standing delivery of the stores where so provided to the interim consignee,

it shall be lawful for the consignee, on behalf of the Purchaser, to reject the stores or any part,

Page 136: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 105 -

portion or consignment thereof within a reasonable time after actual delivery thereof to him at

the place or destination specified in the contract if such stores or part, portion or consignment

thereof is not in all respects in conformity with the terms and conditions of the contract whether

on account of any loss, deterioration or damage before despatch or delivery or during transit or

otherwise howsoever.

Note- In respect of materials pre-inspected at the firm's premises the consignee will issue

rejection advice within 90 days from the date of receipt.

1503. Provided that where, under the terms of the contract the stores are required to be

delivered to an interim consignee for the purpose of despatch to the consignee, the stores shall

be at the Purchaser's risk after their delivery to the interim consignee, but nevertheless it shall be

lawful for the consignee on behalf of the Purchaser to reject the stores or any part, portion of

consignment thereof upon their actual delivery to him at the destination if they are not in all

respects in conformity with the terms and conditions of contract except where they have been

damaged or have deteriorated in the course of transit or otherwise after their delivery to the

interim consignee.

1504. The provisions contained in Clause 2200 relating to the removal of stores rejected by the

Inspecting Officer shall mutatis mutandis apply to stores rejected by the consignee as herein

provided.

Note- In respect of stores inspected during manufacture or before delivery or despatch at

contractor's premises the consignee will issue communication of rejection within 90 days from

the date of actual delivery thereof.

1505. Subletting and Assignment- The Contractor shall not, save with the previous consent in

writing of the Purchaser, sublet, transfer or assign the contract or any part thereof or interest

therein or benefit or advantage thereof any manner whatsoever.

In the event of the Contractor's subletting or assigning this contract or any part

thereof without such permission, the Purchaser shall be entitled to cancel the contract and to

purchase the stores elsewhere on the Contractor's account and risk and the Contractor shall be

liable for any loss or damage which the Purchaser may sustain in consequence or arising out of

such purpose.

1506. Changes in a Firm-

(a) Where the Contractor is a partnership firm, a new partner shall not be introduced in the firm

except with the previous consent in writing of the Purchaser, which may be granted only upon

execution of a written undertaking by the new partner to perform the contract and accept all

liabilities incurred by the firm under the contract prior to the date of such undertaking.

(b) On the death or retirement of any partner of the Contractor firm before complete

performance of the contract, the Purchaser may, at his option, cancel the contract and in such

case the Contractor shall have no claim whatsoever to compensation against the Purchaser.

(c) If the contract is not determined as provided in Sub-clause (b) above notwithstanding the

retirement of a partner from the firm he shall continue to be liable under the contract for acts of

the firm until a copy of the public notice given by him under Section 32 of the Partnership Act,

has been sent by him to the Purchaser by registered post acknowledgement due.

Page 137: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 106 -

(d) Consequence of breach Should a partner in the Contractor firm commit a breach of Sub

clause 1505 above or the Contractor should commit a breach of the conditions 1506(a) of this

Sub clause, it shall be lawful for the Purchaser to cancel the contract and purchase or authorize

the purchase of the stores at the risk and cost of the Contractor and in that event the provisions

of Clauses 0600 and 0700 as far as applicable shall apply.

(e) The decision of the Purchaser as to any matter or thing concerning or arising out of this sub

clause or on any question whether the Contractor or any partner of the Contractor firm has

committed a breach of any of the conditions in this sub clause contained shall be final and

binding on the Contractor.

1507. Assistance to the Contractor-

(a) The Contractor shall be solely responsible to procure any material or obtain any import or

other licence or permit required for the fulfillment of the contract and the grant by the Purchaser

or any other authority of a quota certificate or permit required under any law for distribution or

acquisition of iron and steel or any other commodity or any other form of assistance in the

procurement of the material aforesaid or any attempt to render assistance in the matter aforesaid,

or shall not be construed as a representation on the part of the Purchaser that the material

covered by such licence or permit or quota certificate is available or constitute any promise,

undertaking or assurance on the part of the Purchaser regarding the procurement of the same or

effect any variation in the rights and liabilities of the parties under the contract. But, if by reason

of any such assistance as aforesaid, the Contractor obtains any materials at less than their market

price or the cost of production of the stores is lowered the price of the stores payable under the

contract shall be reduced proportionately, and the extent of such reduction shall be determined

by the Purchaser whose decision shall be final and binding on the Contractor.

(b) Every effort made by the Purchaser to supply, or give assistance in the procurement of

materials, whether from the Government stock or by purchase under a permit or release order

issued by or on behalf of or under authority from Government or by any officer empowered in

that behalf by law or under other arrangements made by the Purchaser shall be deemed to be

subject to the condition that it will be performed with due regard to the other demands and only

if it is found practicable to do so within the stipulated time and the decision of the Purchaser

whether it was practicable to supply or give assistance as aforesaid or not shall be final and

binding on the Contractor.

1600. Use of Raw Materials secured with Government Assistance.

1601.

(a) Where any raw material is procured for the execution of a contract with the assistance of the

Government rendered in the form of permit, or licence or quota certificate/essentiality certificate

or release order issued by or on behalf of or under the authority of the Government or by an

officer empowered in that behalf, or

(b) where the raw material is issued to the Contractor from Government stock, or

(c) where advance payments are made to the Contractor to enable him to purchase the raw

material, or

(d) Where raw material is arranged by the Government, the Contractor-

(i) shall hold such material as trustee for the Government,

Page 138: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 107 -

(ii) Shall use such material economically and solely for the purpose of the contract.

(iii) shall not dispose of the same without the previous permission in writing of the Purchaser,

and

(iv) shall render due account of such material and return to the Government at such place as the

purchaser may direct all surplus or unserviceable material that may be left after the completion

of the contract or its termination for any reason whatsoever.

On returning such material, the Contractor shall be entitled to such price there

for as the Purchaser may fix, having regard to the condition of such material.

1602. Where the contract is terminated due to any default on the part of the Contractor, the

Contractor shall pay all transport charges incurred for returning any material up to such

destination as may be determined by the Purchaser and the decision of the Purchaser in that

behalf shall be final and binding on the Contractor.

1603. If the Contractor commits breach of any of the conditions in this clause specified, he

shall, without prejudice to any other liability, penal or otherwise, be liable to account to the

Government for all moneys, advantages or profits accruing from or which, in the usual course,

would have accrued to him by reason of such breach.

1604. Where the stores manufactured or fabricated by the Contractor out of the material

arranged or procured by or on behalf of the Government are rejected, the Contractor shall,

without prejudice to any other right or remedy of the Government, pay to the Government, on

demand, the cost price or market value of all such materials whichever is greater.

1700. Indemnity.

1701. The Contractor shall at all times indemnify the Purchaser against all

claims which may be made in respect of the stores for infringement of any right protected by

patent, registration of designs or trade mark. Provided always that in the event of any claim in

respect of alleged breach of letters patent, registered designs or trade mark being made against

the Purchaser, the Purchaser shall notify the Contractor of the same and the Contractor shall, at

his own expense, either settle any such dispute or conduct any litigation that may arise there

from.

1702. The Contractor shall not be liable for payment of any royalty, licence fee or other

expenses in respect of or for making use of patents or designs with respect to which he is

according to the terms of the contract, to be treated as an agent of the Government for the

purpose of making use of patent or trade mark for fulfillment of the contract.

1800. Packing.

1801. The Contractor shall pack at his own cost the stores sufficiently and properly for transit

by rail/road, air and/or sea as provided in the contract so as to ensure their being free from loss

or damage on arrival at their destination.

1802. Unless otherwise, provided in the contract all containers (including packing cases, boxes,

tins, drums and wrappings) in which the stores are supplied by the contractor, shall be

considered as non-returnable and their cost as having been included in the contract price.

Page 139: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 108 -

1803. If the contract provides that the containers shall be returnable, they must be

marked “ Returnable ” and they will be returned to the Contractor as per terms of the contract.

1804. If the contract provides that returnable containers shall be separately charged, they shall

be invoiced by the Contractor at the price specified in acceptance of tender. In such cases, the

Contractor shall give full credit for the invoiced amount if the containers are returned to the

Contractor. Return of containers shall be made within a reasonable time and in the event of any

dispute or difference arising as to whether the containers were so returned, the decision of the

Purchaser thereon shall be final and binding and the Purchaser may, in his discretion award,

such compensations as may in his opinion be proper for any undue delay in returning the

containers.

1805. Each bale or package delivered under the contract shall be marked by the Contractor at

his own expense. Such marking shall be distinct (all previous irrelevant marking being carefully

obliterated) and shall clearly indicate the description and quantity of the stores, the name and

address of the Consignee, the gross weight of the package and the name of the Contractor with a

distinctive number or mark sufficient for the purpose of identification. All markings shall be

carried out with such material as may be found satisfactory by the Inspecting Officer as regards

quickness of drying, fastness and indelibility.

1806. The Inspecting Officer may reject the stores if the stores are not packed/or marked as

aforesaid and in case where the packing materials are separately prescribed, if such materials are

not in accordance with the terms of the contract. Such rejection of the stores by the Inspecting

Officer shall be final and binding on the Contractor.

1807. Each bale or package shall contain a packing note specifying the name and address of the

Contractor, the number and date of the acceptance of tender or supply order and the designation

of the Purchase Officer issuing the supply order, the description of the stores and the quantity

contained in such bale or package.

1900. Notification of Delivery. : Notification of delivery or despatch in regard to each and every

installment shall be made to the consignee and to the indent or immediately on despatch or

delivery. The Contractor shall further supply to the consignee, or the interim consignee, as the

case may be, a packing account Quoting number of the acceptance of tender and/or supply or

repeat and date of despatch of the stores. All packages, containers, bundles and loose materials

part of each and every installment shall be fully described in the packing account and full details

of the contents of the packages and quantity of materials shall be given to enable the consignee

to check the stores on arrival at destination. The Railway Receipt/Consignment Note or Bill of

Lading, if any, shall be forwarded to the consignee by registered post immediately on the

despatch of stores. The Contractor shall bear and reimburse to the Purchaser demurrage charges,

if any, paid by reason of delay on the part of the Contractor in forwarding the Railway Receipt,

Consignment Note or Bill of Lading.

2000. Progress Reports.

2001. The Contractor shall from time-to-time, render such reports concerning the progress of

the contract and/or supply of the stores in such form as may be required by the Purchaser.

2002. The submission, receipt and acceptance of such reports shall not prejudice the rights of

the Purchaser under the contract, nor shall operate as an estoppel against Purchaser merely by

reason of the fact that he has not taken notice of/or subjected to test any information contained in

such report.

Page 140: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 109 -

2100. Freight.

The stores shall be dispatched at public tariff rates. In the case of FOR station of despatch

contract, the stores shall be booked by the most economical route or most economical tariff

available at the time of despatch as the case may be. Failure to do so will render the Contractor

liable for any avoidable expenditure caused to the Purchaser. Where alternative routes exist, the

Purchaser shall, if called upon to do so, indicate the most economical route available, or name

the authority whose advice in the matter shall be taken and acted upon. If any advice of any

such authority is sought, his decision or advice in the matter shall be final and binding on the

Contractor,

2101. In respect of road deliveries where the Municipal/local authorities do not accept Octroi

Duty exemption Certificate, the Octroi Duty shall be borne by the Seller.

2200. Removal of Rejected Stores.

2201. On rejection of all stores submitted for inspection at a place other than the premises of the

Contractor, such stores shall be removed by the Contractor at his own cost subject as hereinafter

stipulated, within 21 days of the date of intimation of such rejection. If the concerned

communication is addressed and posted to the Contractor at the address mentioned in the

contract, it will be deemed to have been served on him at the time when such communication

would be in the course of ordinary post reach the Contractor. Provided that the Inspecting

Officer may call upon the Contractor to remove dangerous, infected or perishable stores within

48 hours of the receipt of such communication and the decision of the Inspecting Officer in this

behalf shall be final in all respects. Provided further that where the price or part thereof has been

paid, the consignee is entitled without prejudice to his other rights to retain the rejected stores till

the price paid for such stores is refunded by the Contractor save that such retention shall not in

any circumstances be deemed to be acceptance of the stores or waiver of rejection thereon.

2202. All rejected stores shall in any event and circumstances remain and always be at the risk

of the Contractor immediately on such rejection. If such stores are not removed by the

Contractor within the periods aforementioned, the Inspection Officer may remove the rejected

stores and either return the same to the contractor at his risk and cost by such mode of transport

as the Purchaser or Inspecting Officer may decide, or dispose of such stores at the Contractor's

risk and on his account and retain such portion of the proceeds, if any from such disposal as may

necessary to recover any expense incurred in connection with such disposals (or any price

refundable as a consequence of such rejection). The Purchaser shall, in addition, be entitled to

recover from the Contractor ground rent/demurrage charges on the rejected stores after the

expiry of the time limit mentioned above.

2203. The stores that have been dispatched by rail and rejected after arrival at destination may

be taken back by the Contractor either at the station where they were rejected or at the station

from which they were sent, after refunding the price paid for such stores and other charges

refundable as a consequence of such rejection. If the contract placed for delivery f o. r. station

of despatch, the Contractor shall pay the carriage charges on the rejected consignment at public

tariff rates from the station of despatch to the station where they are rejected. If the Contractor

elects to take back the goods at the station from which they were dispatched, the goods shall in

addition, be booked back to him freight to pay at public tariff rates and at owner's risk. The

Contractor shall be liable to reimburse packing and incidental costs and charges incurred in such

return or rejected stores in addition to other charges refundable as a consequence of rejection.

The goods shall remain the property of the Contractor unless and until accepted by the Purchaser

after inspection.

Page 141: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 110 -

2300. System of Payment.

2301. Unless otherwise agreed upon between the parties, payment for delivery of the stores will

be made on submission of bills in the prescribed form which may be obtained from the Purchase

Officer in accordance with the instructions given in the Acceptance of Tender, by a cheque or

demand draft on a branch of the Reserve Bank of India or State Bank of India transacting

government business as may be decided by the Purchaser.

2302. Payment for the stores or for each consignment thereof will be made to the Contractor on

submission of bills accompanied by required document in accordance with the following

procedure in contracts where such a facility to the Contractor has specifically been agreed to by

the Purchaser: -

(a) 95 per cent payments for the stores or each consignment thereof will be made to the firms

against proof of inspection and despatch. The original railway receipt should be sent to the

Accounts Officer responsible for payment along with 95 per cent bill advising the particulars of

despatch to the consignee. The Accounts Officer after passing the 95 per cent bill should pass

on the original railway receipt to the consignee for taking delivery of the consignment. It

should, however, be ensured that there is no delay in the Accounts Office transmitting the

original railway receipt to the consignee.

(b) The balance 5 percent shall be paid on receipt of the stores or each consignment thereof in

accordance with the terms of the contract in good condition by the consignee, with a certificate

to that effect endorsed on the copy of the Inspection Note by the Consignee which shall

accompany the bill submitted by the Contractor.

(c) In the case of F.O.B. & C. & F. contract 95 per cent of the price will be paid on presentation

of shipping documents and inspection certificate and the remaining 5 per cent on receipt of the

stores in accordance with the terms of the contract in good condition by the Consignee, and on

producing the certificate of such receipt endorsed on one copy of the Inspection Note by the

Consignee, or alternatively at the Contractor's option, the full value of the stores will be paid

after inspection, on receipt of the consignment in accordance with the terms of the contract in

good condition by the Consignee and on producing a certificate of such receipt endorsed on one

copy of the Inspection Note.

2303. In all other contracts or in contracts where the Inspecting Officer also acts as the interim

consignee or where inspection is carried on by the Consignee himself at destination and in all

cases of local delivery full payment shall be made on submission of " Final 100 percent bill "

supported by the Inspection Certificates and consignee's receipt as aforesaid to the Accounts

Officer concerned.

Note-

(1) The system of 95 percent and 5 percent payment is not applicable to claims amounting to

Rs.1000/- or below. In such cases only a single bill for value should he submitted.

(2) In the case of Running Contracts, the system of payment will be similar to the above except

that payment would be 98 per cent and 2 per cent instead of 95 per cent and 5 per cent specified

above.

2400. Withholding and lien in respect of sums claimed.

Page 142: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 111 -

2401. Whenever any claim or claims for payment of a sum of money arises out of or under the

contract against the Contractor, the Purchaser shall be entitled to withhold and also have a lien to

retain such sum or sums in whole or in part from the security, if any, deposited by the Contractor

and for the purpose aforesaid, the Purchaser shall be entitled to withhold the said cash security

deposit or the security, if any, furnished as the case may be and also have a lien over the same

pending finalisation or adjudication of any such claim. In the event of the security being

insufficient to cover the claimed amount or amounts or if no security has been taken from the

Contractor, the Purchaser shall be entitled to withhold and have lien to retain to the extent of the

such claimed amount or amounts referred to supra, from any sum or sums found payable or

which at any time thereafter may become payable to the Contractor under the same contract or

any other contract with the Purchaser or the Government pending finalisation or adjudication of

any such claim.

It is an agreed term of the contract that the sum of money or moneys so withheld or

retained under the lien referred to above, by the Purchaser will be kept withheld or retained as

such by the Purchaser till the claim arising out of or under the contract is determined by the

Arbitrator (if the contract is governed by the arbitration clause) or by the competent court as

prescribed under clause 2703 hereinafter provided, as the case may be, and that the Contractor

will have no claim for interest or damages whatsoever on any account in respect of such

withholding or retention under the lien referred to supra and duly notified as' such to the

Contractor.

2402. For the purpose of Clause 2401, where the Contractor is a partnership firm or a limited

company, the Purchaser shall be entitled to withhold and also have a lien to retain towards such

claimed amount or amounts in whole or in part from any sum found payable to any partner /

limited company, as the case may be, whether in his individual capacity or otherwise.

2403. Lien in respect of Claims in other Contracts- Any sum of money due and payable to the

Contractor (including the security deposit returnable to him) under the contract may withhold or

retain by way of lien by the Purchaser or Government against any claim of the Purchaser or

Government in respect of payment of a sum of money arising out of or under any other contract

made by the Contractor with the Purchaser or Government.

It is an agreed term of the contract that the sum of money so withheld or retained under

this clause by the Purchaser or Government will be kept withheld or retained as such by the

Purchaser or Government till his claim arising out of the same contract or any other contract is

either mutually settled or determined by the arbitrator, if the contract is governed by the

arbitration clause or by the competent court under Clause 2703 hereinafter provided, as the case

may be, and that the Contractor shall have no claim for interest or damages whatsoever on this

account or on any other ground in respect of any sum of money withheld or retained under this

clause and duly notified as such to the Contractor.

2500. Corrupt Practices.

2501. The Contractor shall not offer or give or agree to give to any person in the employment of

the Purchaser or working under the orders of the Purchaser any gift or consideration of any kind

as an inducement or reward for doing or forbearing to do or for having done or forborne to do

any act in relation to the obtaining or execution of the contract or any other contract with the

Purchaser or Government or for showing any favour or for bearing to show dis-favour to any

person in relation to the contract or any other contract with the Purchaser or Government. Any

breach of the aforesaid condition by the Contractor, or any one employed by him or acting on

his behalf (whether with or without the knowledge of the Contractor) or the commission of any

Page 143: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 112 -

offence by the Contractor or by any one employed by him or acting on his behalf under IX of the

Indian Penal Code, 1860 or the Prevention of Corruption Act, 1947 or any other act enacted for

the prevention of corruption by public servants shall entitle the Purchaser to cancel the contract

and all or any other contracts with the Contractor and to recover from the Contractor the amount

of any loss arising from such cancellation in accordance with the provisions of Clauses 0600 and

0700.

2502. Any dispute or difference in respect of either the interpretation effect or application or the

above condition or of the amount recoverable there under by the Purchaser from the Contractor,

shall be decided by the Purchaser, whose decision there on shall be final and binding on the

Contractor.

2600. Insolvency and Breach of Contract.

2601. The Purchaser may at any time, by notice in writing summarily determine the

contract without compensation to the Contractor in any of the following events, that is to say

(a) if the Contractor being an individual or if a firm, any partner thereof, shall at any time, be

adjudged insolvent or shall have a receiving order or order for administration of his estate made

against him or shall take any proceeding for composition under any Insolvency Act for the time

being in force or make any conveyance or assignment of his effects or enter into any assignment

or composition with his creditors or suspend payment or if the firm be dissolved under the

Partnership Act, or

(b) if the Contractor being a company is wound up voluntarily or by the order of a Court or a

Receiver, Liquidator or Manager on behalf of the Debenture holders is appointed or

circumstances shall have arisen which entitle the Court or Debenture holders to appoint a

Receiver, Liquidator or Manager, or

(c) if the Contractor commits any breach of the contract not herein specifically provided for.

Provided always that such determination shall not prejudice any right of action or remedy which

shall have accrued or shall accrue there after to the Purchaser and provided also the Contractor

shall be liable to pay to the Purchaser for any extra expenditure he is thereby put to and

Contractor shall, under no circumstances, be entitled to any given on re-purchase.

2700. Laws governing the Contract.

2701. This contract shall be governed by the Laws of India for the time being in force.

2702. Irrespective of the place of delivery, the place of performance or place of payment under

the contract, the contract shall he deemed to have been made at the place from which the

acceptance of tender has been issued.

2703. Jurisdiction of courts- This Court of the place from where the acceptance of tender has

been issued shall alone have jurisdiction to decide any dispute arising out of or in respect of the

contract.

2704. Marking of stores- The marking of the stores must comply with the requirements of the

laws relating to merchandise marks for the time being in force in India.

2705. Compliance with provisions of Contract Labour (Regulation and Abolition) Act, 1970

Page 144: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 113 -

(1) The Contractor shall comply with the provisions of the Contract Labour (Regulation and

Abolition) Act, 1970 and the Contractor Labour (Regulation and Abolition) Central Rules, 1971,

as modified from time-to-time, wherever applicable and shall also indemnify the Purchaser from

and against any claims under the aforesaid Act and the Rules.

(2) The Contractor shall obtain a valid licence under the aforesaid Act as modified from time-to-

time before the commencement of the contract and continue to have a valid licence until the

completion of the contract. Any failure to fulfill this requirement shall attract the penal

provisions of the contract arising out of the resultant non execution of the contract.

(3) The Contractor shall pay to labour employed by him directly or through Sub-Contractors the

wages as per provisions of the aforesaid Act and the Rules wherever applicable. The Contractor,

shall, notwithstanding the provisions of the contract to the contrary, cause to be paid the wages

to labour indirectly engaged on the contract including any engaged by his Sub-Contractors in

connection with the said contract, as if the labour had been immediately employed by him.

(4) In respect of all labour directly or indirectly employed in the contract for performance of the

Contractor's part of the contract, the Contractor shall comply with or cause to be complied with

the provisions of the aforesaid Act and the Rules wherever applicable.

(5) In every case in which, by virtue of the provisions of the aforesaid Act or the Rules, the,

Purchaser is obliged to pay any amount of wages to a workman employed by the Contractor or

his Sub-Contractor in execution of the contract or to incur any expenditure in providing welfare

and health amenities required to be provided under the aforesaid Act and the Rules or to incur

any expenditure on account of the contingent liability of the Purchaser due to the Contractor's

failure to fulfill his statutory obligations under the aforesaid Act or the Rules the Purchaser will

recover from the Contractor, the amount of wages so paid or the amount of expenditure so

incurred, and without prejudice to the rights of the Purchaser under Section 20, Sub-section (2)

and Section 21, Sub-section (4) of the aforesaid Act, the Purchaser shall be at liberty to recover

such amount or part thereof by deducting it from the security deposit and/or from any sum due

by the Purchaser to the Contractor whether under the contract or otherwise. The Purchaser shall

not be bound to contest any claim made against it under Sub-section (i) of Section 20 and Sub-

section (4) of Section 21 of the aforesaid Act except on the written request of the Contractor and

upon his giving to the Purchaser fun security for all costs for which the Purchaser might become

liable in contesting such claim. The decision of the Purchaser regarding the amount actually

recoverable from the Contractor as stated above, shall be final and binding on the Contractor.

2800. Headings.

The headings of conditions here to shall not affect the construction thereof.

2900. Arbitration.

(a) In the event of any question, dispute or difference arising under these conditions or any

special conditions of contract, or in connection with this contract (except as to any matters the

decision of which is specially provided for by these or the special conditions) the same shall be

referred to the sole arbitration of a Gazetted Railway Officer appointed to be the arbitrator, by

the General Manager in the case of contracts entered into by the Zonal Railways and Production

Units; by any Member of the Railway Board, in the case of contracts entered into by the

Railway Board and by the Head of the Organization in respect of contracts entered into by the

other Organizations under the Ministry of Railways. The Gazetted Railway Officer to be

appointed as arbitrator however will not be one of those who had an opportunity to deal with the

Page 145: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 114 -

matters to which the contract relates or who in the course of their duties as railway servant have

expressed views on all or any of the matters under dispute or difference. The award of the

arbitrator shall be final and binding on the parties to this contract.

(b) In the event of the arbitrator dying, neglecting or refusing to act or resigning or being unable

to act for any reason, or his award being set aside by the court for any reason, it shall be lawful

for the authority appointing the arbitrator to appoint another arbitrator in place of the outgoing

arbitrator in the manner aforesaid.

(c) It is further a term of this contract that no person other than the person appointed by the

authority as aforesaid should act as arbitrator and that if for any reason that is not possible, the

matter is not to be referred to 'arbitration at all.

(d) The arbitrator may from time-to-time with the consent of all the parties to the contract

enlarge the time for making the award.

(e) Upon every and any such reference, the assessment of the cost incidental to the reference and

award respectively shall be in the discretion of the arbitrator.

(f) Subject as aforesaid, the Arbitration Act, 1940 and the rules there under and any statutory

modifications thereof for the time being in force shall be deemed to apply to the arbitration

proceedings under this clause.

(g) The venue of arbitration shall be the place from which the acceptance note is issued or such

other place as the arbitrator at his discretion may determine.

(h) In this clause the authority, to appoint the arbitrator includes, if there be no such authority,

the officer who is for the time being discharging the functions of that authority, whether in

addition to other functions or otherwise.

3000. Fall Clause.

All contract if and when placed will be subject to following fall clause

3001. The price charged for the stores supplied under the Contract by the contractor shall in no

event exceed the lowest price at which the contractor sells the stores or offer to sell stores of

identical description. To any personnel organisations including the purchaser or any Department

of the Central Government or any Railway Office or any Railway Undertaking, as the case, may

be during the period till performance of all Supply Orders placed during the currency of the

contract is completed. The lower price will be applicable to supplies made after the date of

coming into force of such reduction or sale or offer to sell at a reduced rate.

3002. If at any time, during the said period the contractor reduces the sale price, sells or offer to

sell such stores to any persons organisation including the purchaser or any Department of

Central Government or any Railway Office or any Railway Undertaking as the case may be at a

price lower than the price chargeable under the contract, he shall forthwith notify such reduction

or sale or offer of sale to the Purchaser and the price payable under the contract for the stores

supplied after the date of coming into force or such reduction or sale or offer of sale shall stand

correspondingly reduced.

The above stipulation will, however, not apply to

Page 146: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 115 -

(a) Exports by the Contractor

(b) Sale of goods as original equipment at prices lower than the prices charged for normal

replacement.

(c) Sale of goods such as drugs which have expiry dates.

3003. The Contractor shall furnish the following certificate to the concerned Accounts Officer

along with each bill for payment of supplies made against the Rate Contract.

* I/We certify that there has been no reduction in sale price of the stores of description identical

to the stores supplied to the Government under the contract herein and such stores have not been

offered sold by me/us to any person/organisation including the purchaser or any Department of

Central Government or any Railway Office or any Railway Undertaking as the case may be up

to the date of bill/ the date of completion of supplies against all supply orders placed during the

currency of the contract at a price lower than the price charged to the Government under the

contract except for quantity of stores categories under sub clauses (a), (b) and (c) of sub-para (ii)

above, details of which are as follows

Note.-The contractor will also inform the FA& CA0 concerned and the COS as soon as supplies

against all supply order placed against the contract are completed.

INSPECTION & REJECTION

3100. Where under a contract the price payable is fixed on F.O.R. station of despatch basis, the

Contractor shall, if the consignee rejects the stores at destination be liable in addition to his other

liabilities, to reimburse to the Purchaser the freight paid by the Purchaser.

3101. Notification of Result of lnspection.-Unless otherwise provided in the specification of

schedule, the examination of the stores will be made as soon as practicable after the same have

been submitted for inspection and the result of the examination will be notified to the

Contractor.

3102. Inspection Notes.--On the stores being found acceptable by the inspecting Officer he shall

furnish the Contractor with necessary copies of Inspection Notes duly completed, for being

attached to the Contractor's bill in support thereof.

3200. Warranty/Guarantee-

3201. The Contractor/Seller hereby covenants that it is a condition of the contract that all

goods/stores/articles furnished to the Purchaser under this contract shall be of the highest grade.

free of all defects and faults and of the best materials, quality, manufacture and workmanship

throughout and consistent with the established and generally accepted standards for materials of

the type ordered and in full conformity with the contract specification, drawing or sample, if any

and shall, if operable, operate properly.

3202. The Contractor also guarantees that the said goods/stores/articles would continue to

conform to the description and quality as aforesaid, for a period of 30 months after their delivery

or 24 months from the date of placement in service whichever shall be sooner, and this warranty

shall survive notwithstanding the fact that the goods/stores/articles may have been inspected,

accepted and payment there for made by the Purchaser.

Page 147: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 116 -

3203. If during the aforesaid period, the said goods/stores/articles be discovered not to conform

to the description and quality aforesaid or have deteriorated, otherwise that by fair wear and tear

the decision of the Purchaser in that behalf being final and conclusive that the Purchaser will be

entitled to reject the said goods/stores/articles or such portions thereof as may be discovered not

to conform to the said description and quality. On such rejection, the goods/stores/articles will

be at the Seller's risk.

If the Contractor/Seller so desires, the rejected goods may be taken over by him or his agents for

disposal such manner as he may deem fit within a period of 3 months from the date of such

rejection. At the expiry of the period, no claim whatsoever shall lie against the Purchaser in

respect of the said goods/stores/articles, which may be disposed of by the Purchaser in such

manner as he thinks fit. Without prejudice to the generality of the foregoing, all the provisions

in the Indian Railways Standard Conditions of Contract relating to the ‘rejection of stores' and

‘failure' and 'termination' add and Clause 3100-02 above shall apply.

3204. The Contractor/Seller shall, if required, replace the goods or such portion there of as have

been rejected by the Purchaser, free of cost, at the ultimate destination, or at the option of the

Purchaser, the Contractor/Seller shall pay to the Purchaser, the value thereof at the contract price

and such other expenditure and damage as may arise by reason of the breach of the conditions

herein before specified. Nothing herein contained shall prejudice any other right of the

Purchaser in that behalf under this contract or -otherwise.

3300. Book Examination Clause-The Government reserves the right for 'Book Examination' as

follows: -

(i) The Contractor shall whenever called upon and requiring to produce or cause to be produced

for examination by any Government Officer duly authorised in that behalf, any cost or other

account book of account, voucher, receipt, letter, memorandum, paper or writing or any copy of

or extract from any such document and also furnish information any way relating to such

transaction and procedure before the duly authorised Government Officer returns verified in

such manner as may be required relating in any way to the execution of this contract or relevant

for verifying or ascertaining the cost of execution of this contract (the decision of such

Government Officer on the question of relevancy of any document, information of return being

final and binding on the parties).

The obligation imposed by this clause is without prejudice to the obligation of the contractor

under any statute, rules or orders shall be binding on the Contractor.

(ii) The Contractor shall, if the authorised Government Officer so requires (whether before or

after the prices have been finally fixed), afford facilities to the Government Officer concerned to

visit the Contractors works for the purpose of examining the processes of manufacture and

estimating or ascertaining the cost of production of the articles. If any portion of the work be

entrusted or carried out by a sub-contractor or any of its subsidiary or allied firm or company,

the authorised Government Officer shall have power to examine all the relevant books of such

sub-contractor or any subsidiary or allied firm or company shall be open to his inspection as

mentioned in clause (i).

(iii) If on such examination, it is established that the contracted price is in excess of the actual

cost plus reasonable margin of profit, the Purchaser shall have the right to reduce the price and

determine the amount to a reasonable level.

Page 148: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 117 -

(iv) Where a contract provides for book examination clause, the Contractor or its agency is

bound to allow examination of its books within a period of 60 days from the date the notice is

received by the Contractor, or its agencies calling for the production of documents as under

clause (i) above. In the event of Contractor's or his agency's failure to do so, the contract price

would be reduced and determined according to the best judgment of the Purchaser which would

be final and binding on the Contractor and his agencies.

3400. Inspection at the Fag End of the Delivery Period-In cases where only a portion of the

stores ordered is tendered for inspection at the Fag end of the delivery period and also in cases

where inspection is not completed in respect of the portion of the stores tendered for inspection

during the delivery period, the Purchaser reserves the right to cancel the balance quantity not

tendered for inspection within the delivery period fixed in the contractor the risk and expense of

the Contractor without any further reference to him. If the stores tendered for inspection during

or at the fag end of the delivery period are not found acceptable after carrying out the inspection,

the purchaser is entitled to cancel the contract in respect of the same at the risk and expense of

the contractor. If, however, the stores tendered for inspection are found acceptable, the

Purchaser may grant an extension of the delivery period subject to the following conditions: -

(a) The Purchaser has the right to recover from the contractor under the provision of clause 0702

(a) of I.R.S. Conditions of Contract liquidated damages on the stores which the Contractor has

failed to deliver within the period fixed for delivery.

(b) That no increase in price on account of any statutory increase in or fresh imposition of

Customs Duty, Excise Duty, Sales Tax on account of Foreign Exchange variation or on account

of any other tax or duty leviable in respect of stores specified in the contract which takes place

after the date of the delivery period stipulated in the contract shall be admissible on such of the

said stores as are delivered after the date of the delivery stipulated in the contract.

(C) That not with standing any stipulation in the contract for increase in price on any other

ground no such increase which takes place after the date of the delivery stipulated in the contract

shall be admissible on such of the said stores as are delivered after the expiry of the delivery

period stipulated in the contract.

(d) But nevertheless, the Purchaser shall be entitled to the benefit fit of any decrease in price on

account of reduction in or remission of Custom Duty, Sales Tax or on account of Foreign

Exchange variation or on account of any other Tax or Duty or on other ground as stipulated in

the price variation, clause which takes place after the expiry of the date of delivery period

stipulated in the contract.

3401. The Contractor shall not despatch the Stores till such time as an extension in terms of

para 3400 (a) to (d) above is granted by the Purchaser and accepted by the Contractor. If the

stores are dispatched by the Contractor before an extension letter as aforesaid is issued by the

Purchaser and the same are accepted by the Consignee, the acceptance of the stores shall be

deemed to be subject to the conditions (a) to (d) mentioned in the paragraph 3400 above.

3402. In case where the entire quantity has not been tendered for inspection with in the delivery

period stipulated in the contract and the Purchaser chooses to grant an extension of the delivery

period the same would be subject to conditions (a) to (d) mentioned in the paragraph 3400

above.

Page 149: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 118 -

3500. These (special) conditions wherever they differ from the Invitation to Tender and

Instruction to Tenderers over ride the latter.

Page 150: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 119 -

(ADDITIONAL) SPECIAL CONDITIONS

(Vide Para 417-S)

In addition to Standard Conditions of Contract, the following special conditions shall apply to

(Running) Contract: -

3600. Purpose of Contract and Parties to the Contract.

3601. The parties to the contract, which shall be deemed to be a "Running Contract" and which

is intended for the supply of the stores of the descriptions and approximately in the quantities set

forth in the contract during the period specified therein, shall be the Contractor of the one part

and the authorities named in the contract hereinafter called the Purchaser (which expression

shall, where the context so admits or implies, be deemed to include his successors and assigns)

of the other part. The quantities shown in the said Contract, are only approximate, and cannot

be guaranteed.

3602. The Purchaser may authorise any officer (who shall hereinafter be called Direct

Demanding Officer) at any time during the period of the contract, to place orders direct on the

Contractor.

3603. Any variation of this contract shall not be binding on the Purchaser unless or until same is

endorsed on the contract or incorporated in a formal instrument in exchange of letters and signed

by the parties.

3700. Delivery.

3701. The Contractor shall as may be required by the Purchaser either deliver free or f.o.r or

c.i.f. at the place or places specified in the contract such quantifies of the stores detailed in the

said contract as may be ordered direct from the Contractor from time-to-time by the Purchaser or

by the Direct Demanding Officer. The Contractor shall deliver or despatch the full quantity of

the stores so ordered with in the period specified in the said contract.

3800. Increase or Decrease of Quantities.

The Purchaser shall be entitled at any time to increase or decrease the approximate total

quantities of each description of stores shown in the said contract by not more than 30 per cent

and will give reasonable notice in writing of any such increase or decrease to the Contractor.

3900. Maintenance and Replacement of Stocks.

3901. To meet casual demands, the Contractor shall maintain at all time in stock (until 75 per

cent of the requirements have been drawn), at the place (s) specified in the contract, the quantity

/quantities mentioned therein. All demands should be complied with immediately they are

received by the Contractor or within the period, if any, stipulated in individual orders. As soon

as the Contractor is called upon to effect supplies, he shall take action to replenish the

guaranteed stocks until such time as 75 percent of the total approximate requirement has been

drawn and such replenishment shall be completed with the period specified in the contract, after

the receipt by the Contractor of casual demands. Due notice will be given to the Contractor by

the Direct Demanding Officers or by the Purchaser, if any additional quantities over and above

75 per cent of the total approximate requirements are required and Contractor shall then arrange

stocks accordingly.

Page 151: E-TENDER...2016/04/18  · - 2 - C O N T E N T S 1. Invitation to Tender & Instructions to Tenderers. 2. Schedule of Requirements 3. Special Conditions of Contract 4. Offer Form (Annexure-A)

- 120 -

3902. The period for replenishment of stocks will be allowed only if the material is not in

stock. If the material is in stock, this Provision will be in operative even tough the guaranteed

stock quantity may have been supplied against the contract.

4000. Reporting Progress of Contract.

The Contractor shall, three calendar months before the termination of the contract or at such

intervals as may be specified in the contract, submit a report to the Purchaser stating the total

quantity of stores delivered or dispatched under the contract.

4100. Special conditions where they differ from Standard Conditions override the latter.


Recommended