Procurement of Rail Borne Maintenance Vehicles OF INDIA MINISTRY OF RAILWAYS (RAILWAY BOARD) GLOBAL...

125
GOVERNMENT OF INDIA MINISTRY OF RAILWAYS (RAILWAY BOARD) GLOBAL TENDER No. Track-III/2009/22/0107 of 2009 for Procurement of Rail Borne Maintenance Vehicles Due Date - 26.11.2009 Time - 14.30 Hrs. I.S.T. Venue - Rail Bhavan, New Delhi-110 001 Fax : 91-11-23384481 91-11-23387098 E-mail : [email protected]. Price : Inland …………….. Rs.2000/- Foreign ……………… US Dollars 50/-

Transcript of Procurement of Rail Borne Maintenance Vehicles OF INDIA MINISTRY OF RAILWAYS (RAILWAY BOARD) GLOBAL...

GOVERNMENT OF INDIA MINISTRY OF RAILWAYS

(RAILWAY BOARD)

GLOBAL TENDER

No. Track-III/2009/22/0107 of 2009

for

Procurement of Rail Borne Maintenance Vehicles

Due Date - 26.11.2009

Time - 14.30 Hrs. I.S.T.

Venue - Rail Bhavan, New Delhi-110 001

Fax : 91-11-23384481 91-11-23387098

E-mail : [email protected].

Price :

Inland …………….. Rs.2000/-

Foreign ……………… US Dollars 50/-

INDEX PAGE NO.

PART - I TENDER INVITATION 1-2 PART - II SECTION A – Instruction to Tenderers A-1 to A- 12 SECTION B – General Conditions of Contract B-1 to B-13 SECTION C – Special Conditions of Contract C-1 to C-4 SECTION D - Annexures ANNEXURE-1 D-1 to D-2 ANNEXURE-2 D-3 to D-5 ANNEXURE-3 D-6 ANNEXURE-4 D-7 ANNEXURE-5 D-8-D-9 ANNEXURE-6 D-10 ANNEXURE-7 D-11 ANNEXURE-8 D-12 to D-13 ANNEXURE-9 D-14 to D-17 ANNEXURE-10 D-18 to D-22 PART-III SECTION E – Schedule of Requirement SECTION F – Technical Specification ANNEXURE-I ANNEXURE-II ANNEXURE-III ANNEXURE-IV ANNEXURE-V ANNEXURE-VI ANNEXURE-VII ANNEXURE-VIII ANNEXURE-IXA ANNEXURE-IXB

GOVERNMENT OF INDIA MINISTRY OF RAILWAYS (RAILWAY BOARD)

TENDER DOCUMENT

PART – 1

TENDER INVITATION

GOVERNMENT OF INDIA MINISTRY OF RAILWAYS

(RAILWAY BOARD)

TENDER INVITATION

Global Tender Notice No.Track-III/2009/22/0107 of 2009 1. Tender is invited for and on behalf of the President of India from experienced manufacturers or their authorized agents and reputed Indian manufacturers for supply of the following:-

Tender Notice No.

Description of Stores

Qty. (Nos.)

Cost of Tender document Rs. US$

Bid Guarantee Indian Rs.

Last date of submission and opening of tender

Track-III/2009/22/ 0107 of 2009

Rail Borne Maintenance Vehicle

16 (Sixteen)Nos.

2000/- or 50$ 20,00,000 (Twenty lacs)

26.11.2009

2. The sale timings for tender documents will be 10.00 hrs. to 13.00 hrs. on all working days. The offers complete in all respects will be received upto 14.30 hrs. and will be opened at 15.00 hrs. on the date specified above. Tenderers will be required to:-

i) Furnish a Bid Guarantee for the amount specified above for tender

valid for 225 days after tender opening and ii) Keep their offer open for 180 days from the date of opening of bid.

3. A contract performance guarantee bond for 10% of the contract price will have to be furnished by the bidder in the event of a contract being awarded to him. 4. Non-transferable Tender Documents containing detailed description of stores required as also other terms and conditions may be had from the office of the Railway Board, Rail Bhawan, Room No.156/5, Raisina Road, New Delhi-110 001. The cost of tender documents is to be deposited in cash with Head Cashier, Northern Railway, Baroda House, New Delhi. The tender document will be issued on production of receipt thereof. The firm desirous of getting the tender documents by post should send an additional amount of Rs.50/- per set to cover the Postal Charges, through D.D./Bankers Cheque in favour of Secretary, Railway Board, Payable at New Delhi. Postal Orders and Cheques will not be accepted.

NOTE: i) Tender documents are also available on Indian Railways Website (www.indianrailways.gov.in) which can be down loaded for use and submission of offer. However, the firm will have to submit the receipt showing the payment of tender cost as detailed above in para 4, before submitting the offer

ii) Tender from Tenderers who have not purchased the tender documents or not accompanied by the receipt as mentioned in para i) above in case submission of downloaded tender, tenders not accompanied by Bid Guarantee in the format given in Annexure-5 of Tender Document and Tenders from Agents without Letter of Authority from the manufacturers are liable to be summarily rejected.

Incomplete offers will be summarily ignored.

(S,M.Pandey) Director Track(MC) Railway Board

For and on behalf of the President of India

******

GOVERNMENT OF INDIA MINISTRY OF RAILWAYS (RAILWAY BOARD) TENDER DOCUMENT PART - II

SECTION-A INSTRUCTIONS TO TENDERERS TABLE OF CONTENTS Clause Page No. 1. General instructions A 1

2. Technical information A 1

3. Agents and service facilities in India-Agency Commission A 1

4. Qualifying requirements of tenderers A 2

5. Time Schedule A 3

6. Earnest Money/Bid Guarantee A 3

7. Submission of offers A 4

8. Local Conditions A 5

9. Price basis and indemnity A 5

10. Insurance A 7

11. Evaluation of the offers A 7

12. Basis of evaluation of Tender A 8

13. Shipping Arrangement A 8

14. Packing A 9

15. Import licence A 9

16. Acceptance of tender A 9

17. Effect and validity of offer A 9

18. Spare parts A 10

19. Training of Railway Staff A 10

20. Service Engineers A 10

21. Offer by FAX A 11

22. General A 12

23. Last date of receipt of tender A 12

A

INSTRUCTIONS TO TENDERERS 1.0 GENERAL INSTRUCTIONS:

1.1 On behalf of the President of India, The Director, Track (MC), Ministry of Railways

(Railway Board), New Delhi, India (hereinafter referred to as the Purchaser), invites offers from established and reliable manufacturers or their authorized agents for the supply as set forth in the “Schedule of Requirements”.

1.2 All offers in the prescribed form at Annexure 1 or 2 ( as applicable) should be

submitted before the time and date fixed for the receipt of offers as set forth in the tender papers. Offers received after the stipulated time and date will be rejected.

1.3 All information in the offer must be in English. Information in any other language

must be accompanied by its authenticated translation in English; failure to comply with this will tender the offer liable to be rejected. In the event of any discrepancy between an offer in a language other than English and its English translation the latter will prevail.

1.4 Only one tender may be submitted by each tenderer. No tenderer may participate in

the tender of another for the same contract in any relation whatsoever. 2.0 TECHNICAL INFORMATION: 2.1 Clarification regarding Specifications indicated in the ‘Schedule of Requirements’

may be obtained from Director, Track (MC), Ministry of Railway, Railway Board, New Delhi.

2.2 The equipment offered should be in accordance with the stipulated drawings and

specifications in ‘Schedule of Requirements’. 2.3 The Purchaser will accept internationally accepted alternative specifications which

ensure equal or higher quality than the specifications mentioned in the tender specifications. However, the decision of the purchaser in this regard shall be final. In this connection, attention of tenderer is invited to the ‘Statement of Deviations’ from tender specifications (Annexure-7) which should invariably be filled in and submitted alongwith the offer and further two copies of the alternative specifications offered should be sent alongwith the offer.

2.4 The tenderer shall indicate his compliance or otherwise against each clause and sub-

clause of the technical specifications. The tenderer shall, for this purpose, enclose, a separate statement (Annexure-7) indicating compliance or otherwise of each clause of specifications. Whenever the tenderer deviates from the provisions of a clause/sub-clause he shall furnish his detailed justification for the same in the Remarks’ column.

3.0 AGENTS AND SERVICE FACILITIES IN INDIA-AGENCY COMMISSION:

3.1 Foreign firms quoting direct against the enquiry and who want Indian

Agents/Associates and or servicing facilities in India should indicate in their offer the name of their Indian agents/associates or the representatives they have for servicing in India. They should quote net F.O.B./C&F/CIF price, exclusive of the amount of remuneration or commission provided for the Indian agents/associates. It should be understood that the Purchaser will indemnify the supplier against payment of such commission to the Indian agents/associates in rupees in India in respect of a contract

A-1

arising out of invitation to tender, where the India agents/associates remuneration or commission covers a part of the price against the tender.

3.2 The foreign tenderer is also required to give the name and address of the local

agent/associate. In addition they should furnish the following details in the offer:

i) The precise/relationship between the foreign manufacturer/principals and Indian agents/associates.

ii) The mutual interest which the manufacturer/principal and Indian agents/associates have in the business of each other;

iii) Any payment which the agent/associate receives in India or abroad from the manufacturer/principal whether as a commission for the contract or as general retainer fee;

iv) Indian agent’s Income-Tax permanent account number; v) All services to be rendered by the agent/associate whether of general nature

or in relation to the particular contract and facilities/infrastructure available with them for the same;

vi) Past performance; vii) Enlistment of Indian Agent with Director General of supplies and disposal

under the compulsory registration scheme. Offer which do not comply with the above stipulation are likely to be ignored.

3.3 In the case of indigenous offer the tenderer is not entitled to any agency commission.

In the case of imported offers the agency commission payable by the tenderer to his Indian Agents shall be indicated in the space provided in the offer form in foreign currency. However, Agency Commission finally payable to the tenderer’s Agents in India under the contract will be converted to Indian Rupees at the telegraphic transfer buying rate of exchange ruling on the date of placement of the contract/order as quoted by State Bank of India and shall not be subject to any further exchange variation. The Agency Commission shall be paid in non-convertible Indian Rupees after successful completion of the contract, i.e., after completion of proving tests and final commissioning of machine(s) in India.

4.0 QUALIFYING REQUIREMENTS OF TENDERERS: 4.1 The tenderer shall provide a satisfactory evidence acceptable to the Purchaser to show

that:- a) he is a licensed manufacturer, who regularly manufactures the items offered

and has adequate technical knowledge and practical experience; b) he has adequate financial stability and status to meet the obligations under the

contract for which he is required to submit a solvency report as percentage of value of tender from a recognized bank or a financial institution;

c) he has adequate plant and manufacturing capacity to manufacture and supply the items offered within the delivery schedule offered by him;

d) he has established quality control system and organization to ensure that there is adequate control at all stages of the manufacturing process.

4.2 For purposes of para 4.1, the tenderers should additionally submit:-

a) a performance statement as in Annexure-3, giving a list of major supplies, effected in the last five years of items offered by him, giving details of the Purchaser’s name and address, order no. and date and the quantity supplied and whether the supply was made within the delivery schedule.

b) a statement indicating details of equipment employment and quality control measures adopted as in Annexure-4.

A-2

In addition to the above, further information regarding his capacity/capability, if required by the Purchaser shall be promptly furnished by the tenderer.

4.3 Tenderer not submitting the requisite information and not conforming to performance

standards specified may note that his offer is liable to be ignored. 5.0 TIME SCHEDULE: 5.1 The basic consideration and the essence of the contract shall be the strict adherence to

the time schedule for the supply of items/item offered. 5.2 The time and the date specified in the contract for the delivery of the stores and the

equipment shall be deemed to be essence of the contract and the delivery must be completed not later than the date so specified. The attention of the tenderers is invited to clauses regarding liquidated damages and default in the General Conditions of the contract and clause 10 ( Delivery schedule) in the special conditions of contract by which the contract shall be governed.

6.0 EARNEST MONEY/BID GUARANTEE: 6.1 Bid Guarantee for the amount stipulated in the Schedule of Requirements shall

accompany each tender. The bid security shall be denominated in the currency of the Bid or another freely convertible currency and shall be in one of the following forms:

a) Deposit receipt, Pay orders, Guarantee Bond and Bank Draft, in favour of the

Financial Adviser and Chief Accounts Officer, Northern Railway, Baroda House, New Delhi-110 001 (India) from a Nationalized or scheduled commercial banks.

b) Bonds of IRFC and KRCL. c) The EMD should be valid for 45 days beyond validity of the bid.

6.2 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.

6.3 No interest will be payable by the purchaser on the Earnest Money/Bid Guarantee. 6.4 The Earnest Money/Bid Guarantee deposited is liable to be forfeited, if the tenderer

withdraws or amends, impairs or derogates from the tender in any respect within the period of validity of his offer.

6.5 The Earnest Money of the successful tenderer will be returned (within sixty days)

after the contract Performance Guarantee as required (Clause 22 of the General Conditions of Contract) is furnished and formal contract duly signed is received by the purchaser.

6.6 If the successful tenderer fails to furnish a contract performance guarantee as

specified in clause 22 of the general conditions of contract 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.

6.7 The Earnest Money of all unsuccessful tenderers will be returned by the purchaser

within 30 days after issue of acceptance to the successful tenderer.

6.8 Any tender not accompanied by Earnest Money in one of the approved forms given in clause 6.1 above will be rejected by the purchaser as unresponsive.

A-3

7.0 SUBMISSION OF OFFERS: 7.1 All offers shall be either typed or written neatly in indelible ink. 7.2 Any individual (s) signing the tender or other documents connected therewith should

specify whether he is signing. i) as sole proprietor of concern or as attorney of the sole proprietor; ii) as a Partner or Partners of the firm; iii) as a Director, Manager or Secretary in the case of a Limited Company

duly authorized by a resolution passed by the Board of Directors or in pursuance of the authority conferred by the Memorandum of Association. 7.3 In the case of a firm not registered under the Indian Partnership Act, all the partners

or the attorney duly authorized by all of them should sign the tender and all other connected documents. The original power of attorney or other documents empowering the individual or individuals to sign should be furnished to the purchaser for verification, if required.

7.4 All prices and other information like discounts etc., having a bearing on the price

shall be written both in figures and words in the prescribed offer form. 7.5 Offer, in quadruplicate, in the prescribed form (annexure 1 or 2, as applicable,)

should be addressed to the President of India through the Director, Track (MC), Ministry of Railways, Railway Board, Rail Bhawan, Raisina Road, New Delhi, India and submitted in the manner specified in the Tender Invitation contained in Tender Documents (Part – I).

7.6 Offers shall be as per the Instruction to tenderers, the General and Special Conditions

of contract given in the Tender Documents. However, the tenderer shall indicate his acceptance or otherwise against each clause and sub-clause of the Instruction to tenderers, the General and Special Conditions of Contract. For this purpose, the tenderer shall enclose a separate Statement (Annexure – 7) indicating only the deviations from any clause or sub-clause of the Instruction to tenderers, the General and Special Conditions of Contract, which he proposes with full justification for such deviations and additional price for complying with the conditions of the contract in each case. The Purchaser, however, reserves the right to accept or reject these deviations and his decision thereon shall be final.

7.7 Offers are required from the actual manufacturers of the stores or their authorized

agents who should submit a letter of authority from their Principals as in Annex.-6. Offers from other agents, brokers and middlemen will not be accepted.

7.8 The tenderer should avoid ambiguity in his offer, e.g., if his offer is to his standard

size, dimensions, he should specifically state them in details without any ambiguity. Brief descriptions such as standard length etc. should be avoided in the offer.

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

7.10 QUANTITY VARIATION CLAUSE: The purchaser reserves the right to vary the

quantity mentioned in the ‘Schedule of Requirements’ by plus/minus 30% during the currency of the contract.

A-4

8.0 LOCAL CONDITIONS: 8.1 It will be imperative on each tenderer to fully acquaint himself of all the local

conditions and factors which would have any effect on the performance of the contract and cost of the stores. In his own interest, the foreign tenderer should familiarize himself with the Income Tax Act. 1961, the companies Act 1956, the customs act 1962 and related laws in force in India. The Purchaser shall not entertain any request for clarifications from the tenderer regarding such local conditions. No request for the change of price, or time schedule of delivery of stores shall be entertained after the offer is accepted by the Purchaser.

9.0 PRICE BASIS AND INDEMNITY: 9.1 Foreign tenderer shall quote his price on the basis of FOB nearest port of shipment

having facilities to handle the same (ii) C&F Indian Port and (iii) CIF Indian Port. 9.2 The terms FOB, C&F and CIF shall be as defined in the current edition of

International Rules for the interpretation of the Trade terms published by the International Chamber of Commerce, Paris and commonly referred to as INCOTERMS.

9.3 These prices should not include agency commission payable to Indian Agents which

shall be exhibited as already indicated in clause 3.0. The Indian Agent’s commission shall be shown in foreign currency as a definite amount and not as a percentage.

9.4 The prices should be stated only in one currency and should be either in the currency

of the Tenderers country or in US dollars. However, if the goods offered are manufactured in more than one country, the tenderer may state portions of the bid price in the respective currency of the country of origin in which he wishes to be paid. The bid price shall be total of such portions. Alternatively, tenderer may, at his option, state the entire bid price in U.S. Dollars. The portion of the bid price relating to components of Indian origin to be incorporated in the stores or supply of stores shall be stated in Indian Rupees.

The contract price will normally be paid in the currencies in which the price is stated in the successful tender. However, purchaser reserves the right to effect payment of the equivalent amount in the currency or currencies of the country of origin of the goods in case the price is stated in other currencies. The equivalent amount will be calculated on the basis of rate of exchange prevalent on the date of payment.

9.5 CIF prices shall be based on ocean transportation and marine insurance to be arranged

in accordance with the procedure prescribed under Clause 10 of Instruction to tenderers relating to insurance and Clause 13 of Instruction to tenderers regarding shipping arrangements. The purchaser shall also have the right to sign the contract on C&F basis in which case he will not be responsible for making shipping arrangements and on CIF basis in which case he will not be responsible for making arrangements for shipping and marine insurance.

9.6 The prices quoted shall be firm and not subject to any variation. In the case of CFR

and CIF delivery, ocean freight charges and marine insurance included must also be firm and no variation will be allowed on this account after the opening of tenders.

9.7 The tenderers should quote their lowest possible prices. Quotation should be made

only for units specified in the “Schedule of Requirements”. 9.8 Tenderers submitting indigenous offers shall indicate the FOR (Free on Rail) price

delivery at station of dispatch, which shall include all State and Central Taxes and A-5

Excise Duties leviable on the final finished supplies tendered for. In addition, a complete break-up showing the ex-factory price, taxes and excise duties individually, incidentals and handling charges, freight and insurance charges, if any, shall also be given as mentioned in Annexure-II. 9.9 For partly imported and partly indigenous machine, if the indigenous portion is more

than 20% of the total cost of the machine, escalation on the indigenous portion of the cost of the machine may be admitted if desired by the tenderer. However, the financial

implication of such an escalation would be calculated and loaded on to the offer to decide inter-se position of the tenderer as per cl.9.9.1. The formula for escalation shall be as under:

P=Po {W(A1-A2)+X(B1-B2)+Y(C1-C2)+Z(D1-D2)} A2 B2 C2 D2 P= Price after escalation Po= Price as per offer

A1= Wholesale price index number III, J.a, a.1., for iron and steel as per table No.39 of Reserve Bank of Indian Bulletin for the 3rd month preceding the expiry of the delivery.

A2= Wholesale price index number III, J.a., a.1 for iron and steel as per table No.39 of Reserve bank of India Bulletin for the 12the month from the date of opening of the tender.

B1= Consumer price index for industrial workers for capital town of the state where the firm is located and Delhi for National Capital Region as per table No.36 of Reserve Bank of India Bulletin for the 3rd month preceding the expiry of the delivery.

B2=Consumer price index for industrial workers for capital town of the state where the firm is located and Delhi for National Capital Region as per table No.36 of Reserve Bank of India Bulletin for the 12the month from the date of opening of the tender.

C1= Wholesale price index number II for fuel, power, light & lubricants as per table No.39 of Reserve Bank of India Bulletin for the 3rd month preceding the expiry of the delivery. C2= Wholesale price index number II for fuel, power, light & lubricants as per table No.39 of Reserve Bank of India Bulletin for the 12th month from the date of opening of the tender.

D1= Wholesale price index number III for manufactured goods as per table No.39 of Reserve Bank of India Bulletin for the 3rd month preceding the expiry of the delivery. D2= Wholesale price index number III for manufactured goods as per table No.39 of RBI Bulletin for the 12th month from the date of opening of the tender.

W= Factor for cost of raw material in a machine (0.20)

X= Factor for cost of labour in a machine (0.35) Y= Factor for cost of consumables used in a machine (0.15)

Z= Factor for cost of bought out components in a machine (0.30).

A-6

Note:- 1. ESCALATION WILL BE CALCULATED FOR INDIVIDUAL MACHINE TAKING ITS ORIGINAL DELIVERY FOR THE PURPOSE OF A1, B1, C1 and D1. 2. PVC claims will be restricted for that particular quantity of supply, required to be completed in that period as indicated in the delivery period, irrespective of whether the supply has been made subsequently within the overall delivery schedule.

9.9.1 The loading of escalation shall be calculated based on latest RBI indices available as on the date of tender opening for the period for which escalation has been demanded by the tenderer viz if escalation is demanded for 12 months, RBI indices would be taken for 12 months from the latest available month backward, to arrive at estimated escalation for the period and the same will be reflected in the comparative statement.

9.10 CENVAT CREDIT: 9.10.1 The price quoted by the tenderers should take into account the credit availed on inputs

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.

9.10.2 In the event of additional CENVAT credit being extended by the Govt. 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 & 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 & the bill has been prepared accordingly.

9.11 Sales Tax/CST/VAT/Input Tax under VAT Scheme:

9.11.1 The concessional tax regime so far available to the Government Departments has

been withdrawn w.e.f. 01.04.2007. Government Departments will have to pay CST @ normal VAT rates prevalent in the seller’s state for purchase involving inter-state movement of goods.

9.11.2 However, goods of special importance (called declared goods) as incorporated in

Section 14 of the CST Act will continue to suffer/enjoy concessional rate of tax since State Governments Cannot impose tax at higher rates than envisaged in CST Act. Iron and Steel items as listed in Section 14 of CST Act, 1956, for instance will suffer CST @ 4% only.

9.11.3 The tenderer should quote the exact percentage of VAT that they will be charging

extra. 9.11.4 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 to 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.

A-7

9.11.5 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 manufacture of the final production on the date of supply under the VAT scheme by way of reduction in price and advise the purchaser accordingly”.

9.11.6 The suppliers while claiming the payment will furnish the following certificate to the

paying authority; “We hereby declare that additional set off/input 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 payable amount may be adjusted”.

9.11.7 Even for contracts where CST is payable, this input tax credit may become admissible

to the suppliers where the supplier happens to be located in the state in which VAT has been implemented. Accordingly the certificate under para 9.11.6 above should also be obtained in all such existing contracts where CST is payable.

9.11.8 For the states in which the VAT has not yet been introduced, the existing system of

sales tax shall continue.

10.0 INSURANCE: 10.1 In case of FOB/CFR offer insurance shall be arranged by the Purchaser. However, in

the case of CIF offer, marine insurance covering transit risk upto ultimate destination in India (ultimate consignee) will be arranged and paid for by the supplier.

10.2 In the case of indigenous offers, 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. Where the tenderer intends to insure the goods, the insurance charges should be clearly indicated, separately in the break up. The consignee will advise the tenderer within 45 (forty five) days of the arrival of goods at the destination, any loss/damage etc. of the goods and it shall be the responsibility of the tenderer to lodge the necessary claim on the carrier and/or insurer and pursue the same. The tenderer shall, however, at his own cost replace/rectify immediately, to the entire satisfaction of the consignee, the goods lost, damaged, without waiting for the settlement of the claim.

11.0 EVALUATION OF THE OFFERS: 11.1 To facilitate evaluation and comparison, the purchaser will convert all Bid Prices

expressed in the amounts in various currencies in the Bid Price as payable, to Indian Rupees at the B.C. selling exchange rate established by the State Bank of India, New Delhi, as on the date of the Bid Opening.

11.2 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 specification and tender documents.

11.3 The value of spare parts (Item no.2, Section-E- Schedule of Requirement) will not be taken into consideration in the Evaluation of Offers.

12.0 BASIS OF THE EVALUATION OF TENDER: 12.1 The tenders received would be evaluated on the basis of either:

a) FOR price quoted on the Lines indicated in para 9 of Instructions to Tenderers.

OR A-8

b) Quoted FOB price plus ocean freight estimated by the Ministry of Shipping, Road Transport & Highways (Deptt. of Shipping) of the Government of India Plus insurance, applicable Custom Duty, inland freight, clearance and handling charges upto the station of dispatch.

OR c) Quoted C&F/CIF prices plus applicable Customs Duty, inland freight, clearance

and handling charges upto the station of dispatch. OR

d) For partly imported and partly indigenous assembled/manufactured machines, FOR price quoted for indigenous components on the lines indicated in para 9 plus FOB/C&F/CIF price for imported components as per (b) & (c) above.

Purchaser reserves the right to adopt any of the above basis.

Cargo handling charges prior to the shipment, wherever applicable shall be to the contractors account.

12.2 The terms FOB and C&F shall be defined in accordance with ‘INCOTERM’2000. 13 SHIPPING ARRANGEMENTS:

13.1 In the event of an order being placed on C&F & /or CIF basis, the contractor shall arrange shipment in accordance with the requirements of the Ministry of Shipping, Road Transport & Highways (Deptt. of Shipping)), New Delhi, India. The purchaser will, however, in accordance with option clause, have the right to change over the contract to FOB basis if considered necessary after giving one month’s notice to the contracting firm. Shipping arrangements in the case of FOB contracts shall be made by the shipping Coordination and chartering Division /shipping coordination officer Ministry of Shipping, Road Transport & Highways (Deptt. of Shipping) New Delhi, India, particulars of cargoes for which shipping space will be required in the execution of contract should be furnished in detail to the Chief Controller of Chartering Shipping Coordination Officer, Ministry of shipping, Road Transport & Highways (Deptt. of Shipping), Govt. of India, New Delhi, India, as soon as possible after the relevant contract is finalized (Annexure 9 & 10 ). 13.2 Port Clearance: In the event of order being placed for Partly Imported and Partly

Indigenous machine, the clearance of imported / spares shall be done by the contractor on behalf of the Purchaser and in case of fully imported machine the clearance will be done by the Purchaser.

14.0 PACKING: 14.1 The items tendered will have to undergo arduous transportation before reaching the destination and will have to be stored and handled in tropical climatic conditions

(including monsoons) before they are put to the actual use. It is, therefore, imperative that packing for every item is decided by taking into consideration, inter-alia, the above vital factors so as to eliminate damage/deterioration of item in transit/transshipment/handling or during storage.

14.2 The specifications of the packing proposed shall be indicated. 14.3 The packing advices should bring out the weight, dimensions and size of each

bundle/package. Where it is not possible to give weight of the bundles/packages, the contractor must indicate the volume of the bundles/packages, the number of pieces per bundle/packages, number of bundles/packages, and total weight of the items supplied.

A-9

15.0 IMPORT LIECENCE (In case of Indigenous Tenderers): 15.1 The successful tenderers will have to apply to the proper Government Authority for

grant of requisite import licence/foreign exchange for such items as require import, within 14 days of the advance letter of acceptance/telegraphic acceptance and the purchaser will only render such assistance as considered necessary.

16.0 ACCEPTANCE OF TENDER: 16.1 The purchaser may accept a tender for a part or whole of quantity offered, reject any

tender without assigning any reason and may not accept the lowest or any tender. 16.2 Acceptance of tender will be communicated by FAX, E-mail or formal acceptance of

tender direct to the tenderer or through his authorized agents in case where acceptance is indicated by FAX, E-mail or the formal acceptance of tender will be forwarded to the contractor as soon as possible but FAX, E-mail should be deemed to conclude the contract.

17.0 EFFECT AND VALIDITY OF OFFER: 17.1 The submission of any offer connected with these specifications and documents shall

constitute an agreement that the tenderer shall have no cause of action or claim, against the Purchaser for rejection of his offer. The Purchaser shall always be at liberty to reject or accept any offer or offers at his sole discretion and any such action will not be called into question and the tenderer shall have no claim in that regard against the purchaser.

17.2 The offer shall be kept valid for acceptance for a minimum period of (180) one

hundred and eighty calendar days from the date set for opening of tenders. 17.3 Offers shall be deemed to be under consideration immediately after they are opened

and until such time the official intimation of award is made by the purchaser to the tenderer. While the offers are under consideration, tenderers and or their representatives or other interested parties are advised to refrain from contacting the purchaser by any means. If necessary, the purchaser will obtain clarifications on the offers by re-questing for such information from any or all the tenderers, either in writing or through personal contact, as may be considered necessary. Tenderers will not be permitted to change the substance of their offers after the offers have been opened.

17.4 In exceptional circumstances, the purchaser may solicit the Bidders consent to an

extension of the period of validity. The request and the responses thereto shall be made in writings (or by FAX or E-mail). The Bid security provided under clause-6 shall also be suitably extended. A Bidder may refuse the request without forfeiting Bid security. A Bidder granting the request, will not be required nor permitted to modify its Bid.

18.0 SPARE PARTS: 18..1 Where required the tenderer should quote, apart from main equipment, separately for

the mandatory spares as well as for recommended spares required for two years of operation. The rates for such of the items of those spares should be indicated both in FOB, C&F, and CIF basis in the case of imported offers and FOR destination in the case of indigenous offers with complete break up as indicated in the offer form. The purchaser reserves the right to order any or all the spares as quoted for any quantity considered reasonable by him at the prices quoted by the tenderer and on the terms

A-10

and conditions quoted for the main equipment. The responsibility of the tenderer under the warranty clause will not be diluted in any way on this account. The

tenderer should indicate the consumable spares and critical spares in two separate lists.

19.0 TRAINING OF RAILWAY STAFF: 19.1 Four personnel shall be given training for a period of two weeks in the manufacturing

plant and field operation abroad where these machines are already in operation at the cost of the supplier who shall provide facilities for the training. Likely places of training should be indicated in the offer. However, the cost of boarding, lodging and air fare shall be borne by the purchaser.

19.2 Adequate training for one month of four personnel of the Indian Railway for each machine should be arranged in India on the bidder’s premises or at the site of commissioning of machines, in the operation, repair and maintenance of these machines at no extra cost. This training of the staff to be deployed on the machine, in operation repair and maintenance shall be completed before the commissioning of the machine. However, the cost of boarding and lodging and travel of trainees will be borne by the purchaser.

20.0 SERVICE ENGINEERS: 20.1 The tenderer shall provide at his own cost the services of an experienced service

engineer for two weeks per machine in India for satisfactory commissioning and operation of the machines.

20.2 Tenderers shall indicate the details of services which will be rendered for after sale

service of the machines. 21.0 OFFER BY FAX: 21.1 Offer received through FAX may be considered in case of procurement of items through proprietary article certificate & single tender only subject to the firm submitting post confirmation copy on their letter head duly signed by the authorized person as per the tender conditions within ten working days from the date of opening from indigenous firm and twenty one days from foreign firms. 22.2 However, for other type of tender i.e. for Bulletin, limited and Advertised /open Tender etc., offers received through FAX and found in the tender box at the time of opening of Tenders and complete in all respects and duly singed by the authorized signatory should be treated as in time offer subject to the firm/firms submitting post confirmation copy duly signed by the authorized person as per the tender conditions within ten working days from the date of opening. 22.3 All other offers received by FAX not covered in Para (i) & (ii) above shall be treated

as invalid. The offers received by FAX as covered in Para (ii) above shall be deemed as unresponsive in case of confirmation copy is not received within the time stipulated in Para (ii) above.

22.4 No purchase order shall be issued against the FAX offers without receipt of the

confirmation copy of the same. 22.5 It shall be the sole responsibility of tenderers to ensure that the offers submitted by

FAX are dropped in appropriate tender box in sealed cover/covers and within the

A-11

prescribed time and date. The Railways shall not be responsible in any way for any delay in dropping the FAX offers in the appropriate tender box. Suitable guidelines may be included in “Instructions to Tenderers” as part of Tender documents, covering the offers by FAX in tenders as detailed above respectively. 22.0 GENERAL: 22.1 The tenderer must ensure that the conditions laid down for submission of offers

detailed in the preceding paras are completely correctly fulfilled. Tenders, which are not complete in all respects as stipulated above, may be summarily rejected.

23.0 LAST DATE OF RECEIPT OF THE TENDERS: 23.1 The offers complete in all respects should reach the Director, Track (MC), Ministry of Railways (Railway Board), Raisina Road, New Delhi-110 001, India, not later than

14.30 hrs. on the date specified in the ‘Schedule of Requirements’. 23.2 The tenders received shall be opened in the presence of such of the tenderers or their representatives, who may like to be present at 15.00 hrs. on the date specified in the ‘Schedule of Requirements’ and the names of tenderers and the rates tendered by them will be read out.

Director, Track (MC) (Railway Board) Fax: 91-11-23387098, 23384481 RoomNo.150. E-mail : [email protected]. Tele: 23388876

*****

A-12

SECTION – B

GENERAL CONDITIONS OF CONTRACT

TABLE OF CONTENTS. CLAUSE PAGE NO. 1. Definitions. B –1 2. Execution B –1 3. Responsibility of the Contractor for executing contract. B –1 4. Indemnity. B –2 5. Prices. B –2 6. Transfer & Sub –letting. B –3 7. Drawings. B –3 8. Alterations. B –3 9. Progress Report. B –3 10. Delivery FOB Invoices and Freight. B –3 11. Customs drawback B –4 12. Marking. B –4 13. Packing. B –4 14. Supply of Drawings, Tracings and specification. B –4 15. Corrupt gifts and payments of commission. B –4 16. Payment Terms. B –5 17. Deduction. B –6 18. Delivery Period. B –6 19. Liquidated Damages. B –7 20. Force Majeure. B –7 21. Performance Guarantee Bond. B –7 22. Inspection. B –8 23. Inspecting Officer-Powers of Rejection. B –9 24. Consequences of Rejection. B –9 25. Acceptance of Stores Dispatched After the Expiry of D.P. B –10 26. Export Licence. B –11 27. Arbitration. B –11 28. Laws Governing the Contract. B –12 29. Headings. B –12 30. Secrecy. B –12

GENERAL CONDITIONS OF CONTRACT 01. DEFINITIONS: 1.1 Throughout these conditions and in the specifications, the terms:-

i) “The Purchaser” means the President of India, acting through the Director, Track (MC), Ministry of Railways, (Railway Board), Rail Bhavan, Raisina Road, New Delhi-110 001, INDIA unless the context otherwise provides.

ii) “The Inspecting Officer” means the person, firm or department nominated

by the purchaser to inspect the stores on his behalf and the deputies of the Inspecting Officer so nominated.

iii) “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.

iv) “Contract” means and includes the bid invitation, instructions to tenderers,

Tenderers Acceptance of Tender, General and Special Conditions of Contract, Schedule of Requirements, particular 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.

2.0 EXECUTION: 2.1 The whole contract is to be executed in the most approved, substantial and

workman like manner to the entire satisfaction of the purchaser or his nominee, who both personally and by his deputies, shall have full power, at every stage of progress, to inspect the stores at such times as he may deem fit and to reject any of the stores, which he may disapprove, and his decision thereon, and on any question of the true intent and meaning of the specifications shall be settled in terms of clause 28, subject to the right of both parties to seek arbitration as provided for in clause 28.

3.0 RESPONSIBILITY OF THE CONTRACTOR FOR EXECUTING CONTRACT: 3.1 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 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 provided in the acceptance of tender, until their delivery to a person specified in the “Schedule of Requirements”, as interim consignee for the purpose of dispatch 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 Inspector are a waiting dispatch or delivery or are in the course of transit from the contractor to the consignee, or the interim consignee as the case may be. The contractor alone shall be entitled and responsible to make claim against Railway Administration or any other carrier in respect of

B-1

non-delivery, missed 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.

3.2 CONSIGNEE’S RIGHT OF REJECTION:

i) Notwithstanding any approval which the Inspector may have given in respect of the stores or any materials of 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 Inspector or under the direction of the Inspector) and notwithstanding 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, portion of consignment thereof is not in all respect in conformity, with the terms and conditions of the contract whether on account of any loss, deterioration or damage before dispatch or delivery or during transit or otherwise how-so-ever.

ii) Provided that where, under the terms of the contract the stores are required

to be delivered to an interim consignee for the purpose of dispatch 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 respect in conformity with the terms and conditions of contract, except whether they have been damaged or have deteriorated in the course or transit or otherwise after their delivery to the interim consignee.

iii) The provisions contained in the clause-25 of GCC relating to the removal

of stores rejected by the Inspector shall, mutates mutandis, apply to stores rejected by the consignee as herein provided.

4.0 INDEMNITY:

4.1 The contractor shall at all times indemnify the purchaser against all claims which

may be made in respect of the said work for infringement of any right protected by patent registration design or trade mark; provided always that in the event of any claim in respect of an alleged breach of a patent registered design or trade mark, being made against the purchaser he shall notify the contractor of the same and the contractor shall be at liberty, but at his own expense, to conduct negotiations for settlement or any litigation that may arise there from.

5.0 PRICES: 5.1 The prices stated are to include all costs of stamping, painting, marking, protection

or preservation of the stores and any claim what-so-ever that may arise from the manufacture, packing, shipment, marking, or delivery of stores in accordance with those consideration and include payment by the contractor of Dock and Harbour dues, port’s rates, export taxes and other fees or charges, if any, levied because of exportation. The prices stated are also to include all rights (if any) of patent, registered design or trade mark and the contractor shall indemnify the purchaser against all claims in respect of the same.

B-2

6.0 TRANSFER AND SUBLETTING: 6.1 The Contractor shall not sublet (otherwise than that which may be customary in the

trade concerned), transfer, assign or otherwise part with directly or indirectly to any person or persons, whatsoever is in this contract, or any part thereof without the previous written permission of the purchaser or his nominee.

7.0 DRAWINGS: 7.1 If any dimensions figuring upon a drawing differ from those obtained by scaling

the drawings, the figured dimensions shall be taken as correct. 8.0 ALTERATIONS: 8.1 The Purchaser or his nominee may require such alteraion to be made on the work,

during its progress as he deems necessary. Should these alterations be such that either party to the contract considers an alteration in price justified, such alteration shall not be carried out until amended prices have been submitted by the contractor and accepted by the purchaser. Should the contractor proceed to manufacture such stores without obtaining the consent in writing of the purchaser to an amended price, he shall be deemed to have agreed to supply the stores at such price as may be considered reasonable by the purchaser.

9.0 PROGRESS REPORT: 9.1 The contractor shall render such reports as to the progress of the contract and in

such form as may be called for by the purchaser or his nominee, the submission and acceptance of these reports shall not prejudice the rights of the purchaser in any manner.

10.0 DELIVERY FOB INVOICES AND FREIGHT: 10.1 The stores shall be delivered by the contractor free on board such vessels in such

port or ports named in the quotation, as purchaser or his nominee may require. 10.2 Such number of inspection certificates, advice notices, packing accounts and

invoices, as may be required by the purchaser or his nominee, shall be furnished by the contractor at his, own cost.

10.3 Freight for the conveyance of the stores or any part thereof will be engaged by the

purchaser or his nominee, who will give due notice to the contractor when and on board what vessels, stores or such part thereof are to be delivered. Should the stores or any part thereof be not delivered within 7 days of the receipt of such notice by the contractor, the contractor will be liable for all payments and expenses that the purchaser may incur or be put to, by reason of such non-delivery including dead and extra freight demurrage of vessels and any other charges incurred by the purchaser whatsoever.

10.4 Delivery CIF: The stores shall be delivered free of expense to the Purchaser on

board the vessels with ocean transportation to named Indian Port, including any charges for marine insurance covering transit risk up to the ultimate destination installation site, being paid by the supplier. The unloading charges will be paid by the port consignee in Indian Rupees and the tenderers are not to include these charges in their price.

B-3

11.0 CUSTOMS DRAWBACK (Indigenous supplier/goods): 11.1 If, by reason of a customs notification published after the placing of the contract,

the stores to be supplied shall become, on exportation, subject to customs drawback in respect of duty paid on them or on the materials used in their manufacture, the contractor shall recover the amount of the drawback and the contract price of the stores shall be reduced by the amount so recovered. Similarly, if some benefits under this clause are withdrawn by subsequent notification by the Government, the supplier could claim, reimbursement accordingly. For this purpose, the tender shall indicate in their offer, the extent benefit availed under this clause while quoting the rate.

11.2 This provision applies only to Domestic supplies. 12.0 MARKING:

12.1 The marking of all goods supplied shall comply with the requirements of the Indian

Act relating to merchandise marks or any amendment thereof and of the rules made there under. The following marking of the materials is required.

a) The following particulars should be stenciled with indelible paint on all the

materials/packages supplied loose: i) Contract number ii) Specification No. iii) Item No. iv) Port Consignee v) Abbreviated consignee marks

b) The marking as in (a) above should be on labels securely clamped to the packages or bundles so as not to break loose during transit. The use of steel tags for this purpose should be avoided.

c) In addition to the marking as specified above, distinguishing, colour marks

should be given so as to distinguish the ultimate consignee in India. 13.0 PACKING: 13.1 The contractor will be held responsible for the stores being sufficiently and

properly packed so as to ensure their being free from any loss or injury on arrival at their destination.

13.2 Where materials are to be supplied in bundles, the gross weight should not exceed

1.9 metric tone per bundle for shipments to Indian Ports.

14.0 SUPPLY OF DRAWINGS, TRACINGS AND SPECIFICATIONS:

14.1 Any Drawings, tracings or description specified shall, unless otherwise directed, be furnished by the contractor with the first consignment of the work to which they relate and no payment whatsoever will be made until such drawings, tracings of descriptions have been furnished to the satisfaction of the purchaser.

15.0 CORRUPT GIFTS AND PAYMENTS OF COMMISSION:

15.1 Any bribe, commission, gift or advantage given, promised or offered by or on behalf

of the contractor, his a gents or servants, or any one on his / their behalf to any

B-4

employee, representative or agent of the Purchaser or any person on his behalf in relation to the execution of this or any other contract with the Purchaser shall, in addition to the criminal liability under the laws in force, subject the contractor to cancellation of this and all other contracts with the purchaser, and also to payment of any loss resulting from any such cancellation to the like extent as is provided in case of cancellation under clause ‘DEFAULT’ given below and the purchaser shall be entitled to deduct the amounts so payable from any, money otherwise due to the contract under this and all other contract. Any question or dispute as to the commission of any offence under the present clause shall be settled by the purchaser in such manner and on such evidence or information as may be thought fit and sufficient, and his decision shall be final and conclusive on the matter.

16.0 PAYMENT TERMS:

The standard payment terms subject to recoveries, if any, under liquidated damages

clause in ‘General Conditions of Contract’ will be as under: 16.1 For Foreign Supplies. Payment against foreign supplies shall be made though ‘letter of credit’. All charges including the confirmation charges of LC, levied by Foreign Bankers shall be borne by the contractor.

i) 90% payment on proof of inspection and shipment within 30 days of receipt of

shipping documents as specified under:

i) 2 copies of negotiable cum original bill of lading. ii) Signed certified commercial invoice showing the description,

quantity and price of stores shipped together with the number, weight and volume of such packages shipped.

iii) Certificate that the amounts claimed are correct in terms of the contract. iv) A copy of Contractor’s letter addressed to the Insurer and port consignee advising the closing particulars as per Annexure attached.

vi) Inspection Certificate issued by the Inspecting Officer. ii) Balance 10% payment within 90 days of satisfactory commissioning of the machines

in India and completion of proving test in which the performance of the equipment would have been demonstrated by the supplier after its commissioning at ultimate destination.

iii) For developmental/trial orders, the payment terms will be 80% on the proof of inspection and shipment and balance 20% within 90 days of satisfactory commissioning of machine in India and completion of proving test at ultimate destination.

16.2 For indigenous supplies:

i) 90% payment on proof of inspection and dispatch documents as specified, to be made within 30 days of receipt of specified documents. ii) Balance 10% payment within 90 days of satisfactory commissioning of the machines

in India and completion of proving test in which the performance of the equipment would have been demonstrated by the supplier after its commissioning at ultimate destination.

iii) For developmental/trial orders, the payment terms will be 80% on the proof of inspection and shipment and balance 20% within 90 days of satisfactory commissioning of machine in India and completion of proving test at ultimate destination.

B-5

16.3 For partly imported and partly indigenous supplies.

The Standard payment terms shall be as for indigenous supplies as per clause 16.2 of GCC above. However, the following interim payment can be considered if desired by the tenderer.

i) 100% payment for imported components/assemblies on proof of inspection and dispatch of documents as specified to be made through letter of credit to be opened as in clause 16.1 above, within 30 days of receipt of specified documents against Bank Guarantee for full amount valid till satisfactory commissioning of the machine at its ultimate destination. No CST on this value would be payable in such cases.

ii) In case components/assemblies for the machine(s) are imported by the

manufacturer and the machine(s) is supplied FOR, the payment shall be as per clause 16.2 of GCC above and CST as legally leviable on the value of the machine shall be to Purchaser’s account.

iii) The above 100% payment under (i) for imported portion will be available to a tenderer only if the indigenous value addition is more than 20% of the cost of machine.

To decide the inter-se position of the offers, interest on this 100% payment under (i) shall be worked out at the interest rate equal to prime lending rate as notified by State Bank of India on the date of opening of tender plus 2%.”

16.4 In all cases, for indigenous supplier as well as foreign supplier, payment will be made only on fully assembled machines.

16.5 Any part payment if required in Indian rupees towards local expenses etc. in India, the same shall be payable at the rate of exchange (BC Selling) ruling on the date of opening of tender and shall not be subject to any further exchange variation on any account.

16.6 If a tenderer requests for a variation in the payment terms and if such variation is acceptable to the purchaser, the same would be evaluated at an interest rate equal to the prime landing rate as notified by State Bank of India on the date of opening of tender plus 2% for all earlier payments for the purpose of comparison with the other tenderers. 16.7 In case the supplier fails to supply the machines as per the contractual delivery schedule 100% payment under clause 16.3(i) above would be levied an interest at the rate of 2% more than the Prime Lending Rate of State Bank of India for the delayed period beyond scheduled delivery period. 17.0 DEDUCTION: 17.1 Payments as in clause 16.1and16.2 of GCC above shall be subject to deductions of

any amount for which the contractor is liable under the contract against this tender or any other contract made by the contractor in respect of which the President of India is the purchaser.

18.0 DELIVERY PERIOD:

18.1 The earliest possible delivery is required in India. The Purchaser attaches the utmost

importance to timely deliveries and requests the manufacturers to take note of the liquidated damages and risk purchase conditions as are applicable in case of delays in supplies.

B-6

19.0 LIQUIDATED DAMAGES: 19.1 In the event of the contractor’s failure to have stores ready for delivery by the time or

times respectively specified in the letter of acceptance or contract, the purchaser may withhold any payment until the whole of the stores have been fully supplied and delivered and may deduct or recover from the contractor as liquidated damages ( and not by way of penalty) a sum at the rate of 2 percent (two percent) of the value of any stores which the contractor has failed to deliver as aforesaid for each and every month (part of a month being treated as a full month) during which the stores may not be ready for delivery, subject to limit of 10% the contract value. Provided, however, that if the delay shall have arisen from any cause which the purchaser may admit as reasonable ground for further time, the purchaser may at his discretion allow such additional time as he may consider to have been required by the circumstances 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.

19.2 In case of failure on the part of supplier to arrange supplies as per the delivery schedule/installments fixed in advance, save force majeure conditions or delays attributable to purchaser, the Purchaser reserves the right to levy Liquidated Damages which shall be levied for delayed quantity which have remained unsupplied for the period. 20.0 FORCE MAJEURE: 20.1 In the event of any unforeseen event directly interfering with the supply of stores arising during the currency of the contract, such as insurrection, restraint imposed by the Govt. act of legislative or other authority; war, hostilities, civil commotion, fires floods, explosion epidemics, quarantine restrictions, or acts of God, the contractor shall, within a week from the commencement thereof, notify the same in writing to the purchaser with reasonable evidence thereof. If the force majeure condition(s) mentioned above be in force for a period of 90 days or more at any times, the purchaser shall have the option to terminate the contract on expiry of 90 days of commencement of such force majeure by giving 14 days notice to the contractor in writing. In case of such termination, no damages shall be claimed by either party against the other, save and except those which had occurred under any other clause of this contract prior to such termination. 21.0 PERFORMANCE GUARANTEE BOND:

21.1 After a letter of acceptance is issued by the purchaser, the Contractor shall furnish a Performance Guarantee Bond in the proforma attached (Annexure-8) or on irrevocable Letter of Credit from a Nationalized Bank/Public Sector/Scheduled Commercial Bank or Foreign Bank acceptable to Purchaser through a Nationalized Bank within 30 days from the receipt of the Letter of Acceptance of the Tender by the Contractor or the execution of the contract, whichever is earlier, for an amount equivalent to 10% of the total value of the contract. On the performance and completion of the contract in all respects the Performance Guarantee Bond will be returned to the Contractor without any interest. In case furnishing of an acceptable Performance Guarantee Bond is delayed by the Contractor beyond the period provided above and the Bond is accepted by the purchaser Liquidated damages, as provided in Clause – 19 for the period of delay in submission of the bond may be levied. Alternatively, the purchaser may declare the contract as at an end and enforce clause 20. 21.2 Bank Guarantees (BGs) to be submitted by the supplier/contractors should be sent

directly to the concerned authorities by the issuing Bank under Registered Post AD.

B-7

21.3 The Performance Guarantee Bond shall remain in full force and effect during the period that would be taken for satisfactory performance and fulfillment in all respects of the contract including satisfactory commissioning of the machines at consignee’s work and shall be valid till for a minimum period of three months beyond the expiry of the warranty period as per of the Special Conditions of Contract provided that before the expiry of the date of validity of the Performance Guarantee Bond, the contractor on being called upon by the Purchaser from time to time shall obtain from the Guarantor Bank, extension of time for validity thereof for a period of six months, on each occasion. The extension or extensions aforesaid, executed on non-judicial stamp paper of appropriate value must reach the purchaser at least thirty days before the date of expiry of the Performance Guarantee Bond on each occasion.

21.4 As and when an amendment is issued to the contract, the contractor shall, within fifteen days of the receipt of such an amendment furnish to the Purchaser an amendment to the Performance Guarantee Bond rendering the same valid for the contract as amended. 21.5 This Performance Guarantee Bond and/or any amendment thereto shall be executed

on a stamped paper of requisite money value in accordance with the laws of the country in which the same is/are executed by the party competent to do so. The Performance Guarantee Bonds executed in India shall also be got endorsed by the Collector under Section 32 of the Indian Stamp Act, 1989 for adequency of the Stamp Duty by the contractor.

21.6 The Performance Guarantee Bond will be returned to successful supplier within 60 days following completion of contractors performance obligations including warranty obligation under the contract.

22.0 INSPECTION: 22.1 Inspection will be carried out by the purchaser or his nominee. The cost of the

inspection will be on purchaser’s account subject to other provisions herein, contained. At least four weeks notice must be given to the inspecting authority to enable him to arrange the necessary inspection.

22.2 Facilities for Test and Examination:

i) The contractor shall provide, without extra charge, all material, equipment tools, labour and assistance of every kind which the purchaser or his nominee may consider necessary for any tests and examinations, which he or his nominee shall require to be made on the contractor’s premises and shall pay all costs attendant thereon.

ii) The contractor shall also provide and deliver free of charge, at such places as the purchaser or his nominee may nominate, such materials as he or his nominee may require for test by chemical analysis or independent testing machines. The cost of any such tests will be defrayed by the purchaser unless it is stated in the specification that it is to be paid by the contractor.

iii) For all intents and purposes, satisfactory commissioning of the machine(s) will be determined by the certificate of inspection and commissioning given by the Purchaser or his nominee and that the machine commissioned by him is in full conformity with the conditions of the contract.

22.3 Notification of Result of Inspection: Unless otherwise provided in the specification or

“Schedule of Requirements”, the examination of 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.

22.4 Inspection Notes: On the stores being found acceptable by the Inspecting Officer, he

shall furnish the contractor with necessary copies of the Inspection Notes duly completed, for being attached to the Contractor’s bill in support thereof.

B-8

22.5 Certificate of Inspection and Approval for delivery:

i) No stores will be considered ready for delivery until the Purchaser or the Inspecting Officer nominated by him shall have certified in writing that they have been inspected and approved by him.

ii) It shall be the responsibility of the contractor to ensure that only such goods as have been duly inspected and approved by the Inspecting Authority are offered for arranging shipment to the Government of India Forwarding Agents and to furnish to them a certificate as under:- “Certified that the goods offered for arranging shipment have been duly inspected and approved by the prescribed authority in accordance with the terms of the contract and a copy of the Inspection Certificate issued in this regard is enclosed”.

23.0 INSPECTING OFFICER-POWERS OF REJECTION: 23.1 The Inspecting Officer shall have the power:-

i) Before any stores or part thereof are submitted for inspection, to certify that they cannot be inspected 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 specifications.

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) To mark the rejected stores with a rejection mark so that they may be easily identified if resubmitted.

23.2 The Inspecting Officer’s decision as regards the rejection shall be final and binding

on the contractor. However, any disputes arising out of it shall be settled in terms of clause-28.

24.0 CONSEQUENCES OF REJECTION: 24.1 If on the stores being rejected by the Inspecting Officer 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) Request 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 the 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 on any other account.

ii) Purchase or authorize the purchase of quantity of the stores rejected or others of a similar description (when stores exactly complying with the 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 to the supply of any further installment 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 the 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 this sub-clause, the provisions of clause 19 and 20 of the General Conditions of Contract, shall apply as far as applicable. However, any dispute arising out of it shall be settled in terms of clause 28.

B-9

24.2 Where under a contract, the price payable is fixed on F.O.B.port of export or F.O.R. dispatching station, the contractor shall, if the stores are rejected at the 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 respect. 24.3 Rejected Store: On rejection of any 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 14 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 schedule, it will be deemed to have been served on him at the time when such communication would in course of ordinary post reach the contractor. Provided that the Inspector 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 Inspector 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 and that such retention shall not in any circumstances be deemed to be the acceptance of the stores or waiver of rejection thereof.

24.4 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 Inspector may remove the rejected stores and either return the same to the contractor at his risk and cost by such mode of transport at the purchaser or the Inspector may decide, or dispose off 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 be 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, the handling and storage charges for the period during which the rejected stores are not removed/disposed off in accordance with the provisions thereof.

25.0 ACCEPTANCE OF STORES DESPATCHED AFTER THE EXPIRY OF

DELIVERY PERIOD:

25.1 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 because of the reason that adequate notice for inspection in accordance with clause-22 of General Conditions of Contract was not given by the contractor, the purchaser reserves the right to cancel the order for the balance quantity, at 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 the 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, CST/VAT, Freight Charges or on any account of any other tax or duty leviable in respect of the

B-10

stores specified in the contract, which takes place after the date of delivery period stipulated in the said Acceptance of Tender, shall be admissible on such of the said stores as the delivered after said date.

c) That notwithstanding any stipulation in the contract for increase in price on

any other ground, no such increase which takes place after the delivery date stipulated in the contract shall be admissible on such of the stores as are delivered after the said date.

d) But nevertheless the purchaser shall be entitled to the benefit of any decrease

in price on account of reduction in or remission of Customs Duty, Excise Duty, Sales Tax, CST/VAT or on account of any other ground which takes place after the expiry of the abovementioned date namely the delivery date stipulated in the contract. The contractor shall allow the said benefit in his bills or in the absence thereof shall certify that no decrease in price on account of any of these factors has taken place.

25.2 The contractor shall not dispatch the stores till such time an extension in terms of

clause 25.1 (a) to (d) of GCC 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 clause 25.1of GCC above.

25.3 In case where the entire quantity has not been tendered for inspection within the

delivery period stipulated in the contract and the purchaser choose to grant an extension of the delivery period, the same would be subject to conditions (a) to (d) mentioned in clause 25.1 of GCC above.

26.0 EXPORT LICENCE:

26.1 If required, the contractor shall apply to the appropriate Government Authority of the

exporting country for the grant of the requisite Export Licence within seven days of the receipt of the contract.

27.0 ARBITRATION: 27.1 (a) For domestic tender: In the event of any question, dispute or difference arising

under these condition or any special conditions of contract, or Instructions to Tenderers, or in connection with this contract the same shall be referred to the sole arbitration of a Gazetted Railway Officer appointed to be the Arbitrator, by any member of the Railway Board, Ministry of Railway (Railway Board), New Delhi, India, the Gazetted Railway Officer to be appointed as Arbitrator, however, will not be one of those who had an opportunity to deal with the matters to which the contract relates or who in the course of their duties as Railway servants had 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) For Foreign Tenderers : In the event of any dispute or difference arising between the parties hereto relating to any matter arising out or connected with this agreement, such dispute or difference shall be referred to the award of two Arbitrators, on Arbitrator to be nominated by the purchaser and the other to be nominated by the contractor or in the case of the said Arbitrators not agreeing then to the award of an Umpire to be appointed by the Arbitrators in writing before proceeding with the reference, and in case the Arbitrators cannot agree to the Umpire, who may be nominated by the Chief Justice of India. The award of the Arbitrators, and in the event of their not agreeing, of the Umpire appointed by them or by the Chief Justice of India, B-11

shall be final and binding on the parties. Subject as aforesaid, the Indian Arbitration and Reconciliation Act, 1996, the rules there under and any statutory modification or re-enactments thereof, shall apply to the arbitration in all cases shall be in India.

27.2 In the event of the arbitrator dying, neglecting to, 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. 27.3 It is further a term of this contract that no person other than the person appointed by

the authority as provided in clause 28.1(a) of GCC 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.

27.4 The arbitrator may from time to time, with the consent of all the parties to the

contract, enlarge, the time for making the award. 27.5 Upon every and any such reference, the assessment of the cost incidental to the

reference and award respectively shall be at the discretion of the arbitrator. 27.6 Subject as aforesaid, the Arbitration Act-1998 and the rules there under and any

statutory modification thereof, for the time being in force, shall be deemed to apply to the arbitration proceeding under this clause.

27.7 Work under the contract, if reasonably possible, may continue during the arbitration

proceedings and no payment due to or payable by the purchaser shall be with held on account of such proceedings.

27.8 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. 27.9 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.

28.0 LAWS GOVERNING THE CONTRACT: 28.1 This contract shall be governed by the laws of India for the time being in force. 28.2 Irrespective of the place of delivery, the performance or place of payment under the contract, the contract shall deemed to have been made at the place in India from where the contract has been issued. 28.3 Jurisdiction of Courts: The courts of the place from where the contract has been

issued shall alone have jurisdiction to decide any dispute arising out of or in respect of the contract.

29.0 HEADINGS: 29.1 The headings of conditions here to shall not affect the construction thereof. 30.0 SECRECY: 30.1 The contractor shall take all reasonable steps necessary to ensure that all persons

employed in any work in connection with the contract, have full knowledge of the Official Secrets Act and any regulations framed there under.

B-12

30.2 Any information obtained in the course of the execution of the contract by the contractor, his servants or agents or any person so employed, as to any matter whatsoever, which would or might be directly or indirectly, of use to any enemy of India, must be treated as secret and shall not at any time be communicated to any person.

30.3 Any breach of the aforesaid conditions shall entitle the purchaser to cancel the

contract and to purchase or authorize the purchase of the stores at the risk and cost of the contractor in accordance with the clause-20 of the General Conditions of Contract. In the event of such cancellation, the stores or parts manufactured in the execution of the contract shall be taken by the purchaser at such price as he considers fair and reasonable and the decision of the purchaser to such price shall be final and binding on the contractor.

****** B-13

SECTION –C

SPECIAL CONDITIONS OF CONTRACT

TABLE OF CONTENTS

CLAUSE. PAGE NO. 1. Definitions. C –1 2. Performance of works. C –1 3. Specifications. C –1 4. Mistakes in drawings. C –1 5. Variations. C –1 6. Obligation to carry out inspector’s instructions. C –2 7. Responsibility of completeness. C –2 8. Shipment of stores beyond the stipulated delivery period for FOB contract. C –3 9. Warranty. C- 3 10. Delivery Schedule. C –4 11. Commissioning of machines C –4

C

SPECIAL CONDITIONS OF CONTRACT

The following special conditions shall apply to contracts for the supply of plant and machinery and manufactured equipment. But where they differ from the General Conditions, the Special Conditions shall over-ride the General Conditions. 1.0 DEFINITIONS: 1.1 a) The term “Work” means all the work specified or set forth and required in

and by the said specifications, drawings and “Schedule of Requirements”, hereto annexed or to be implied there from or incidental thereto or to be hereafter specified or required in such explanatory instructions and drawings (being in conformity with the said original specification(s), drawing(s), and “Schedule of Requirements” and also in such additional instructions and drawings not being in conformity as aforesaid, shall from time to time, during the progress of the work hereby contracted for as are supplied by the purchaser).

b) The term “Test” shall mean such test or tests are prescribed by the

specification(s) to be made by the Purchaser, or his nominee, during inspection and at the time of commissioning after erection at site, before the machine is taken over by the Purchaser.

2.0 PERFORMANCE OF WORK:

2.1 The work shall be performed at the place or places specified in the tender or at such other place or places as may be approved by the Purchaser.

3.0 SPECIFICATIONS: 3.1 If the contractor shall have any doubt as to the meaning of any portion of the

conditions of the specifications, drawings or plans, he shall (before submitting the tender) set forth the particulars thereof and submit them to the Purchaser in writing, in order that any such doubt may be removed.

4.0 MISTAKES IN DRAWINGS: 4.1 The contractor shall be responsible for and shall pay for any alterations of the works

due to any discrepancies, errors or omissions in the drawings or other particulars, whether they have been approved by the Purchaser or not, provided that such discrepancies, errors or omissions are not due to inaccurate information or particulars furnished to the contractor on behalf of the Purchaser. If any dimensions figured upon a drawing or plan differ from those obtained by the scaling the drawing or plan the dimensions as figured upon the drawing or plan shall be taken as correct.

5.0 VARIATIONS: 5.1 No Alterations, amendments, omissions, additions, suspensions, or variations of the

work (hereinafter referred to as “Variations”) under the contract as shown by the drawing or the specifications shall be made by the Contractor except as directed in writing by the Inspector, but the Inspector shall have full power, subject to the proviso hereinafter contained from time to time, during the execution of the contract, by notice in writing to instruct the contractor to make such variation without prejudice to the contract, and the contractor shall carryout such variations and be bound by the same conditions, so far as applicable, as though the said variation occurred in the specifications. If any suggested variation would, in the opinion of the

C-1

contractor, if carried out, prevent him from fulfilling any of his obligations or guarantees under the contract, he shall notify the Inspector thereof in writing and the Inspector shall decide forthwith, whether or not they shall be carried out. If the Inspector confirms his instructions, the Contractor’s obligations and guarantees shall be modified to such an extent as may, in the opinion of the Inspector, be justified. The difference of cost, if any, occasioned by the such variations shall be added to or deducted from the contract price as the case may require. The amount of such difference, if any, shall be ascertained as determined in accordance with the rates specified in the schedule of prices, so far as the same may be applicable and where the rates are not contained in the said schedules or not applicable, they shall be settled by the Purchaser and Contractor jointly. But the Purchaser shall not become liable for the payment of any such variations, unless the instructions for the variation have been given in writing by the Inspector.

5.2 In the event of the Inspector requiring any variations, such reasonable and proper

notice shall be given to the Contractor, as will enable him to make his arrangements accordingly, and in cases where goods or materials are already prepared, or any designs, drawings, or patterns made or work done is required to be altered, a reasonable sum in respect thereof shall be allowed by the Purchaser, provided that no such variations shall, except with the consent in writing of the Contractor, be such as will involve an increase or decrease in the total price payable, under the contract by more than 10 percent thereof.

5.3 In any case, in which the Contractor has received instructions from the Inspector for

carrying out the work which either then or later, will in the opinion of the contractor, involve a claim for additional payment, the Contractor shall, as soon as reasonable possible, after receipt of the instruction aforesaid, advise the Inspector to that effect.

6.0 OBLIGATION TO CARRY OUT INSPECTOR’S INSTRUCTIONS: 6.1 The Contractor shall also satisfy the Inspector that adequate provision has been made:-

i) to carry out his instructions fully and with promptitude. ii) to ensure that parts required to be inspected before use are not used

before inspections; and iii) to prevent rejected parts being used in error. Where, parts rejected by

the Inspector have been rectified or altered, such parts shall be segregated for separate inspection and approval before being used in the work.

7.0 RESPONSIBILITY FOR COMPLETENESS: 7.1 Any fittings or accessories which may not be specifically mentioned in the

specifications but which are usual or necessary, are to be provided by the Contractor without extra charges, and the equipment must be complete in all details.

7.2 In all cases where the contract provides for tests on site, the Purchaser, except where otherwise specified, shall provide, free of charge, such labour, materials, fuels, stores, apparatus and instruments as may be requisite from time to time and as may reasonable be demanded; efficiently to carry out such tests of the plants, materials or workmanship etc. in accordance with the contract. 7.3 In the case of contracts requiring electricity for the completion of the works and for

test on site, such electricity, when available, shall be supplied free to the Contractor at the voltage of the ordinary supply. Unless otherwise specified, the Purchaser will supply free of charge to the Contractor:-

a) Unskilled labour:

C-2

b) Consumable stores including fuel and lubricating oils required during commissioning and testing of the machine at site/premises of the purchaser.

c) the Contractor shall provide:-

i) Skilled labour and ii) Tools and any other equipment which may be necessary.

8.0 SHIPMENT OF STORES BEYOND THE STIPULATED DELIVERY PERIOD FOR FOB CONTRACT:

8.1 In the event of the contractor failing to ship and stores duly inspected and passed

within the stipulated delivery, the Purchaser is entitled to cancel the contract in respect of the same at the risk and cost of the contractor or invoke the clauses providing other remedies such as liquidated damages as provided in the contract. However, if he so chooses, the Purchaser may grant an extension of the delivery period subject to:

a) The Purchaser recovering from the contractor liquidated damages as

stipulated in the conditions of contract for the stores, which the contractor has failed to ship within the period fixed for delivery after the inspection and a passing of the stores.

b) The Purchaser retaining the right to recover any extra expenditure which might have been incurred by the Purchaser on account of the increase in Custom Duty and Freight Charges directly relatable to the delay in shipping of the stores.

c) Any additional expenditure incurred by the Purchaser on Custom Duty, Freight Charges and also extra cost which may arise on account of variation in exchange rate during the extended delivery schedule shall be borne by the Contractor.

8.2 The contractor shall not dispatch the stores till such time an extension in terms of the

above is granted by the Purchaser. If the stores are dispatched by the contractor before an extension letter as aforesaid is issued by the Purchaser, the supply of the stores shall be deemed to be subject to conditions set above.

9.0 WARRANTY :

9.1 The contractor shall warrant that everything to be furnished hereunder shall be free

from defects and faults in design, material, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards for goods of the type ordered and in full conformity with the contract specifications and samples if any, and shall if operatable, operate properly.

9.2 This warranty shall survive inspection of payment for and acceptance of the goods, but shall expire 24 (twenty four) months after the delivery at ultimate destination in India or 18 (eighteen) months from the date of commissioning and proving test of equipment at ultimate destination in India, whichever shall be earlier, except in respect of complaints, defects and/or claims notified to the contractor within 3 (three) months of expiry of such date. Any approval of acceptance by Purchaser of the stores or of the material incorporated herein shall not in any way limit the contractor’s liability.

9.3 The contractor’s liability in respect of any complainants defects and/or claims shall be limited to the furnishing and installation of replacement parts free of any charge or the repair of defective parts only to the extent that such replacement or repairs are attributable to or arise from faulty workmanship or material or design in the

C-3

manufacture of the stores, provided that the defects are brought to the notice of contractor within 3 (three) months of their being first discovered during the guarantee period or 3 (three) months from the date of expiry of warranty period or at the opinion of the Purchaser, to the payment of the value, expenditure and damages as herewith mentioned.

9.4 The contractor shall, if required, replace or repair the goods or such portion thereof as is rejected by the Purchaser free of cost at the ultimate destination or at the option of the Purchaser, the contractor shall pay to the Purchaser value thereof at the contract price or in the absence of such price at price decided by the Purchaser and such other expenditure and damages as may arise by reason of the breach of the conditions herein specified.

9.5 All replacement and repairs that Purchaser shall call upon the contractor to deliver or perform under this warranty shall be delivered and performed by the contractor within 2 (two) months, promptly and satisfactorily.

9.6 Prompt clearance of the warranty replacement on arrival at Port/Airport shall be the responsibility of the contractor or his representatives after payment of Custom and other duties as applicable.

9.7 If the contractor so desires, the replaced parts can be taken over by him or his representative in India for disposal as he deems fit at the time of replacement of goods/parts. No claim whatsoever shall lie on the Purchaser for the replaced parts thereafter.

9.8 The warranty herein contained shall not apply to any material which shall have been repaired or altered by the Purchaser, or on his behalf in any way without the consent of the contractor, so as to effect the strength, performance or reliability or to any defects to any part due to misuse, negligence or accident.

9.9 The decision of the Purchaser in regard to contractor’s liability and the amount, if any, payable under this warranty shall be final and conclusive subject to the right of either party to seek arbitration as provided for under clause-28 of General Conditions of Contract.

10.0 DELIVERY SCHEDULE : 10.1 The contractor shall supply stores in accordance with the delivery schedule indicated

in the Schedule of Requirements annexed. Tenderers offering deliveries beyond the cut of period are liable to be considered unresponsive. Cut off period shall be 6 (six) months after the last date of delivery of all the machines as prescribed in the schedule of requirements. For those who offer deliveries beyond the indicated delivery schedule a penalty worked out at 2% of the Bid Price per month for the delayed period may be added to their price for the purpose of comparison of their bids, part of a month being taken as one month.

10.2 In case of failure on the part of supplier to arrange supplies as per the delivery schedule/installments fixed in advance, save force majeure conditions or delays attributable to purchaser, the Purchaser reserves the right to levy Liquidated Damages which shall be levied for delayed quantity which have remained unsupplied for the period. 11.0 COMMISSIONING OF MACHINE:

Tenderer w ill arrange to commission the machine within 90 days of its arrival at the ultimate consignee premises and will also arrange for tests to be conducted according to the contract as required by the purchaser or his nominee.

******

C-4

SECTION - D

ANNEXURES

TABLE OF CONTENTS

Annexure Page No. 1. Offer Form for imported Offers D – 1

2. Offer Form for Indigenous Offers D – 3

3. Proforma for Performance Statement D – 6

4. Proforma for information regarding Equipment and D – 7 Quality Control

5. Proforma for Bank Guarantee for Bid Guarantee D –8

6. Proforma for Authority from Manufacturers D – 10

7. Proforma for Statement of Deviations D – 11

8. Proforma for Contract Performance Guarantee Bond D – 12

9. Details of shipping arrangements D – 14

10. Proforma for indicating particulars of cargo D – 18

D

Annexure – 1 (Please see clause 1.2 & 7.5 of Instructions to Tenderers)

GOVERNMENT OF INDIA MINISTRY OF RAILWAYS

(RAILWAY BOARD) To THE PRESIDENT OF INDIA, Acting through the Director, Track (MC) Ministry of Railways, Railway Board New Delhi-110 001 This proforma is to be used only for offers of imported goods. OFFER FORM for Tender No.-------------------- Date of opening ---------------- Time-------------------Hours 1. We ------------ hereby certify that we are established firm of manufacturers and authorized agents of

M/s. --------------with factories at ----------which are fitted of with modern equipment and where the production methods, quality control and testing of all materials and parts manufactured or used by us are open to inspection by the representative of Indian Railways. We hereby offer to supply the following items at the prices and within the period of delivery indicated below:-

Item no.

Description

Specification

Unit Qty.

Price per unit exclusive of Agency Commission (in the currency/currencies of Manufacturers country/countries or US $

Agency Commission per Unit (in the currency/currencies of Manufacturers country/countries or US $

Total CIF value of offer per unit (inclusive of Agency Commission in the currency/currencies of Manufacturers country/countries or US $)

Terms of payment

Delivery period

Gross weight and dimension of packages per unit as per cl.14.3 of ITT.

1 2 3 4 5 6 7 8 9 10 11 FOB Port

of country of supply. 6 (a)

C&F Indian Port. 6 (b)

CIF Indian Port. 6 (c)

Port handling Inland freight & incidentals. 6 (d)

6 (C) + 7

D –1

2. Cost of training of four Indian Railways Personnel for two weeks in the country of the supplier applicable to full contract (Ref. clause 19 of Instructions to Tenderers).

3. We are agreeable to payment of agency commission to our Agents in India in non-convertible Indian Rupees. The relevant information is given

below: (To be filled in by the tenderer)

b) The name and address of the Agent.. c) Service to be rendered by the Agent. ………………………………… d) Amount of remuneration for the Agent. …………………………….

4. It is hereby certify that we have understood the Instructions to Tenderers, and also the General and Special Conditions of Contract attached to the

tender and have thoroughly examined specifications drawings quoted in the ‘Schedule of Requirement’ and are thoroughly aware of the nature of stores required and our offer is to supply store strictly in accordance with the requirements and according to the terms of the tender. We agree to abide solely by the General and Special Conditions of Contract and other conditions of the tender in accordance with the tender documents if the contract is awarded to us.

5. We hereby offer to supply the stores detailed above or such portion thereof, as you may specify in the acceptance of tender at the price quoted and

agree to hold this offer open for 180 days from the date of opening of tender. We shall be bound by the communication of acceptance dispatched within the prescribed time.

6. Earnest Money/Bid Guarantee for an amount equal to. ---------- is enclosed in the form specified in Clause – 6 of the ‘Instructions to Tenderers’. Note:

i) The tenderers may prepare their own offer forms as per the proforma. ii) No change in the proforma is permissible. iii) No erasures or alterations in the text of the offer are permitted. Any correction made in the offer shall be initialed by the tenderers. iv) Please refer to Clause 3 of ‘Instructions to Tenderers’ before filling column.7. v) Figures in columns 6 to 9 (both inclusive) should be both in figures and work.

Signature and seal of Manufacturer/Tenderer. D –2

ANNEXURE - 2 (Please see clauses 1.2 and 7.5 of ‘Instructions to Tenderers)

GOVERNMENT OF INDIA MINISTRY OF RAILWAYS

(RAILWAY BOARD)

THE PRESIDENT OF INDIA, Acting through Director, Track (MC) MINISTRY OF RAILWAYS, RAILWAY BOARD NEW DELHI-110 001 This Proforma is to be used for offers of Partly imported partly indigenous and fully indigenous goods. OFFER FORM for Tender No. ---------------------- Date of opening ------------- Time ---------- ------ Hours 1. We, ---------------- hereby certify that we are established firm of manufacturers and authorized agents of M/s. --------------with factories at ---------

which are fitted with modern equipment and where the production methods, quality control and testing of all materials and parts manufactured or used by us are open to inspection by the representative of Indian Railways. We hereby offer to supply the following items at the prices and within the period of delivery indicated below: -

Item No. Description Specification Unit Qty. Price per Unit FOR station of

dispatch (in Indian Rs.) Total value of Offer

(in Indian Rs.) Terms of Payment

Delivery Period

1 2 3 4 5 6 7 8 9 Break up of Price in “Column – 6” (In Indian Rupees)

D –3

Ex-Factory Price Total (In Indian Rs.)

Excise Duty Other Levies Sales Tax//CST/ VAT/INPUT TAX

CREDIT

Packing and forwarding in detail

F.O.R. Station of dispatch Price

Total (In Indian Rs.)

10 (a) 10 (b) 10 (C) 10 (d) 10 (e) 10 (f) 10 (g)

Break up of Ex-Factory Price in “Column – 10 (a)” (In Indian Rupees) 12

Value of imported Equipment/Components

Duties on11 (b) Other Levies

Incidentals Value added Components

in India

Total Ex-factory Price

Country of origin from where components are

imported

Gross weight and dimension of

package per unit as per cl. 14.3 of

ITT 11 (a) 11(b) 11 (c) 11 (d) 11(e) 11(f) 11 (g) 11 (h) FOB

foreign currency

equivalent (Rs.)

CIF foreign currency

equivalent (Rs.)

2. Cost of training of four Indian Railway Personnel for one month in India applicable to full contract….. ….. (Ref. clause 19 of Instructions to Tenderers). 3. It is hereby certified that we have understood the Instructions to Tenderers, and also the General and Special Conditions of Contract attached to the tender and have thoroughly examined specifications/drawings quoted in the ‘Schedule of Requirements’ and are thoroughly aware of the nature of stores required and our offer is to supply stores strictly in accordance with the requirements and according to the terms of tender. We agree to abide by the General and Special Conditions of Contract and other conditions of the tender in accordance with the tender documents if the contract is awarded to us.

4. We hereby offer to supply the stores detailed above or such portion thereof, as you may specify in the acceptance of tender at the price quoted and agree to hold this offer open for acceptance for a period of 180 days from the date of opening of tender. We shall be bound by the communication of acceptance dispatched within the prescribed time.

5. Earnest Money/Bid Guarantee for an amount equal to. -------- is enclosed in the form specified in Clause – 6 of the ‘Instructions to Tenderer.

` Dated ……… 2009

Signature and seal of Manufacturer/Tenderer

Note: i) The tenderers may prepare their own offer forms as per this proforma. ii) No change in the proforma is permissible iii) The tenderers should indicate whether they possess the industrial license from Government of India for manufacturing and marketing the

items offered. If where collaboration with a foreign firm for manufacturing of the items offered is involved the details of the same should be indicated.

iv) No erasures or alterations in the text of the offer are permitted. Any correction made in the offer shall be initialed by the tenderer. v) The detailed break up of ex-factory price should be indicated here and if so required by the purchaser the tenderer shall produce satisfactory

proof in regard to the reasonableness of the same. vi) The foreign exchange needed for the import of the components and import licence where necessary, should be arranged by the supplier. The

purchaser will, however, render assistance required in this regard Clause – 15 of the ‘Instructions to Tenderers’. vii) Figures in columns 6,7 10 and 11 should be both in figures and words. viii) Tenderers offering indigenous goods (Group A & B offers) may also take into account in their bids any benefits available for supplies against

IDA/BRD Credit through International Competitive Bidding, regarding deemed export after ascertaining from the appropriate Government Agency/Agencies.

(ix) The purchaser reserve the right to accept or reject deviations from General and Special Conditions of Contract and the additional price for complying with the conditions of contract in each case and his decision thereon shall be final.

D - 5

ANNEXURE – 3

(Please see clause 4.2 (a) of Instructions to Tenderers)

PROFORMA FOR PERFORMANCE STATEMENT (For a period of last 5 years)

Tender No.----------------------------Date of opening--------------------Time---------------------Hours----------- Name of the Firm ---------------------------------------------- Sr. No.

Order placed by (Full Address)

Order No. & Date

Description & quantity of stores ordered

Value of order

Date of completion delivery As per actual contract

Remarks indicating reasons for late delivery, if any.

Has the equipment been satisfactorily commissioned and is it giving trouble free service.

Signature and seal of the Manufacturer/Tenderer.

D - 6

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Annexure – 4 (Please see clause 4.2(b) of the Instructions of Tenderers.)

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL

Tender No. ------------------ Date of opening ------------------ Time ------------ Hours --------- Name of the firm ------------------------------------------------------ Note: - All details required only for the items tendered. 1. Name and full address of the firm. 2. Telephone & Telex No. Office/Factory/Works. 3. Telegraphic address. 4. Location of the manufacturing factory. 5. Details of Industrial License, wherever required as per statutory regulations. 6. Details of Plant & Machinery erected and functioning in each Deptt. (Monographs & description

pamphlets be supplied, if available. 7. Details of the progress of manufacture in the factory in brief. 8. Detail & stocks of raw material held. 9. Production capacity of items quoted for, with the existing plant & machinery.

Normal. Maximum.

10. Details of arrangement for quality control of products such as laboratory, testing equipment etc. 11. Details of staff.:

Details of technical supervisory staff-in charge of production & quality control Skilled labour employed Unskilled labour employed

Maximum No. of workers (skilled & unskilled) employed on any day during the 18 months preceding the date of application.

12. Whether stores are tested to any standard specification, if so, copies of original test certificates should be submitted in triplicate.

13. Are you registered with the Directorate General of Supplies & Disposals, New Delhi, India. If so, furnish full particulars of registration, period of currency etc.

14. Are you a Small Scale Unit, registered with the National Small Industries/Corporation Ltd., New Delhi, India. If so, furnish full particulars of registration, currency period etc.

Signature and seal of the Manufacturer/Tenderer

D – 7

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

ANNEXURE - -5

(Please see clause 6.1 (b) of ‘Instructions of Tenderers’)

Ref.: ___________________________ Date:____________________ Bank Guarantee No.:_________ __________________________ PROFORMA FOR BANK GUARANTEE FOR BID GUARANTEE (ON BANK’S LETTER-HEAD WITH ADHESIVE STAMP) . To THE PRESIDENT OF INDIA acting through the Director, Track (MC) Ministry of Railways, Railway Board NEW DELHI-110 001 Dear Sir, In accordance with your invitation to Tender No.________ for supply of ______________ M/s _______________________ hereinafter called the tenderer with their Directors on their Board of Directors/Partners of firm:-

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 tenderer as a condition 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 the Director, Track (MC), Ministry of Railways, Railway Board, New Delhi-110 001, INDIA, in writing the amount of _____________ in words & figures to the said, Director, Track (MC), Ministry of Railways, Railway Board, New Delhi-110 001, INDIA, and without any reservation and recourse, if:

D –8

i) 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

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

ii) the tenderer withdraws the said bid within 180 days after opening of bid: or

iii) the tenderer having contract fail to give the bonds so aforesaid within the period provided in the

contract.

This guarantee will be irrevocable and remain valid upto 4.30 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 :_________________

___________________ (Bank’s Common Seal)

D -9

ANNEXURE – 6

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

(Please see clause 7.7 of ‘Instructions to Tenderers’)

PROFORMA FOR AUTHORITY FROM MANUFACTURERS No. _________ Date ______________ To THE PRESIDENT OF INDIA Acting through the Director, Track (MC) Ministry of Railways, (Railway Board) NEW DELHI-110 001 Dear Sir, Sub.: Director, Track (MC), Ministry of Railways Tender No.:___________ We __________________ an established and reputable manufacturers of _____________ having factories and ________________ do hereby authorize M/s _______________ (name and address of Agent) to represent us, to bid, negotiate and conclude the contract on our behalf with you against Tender No._____________. No company/firm or individual other than M/s _______________ are authorized to represent us in regard to this business against this specific tender.

Yours faithfully,

(Name) for & on behalf of M/s _________

(Name of Manufacturer) Note: This letter of authority should be on the letter-head of the manufacturing concern and should be signed by a person competent and having the power of attorney of bind the manufacturer.

D-10

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

ANNEXURE – 7

(Please see clause 2.3, 2.3 and 7.6 of Instructions to Tenderers)

PROFORMA FOR STATEMENT OF DEVIATIONS 1) The following are the particulars of deviations from the requirements of the tender specifications:- CLAUSE DEVIATION REMARKS (Including-justifications) 2) The following are the particulars of deviations from the requirements of the Instructions to

Tenderers, General and Special Conditions of Contract:-

CLAUSE DEVIATION REMARKS (Including-justifications) Signature and seal of the Manufacturer/Tenderer Note:-

Where there is no deviation the statement should be returned duly signed with an endorsement indication “No Deviations”.

D – 11

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

ANNEXURE - 8

(please see clause 22 of General Conditions of Contract)

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE BOND

Ref.: _________________ Date :_______ Bank Guarantee No. To

THE PRESIDENT OF INDIA Acting through the Director, Track (MC) Ministry of Railways, (Railway Board), New Delhi-110 001, INDIA 1. Against contract vide advance Acceptance of the Tender No. __________ dated __________

covering supply of _____________ (hereinafter called the said ‘contract’) entered into between the President of India and ____________ (hereinafter called the Contractor), this is to certify that at the request of the Contractor we, ___________________ Bank Ltd., are holding in trust in favour of the President of India, the amount of _________________ (write the sum herein words) to indemnify and keep indemnified the President of India (Govt. of India) against any loss or damage that may be caused to or suffered by the President of India (Govt. of India) by reason of any breach by the Contractor of any of the terms and conditions of the said contract and/or the performance thereof. We agree that the decision of the President of India (Govt. of India), whether any breach of any of the terms of the conditions of the said contract and/or in the performance thereof has been committed by the Contractor and the amount of loss or damage that has been caused or suffered by the President of India (Govt. of India) shall be final and binding on us and the amount of the said loss or damage shall be paid by us forthwith on demand and without demur to the President of India (Govt. of India).

2. We __________________ Bank Ltd., further agree that the

guarantee herein contained 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 the Contractor, i.e., till ______________ (viz. till satisfactory commissioning of the machine at consigns works and three months after the date of expiry of the warranty period as per clause –9 of the Special Condition of Contract) hereinafter called the ‘said date’ and that if any claim accrues or arises against us ________ Bank Ltd., by virtue of this guarantee before the said date, the same shall be enforceable against us ( ______ Bank Ltd.), notwithstanding the fact that the same is enforced within six months after the said date, provided that notice of any such claim has been given to us, _______ Bank Ltd., by the President of

D – 12

India (Govt. of India) before said date Payment under this letter of guarantee shall be made promptly upon our receipt of notice to that effect from the President of India (Govt. of India).

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

3. It is fully understood that this guarantee is effective from the date of the said contract and that we

_________ Bank Ltd., undertake not to revoke this guarantee during its currency without the consent in writing of the President of India (Govt. of India).

4. We undertake to pay to the Government any money so demanded notwithstanding any dispute or

disputes raised by the Contractor in any suit or proceeding pending before any court or Tribunal relating thereto our liability under this present being obsolete and unequivocal.

The payments so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the Contractor shall have no claim against us for making such payment.

5. We, _________ Bank Ltd., further agree that the President of India (Govt. of India) shall have the

fullest liberty, without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said contract or to extend time or from time to time any of the powers excisable by the President of India (Govt. of India) against the said Contractor and to forbear or enforce any of the terms and conditions relating to the said contract and we, _________ Bank Ltd.,) shall not be released from our liability under this guarantee by reason of any such variation or extension being granted to the said Contractor or for any forbearance and/or commission 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 thing what-so-ever, which under the law relating to sureties, would, but for this provision have the effect of so releasing us from our liability under this guarantee.

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

Contractor. Date :_________ Signature :____________ Place :__________ Printed Name :___________ Witness :___________ Designation __________

(Bank’sCommon Seal)

D -13

Annexure – 9

(Please see clause 15.1 of

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Instructions to Tenderers)

DETAILS OF SHIPPING ARRANGEMENTS FOR LINER CARGOES IN RESP[ECT OF C&F/CIF TRUNKEY/FOR CONTRACTS FOR IMPORTS. 1. (a) SHIPMENT FROM PORTS OF U.K. INCLUDING NORTHERN IRELAND (ALSO

EIRE), FROM THE NORTH CONTINENT OF EUROPE (GERMANY, HOLLAND, BELGIUM, FRANCE, NORWAY, SWEDEN, DENMARK, FINLANDAND PORTS ON THE CONTINENTAL SEABOARD OF MEDITERRANIAN ( i.e. FRENCH AND WESTERN ITALIAN PORTS), TO PORTS IN INDIA.

The Seller should arrange shipment of the goods by vessels belonging to the member Lines of the India-Pakistan-Bangladesh Conference, if the Seller finds that the space on the ‘Conference Lines’ vessels is not available for any specific shipment, he should take up with India-Pakistan-Bangladesh Conference. Conferity House, East Grin stead , Sussex (U.K), for providing shipping space and also inform the Shipping Co-ordination Officer, Ministry of Shipping, Road Transport and Highways (Deptt. of Shipping) New Delhi, (Cable: TRANSCHART, NEW DELHI, TELEX: VAHAN IN –031-61157, 61158, 61159). The Sellers should arrange shipment through the Government of India`s Forwarding Agents, M/s. Schenker & Co., 2000-Hamburg (Cable: SCHENKER CO. HAMBURG) OR obtain a certificate from them to the effect that shipment has been arranged in accordance with Instructions of the Ministry of Shipping, Road Transport & Highways (Deptt. of Shipping), New Delhi.

(b) SHMENT FROM (RESTOCK) G.D.R. Goods under this contract would be shipped by the national shipping companies of the Contracting

Parties operating bilateral shipping service and vessels under the flag of third countries in accordance with the Agreement between Government of German Democratic Republic and the Government of the Republic of India in the Field of Merchant shipping signed on 9.1.1979, as amended up-to-date.

(c) SHIPMENT FROM ADRIATIC PORTS OF EASTERN ITALY AND YUGOLAVIA.

The Seller should arrange shipment of the goods by vessels belonging to the following Indians member lines;

1. The Shipping Corporation of India Ltd. 2. The Scandia Steam Navigation Co., Ltd. 3. India Steamship Co., Ltd.

D –1 4

For the purpose of ascertaining the availability of suitable Indian vessels and granting dispensation in the event of their non-availability, the Seller should give adequate notice about the readiness of each consignment from time to time at least six weeks advance of the required position to M/s. Schenker & Co. 2000 HAMBURG (Cable: SCHENKER CO. HUMBURG) and also endorse a copy thereof to the Shipping

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Co-ordination officer, Ministry of Shipping, Road Transport & Highways (Deptt. of Shipping) Road Transport & Highways (Deptt. of Shipping), New Delhi (Cable: TRANSCHART, NEW DELHI; Telex : VANAN IN-031-61157, 61158,61159). The Seller should arrange shipment through the Government of India`s Forwarding Agents M/s. Schenker & Co. Hamburg (Cable: SCHENKER CO. HUMBURG) or obtain certificate from them to the effect that shipment has been arranged in accordance with the Instructions of the Ministry of Shipping Road Transport & Highways (Deptt. of Shipping), New Delhi.

(d) SHIPMENT FROM POLAND & CZECHOSLOVAKIA. (i) IMPORTS FROM POLAND. Shipment under this contract would be made by the National flag lines of the two parties and vessels of third flag conference lines, in accordance with the agreement between the

Government of the Republic of India and the Government of the Polish People`s Republic regarding Shipping Co-operation dated 27.6.1960 as amended up-to-date.

(ii) IMPORTS FROM CZECHOSLOVAKIA.

Goods under this contract would be shipped by the National flag lines of the two parties and vessels of third flag conference lines, in accordance with the agreement co-operation in shipping

between India and Czechoslovakia signed on 3.11.1978 and ratified on 19.12.1979, as amended up-to-date. Shipping arrangements should be made by the Sellers in consultation with the resident,

Representative of the India Shipping Lines in Gdynia, Co., Morska Agencja W.Gdyniul, Pulaski ego 8,P.O. Box 246 ; Gdynia (Poland) Telex : MAG PL.054301, Tel. : 207621), to whom details regarding contract number, nature of cargo, quantity, port of loading discharging, name of Government consignee, expected date of readiness of each consignment etc. should be furnish at least six weeks in advance of the required position, with a copy thereof endorsed to the Shipping Co-ordination Officer, Ministry of Shipping Road Transport & Highways (Deptt. of Shipping), New Delhi (Cable: TRANSCHART, NEW DELHI; Telex : VANAN IN-031-61157, 61158,61159).

(e) SHIPMENT FROM U.S.S.R.

Shipment under this contract should be made in accordance with the agreement between the

Government of Republic of India and the Government of the USSU on Merchant Shipping 1976, as amended up-to-date, by vessels of Indo-Soviet Shipping Service.

(f) SHIPMENT FROM JAPAN.

The shipment of goods should may be made by India vessels to the maximum extent possible subject

to minimum of 50%.

D –15

The Seller should arrange shipment of the goods in consultation with the Embassy of

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

India in Japan, Tokyo, to whom details regarding contract number, nature of cargo, quantity, port of loading/discharge, name of the Government Consignee, expected date of readiness of each consignment etc. should be furnished at least six weeks in advance of the required position.

Note:- The copies of such contracts are to be endorsed both to the Attaché (commercial) embassy of India in Japan, Tokyo, and the shipping Co-ordination Officer, Ministry of Shipping Road Transport & Highways (Deptt. of Shipping) , New Delhi. (g) SHIPMENT FROM ASUTRALLIA, ALGERIA, BULGARIA, ROMANIA, EGYPT.

The Seller shall arrange shipment of the goods by Indian flag vessels to the maximum extent

possible subject to a minimum 50% for the purpose of ascertaining the availability of suitable Indian vessels, the seller shall give adequate notice of not less than six weeks about the readiness of each consignment to the Shipping Corporation of India Ltd. SHIPPING HOUSE, 245, Madame Cama Road, Mumbai –400v021 (CABLE : SHIPINDIA MUMBAI) and also endorse a copy thereof to the Shipping Co-ordination Officer, Ministry of Shipping, New Delhi ((Cable: TRANSCHART, NEW DELHI; Telex : VANAN IN-031-61157, 61158,61159).

(h) SHIPMENT FROM PAKISTAN.

The shipment of cargoes should be made by Indian vessels to the maximum extent possible subject

to a minimum of 50%. Shipping arrangement should be made by the Sellers in consultation with M/S. Mogul Line Ltd., 16-

Bank Street, Fort, Mumbai – 400 023 ( Cable : MOGUL MUMBAI ; TELEX : 011-4049 MOGUL), to whom, details regarding contract number, nature of cargo, quantity, port of loading/ discharging, name of Government consignee, expected date of readiness of each consignment etc., should be furnished at least six weeks in advance of the required position with a copy thereof endorsed to the shipping Co-ordination Officer, Ministry of Shipping Road Transport & Highways (Deptt. of Shipping), New Delhi ((Cable: TRANSCHART, NEW DELHI; Telex : VANAN IN-031-61157, 61158,61159).

(i) SHIPMENT FROM U.S. ATLANTIC & GULF PORTS.

The Seller should arrange shipment of the goods by vessels belonging to the member lines of the

India-Pakistan-Bangladesh-Ceylon and Burma outward Freight Conference. If the Seller finds that the space of the ‘ Conference Lines’ vessels in not available for any specific shipment, he should take up with India-Pakistan-Bangladesh-Ceylon and Burma outward Freight Conference, 19 Rector Street, New York N.Y. 10006 U.S.A. for providing shipping space and also inform the Shipping Co-ordination Officer, Ministry of Shipping Road Transport & Highways (Deptt. of Shipping), New Delhi ((Cable: TRANSCHART, NEW DELHI; Telex : VANAN IN-031-61157, 61158,61159).

(j) SHIPMENT FROM ST.LAWRENCE AND EASTERN CANADIAN PORTS. The Seller should arrange shipment of the goods by vessels belonging to the following shipping

lines: (1) The Shipping Corporation of India Ltd. (2) The Scindia Steam Navigation Co. Ltd.

D –16

If the Seller finds that the space in the vessels of these Lines is not available for any particular consignments, he should inform the Shipping Co-ordination Officer, Ministry of Shipping Road Transport & Highways (Deptt. of Shipping), New Delhi ((Cable: TRANSCHART, NEW

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

DELHI; Telex : VANAN IN-031-61157, 61158,61159) immediately so the dispensation from the shipping lines concerned to use alternative lifting may be sought.

(k) SHIPMENTS FROM WEST COAST PORTS OF U.S.A. CANADA AND OTHER AREAS NOT SPECIFICALLY MENTIONED ABOVE.

The Seller should arrange shipment of the goods by Indian vessels to the maximum extent

possible subject to a minimum of 50%. For the purpose of ascertaining the availability of suitable Indian vessels and granting dispensation in the event of their non-availability, the Seller should furnish the details regarding contract number, nature of cargo, quantity, port of loading/discharge, name of the Government consignee and expected date of readiness of each consignment, etc. to the Shipping Co-ordination Officer, Ministry of Shipping Road Transport & Highways (Deptt. of Shipping), New Delhi ((Cable: TRANSCHART, NEW DELHI; Telex : VANAN IN-031-61157, 61158,61159) at least six weeks in advance of the required position.

2. BILLS OF LADING. (i) CIF/C&F/TURNKEY SHIPMENTS. The bills of lading should be drawn to indicate Shipper, and ‘Consignee’ as under: SHIPPER : The CIF/C&F/TURNKEY SHIPMENTS.

CONSIGNEE : As per consignee`s particulars in the contract ( The name and address of the ‘Port Consignee’ and ‘Ultimate’ both should be indicated)

(ii) FOB SHIPMENTS.

The bills of lading should be drawn to indicate Shipper, and ‘Consignee’ as under: SHIPPER : The FOB suppliers concerned. CONSIGNEE : Suppliers Indian Agents on order.

Note 1. Moreover the name of the ‘Purchaser’ and ‘Ultimate’ Consignee, should appear in the body of

the Bills of Lading as per the ‘Notify’ or as remark. 2. Two n0n-negotiable copies of the Bills of Lading indicating the freight amount and discount, if

any allowed, should be forwarded to the Shipping Co-ordination Officer, Ministry of Shipping Road Transport & Highways (Deptt. of Shipping), New Delhi after the shipment of each consignment is effected.

3. The Seller should avoid the use of over-aged vessels for the Shipment of the goods under the

contract and if so used, the cost of additional Insurance, if any, shall be borne by the Seller.

D –17

Annexure –10 (Please see clause 13.1 of Instruction to Tenderers.)

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

DETAILS OF SHIPPING ARRANGEMENTS OF LINER CARGOES IN RESPECT ON FOB/FOS CONTRACTS FOR IMPORTS.

1. Shipping arrangements will be made by the Ministry of Shipping, Road Transport & Highways (Deptt. of Shipping), New Delhi ((Cable: TRANSCHART, NEW DELHI; Telex : VANAN IN-031-61157, 61158,61159), through their respective forwarding Agents/Nominees as mentioned below, to whom adequate notice about the readiness of cargo for shipment should be given by the Sellers from time to time at least six weeks in advance of the required for finalizing the shipping arrangements.

S.No. Area Forwarding Agents/Nominees

(a) UK including Northern Ireland (also Eire), the North Continent of Europe(Germany, Holland, Belgium, France, Norway, Sweden, Finland and Denmark) and ports on the Continental Sea Board of the Mediterranean (i.e. French and Western Italian Ports) and also Adriatic Ports.

M/s. Schenker & Co., 2000 Hamburg –11, POB No. 110313

(Cable : SCHENKERCO HAMBURG) Telex : 217004-33 SHD 212675

Telephone No. 040/36135-0

(b) USA, Canada, Mexico & South America, Brajil.

M/s. OPT Overseas Project Transport Inc., 46, SELLERS STREET, KEARNY,

NEW JERSEY 07032. TEL : (201) 998-7771

TELEX: 673-3586 FAX : (201) 998-7833

(C) Japan. The First Secretary (Commercial) Embassy of India, Tokyo, Japan

(Cable : INDEMBASSY TOKYO) TELEX : INDEMBASST J-24850

TELEPHONE : 262-2391 (d) Australia, Algeria, Bulgaria, Romania,

Czechoslovakia, Egypt, GDR. The Shipping Corporation of India Ltd.,

‘Shipping House’ 229/232 Madame Cama road, Mumbai- 400 –21

(Cable : SHIP INDIA MUMBAI), Telex : 31-2209 SCID IN,

Telephone : 232666,232785 (e) Russia, Ukraine, etc. (USSR Block) The Secretaries, Indo-Soviet Shipping

Servie, C/o The Shipping Corporation of India Ltd.,

D –18

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Shipping ‘House’ 245, Madame Cama Road, Mumbai – 400 021 (Cable : SHIP INDIA MUMBAI FOR SOVIND SHIP Telex : 31 2209 SCID IN Telephone : 232666

(f) Poland The Secretaries, Indo-Polish Shipping Service, C/o The Shipping Corporation of India Ltd., Shipping ‘House’ 245, Madame Cama Road, Mumbai– 400 021 (Cable : SHIP INDIA MUMBAI FOR INDOPOL) Telex: 3165119 SCID IN Telephone: 232666

(g) Pakistan The Mogul-Line Ltd.,16 Bank Street, Fort Mumbai –400 023 (Cable: MOGUL MUMBAI) Telex: 011-4049 (MOGUL) Telephone: 252785

(h) Other areas not specifically mentioned above

The Shipping Co-ordination Officer, Ministry of Shipping, New Delhi ((Cable: TRANSCHART, NEW DELHI; Telex : VANAN IN-031-61157, 61158,61159)

2. BILLS OF LADING. The Bills of Lading should be drawn to indicate ‘Shipper and Consignee’ as under-: SHIPPER : The Government of India

CONSIGNEE : As per consignee`s particulars in the Contract, (The name and address of the ‘Port Consignee and Ultimate Consignee’ should both be indicated).

3. Two non-negotiable copies of the bills of lading indicating the freight amount and discount, if any

allowed, should be forwarded to the Shipping Co-ordination Officer, Ministry of Shipping, Road Transport & Highways (Deptt. of Shipping), New Delhi after the shipment of each consignment is effected.

4. The Seller should avoid the use of over-aged vessels for the shipment of the goods under the contract

and if so used, the cost of additional insurance, if any, shall be borne by the Seller.

D –19

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

MINISTRY OF SHIPPING, ROAD TRANSPORT & HIGHWAYS (DEPTT. O F SHIPPING), NEW DELHI.

(Cargo particulars in respect of Imports, from USA and Canada)

1. Name of U.S./Canadian suppliers with Postal/ Telegraphic address. 2. Contract Number and date, date to be spelled in words specially

month of avoid misunderstanding. 3. Full Designation and Postal/Telegraphic address of the Port

Consignee and Ultimate Consignee. 4. Brief Description of Cargo. 5. Delivery Date. 6. Port of Shipment. 7. Port of Discharge. 8. Terms of delivery (The terms FOB is generally interpreted in USA

as FOB loading point ( i.e. Works/Factory or Ware house which are located in the interior). If delivery is basis FOB Plant/Works, Dollar Fund is necessary to cover inland freight payment up to F.A.S. vessel port of Shipment. Also F.A.S. West Coast and Gulf Ports involve additional charges towards wharlage and handling, where handling is involved, to be paid in Dollars. If payment by L/C is established by importers, whether such charges have been provided in L/C, should be indicated

9. Source of Fund, i.e. free foreign currency or loan. If former, indicate

foreign exchange sanction No. and date. In case of later, Loan number should be indicate.

10. Paying authority, how the cost of goods etc., will be reimbursed,

whether through C.A.O., Embassy of India, Washington D.C. or by L/C to be arranged by importer. The name of Account Officer in India and head of Account in the former case to be indicated.

D-20

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

11. Whether Transit/Marine Insurance is required/ arranged (insurance is required or nor required to be clearly stated)

12. If payment of freight to U.S flag involved

(i.e.A.I.D./D.L.F./E.X.I.M. Loans required 60 percent by U.S. Flag) and whether Dollar Fund has been made available to C.A.O. Embassy of India , Washington. If so, details to be given.

13. Import Licence number and validity date. If import Licence ( in

India) is required. 14. Flag requirements, if any, to be indicated. 15. If, Export Licence required, whether suppliers advised to apply in

the name of Commerce and Supply Wing, Embassy of India, Washington D.C. and submit application to them.

Note:- This form should be filled in and sent ( in duplicate) to the Shipping Co-ordination Officer, Ministry

of Shipping, New Delhi.

D-21

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

MINISTRY OF SHIPPING, ROAD TRANSPORT & HIGHWAYS (DEPTT. OF SHIPPING), NEW DELHI.

Particulars of Cargoes for which Shipping space is required to be arranged by the Ministry of Shipping, Road Transport & Highways (Deptt. of Shipping), New Delhi on behalf of Ministry/Department/Project/under taking.

Particular of cargo

Name of supplier with Telegraphic Postal address

Name of the Consignee with Telegraphic Postal address

Description

Quantity

Cargo availability whether shipload or parcel if the latter size of parcels

Period over which shipment to be completed

Loading port

Discharge port

Nature of contract FOB/ FAS/or C&F/ CIF/ FOR Turnkey

Any special conditions in that contract relating to shipment

1 2 3 4 5 6 7 8 9 10

1. This form should be filled in and sent (in duplicate) to the Chief Controller of Chartering (in respect of bulk cargoes ) and to the Shipping Co-ordination Officer, (in respect of general liner cargoes) Ministry of Shipping, Road Transport & Highways (Deptt. of Shipping),New Delhi together with two copies of the Purchase/Sale contract as soon as relevant contract is finalized.

2. This pro-forma is for all contract for imports and exports (except those for imports from U.S.A. and

Canada). 3. In case of import of general liner cargoes from Japan, the cargo particulars pro-forma should be sent

in quadruplicate and in respect of C&F/CIF/FOR/Turnkey contract for import U.K. Continent in quarter duplicate.

D -22

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

GOVERNMENT OF INDIA MINISTRY OF RAILWAYS

(RAILWAY BOARD)

TENDER DOCUMENT

PART – III

SECTION –E SCHEDULE OF REQUIREMENT SECTION – F TECHNICAL SPECIFICATION

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

SECTION – E

SCHEDULE OF REQUIREMENTS

E

Schedule of Requirements

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Tender No. Track-III/2009/22/0107 of 2009 Offers will be received upto 14.30 hrs. on 10.11.2009. Offers will be opened on 10.11.2009 at 15.00 hrs. Amount of Earnest Money/Bid Guarantee to be deposited is Rs.20,00,000/- (Rupees Twenty lacs only). Item No. Description of Stores Quantity

1. Rail Borne Maintenance Vehicles As per specification (Section F, Part-III)

16 nos. (Sixteen) nos.

2. Spare parts for maintenance and operation of the machines for two years ( refer para 18 Section ‘A’ Part-I I – Instruction to tenderers) (beyond warranty period)

16 sets (Sixteen) sets

1. Delivery Schedule: The machines along with the spares are to be delivered within 24

(Twenty Four) months from the date of issue of final acceptance letter.

Note: i) The tenderer shall also indicate the schedule of shipment/supply of imported components in case of partly imported partly indigenous machine.

ii) The delivery schedule quoted by the tenderer shall indicate the supply schedule of

individual machine. 2. Attention of the tenderers is invited to para 6 of the ‘Instructions to Tenderers’ regarding

deposit of Earnest Money/Bid Guarantee. Any tender not accompanied by Earnest Money/Bid Guarantee in one of the approved forms shall be rejected.

3. The Tenderers should indicate the weight, size and volume of each of the

packages/container with the details of materials proposed to be packed. Offers against this tender will be entertained only from those firms who have purchased the bid documents in their own name on payment of the specified charges. Offers from other firms will be summarily rejected.

4. In case the date of Tender opening falls on a Gazetted holiday or is subsequently declared a

holiday, the tenders will be opened on the next working day at the appointed time. 5. Bid from Agents not accompanied with the letter of authority from the manufacturers will be

summarily rejected. *****

E-1

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

SECTION – F

TECHNICAL SPECIFICATION

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

C O N T E N T S Chapter Description Page No.

- Explanatory & Scope 1-2 I General 3-14 Dimensional and operating requirements, Functional requirement and

working mechanism, Design development & approval of drawings, Prototype, Inspection, QAP, Exhibited drawings & standard specifications Supply of drawings, Training, Testing kit, Tools, Service engineers, Service manuals & spare parts catalogue, Descriptive instruction pamphlets, Maintenance, Spare parts, Photographs and Warranty.

II Structure and Design of RBMV 15-24 General layout, Vehicle structure, Under-frame, Bogie, Wheels and axles,

Draw & Buff gear, Cattle guard, Doors, Windows, Driver’s compartment, Flooring, Ceiling, Inside panels, Seats for driver’s compartment, Seats & berths, Trap door (inspection door), Toppling, Water wriggles, Roof ventilators, Warning horn, Fire prevention measures, Anti-corrosion treatment, Interior furnishing, External fitting & furnishing, Interior colour scheme, Exterior colour scheme, Marking, Tests on mechanical parts, Clearances, Tare weight and Running tests.

III Power Equipment, Controls & Auxiliaries 25-33 General, Scope of supply, Climatic conditions, Diesel engine, Transmission,

Cooling system, Cardan shaft, Axle drive gear box with powered axle, Auxiliary alternator, Battery, Controls, Gauges, Instruments & Safety devices, Speed Indicator / Recorder, Head light, Flasher light, Marker light, Piping, Lubrication and Fire Extinguisher.

IV Brake system 34-35 General, Parking brakes, Air compressor and Piping & pipe fittings.

V Crane 36-37 VI Coach Lighting 38-39

Wiring, Distribution fuse boards, Fans, Lights, Switches, Test certificates & Markings.

ANNEXURES

S.No. Description Annexure 1. General Layout of RBMV (DPC) - Drawing No. CG – K 6101 alt.2 I 2. Conceptual Power equipment Layout drawing SK.DP – 3869 II 3. Particulars of Power equipments III 4. Tractive effort Vs Speed curve G.DP-1162 IV 5. List of Equipment and tools to be kept on RBMV V 6. Diagram 1D of Revised SOD, 2004 with latest amendments VI 7. Racks & Stocking Arrangement of equipments- Drg. No.CG- K 7119 VII 8. Acceptance criteria during oscillation trials VIII 9. Particulars required in respect of the RBMV under consideration IX A & B

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Specification for Diesel Hydraulic Self-propelled Rail Bound Maintenance Vehicle (RBMV) 1. EXPLANATORY

The Research Designs & Standards Organization, Govt. of India, Ministry of Railways, Manak Nagar, Lucknow –226011, India is hereafter referred to as RDSO. Eight-wheeler self-propelled Rail Bound Maintenance Vehicle is hereafter referred to as “RBMV” only.

1.1 SCOPE

This specification covers the requirements for design, manufacture, supply and delivery including commissioning into service of self-propelled RBMV for carrying out maintenance operation on Broad Gauge system of the Indian Railways.

1.2 The RBMV is a single vehicle self-propelled unit powered by under slung twin power pack

equipment and a hydraulically operated crane mounted on the frame on board. 1.3 RBMV shall be provided with end cabins for bi-directional operation. 1.4 The General layout of RBMV shall be in accordance with RDSO drawing No. CG - K

6101(alt. 2) placed at Annexure - I. Any other layout submitted by the tenderer may also be considered, provided it meets with overall requirement of space on the vehicle, speed / running characteristics of the vehicle and the desired amenities asked for in the subsequent paragraphs of this specification.

1.5 The conceptual layout of power equipment shall be in accordance with RDSO drawing No.

SK.DP- 3869 placed at Annexure - II. 1.6 The design of the crane shall meet the operational requirements given in Chapter- V of this

specification. 1.7 One portable diesel operated generator preferably indigenously make with proven record of

service of at least 5 KVA capacity shall be provided alongwith the RBMV for general lighting, welding and other works.

1.8 Initial fill of oils and lubricants as recommended by the manufacturer shall be in the scope

of supply. 1.9 This specification consists of six chapters as follows:

Chapter- I : General Chapter- II : Structure and Design of RBMV Chapter - III : Power Equipment, Controls and Auxiliaries Chapter - IV : Brake System Chapter- V : Crane Chapter - VI : Coach Lighting

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

1.10 This specification and all the related reference drawings issued by any authority of Indian Railway have been prepared by Indian Railways. All rights conferred by the law of copyright and by virtue of International copyright convention are reserved to Indian Railways, irrespective of the fact whether the same has been mentioned on any of such documents or otherwise. Re-production in whole or in part requires the prior written consent of Indian Railways. As the drawing / document incorporates confidential information, its disclosure to third parties also requires Indian Railways prior written consent

1.11 Shall there be any point of difference between the specifications and / or exhibited

drawings that this specification fails to clarify, the tenderer shall submit each such item to RDSO for immediate clarification.

********

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

CHAPTER - I

GENERAL

1. DIMENSIONAL AND OPERATING REQUIREMENTS 1.1 The RBMV shall be designed to conform to the principal dimensions/requirements specified

here under:-

S.N. Items Dimensions / Requirements .1 Track gauge 1676 mm .2 Minimum radius of

curve 175 m. It should also be capable of negotiating: i) 213 m radius in case of 1 in 8-1/2 BG turnout

with 6.4m over-riding switch. ii) 175 m radius in case of 1 in 8-1/2 scissors

crossing. .3 Maximum super

elevation 185 mm

.4 Maximum cant deficiency

100 mm

.5 Maximum wind pressure

150 kg/m2

.6 Maximum Moving Dimensions

Maximum moving dimensions shall conform to diagram 1-D of Indian Railway Schedule of dimension 1676 mm gauge (BG) revised 2004 with latest amendments and corrigendum slips.

.7 Maximum permissible wheel base length of the car, over hang beyond bogie center, buffer height drawbar height

These shall conform to Indian Railway Schedule of Dimension 1676 mm gauge (BG) revised 2004 latest amendments and corrigendum slips. Adequate clearance shall be allowed so that no component of the car shall infringe a minimum of 102 mm above rail level with wheels in fully worn conditions, full deflection of springs and effect of dynamics.

.8 Max. axle load 20 t

.9 Maximum operating and test speeds on track maintained to other than C&M – I Vol.-I standard.

105 km/h & 115 km/h respectively.

.10 Maximum operating speed of the car on 1 in 60 up-gradient

Shall be indicated in the offer. However, minimum speed of 40 km/h is desired.

.11 Performance capabilities:- a) Pay load 15 t

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

b) Hauling capability: Shall be capable of starting & hauling a loaded bogie flat rail wagon (BFR) on up gradient of 1 in 60

65 t

c) Period of continuous running at 105 km/h on generally tangent track followed by frequent to and fro movement at crawling speed for 1-1/2 h

5-1/2h total (4h+1-1/2h)

1.2 The diesel-powered equipment shall be robust, reliable and suitable for working on Indian

Railways. The design and dimensions of the RBMV components shall be to metric standards.

1.3 The RBMV shall be an 8-wheeler vehicle. The disposition of crane, equipment storage space

shall be such as to ensure equal axle loads. Design shall be such as to afford easy inspection and maintenance. Guiding principle in selection of assemblies should be the easy availability of wearing components.

1.4 The profile of the RBMV longitudinally and in cross section during transfer as self-

propelled vehicle or towed in train formation shall be within the maximum moving dimensions shown in diagram 1- D of revised SOD - 2004 with latest amendments and corrigendum slips.

1.5 During transfer from one station to another, it shall be capable of traveling on its own

at a speed of 105 km/h and at a speed of 105 km/h when hauled in a train formation. Since the RBMV is likely to cover long distance on its own power, the travel drive system should be robust to sustain these requirements during the life of the RBMV without significant break down/failure

1.6 RBMV shall be capable of working without requiring power block in electrified

sections. On Indian Railways, 25 KV AC supply is used for traction through an overhead wire at 5.5 m above rail level. On bridges and tunnels, the height is restricted to 4.8 m.

2. FUNCTIONAL REQUIREMENT AND WORKING MECHANISM

2.1 The RBMV shall be capable of working on all types of track structures including long welded rails of 60Kg / 52Kg / 90R on concrete/ metal/ wooden sleepers on plain track as well as turn-outs (1 in 8 ½ to 1 in 16) as per IRS layout.

2.2 Since the RBMV is to work in dusty environments, all the components including gearboxes,

bearings, pumps, electric and electronic control shall be robust. Pumps, electric and electronic control shall be of robust design, shielded and sealed from the dust and spill over ballast pieces. Suitable protections covers must be provided so that these components do not fail prematurely. The various assemblies and the RBMV as a whole should provide adequate safety to workmen working close-by in connection with the RBMV operations. The necessary safety equipment shall form a part of the RBMV tools and plants. The tenderer should indicate these items in their offer.

2.3 RBMV should cater for following requirements:

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

2.3.1 It should be possible to carry minimum 2 rails of 13 m length each with weight per unit

length of 60 Kg/m and / or two sets of switch and stock rail assembly along with fittings without infringing the Maximum Moving Dimensions.

2.3.2 There should be well designed adequate space to store small track machines, tools and

equipments as per Annexure - V. For this a room of sufficient size is required to be provided. The store shall have well-designed racks to accommodate above material and some small track machines and its spare parts, consumables etc as per details shown in RDSO drawing No. CG - K 7119 (Annexure –VII).

2.3.3 There should be enough seating space for the officials accompanying RBMV. For this, one

cabin having seating capacity of 12 persons shall be provided as given in the general layout. 2.3.4 RBMV shall have a crane as per requirements indicated in Chapter – V to handle heavy

Permanent Way Materials such as rails, sleepers, crossings switches and SEJs etc. 2.3.5 Two number of tool boxes shall be provided along the wall of store and cabin. These

toolboxes shall have a width of approximately 600 mm and cushioned seats shall be provided on the top of toolboxes. The top of the box shall be designed in such a way that the seats do not fall when the boxes are opened. Small cantilever sheds shall be provided over these boxes.

2.3.6 The entire RBMV including bogies, superstructure along with equipment is to be effectively

earthed as per standard practice for rolling stock.

2.3.7 The equipment and their arrangement shall withstand satisfactorily the vibration and shocks normally encountered in service as indicated below: (a) Maximum vertical acceleration 3.0 g (b) Maximum longitudinal acceleration 5.0 g (c) Maximum train acceleration 2.0 g

(g being the acceleration due to gravity) 3. DESIGN DEVELOPMENT & APPROVAL OF DRAWINGS 3.1 The contractor shall develop the design based on the details given in this specification and

sound engineering practices. The entire design data shall be submitted in metric units with calculations to RDSO within 8 weeks from the date of placement of order. RDSO shall give remarks within 4 weeks and the firm shall submit the drawings for approval with in next 4 weeks after incorporating the above corrections /modifications. The detailed calculations shall cover: - • RBMV weight balancing calculations in longitudinal & lateral modes under tare and

loaded condition. • Calculation of centre of gravity of RBMV from rail level and details of weight transfer

calculation

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

• FEA analysis of under frame and bogie under load specified in Clause 2.5 of Chapter-II.

• Calculation for safety against derailment. Calculation for stability of the vehicle against wind force shall be supplied.

• Tractive effort versus Speed curve. • Calculation of powered axle. • Calculations for determining the spring and damper characteristics under tare and loaded

condition. • Simulation of ride behaviour and stability using frequency domain and time domain

analysis. • Braking effort and EBD calculation • The tenderer shall provide sketches of the RBMV in plan and shall give calculations

alongwith Vogel’s diagram to prove that the RBMV does not cause infringement while negotiating a 10° curve at any cross section.

3.2 Contractor shall prepare a full set of working drawings in standard sizes complete in all

respects. The drawings shall include:-

• General arrangement of RBMV • Diagram showing end view of the RBMV superimposed on Diagram 1- D of Revised

SOD- 2004 with latest amendments and corrigendum slips. • Equipment layout • Power pack arrangement & its mounting details • Engine & transmission cooling arrangement with radiator mounting details • Compressor drive arrangement & capacity justification • Axle drive gear box • Torque reaction arm and its details • Wheel, axle and axle boxes. • Suspension arrangement • Brake schematic & rigging arrangement including hand brake & its details • Sanding gear arrangement with details • Cab superstructure & control panel layout details • Control system & cubicles etc. • Fuel tank arrangement with details

Apart from it, submission of any additional drawings shall be indicated by RDSO to the contractor during design approval stage and contractor has to comply with the same. All drawings shall include description of equipment, weight, quantity per RBMV, material specification, welding symbol, tolerances etc.

3.3 Materials used for manufacture of the RBMV shall comply with the relevant IRS or BIS specifications. Alternate materials can be used only with the prior approval of RDSO. Where IRS or BIS specifications do not exist, the contractor shall submit proposed material specification for approval of RDSO.

3.4 Electric arc welding: 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.Welding symbols are to be in accordance with

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Indian Standard Specification No.: 813. Drawings, on which such symbols appear, are to bear a note on the bottom left hand corner, “WELDING SYMBOLS to IS SPECIFICATION NO. 813 (Latest).

3.5 "Approval” to the drawings denotes general “acceptability” of the design features,

notwithstanding such an approval, the contractor will be wholly and completely responsible for the adequacy of the design of the RBMV vehicle offered. The contractor when submitting proposals on designs for approval of RDSO shall draw specific attention to any deviation or departure from the specification involved in his proposals or drawings.

3.6 To facilitate filing of drawings in RDSO, it is essential that each drawing prepared for the

manufacture/operation/maintenance shall be marked so that it can be identified. The contractor shall, therefore, ensure that all prints submitted are marked legibly at the right hand bottom corner. The following information is required in respect of each drawing submitted:

.1 Contractor's drawing number .2 Contractor's name and date of submission .3 Contract number .4 Nomenclature of the RBMV .5 Descriptions

3.7 Where parts are required to be marked with Railway initial letters, they shall be “I.R.” 4. PROTOTYPE The Contractor shall manufacture a prototype RBMV vehicle well in advance of series

production for inspection and approval of RDSO. Further manufacturing is not to be proceeded until the prototype is approved by the RDSO.

5. INSPECTION 5.1 The inspection of the RBMV shall require to be carried out during various stages, as

indicated in the following clauses. The inspection procedures and test schemes will be submitted to RDSO and after discussions the final approval of RDSO for the same will be obtained before implementation.

5.2 Inspection during various stages of manufacture

A. Inspection of raw materials and vendor items:

i) Raw materials used for manufacture of the various components and their

sources of supply.

ii) Ball / roller bearings, springs, wheels and axles, hoses and seals.

iii) Tests on gears and gearboxes including check on gear tooth profiles, heat treatment and machining processes in accordance with relevant inspection standards.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

iv) Tests on power pack for diesel engines.

v) Type / performance tests on pneumatic and hydraulic equipments for

characteristics and efficiency of compressor, pneumatic valves, hydraulic cylinders, hydraulic pump / hydraulic motors, hydraulic valves, pipe couplings and rotary joints, etc.

vi) Test Certificates in respect of hooks, chain slings, wire rope slings etc.

vii) Testing of raw materials and vendors items will be carried out by the approved

NABCB/RDSO laboratory/ Equivalent International Body.

B. Stage inspection during manufacture:

i) Stage inspection shall be carried out for a) Bogie b) Superstructure c) Final assembly &Testing

ii) Alignment check for various sub-assemblies such as underframe, cab and

bogies to check accuracy of work.

iii) Performance and leakage test for Hydraulic and Pneumatic systems.

iv) The stage inspection will be carried out by the officials of Carriage, Motive Power and TMM Directorate of RDSO. Inspections will be carried out with the help of approved drawings and standard specification/RDSO specification.

6. QUALITY ASSURANCE PLAN 6.1 The tenderer whose bid is accepted shall be required to submit a detailed "Quality

Assurance Manual” by giving details of how the quality of specific product is proposed to be assured. Details of Inspection and test schedules shall be mutually agreed between the purchaser and supplier at design approval stage.

6.2 Test certificates of major vendor items like diesel engine, hydraulic transmission, radiators,

cooling pumps, cardan shaft, axle drive, wheel, axles, roller bearings, axle box, suspension springs, brake systems, battery, wiper etc. shall also be supplied along with each RBMV. Testing parameters will be included in the test certificates. The documents are to be submitted before inspection of the prototype vehicle.

7. EXHIBITED DRAWINGS AND STANDARD SPECIFICATIONS 7.1 “Exhibited Drawings” means the drawings, which are exhibited or provided by RDSO for

the guidance of the contractor. 7.2 The design of the vehicle 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.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

7.3 The drawings exhibited are not guaranteed to be free from discrepancies. The contractor in preparing his working drawings shall ensure that drawings prepared by him are free from discrepancies noticed and shall incorporate all modifications required by this specification or those desired by the RDSO subsequently without prejudice to the date of delivery or contracted price, except as provided for under the conditions of contract.

7.4 The contractor shall provide himself at his own expense with copies of all the specifications

and drawings required for the manufacture of the vehicle. 8. SUPPLY OF DRAWINGS The contractor, after inspection and approval of the prototype shall correct, wherever

necessary, the drawings and schedule of material conforming to the prototype unit. The contractor after incorporating all changes and modifications shall furnish three copies of final drawings along with schedule of material to RDSO within 4 weeks of clearance of the prototype. Two copies of drawings shall be supplied with each RBMV to the consignee. One complete set of drawings shall be supplied as hard copy and as soft copy in Auto Cad Version 2000 on CD to RDSO respectively.

9. TRAINING 9.1 The operating & maintenance personnel of user Railways shall be trained in operation and

maintenance RBMV and major equipments likes engine, transmission controls, electrical system etc. by the prime contractor. A training schedule shall be drawn in consultation with RDSO.

9.2 Besides the above, adequate number of maintenance and operating staff shall also be trained

in the homing shed during the commissioning of the RBMV. 10. TESTING KIT

The supply shall include testing equipment required for ensuring optimum performance and trouble-free service of the RBMV as well as their major assemblies and sub-assemblies. Details of this testing equipment shall be submitted by the tenderer with complete quotations.

11. TOOLS

List of tools required for maintenance and overhaul with tender shall be submitted by the tenderer. One set of such tools required for day to day maintenance work of the vehicle shall be supplied along with each vehicle.

12. SERVICE ENGINEERS 12.1 The Contractor shall provide, at his own expense, the services of competent engineers

during the guarantee period and also during the first major overhaul of RBMV as may be agreed upon. The service engineers shall be available for testing/commissioning of the RBMV, training of operating and maintenance staff. The service engineers shall also advise

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

the Railways on maintenance, testing and operating facilities considered necessary for efficient performance of RBMV.

12.2 The Contractor shall arrange for the supervision of commissioning of the vehicle

immediately after their receipt at ultimate destination. Adequate number of teams of technical experts will be made available so that the commissioning delays are eliminated. The contractor or his agent will be required to inspect the car at the consignees end and carry out a joint check of the receipt of components to avoid subsequent complaints regarding short shipment or transit damages.

12.3 The Contractor or his agent shall ensure commissioning of the car within 30 days from the date of intimation by the consignee.

12.4 The performance of the vehicle shall be demonstrated by the Contractor or his agent after its successful commissioning at the consignee’s works.

12.5 The Contractor shall provide and ensure servicing facilities in India through out the

warranty period. After the warranty period is over, the Contractor should on call give, if required, service support for troubleshooting and for obtaining spare parts.

13. SERVICE MANUALS AND SPARE PARTS CATALOGUES 13.1 The prime contractor shall prepare a draft Maintenance Schedule of major power

equipments like diesel engine, transmission, axle drive, controls etc and submit for approval of RDSO within one month of clearance of prototype RBMV after inspection at manufacturer’s place.

13.2 Three copies each of detailed operating, maintenance & service manual and spare parts

catalogue specially prepared for RBMV shall be supplied free of charge per RBMV to the consignee by the supplier.

13.3 In addition, one copy each of the maintenance and service manual and spare parts catalogue

for Carriage Directorate, T.M. Directorate and M.P. Directorate shall be dispatched to the Director General (Carriage Directorate / T.M. Directorate / M.P. Directorate), Research Design & Standards Organization, Govt. of India, Ministry of Railways, Manak Nagar, Lucknow-226 011, India.

13.4 The prime contractor shall also supply three copies of User Manual containing details of

various sub-systems with illustrations and block diagrams. 14. DESCRIPTIVE INSTRUCTIONS PAMPHLETS The supplier shall supply at least three copies of descriptions instruction / OEM

Pamphlets/manual/brochure pertaining to items like Diesel Engine, Hydraulic transmission, Axle drive, Cardan shaft and brake equipments etc. free of cost with each set of power equipment. The pamphlet shall include dis-assembly and assembly procedure with suitable illustration and diagram/drawing with exploded view along with general arrangement, brake arrangement & schematic, electrical wiring diagram and lubrication diagrams/charts.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

15. MAINTENANCE 15.1 The tenderer shall submit quotation separately for Annual Maintenance Contract for the

following equipments. The Railways will have the right to accept or reject the offer for Annual Maintenance Contract. The scope of proposed AMC for traction power equipment is as under:

• Diesel Engine • Hydraulic transmission • Drive system (Axle drive, Cardan Shaft etc.) • Controls and Safety items • Cooling system complete.

15.2 The Contractor shall also submit comprehensive list of minimum consumable and non-consumable spares required to be stored as emergency spares to meet the out of schedule requirements.

15.3 The Contractor shall ensure the reliability of spares used during routine or periodic

maintenance. In case of premature failure of such components, it shall be the responsibility of the contractor to replace them free of cost.

15.4 In case of any failure that calls for out of schedule attention, the Contractor will attend the

same with utmost priority. If situation warrants, he shall carry out failure analysis of failed component and ensure that such failures are not repeated.

16. CONTRACTOR’S RESPONSIBILITY

The contractor shall be entirely responsible for the execution of the contract strictly in accordance with the terms and conditions of the specification not withstanding any approval, which RDSO or the Inspecting Officer may have given:

• Of the detailed drawings prepared by the Contractor. • Of his sub-contractors for materials, components & sub-assemblies. • Of other parts of the work involved in the contract. • Of the tests carried out by the Contractor/Sub-Contractor or RDSO or the

Inspecting Officer. 17. OPERATORS Number of operators and allied staff for working of the vehicle under normal condition shall

be indicated, specifying their duties and minimum qualifications. 18. SPARE PARTS 18.1 The tenderer shall submit the list of spare parts. The name and address of the manufacturer /

supplier of spare parts should also be indicated.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

18.2 Stand by spares: The prices for the stand by spares shall be quoted separately. These spares shall be for every set of 10 RBMV or part thereof. The prices for the following spares shall be quoted separately.

i) Diesel engine (complete) - 1 unit

ii) Power transmission unit alongwith flexible coupling / - 1 set engine connection (complete)

iii) Air compressor (complete) - 1 unit iv) Power bogie (complete) - 1 set v) Trailer Bogie - 1 set vi) Air brake equipment excluding air compressor & - 1 set

the items forming parts of bogies vii) Generator for charging of starter batteries - 1 unit viii) Drive system

Cardan shaft - 1 unit Axle drive - 1 set

ix) Control and safety items (safety switches including LCWL) - 1 set x) Cooling system (Hydraulic pump, motor, relay) - 1 set

Price for optional items, if any, to be quoted separately. Decision of buying optional items shall rest with the purchaser.

18.3 Recommendatory Spares 18.3.1 List of recommendatory spare parts including special maintenance tools required for three

years normal maintenance to cover the complete range of Mechanical Hydraulic and Electrical equipment should be separately quoted.

18.3.2 The list of recommendatory spare parts shall be accompanied with the tender. The tenderer

shall indicate what facility exists or is proposed to ensure ready availability of spare parts in India other than those which those, which are already being manufactured in India.

18.3.3 The tenderer shall be responsible to ensure subsequent availability of the spare parts for the

trouble free operation of the respective equipment. 19. PHOTOGRAPHS 19.1 During manufacture, colour photographs shall be taken of various assemblies / sub-

assemblies especially of the rigid frames, articulation arrangement, cab suspension arrangement on rigid frames, power pack and body in various stages of production and of parts, which cannot be conveniently photographed after assembly. After completion, photographs of side, end and Isometric views of RBMV as also of the interior layout will be taken.

19.2 The photographs shall not be less than 380 mm x 255 mm for the side view of the completed

RBMV, or less than 255 mm x 200 mm for other views and shall be taken on non-curl film. The negative and three prints of each photograph shall be furnished to RDSO, the prints being mounted on sheet to form complete sets.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

19.3 After the RBMV has been manufactured, 4 numbers of photographs (size 380 mm x 325

mm) duly laminated along with negative should be supplied to RDSO for display. 20. WARRANTY The supplier shall at his expense, replace any part of the equipment failing or proving

unsatisfactory in service due to defective / faulty design, defective material or bad workmanship within a period of 24 months from the date of placement in service or 30 months from date of delivery which ever is earlier. The period of warranty would stand extended by the duration for which the RBMV remains inoperative. Further, any design modification made in the equipment as a result of any defect/ fault/short coming in the original design, the period of 24 months would commence from the date the modified equipment is put into service.

21. Maker’s Test Certificate

Copies of maker’s test certificate guaranteeing the performance of the RBMV shall be supplied in duplicate alongwith the delivery of each vehicle.

********

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

CHAPTER - II

STRUCTURE AND DESIGN OF RBMV 1. GENERAL LAYOUT

General layout of RBMV shall be in accordance with RDSO drg. No. CG - K 6101 (alt.2). This layout is for the guidance of the manufacturer. Any changes that are necessary to be made in the layout keeping in view the overall design requirements can be made with the approval of RDSO.

2. VEHICLE STRUCTURE 2.1 The RBMV shall be of lightweight construction of corrosion resistant Steel to IRS: M - 41

or IS: 2062 Grade E 250 Cu (Fe 410 WC). The under frame, side wall, end wall and roof structure shall be joined by welding, which with respect to its strength, is adequately dimensioned to withstand, without any permanent distortion and excessive stresses. The assembly groups for under frame, sidewalls, roof and end walls shall be made up from pressed plates and sheets that are suitable for welding.

2.2 The vehicle body shall lend itself to repeated lifting in the workshops by overhead cranes or

jacks without any risk or damage. Suitable lifting pads shall be provided and marked in an easily distinguishable manner on the vehicle body.

2.3 The contractor shall advise the corrosion protection measures adopted for the vehicle body.

These measures will require approval of Indian Railways before the design is finalized. 2.4 The weight of the RBMV shall be kept as low as possible and consistent with adequate

strength to meet the loading specified in Clause 2.5 given below and without exceeding the stresses and deflection stipulated in Clause 2.6 given below. The design shall be sufficiently rigid to withstand stresses imposed by lifting with overhead or breakdown cranes, or by jacks applied to the headstock.

2.5 The RBMV shall be designed to meet the following loads:

i) Uniformly distributed vertical load of 3 t /m. The weight of the various equipments mounted in the RBMV shall be considered as concentrated load and shall be simulated as such during load / strain testing.

ii) A horizontal squeeze load of 102t applied at buffers. iii) A combination of loads specified at (i) and (ii) above.

2.6 The stresses estimated by an approved method shall not exceed 14.2 kgf/mm2 for members

made from steel to IS: 2062 Grade E 250 Cu (Fe 410 WC), 20.1 kgf/mm2 for members made from Corten Steel to IRS: M-41, 23.3 kgf/mm2 for members made from stainless steel –301grade and 21.3 kgf/mm2 for members made from stainless steel - 409M grade for the uniformly distributed vertical load. Also for the squeeze loads, 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 vehicle at the

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

center of the RBMV shall not exceed 10 mm under any loading condition detailed at (i) to (iii) of Clause 2.5 given above.

3. UNDERFRAME 3.1 Material: Under frame shall be of corrosion resistant structural steel to IRS: M- 41 or any

other approved copper bearing quality steel, of welded integral structure. Trough floor of 1.7mm thick stainless steel to AISI -301 shall be provided in covered area.

3.2 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 vehicle. The sole bar shall be of steel to IRS: M-41.

3.3 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 steel to IS: 2062 Grade E 250 Cu (Fe 410 WC).

3.4 Head stock: These shall be of robust design suitable for the attachment to breakdown lifting

tackles etc. and for the coupling and buffing arrangements detailed in this specification. Head stock shall be of steel to IRS M-41.

3.5 Draft gear members: The members provided for carrying the trimmer casting shall be of

strong and rigid construction capable of transmitting the buffing forces under the most adverse operating conditions. They shall be braced together, and to main sills in such a manner as to form in conjunction with the flooring system between the transoms and headstocks, 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 these longitudinals and is concentric to them.

3.6 Floor bearers: The design of floor bearers shall include robust main floor bearers placed

transversely between the main sills and an adequate number of racking panels between the main sills and diagonal braces. The transverse floor bearers shall be designed to carry the maximum super-imposed load under maximum load conditions as well as to act as bracing between the main sills, and shall be flush with the top face 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 of corrosion resistant structural steel to IRS: M-41 or IS: 2062 Grade E 250 Cu (Fe 410 WC).

4. BOGIE 4.1 General Design: The RBMV shall have two 2- axle bogies of well-proven design. It shall

be of robust welded design suitable for taking the brake gear, final drive, suspension etc. The bogies shall be capable of withstanding the maximum static and dynamic stresses under the loaded conditions and load upto 40% in excess of the maximum gross load. The weight of the bogies shall be as low as possible consistent with strength and robustness. The design shall provide primary and secondary suspension. The design shall ensure that the Sperling

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Ride Index value does not exceed the value as per extant criteria applicable to the vehicle at a maximum speed of 115 km/h.

4.2 The general design of the bogies shall permit easy access to running gear and brake gear and

to final drive in the case of powered bogie when in position under the car body and shall permit easy replacement of brake blocks without the need of special attention on the track. The whole arrangement of bogie alongwith design/details shall be submitted to RDSO for approval before manufacture is commenced.

4.3 The suspension system shall be preferably of two-stage type with suitable spring and damping arrangement. Springs for primary and secondary suspension shall be designed to cater for actual service conditions. Calculations for determining the spring characteristics and the damping value in various modes shall be submitted to RDSO for approval. Effective measures shall be adopted to minimize the weight transfer while starting, stopping and during runs. The tenderer shall furnish detailed calculations for weight transfer and adhesion efficiency for the powered bogie.

4.4 Safety straps of adequate size shall be provided to ensure support in the event of failure of

links, hangers or other components. 4.5 The springs of the above bogies shall be suitably designed for the loads encountered in

service and shall conform to RDSO Technical Specification No.WD-01-HLS-94 (Rev.2) with latest amendments.

5. WHEELS AND AXLES 5.1 Wheels shall be to IRS R-19/93 and axles shall be to IRS R-16/95 for non-powered axles

and IRS R-43/92 for powered axles designed to take up roller bearings of approved design.

5.2 The wheel profile shall conform to RDSO Drg. No. SK- 91146 with latest alteration.

5.3 Wheel and axle dimensions shall meet the requirements of Indian Railways Schedule of Dimensions 1676 mm gauge - (BG), Revised 2004 with latest amendments and correction slips.

5.4 Design calculations for the powered and non-powered axle shall be submitted for approval of RDSO.

5.5 Roller bearings shall have a minimum life rating of 3x106 km when computed as per method given in ISO Standard ISO 281/1.

6. DRAW AND BUFF GEAR

The vehicle shall be provided with transition coupling as per RDSO specification no. 56-BD-07 with latest revision alongwith side buffers to RDSO drawing no. RDSO/SK-98145 with latest alteration. The arrangement shall be such that the vehicle can be coupled with existing BG rolling stock of Indian Railways.

7. CATTLE GUARD

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Cattle guard of suitable design to ICF drg. no. DMU/DPC3-2-6-301 shall be provided at the driving ends of RBMV.

8. DOORS 8.1 Swing type doors with inward opening of 535 mm with locking arrangement shall be

provided in driver’s compartment and Sliding doors have a clear opening of 610 mm & 910 mm shall be provided in cabin and store compartment respectively.

8.2 All body side doors shall be provided with integral safety catches at top and bottom with

padlocking arrangement at top only. One door on either side of the coach shall be provided with staples for padlocking from outside.

8.3 The body side doors shall also be provided with carriage door lock suitable for locking

unlocking with standard square key both inside and outside. 8.4 Door hand holds: Door hand holds of stainless steel tubes 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 car profile.

8.5 The door footsteps assembly shall be of mild steel and shall have Compreg board to RDSO

spec. No. C - 9407 (latest revision). The edge shall be protected with metallic treads. Any other suitable arrangement can also be considered.

9. WINDOWS 9.1 The window guides, and sills shall be of FRP, and shall be as per RDSO Schedule of

Technical Requirement STR No. RDSO/2007/CG-03 with latest revision. 9.2 Glass window frames and louvers shutters shall be of FRP as per RDSO STR No.

RDSO/2007/CG-02 with latest revision. 9.3 Frames, guides and sills should be manufactured from sheet molding compound

(SMC) to RDSO spec. No. RDSO/2007/CG-01 with latest revision.

9.4 All window openings shall be true to square dimensions and of uniform width. The window opening shall not at any point exceed 2 mm over or under the specified dimensions and shall not be out of square by more than 2 mm.

9.5 The window- sills of the body side windows shall have an outward slope of approximately

5°. 9.6 The body side windows shall have two shutters, one louver on the outside and a glass on the

inside. 9.7 The glass used for windows/shutters shall be either of toughened quality or safety laminated

quality to IS: 2553, weighing not less than 9.76 kg/m2. Gravity safety catches of approved

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

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.

10. DRIVER’S COMPARTMENT 10.1 The RBMV shall have both ends with driver’s compartment. The RBMV shall be equipped

with fully enclosed cabins with safety glass window. In view of the high ambient temperature prevailing in India, special attention should be paid to free circulation of air and ventilation in the driver’s cabin. It shall be possible to have a clear view of the track ahead while driving the RBMV in either direction. The design of drivers cab shall be as per UIC-651. Visibility diagram should be submitted alongwith the design details.

10.2 Sitting space in each of the driving cabs for 4 persons in addition to the driver. For this purpose a foldable cushion seat shall be provided.

10.3 The gauges, instruments and controls shall be suitably located in the operator’s cab so that

they can be observed without undue fatigue to the operator. 10.4 Stone proof single fixed lookout glasses shall be provided in the end wall of each driver’s

compartment and these shall be glazed, clear, colourless polycarbonate glass to ICF Spec. No. ICF/MD/SPEC -159 with latest revision.

10.5 Provision of windscreen wiper arm and blade assembly to be provided as per RDSO Spec.

No.C - K 306 with latest revision. 10.6 Fixed sun-control film affixed to the front look out glass up to 8" from top of the lookout

glass shall be provided. 10.7 Provision of clip pad for caution orders, adjustable sun visor, walkie-talkie and tumbler

holder arrangement shall be made on driver’s desk. 10.8 A footrest shall be provided in front of driver’s seat. 10.9 Provision of fluorescent light and spot light shall be made in driver’s cab. 10.10 Modular switches to IS: 3854 shall be used in driver’s cab. 10.11 Drivers Desk shall be of fire retardant FRP material. 10.12 Inter-communication equipment between cabs, stores and cabin through hand free sets with

its own battery. 10.13 2 numbers, 24 V sockets for hand signals in each cab. 10.14 Flasher lights, search lights and marker lights at both ends of the cab. 11. FLOORING

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

The floor of RBMV in drivers cab and staff cabins shall consist of 2 mm thick PVC sheet to RDSO STR No.C-K604 with 12 mm Compreg sheet to RDSO STR No.C-9407 (Rev.2) as padding below the PVC flooring sheet. At other places steel galvanized Chequered plates of 6 mm thick shall be provided to IS: 2062.

12. CEILING The ceiling of the driver’s cab and cabin shall be of flexible non-metallic heat insulating

material NFTC sheet to RDSO STR No.C - K511. 13. INSIDE PANELS Sidewalls and partitions of cabin shall be paneled with 3mm thick resin bonded laminated

plastic (LP) sheet as per RDSO STR No. C - K 514. The sheets shall be procured from the list of the approved suppliers issued by RDSO.

14. SEATS FOR DRIVER’S COMPARTMENT

The driver’s seat shall be of the folding and swiveling type to permit the driver to manipulate the controls either while sitting or standing. The seat frame or swiveling arrangement shall be robust design, easy to operate and hold in any desired position. The driver’s seat cushioning shall be as per RDSO specification no. C - K607 with latest revision properly vented and upholstered with covering to RDSO specification no. RDSO/2006/CG-16 with latest revision.

15. SEATS & BERTHS

All berths cushioning shall be as per RDSO specification no. C - K607 with latest revision, properly vented and upholstered with covering to RDSO specification no. RDSO/2006/CG-16 with latest revision.

16. TRAP DOOR (INSPECTION DOOR)

Suitable trap door will be provided on the flooring of RBMV for inspection of under slung equipment, which needs attention during services. The design of trap door will be such that it can be conveniently lifted when attention to equipment is required but strong enough to withstand loading. The trap door shall remain flush to the floor.

17. TOPPLING

The under slung and on-board equipment and fittings shall be suitably located so as to ensure that weight of the equipment is uniformly distributed with respect to the centre line. Adequate measures shall be taken to ensure proper balancing and balance weight where necessary are provided so as to avoid toppling of the RBMV.

18. WATER WRIGGLES

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Continuous water wriggles with design such that the water falls off from the front of the coach shall be provided from one end of the cabin to the other, formed by upsetting the sides of the roof sheets. Gutters of suitable design of pressed shape shall be welded directly to the roof skin over the doorways.

19. ROOF VENTILATORS

TRA type roof ventilators to ICF drg. No. WLRRM4-7-3-402 with latest alteration shall be provided in RBMV.

20. WARNING HORN

Dual tone pneumatic horns shall be mounted vertically in front of the driver’s compartment and these shall be operated by robust foot operated valves.

21. FIRE PREVENTION MEASURES

Fire prevention measures shall be in accordance with RDSO / CMI No.- K402 of Code of Practice for Prevention of Fires on DMU’s Stock with latest amendments.

22. ANTI-CORROSION TREATMENT 22.1 Epoxy paint to Spec. No. RDSO/M&C/123-06 shall be laid inside the sole bar, sidewall and

body pillars up to waist rail level. In case of stainless steel, trough floor welded area between trough floor and sole bar shall be cleaned and passivated after welding. No bituminous coats shall be provided on stainless steel trough floor.

22.2 Insulation: The interior surface of the roof sheet shall be provided with 25 mm thick double

side laminated aluminum foil claded glass wool padding to spec. no. AS/NZS-4200.1. 22.3 Sheets and plates used for car construction shall be suitably treated against corrosion before

fabrication. 22.4 In addition to above, the RBMV 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.

22.5 The tenderer may suggest any better corrosion protection system that he may have adopted

with success in vehicles manufactured by him. 23. INTERIOR FURNISHING 23.1 The interior finish and furnishing must be to the best standards of coachwork, and shall

combine a good and clean appearance with durability and serviceability. The interior surface, such as walls, partitions etc. shall be rounded and joints shall be avoided. All surfaces liable to frequent handling shall be finished with materials suitable for periodical washing or cleaning, and shall be of a colour which will not show up stains.

24. EXTERNAL FITTING & FURNISHING

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

24.1 Footsteps shall be provided at all body side doors. 24.2 Steel step iron shall be provided at the entrance to the driver’s compartment and shall be so

located as to provide a convenient foothold without infringement of the maximum moving dimension.

25. INTERIOR COLOUR SCHEME

The interior colour scheme shall be as follows:

a) Floor to cant rail in compartment, doorways passages and outside lavatories

Laminated plastic sheet (3 mm thick) of stardust Grey pattern to RDSO specification C – K 511.

b) Flooring of compartments PVC floorings, Spectrum Blue to RDSO spec. No. C – K 604.

c) Ceiling White paint. 25. EXTERIOR COLOUR SCHEME The exterior colour scheme shall be approved by user Railway / RDSO / Railway Board.

26. MARKING

RBMV shall be marked generally to RDSO drawing no. CSC -1728. Particulars of allottee Railways and coach number shall be intimated later on by Railway Board.

27. TESTS ON MECHANICAL PARTS 27.1 The following tests shall be conducted on mechanical parts on prototype RBMV:

(i) Squeeze load test under load conditions as specified in Clause 2.5 given above. (ii) Tests on brake equipment on individual coaches. (iii) Tests on parking brake arrangement.

27.2 The test scheme for above tests shall be finalized after completion of prototype in

consultation with the manufacturer. 28. CLEARANCES

The first completed vehicle shall be placed on level straight track, the buffer and screw coupling height, spring height and other clearances shall be checked under tare and loaded conditions. The vehicle shall under these conditions, be passed through a structure representing the maximum moving dimensions as per diagram 1-D of revised SOD - 2004 with latest amendments and corrigendum slips. The RBMV shall also meet the other requirement of revised BG SOD-2004 with latest amendments and corrigendum slips.

29. TARE WEIGHT

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

The tare weight of prototype RBMV shall be taken by using load cells / weigh bridge and advised to RDSO.

30. RUNNING TESTS 30.1 The supplier who complete the design of RBMV as per specification, the technical details as

per Annexures IX A & B enclosed should be supplied for conducting oscillation trial so that it can be permitted to move on track. On case-to-case basis, more technical details (other than mentioned in Annexure IX A & B) can also be asked for conducting oscillation trial.

30.2 The following running tests shall be conducted on the rake to assess its speed potential and

brake capabilities:

.1 Oscillation trials: Oscillation trials on prototype unit to assess the riding quality at a test speed of 115 km/h. The speed potential of the vehicle should meet the criteria as given in Annexure – VIII.

.2 Braking distance trials from the maximum operating speed of 105 km/h. to ensure

that emergency braking distance (EBD) of the vehicle should be substantially less than 1.0 Km.

30.3 The test scheme for the above trials shall be finalized before conducting the trials in

consultation with the manufacturer.

------x------

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

CHAPTER - III

POWER EQUIPMENT, CONTROLS & AUXILIARIES 1. GENERAL 1.1 This part of the specification deals with power equipment and controls requirement for

operation of Broad Gauge, single unit, Self-propelled diesel - Hydraulic Rail Bound Maintenance Vehicle (RBMV). It shall be powered by two sets of power equipment, for rail traction application, each set comprising of an under slung diesel engine transmitting power through hydro dynamic transmission and Cardan shaft(s) to the axle drive mounted on the inner axle of each bogie. The conceptual power equipment layout to RDSO drawing No. SK.DP- 3869 is placed at Annexure – II.

1.2 The two power pack units shall be synchronized such that they work like a single unit when

controlled from either of the cabins. Provision shall also be made to isolate any power pack and run the vehicle with single power pack unit.

2. SCOPE OF SUPPLY 2.1 The scope of supply of equipment for each RBMV shall be as under:

S.N Item Description Qty/RBMV .1 Fuel efficient diesel engine, of adequate capacity with anti-

vibration mounting pads, mounting brackets & bolts, engine driven alternator for charging battery for engine cranking, cooling equipment complete with radiator, hydraulic system, cooler and Fuel pipes, check valve, hoses and fittings.

2

.2 Hydraulic transmission using hydro-dynamic elements and preferably provided with hydraulically reversible arrangement with anti-vibration mounting pads, mounting brackets & bolts, standstill detector & associated equipments and controls.

2

.3 Axle drive gearbox of suitable gear ratio, complete with powered axle & torque arm assembly.

2

.4 Cardan shaft for drive between: a) Input to transmission (if, required) b) Between Transmission and Axle drive

2 2

.5 Controls and instrumentations for two cabs for bi-directional operation of vehicle.

2 set

.6 Battery: a. 24 V, 290 Ah for engine starting b. 110 V, 120Ah for controls & Lighting

2 set 1 set

.7 Speed indicator cum recorder for one cab and only speed indicator for other cab

1 set

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

3. CLIMATIC CONDITIONS 3.1 The RBMV power equipment shall be in continuous operation under the following

atmospheric and climatic conditions: -

Altitude Sea level to 700 m above MSL

Humidity 40% - 100% Ambient temperature - 5 o C to 55 o C

3.2 The RBMV should perform satisfactorily under heavy rainfall, squally and very dusty

conditions. The RBMV should also be able to negotiate water logged tracks with water level about 100 mm above the rail top for which equipment should be suitably designed. The RBMV and its principal assemblies shall be of such design and manufacture which have proved satisfactory performance in tropical climate similar to that of India.

4. DIESEL ENGINE 4.1 Diesel engine complete shall be offered as per Clause 2.1.1 under scope of supply. Twin

under slung power pack, each powered by fuel-efficient diesel engine of adequate capacity shall power RBMV. The diesel engine shall be of proven make and suitable for traction application. The tenderer shall indicate the continuous horsepower at rated out put of offered engine under site condition. He shall also indicate if any de-rating of engine is considered for operation in adverse conditions referred in Clause 3 above.

4.2 The supplier shall indicate the total horsepower required for auxiliaries with break-up of

power requirements for each of the auxiliary machines at rated output and net power input to the transmission.

4.3 The engine shall be provided with a flywheel mounted flexible coupling. The coupling shall

be of adequate capacity to withstand high deflection and torque (at starting, stopping and due to any misfiring of the cylinders) so that no damage is caused to transmission and engine components in service.

4.4 The detailed torsional vibration analysis of the complete dynamic 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

4.5 The tenderer shall submit graphs showing the BMEP/engine output torque and SFC at all

notch levels in case a stepped throttle control is proposed. In case step-less control is proposed, the graphs for above parameters may be given at 25%, 50%, 75% and full load.

4.6 The tenderer shall furnish a copy of 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 carried out in the presence of RDSO's authorized representative.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

4.7 The exhaust emission of diesel engine shall follow the UIC – I (UIC 624, 1st edition, April’2002) standards or better.

4.8 Filters for engine air intake shall be of adequate airflow capacity with restriction indicator to

ensure satisfactory performance under dusty environment. 4.9 Air intake with filters, ducts and exhaust arrangement shall be compatible with engine

system and shall be located at suitable position within the overall dimensions of the vehicle. 4.10 The exhaust pipe shall be horizontal and located under floor avoiding the position near

footsteps to the RBMV. 4.11 The diesel engine shall work satisfactorily with fuel oil to Indian Standard Specification No.

1460 (2005). 4.12 The tenderer shall supply engine driven alternator of adequate capacity as standard

accessory for charging battery for engine cranking and coach lighting and controls. 4.13 The tenderer shall submit along with his offer, complete data of engine, Transmission

system and Auxiliaries etc. as per Annexure-III. 5. TRANSMISSION 5.1 Hydraulic transmissions complete shall be offered as per Clause 2.1.2 under scope of

supply. In case hydro-mechanical power shift transmission is offered, the gear shifting shall be automatic and it shall not call for any attention from the operator. The transmission shall include all the necessary accessories, standard attachments and safety devices.

5.2 The supplier shall carry out torsional vibration analysis of the matched power equipment

system to ensure that there is no secondary vibration in the system that can lead to failure of any component of the transmission during operation at idle or under loaded condition.

5.3 The transmission shall be suitable for Cardan shaft connection with the diesel engine (if

remotely connected) and axle drive gearbox. 5.4 Special care shall be taken to ensure reliable and efficient performance of the transmission

without developing a temperature beyond the safe permitted limit during full load operation. The system shall not call for any special care on the part of the driver to protect the transmission from damage under any circumstances.

5.5 The tenderer shall furnish a copy of Type Test Report of the transmission from a statutory

body in support of their claim regarding performance and reliability.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

5.6 To minimize the secondary vibrations in under-slung power pack, mounting of engine and transmission on Skid mounting shall be preferred.

5.7 The combined performance of the twin power equipment shall not be inferior to the tractive

effort curve No. G.DP- 1162, placed at Annexure – IV. Supplier shall submit TE Vs Speed curve superimposed with above curve with complete matching calculation of offered power equipments along with equipment lay out drawing.

5.8 Transmission shall have provision of secondary lubrication arrangement to provide

protection to transmission from damage during towing in train formation. 6. COOLING SYSTEM

6.1 Radiator of adequate capacity for cooling the water, lubricating oil and transmission oil,

shall be provided. The cooling system shall be with excess capacity of 30% towards choking. The heat dissipating requirement of the transmission oil shall be heat equivalent of 30% of the maximum horsepower input to the transmission under most adverse site conditions.

6.2 The fan and the cooling arrangement shall be of adequate capacity to cope up with the

service demands under the most severe temperature conditions. The maximum water temperature shall not normally exceed 85 ºC, the safe operating temperature of the engine. The system shall be adequately pressurized and vented to avoid all possibilities of cavitations. The complete technical details of the Radiator and its fan shall be furnished

6.3 The calculations in support of above shall be submitted, comprising mainly of:

• 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.

6.4 The tenderer shall indicate the suitable location for mounting Radiator and submit mounting details of radiator assembly, fan drive arrangement such that all equipments fit completely within the overall dimensions of RBMV.

7. CARDAN SHAFT 7.1 The cardan shaft shall be of robust design and well proven in performance capability,

suitable for transmitting rated horsepower and maximum torque encountered during operation.

7.2 The resultant angularity of Cardan shaft shall be maintained within 5º. 8. AXLE DRIVE GEAR BOX WITH POWERED AXLE

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

8.1 Two numbers Proven axle drive gearbox of suitable gear ratio, complete with powered axles

& torque reaction arm shall be offered. The tenderer shall take care that the offered power equipment is well matched with the axle drive and meets the performance requirements.

8.2 The axle drive gearboxes shall be robust in construction and designed to transmit continuous

rated horse power/ maximum torque with adequate safety margin. The tenderer shall furnish the maximum torque transmission capacity of the axle drive gearbox at start.

8.3 The input flange of the axle drive shall be oil injection mounted. 8.4 The powered axle shall conform to IRS specification R- 43 (latest). 9. AUXILIARY ALTERNATOR 9.1 Engine mounted auxiliary alternator of adequate capacity with rectifier for the speed range

between idle and maximum of engine speed shall be provided on each engine to supply 24V DC for charging the battery provided for engine starting.

9.2 Engine driven auxiliary alternators with rectifier and voltage regulator of adequate capacity

shall be provided. The drive for the alternator shall be taken from auxiliary end of engine. The auxiliary alternators shall cater to the following electric loads:

.1 Two twin beam head lights, one at each end. .2 Flasher Light and marker light

.3 110 V supply for controls and cab equipments .4 Charging of 110 V, 120 Ah batteries .5 Light & Fan load of RBMV. 10. BATTERY 10.1 Two different sets of Lead acid storage batteries shall be provided:

• 24 V, 290 Ah batteries for engine starting and shall cater to Six cranking of engine at 10 seconds interval.

• 110 V, 120 Ah for controls & lighting shall cater to all auxiliary electrical load of the RBMV for two hours in case of auxiliary alternator failure.

10.2 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.

11. CONTROLS

11.1 RBMV shall be provided with driving control cab at both ends for bi-directional operation

of vehicle. Adequate control equipment including gauges, instruments, and safety devices shall be provided for safe and satisfactory operation of the RBMV. The equipment and controls shall be so arranged in the driving cab, that they facilitate easy access for operation

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

and maintenance. Interlocks shall be provided such that RBMV can be operated from one driving cab only at a time.

11.2 Power On-Off indication for each power pack shall be provided on control panel of each

driving cab. 12. GAUGES, INSTRUMENTS AND SAFETY DEVICES 12.1 Gauges should be self-illuminated with LED and flush mounted. 12.2 Diesel Engine

(i) Engine starting switch/push button. (ii) Lube oil pressure gauge (iii) Lube oil temperature gauge (iv) Cooling water temperature gauge (v) Battery charge/discharge Ammeter (vi) Engine hour meter and engine speed indicator (vii) Engine stop switch/push button (viii) Emergency stop (Engine) (ix) Fuel level indicator (x) Radiator water level indicator

12.3 Transmission .1 Transmission oil temperature gauge .2 Transmission oil pressure gauge

.3 Forward/Reverse/Neutral indicator 12.4 Brake system 12.4.1 All the pneumatic gauges shall be back lit type self-illuminated and calibrated in 0.1kg/cm2

pressure and least count should be 0.1 kg/cm2.

Following gauges shall be provided in the cab to indicate the driver regarding air pressure level in various parts of the system.

.1 MR pressure gauge .2 Brake pipe pressure gauge .3 Parking brake gauge

.4 Brake cylinder pressure gauge duplex type indicating BC pressure of both the bogies .5 Any other gauges, which are required as per the system, offered.

All gauges should be of 4” diameter. 12.5 Other Gauges

.1 Vehicle speed indicator cum recorder (in one Driving Cab)

.2 Vehicle speed indicator (in other Driving Cab) All gauges shall be of proven and reliable design. Graduations of the gauges shall be in metric units.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

12.6 The following safety devices shall be provided: .1 Water temperature too high - Engine to idle & Transmission to neutral .2 Transmission oil temperature

high - Engine to idle & Transmission to neutral

.3 Low lube oil pressure - Engine to shut down & Transmission to neutral

.4 Engine speed too high - Engine to shut down & Transmission to neutral

.5 Radiator water level too low - Engine to shut down & Transmission to neutral

.6 Emergency engine stop - Fuel supply to engine cut off & Transmission to neutral

.7 Emergency brake application - Engine to idle & Transmission to neutral

.8 Provision of stand alone vigilance control device

- Application of penalty brake, Transmission to neutral & Engine to idle

12.7 The following Audio-Visual Signals or Reference panel lights shall be provided in the

driver's cab: .1 Lube oil temperature too high .2 Radiator water temperature too high .3 Engine lube oil pressure low. .4 Engine shut down by safety relay .5 Forward/ Reverse proving lamp. .6 Engine starting .7 Battery charging

13. SPEED INDICATOR / RECORDER

13.1 Speed indicator and recording equipment of 0 - 200 km/h range, shall consist of an axle

box mounted opto-electronic speed sensor, one speed indicator, one recorder cum indicator unit with micro controller containing FLASH EEPROM internal memory for calculating and recording the journey data a portable FLASH memory card for external memory. The equipment shall conform to RDSO specification No. MP- 0.3700-07 (Rev.04) of April‘ 2007. One cab of DPC shall have one recorder-cum-indicator and that of other cab shall have one indicator only.

14. HEAD LIGHT 14.1 The RBMV shall be equipped at both ends with standard headlights to RDSO specification

for Twin Beam Head Light with 24 halogen lamps for electric, diesel electric and EMU no. ELRS/SPEC/PR/0024(Rev-1), Sept’2004 and specification for DC-DC Converter for electric loco. /diesel electric loco No. ELRS/SPEC/DC-DC Converter/0021, (Rev-1), Sept’2004.

15. FLASHER LIGHT

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

15.1 The RBMV shall be provided with Flasher lights to RDSO Spec. for LED based Flasher light units for electric loco/diesel hydraulic loco/EMU/DMU No. ELRS/SPEC/LFL/0017(Rev.1) of Sept’2004

16. MARKER LIGHT 16.1 The RBMV shall be provided with Marker light to RDSO specification for LED Marker

light for electric loco/diesel electric loco No. ELRS/SPEC/ PR/0022, (Rev-1) October’2004. 17. PIPING

17.1 All pipe joints will be as per ICF standard practice. Schematic piping to suit the engine shall

be to the relevant ICF drawings. Flexible pipes shall be provided at the locations prone to vibrations.

18. LUBRICATION 18.1 Grease nipples shall conform to IS specification No. 4009. All the grease nipples &

adapters, wherever used, shall be tack welded to prevent them from unscrewing and falling off in service.

19. FIRE EXTINGUISHER 19.1 Four Halon 1211 type fire extinguishers shall be provided, two in each cab.

*******

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

CHAPTER – IV

BRAKE SYSTEM

1. General

1.1 The self-propelled RBMV shall be provided with twin pipe graduated release air brake

system. It shall have the following distinct positions: i) Release positions ii) Minimum reduction position iii) Full service position iv) Emergency position

1.2 Provision should be made that during emergency brake application, engine should come to

idle. 1.3 Panel mounted air brake system of approved make conforming to Spec. No. MP-0.01.00.19

(Rev-00), July’2006 should be provided but multiple unit feature need not be provided. 1.4 The brake system / rigging shall be bogie mounted and shall be provided with non-asbestos

composition ‘K’ type brake blocks. 1.5 The RBMV shall be provided with the following additional brake equipment:

i) Air dryer of approved make conforming to Spec. No. MP- 0.01.00.06 (Rev-0.03),

March ‘2007 should be provided. ii) Stand alone VCD of approved make conforming to Spec. No. MP-0.34.00.04 (Rev-

04), Dec ‘2008 should be provided. iii) D-1 Emergency brake valve (Air brake) in each driving cab on the extreme right

hand side. iv) Stand-by brakes, in case of failure of distributor valve or any component in the brake

system.

1.6 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. All the brake rigging pins/joints shall be provided with bulb type cotters.

1.7 The brake gear bushes shall be as per RDSO Schedule of Technical Requirements for plastic

brake gear bushes for passenger coaches to C-9203 latest revision / alteration. 1.8 The supplier shall submit details of brake system covering Brake schematic diagram,

Working principle, Brake power diagram, Calculation for EBD, Number, dimension & type of brake block and Literature on brake equipments proposed along with offer and get the brake system approved from RDSO before manufacture of the prototype.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

2. PARKING BRAKE 2.1 Provision of spring applied parking brake shall be made in RBMV to RDSO specification

no. C-K 408. 3. AIR COMPRESSOR: 3.1 RBMV shall be provided with engine mounted twin cylinder air compressors (one with each

engine). The total FAD of compressor shall be 350 lpm at 8 Kg/Cm2 at idle speed of the engine. The tenderer shall ensure the adequacy of offered compressor. Cut-in and cut-out of compressors will be at 7 Kg/Cm2 and 8 Kg/Cm2 pressure respectively.

4. PIPING AND PIPE FITTINGS 4.1 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.

4.2 Double ferrule pipe fitting consisting of body, front ferrule, back ferrule and nut shall be

provided. The body and nut will be of carbon steel to ASTM A-108 Grade II with electro cobalt zinc plating with chromic passivation. The front ferrule and back ferrule will be made from Stainless Steel to ASTM A 276 TP 316 SS and conforming to ICF specification no. ICF/MD/SPEC-166 rev.2 with latest amendments.

4.3 All pipes shall be adequately clamped to the frame assembly. Compreg type - II clamp to

RDSO spec. no. C-9407 shall be used. 4.4 Flexible hose connections conform to spec. SAE 100R1 only shall be used.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

CHAPTER - V

CRANE

1. RBMV shall have hydraulically operated type fixed crane mounted on it and the crane shall

be without outriggers /jacks. The crane shall be of knuckle boom or pillar jib type with telescopic jib. The loading/unloading of material shall be carried out without the requirement of OHE power block on electrified sections of IR.

2. The crane shall be structurally integrated with the under frame of RBMV. Mounting

arrangement shall be made in the under frame so that it should be rigid and upright without infringing BG moving gauge during run.

3. The crane shall be capable of lifting a load of 1t at 8m radius with 3600 slewing. The

tenderer shall submit the lifting capacities at various radii. The crane should be capable of loading / unloading P Way materials lying along the track on either side viz. rails, concrete sleepers, switches and SEJs etc. (the details of which may be obtained from RDSO), from ground and 1.2m below rail level to RBMV and vice-versa. Suitable attachment like loading platform, lifting tackles / lifting clamps for handling the heavy materials shall be provided along with crane. The tenderer shall submit the details of the same. Slings required for picking up rails, sleepers or crossings shall also be supplied as part of the crane. Necessary make-up blocks (if required) shall be supplied by manufacturer/supplier for steady transfer of load during operation of the crane.

4. It shall be possible to start the loading / unloading at site within five minutes of arrival. In

case, the tenderer is not able to meet the above requirement, the set-up time shall be indicated by the tenderer and shall have to ensure the same during testing.

5. The crane operation shall be such that there is no infringement with overhead electric

equipments including adjacent track, if available either by crane or items to be lifted as indicated in Clause 3 above. Suitable safety devices shall be provided to prevent such infringement, if any. The crane shall be properly secured while traveling to protect it from damages.

6. Power Equipment & Controls: 6.1 Separate power pack preferably of indigenous make with its operating and control panel and

operator’s seat shall be provided for independent operation of crane. In case of power pack failure, an alternative provision shall also be made through traction power pack for uninterrupted operation of crane.

6.2 The diesel engine for crane operation shall work satisfactorily with fuel oil to IS

Specification No.1460 (2005). 6.3 A separate fuel tank with adequate capacity sufficient for continuous operation of 24 hours

shall be provided. Sight glass type fuel measuring gauge shall be provided on the fuel tank.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

6.4 Control panel with operator’s seat shall be provided at a suitable place near the crane for its operation. Good quality light weight foldable/detachable shelter/cover shall be provided for the crane operator working on the platform of the vehicle. This shelter/cover should not create any infringement to the crane operation. The equipment and controls shall be arranged near operator’s seat to facilitate easy access for operation of the crane. Care shall be taken to protect the controls from environmental hazards.

6.5 One additional control panel with necessary controls may also be provided at convenient

location inside either of the driver’s cab for operation of the crane. The driver’s cabin should be designed so as to provide unobstructed view of the working site including load on the crane hook at all positions of the jib.

7. The operation of crane viz. hoisting, derricking, slewing shall be hydraulic / electric. The

hydrostatic system shall have hydraulic pumps, motors and other equipments of proven make and reliable.

8. Hydraulic tank of adequate capacity shall be provided at suitable location. Hydraulic hoses

of proven make shall be used. 9. Indigenously available hydraulic oil and approved by OEM shall be used. 10. Tenderer shall submit hydraulic schematic diagram for crane operation, load charts and

stability calculation.

11. Provision shall be made to bring the crane in folding condition in case of crane power pack failure by manually operated pump or any other means.

12. The system shall be provided with suitable hydraulic valve to protect against accidental

lowering of load due to system failure.

13. Tenderer shall submit technical details of offered crane along with hydraulic pump, motors and power pack for crane operation as per Annexure- III.

*******

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

CHAPTER - VI

COACH LIGHTING

1. This covers the requirements of lighting equipment to be installed in the RBMV. Lights and

fans shall be as per layouts mentioned in Annexure – I of this specification. 2. The coach of the RBMV shall be provided with an emergency electrical connection for

lighting load only. The battery provided on vehicle in case of auxiliary generator failure will cater to the lighting load.

3. WIRING 3.1 The code of practice for wiring as per EL/TL/48 shall be generally followed. Each driving

cab shall be provided with a control panel with controlling switches for lighting and fan circuits. Suitable indication lamps shall be provided to indicate the working of the generator and ON/OFF positions of various feeders. The configuration of coupler wires shall be such as to meet the above requirements. The controls of lights and fans shall be possible from any of the driving cabs.

4. DISTRIBUTION FUSE BOARDS 4.1 Distribution fuse boards for the entire coach shall be located uniformly along the length of

the coach. Each board shall be accessible through a separate hinged cover. The cover shall be provided with a suitable locking device that could be opened by the same key as for the junction box. A suitable key shall also be provided for keeping the cover in open position.

5. FANS 5.1 Brush less d.c. (BLDC) fixed type of fans of 400 mm sweep conforming to

RDSO/PE/SPEC/TL/0021/2000 (Rev.0) with Annexure – H to IS: 6680-1992 issued by RDSO in June/2003, shall be provided. Each fan shall be controlled by its own switch. The fan base shall be insulated from the coach body and the coach wiring shall be terminated to 2-way connectors supplied with the fan and fixed on the ceiling.

6. LIGHTS 6.1 Interior: Fluorescent fittings shall be used for lighting the compartment as shown in layouts

indicated in Annexure-I of this specification. 6.2 Exterior: External light fittings will work on 110 V DC. 15W incandescent lamps to IS: 897

shall be fitted at locations as shown in the coach layouts (Annexure-I of this specification). The coach wiring shall be terminated on 2-way connectors to IRS Drg. No.E101/M/B and the connection to the light fitting shall be given from 2-way connectors using flexible wires.

6.3 All the lights shall be grouped into L-I and L-II circuits, which shall consist of essential and

non-essential lights respectively. 50% of the compartment lights and doorway lights shall be wired as essential lights and all the other lights as non-essential lights.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

6.4 One electrical socket on either side of the RBMV shall be provided to facilitate the use of

portable inspection lamp for the examination of underframe equipment.

6.5 To enable the charging of mobile phones and other similar instruments/equipments, two nos. of plugs in both the cabins and four nos. of plugs in the staff cabin shall be provided.

7. SWITCHES 7.1 Modular switches for the control of compartment fans shall be located on the body sidewall

pillars between windows in the respective bays. All light points shall be wired without individual switch. A separate switch shall be provided in the driver’s cab for control of headlights.

8. TEST CERTIFICATES 8.1 Electrical test shall be carried out on each coach in accordance with EL/L/48. One copy of

test certificate after counter signature by Inspecting Engineer shall be made available to the Railway to which the coach is allotted.

9. MARKINGS 9.1 At either end panel underneath the emergency coupler socket, following shall be stenciled.

“Junction box provided inside”.

------x------

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Annexure - III PARTICULARS TO BE SUPPLIED BY SUPPLIER

1. The following particulars pertaining to diesel engine and auxiliary equipment shall be

submitted by the tenderer 1.1 Diesel Engine

I General Data .1 Exact description and model of the engine .2 Rated output of the engine under UIC and site condition .3 Rated engine speed .4 Number and arrangement of cylinders .5 Cylinder bore .6 Piston stroke .7 Compression ratios .8 Mean piston speed .9 BMEP at rated output .10 Normal no load idling speed .11 Peak firing pressure .12 Full test result and data pertaining to UIC or equivalent engine tests .13 Specific fuel consumption at various throttle position with tolerance band under UIC

and site conditions Indicate the lower calorific value of the fuel used in arriving at the specific fuel consumption figure.

.14 Fuel oil consumption at idle speeds (normal & low)

.15 Lube oil consumption at rated output as percentage of fuel oil consumption

.16 Derating calculation for site condition

.17 Safety devices provided - Overspeed - Low lube oil - Overload - High cooling water temperature - High lube oil temperature - High exhaust temperature - High intake temperature - Any other

.18 Number of engines of this type in traction service

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Annexure –III PARTICULARS TO BE SUPPLIED BY SUPPLIER

1. The following particulars pertaining to diesel engine and auxiliary equipment shall be submitted by the tenderer.

1.1 Diesel Engine I General Data .1 Exact description and model of the engine .2 Rated output of the engine under UIC and site condition .3 Rated engine speed .4 Number and arrangement of cylinders .5 Cylinder bore .6 Piston stroke .7 Compression ratios .8 Mean piston speed .9 BMEP at rated output .10 Normal no load idling speed .11 Peak firing pressure .12 Full test result and data pertaining to UIC or equivalent engine tests .13 Specific fuel consumption at various throttle position with tolerance band under UIC

and site conditions indicate the lower calorific value of the fuel used in arriving at the specific fuel consumption figure.

.14 Fuel oil consumption at idle speeds (normal & low) .15 Lube oil consumption at rated output as percentage of fuel oil consumption .16 Derating calculation for site condition .17 Safety devices provided

- Over speed - Low lube oil - Overload - High lube oil temperature - High exhaust temperature - High intake temperature - Any other

.18 Number of engines of this type in traction service .19 Weight of engine excluding oil and water .20 Weight of water contained in the engine .21 Weight of oil contained in the engine .22 Weight of major equipment

- Turbocharger - Charge Air cooler - Crank case bare - Piston and connecting rod - Cylinder liner - Cylinder head

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

.23 Temperature of exhaust gas at turbo inlet at rated output under UIC and site conditions

.24 Method of starting giving details of equipment .25 Estimated period between top and major overhaul .26 Periodicity of overhauling the following critical items

- Turbocharger - Piston and piston rings - Air and exhaust valve - Main bearings - Connecting rod bearings - Fuel injection pump - Fuel injectors

.27 Special design features of engine high-lighting the measures which have been taken to achieve : - - Lower specific fuel consumption - Lower lube oil consumption - Reduced thermal and mechanical loading of critical components - High reliability - Maximum availability

.28 General arrangement and dimensional details

.29 Characteristic curves for torque, output and specific fuel consumption for different setting of the fuel injection pump

.30 Torque-speed curve, which the manufacturer considers to be the maximum torque that, should be used for rail traction.

.31 The curve of fuel consumption for no-load running commencing from the minimum idling speed, expressed in kg/h.

1.2 Air compressor

.1 Make

.2 Model

.3 Maximum pressure

.4 Capacity (at idle & full speed of engine)

.5 Installation drawing showing overall dimensions.

.6 Weight - dry/full supply

.7 Cooling

.8 Graph showing speed Vs. horse power & capacity

1.3 Auxiliary Alternator .1 Make .2 Model .3 Continuous / short time rating with details of voltage and current regulation .4 Installation drawing showing overall dimensions. .5 Weight

1.4 Hydraulic Transmission

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

.1 Make

.2 Type

.3 Maximum input hp

.4 Complete transmission characteristic curves including input power, output power, input & output torque, transmission efficiency for 100%, 75%, 50% & 25% of full load, against output speed.

.5 Basic characteristic curve of torque converter/ hydraulic coupling

.6 Normal & max. permissible oil temp. of torque converter

.7 Weight of transmission dry & with full supply

1.5 Reversing Arrangement .1 Method of reversing with full details .2 Ratio - forward & reverse

1.6 Axle Drive Gear Box

.1 Make & Type

.2 Gear ratio

.3 Installation and detail design drawings

.4 Horse power rating & torque and speed characteristic

.5 Maximum torque at start

.6 Details of torque arm with mounting details 1.7 Cardan Shaft

.1 Make & Type

.2 Torque rating, life rating and permissible angularity

.3 Minimum compressed length with permissible length compensation

.4 Installation drawings 1.8 Hydraulic Pump for crane operation

• Type (fixed / variable) • Model • Make • Flow rate (LPM @ speed) • Pressure settings • Maximum permissible leak-off • HP consumed

1.9 Hydraulic motor for crane operation

• Type (fixed / variable) • Model • Make • Flow rate (LPM @ speed) • Pressure settings • Maximum permissible leak-off • HP consumed

1.10 Power unit for crane operation

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

• Make & type of engine. • Max. power and rpm. • Details of filters used • Type of cooling: air or water. • Fuel tank capacity (litres) • Overall dimensions: L x B x H • Weight with frame, pump & power unit.

1.11 Crane particulars:

• Length of fully retracted jib from slew center from horizontal condition. • Tail radius from slew center if any. • Length of fully extended jib from slew center. • Hoisting speed with full capacity load (Minimum) • Derricking time from maximum to minimum operating radius with rated load. • Telescopic time from full retracted to fully extended condition with rated load. • Slew time for complete circle from rest.

----x----

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

ANNEXURE-V List of Equipment and tools to be kept on RBMV

SN Description of items to be kept on RBMV. Length (cm)

Width (cm)

Height (cm) Qty Unit weight

(kg)Total weight

(kg)1 Walkie Talkie (04 sets in a box) 20 10 10 4 sets 01 042 Portable field telephone 15 15 15 1 04 043 Disc cutter 107 42 95 1 30 304 Rail cutting machine 110 50 60 1 65 655 Rail drilling machine 103 45 57 1 60 606 Chamfering kit (Torque wrench, chamfering unit, box

wrench etc. in a box). 130 20 20 1 12 12

7 Rail welding equipment with hydraulic (mechanical tensor)

450 60 80 2 set 785 (635) 1570(1270)

8 Weld Trimmer Power-Pack Trimmer-

117120

3762

55 28

1 150 150

9 Rail profile grinder K-oil operated (electrical operated) 102 46 35 1 80 (30) 80 (30)10 4 No. off-track hand-held tamper with 2 generators

Generator Set- Tools (brief case)-

8062

4541

70 14

1 set 180 180

11 Lifting jack- Hydraulic (mechanical) 30 16 25 4 21 (11) 84 (44)12 Lifting cum slewing device- TRALIS 70 80 60 2 60 12013 de-stressing Items (complete set for de-stressing 3 km

LWR)

13.1 Rail Tensors- Hydraulic (mechanical) 170 40 30 2 set 350 (200) 700 (400)13.2 600 rollers,(one roller @ 10 m) (in a box)

(for 3 Km)- (for 1 Km)-

110(110)

30(30)

312

(104)

1 set 1500 1500

13.3 30 wooden mallets 92 28 15

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

14 PWI Inspection kit including vernier, micrometer, rail thermometer, etc., having 26 items

50 10 38 1 10 10

15 Gauge-cum-level 185 8 7 1 3.5 3.516 Rail dolly 323 80 94 6 80 48017 Rail (mono) cum road trolley 65 40 30 2 18 3618 Warning system consisting of 1 set 2 2 18.1 Red banner flag 2 - -18.2 Red hand signal lamp (in a box) 30 25 25 1 - -18.3 Green hand signal flag 1 - -18.4 Detonator 10 - -18.5 Remote control hooter 25 12 25 1 12 1219 Gas cutting equipment with accessories 1 5 5A Weight of equipment excluding de-stressing material as mentioned in item no. 13 2908(2505)B Weight of equipment excluding off-track tamper materials as mentioned item no.

10, 11 & 12 4712(4062)

C Additional weight of equipment T&P, manpower normally to be loaded on the RBMV

2081

D Design weight (A+C) (4989)~5 t Note: i) During de-stressing, fastening will also be required for casual / through renewal. The same will be transported separately.

ii) The Gang tools like crow bars, hammer, beaters, rail tongues etc. required for de-stressing work will be transported separately. iii) It is assumed that during de-stressing work, the item listed at sl. no. 10, 11 &12 shall not be used. Also T&P required for 1.0 Km of de-stressing shall only be

taken to site. iv) It is assumed that de-stressing work is not required for the whole year. As such the items listed at sl. no. 13.1 and 13.2 shall not be required to be taken to

site all the time. v) With 5t design payload capacity, and minor adjustment of T&P, machines etc., required for specific site, it will be possible to take care of most of the

situation for which the RBMV shall be used.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

ADDITIONAL LIST OF EQUIPMENT, TOOLS & MANPOWER NORMALLY REQUIRED FOR MMU-1 ALONG WITH THEIR WEIGHT TO BE LOADED ON RAIL BOUND MAINTENANCE VEHICLE (RBMV)

SN Description of items to be kept on RBMV. Length

(cm)Width

(cm)Height

(cm) QtyUnit

weight (kg)

Total weight

(kg)1 Manpower 15 65 9752 First-Aid-Box 25 15 20 1 3 33 60 kg rails of 6.5 m length/Glued joints 650 16 18 2 390 7804 Gang tools 4.1 Crow bar 2 35 704.2 Rail tongs 2 10 204.3 Beater 2 5 104.4 Hand Claw 2 1 25 Fastening 5.1 ERC, Steel / GFN liners, rubber pads 5 each 1.4 75.2 SEJ bolt 1 1 15.3 130 mm size bolts (in a box) 30 30 20 4 1 45.4 Stretcher bar bolt 1 5 55.5 Wooden block + clamps 30 25 20 2+2 15 605.6 Joggle fish-plate (One 60 kg + one 52 kg) 64 4 12 1+1 32 645.7 One meter long fish-plate (One 60 kg + one 52 kg) 100 4 12 1+1 40 806 C Grand Total 2081

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

ANNEXURE-VIII

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

ACCEPTANCE CRITERIA DURING OSCILLATION TRIALS

The speed potential of the machine offered by the firm should be established based

upon oscillation trials conducted in India. The tests will be conducted at a speed usually 10% higher than the maximum speed potential indicated by the firm for the machine under consideration and the following criteria satisfy for the same. For conducting the tests, a section of mainline track will be selected over which there is no temporary speed restrictions and which is considered by the Railway as being in a generally run down condition for mainline standards, but without speed restrictions. The vehicle will be tested generally for new and worn clearance conditions and where relevant for operation in the forward and backward directions. The vehicle selected for tests will be one in average condition for normal maintenance.

The criteria to assess the performance of the RBMV in oscillation trials will be as applicable in Indian Railways at the time of actual oscillation trials.

However, the criteria applicable at present is given below: 1. A lateral force lasting more than 2 metres should not exceed the Prud Home’s limit

of 0.85 (1 + P/3) tonnes, where P is the axle load in tonnes. 2. Isolated peak values exceeding the above limit are permissible provided the record

shows stabilizing characteristics of the vehicle subsequent to the disturbances. 3. A derailment coefficient should be worked out in the form of ratio between the

lateral force (Hy) and the wheel load (Q) continuously over a period of 1/20th second, the value of Hy / Q shall not exceed 1.

4. The values of acceleration recorded in the cab at location as near as possible to the

bogie pivot (as near as possible to axle in case of 4-wheelers) shall be limited to 0.55 g both in vertical and lateral directions.

5. The peak values up to 0.60 g may be permitted, if the records do not indicate a

resonant tendency in the region of peak value. 6. In case of such vehicles where measurement of forces is not possible, evaluation

shall be in terms of ride index, based on the accelerations measured as detailed in para 4 above, which shall not be greater than 4.50, but a limit of 4.25 is preferred.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

7. A general indication of stable running characteristics of the whole vehicle as evidenced by the movements of the bogie in straight, station yard and curved track and lateral force and derailment coefficient or accelerations as the case may be.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Annexure – IX A

Particulars required in respect of the RBMV under consideration

1. A diagram showing elevation with salient dimensions such as Wheel

spacing, Wheel diameter, Bogie centres and Axle load.

a) i) Overall length of the vehicle ii) Length over head stock iii) Length over buffers iv) Distance apart for centres of buffers v) Max.& Min. height of centres of buffers above rail level b) i) Wheel base ii) Axle load (max.) iii) Bogie centres 2. Wheel diameter i) New ii) Worn out / Condemning 3. i) Tread and flange profile of the wheel indicating clearly whether it is

Indian Railway standard profile or differs from standard flange profile

ii) Wheel gauge dimension (back to back of tyre flange) 4. Whether the stock designed is to be used as a general purpose or in a

close circuit in specified section under defined conditions.

5. Maximum design speed i) In own power ii) In train formation 6. Un-sprung weight per axle in tonnes i) Driving axle ii) Running axle 7. Expected lateral force in tonnes per axle at maximum design speed. 8. Method of operation - Whether single only or coupling together is possible.

If coupling is possible, the numbers that can be coupled and what is trailing load.

9. Maximum tractive effort at start and at the speed of operation a) at working drive i) at start ii) at operational speed b) at transfer drive i) at start ii) at maximum speed 10. Maximum braking force coming on the rails per wheel a) at working axle b) at transfer axle

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

11. Drawing indicating suspension arrangement details of bogie & axles. 12. Height of centre of gravity from rail level 13. Height of floor from rail level 14. Type of coupler provided – Indian Railways Standard a) Coupling b) Buffer 15. Any infringement to the maximum moving dimensions diagram of the

Indian Railways Schedule of Dimensions 1676 mm gauge (BG), Revised, 2004 with latest correction slips.

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Annexure – IX B

Following information as detailed below is also required for processing the case for issue of provisional speed certificate for new rolling stock to be introduced on IR. 1. a) Brake System details b) Gross Braking Ratio 2. Brake rigging arrangement drawing and calculation of braking

force

3. Maximum Braking Effort a) at working drive i) at start ii) at operation speed b) at transfer drive i) at start ii) at maximum speed 4. Characteristics of springs used in suspension including free

height, working height, dynamic range, stiffness and location etc.

5. Characteristics of the dampers, if used and overall damping factors and location of dampers.

i) Bouncing frequency ii) Pitching frequency iii) Rolling frequency iv) Wave length of free axle and bogie 6. Write up and salient design calculation on suspension system,

type of suspension – whether it is coil suspension with or without dampers or laminated bearing springs and double link suspension

7. What are the lateral clearances of axle box, horn, wheel flange / rail and other locations for negotiability of the vehicle on curve and turn out for new and worn-out wheel (enclose Vogel’s Diagram for negotiability on maximum degree of curve and turn out permitted on Indian Railways).

8. Wheel and Axle assembly drawings 9. Technical specification of RBMV supplied 10. Simulation results showing Ride Index, Lateral force &

Acceleration results.

11. Calculation for flange force 12. Calculation for natural frequency 13. Calculation of spring characteristics and critical speed of the

vehicle

14. A certificate regarding the maximum design speed of the RBMV alongwith supporting calculations

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

Specification for Self-propelled Rail Bound Maintenance Vehicle

Spec.No.MP-0.08.00.67 (Rev.-02) Jan’2009

CHECK LIST

1. Have you purchased the Tender Documents? Yes/No 2. Have you submitted a Bid Guarantee? Yes/No (Annexure – 5, Bid Documents Part-II) 3. Have you furnished a Letter of Authority? Yes/No (Annexure-6, Tender Documents Part-II) 4. Have you furnished the Performance Statement? Yes/No (Annexure-3, Tender Documents part-II) 5. Have you submitted the Banker’s Report? Yes/No (Para 4.1 (b) of ‘Instructions to Tenderers’ Tender Documents Part-II) 6. Have you furnished the Statement of Equipment and

Quality Control? Yes/No (Annexure – 4, Tender Documents Part-II) 7. Have you furnished the Clause-wise comments on Technical Specification Yes/No (Para 2.4 of ‘Instructions to Tenderers’ Tender Documents Part-II) 8. Have you furnished the Statement of Deviations Yes/No

(Preferably Nil)?(Annexure-7, Tender Documents Part-II) 9. Have you quoted in the prescribed proforma (Annexure-1 or 2) Yes/No 10. Have you included prices of all Standard Accessories in the price of the machine ? Yes/No (Technical Specifications, Tender Documents Part-III) 11. Have you quoted FOB, C&F and CIF prices separately as required? Yes/No 12. Have you quoted for all the Accessories and Spares? Yes/No 13. Have you furnished your Income Tax Clearance Certificate? Yes/No (for INDIGENOUS OFFERS) 14. Have you quoted delivery period correctly and precisely? Yes/No 15. Have you kept your offer valid for 270 days? Yes/No

Signature & Seal of the Manufacturer/Tenderer.