0% found this document useful (0 votes)
450 views108 pages

Merged - 317682 400 Bus Body Type II IRT Tender Tamil Nadu Govt

The Institute of Road Transport Tender Reference Number 11/BB-MOFUSSIL/CP/IRT/2023 Tender ID 2023_IRT_317682_1 CONTRUCTION OF BUS BODY 400 NOS MOFUSSILE TYPE II FOR STUs Media Publish Date 09-May-2023 09:00 AM Tender Bulletin Date 11-May-2023 09:00 AM Bid Submission Date 26-Jun-2023 Tender Value 56,00,00,000 LOC: TNSTC VPM SLM CBE KUM MDU TNV https://tntenders.gov.in/nicgep/app?component=%24DirectLink_0&page=FrontEndAdvancedSearchResult&service=direct&session=T&sp=SeNBYAv251A77QcYnc5bo%2FQ%3D%3D
Copyright
© Public Domain
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
450 views108 pages

Merged - 317682 400 Bus Body Type II IRT Tender Tamil Nadu Govt

The Institute of Road Transport Tender Reference Number 11/BB-MOFUSSIL/CP/IRT/2023 Tender ID 2023_IRT_317682_1 CONTRUCTION OF BUS BODY 400 NOS MOFUSSILE TYPE II FOR STUs Media Publish Date 09-May-2023 09:00 AM Tender Bulletin Date 11-May-2023 09:00 AM Bid Submission Date 26-Jun-2023 Tender Value 56,00,00,000 LOC: TNSTC VPM SLM CBE KUM MDU TNV https://tntenders.gov.in/nicgep/app?component=%24DirectLink_0&page=FrontEndAdvancedSearchResult&service=direct&session=T&sp=SeNBYAv251A77QcYnc5bo%2FQ%3D%3D
Copyright
© Public Domain
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 108

317682 400 bus body Type II eProcurement System Government

of Tamil Nadu 2
317682 Tendernotice_1 4
317682 Tendernotice_2 54
317682 BBMofussilCorrigendum1 103
317682 BBCORRIGENDUM2 105
BOQ_377083 108
6/20/23, 6:46 PM eProcurement System Government of Tamil Nadu

eProcurement System Government of Tamil Nadu


Tender Details
Date : 20-Jun-2023 06:46 PM

Print

Basic Details
Organisation Chain The Institute of Road Transport
Tender Reference
11/BB-MOFUSSIL/CP/IRT/2023
Number
Tender ID 2023_IRT_317682_1 Withdrawal Allowed No
Tender Type Open Tender Form of contract Item Rate
Tender Category Goods No. of Covers 2
General Technical ItemWise Technical Evaluation
No No
Evaluation Allowed Allowed
Is Multi Currency Allowed For
Payment Mode Online No
BOQ
Is Multi Currency
No Allow Two Stage Bidding No
Allowed For Fee
 
Payment Instruments Cover Details, No. Of Covers - 2
Online S.No Bank Name Cover Document
Bankers Cover Description
1 SBI Bank No Type
PROOF OF REGISTERED
ESTABLISHMENT,VALID
1 Fee/PreQual/Technical .pdf
INSURANCE POLICY AND
LETTER OF UNDERTAKING
TURNOVER CERTIFICATE,
PROOF OF GST
PAYMENT,TYPE APPROVAL
.pdf
CERTIFICATE AND
ACCREDITATION
CERTIFICATE
DULY SIGNED COPY OF
TENDER
DOCUMENT,SPECIFICATION
.pdf
ALL PAGES ALONG FILLED
UP A1.2 PROFILE OF
BIDDERS
IF EMD EXCEPTION
UNDERTAKING
.pdf BOND,ENCLOSE
QUESTIONNAIRE OF
ANNEXURE 2
PROOF OF EXPERIENCE AS
.pdf
PER TENDER DOCUMENTS
DULY SIGNED COPY OF
.pdf CORRIGENDUM,RESOPONSE
TO QURRIES IF GIVEN
ALL OTHER DOCUMENTS
.pdf REQUIRED AS PER TENDER
DOCUMENT
2 Finance .xls COMMERCIAL BID
 
Tender Fee Details, [Total Fee in ₹ * - 38,880] EMD Fee Details
Tender Fee in ₹ 38,880 EMD Amount in ₹ 10,00,000 EMD through BG/ST Yes
Fee Payable To Nil Fee Payable At Nil or EMD Exemption
Allowed
Tender Fee No
Exemption Allowed EMD Fee Type fixed EMD Percentage NA
EMD Payable To Nil EMD Payable At Nil
 
 
Work /Item(s)
Title CONTRUCTION OF BUS BODY 400 NOS MOFUSSILE TYPE II FOR STUs
Work Description CONTRUCTION OF BUS BODY 400 NOS MOFUSSILE TYPE II FOR STUs

317682 400 bus .in/nicgep/app?component=%24DirectLink&page=FrontEndTenderDetails&service=direct&session=T&sp=SbkJkDZF2A7PqsbFrbHrX…


https://tntenders.gov body Type II eProcurement System Government of Tamil Nadu 1/22
6/20/23, 6:47 PM eProcurement System Government of Tamil Nadu

Pre Qualification AS PER TENDER DOCUMENT 


Details
Independent External NA 
Monitor/Remarks
Tender Value in ₹ 56,00,00,000 Product Category Vehicles/Vehicle Sub category CONSTRUCTION
Spares OF BUS BODY 
Contract Type Tender Bid Validity(Days) 120 Period Of 365 
Work(Days)
Location TNSTC VPM SLM CBE KUM Pincode 600113 Pre Bid Meeting IRT TARAMANI
MDU TNV Place CHENNAI 
Pre Bid Meeting INSTITUTE OF ROAD Pre Bid Meeting Date 29-May-2023 Bid Opening Place CHENNAI
Address TRANSPORT,100 FEET ROAD, 12:00 PM 
TARAMANI,CHENNAI
600113 
Should Allow NDA No  Allow Preferential No
Tender Bidder
Enable Media Publish Yes
Date
Enable Tender Yes
Bulletin Date
 
Critical Dates
Media Publish Date 09-May-2023 09:00 AM
Tender Bulletin Date 11-May-2023 09:00 AM
Publish Date 20-May-2023 04:30 PM Bid Opening Date 26-Jun-2023 04:30 PM
Document Download / Sale Start 20-May-2023 04:30 PM Document Download / Sale End 26-Jun-2023 03:00 PM
Date Date
Clarification Start Date NA  Clarification End Date NA 
Bid Submission Start Date 20-May-2023 04:30 PM Bid Submission End Date 26-Jun-2023 03:00 PM
 
 
Tender Documents
NIT Document Size
Document S.No Document Name Description
(in KB)
1 Tendernotice_1.pdf TENDER DOCUMENT 1327.81
2 Tendernotice_2.pdf bus body specification 2263.17
 
Work Item Document Size
Documents S.No Document Type Document Name Description
(in KB)
1 BOQ BOQ_377083.xls commercial bid 280.50
 
 
Latest Corrigendum List
S.No Corrigendum Title Corrigendum Type View
1 CORRIGENDUM 2 Date
 
 
 

Tender Inviting Authority


Name DIRECTOR
Address INSTITUTE OF ROAD TRANSPORT,100 FEET ROAD, TARAMANI,CHENNAI 600113
 

317682 400 bus .in/nicgep/app?component=%24DirectLink&page=FrontEndTenderDetails&service=direct&session=T&sp=SbkJkDZF2A7PqsbFrbHrX…


https://tntenders.gov body Type II eProcurement System Government of Tamil Nadu 2/23
Tender Ref: 11/BB-MOFUSSIL/CP/IRT/2023

INSTITUTE OF ROAD TRANSPORT


100 FEET ROAD, TARAMANI, CHENNAI – 600 113

++

RATE
CONTRACT
TENDER

E-TENDER CUM FOR CONSTRUCTION OF NEW


B U S B O D I E S F O R M O F U S S I L O P E R AT I O N T O
TNSTUs

Tender Ref: 11/BB-MOFUSSIL/CP/IRT/2023


Due Date : 15.06.2023

TENDER DOCUMENT

IRT, Chennai- 113 Page 1 of 50

317682 Tendernotice_1 4
Tender Ref: 11/BB-MOFUSSIL/CP/IRT/2023

Table of Contents.
Schedule of Tender (SOT)………………………………………………………………………………..4
E-Tender Notice……………………………………………………………………………… ….……… 5
Know Your Rights........................................................................................................................ 6
Process of E-Tender ………………………………..………………………………………………....... 7
Letter of Undertaking ................................................................................................................... 10
1. Preamble.................................................................................................................................... 11
2. General Instructions
2.1 General ................................................................................................................................. 12
2.2 Clarifications in the Tender ................................................................................................... 13
2.3 Amendments to the Tender ................................................................................................... 13
2.4 Language of the Bid ............................................................................................................. 13
2.5 Bid Currency ......................................................................................................................... 13
2.6 Contacting Tender Inviting Authority ..................................................................................... 13
2.7 Force Majeure....................................................................................................................... 14
2.8 Arbitration.............................................................................................................................. 14
3. Eligibility Criteria
Eligibility ...............................................................................................................................15
4. SPECIFICATIONS
Specification for Mofussil Operation Type - II SDX ………………………..…………………..17

5. Bid Preparation and Submission


5.1 Tender Procedure ..................................................................................................................18
5.2 Electronic Submission Bid………………………………………..……………………………….18
5.3 Modification and withdrawal of Bid…………………………………………… ……… ……..20
5.4 Assistance of Bid ………………………………………………………………………...…………20
5.5 Tender Document Fee & Factory Inspection Fee ................................................................20
5.6 Earnest Money Deposit (EMD) ..........................................................................................21
5.7 Evaluation Criteria .......................................................................................................22
5.8 Payment of Secretarial Administrative Charges………………………………….…… ..……..23
5.9 Penalty for Delay in the Payment of Secretarial Administrative charges…… …… ..….… .23
5.10 Bid closing Date and Time......................................................................................................23
5.11 Pre-Bid meeting………………………………………………………………………… …. …....23
6. Tender opening and Evaluation
6.1 Technical Bid Opening .......................................................................................................... 24
6.2 Tender Validity ...................................................................................................................... 24
6.3 Initial Scrutiny ....................................................................................................................... 24
6.4 Clarifications by IRT.............................................................................................................. 24
6.5 Tender Evaluation ................................................................................................................. 25
6.5.1 Suppression of facts and misleading information ......................................................... 25
6.5.2 Technical Bid Evaluation ............................................................................................. 25
6.5.3 Commercial Bid Evaluation ........................................................................................ 25
6.6 Negotiations .......................................................................................................................... 26
6.7 Award of Contract .................................................................................................................. 26
6.8 IRT reserves the right to: ....................................................................................................... 26
6.9 Compliance with technical specification: ............................................................................... 27
7. Execution of Work
7.1 Acceptance of Tender and Withdrawals ............................................................................... 28
7.2 Rate Contract (RC) ............................................................................................................... 28
7.3 Payment of Security Deposit (SD) ........................................................................................ 28
7.4 Execution of Contract .......................................................................................................... 28
7.5 Release of Work Order ......................................................................................................... 29

IRT, Chennai- 113 Page 2 of 50

317682 Tendernotice_1 5
Tender Ref: 11/BB-MOFUSSIL/CP/IRT/2023

7.6 Refund of EMD .....................................................................................................................29


7.7 Release of SD .....................................................................................................................29
7.8 Forfeiture of EMD and SD ........................................................................................................29
7.9 Termination of Contract ........................................................................................................30
7.9.1 Termination for Default ...........................................................................................30
7.9.2 Termination for Convenience ..............................................................................30
7.10 Assigning of Tender whole or in part ..............................................................................30
7.11 Liquidated Damages (LD) ...........................................................................................31
7.12 Penalty for Non-Fulfilment of Tender ..............................................................................31
7.13 Inspection of Buses …………………………………………………………………………... 31
7.14 Other Conditions ......................................................................................................31

8. Requirement, Quality & Delivery


8.1 Requirement ............................................................................................................. ….32
8.2 Supply & Delivery ………………….................................................................... … …… ......32
8.3 Quality of Supply……………………………………………………………………………… …… 32

9. Payment Clause .................................................................................................................….33


10. Safe Custody of Chassis……………………………………………….…………………….... ..…..33
11. Delay in Completion………………………………………………………………………… ………… ..…….. 33
12. Guarantee………………………………………………………………………………………… ……… …….34
13. Price Fall Clause………………………………………………………………………………… ……… …… .;34
14. Testing…………………………………………………………………………………………… ……… …….. .35
Appendix - 1 Model Form of Contract
Agreement for Bus Body Construction ..........................................................................................36
Appendix - 2 Bank Guarantee Format............................................................................... 42
Annexure-1 Technical Bid
A1.1 Check-list for Enclosures ............................................................................................44
A1.2 Profile of the Bidder .........................................................................................................45
A1.3 Declaration ......................................................................................................................48
A1.4 Undertaking for LiEU of EMD……………………………………………………..……..…..49
Annexure-2 - Commercial Bid – Bus Body Construction .....................................................50

IRT, Chennai- 113 Page 3 of 50

317682 Tendernotice_1 6
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

SCHEDULE OF TENDER (SOT)

a NIT No & Date DIPR/2481/ TENDER/2023 & 09.05.2023

b Name of Supply Construction of Bus Body

c MODE OF TENDER E- Tender

d E-Tender No 11/BB -Mofussil/CP/IRT/2023

e Date of NIT( available to parties for download) From 15.05.2023 , 10:30 hrs to 14.06.2023,16.30 hrs

f Date of Pre-bid meeting 23.05.2023 at 12.00 Hrs

g Validity of Tender UNTIL COMPLETION OF TENDER REQUIREMENT.


h Estimated Contract Value Rs.56 Crores approximately

i i) Tender Fee ( Tender Document Cost (Rs18800 + 38,880/-


\ inclusive of Tax (non refundable)
Factory Inspection Fee Rs.20000) /-
ii) Earnest Money Deposit(EMD) Rs.10,00,000 /-
Note:
Company/units with MSME/NSIC/ Director of Industries
of State/ Cottage Industries approved by State authority,
are exempted from payment ofEMD/ TDC subject to the
production of proof of valid certificates pertaining to the
class of item/works for which tender is floated.

j Date of Starting of e-Tender for submission of 15.05.2023 at 10.30 Hrs


on line Technical bid and Commercial Bid at
https://tntenders.gov.in
k Date of closing of online e-tender for submission of 15.06.2023 at 15.00Hrs
Technical bid and Commercial bid
l Date & time of opening of Part-I (i.e. Technical l Bid) 16.06.2023 at 16:15 Hrs

m Bid signing Bidder shall possess valid Class III-Signing and


Encryption Digital Signature Certificates for
signing the Bids
n Help manuals for e-Tender Bidder may download the help documents and
user manuals from https://tntenders.gov.in

IRT, Chennai- 113 Page 4 of 50

317682 Tendernotice_1 7
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

TENDER NOTICE

INSTITUTE OF ROAD TRANSPORT


Regd. Office:- 100 Feet Road, Taramani,
Chennai 600113, Tamil Nadu, India
[email protected]

T E N D E R F O R PROCUREMENT OF 400 NOS BS VI CHASSIS Mofussil Type - II

IRT Tender no. 15/Chassis-Mofussil/CP/IRT/2023


IRT Tender no.11/BB – Mofussil/CP/IRT/2023

Institute of Road Transport (IRT), invites E-tender for Procurement of 400 nos BSVI
Chassis from vehicle manufacturers and Construction of Bus Body from reputed bus
body builders separately for TNSTUs., under two bid system. The Tender Document
can be downloaded from 15.05.2023. The bids shall be submitted online at
https://tntenders.gov.in 3:00PM. only with supporting documentary evidences as
provided in the Instruction to Bidder in the Tender document by 15.06.2023. Pre-
bid meeting for Chassis and bus body building shall be held on 23.05.2023 at 11.00
hrs & 12.00hrs respectively.

Modification (if any) in tender terms and conditions and tender invitation period will
be uploaded only in the website and the tenderers are requested to go through the
above website periodically.

DIRECTOR

IRT, Chennai- 113 Page 5 of 50

317682 Tendernotice_1 8
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

Acronyms and Definitions


EMD Earnest Money Deposit
FOR Free On Road / Rail
LD Liquidated Damage
SD Security Deposit
STU State Transport Undertakings
GST Goods and Services Tax
RC Rate Contract
IRT Institute of Road Transport
TNSTC Tamil Nadu State Transport Corporation Ltd
NIC National Informatics Centre

Know Your Rights

1. ALL THE TENDERS WILL BE OPENED ONLINE AND PHYSICAL SUBMISSION OF


TECHNICAL BID WILL BE OPENED IN THE PRESENCE OF THE BIDDERS WHO
PARTICIPATED IN THE PHYSICAL SUBMISSION.

2. E – TENDER WILL BE INFORMED TO ELIGIBLE BIDDERS.

3. INFORMATION OF THE TENDER FINALIZATION WILL BE INFORMED TO THE


UNSUCCESSFUL BIDDERS AFTER THE COMPLETION OF THE ENTIRE TENDER
PROCESS.

IRT, Chennai- 113 Page 6 of 50

317682 Tendernotice_1 9
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

Process of E- Tender

Important instructions to bidders for E-procurement

1) Tender document is uploaded in the e-Tender portal


https://tntenders.gov.in.The prospective Bidder shall register themselves in the
e-Tender Portal (https://tntenders.gov.in) and submit the Bids electronically
through the e-Tender portal.

2) It is mandatory for the Bidder to possess a valid Class -3 Signing and


Encryption Digital Signature Certificate in the name of the Tender
submitting authority to complete the e-Tender Bid process as per the
provisions of Government of India IT Act 2000 with latest amendments.

3) Digital Signature Certificates can be obtained from the authorized certifying


agencies, details of which are available in the website
https://tntenders.gov.inunder the link “Information about DSC”.

4) The web site has user manuals with detailed guidelines on enrolment and
participation in the on line Bidding process. The user manuals can be
downloaded for ready reference.

5) The Bidders are requested to download the e-Tender help manual and user
manuals from the Portal for reference.

6) The registered Bidder can log into the e-Tender portal and download the Bid
Forms and Tender document /corrigendum as applicable and go through them
carefully.

7) Bidder shall go through the Tender documents and get ready with all
relevant documents in pdf/xls/rar form at as indicated there in and then
have them uploaded against each category. In the Technical Bid, Bidder
may attach an index page wherever necessary, in the beginning, which
indicates the details of the files/documents that follow the index page
against Technical Bid content indicated. This shall also help for easy
reference later.

IRT, Chennai- 113 Page 7 of 50

317682 Tendernotice_1 10
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

8) While scanning the Bid documents to convert to pdf, Bidder shall scan the
page in 65 to 100 dpi mode, to get a readable page after scanning and also
the size of the document shall also be lesser. For pages in text, it is
advised to use 65 dpi mode and for pages with images,100 dpi mode.

9) Bidder shall be ready with the Technical Bid and Price Bid in filled form well in
advance to avoid last minute submission and once the bids are ready in all
aspects, they may choose the freeze option to submit the Bid finally and
thereafter they shall get a Bid acknowledgement receipt which is the final end
indicating the Successful submission of the Bid.

10) The Technical and Price Bids shall be submitted separately using the
Digital Signature Certificates.

11) Bidder can do there submission of the Bid any number of times, either
Technical Bid or Price Bid or both till the closure of bid.

12) The Bids shall be submitted online not later than the date and time specified in
the Tender Schedule or Corrigendum if published. E-Tender portal shall
automatically lock the date and time exactly as specified in the tender.

13) Even if the Bid submission is in halfway through during the closing date
and time, submission would not be possible. Hence the Bidder should be
cautious to submit the Bids well in advance to avoid failures in the
submission of their bids.

14) IRT shall not be responsible for the failure of the Bidder to submit the Bids
due to any reason.

15) For all Tender processing activities, the server time indicated at the top of the
e-Portal, while doing Bid submission/Tender opening activities shall be final.
The Local system time shall not be taken into account in such case.

16) The e-Tender system shall issue a Bid acknowledgement receipt which is the
final proof for the Successful Bid submission.

Bidder may contact the Helpdesk at National Informatics Centre for support
on theTender portal.
IRT, Chennai- 113 Page 8 of 50

317682 Tendernotice_1 11
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

For specific queries/ clarifications, please contact NIC

Contact person (NIC):

Mr. B.Seenivasan, Senior Technical Director

Contact no : 044-2490829

Mobile : 9345793227

Whatsapp : 9442153528

Email id : [email protected]

For NIC Technical Support:

Email: [email protected]

Contact Number : 044-24461505 / 044-24908115

IRT, Chennai- 113 Page 9 of 50

317682 Tendernotice_1 12
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

Undertaking
To
The Director
Institute of Road Transport
100 Feet Road, Taramani,
Chennai – 600 113

Sir,
Sub: Undertaking for participating in IRT Procurement Tender - Reg.
Ref: Tender No: 11/BB-MOFUSSIL/CP/IRT/2023

I/We ----------------------- have gone through the Terms and Conditions, Specification and
will abide by them as laid down (Tender Documents, Technical bid and Price Bid)

I/We ------------------------ hereby confirm that our Company was not blacklisted by any State
Government/ Central Government/ Public Sector Undertakings during the last three years due to
our non-performance, non-compliance with the tender conditions etc.

I/We ----------------------------------------------------------- hereby declare that all the particulars


furnished by us in this Tender are true to the best of my/our knowledge and we understand and
accept that if at any stage, the information furnished is found to be incorrect or false, we are liable
for disqualification from this tender and also are liable for any penal action that may arise due to
the above.

I/We --------------------------------------- certify that no refurbished components are used in the


Bus Body Construction.

I/We ________________ certify that we are liable and responsible for any disputes
arising out of Intellectual Property Rights.

In case of violation of any of the conditions above, I/We .......................... understand


that I/ We are liable to be blacklisted by IRT for a period of three years.
Yours faithfully
for _________________
Name, Signature
Designation
Seal

Note:
1) The above, Declaration in the company’s letter head should be submitted.

2) If the bidding firm has been blacklisted by any State Government/ Central Government/
Public Sector Undertakings earlier, then the details should be provided.

IRT, Chennai- 113 Page 10 of 50

317682 Tendernotice_1 13
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

1. Preamble

The Institute of Road Transport is an autonomous society registered under the


Societies Registration Act 1860, and is functioning under the overall control of Transport
Department, Government of Tamilnadu.

In order to streamline the purchase of spares and accessories for eight State
Transport Corporations in Tamilnadu, the Government vide G.O.No.54, Transport [A1]
Department, Dated 21.4.2000 constituted a Tender Award Committee to decide price,
terms and conditions of supply of the selected items of purchase by the State Transport
Corporations of which Bus Body Construction is one among them.

The Government of Tamilnadu designated the Institute of Road Transport as the


Nodal Agency to ascertain the requirements of the State Transport Corporations in
Tamilnadu, to call for tender and submit to the Tender Award Committee. The Director,
Institute of Road Transport has been designated as the Nodal Officer for this purpose.

To ensure uniformity, it has been decided to call for tender from should be a
registered establishment. The Certificate of Registration issued by Department of
Industries & Commerce / Registrar of Companies or SSI Certificate issued by the State
Government who meet the authorized test agency like CIRT/ ARAI / CMVR and our
specification.

The Tender will be evaluated by Tender Scrutiny Committee and approved by


Tender Award Committee. IRT will issue Rate contract order to successful bidder and
STUs. The STUs will release purchase order, execute agreement and make payment as
per terms and conditions.

As on date of delivery of bus body construction all mandatory provisions have to


be complied with.

Short Titles used in the Tender Document:

1) Bidder: Bidder means the party who makes a formal offer in pursuance of the
tender floated.

2) Successful Bidder: Successful Bidder means the Bidder who becomes


successful through the tender process.

3) Purchaser: Purchaser means the end-user for whom the procurement is


indented through the tender.

IRT, Chennai- 113 Page 11 of 50

317682 Tendernotice_1 14
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

2. General Instructions

2.1 General
The Bidders are requested to examine the instructions, terms and conditions and
specifications given in the Tender. Failure to furnish all required information in every aspect will be
at the Bidder's risk and may result in the rejection of bid.
It will be imperative for each Bidder(s) to familiarise itself/ themselves with the prevailing
legal situation for the execution of contract. IRT shall not entertain any request for clarification
from the Bidder regarding such legal aspects of submission of the Bids.

It will be the responsibility of the Bidder that all factors have been investigated and
considered while submitting the Bids and no claim whatsoever including those of financial
adjustments to the contract awarded under this tender will be entertained by IRT. Neither any
time schedule nor financial adjustments arising thereof shall be permitted on account of
failure by the Bidder to appraise themselves.

The Bidder shall be deemed to have satisfied itself fully before Bidding as to the correctness
and sufficiency of its Bids for the contract and price quoted in the Bid to cover all obligations
under this Tender.

It must be clearly understood that the Terms and Conditions and specifications are intended
to be strictly enforced. No escalation of cost in the Tender by the Bidder will be permitted
throughout the period of Agreement or throughout the period of completion of contract whichever
is later on account of any reasons whatsoever.

The Bidder shall make all arrangements as part of the contract to supply and training the
beneficiaries at various locations at their own cost and transport.

The Bidder should be fully and completely responsible to IRT and STUs for all the deliveries
and deliverables.

Any Bidder who is blacklisted in IRT will not be eligible to bid for Tenders in IRT, as per the
conditions of blacklisting.

IRT / STUs reserves the right to cancel / reduce the scope of the contract at any time in the
event of reduction in demand in STUs due to various reasons during the course of contract.

i) In case show cause notice has been issued by IRT for poor performance, then IRT
reserves the right to disqualify the bid submitted by such Bidder.
a) In case show cause notice has been issued by IRT for poor performance, then IRT
reserves the right to disqualify the bid submitted by such Bidder.

IRT, Chennai- 113 Page 12 of 50

317682 Tendernotice_1 15
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

2.2 Clarifications in the Tender


a) A prospective Bidder requiring any clarification in the Tender may notify IRT by letter or by E-
mail to [email protected] with a copy to [email protected]. We encourage paper free
e-mail communication.

b) The responses to the clarifications will be notified in the websites by means of Corrigendum to
the Tender Document.

2.3 Amendments to the Tender


a) Before closing of the Tender, clarifications and amendments if any will be notified in the
websites mentioned in the Tender Schedule. The Bidders are requested to periodically check
for the amendments or corrigendum or information in the websites till the closing date of this
Tender. IRT will not make any individual communication and will in no way be responsible for
any ignorance pleaded by the Bidders.

b) No clarifications would be offered by IRT within 48 hours prior to the due date and time for
opening of the Tender.

c) IRT is not responsible for any misinterpretation of the provisions of this tender document on
account of the Bidders failure to update the Bid documents on changes announced through
the website.

2.4 Language of the Bid


The bid prepared by the Bidder as well as all correspondence and documents relating to
the bid shall be in English only. The supporting documents and printed literature furnished by the
bidder may be in another language provided they are accompanied by an accurate translation in
English duly notarised, in which case, for all purposes of the bid, the translation shall govern. Bids
received without such translation copy are liable to be rejected.

2.5 Bid Currency


Price should be quoted in Indian Rupees (INR) only and Payment shall be made in
Indian Rupees only.

2.6 Contacting Tender Inviting Authority

a) Bidders shall not make attempts to establish unsolicited and unauthorised contact with the
Tender Accepting Authority, Tender Inviting Authority or Tender Scrutiny Committee after the
opening of the Tender and prior to the notification of the Award and any attempt by any Bidder to
bring to bear extraneous pressures on the Tender Accepting Authority shall be sufficient reason to

IRT, Chennai- 113 Page 13 of 50

317682 Tendernotice_1 16
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

disqualify the Bidder.

b) Notwithstanding anything mentioned above, the Tender Inviting Authority or the Tender
Accepting Authority may seek bonafide clarifications from Bidders relating to the tenders
submitted by them during the evaluation of tenders.

2.7 Force Majeure

Neither the Purchaser / IRT nor the Successful Bidder shall be liable to the other
for any delay or failure in the performance of their respective obligations due to causes or
contingencies beyond their reasonable control such as:

 Natural phenomena including but not limited to earthquakes, floods and


epidemics.

 Acts of any Government authority domestic or foreign including but not


limited to war declared or undeclared, priorities and quarantine restrictions.

 Accidents or disruptions including, but not limited to fire, explosions,


breakdown of essential machinery or equipment, power and water shortages.

 In such claim of Force Majeure clause, the bidder should submit the written claim,
explaining the cause within 10 days of such occurrence and should be accepted
by “DIRECTOR IRT/ MANAGING DIRECTORS OF STUs / PURCHASER”.

2.8 Arbitration

In case of any dispute, the matter will be referred to a sole Arbitrator to be


appointed by the Director of IRT / Managing Director of STUs under the “Arbitration and
Conciliation Act 1996”. The arbitration shall be held in Chennai, India and the language
shall be English only. Subject to the above, the Courts at Chennai alone shall have
jurisdiction in the matter.

IRT, Chennai- 113 Page 14 of 50

317682 Tendernotice_1 17
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

3. Eligibility Criteria

The Bidders should have the following Eligibility for participating in the Tender. The
Bidders should enclose documentary evidence duly self attested for fulfilling the Eligibility in the
Technical Bid. If a bidder fails to enclose the documentary proof for eligibility, their bid will be
summarily rejected.

Sl. Documentary Proof to be


Eligibility
No. submitted
I) REGISTERED FIRM The proof for the same to be
The Bidder should be a registered establishment. The Certificate of enclosed.
Registration issued by Department of Industries & Commerce / Registrar of
Companies or SSI Certificate issued by the State Government shall be
enclosed with the Technical Bid failing which their tender will not be considered
for further evaluation
II) ACCREDITATION CERTIFICATE Accreditation proof is to be
The Bidder should have registered with CIRT as per the Procedure of enclosed.
Accreditation of Bus Body Builders as per the Notification S.O No.425(E) dated
23.03.2007, Government of India and shall furnish proof for the same along
with the Technical Bid.
III) TYPE APPROVAL CERTIFICATE CIRT / ARAI type approval
The Bidder should have obtained type approval under the bus body code – certificate is to be enclosed.
AIS052 from the MORTH authorized test agency like CIRT / ARAI etc for
their offered models.
IV) EXPERIENCE The proof for the same is to
The Bidder should have prior experience in bus body construction of 320 be enclosed.
buses to Passenger bus Vehicle Manufacturers OR minimum 40 bus bodies
construction to Tamil Nadu State Transport Undertakings during any three
financial years out of last seven financial years 2015-16, 2016-17 2017-18,
2018-19,2019-20, 2020-21 and 2021-2022 for the models offered with 165”/
176” / 210” / 222”/ 244” (or) other equivalent wheelbase passenger chassis for
Tamil Nadu State Transport Corporations. They should furnish copies of
purchase order and invoices for having undertaken construction of bus bodies.
V) INSURANCE The proofs for the same is to
be enclosed.
The premises of the tenderer shall be insured against the following:
a) Fire & Allied perils
b) Burglary and
c) Riots
A copy of the valid Insurance Policy for all types of risks indicated above
should be enclosed with the tender documents.
VI) SPECIFICATION
The necessary documentary
The Products offered by the bidders shall conform the specification given in proof enclosed.
the tender

IRT, Chennai- 113 Page 15 of 50

317682 Tendernotice_1 18
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

Sl. Documentary Proof to be


Eligibility
No. submitted
VII) TURNOVER The Bidders shall enclose
The Bidder shall have average Turnover minimum of Rs.22.40 Crores per the certificate for the
annum and cumulative minimum Rs.67.20 Crores and incase Tamil nadu SSI turnover obtained from the
units alone Rs. 5.6 crores per annum and cumulative minimum Rs.16.8 auditors separately (or) the
crores in any three financial years out of last seven financial years 2015 -16, annual balance sheet duly
2016-17, 2017-18, 2018-19,2019-20,2020-21 and 2021-22 attested by the Chartered
Accountant.
VIII) GST PAYMENT The Bidder shall produce
The bidder should have paid minimum Rs. 4 crores as GST and in the original proof for the
case Tami Nadu SSI units alone should have paid minimum GST payment receipt
Rs.1 crores as GST during any one of the last five financial years challan or if GSTR 3B
(2015-16,2016-17, 2017-18, 2018-19, 2019-20, 2020-21 & 2021-22) returns submitted it shall
. duly acknowledged by
the concerned Tax
Authority or chartered
Accountant. Otherwise
tender will be summarily
rejected.

IRT, Chennai- 113 Page 16 of 50

317682 Tendernotice_1 19
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

4. SPECIFICATIONS

The tender offered shall conform to the specification mentioned as per AIS052
standards failing which their tender will not be considered for further evaluation.
SPECIFICATION OF NEW BUSBODY CONSTRUCTION FOR MOFUSSIL OPERATION TYPE
– II SDX 222” WB or equivalent
THE MATERIAL USED FOR CONSTRUCTION OF NEW BUS BODY SHALL MEET as per IS SPECIFICATIONS TO
MEET OUT AIS052 BUS CODE.
S.N. Description of the item Specification
1 Steel materials(Channels Angles and IS:2062.Grade A
Flats)
2 G.I. sheet IS: 277 20G zero spangle GP sheet
3 ERW Pipes IS:3601:1984 & IS3074:1979
4 Aluminium sheet & extrusions IS:733:1983 & IS:737:1986 or Aluminium extrusions to
(Beedings) Better meet INDAL design
No.2684, 5701, 5505, 1450
5 Chassis U Clamp AS:166:65:JUN:2003
6 Transmission Belt 150mm,6Ply,310Z
Wing foot high speed
7 Wood Quality Seasoned Hard wood
8 Plywoods AS:108:61:OCT:2000 BWR
9 Compressed flooring AS:109:63:FEB:2002 conforms to IS BWR with 1.20 density
Chequered Plywood 3513 (Part-3) type VI 1989 or later (weight 50 kg + or – 2%)
10 Polymoulded seat cushion AS:329:66:JAN:2004
11 Front &Rear Windscreenglass AS:202:69:JUL:2005
12 Sliding and see through glasses AS:202:70:FEB:2006
13 Rubber Glazing AS:276:68:DEC:2004
14 Hexagaonal Bolt & screws AS:214:65:JUN:2003
15 Hex Nuts AS:215:65:JUN:2003
16 PU Paint AS:375:68:DEC:2004
17 Enamel paint AS:255:68:DEC:2004
18 Laminated sheet IS:2046:1995
19 Foam Rexine AS:209:70:2006 GRI
20 Synthetic Composite Rexine High breaking strength,
High resistance to damage, Heat, Cold
wear & Flame. High percentage of
elongation
21 FRP FRP with Fire Retardant Grade
22 Wires & Cables AS:84:61:OCT:2000
23 Inverter Tube light Assembly AS:417:69:JUL:2005
24 Polyurethane Seat Cushion sizes to be As per the Annexure – IV (a) & (b).
used.
25 Front Windshield Laminated Glass Single piece laminated safety glass,
plain / flat with curved corners with PVB
film IS2553 (Part-II) – 1992 / latest
26 All GI Square tube / GI Pipe All 3mm thickness + or – 2% tolerance
with 320 YED Strength
**Specification and Drawings are enclosed in the Technical Document separately.

IRT, Chennai- 113 Page 17 of 50

317682 Tendernotice_1 20
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

5. Bid Preparation and Submission

5.1 Tender Procedure

a) The Director, IRT on behalf of STUs in Tamil Nadu invite e-tender under Two Bid system
viz., Technical Bid and Commercial Bid from the reputed Bus Body Builders for the
construction of New Bus Bodies for Mofussil operation to TNSTUs as per the
specifications given in the tender. The approximate value of tender is Rs.56 Crores.

b) The bidder can download the Bid Document from 15.05.2023 10.30 hrs to
14.06.2023, 16.30 hrs from the website https://tntenders.gov.in

c) The tender along with the necessary documents of Two bid systems i.e (a) Technical bid
and (ii) Commercial bid should be submitted online before 15.06.2023, 15.00 hrs at
https://tntenders.gov.inThe Electronic bid system would not allow any late submission of
bids after due date and time as per server time.

d) In view of the nature of tender, the technical bid is opened first and the technical bid shall
be shortlisted to ascertain the eligible tenderers and then the offer containing the
commercial bid in respect of successful technical bidders shall be opened for further
process on the date notified for this purpose. Failure to submit the two bids in online
shall result in rejection of the tender summarily

e) The bidder have to submit EMD, tender fee (Tender document cost & Factory Inspection
fee) should be submitted online in the portal https://tntenders.gov.in. Failing to submit the
above fees result in rejection of the tender.

5.2 Electronic Submission of Bid

a) The bidder shall submit online the requirements under qualification criteria and Technical
document required and commercial bid as prescribed in the tender document. All the
documents are required to be signed digitally by the bidder. After electronic online bid
submission, the system generates a unique bid reference number which is time stamped. This
shall be treated as acknowledgement of bid submission.

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

c) The bidder has to digitally sign and upload the required bid document one by one as indicated
in the tender document.

IRT, Chennai- 113 Page 18 of 50

317682 Tendernotice_1 21
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

d) Bidder has to select the payment option as “online” to pay the Tender Fee (Tender document
cost, Factory inspection fee) and EMD amount.

e) Format for the commercial bid is provided with the tender document. Bidders are requested to
note that they should necessarily submit their commercial bids in the file, open it and
completed the coloured (Unprotected) cells with their respective price quotes and other details
(such as name of the bidder). No other cells should be changed. Once the details have been
completed, the bidder should save it and submit it online, without changing the file name. If
the file is found to be modified by the bidder, the bid will be rejected by the system.

f) The Server time (which is displayed on the bidders dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening
of bids etc. The bidders should follow this time during bid submission.
g) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data Storage
encryption of sensitive fields is done. Any bid document that is uploaded to the server is
subjected to symmetric encryption using buyers/ bid openers public keys.

h) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.

i) Upon the Successful and timely submission of bids (i.e. after clicking “ Freeze Bid submission
“ in the portal) the portal will give a successful bid submission message & a bid summary will
be displayed with the bid no. and the date & time of submission of the bid with other relevant
details.

j) IRT or NIC (Service provider) is not responsible for any failure such as a bad internet
connection or power failure outside of their control. The bidder is responsible to ensure they
have sufficient time to submit an electronic bid prior to closing date and time including the
payment of any fees and getting e- receipt. In case of failure in the system within the control
of the service provider that may affect a bidding process, the contracting authority on his sole
discretion will postpone the closing time atleast 24 hours from the time of system recovery to
allow bidders sufficient time to submit their bids.
k) IRT may, as its discretion, extend the deadline for the submission of bids by amending the
bidding document, In which case all rights and obligations of IRT and bidders subject to the
revious deadline shall thereafter be subject to the deadline extended.

IRT, Chennai- 113 Page 19 of 50

317682 Tendernotice_1 22
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

l) The technical bid documents should be self attested by the bidder in all pages and uploaded in
the online.Otherwise tender will summarily rejected.

5.3 Modification and Withdrawl of Bid


i. Bidders may modify their bids online before the deadline for submission of bids.

ii. In case a bidder intends to modify is bid online before the deadline, the bidder need not make
any additional payment towards the cost of bid processing. For bid modification and
consequential re-submission, the bidder is not required to withdraw his bid submitted earlier.
Modification and consequential re-submission of bids is allowed any number of times. The
last modified bid submitted by the bidder within the bid submission time shall be considered
as the bid. For this purpose , modification / withdrawal by other means will not be accepted.
The bidder may withdraw his bid by uploading his request before the deadline of submission
of bids, however, if the bid is withdrawn, the re-submission of the bid is not allowed.

iii. No bid may be modified after the deadline for submission of Bids.

5.4. Assistance to Bidders

a) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender as indicated in the tender
notice.
b) Any queries relating to the process of online bid submission or queries in general may be
directed to https://tntenders.gov.in portal who (NIC) is a service provider for conducting the
online bidding process against this tender and they shall not be a party to any contract
between IRT and the successful bidder (s) subsequent to the bidding process.

5.5 Tender Fee (Tender Document Cost & Factory Inspection Fee )

a) Tender Document cost & Factory Inspection Fee

The bidder have to submit tender document cost (Rs 18880/- inclusive of GST) &
Factory Inspection fee (Rs 20,000/- Inclusive of GST) and put together as one payment
of total Rs 38880/- (inclusive of GST) as indicated in the portal as Tender Fee should be
submitted online in the portal https://tntenders.gov.in. Failing to submit the above fees
result in rejection of the tender.

IRT, Chennai- 113 Page 20 of 50

317682 Tendernotice_1 23
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

b) Factory Inspection

Factory inspection will be made for all the tenderers by a committee nominated by The
Institute of Road Transport.

i) In order to ascertain the production capability and also infrastructure facilities available in
the factory of the prospective tenderer, a committee nominated for this purpose shall inspect the
unit of the prospective tenderer and shall send a report to the Director, Institute of Road
Transport.

ii) The inspection report received from the Inspection Committee will be taken into account
while evaluating the tender.

iii) The tenderers are therefore requested to allow the committee to inspect their factories,
provide access to their records, accounts and production of other records to the inspecting
Committee.

iv) If the report of the inspection Committee deputed for the purpose is not satisfactory, the
offer of that firm will not be considered for further evaluation.

5.6 Earnest Money Deposit (EMD)


a) EMD amount of Rs.10,00,000/- (Rupees Ten Lakhs only) should be submitted online in the
portal https://tntenders.gov.in Failing which the tender will be summarily rejected.

b) Any tender not accompanied by EMD or accompanied by EMD for a lesser amount shall be
summarily rejected.
c) Provided any category of tenderers specifically exempted by the Government from the
payment of EMD will not be required to make such a deposit. However they will be required
to execute proper agreement as stipulated in Certificates as per G.O Ms No.199 dated
27.06.2022, Finance (Salaries Department) along with the line of activity for the offered
products for Micro and Small Enterprises located within the State of Tamil nadu alone will be
considered. Otherwise they will not considered as for exemption of EMD.
d) The tenderer claim for the EMD exemption shall produce TNSSI certificate with the line of
activity for the offered products. Otherwise they will not considered as for exemption of EMD.
e) No interest shall be payable on the EMD.

IRT, Chennai- 113 Page 21 of 50

317682 Tendernotice_1 24
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

5.7 EVALUATION CRITERIA:


a. The evaluation of tender shall be made as per the clause No- 3 Eligibility criteria.

b. If two or more tenderers quote the same price, the Tender award Committee shall split the
procurement among such tenderers taking into consideration vendor rating while award
of contract.

c The tenders received without above documents will not be considered for further
evaluation.

d On the basis of the factory inspection and technical bid evaluation conform to
tender specification and terms & conditions, the eligible tenderers will be
considered for opening of Commercial Bid.

e For evaluation of tender, the provisions contained in the Tamilnadu Transparency


in Tenders Act, 1998 and the Tamilnadu Transparency in Tenders Rules, 2000 will
be followed.
f Bidder must conform to the Terms and Conditions and duly signed in each and
every page. Any counter conditions against our terms and conditions shall be
summarily rejected.

g The Bus Body construction offered by the bidder, shall meet the specification given
in the tender document. Otherwise tender will not be considered.
h The bidder fails to meet out any one of the conditions the tender will not be
considered for further evaluation.

i Decision on individual tender is in the nature of collective responsibility of the Tender


Award Committee and any tenderer attempting to influence any member of the committee
will be liable for disqualification or blacklisting as the committee may deem fit.

j. As per TTT Act 1998, Rules 2000, (Chapter – VI-A) – Purchase Preference will be
followed in evaluation.
30-A, Purchase preference to domestic enterprises, “ In case of procurement of
procurement of goods or services, where it is possible for the procuring entity to divide the
award of tenders to more than one supplier or service provider, the tender document shall
clearly indicate that up to twenty five per cent of the total requirement in the procurement
may be awarded to domestic enterprise, not being the lowest tender, in respect of only of
goods manufactured or produced or services provided or rendered by them, if the
following conditions are satisfied.

(a) The lowest tender is not a domestic enterprise,

(b) The preferential award shall extend only to the lowest tender among the domestic
enterprises who are substantially responsive and technically qualified, and
( c) Such domestic enterprises is willing to match the price of the lowest tender.

IRT, Chennai- 113 Page 22 of 50

317682 Tendernotice_1 25
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

5.8 Payment of Secretarial Administrative Charges

The contractor shall pay 0.75% plus GST of bill amount (Basic rate) as the
Secretarial Administrative charges to IRT, on completion of Bus body construction made
as per the tender.

M/s. TDFC Ltd. will deduct Secretarial Administrative Charges while settling the
bills and pay the same to IRT.

5.9 Penalty for delay in the payment of Secretarial Administrative Charges

a. The successful bidder shall make payment of Secretarial Administrative Charges in 30


days on receipt of the debit note invoice from IRT. The payment of Secretarial Administrative
Charges shall be made by way of DEMAND DRAFT ONLY drawn in favour of “The Director,
IRT, Chennai” payable at “Chennai” and the payment by cheque will not be accepted under
any circumstances.

b. If the successful bidder fails to make the rebate payment within one month, a formal circular
shall be sent to clear the outstanding amount of Secretarial Administrative Charges with
simple interest @ 12% effective from the first day after completion of the one month period.

c. Any previous Pending payment in the Secretarial Administrative charges for the bidders will
be deducted from their payment.

5.10 Bid closing date and time


a) The bidders shall submit the technical bid through on-line at https://tntenders.gov.in.
Portal before 15.06.2023 at 15.00 hrs.
b) The tender shall not be accepted after closing date and time fixed for receipt of tenders
in on-line.

c) Due to unforeseen events, if the tender opening date happens to be a holiday,


the tender shall be opened on the next working day at the same time.

5.11 Pre-Bid Meeting date and time

The Pre-Bid meeting is to be held on 23.05.2023 at 12.00 hrs at Institute of Road


Transport, Taramani, Chennai – 600 113.

IRT, Chennai- 113 Page 23 of 50

317682 Tendernotice_1 26
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

6. Tender Opening

6.1 Technical Bid Opening


a) The technical bid submitted by the bidders through on-line at
https://tntenders.gov.in. Portal will Open on 15.06.2023 at 16.15 hrs.
b) The tenders for technical bid submitted online shall be opened by a Tender scrutiny
committee constituted for this purpose by the Director or his authorized
representatives in the presence of the bidders who choose to be present at the
Institute of Road Transport, 100 Feet Road, Taramani, Chennai – 600 113 on
15.06.2023 at 16.15 Hours.
c) Commercial bid will be conducted electronically among the technically qualified
bidders.

6.2 Tender Validity

The offered submitted by the bidders should be firm and valid for a minimum period
of 120 days from the date of opening of the commercial bid or Contract period
whichever is later.

6.3 Initial Scrutiny


a. Initial Bid scrutiny will be conducted and incomplete details as mentioned in the
condition clause no 5.1, 5.2, 5.5, 5.6 and 5.7 will be treated as non-responsive.

Bidders are submitted the tender document with subjective and conditional offers will be
treated non – responsive.

All responsive Bids will be considered for further evaluation.

The decision of IRT will be final in this regard.

6.4 Clarifications
When deemed necessary, Tender Award Committee may seek bonafide clarifications on
any aspect from the Bidder. However, that would not entitle the Bidder to change or cause any
change in the substance of the Bid or price quoted. During the course of Technical Bid evaluation,
IRT may seek additional information or historical documents for verification to facilitate decision
making. In case the Bidder failed to comply with the requirements of IRT as stated above, such
Bids may at the discretion of Tender Award Committee, shall be rejected as technically non-
responsive.

IRT, Chennai- 113 Page 24 of 50

317682 Tendernotice_1 27
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

6.5 Tender Evaluation

6.5.1 Suppression of Facts and Misleading Information


a) During the Bid evaluation, if any suppression of facts and misleading information or
misrepresentation is brought to the notice of IRT. IRT shall have the right to reject the Bid and
if after selection, IRT would terminate the contract, as the case may be, will be without any
compensation to the Bidder and the EMD / SD, as the case may be, shall be forfeited.

b) Bidders should note that any figures in the proof documents submitted by the Bidders for
proving their eligibility is found suppressed or erased, IRT shall have the right to seek the
correct facts and figures or reject such Bids.

c) It is up to the Bidders to submit the full copies of the proof documents to meet out the
criteria duly self attested, in which the name of the attesting officer, designation office seal
should in the language of English and visible, as otherwise the tender will not be considered
for further evaluation.

d) The bidder shall produce the original for the Photo copies enclosed by them in the tender
document if required, failing which the tender will be rejected.

6.5.2 Technical Bid Evaluation


A Tender Scrutiny Committee will examine the Technical Bids against the Eligibility
Criteria and Evaluation Criteria given in the Tender document. The evaluation will be conducted
based on the support documents submitted by the Bidders. The documents which did not meet
the eligibility criteria in the first stage of scrutiny will be rejected in that stage itself and further
evaluation will not be carried out for such bidders. The eligible Bidders alone will be considered
for further evaluation.

6.5.3 Commercial Bid Evaluation


a) The Commercial Bids of the Technically Qualified Bidders alone will be opened and
evaluated. The Commercial Bid should include all expenses towards this Tender. The
Commercial Bids opening will be informed to the Bidders.
b) Commercial Bid evaluation will be done as per the Tamil Nadu Transparency in Tender
Rules 2000 with latest amendments.
c) The following method of price evaluation will be adopted.

 The Commercial Bid Evaluation shall include GST and other cost mention in the price
bid such as delivery charges, transportation charges and installation charge etc.,

IRT, Chennai- 113 Page 25 of 50

317682 Tendernotice_1 28
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

 In evaluation of the price of an imported item, the price shall be determined


inclusive of the Customs duty with Counter Veiling Duty (CVD) as applicable.

d) The prices will be evaluated and the decision of IRT will be the final.

6.6 Negotiations
The Tender Award Committee will call for further negotiation with the L1 bidder after
completion of e-tender process.

6.7 Award of Contract


a) Provisions of Tamil Nadu Transparency in Tenders Act, 1998 and the Tamil Nadu Transparency
in Tenders Rules, 2000 and Terms and Conditions of the Tender will be followed.

b) Tender Award Committee reserves the right to distribute the order according to the
capacity of the firm ascertained by the IRT / STUs during inspection to maintain regular
supply and to compete for quality with additional source, as Bus Body construction are of
critical and vital nature, the quantity may be divided between the successful bidders, and
place orders with the bidders who match the lowest evaluated price.

c) While awarding the contract the firms turnover (financial strength), Infrastructure
availability and production capacity ascertained from the factory inspection will be taken
into account for dividing the orders between successful bidder.

d) Tender Award Committee may divert the order to one body builder to another based on
the performance of quality and delivery period.

e) No dispute can be raised by any Bidder whose Bid has been rejected and no claims will be
entertained

6.8 IRT / STUs reserves the right to:


1) Negotiate with the Bidder whose offer is the lowest evaluated price after commercial bid
for further reduction of prices

2) Insist on quality / specification of materials to be supplied.

3) Modify, reduce or increase the quantity requirements to an extent of the tendered quantity
as per the provisions of Tamil Nadu Transparency in Tenders Act 1998 and Tamil Nadu
Transparency in Tenders Rules, 2000.

4) Change the requirement quantity from one model among other models as per the current
requirements of STUs.

IRT, Chennai- 113 Page 26 of 50

317682 Tendernotice_1 29
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

5) Change the list of areas of supply locations from time to time based upon the requirement
of the purchase.
6) If delivery performance of the Bidder is not as per the Schedule, then IRT/ STUs reserves
the right to reallocate the quantity to other Bidder.

7) IRT / STUs reserves its right to inspect the bidder’s factory before or after placement of
orders and based on the inspection, IRT / STUs reserves a right to modify the quantity
ordered.
8) IRT / STUs reserves its right to withhold any amount for the deficiency in the service
aspect of the ordered items supplied to the Purchasers.
9) IRT / STUs reserves the rights to invite fresh tenders and place orders against any
quantity of any item to this tender through it may place orders against the tenders received
against this tender notice.

10) IRT / STUs reserves the right to impose penalties as decided in case of delayed supplies /
diversion of quantity to other sources.

11) IRT / STUs reserves the right to cancel / reduce the scope of the contract at any time in
the event of reduction in demand in STUs due to various reasons during the course of
contract.

6.9 Compliance with Technical Specifications

The bidders shall be required to comply with all the latest provisions of the Central Motor
Vehicle Rules 1989 (CMVR), Motor Vehicle Act 1988 (MVA), Bus Body code (AIS 052 & AIS 153
as applicable) and the Tamil Nadu Motor vehicles rules 1989.

The bidders should also comply with provisions of the Rights of the persons with the
Disabilities Act 2016, Rights of persons with Disabilities Rules 2017 and all amendments there in
and other statutory / mandatory and legal requirement as applicable on the date of delivery /
registration with Transport Commissionerate and State Transport Authority.

IRT, Chennai- 113 Page 27 of 50

317682 Tendernotice_1 30
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

7. Execution of Work

7.1 Acceptance of Tender and Withdrawals


The final acceptance of the tender is entirely vested with IRT who reserves the right to accept or
reject any or all of the tenders in full or in parts without assigning any reason whatsoever. The
Tender Accepting Authority may also reject all the tenders for reasons such as change in Scope,
Specification, lack of anticipated financial resources, court orders, calamities or any
other unforeseen circumstances. After acceptance of the Tender by IRT, the Successful
Bidder shall have no right to withdraw their tender or claim higher price.

7.2 Rate Contract (RC)

After acceptance of the Tender by IRT, Rate Contract (RC) Order will be issued to the
Successful Bidder by IRT.

7.3 Payment of Security Deposit (SD)


The successful Bidder will be required to remit a Security Deposit (SD) equivalent to two
percent of the value of the order, inclusive of GST by way of Demand Draft payable at Chennai
or in the form of unconditional irrevocable Bank Guarantee valid for a period equivalent to the
delivery period from the date of acceptance of the tender on receipt of confirmation from STUs.

7.4 Execution of Contract


a) The Successful Bidder should execute a Contract in the INR 100 non-judicial Stamp Paper
bought in Tamil Nadu only in the name of the Bidder within one week from the date of Rate
contract issued by IRT with such changes/modifications as may be indicated by IRT at the
time of execution on receipt of confirmation from IRT.
b) The Successful Bidder shall not assign or make over the contract, the benefit or burden
thereof to any other person or persons or body corporate for the execution of the contract or
any part thereof without the prior written consent of IRT/ STUs. IRT / STUs reserves its right
to cancel the purchase order either in part or full, if this condition is violated. If the Successful
Bidder fails to execute the agreement, the SD of the Successful Bidder will be forfeited and
their tender will be held as non-responsive.
c) The expenses incidental to the execution of the agreement should be borne by the Successful
Bidder.
d) The conditions stipulated in the agreement should be strictly adhered to and violation of any of
the conditions will entail termination of the contract without prejudice to the rights of IRT/
STUs and IRT/STUs also have the right to recover any consequential losses from the
Successful Bidder.
IRT, Chennai- 113 Page 28 of 50

317682 Tendernotice_1 31
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

7.5 Release of Work Order


After execution of the Contract and payment of Security Deposit, “Firm Work
Order” for the supply and commissioning of Tendered items will be issued to the
Successful Bidder by TNSTUs. The supply and payment will be based on the
Purchase Order.

7.6 Refund of EMD


The EMD amount paid by the Successful Bidder(s) will be refunded after
completion of the entire supply. The EMD amount of the Unsuccessful Bidder will
be refunded after finalisation and issue of Firm Purchase Order to the Successful
Bidder.

7.7 Release of SD
The Security Deposit will be refunded to the Successful Bidder on completion of
entire supply subject to satisfaction of TNSTUs. Such completion would be arrived
at when the entire quantity is supplied by the Bidder as per the Contract
Agreement and as per the Rate Contract or order including Purchase Order(s)
issued by IRT / STUs from time to time.

7.8 Forfeiture of EMD and SD


a) If the successful Bidder fails to act according to the tender conditions or
backs out, after the tender has been accepted, the EMD will be forfeited by
IRT.
b) If the Successful Bidder fails to remit the SD, the EMD remitted by him will
be forfeited by IRT and the tender will be held void. If the successful bidder
fails to sign the contract within the stipulated time, then the SD remitted will
be forfeited and the tender will be held void.
c) If the Successful Bidder fails to act upon to the tender conditions or backs
out from the contract, the SD mentioned above will also be forfeited by IRT /
STUs.

IRT, Chennai- 113 Page 29 of 50

317682 Tendernotice_1 32
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

7.9 Termination of Contract


7.9.1 Termination for Default
a) IRT may without prejudice to any other remedy for breach of contract, by written notice of
default with a notice period of 7 days, sent to the Successful Bidder, terminate the contract in
whole or part, (i) if the Successful Bidder fails to deliver any or all of the goods within the time
period(s) specified in the Contract, or fails to supply the items as per the Delivery Schedule or
within any extension thereof granted by IRT / STUs ; or (ii) if the Successful Bidder fails to
perform any of the obligation(s) under the contract; or (iii) if the Successful Bidder, in the
judgement of IRT / STUs, has engaged in fraudulent and corrupt practices in competing for or
in executing the Contract or (iv) supplies the items inferior to the ordered / accepted /
specifications.
b) In the event IRT /STU terminates the Contract in whole or in part, IRT /STU may procure, upon
terms and in such manner as it deems appropriate, the goods and services similar to those
and delivered and the Successful Bidder shall be liable to IRT /STU for any additional costs
for such similar goods. However, the Successful Bidder shall continue the performance of the
contract to the extent not terminated.

7.9.2 Termination for Convenience


IRT / STU may by written notice, with a notice period of seven days sent to the
Successful Bidder, may terminate the Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify that termination is for IRT/ STU
convenience, the extent to which performance of work under the Contract is terminated,
and the date upon which such termination becomes effective. On termination, the
successful Bidder is not entitled to any compensation whatsoever.

7.10 Assigning of Tender whole or in part


The successful Bidder shall not assign or make over the contract, the benefit or
burden thereof to any other person or persons or body corporate. The Bidder should not
under-let or sublet to any person(s) or body corporate for the execution of the Contract or
any part thereof without the written consent of IRT.

IRT, Chennai- 113 Page 30 of 50

317682 Tendernotice_1 33
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

7.11 Liquidated Damages (LD)


Liquidated damage will be levied at the rate of 0.25 % per day (Saturday, Sunday and
Government holidays excluded) on the un-delivered portion of the material, if the delivery
has not been completed in full within the stipulated period. The delivery period will effect
from the date of receipt of confirmed consignee address. If the Successful Bidder fails
to supply even after the lapse of one month after the stipulated date of delivery, then the
orders/contracts are liable for cancellation and the EMD/ Security Deposit will be
forfeited in addition to IRT reserving the right to blacklist the successful bidder for a
period of three years from participating in IRT tenders. This alone will not relieve the
Bidder and the difference in cost of the items purchased through other technically
qualified Bidders or any other alternative sources will be recovered from the successful
Bidder.

7.12 Penalty for Non-Fulfilment of Tender

A Penalty will be levied at 5% of the total value of the Work Order, for non-fulfilment or
non-observance of any of the conditions stipulated in the Agreement, Terms and
Conditions and Rate Contract Order.

7.13 Inspection of Buses


a) STUs may carryout inspection of bus body construction at any stages at
contractors manufacturing premises.
b) STUs at it sole discretion shall decide the percentage of sample size for each
available lot of bus body construction based on its assessment of quality of
material used in the bus and the workmanship.
c) For any deficiency noted by the STUs, during any stage of the inspection, the
contractor shall initiate immediate remedial action for the same as advised by the
STUs. The STUs or representative of the STUs shall suggest changes or
modification during the work.
d) The Inspection of the final acceptance of the buses shall be carried out at the STUs
premises including transit damages, dimension checks, built quality and
commissioning work.
7.14 Other Conditions
a) The final decision would be based on the technical capacity and pricing of the
Bidder. IRT does not bind itself in selecting the bidder offering lowest prices.

b) IRT reserves the right not to accept lowest price, to reject any or all the tenders
without assigning any reason, to relax or waive any of the conditions stipulated in
the terms and conditions of tender as deemed necessary in the best interest of
IRT for good and sufficient reasons.

IRT, Chennai- 113 Page 31 of 50

317682 Tendernotice_1 34
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

8. Requirement, Quality and Delivery

8.1 Requirement (Approximate) (May vary based on the requirement)

Sl.No Name of STU No. OF Bus Body construction for


Mofussil operation for 222” WB or
equivalent
1 TNSTC-Villupuram 72
2 TNSTC – Salem 40
3 TNSTC – Coimbatore 48
4 TNSTC - Kumbakonam 100
5 TNSTC – Madurai 88
6 TNSTC - Tirunelveli 52
Total 400

8.2 Supply and Delivery


1. The new Bus Body Construction shall be as per the schedule given in the Purchase
Order/Work order placed by the respective State Transport Undertakings in Tamil
Nadu.

2. The delivery of Buses after construction of new bus body shall be made at the
respective STUs as specified by them in the Purchase Order/Work order.

8.3 Quality of Supply

a) The bus body construction shall strictly conform to the specifications given in the
tender and Certificate to the effect that the bus body has been built as per the type
approval in the bus body code. However, the concerned Managing Director has
the right to modify the drawings / materials with mutual agreement with the bus
body builder.

b) The bidder shall agree to all the terms and conditions and an undertaking to this
effect shall be furnished along with the tender.

c) The bidder should attach photos of seat assemblies for which the rates are offered
along with the Technical Bid.

d) The material used for bus body construction should be in conformity with the AIS
052 Bus body code.
IRT, Chennai- 113 Page 32 of 50

317682 Tendernotice_1 35
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

e) The bus body construction should be in conformity with the Central Motor Vehicle
Act and Tamil Nadu Motor Vehicle Rules and other rules in force.
9. Payment Clause
a. The TNSTUs will release 97% of the bill amount after delivery of constructed bus
subject to tax deduction at source as per the Income Tax Act, 1961 or other
Statutory Levies. The balance 3% will be retained as performance guarantee
and the same will be released after the completion of 24 months or coverage of
2.5 lakhs KM from the date of vehicle put on road, whichever is later.

b The performance guarantee amount will be released only after fulfillment of


warranty conditions mentioned above.

c No advance payment / part payment will be made under any circumstances.

d The Balance 3% amount will not be withheld on submission of Bank Guarantee


obtained from the Nationalised / scheduled bank for the equivalent amount.

10. Safe Custody of Chassis

The Contractor shall take full responsibility for the safe custody of chassis till the
constructed bus is taken delivery at the premises of the Corporation.
i) The Contractor shall be liable for any damages caused to chassis or bus body
before delivery
ii) The Contractor shall take a short term Insurance Policy for the value of
vehicles given under the contract.
11. Delay in Completion
1 The full bus body construction for Mofussil buses should be completed within 50
days excluding the day of chassis taken from the STUs and buses handed to STUs
2 The construction period mentioned above is inclusive of Holidays and Sundays.
3 The work should be commenced immediately after the receipt of chassis.

4 If the bus with complete body construction is not delivered within the stipulated time
and the delay is due to the contractor, penalty will be levied at the rate of Rs.1,000/-
(Rupees One Thousand only) per day for every day of delay for the first 7 days and
Rs.1500/- (Rupees One Thousand Five hundred only) per day for every day of delay
thereafter. Such penalty will be deducted from the bill amount payable to the
Contractor.
IRT, Chennai- 113 Page 33 of 50

317682 Tendernotice_1 36
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

12. Guarantee
a. The New bus body constructed by the bidders to the TNSTUs shall be guaranteed for
a period of 24 months or 2.50 Lakhs Kms. whichever is later.

b. Any failure due to defective workmanship, materials etc, the firm / contractor shall be
replaced free of cost. All defects noticed during the warranty period with regard to
bus body construction shall be replaced/repaired/ rectified free of cost by the
firm/contractor.
c. The successful bidder shall execute an indemnity bond in the format duly certified by
a Notary Public.

d. The bus body construction should be in conformity with the Central Motor Vehicle Act
and Tamil Nadu Motor Vehicle Rules and other rules in force.

e. The successful bidder should inspect the buses built by them once in three months
period during the warranty period, at the TNSTUs workshop and attend the
periodical post delivery maintenance work without fail. Failing which penalty of
Rs.500/- will be imposed for per bus per quarter and the respective successful
bidder will not be considered in the next tender.

13 Price Fall Clause


The firm shall inform STU / IRT in writing within 30 days positively from date of submitting
lower rate (s) and / or any better terms & conditions offered of any of member STUs or any Govt. /
Semi Govt. owned organization directly or by any of its Sole Selling Agent/ Distributor for which
this contract is established.

STU/ IRT shall have the right to take any action as stipulated under Fall clause of tender
documents in the event of firm not informing the lower rate (s) and / or any better terms &
conditions within 30 days positively.

The purchasing STU shall ensure that the details of lower rates and / or better terms than
those agreed in this contract if offered by the firm are duly communicated to IRT without delay.

During the period of contract, the supplier should show no discrimination to the Corporation
by supplying at lower rates and better terms and conditions to any STU’s in similar conditions. If
any supply is made by the supplier at the lower rates and better terms and conditions in similar
conditions, in that case, lower rates and better terms and conditions would be applicable on
supplies to the IRT / STUs with effect from the date of such supplies at lower rates to other STU’s.

IRT, Chennai- 113 Page 34 of 50

317682 Tendernotice_1 37
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

14 TESTING
The STUs shall not conduct any laboratory test if the material procurement certificates are
submitted by the Contractor at the time of inspection of buses. Not with standing with above, if
found necessary, the STUs may conduct materials test at any stages of bus body construction,
at its own cost. If the material fails the test entire cost of testing shall have to be borne by the
Contractor. The STUs might conduct lab testing mostly for following material.
Sl.No Items to be Tested Specifications
1. CR Tubular sections BIS:4923-1997 (or latest) of Grade Yst – 240
2. Phosphating / Galvanizing BIS:3618-1966 (or latest) Class A-2 for Phosphating &
BIS:277-2003 or latest – 120 gsm for Galvanizing (Zinc
Coating) and two weeks (336 hours) Salt Spray Test for
both in accordance with ASTM Procedure B117 with no
structural detrimental effect to normally visible surface &
no weight loss of over 1%.
3. EPDM Rubber As per AIS 085
4. Glasses Laminated BIS:2553 (Part-2) – 1992 (or latest) Float Glass, Front
‘AA’ Grade Glass, PVB Film in Laminated.
5. Aluminum Parts IS:733-1974 (or Latest) for Solid Part, IS:1285-1975 or
latest for Extruded Round Tube & Hallow Part and
IS:738-1977 or latest for Drawn Tubes, Alloy 63400,
tempering WP.
6. Paint PU Paint as per relevant IS:13213:1991 (or latest) &
any other relevant BIS Standards. For Matt Black paint
the Gloss Value is up to 30 mins.
7. LT wire BIS:2465-1984 (or latest), DIN 72551 –Dimensional
Test JIS C 3406-Spark, Immersion & Conductor
Resistance Test ‘SAE recommended J 1127 & J 1128.
8. Aluminium Steel BIS:737-1986 9(or latest), Aluminium alloy H-2/31000.
9. CR Sheets BIS:513-2008 (or latest)
10. GI Sheets BSI:277-2003 (or latest), Class – VIII Medium Coating
of Zinc Nominal Weight 120 grams / M2.
11. Passenger Seat Assembly As per AIS-023 Bus code & BIS Standards
12. Marine Board / Other floor BIS:710-1976 (or latest) IS:5509-2000 (or latest) for
material Flammability.

IRT, Chennai- 113 Page 35 of 50

317682 Tendernotice_1 38
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

Appendix-1 Model Form of Contract


(To be executed on a Rs. 100/- Non-Judicial Stamp Paper bought in Tamil Nadu by the
Successful Bidder for the supply and commissioning of High End Servers and Related
items)
(NO FIGURES IN NUMERALS OR WORDS SHALL BE FILLED UP IN THIS SAMPLE
FORM AT THE TIME OF SUBMISSION OF TENDER)

AGREEMENT FOR Bus Body Construction


THIS AGREEMENT made this (...........................) between the MANAGING DIRECTOR,
.............................................. (name of purchaser) (City of Purchaser) hereinafter “the
Purchaser “of one part and M/s ............................................. (Name of Contractor) having
its registered office at ....................................................... hereinafter “ the Contractor “ of
the other part.

WHEREAS the Purchaser is desirous to buy. .......... Bus Body Construction (as per
the specification in the tender) and has accepted this bid submitted by the contractor for
the Bus Body Construction for a sum of Rs..................../-(Rupees
.............................................. only) (Contract price in words and figures) hereinafter
referred to as Contract price.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meaning as are
respectively assigned to them in the Conditions of Contract referred to

2. The following documents shall be deemed to form and be read and construed as
part of this Agreement, viz.,
a) The Tender Document, including corrigendum’s
b) Detailed final offer of the successful bidder
c) Rate Contract Order / Purchase orders issued by IRT / STUs from time to
time
d) The Technical Specifications,
3. In consideration of the payments to be made by the Purchaser to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Purchaser to
provide the Bus Body construction and to remedy defects therein in conformity with
all aspects of the provisions of this Contract.

4. The Purchaser hereby covenants to pay the Contractor in consideration of the


provision of the Bus body construction and the remedying of defects therein, the
Contract price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed in the contract.

5. The contractor shall arrange necessary facilities including labour, materials,


electricity, fuel, equipments and instruments at his cost in his premises of the sub
contractors as the case may be, for testing the Bus Body construction to the
IRT, Chennai- 113 Page 36 of 50

317682 Tendernotice_1 39
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

satisfaction of the Managing Director or his nominee or his representative .

6. The Bus Body Construction under this contract shall strictly conform to the
specifications given in the tender.
7. The Bus Body Construction shall be as per the schedule given in the Purchase
Order placed by the purchaser.
8. The delivery of Bus Body construction shall be made at the respective stores of
the Purchaser as specified by the Purchaser in the Purchase Order.

9. The contractor should settle guarantee claim for prematurely failed bus body
construction due to manufacturing defects within a period not exceeding one
months.
10. If supplies are not made as per the delivery schedule prescribed or the revised
delivery schedule intimated by the Purchaser, if any, the Purchaser reserves the
right to purchase such requirements from any available source and any extra
expenditure incurred thereof will be recovered from the contractor’s bills due for
payment or from the Security Deposit. Further the contractor has to reimburse all
the liquidated damages / losses arising due to non-fulfillment of contractual
obligations.

11. If the contractor violates any of the conditions stipulated in the agreement, the
Purchaser shall be at liberty to cancel the agreement and entrust the order with
some other contractor, in which case, the purchaser shall pay the additional
expenses incurred for the order diversion or action will be taken to recover the
same from their security deposit.

12. Upon receipt of the bus body construction at the respective destination and after
inspection of bus body construction, the Purchaser or his nominee will issue an
acceptance certificate specifying the date of acceptance. The bus body
construction found defective or otherwise inconformity with the requirement, the
contract shall be withheld until such time the defects are corrected.
13. The issuance of the acceptance certificate shall be without prejudice to the results
of testing and action thereafter and shall no way relieve the contractor of his
responsibility for the quality and specification of the Bus Body Construction.
14. The Purchaser reserves the right to terminate the contract If the contractor fails to
deliver Bus body construction within the time specified in the contract or within the
period for which extension has been granted or if the contractor fails to comply with
any other provisions of this contract.
15. If the contractor becomes bankrupt or has a receiver order made against him or
compound with his creditors, or the contractor being Corporation commences to be
wound up not being a voluntary winding up for the purpose only of amalgamation
or reconstitution, or carries on its business under a receiver for the benefit of its
creditors or any of them, the Purchaser shall be at liberty to terminate the contract
forthwith by notice in writing to the contractor or to the liquidator or receiver or to
any person in whom the contract may become vested or to give such liquidator,
receiver or other person to the option of carrying out the contract subject to his
IRT, Chennai- 113 Page 37 of 50

317682 Tendernotice_1 40
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

providing a guarantee for the due and faithful performance of the contract up to an
amount to be determined by the Purchaser.

16. If the contractor finds it impracticable to continue operation or if owing to force


majeure reasons or for any cause beyond his control, the Purchaser finds it to
impossible to continue the operation, then prompt notification in writing shall be
given by the party affected to the other.

17. If the delay or difficulty so caused cannot be expected to cease or become


avoidable or if operation cannot be resumed within three months, then either party
shall have the right to terminate the contract by giving thirty days, written notice to
the other, in the event of such termination of the contract, payment to the
contractor will be made as follows:

i) The contractor shall be paid for all bus body construction approved by the
Purchaser or his nominee and for any other legitimate expenses due to him.
ii) If the Purchaser terminates the contract owing to force majeure or due to any
cause beyond the control, the contractor shall additionally be paid for supply
made during the said three (3) months period including any financial
commitment made for the proper performance of the contract and which are
not reasonably defrayed by payments under (i) above.
iii) The Purchaser shall release all bonds and guarantees at his disposal except
in cases where the total amount of payments to the contractor exceeds the
final amount due to him in which case the contractor shall refund the excess
amount within sixty (60) days after termination and the Purchaser thereafter
shall release all bonds and guarantees. If the contractor fails to refund the
amounts received in excess within the said period, such amounts shall be
deducted from the bonds or guarantees provided.

18. On termination of the contract for any cause, the contractor shall see to the orderly
suspension and termination of operations, with due considerations to the interests
of the Purchaser with respect to completion, safe-guarding or storing of bus body
construction produced for the performance of the contract and the salvage and
resale thereof.

19. The contractor shall not be liable for any liquidated damages for delay or failure to
perform the contract for reasons of force majeure such as acts of God, acts of
public enemity, acts of Governments, fires, floods, epidemics, strikes, affecting
production over duration of more than seven consecutive days and provided that
the contractor shall within ten (10) days from the beginning of such delay notify the
purchaser in writing of the cause of delay. The purchaser shall verify the facts and
grant such extension if the same is justifiable.

20. The contractor shall insure the bus body construction proposed to be supplied
during transit.

IRT, Chennai- 113 Page 38 of 50

317682 Tendernotice_1 41
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

21. If the bus body construction or any portion thereof are damaged or lost during
transit, the Purchaser shall give notice to the contractor / insurance company and
the contractor setting forth particulars of such bus bodies damaged or lost. The
replacement of such bus body construction shall be effected by the contractor
within a reasonable time to avoid unnecessary delay. The price of the
replacement items shall be recovered from the insurance coverage provided for
this purpose.
22. The contractor shall replace the bus body damaged during transit at free of cost.
23. In the event of bus body construction supplied by the contractor is found defective
or otherwise not inconformity with the contract specifications, the purchaser shall
reject the bus body construction and request the contractor in writing to replace the
same. The contractor on receipt of such notification shall replace the defective
bus body construction at free of cost within two weeks. If the contractor fails to do
so, the Purchaser may

i) at his option replace or rectify such defective bus body construction and recover
the extra cost so involved from the contract price plus fifteen percent to cover the
overhead expenses; or
ii) terminate the contract for default.

24. If the delivery of bus body construction is delayed due to reasons beyond the
control of the contractor, the contractor shall without delay give notice to the
Purchaser in writing of his request for an extension of time. The purchaser on
receipt of such notice may agree to extend the delivery date specified in the
schedule as may be reasonable but without prejudice to other terms and
conditions of the contract.

25. If the contractor fails to deliver bus body construction within the time specified in
the contract agreement or any extension thereof, the Purchaser shall be at liberty
to recover from the contractor, as liquidated damages, a sum of quarter of percent
(0.25 percent) of the contract price of the undelivered bus body construction for
each day of delay. The total liquidated damages shall not exceed ten percent
(10%) of the contract price if so delayed.

26. The contractor shall not assign or transfer the contract or any part thereof without
the prior approval of the Purchaser.

27. Except as otherwise specifically provided in the contract, all disputes concerning
question of fact arising under the contract shall be decided by the Director, IRT
subject to a written appeal by the contractor to the Director, IRT whose decision
shall be final to the parties hereto.
28. The contract shall be construed according to and subject to the laws of India and
jurisdiction of courts of Chennai only.
29. Whenever any claim for the payment of a sum to or the recovery of an advance by
the Purchaser arises out of or under this contract against the contractor the same
may be deducted by the Purchaser from any sum then due or which at any time
IRT, Chennai- 113 Page 39 of 50

317682 Tendernotice_1 42
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

thereafter may become due to the contractor under this contract and failing that
under any contract with the Purchaser or from any other sum due to the contractor
from the Purchaser.

30. Where the contractor is an individual or business concern or a Hindu Undivided


Family business concern or a partnership firm or a private limited company or a
public limited company, the prior approval in writing of the Director, IRT shall be
obtained before any change is made in the constitution of such business concern.

31. The contractor agrees to make payment of Secretarial Administrative charges @


0.75% plus GST on invoice Basic Rate to IRT within the period stipulated in the
Tender schedule by mean of Demand Draft drawn in favour of “The Director, IRT”
Payable at Chennai.

32. The contractor further agrees to pay penalty for delay in payment of Special
Administrative Charges as per Tender Condition.

33. The firm shall inform STU / IRT in writing within 30 days positively from date of submitting
lower rate (s) and / or any better terms & conditions offered of any of member STUs or any
Govt. / Semi Govt. owned organization directly or by any of its Sole Selling Agent/
Distributor for which this contract is established.
34. STU/ IRT shall have the right to take any action as stipulated under Fall clause of tender
documents in the event of firm not informing the lower rate (s) and / or any better terms &
conditions within 30 days positively.

35. The purchasing STU shall ensure that the details of lower rates and / or better terms than
those agreed in this contract if offered by the firm are duly communicated to IRT without
delay.

36. During the period of contract, the supplier should show no discrimination to the Corporation
by supplying at lower rates and better terms and conditions to any STU’s in similar
conditions. If any supply is made by the supplier at the lower rates and better terms and
conditions in similar conditions, in that case, lower rates and better terms and conditions
would be applicable on supplies to the IRT / STUs with effect from the date of such supplies
at lower rates to other STU’s.

37. Any dispute or differences including those considered as such by only one of the
parties arising out of or in connection with this contract shall be to the extent
possible settled amicably between the parties. If amicable settlement cannot be
reached, then all disputed issues shall be settled by Arbitration.
38. All disputes, differences, questions and claims either by way of specific
performance or damages or in respect of the performance or breach of the
obligations on the part of the parties to this contract in connection with or in
relation to or in any way arising out of or under the terms and provisions of this
contract shall be referred to arbitration, determinable at Chennai consisting of two
arbitrators, one to be appointed by each party. The arbitration proceedings shall
be held at such place or places as the arbitrators may decide from time to time in
accordance with and under the provisions of the Arbitration Act, 10 of 1996 or any
IRT, Chennai- 113 Page 40 of 50

317682 Tendernotice_1 43
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

statutory modifications thereof, for the time being in force and the arbitrators shall
have the power to make an interim award or awards and the such award shall be a
condition precedent to the obtaining of any relief in any court of law. In the event
of disagreement between the two arbitrators, such disputes or differences shall be
determined by an Umpire who shall appointed by the arbitrators as provided in the
said Act. The language of arbitrations shall be in English.

IN WITNESS whereof the parties hereto have caused this agreement to be executed in
accordance with their respective laws the day and year first above written.
Signed, Sealed and Delivered by the said
MANAGING DIRECTOR……………………………. (For the Purchaser)
In the presence of …………………………………….

Signed, Sealed and Delivered by the said


M/s. ……………………………… (For the Contractor)
In the presence of ………………………

IRT, Chennai- 113 Page 41 of 50

317682 Tendernotice_1 44
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

Appendix - 2 Bank Guarantee Format


(To be executed in Rs.100/- Stamp Paper – with reference to clause 7.3)

To
The Managing Director

Bank Guarantee No:


Amount of Guarantee:
Guarantee covers from:
Last date for lodgement of claim:

This Deed of Guarantee executed by ……………….. (Banker's Name & Address)


having our Head Office at …………………..(address) (hereinafter referred to as “the
Bank”) in favour of The Managing Director,
......................................................................................................(hereinafter referred to
as “the Beneficiary”) for an amount not exceeding Rs._______/- (Rupees ________ Only)
as per the request of M/s. ______ having its office address at ___________ (hereinafter
referred to as “Contractor”) against Letter of Acceptance reference ___________ dated
__/__/____ of M/s.............................................................................. This guarantee is
issued subject to the condition that the liability of the Bank under this guarantee is limited
to a maximum Rs._______/- (Rupees ________ Only) and the guarantee shall remain in
full force up to ___ months from the date of Bank Guarantee and cannot be invoked
otherwise by a written demand or claim by the beneficiary under the Guarantee served on
the Bank before ___ months from the date of Bank Guarantee.
AND WHEREAS it has been stipulated by you in the said ORDER that the
Contractor shall furnish you with a Bank Guarantee by a Scheduled/Nationalised Bank
for the sum specified therein as security for compliance with the Contractor’s
performance obligations for a period in accordance with the contract.

AND WHEREAS we have agreed to give the Contractor a Guarantee.


THEREFORE, we (Bankers address)……………., hereby affirm that we are
Guarantors and responsible to you on behalf of the Contractor up to a total of
Rs._______/- (Rupees ________ Only) and we undertake to pay you, upon your first
written demand declaring the Contractor to be in default under the contract and without
IRT, Chennai- 113 Page 42 of 50

317682 Tendernotice_1 45
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

any demur, cavil or argument, any sum or sums within the limit of Rs._______/- (Rupees
________ Only) as aforesaid, without your needing to prove or show grounds or reasons
for your demand or the sum specified therein. We will pay the guaranteed amount
notwithstanding any objection or dispute whatsoever raised by the Contractor.
This Guarantee is valid until _______ months from the date of Bank Guarantee.

Notwithstanding, anything contained herein

Our liability under this guarantee shall not be exceed Rs._______/- (Rupees
________ Only). This bank guarantee shall be valid up to __ months from the date of
Bank Guarantee and we are liable to pay the guaranteed amount or any part thereof
under this Bank Guarantee only and only if you serve upon us a written claim or demand
on or before ____________
In witness whereof the Bank, through its authorised Officer, has set its, hand and
stamp on this …………………………………. at ____________.

Witness: (Signature)

(Name in Block Letters)

IRT, Chennai- 113 Page 43 of 50

317682 Tendernotice_1 46
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

Annexure-1 Technical Bid

A1.1 Check-list for Enclosures

Documents to be submitted Fill (YES


or NO)
(i) Filled Tender Technical Bid form and all tender document pages and
corrigendum pages if any duly signed by the bidder in each page are to
be submitted online
(ii) Letter of Undertaking in the letterhead to be furnished both online
(iii)
All the documentary evidence proof required in the technical bid of the
tender to be submitted online
Payment of EMD amount

Payment for Tender Fee ( Tender Document Cost + Factory Inspection


Fee )

Two Part Bid submission

Letter of Authorisation for signing the Tender document

Eligibility Criteria
1. Proof for Registered Establishment
2. CIRT Accreditation Certificate
3. Bus body code type approval under the bus body code AIS 052 from
MORTH authorized agency like CIRT / ARAI.
4 Prior experience in construction of minimum 400 buses to Passenger
bus Vehicle Manufacturers OR minimum 40 bus bodies for TNSTC
during any three financial years out of last five financial year.
5 The copy of Insurance Policy
a) Fire & Allied Perils
b) Burglary and
c) Riots
6 Copies of the Audited Balance sheets and Profit and Loss
account for the 7 Financial years (2015-16, 2016-17, 2017-18,
2018-19, 2019-20, 2020-21 & 2021-22 years) duly signed by
Chartered Accountant.

7 Copies of the GST payment Challan receipt or GSTR 3 B form


duly signed concerned Tax authority or Chartered Accountant.

8 Language of the supporting documents only in English

IRT, Chennai- 113 Page 44 of 50

317682 Tendernotice_1 47
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

1.2 Profile of the Bidder


INFORMATION ABOUT THE TENDERER:

1 a) Name of the Firm ..


b) Address of the Registered Office ..
c) Telephone No. ..
d) Email ID ..
2 a) Unit Address ..
b) Telephone No. ..
c) Email ID ..
3 Weekly Holiday of the Unit and other declared ..
Holidays.

4 Capital employed in Rupees ..

5 No. of Employees ..
a) Permanent
b) Temporary
c) Supervisors

6 Whether Currently valid Income Tax Clearance .. Yes / No


Certificate furnished

7 Turn over for the previous seven years / .. 2015-2016


in Rupees 2016-2017
2017-2018
2018-2019
2019-2020
2020-2021
2021-2022

8 Whether GST Registration Certificate enclosed Yes


No

9 GST payment details enclosed in any one of the 2015-2016


last seven financial years GST challan payment 2016-2017
or GSTR 3Bform duly signed by Chartered 2017-2018
Accountant (or) concerned Tax Authority. 2018-2019
2019-2020
2020-2021
2021-2022

10 Whether Audited Annual Report and Accounts .. Yes / No


furnished

IRT, Chennai- 113 Page 45 of 50

317682 Tendernotice_1 48
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

11 Constitution of Firm .. (a) Proprietor


(b) Partnership
© Pvt.Ltd.
(d) Public Ltd.
(e) Undertaking
(f) Co-Operative
(g)Others (Specify)

12. Previous Experience in Bus Body Construction to the STUs.

Sl. No. Model No. of Buses Constructed


1 Mofussil Bus ..

13. (A) Bus Body Construction Capacity per month


Sl. No. Model No. of Buses
1 Mofussil Bus ..

(B) No. of Buses that can be constructed to TNSTC per month

Sl. Model No. of Buses


No.
222” WB or equivalent
1 Mofussil operation .
passenger bus .

(c) Apart from current orders, mention the No. of buses / month
capacity to construct bus

(d) Number of days needed to receive the No. of days


Chassis if work order is released.

IRT, Chennai- 113 Page 46 of 50

317682 Tendernotice_1 49
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

14. Machineries Available in the Factory

Sl Details of Capacity Year of Purchase Present


No. Machine Condition

(a)

(b) Whether the equipment available matches with the .. a) Yes


capacity mentioned.
b) No
c) Whether the factory have stand by power supply .. a) Yes
arrangement (Details to be furnished)
b) No
d) Availability and functioning of Painting booth with .. a) Yes
heating chamber in the factory of the body building
unit. b) No
e) Whether the factory provided with inspection pit. .. a) Yes
b) No
f) Whether the factory provided with Roof leak test .. a) Yes
arrangement
b) No
g) Quality control measures adopted .. a) Yes
b) No
15) If the firm is having units in two or more places the ..
unit at which the bus body construction for TNSTUs
will be undertaken.

16) Name and address of Proprietor / Partners /


Directors of the Unit.
EMD Remitted Amount – Rs. 10,00,000/- only .. Payment Details.
17)
through online https//tntenders.gov.in. a)Yes
b) No
If Tamil Nadu SSI alone whether EMD Exemption .. a)Yes
18)
Bond Executed . b) No
19) Tender Fee (Tender Document Cost .. Payment Details.
Rs.18,880/- inclusive of GST and Factory
Inspection Fee Rs. 20,000/- inclusive of GST)
is Rs. 38,880/- inclusive of GST through online
https://tntenders.gov.in

SIGNATURE OF THE TENDERER


SEAL:
DATE:

IRT, Chennai- 113 Page 47 of 50

317682 Tendernotice_1 50
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

1.3 Declaration
To

The Director,
The Institute of Road Transport,
100 Feet Road, Taramani,
Chennai 600 113.
Sir,
I/We hereby offer to construction of New Bus Body construction to TNSTUs., upon and in
accordance with the General Conditions of tender hereto annexed apart from the conditions as
may be agreed to between the Corporation and the successful tenderers, at the price given by
me/us as per the terms in the schedule attached to the tender, only those items as you may
specify in the acceptance of the tender and within the Delivery Period set forth in the said
schedule. I / We enclose the Demand Draft/Pay Order for Rs.10,00,000/- (Rupees Ten Lakhs
only) towards the Earnest Money Deposit. I/We have carefully read and understood the terms
and conditions and the specifications of New Bus Body construction and other details/set out in
the Schedule and Annexure. I am / We are fully aware of the nature and specifications of the
stores in accordance with your requirements. I/We agree to hold this offer for a period of 120
days from the date of opening of Commercial Bid or Contract period whichever is later. I/We
agree to declare that no other party will have any interest in the contract if this tender is accepted.
I/We agree that the Corporation shall not be bound to recognize any person or persons other than
me/us as having any interest in the contract and will be at liberty to terminate the contract at any
time if it appears that this declaration is not true. I/We further agree that acceptance by the
Tender Award Committee of this tender within the prescribed time shall constitute a valid contract
for the supply of the goods and stores according to the terms and conditions and in accordance
with the specifications and details referred to above. I/We further agree to comply with the terms
and conditions of the rate contract that may be awarded to me/us on the basis of this offer and in
the event of failing to do so during the period of the Rate Contract, I/We agree to the forfeiture of
the Earnest Money Deposit of Rs. 10,00,000/-(Rupees Ten Lakhs only) besides Liquidated
Damages set out in the Tender Document. I/We further agree to remit Special Administrative
Charges to IRT as per the Tender Conditions and is /are also aware of the fact that delay in
Special Administrative Charges payment would entail penalty besides suspension of Contract and
would abide by the same.
. Signature of the Tenderer

Date: ………….. Name: ……………………


Place:…………. Designation ……………………

Encl:
Demand Draft/Order bearing No. ……… Dated ……… drawn in favour of the Director, The
Institute of Road Transport, Taramani, Chennai-600 113

IRT, Chennai- 113 Page 48 of 50

317682 Tendernotice_1 51
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

A – 1.4 UNDERTAKING IN LIEU OF EMD


ON NON-JUDICIAL STAMP PAPER OF EQUIVALENT VALUE OF Rs.50.00
THIS DEED OF UNDERTAKING EXECUTED AT
ON THE DAY OF ……………………… TWO THOUSAND ………………….
By M/s ……………………………………………………….
Herein after called the tenderer (which expression shall where the context so
admits mean and include their agents, representatives, successors in office and
assigns.)

To and in favour of Institute of Road Transport having its Registered Office at 100 Feet
Road, Taramani, Chennai-600113 hereinafter called the IRT (which expression shall here the
context so admits mean and include its successors, in office and assigns), whereas the tenderer
is exempted from payment of Earnest Money Deposit for participation in the tender for Bus Body
construction and whereas the tenderer is exempted by the IRT from payment of Earnest Money
Deposit subject to the tender execution and undertaking to the value of Rs.10,00,000/- (Rupees
Ten lakhs only) deposit specified to be paid to the IRT in the event of non-fulfillment or breach of
any of the conditions of the said tender by the tenderer as mentioned hereunder:-
1. Withdrawing his tender before the expiry of the validity period, or
2. Withdrawing his tender after acceptance, or
3. Violating any of the conditions of the tender issued by the competent authority.
Now this undertaking witnesses that in pursuance of the said agreement the tenderer
hereby doth covenants with the IRT that in consideration of the IRT waiving the condition of
payment of EMD in cash in terms of the said specification, the tenderer has agreed to pay to the
IRT all losses in the event of:-

4. Withdrawing his tender before the expiry of the validity period,


2. Withdrawing his tender after acceptance, and
3. Violating any of the condition of the tender issued by the competent authority.
Now the condition of the above written undertaking is such that if the tenderer shall duly and
faithfully observe and perform the condition specified as above. Otherwise the same shall remain
void.

IN WITNESS WHEREOF THIRU ……………………………………… acting for and on


behalf of the tenderer has signed this deed on the day, month and year herein before first
mentioned.

In the presence of Witness: Signed and delivery by on behalf of the Tenderer.


1. …………………………..
2. ………………………….
In the presence of Witness: Accepted for and on behalf of the IRT, Chennai.
1..………………………..
2.………………………….
* Note:- EMD Exemption BOND Executed to be upload online as well as in
Physical Submission without fail.

IRT, Chennai- 113 Page 49 of 50

317682 Tendernotice_1 52
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023

COMMERCIAL BID
ANNEXURE- 2
SCHEDULE OF RATES
"E-TENDER REF NO:11/BB-MOFUSSIL/CP/IRT/2023
(Submitted only On-line)

Bidder shall furnish the schedule of Rates in Rupees


Sl. Description Qty Units Basic Rate per Bus GST Total Indicate No. Total Total
No body construction @ Landed Bus bodies Amount Amount
work (Including of 18% Cost can be With In Words
Material, Labour, . (in Rs.) constructed Taxes in
and delivered Rs. P
Delivery, Insurance, to the STUs
transportation and per month
other charges if (in Nos)
any) on FOR
destination basis
(in Rs.)
1 Construction of
passenger bus
body with All
Metal type on
the 222” WB or
equivalent for
Mofussil
Operation Type
II SDX
(As per
specification
given in the
separate
document)

DATE:
SEAL:

SIGNATURE OF THE TENDERER

*** Note : All Taxes, TCS and Statutory Levies as applicable to Government Undertakings /
Public Sector Undertakings as on date of invoice shall be in force.

Signature Not Verified


Digitally signed by M UMAMAHESWARAN
IRT, Chennai- 113 Page 50 of 50 Date: 2023.05.20 16:02:20 IST
Location: Tamil Nadu-TN

317682 Tendernotice_1 53
4. SPECIFICATIONS SDX FOR THE
CONSTRUCTION OF FULL BUS BODY

TYPE–2

4 TOP SEE THROUGH GLASS FIXED AND


3X2 HIGH BACK SEAT, SDX
EMERGENCY DOOR FOR LEYLAND
222”W.B.(or)
EQUIVALENT VEHICLE (STEEL BODY)

317682 Tendernotice_2 54
4.SPECIFICATIONS
The tender offered shall conform to the specification mentioned above failing which their tender will not be
considered for further evaluation.
SPECIFICATION OF NEW BUS BODY CONSTRUCTION
THE MATERIAL USED FOR CONSTRUCTION OF NEW BUS BODY SHALL MEET as per IS SPECIFICATIONS TO MEET OUT AIS052
BUS CODE.(TYPE – II SDX ALL MODELS)

S.N. Description of the item Specification


1 Steel materials Channels Angles and IS:2062.Grade A
Flats)
2 G.I.sheet IS: 277 20G zero sprangle
GP sheet .
3 ERW Pipes IS:3601:1984 & IS3074:1979
4 Aluminum sheet & extrusions IS:733:1983 & IS:737:1986 or Aluminum extrusions
(Beedings) Better to meet INDALdesign
No.2684,5701,5505,
1450
5 Chassis U Clamp AS:166:65:JUN:2003
6 Transmission Belt 150mm,6Ply,310Z
Wingfoothighspeed
7 Wood QualitySeasonedHard wood
8 Plywoods AS:108:61:OCT:2000 BWR
9 Compressed flooring AS:109:63:FEB:2002conformstoIS 3513 BWR with 1.20
Chequered Plywood (Part-3) type VI 1989 or later density(weight50kg
+ or –2%)
10 Polymoulded seat cushion AS:329:66:JAN:2004
11 Front & Rear Wind screen glass AS:202:69:JUL:2005
12 Slidingandseethroughglasses AS:202:70:FEB:2006
13 RubberGlazing AS:276:68:DEC:2004
14 Hexagaonal Bolt & screws AS:214:65:JUN:2003
15 Hex Nuts AS:215:65:JUN:2003
16 PU Paint AS:375:68:DEC:2004
17 Enamel paint AS:255:68:DEC:2004
18 Laminated sheet IS:2046:1995
19 Foam Rexine AS:209:70:2006 GRI
20 Synthetic Composite Rexine Highbreakingstrength,
Highresistancetodamage,Heat,Cold
wear&Flame.Highpercentageof elongation

21 FRP Two layers 450 GSM C.S. Mat with FRP with Fire
overlayingsurfacematonthetoprooffor RetardantGrade
leak proof.
22 Wires & Cables AS:84:61:OCT:2000
23 Inverter Tube light Assembly AS:417:69:JUL:2005
24 Polyurethane Seat Cushion sizes to be AspertheAnnexure– IV(a)&(b).
used.
25 Front Wind shield Laminated Glass Single piece laminated safety glass,
plain/flat with curved corners with
PVB film IS2553 (Part-II) – 1992 / latest
26 AllGISquaretube /GI Pipe All3mmthickness+or–2%tolerance with
320240YED strength

Specification,DrawingsforeachmodelsenclosedintheTechnicalDocumentseparately.
AllSquaretubesshouldbe3mmthicknessGIpipes. Latest
Specification is to be update as per AIS 052

317682 Tendernotice_2 55
ALL STEEL BODY WITH SLIDING GLASS TYPE-TOP SEE THROUGH GLASS
FIXED AND 3X2 HIGH HEAD REST, EMERGENCYDOOR
TYPE II SDX MODEL
For222”W.B. or Equivalent WB Vehicle (STEEL BODY)

SL.
Description Specification for Metal Body
NO.
1 Platform The platform channel to be provided with 100X50X6mm ISMC MS
channel. The MS platform channel height should be increased
100mm from base plate by using 100x50x6mm stool( Except 176”
WB) which is placed vertically between platform channel and base
plateThe vertical stool to be mounted on 8mm thick MS plate over the
6mm Transmission belt. M.S. Base plate of size minimum
150mmX150mmX8mm to be welded to the M.S.channels at the
bottom. Diagonal holes or straight holes of 16mm diameter to be
drilled for thesebase platefor fitment of EN8U Bolts. Themaincross
bearer ends should be fully welded with MS end plates of thickness
6mm on either ends of the channel for mounting of main and stump
pillars. The platform channels are to be provided without any drilling
on the chassis with heavy duty self locking nylon nuts. The U bolts
should not project more than 6mm above the nylon nuts when fully
tightened. Necessary aluminum die cast packing and tubular inter
postings of specified dimensions be provided while clamping the U
bolts. Wherever not possible to provide die cast, 6mm transmission
belt alone can be used. The platform channels should be spaced at
specified interval. The sole bar to be provided with 35x35x6mm MS
angle in the Lengthwise of the Chassis. In platform, inevery channel
120mm height 35x35x6mm angle provided in vertical direction above
that full length runner angle to be provided for platform, the Ordinary
typeplatform tobe provided as per our diagram.Inthis Ordinary type
already four runner angles (including sole bar angle) given for
platform mounting and seat leg mounting, in additional tothat three
runner with 35x35x6mm MS angle to be given in seat leg area to fix
the seat frames, centre posts and plywood supports in the
Lengthwise of the Chassis. Two runners with 35x35x6mm MS Angle
are to be provided breadth wise of the Chassis for the fixing of seat
leg areaof 6 person seat frames. Cross supports with

Page1

317682 Tendernotice_2 56
35x35x6mm MS angle for plywood fixing at joints. The main
pillars and stump pillars made up of 60x40x2.95 mmG.I Tubes have
to be either fixed directly or connected with platform channel.
5 inch gusset plates of 10 G thickness M.S. Sheets to be provided in
the connecting area of channels and pillars for rein forcement. The
chassis members should not be cut at the end for any other
purpose. Care should be taken that there should not be any
projection of angle section / bolt above the wheels. As per drawing
FON001 and FON002

2 Structural In right side kit fabrications tump pillars (vertical


pillars) are 60x40x2.95mmGI tube to be provided and in
horizontal line 40x40x2.95mm GI sq. tube and cross diagonal
support pillars are 25x25x2.95mm GI tube to be provided.
Allthe structural pillar must be welded by MIG welding. Right
side kit to fabricated by as per drawing enclosed.
In left side fit fabrication stump pillars (vertical pillars) are
60x40x2.95mm GI tube to be provided in horizontal line
40x40x2.95mm GI sq. tube and cross diagonal support pillars
are 25x25x2.95mm GI tubes to be provided. All the structural
pillar must be welded by MIG welding. Left side kit to fabricated
by as per drawing enclosed.
In roof structurefabrication40x40x2.95mmGI square tubes
with 38x38x76x2mm GI Hat section should be used as per our
drawing enclosed .
Front end structure to be fabricated to have an elegant look
to suit latest type grills and grill pan. Front outrigger to be made
of ISMC 100X50X6mm with 35X35X6mm MS Angle.Front wind
screen frame to be provided with 35X35X6mm MS Angle. The
cross members are to be provided with 35X35X6mm MS Angle
for top and bottom of wind screen glasses. MS angle
25X25X3mm (top and sides) and 32X32X3mm (at bottom)
frame to be welded to the windscreen pillar with MS flat

Page2

317682 Tendernotice_2 57
reinforcement for fixing front wind screen pillar with MS flat
reinforcement for fixing Front wind shield glass. Proper support
should be mounted to the front end structure for fitment of front
show grill. All joints in the front end structure are provided with
ample number of gussets/cleat of 3mm or 2.5mm thick MS
plate. Provision to be given for the front route board to be fixed
at the top portion of the front wind screen. 35x35x6mm MS
angle to be provided on first post both sides of main pillar for
the fitment of side view mirror. The rear end structure to be
fabricated by using 40x40x2.95mm G.I. Tubes for main pillar
and also for cant rail. The cross bar to be provided with
50x50x6mm MS Angle, corner doom support to be provided
with 35x35x6mm MS Angle to connect rear structure and side
structure.
Front &rear structural to be fabrication as per drawing
Then assembled all the structures. Suitable structure to be
provided for wheel arch end wheel mud guard for both front
and rear wheel and arches are to be mounted and welded with
a minimum height of 250mm measured from the top level of
the tyre. In both entrances and above the driver door truss
panel to be provided at the Quarter rail portion with 16 G M.S.
Sheet. In all wheel arch side and in mud guard area 16 G MS
Sheet to be provided as a reinforcement in the side structure.
Top structure fabricated with hat section and 40x40 sq. tube,
flat & angles. Battery box and Stepney box should be provided
in the left side structure with 35x35x6mm and 50x50x6mm
M.S. Angle suitable flats with rigidly fixing with foundation
channels. Structural specification to be alone by as per our
drawing enclosed

317682 Tendernotice_2 58
3 Paneling Bus under Frame and
Structure:
Tubular Structure Fabrication
Structure should be as per our
design.

Interior Side Paneling FR 6mm BWR Plywoods and 3mm


Thickness Laminated Sheet up to
flooring in single
A separate see-through glass guard
Railpipe to be provided behind hat rack.
Window finishers in sheet metal with
powder coating and colour matching to
roof panel.
Interior Top Paneling Thermocool and FR 6mm BWR
Plywoods and 3mm Thickness
Laminated Sheet

External Body Paneling

Waist Rail to Centre (Rub 20G zero spangle sheet


Rail)
(Preferably TATA Galvano)
Centre (Rub Rail) to Skirt Minimum14GAluminumskirt
Panels with sikka flex o r
e q u i v a l e n t paste with
proper riveting.
Body Insulation Thermocol40mm thick and 12 kgs /m3
density/(F.R)
Packing in between FR 6mm BWR
plywoods and Roof inner pane

4 TopRoof 20G zero spangle GP sheet Top Roof Sheet fabricated and fitted with
MIG Welding in the zero spangle GP sheets joints,, on roof sheetfire
Retardant and the quality Asphaltic blue toproofing mat with
compoundcoatingto be provided
317682 Tendernotice_2 59
5 Frontandrear For front portion, Good quality Laminated clear curved glass
portion with the size about 104” x 70”of thickness 8.76mm (TNSTC
Model). Front FRP cowl – Fire Retardant Grade with latest elegant
look should be provided design as desired by the corporation then
and there. Bumper infront portion FR Grade FRP bumper to be
provided. For rear portion, single toughened smooth glass (HI
TECH secktra model) of 1930”mmX1350”mm with 6mm thick to be
provided. Fixing of FRB Bumper at the bottom of the rear structure.
Glasses: Horizontal Type sliding glass with frame to be
used: Left side and Right side as per diagram
Entrance door as per diagram (2Nos)
Driver door(1 nos)
Emergency door1nos as per diagram
(Sliding glass frame10mm bend)See through glass
(Pasted Type) as per diagram
See through glass 3mm bend(Design as desired by the corporation).
sliding glass assembly fixed by screws and pasted by Sikka flex or
3m paste or any other approved paste. Insliding glass and fixed
Glass a separate sheet (Sun shade type) to be provided to avoid water
leak. Two handles and footrest is to be provided at front cowl for front
Glass cleaning purpose

6 Flooring Flooring with 15mm BWR Fire Retardant with1.2 density chequared
plywood. The saloon flooring entirely dust proof. 4 nos of Fluted
Beading fitted in the floor. Spring washer must be provided in all bolt &
nut

Page5

317682 Tendernotice_2 60
7 Foot board Fabricated with suitable MS structure with 35X35X6mm
MSangle.Stepshouldbecoveredwith15mmchequared plywood.
Rises of the steps and Side portion to be covered with 20G
S.S sheet with suitable reinforcement. Yellow powder coated
40mm foot step beading to be provided LED light should be
mounted on the face of the foot steps.

Stepped type entry Max 400 mm

Maximum Height (mm) of Max 350 mm


Other step

8 Jack knife type Jack Knife type Automatic operation fitted with sensor
Automatic
unit passenger door. Exit & Entrance to be Hinged type full
operation fitted
with Sensor door with heavy duty door lock to be provided with suitable
Passengerdoor
50x25x2mm GI frame with Aluminum paneling and with locking
arrangement. The hinges are to be provided in front side. The
iron tower bolt should be provided to lock the door from the
inside. Passenger door structure covered with rubber beading

Piston and Cylinder mechanism for door closing and


opening shall be fitted on top.

Door hinge must be capable of with standing an ultimate


longitudinal load of 1135 Kgf and Transverse load of 910 Kgf.
Longitudinal Load: Door hinge system when subjected to test

317682 Tendernotice_2 61
Defined in SAEJ July 82 shall be capable of with standing an
ultimate load of 11.1 KN.
Transverse Load: Door hinge system when subjected to test
Defined in SAEJ934 July 82 shall be capable of withstanding
an ultimate load of 8.9 KN
Entryexitgatewithdoor

Operatingmechanism Pneumatic Door-JK type

Positionofdoor control Asper drawing

Passengers safety system–


allowing bus motion on door
Mandatory
closing and doors opening

onlywhenthebusis stopped

Front service door Type-II

Door aperture (without flaps in


840
mm)

Clear door width in mm Asper drawing

Door height in mm 2160

Positioning front service gate Asper drawing

Number of gate 1

Rear service door Type-II

Door aperture (in mm) 840

Clear door width Asper drawing

Door height in mm 2160

Positioning rear door with


respect to centre line of rear Behindtherear axle

axle

Entry / Exits Service Doors


The service door(s) shall be situated on the side of the

317682 Tendernotice_2 62
Vehicle that is nearer to the side of the road corresponding to
the direction of traffic. This dimension shall be reduced by 100
mm for single door when the measurement is made at the level
of the hand holds A double service door shall be counted as
two doors.

Single door for entrance and exit is to be provided for 176”


wheel base alone.
Guarding of Stepwells
Wherever a seated passenger is likely to be thrown intoa
stepwell as a result of heavy braking, a guard shall be
provided. The guard height shall be minimum 800 mm from the
floor, and the guard shall extend inward from the wall atleast
100 mm more than the center line of the seating position of the
passenger who is prone to this risk or upto the edge of the riser
of the innermost step, whichever is higher in dimension.
Access to Service Doors
Height and width as per drawing
Hand Rails and Hand Holds
They shall be designed and installed as to present no risk of
injury to passengers. (There shall be no relative movement
between the rail and mounting bracket)
Hand rails and hand holds section dimensions shall be
such that the passengers can grasp them easily and firmly.
Hand rail length shall be at least 100 mm to accommodate a
hand or this requirement shall be in accordance with AIS-046,
as amended from time to time. Diameter of the section shall
not be less than 20 mm and not more than 45 mm. Or this
requirement for the diameter of the section shall be in
accordance with AIS-046, as amended from time to time, for
the specifications of hand holds.
The clearance between a handrail or a handhold and
Adjacent part of the vehicle body or lateral walls hall beatleast
40mm.However incase of a handrail on a door or seata

317682 Tendernotice_2 63
minimumclearanceof35mmshallbepermitted.
The lateral clearance shall be 150 mm minimum or this
requirement shall be in accordance with AIS-046, as amended
from time to time.
Handrails and /or handholds shall be provided with
sufficient number for each point of the floor Area intended, for
the standing passengers. This requirement shall be deemed to
be full filled if at least two handrails and/ or handholds can be
reached is inside the envelope inscribed by the moving arm of
the testing device. The testing device is designed to rotate
freely about its vertical axis.
Hand-rails and hand holds above 800 mm and not
greater than 1900 mm shall be considered to meet the above
requirement. For every position that can be occupied by a
standing passenger, at least one of the two required. Areas
which are occupied by the standing passengers and are not
separated by seats from the side walls or rear wall of the
vehicle shall be provided with at least two horizontal handrails
parallel to the walls
Hand Rails and Hand Holds for Service Doors
Door apertures shall be fitted with Hand Rails and / or H
and Holds on each side. Handrails and Handholds provided for
service doors shall be such that they include a grasping point
available to a person standing on the ground and adjacent to
the service door or any of the successive door steps. Such
point shall be situated, vertically, between 800 to 1000mm
above the ground or from the surface of each step, and
horizontally,
a) For position appropriate to the person standing on the
ground, not more than 400 mm inwards from the outer edge of
the first step, and
b) For position appropriate to the particular step not more than
400mm inward from their board edge of that step and not
outwards from the outer edge of the step considered.

a) Door Control Title Technical Specification

317682 Tendernotice_2 64
System ECU a) Operating voltage- 24V
b) ECU should meet the Protection class
IP30(ISO20653)
c) ECU to meet the Shock load as per ISO16750-3
Pneumatic a) Operating pressure- 8bar
control valve b) Operating voltage- 24V
c) Operating temperature-25to+80deg.C
Operating 1) Operating Pressure-8bar
cylinder 2) Diameter vs Stroke-50 mm vs160 mm length
3) Operating temperature- 25 to+ 80 deg.C
Emergency 1) Manually operated 2/2 way valve with self return
cock 2) Operating pressure-8 bar
3) Operating temperature-25to+80Deg.C
Sensor 1) Should be capable of sensing the door
movement-opening and closing.
2) Operatingrange-25to+80deg.c
Product Scope
The door control system should comprise of following:-

 Door Opening and Closing through switches fitted on driver


dashboard
 System should be controlled using a ECU(Electronic control unit)
 ECU should cater for operating of the doors

 Each door to have two Emergency switches for In and Out function.
 Obstacles ensing for both doors with sensors

 Control valves should of Automotive grade for longer life and


reliability
 Should be suitable for JK Single Bus door of dimensions(Our Bus
Door Dimensions)
8(b) To be included-
8 (b) DOOR CONTROL SYSTEM
The door shall be provided with independent pneumatic
cylinder mechanism with sensor enabling to control the
Movement of door from driver seat
Pressure sensor for passenger safety provided as a primary safety feature.
The system shall have a Driver warning system with visual and audible
alarm. Driver warning system means visual and audible means of alerting a
driver to an abnormal condition or a system fault affecting the door safety
system
Vehicle motion speed (VMS) safety feature to be provided (Doors Open only
When vehicle maintained the controlled speed)

317682 Tendernotice_2 65
Emergency switches provided outside & inside of the bus on the body sheet.
Activation of the emergency overide switch shall produce a visible and
Audible alert to the driver
The system shall produce a means of recording and storing of data related
to application of door opening / closing for pre-determined length of time

Brakes safety feature to be provided where in hand brake is released only


when Doors are closed with no object detection
The product should be ARAI approved as per AIS052 standards.

9 Driver door Hinged type door – door to be provided on the off side in the foremost
front bay. Frame with 40x40x2mm Square Tube structures using 2mm
pressed section with proper MS reinforcement for fixing heavy duty
door locking and outside covered with aluminum sheet and sliding
glass frame. Inside covered with SS sheets and the door to be
provided. Door structure covered by rubber beading. Climb facility to
be provided as per drawing enclosed.
The bonnet guard should be provided.

10 Emergency exit Hinged type door provided at right side body end before the 6 pass
seat also provided opener at bottom of the door. Outside the body 2
doors, warning
nos of foot step from bottom to emergency door. Door structure
device etc., covered by rubber beading. Climb facility to be provided as per
drawing enclosed.

If any emergency the glass broken hammers are fitted in four


places one at driver cabin, second one front 3 pass seat &Third one at
emergency door and forth at near windscreen glass. Hammer should
be placed as per drawing enclosed.

Emergency Exit.
Windows of the vehicle may be considered as emergency exits
provided all the side wall windows fitted with breakable safety glass
shall be designated as emergency windows. Designated emergency
windows of breakable safety glass type shall be provided withbreaking
device properly fastened by suitable means like metallic chain, rope
etc and shall be made easily identifiable with self- luminescent label or
a lighting device.
For all buses with fixed windows as emergency exits, two
additional breaking devices(hammers)to break open the

317682 Tendernotice_2 66
Safety glasses from outside by driver/co-driver
shall be provided in the driver’s cabin at a suitable location
which should be easily accessible. Length of the handle of such
breaking device shall be suitable to reach the center of
emergency window glass from outside.
Where seats are permitted alongside the driver for
passenger seat, both exits shall be doors. The driver door shall
be accepted as emergency exit for the passengers and the
second window provided shall be accepted as the emergency
exit for the driver, provided the driver controls, steering wheel,
engine housing etc. do not constitute a serious obstruction.
The fitment of any welded structure / frame restricting the
opening of any of the emergency exit, from inside or outsidethe
vehicle, shall not be permitted.
The bonnet guard should be provided
Steps
Dimensions of Steps in mm shall be as given as per
drawing. The height of the first step in relation to the ground
shall be measured with the vehicle on level ground, unladen,
the tyre pressure being as specified by the manufacturer
corresponding to maximum technical mass. The height of a
step shall be measured at the centre of its width.
Where there is more than one step, each step may extend
into the area of the vertical projection of the next step by 100
mm and the projection over the tread below shall leave a free
surface at least 200 mm with all steps edges designed to
minimize the risk of tripping and being in contrasting colour or
colours. A yellow powder coated beading of 50 mm width shall
be provided on all steps to assist visually impaired people.
A rectangular template of 400 mm x 200 mm (width X
depth) when placed over the step shall have a contact area of
atleast95%,Incaseofadoubledoorwayeachhalfofthe
Door shall fulfill this requirement.

317682 Tendernotice_2 67
All climb facility steps shall be provided with antiskid surface
(Aluminum chequered plate/ grooved vinyl sheet or any non-
slip coating).The anti skid surface shall meet the requirements
Specified in AIS standard as and when notified.

11 Topceiling To avoid heat provide (Fire Retardant) FR 6mm BWR


Plywoods and 3mm Thickness Laminated Sheet to be provided
in length wise in the interior ceiling area. In the joints 1¼ inches
aluminum cotter beading to be provided with PVC cotter
provision with end clips.
Beading for joints may be fitted wherever necessary screws
Should not be come loose on running.40mm thickness and
minimum density of 12 kg/m3 thermocool used
12 Rubber For rear glass - Bonding For front wind screen glass–
Beading 50mm EPDM rubber only. Side slide glass and see through
glasses fixing with approved paste.

13 BatteryBox Battery box provided in the left side body at the near of
front foot step with door (Heavy duty door lock). And also fitted
trolley type battery box frame. Covered with 15mmchequered
plywood with proper ventilation. Door lock should covered by
14G Aluiminium sheet flap door opening .Battery mounting
Should be located easy accessibility for maintenance.

14 Fire Two numbers of 6 kgs+4kgs fire extinguisher shall


Extinguisher
comply with IS:13849 fitted in one number at last two pass seat
back side flooring and another one fitted in driver cabin.
Halogenated hydrocarbon type of extinguisher shell not be
used asextinguisher
Fire extinguishers shall comply with IS : 13849 or IS : 2171as
am from time to time, as may be applicable
Halogenated hydrocarbon type of extinguisher shall not be
used as extinguishing. Fire extinguisher shall be secured
against tampering and shall be kept at an easily accessible
location

317682 Tendernotice_2 68
15 Stephney Stephney Carrier provided in the bottom of the bus chassis
near rear axle area and will be part chassis aggregate and
Carrierbox also fitted original tyre fitted original tyre fitting equipment with
ratchet type. Small flap to be provided at body to access the
spare wheel handle.
16 Fueltank door One number of fuel tank flap door be provided with latches

17 Toolbox Tools box provided with necessary door and locking


arrangement.
18 DashBoard The dash board to be extended and connected to the
front end structure. The dash board to be fabricated with
35X35X6mm MS angle and with other structural members to
the full width of the body and upto the front end structure. Dash
board covered by FRP Doom. Dash board instruments to be
provided rigidly in the dash board. It should be clearly viewed
by driver. Provision for coolant oil filling for radiator. Meter
board to be fitted on the dashboard with removabaly be
properly.

19 RouteBoard Provision to be given at front and rear. Design asdesired


by the corporation then and there .The front routeboard to be
fitted in front of dash board (or) hanging type at top as required
size. Route board should be in LED type (Double Row Route
Board of size1.25 feet x 6.5 feet with bottom cover) also viewed
by 30mtr distance.
For rear route board should be provided back side of rear 6
pass seat assy. bottom of the rear wind screen glass or at top
above the wind screen glass. Route board should be in LED
type and also viewed by 30mtr distance. Front route board
width1950 mm &height 381 mm Rear route board width
900 mm & height 220 mm.

20 Grab rail With 1 1/4” Powder coated ERW pipe with Queen handles 14G
thick provided two lines with hanging grip handles. The
distance between ceiling and the pipe is minimum 40mm i.e
handhold is 40mm

Page 13

317682 Tendernotice_2 69
21 Sidewindow Windows with sliding glass shall be fitted with guardrails.
guard rail Fitment of guard rails on emergency windows is prohibited.
The first guard rail shall be provided at a height of 75 mm
from the lower window sill. The distance between two guard
rails shall be 75 to 100 mm.
With 20mm ERW pipe 14G thick powder coated and to be
fixed inside of the window – 2 rows in each side.

22 Window Window
Window is fixed by pasting and screws
Window Glazing
The window glass shall be made of safety glass as specified
in IS 2553 Part 2 and shall readily break on impact when hit by
a hammer in the event of an accident.
Edges
The edge shall be crown edge, satin finish for all theexposed
edges that is likely to come in touch with the passenger’s body.
(This Edge specification corresponds to Edge No. 1 specified in
SAE J673).
Window Frames
Constructed from aluminum extrusions or formed
steel/coated sections. Alternately directly, sliding on flocked
rubber channels supported by aluminum/steel section.
The window frames shall be mounted such that distortions
and change of aperture dimensions due to forces on the
structure does not deform the guideways. The window
glass/glass and frame shall slide smoothly when subjected to
normal pull force (50 to 75N)
The window frame shall be attached to the structure by
bonded with adhesive and additional screws
The mounting shall meet requirement specified in BIS
Standard-Window retention and release system for Buses

317682 Tendernotice_2 70
SafetyRequirementIS13944-1994.
The window frame fitted on buses shall meet the
requirements specified in AIS-068 as amended from time to
time however AIS-068 shall not be applicable for pasted or
fixedglasswindows
RelatedStandardsforWindow Glazing

Description StandardNo
Safety Glasses:Part2for IS2553Part 2*
Road transport

Window retention and IS:13944-1994*


release system for Buses:-
Safety Requirement

Water Proofing Test on IS11865-1992*


Automobiles
*As amended from time to time

Electrification BIS marked copper conductor with fire


23 Electrification
retardant as per IS/ISO6722:2006 as per appropriate class

2nos each side 8”round head lamps


(total4nos) for front FRP show (As per
Head Lamps
TNSTC Requirement). 6” round type
head lamp in front bumper- 2nos
Blinkers On front & rear sides as per bus code
norms

Saloon Lightings Quality full length strip type SMDLED


Tube light assembly with night lamp
24 Electrical
facility lights on roof to be provided to
Meet TNSTC requirement
Tail Lamps Suitable sunken type for the rear FRP
show (As per TNSTC
requirement)
Head 2nos.front, 2nos.at rear
Marker
Lamps
Sidemarker lamps 5Nos.each side as per AIS052
Specification

317682 Tendernotice_2 71
StepLights All the entrance /exit door will have step-

lights

Reflectors 2nos.at front (white) 2nos. at rear(red)


(Eyecat)
BatteryBox Underneath the flooring (outside of the

Passenger saloon)

Fan One fan in the driver cabin area for

Driver comfort

Bus with Fitment of 1950 mm at front top, 900mm at rear


Destination Boards wind screen glass as per AIS-052 code
and to be certified by government
Approved test agencies
Additional switch box is to be provided at dashboard for ETM
machine charging.

ELECTRICAL EQUIPMENT AND WIRING


Electrical cables
AllcablesusedshallbecompliantwithBIS /DIN/ISO/ SAE
/ JIS or JASO or other equivalent standard and shall be able to
withstand working temperature upto 70°C.
All the cables shall be ducted and secured at suitable places
in such a manner that during normal use of vehicle the cables
are not subjected to any tension, stretching, nicking, cutting,
abrasion or chaffing.
The conductor cross section shall be selected to carry the
rated current as given below or according to one of the
standards mentioned
Specification for Low Tension Wire for Automotive Application
Allowable Number/ Cross Outer Finished
Current Diameter Sectional Diameter Outer
(A) ofwirein Areain (mm) Diameter
(mm) (mm2) (mm)

9 7/0.32 0.5629 1.0 2.2


12 11/0.32 0.8946 1.2 2.4
317682 Tendernotice_2 72
15 16/0.32 1.267 1.5 2.7
20 26/.032 2.081 1.9 3.1
28 41/0.32 3.287 2.4 3.8
Fuse
Every electrical circuit shall be provided with fuse designed for
the circuit. In case of multiple circuits a common fuse shall be
permitted, subjected to suitable current capacity per circuit
depending upon the individual electric load.
The current carrying capacity of the fuse shall be:
Rated Current of Fuse = 1.5 times the Load Current of the
Electrical Equipment
Terminals, Connectors & Elements
Endterminations: Allthe ends shallbe suitablycrimped with
lugs/soldered or fixed so as to withstand vehicle Vibrations.The
interconnection shall be through couplers/junction boxes/
terminal blocks.
Suitable connectors shall be used for external areas which
are exposed to atmosphere to avoid water /moisture ingress
during use.
Safetyrequirements
Use of relays and other electrical elements shall be adopted
where the current rating of the switches is not adequate. The
additional circuits shall not draw current more than specified by
the manufacturer.
Where the voltage exceeds 100 Volts RMS (Root Mean
Square) in one or more electrical circuit, a manually operated
isolation switch which is capable of disconnecting the circuit(s)
from the main electrical supply shall be provided and shall be
located inside the vehicle. Alternatively, electrically operated
Battery cut off switch may be provided.”

317682 Tendernotice_2 73
No circuit provided by the vehicle manufacturer or type
approved shall be modified. The isolation circuit shall have
provision for bypassing circuits supplying mandatory external
vehicle lighting i.e. besides the main isolation switch, individual
isolation switches shall be used in series with main isolation
switch, each for internal lighting and external mandatory
lighting.
Electrical cables shall be located such that no part can make
contact with any fuel line or exhaust system subjected to
excess heat. Suitable special insulation shall be providedwhere
such electrical circuits are necessary.
Batteries
All batteries shall be well secured and easily accessible.
Underneath the flooring (outside of the passenger saloon)
Battery terminals shall be protected against short circuit risk.
Isolation Switch: A manually or electrically operate disolation
switch, which is capable of disconnecting the battery terminal
from the electrical circuit, shall be provided.
Electrical Wiring and Circuits
The circuit diagram for the bus provided by OE vehicle
manufacturer shall not be tampered”
Standards Related to Electric Equipment & Wiring
Description Standard No.
Cables for Motor Vehicles IS2465: 1984*
Cable Termination for
Automobile Wiring Blade Type IS8395:1977PartI*
Connectors

Cable Termination for


Automobile IS8395:1977PartII*
Wiring Bullet & Tube Type
Connectors

LowVoltage Fuses IS13703:1993PartI*

317682 Tendernotice_2 74
Colour Code of Electrical
Wiring for major electrical IS13313:1991 *
circuits

Cartridge Fuse links for IS2577:1974*/JASOD601


Automobiles

Porcelain (Molded) Fuse links IS7528:1974*

For Automobiles

Fuses for Automobiles IS4063:1982*


Piano key type switches for IS9433:1980*
Use in automobiles

Automobile Lamps IS1606:1979*


Electrical Circuits IS14381:1996*
*as amended from time to time
25 Headlight 4 numbers should be fitted( approved by tested agencies)
26 Lighting As specified in the enclosed drawing
27 Wiper motor One number of heavy duty wiper motor is to be fitted at the
Bottom portion of the wind screen glass with suitable wiper
blades. The wiping area should be ensured in such a way
that the driver’s visibility during rainy is very clear. Variable
speed with time delay relay.

28 AirHorn One number Air horn to be provided. With low decibel


cite horn to be provided at suitable place in the front end
structure and operating handle to be fitted nearer to the
steering column. The noise level in decibels should be within
the norm as prescribed in the latest MV rules/Tamil Nadu
PollutionControlBoard.
29 DriverSeat The driver seat supplied with chassis to be modified for
Comforts to the driver with adjustable type wire knitted.

317682 Tendernotice_2 75
30 FirstAidBox One first aid box to be provided at driver partition along
with OE basic medicines. The lid be provided with hasp and
staple with good quality lock and two keys. The box to be
provided with lettering and red cross mark sticker.
First aid Equipment
First Aid Kits containing items notified under Rule138(4) (d)
of CMVR 1989 shall be provided. Space shall be provided for
fitting more than one first-aid kit.
The First aid kits shall be secured against tampering and
shall be kept in lockers or behind breakable glass. The location
shall be marked clearly
31 Conductor Provision to be given in the Hatrack with lock and key
Ticket Box Arrangement for keeping conductor ticket box with the size of
about 250mmX200mmX200mm.
32 Rearview The Set of Rear View Mirror to be fixed as per the standards
conforming the AIS – 001 (Part – I) (Rev – 1/2011) consisting of
mirror the following
1. Rear View Main Mirror Assembly LH & RH (Class – II)
2. Wide Angle Mirror (Class – IV)
3. Close-Proximity Mirror (Class V) and
4. Blind Spot Mirror (Class – VI)
OEM Brand only to be fitted.

33 Mudguard flaps 8 numbers Mudguard flaps with flaps 4 numbers to be


Provided with18G GI sheet pieces for fullwidth of the wheels
and bolted with ply canvas piece and 25 X 6mm MS Flats.

317682 Tendernotice_2 76
34 Seat Frames High back rest seats to be provided. The seating
andUpholstery capacity is desired by the corp. then and there. Seat frames
for seat structure is made up of round type 1 inch ERW pipe with 14G
thickness. The ERW pipe should be ISI and are to be powder
coated wherever necessary. The overall width of 2 person seat
is 800mm and 3 person in 1200mm.
PU Foam for back rest covered with kada cloth and synthetic
rexine. The seat cushion covered, with synthetic rexine only.
(Fire retardant materials must be used).
Minimum size of the seat cushions 60mm at one endand
90mm at other end. Thickness of backrest 75mm at one end
and 50 mm at the otherend. The seat to be designed such that
the passengers do not slip. Torso angle (degree)Min12o–
Max 24o seat frame designed as per our drawing enclosed or
any pre fabricated seat preferred by STUs.

Armrestwidth(ifprovided):
Minimum arm rest height from cushion:175mm.
The minimum Armrest width, wherever provided shall be as
follows. Type –II : 40 mm.
The Arm rest could be retractable farm restnotprovides10 nos
center post to be provided.
Depthofseatcushion:
The minimum depth of seat cushion shall be as follows

Note: In case of differences between the values specified


above and that of AIS-023, the values specified in AIS-023shall
be considered as final and standing.
SeatSpacing:
The distance betweenthe front of a seat squab and the backof
a seat squab of the seat preceding it, shall when measured

317682 Tendernotice_2 77
horizontally and at a height 620 mm from the floor shall not be
less than following (in mm):
NDX SDX
TypeII 680 680

Note: In case of differences between the values specified


above and that of AIS-023, the values specified in AIS-023shall
be considered as final and standing.
All measurements shall be taken, with the seat cushionand
squab uncompressed in the vertical plane passing through the
centerline of the individual seating space
In case rearward clearance is provided, it shall continue
upwards above the 100 mm level as an inclined plane and
intersect the front edge of the seat structure immediately below
the cushion.
Seatbaseheight (T)
The height of the uncompressed seat cushion (T) i.e. the
distance from the floor to the horizontal plane tangent to the
front upper surface of the seat cushion shall be between 450+
50 mm. This height may however be reduced to not less than
350 mm at the wheel arches and engine compartment.

Minimumtorsoangle-SDX:15o
Seat Base:-Thickness
Thethicknessofseatbaseinmmmaybeasfollows:
TypeII
NDX SDX
Thicknessofseat cushion
Frontedge(min) 90 110
Thicknessofseat cushion
Rearedge(min) 60 80

317682 Tendernotice_2 78
Note: Incase buses are fitted with PPLD/LDPE seats, the seat
cushion thickness shall be minimum 25 mm.
Clearance Leg Space for seated passengers:
Aminimum clearance leg space of seated passenger(300mm)
in front of each passenger seat shall be provided, wherever a
partition before the seat assembly. The local presence of seat
legs in this space shall also be permitted provided that
adequate space remains for the passenger’s feet. In the caseof
seats alongside the driver’s seat in vehicle with up to 22
passengers, intrusion of the dashboard, instrument panel,
windscreen, sun visor, seat belts and seat belt anchorages
shall be allowed.

Note: In case of differences between the specifications


mentioned above and that of AIS-023, the specifications given
in AIS-023 shall be considered as final and standing

Free height and Intrusion over seating position:


Free height over seating position (Head Room):
Each seating position shall have free height of not less than
900 mm measured from the highest point of the uncompressed
seat cushion. This free height shall extend over the vertical
projection of the whole area of the seat and the associated foot
space.

Note: In case of differences between the specifications


mentioned above and that of AIS-023, the specifications given
in AIS-023 shall be considered as final and standing

Intrusion of Wheel arches:


The intrusion does not extend beyond the median vertical

317682 Tendernotice_2 79
Plane of the seating position.
The nearest edge of the area 300 mm indepth available for
the feet of the seated passenger is advance no more than 200
mm from the edge of the uncompressed seat cushion and to not
more than 600 mm in front of the squab of the seat, these
measurements being made in the median Vertical plane of the
seating position
Seat Requirements
Performance and Strength Requirements for Driver / Co-driver
Seat
The driver / co-driver seat/ Front passenger seat shall meet the
requirements specified in AIS-023, as amended from time to
time.
Passenger Seat requirements
Seating capacity would be 52+2

35 Seatbelt Wherever seat belt provide dismentioned in our drawing

36 Gangway Type-II
Diameter of the lower cylinder (A) 350

Height of lower Cylinder 900


Diameter of the upper cylinder(C) 550
Height of upper cylinder(B) 500

Over all Internal height (H) 1900

Minimum interior head room in mm-1900 mm(min)


Gangway width from gate to longitudinal space between rows of
seat -350mm (min)

317682 Tendernotice_2 80
Reverse Sl.No Technical Specification
37
Parking System 1. ECU - Operating voltage 10-28V
2. Rated Voltage - 12/24V
3. Operating Temperature - minus 30 to +80 degrees
4. Frequency - 58 KHz
5. Measurement range - 0.2 to 2.4 minimum
6. Waterproof grade IP 65
7. Four active sensors
8. Buzzer wirh audible sound [ 70-80 db]
RPAS should comprise the following items:-

 1)Electronic control unit(ECU)


 2)Four active sensors
 3)Automotive Wiring harness
 4)Buzzer with Hooter

Product scope:-

 Reverse Parking Alert System which uses sensors in order to


provide the driver with information about the obstacles in
specified zone while reversing the vehicle.

 It will be operational when the reverse gear is engaged.


 It should detect the obstacles between a distance .3 to 1.8metres
min and warn the driver with buzzer sound
Product should be ARAI approved as per AIS 145

317682 Tendernotice_2 81
ClimbFacility  The maximum height of first step from the ground shall
38 for driver be 550 mm.
 The maximum height to other steps shall be 350mm.
 The maximum number of steps shall be four
 The minimum step width shall be150mm.
 Minimum step depth shall be150 mm.
The steps need be provided with anti-slip surface. The anti-slip
surface shall comply with the relevant AIS standard as and
when notified.
Note: The driver should be able to ergonomically use all the
steps for Climbing into the driver’s cabin. Applicable in case of
emergency exit steps.
HandHolds
As perourdrawing
Heel Point - Heel point shall be located at a minimum distance
of 340 mm from the inner face of the bulkhead. For thispurpose
the bulkhead is defined as a structure ahead of the heel point,
supporting the front structure of the vehicle.
Reference Point - The “H” Point (Reference Point) shall be
specified by the Chassis Manufacturer.
WorkareaDimension–
 The minimum width of the driver area from the right side
wall shall be 800 mm, at a height of 900 mm from the heel
point horizontal plane.
 The minimum distance of driver partition from the driverseat
shall be 25 mm from the rearmost point of the driver seat in
its rearmost position with seat back reclined backwards to
an angle of 12 degrees.
 The minimum distance from H-point to roof top shall be
1060 mm.
 The distance between the heel point and the H– point shall
Be between 600 mm to 640mm.

317682 Tendernotice_2 82
 The distance of H-point from floor shall be minimum 500
mm with the driver seat in the upper most position
2.2.16.4.5
Position of Steering Wheel
The chassis manufacturer shall specify the position of the
steering wheel with reference to the heel point.
The minimum distance of lower end of steering wheel from
driver seat back shall be 350mm.The thigh clearance of the
steering wheel with driver seat in the upper most position shall
be between 200 mm to 260 mm.
Note: Manufacturer may submit a drawing highlighting all
dimensional requirements of this clause to Test Agency, for
compliance
Placemen to Instrument Panel
The placement of instrument panel shall be such that the
primary instruments and controls are visible unobstructed
while viewed from the driver seat. A typical driver information
layout
The dashboard shall be of non-metallic, fire resistant,energy
absorbing material and so constructed that in the event of a
collision it shall cause minimum injury to thedriver.
ShroudforWiring Harness
A suitable non-metallic, fire resistant, energy absorbing
cover shall be provided for the wiring harness and other
exposed parts below the instrument panel. The cover shall be
so constructed that in the event of a collision it shall cause
minimum injury to the driver.
Positionof Controls
The position of the control is such as accelerator ,clutch,
gear, lever, service brake, parking brake etc. shall be specified
by the vehicle manufacturers.
Heating, Cooling & Ventilation for Driver
Thedriver’sworkareashallbeprovidedwiththeblowersor

317682 Tendernotice_2 83
Other suitable device stoen sure proper ventilation. These
devices shall be capable of minimum of three air changes per
minute or as per standard whenever notified.

39 Stickers All stickers should be in capital letter with red colour font in
white background.
All safety signs shall be of photo-luminescen material.(radium)
following sticker are required
Fontsize20
 Emergencydooralarm– 1nos
 Hammer–05Nos
 FirstAidKit -1Nos
 Sparewheel–1nos
 Batterybox–1Nos
 Fueltank -1Nos
 FireExtingiusher–2Nos
Font Size 40
 EmergencyExit–06 Nos
 EmergencyDoor–2Nos
 EmergecncyExit-Logo-06Nos
 EmergecncyExitDoor-Logo-2nos
Font Size will be specified by STUs
 STUsnamestickeristobeprovidedatFront,Leftand Right
side of Bus Body
All stickers will be decided by STUs and it is to be provided and
fixed by Bus Body builders before delivery.

40 Reflector Front Two white and rear two red reflector

41 Reflector tape As per drawing

317682 Tendernotice_2 84
42 Disabled
PersonSeat

Opposite to front entrance, one seat provided for DISABLED


person give provision as per image shown above
43 Corrosion All Angles to be cleaned by Derustofose solution and
Protection coated with Epoxy Red oxide and coal tar.
The inside surface of the ERW tubes shouldbe coated with
Red-Oxide Epoxy primer over which a filament of wax should
be given to prevent rusting/corrosion, before fabrication. After
welding, grinding and alignment of the structure, the same be
chemically treated.
CorrosionProtection
The quality of the surface treatment shall be tested
according to the test methods specified in JIS D0202 or any
equivalent standards including BIS Standard.(General Rules of
Coating Films for Automotive Parts or equivalent Indian
Standards using test panels.) The minimum quality
requirements in table below shall be met for test criteria
specified in para. 4 of JIS D0202. The compliance to this
requirement shall be demonstrated by the body builderto the
Testing agencies.
Painted or coated panels Quality
Surface Condition– There must be no surface
Appearance roughness, pinholes or other
harmful defects
Corrosion Resistance or 96(Hrs)

317682 Tendernotice_2 85
Water/moisture resistance
Oil Resistance Noswelling,flaking,peeling,
(40Deg.24hrs) cracking, film softening nor
appreciable change inlustre
or colour
Volatile Oil Resistance Noswelling,flaking,peeling,
(Gasoline) (24 hrs) cracking, film softening nor
appreciable change inlustre
or colour
Pencil Scratch Test Shall resist HB or Harder
Checker Mark : No of
sections in which film
remains intact (without Grade1 Grade2
peeling off) Grade 3 shall
apply only to Copper and
copper alloy bases,
Aluminum and aluminum
alloy bases and Zinc and 100 90or more

Zinc alloy bases

Note:Bus Body Manufacturer should provide relevent internal


Reports or adeclaration for compliance for relevant structural
and body parts to respective standard.
44 Paintings Using 2-K (Two component) High solid PU solid paint.
Dry sand the AL. sheet, GI Sheet, FRP and aluminum surface
with recommended emery paper sanding sheet. Degrease the
surface using wet and dry cloth method with anti static
degreaser. Apply 2-K putty on bare metal whatever necessary
tocorrecttheminordefectsoflevelinginthemetalsheet.Putty should
be applied first in thin coat holding theputtyblade at 90 degree
angle. Subsequent coats can be applied in thick coats. Mixing
ratio of the putty is 100:2 or 3 (2% to 3% hardener)
Dry sanding or wet sanding is done after 30 minutes of

317682 Tendernotice_2 86
putty application. Sanding of putty be done withp80 wet or dry
sheets and subsequently with P150/180 and final with P220.
Ensure that a fine feather edging is achieved. Degrease with
degreaserorsilicon removerand sprayZinc rich 2-K PU primer at
a mixing ratio of 3:1.
Top coat the PU primed surface with High solid primer
surface. Mixing ratio 3 parts of High solid surface and 1 part of
fast hardener. Two coats to be applied with 10% 2-K Acrylic
thinner to achieve a even film thickness of 100 microns.
Wet or dry sand the surface after 8 hours of drying at an
ambient room temperature of 25 degree with P600 and final
with P800 wet or dry sanding sheet.Before paint in gensure that
the surface is again degreased with anti static degreaser and
cleaned by using a tack coat cloth to remove fine dust particle
on the surface.
Spray the PU paint in two even wet coats with a flash
time of 15 minutes between each coat. After the painting isover
the bus should be backed at a temperature of 50 degree for 60
minutes for curing. Complete PU paint to be used from primer
stage to final coat. The painting processes are done as
prescribed by manufacturer. The design and shade of the paint
be got approved from the corporation.

Clear should be coated two times in the interval of 15 minutes.

The painting colour and design will be decided by STUs.


45 Hat rack Full area to be covered, Right side one row and Left side one
row as per drawing and as per AIS 052 specification
The minimum dimensions of the cabin luggage rack shall be as
given below. This may be either 20G gp sheet or FRP may be
provided.
Type-II
Width from Side wall(inmm) 350
Height from Roof (inmm) 300
The cabin luggage racks shall be designed in such away that
the luggage is prevented from falling in the event of sudden
317682 Tendernotice_2 87
Braking or due to forces generated during cornering.

46 Bumper ImpactStrengthforBumpers
The front and rear bumpers of the vehicle shall meet the
requirements prescribed in relevant standard as and when
notified.
47 Rubrail 2”valvo beeding to be fitted

Decoration Alu¾”fluted beeding to be fitted whenever it is necessary and

Moulding 1¼”showcotter beeding for ceiling

Wearing strip 11/4”fluted flat beeding used

Footstep Yellow powder coated step edge beeding provided for foot step

edging

48 PanelBeading 1”x1/8”Aluflat

All the aluminum beeding are aluminum extrusion IS733/1983

49 Welding All joints in the bus body structural stage should be


properly notched and matched, with the rest of the main
structural components to ensure perfectly plain surface and
then the joints should be rigidly welded to ensure against any
distortion in the completed structure assemblies and the shell
work. The alignment of the body should also be checked before
taking up paneling work. Welding slag should be eliminated by
grounding or by chipping smoothly. Un-necessary drilling in the
structure should be avoided. Improper notching of main and
subassemblies and its gaps filled with metallic pieces will notbe
allowed. All angles and flats and tubes should be MIG welded
and in other structures wherever necessary to form a high
strength. Welding/ drilling should not be done in the
Chassis frame.

LeakProof Before the delivery of the completed bus, the body is


50
Testing checked for roof and sides water leakages.

317682 Tendernotice_2 88
51 General TNSTC REQUIREMENTS

BUS DIMENSION–maximum limits

222”/232
210”WB 176”WB
”WB

Overall length
(including 12000mm 12000mm 8940mm
bumper)

Overall width
(extreme 2600mm 2600mm 2600mm
point)

Overall height 3800mm 3800mm 3800mm

Front 40% 40%


40%wheel
overhang(FOH) wheel wheel
base
base base

Rear 60% 60%


60%wheel
Overhang(ROH) wheel wheel
base
base base
Proper precaution to be taken to avoid damages to any
original equipment/assembly of chassis. The body builder
should check up the battery charging, engine oil level in the
sump, power steering oil level, oil level in the gear box as well
as in the differential. Due care should be taken to reconnect all
the parts and assemblies disconnected while in fabrication and
tyre inflation should be maintained. The pedal removed also to
be refitted properly. Care should be taken to avoid entry of any
particles into the functional area which affecting vehicle
operation.
The completed bus body should invariably be delivered
to the receiving end in TIP-TOP good condition after thoroughly
cleaning the bus body including the under chassis and should
Be free from stand dirt.

317682 Tendernotice_2 89
Only the materials certified by approval agencies should be
used expect iron and aluminum materials. But iron material is as per
ISI standard and aluminum material are as per IS 933/1983 (or)
better standard materials of reputed firms shall be used for the bus
body construction. Wherever necessary, ERW pipes are to be
powder plated. The construction should be confirmed to the Central
Motor Vehicle Acts and Tamil Nadu Motor Vehicle Acts and rules
and prevailing statutory provisions.

52 Note Easy access must be provided for the following:


Removal of engine, gearbox, alternator etc., radiator
hoses/pipes Fan belt adjustment/ replacement, removal ofexhaust
pipe mounting nuts, Checking of injection timing at fuel pump and
flywheel battery and stator motor terminals Checking and topping up
of engine coolant and lubricating oils Priming of fuel filter elements
Greasing of various points like spring eyebush, propeller shaft/joints.
A minimum of 50mm clearance to be maintained between the
engine and bonnet for effective heat dissipation.
The maintenance to the Power steering pump should be easy.

53 Delivery of The completed bus body should be delivered to the


Bus
receiving end in good condition after thoroughly cleaning the bus
body including the under chassis and should be free from dust
and dirt.

54 Centre Post 8nos of Centrepost11/4” Powder coated pipe to be provided

55 Wheel Arch Wheel arch should be fabricated and fitted with FRB sheets.
1 No spare also to be supply along with bus.
Niyon blue colour LED strip light should be provided in wheel arches.
56 Rear Pumper FRBpumpertobe provided.

57 Cell Phone To provide the Cell phone charger with plug point.
Charger
58 TOBE INCLUDED
Advertisement Advertisement board provision
board
provision Provision should be given for mounting the Advertisement board at
rear side of the body size of 4 x 21/2 feet frame
317682 Tendernotice_2 90
317682 Tendernotice_2 91
317682 Tendernotice_2 92
317682 Tendernotice_2 93
317682 Tendernotice_2 94
317682 Tendernotice_2 95
317682 Tendernotice_2 96
317682 Tendernotice_2 97
317682 Tendernotice_2 98
317682 Tendernotice_2 99
317682 Tendernotice_2 100
317682 Tendernotice_2 101
Signature Not Verified
Digitally signed by M UMAMAHESWARAN
Date: 2023.05.20 16:04:28 IST
Location: Tamil Nadu-TN

317682 Tendernotice_2 102


Tender Ref: 11/BB- Mofussil/ CP/IRT/2023

INSTITUTE OF ROAD TRANSPORT


100 FEET ROAD, TARAMANI, CHENNAI – 600 113

RATE
CONTRACT
TENDER

E-TENDER CUM FOR CONSTRUCTIONOF NEW BUS


B O D I E S F O R M O F U S S I L O P E R AT I O N T O T N S T U S

Tender Ref : 11/BB- Mofussil /CP/IRT/2023


Due Date : 15.06.2023

CORRIGENDUM - 1

IRT, Chennai- 113

317682 BBMofussilCorrigendum1 103


Tender Ref: 11/BB- Mofussil/ CP/IRT/2023

Sl. Page Description As per Tender document Corrigendum


No. No.
E-Tender Notice Pre-bid Meeting 23.05.2023 at Pre-bid Meeting 29.05.2023 at
1. 5. 12.00 hrs 12.00 hrs

Sl. Page Chapter & As per Tender document Corrigendum


No. No. Clause No.
Schedule of f. Date of Pre-bid meeting f. Date of Pre-bid meeting
2. 4. Tender (SOT) as 23.05.2023 at 12.00 Hrs 29.05.2023 at 12.00 Hrs
per tender
document

3. 23. Chapter – 5 The Pre-Bid meeting is to be The Pre-Bid meeting is to be held


Clause no: 5.11
Pre-bid meeting held on 23.05.2023 at 12.00 on 29.05.2023 at 12.00 hrs at
date and time
hrs at Institute of Road Institute of Road Transport,
Transport, Taramani, Chennai Taramani, Chennai – 600 113.
– 600 113.

** Other terms and conditions remain the same

SIGNATURE OF TENDERER

IRT, Chennai- 113

317682 BBMofussilCorrigendum1 104


INSTITUTE OF ROAD TRANSPORT
100 FEET ROAD, TARAMANI, CHENNAI – 600 113

RATE
CONTRACT
TENDER

E-TENDER CUM FOR CONSTRUCTION OF NEW


B U S B O D I E S F O R M O F U S S I L O P E R AT I O N T O T N S T U s

Tender Ref: 11/BB-MOFUSSIL/CP/IRT/2023


Extended Due Date : 26.06.2023

CORRIGENDUM – 2

IRT, Chennai - 113

317682 BBCORRIGENDUM2 105


CORRIGENDUM – 2

Sl. Page As per Tender document Corrigendum – 2


No. No. To be Read as
1 4 SOT e) Date of NIT( available to parties for From 15.05.2023 , 10:30 Hrs to
download) From 15.05.2023 , 10:30 Hrs to 26.06.2023,15.00 hrs
14.06.2023,16.30hrs
2 4 SOT k) Date of closing of online e-tender for Date of closing of online e-tender for
submission of Technical bid and Commercial submission of Technical bid and
bid 15.06.2023 at 15.00Hrs Commercial bid 26.06.2023 at 15.00Hrs
3 4 SOT l) Date & time of opening of Part-I (i.e. Date & time of opening of Part-I (i.e.
Technical l Bid) 16.06.2023 at 15:15 Hrs Technical l Bid) 26.06.2023 at 15:15 Hrs

4 5 Tender Notice The bids shall be submitted online only The bids shall be submitted online
with supporting documentary evidences only with supporting documentary
as provided in the Instruction to Bidder evidences as provided in the
in the Tender document by 15.06.2023 Instruction to Bidder in the Tender
at https://tntenders.gov.in by 3:00PM. document by 26.06.2023 at
https://tntenders.gov.in by 3:00PM.

5 26 5.1 Tender b)The bidder can download the Bid b) The bidder can download the Bid
Procedure Document from 15.05.2023 10.30 hrs to Document from 15.05.2023 10.30 hrs
14.06.2023, 16.30hrs from the website to 26.06.2023, 15.00 hrs from the
https://tntenders.gov.in website https://tntenders.gov.in

6 26 5.1 Tender c) The tender along with the necessary c) The tender along with the necessary
Procedure documents of Two bid systems i.e (a) documents of Two bid systems i.e (a)
Technical bid and (ii) Commercial bid Technical bid and (ii) Commercial bid
should be submitted online before should be submitted online before
15.06.2023, 15.00hrs 26.06.2023, 15.00hrs
https://tntenders.gov.in . The Electronic https://tntenders.gov.in . The
bid system would not allow any late Electronic bid system would not allow
submission of bids after due date and any late submission of bids after due
time as per server time. date and time as per server time.

7 32 5.10 Bid a) The bidders shall submit the technical a) The bidders shall submit the
Closing Date bid through on-line at technical bid through on-line at
and time https://tntenders.gov.in before https://tntenders.gov.in before
15.06.2023 at 15.00 hrs. 26.06.2023 at 15.00 hrs.

8 33 6.1 Technical The technical bid submitted by the bidders The technical bid submitted by the
Bid opening through on-line at bidders through on-line at
https://tntenders.gov.in will open on https://tntenders.gov.in will open
16.06.2023 at 16.15 hrs. on 26.06.2023 at 16.30 hrs.

9 6 Know Your 1.ALL THE TENDERS WILL BE OPENED 1.ALL THE TENDERS WILL BE
Rights ONLINE AND PHYSICAL SUBMISSION OPENED ONLINE.
OF TECHNICAL BID WILL BE OPENED
IN THE PRESENCE OF THE BIDDERS
WHO PARTICIPATED IN THE PHYSICAL
SUBMISSION.

IRT, Chennai - 113

317682 BBCORRIGENDUM2 106


10 Technical Sl.No: Top Roof Sl.No: Top Roof
Specification
20G zero spangle GP sheet Top Roof 18G Aluminium Sheet Top Roof Sheet
Sheet fabricated and fitted with MIG fabricated and fitted with MIG Welding
Welding in the zero spangle GP sheets in the zero spangle GP sheets joints,,
joints,, on roof sheet fire Retardant and the on roof sheet fire Retardant and the
quality Asphaltic blue to proofing mat with quality Asphaltic blue to proofing mat
compound coating to be provided with compound coating to be provided

11 Technical Sl.No: 6 Flooring Sl.No: 6 Flooring


Specification
Flooring with 15mm BWR Fire Retardant 15mm with BWR fire Retardant with
with1.2 density chequared plywood. The 1.2 density chequered plywood with
saloon flooring entirely dust proof. 4 nos of pasting vinyl mat. The saloon flooring
Fluted Beading fitted in the floor. Spring entirely dust proof. 4 nos of Fluted
washer must be provided in all bolt & nut Beading fitted in the floor. Spring
washer must be provided in all bolt &
nut
12 Technical 57. NIL 57. Bumper
Specification
A bumper made of steel sheet of
suitable thickness shall be provided in
the front. Towing hook shall be
provided at the front centre of the
chassis in such a way that damage
shall not occur to any part of the bus
while towing or lifting the bus. Chassis
frame and various assemblies
mounted on frame shall be well treated
with anti corrosive primer.

 All other terms and condition remain the same.

SIGNATURE OF THE TENDERER

IRT, Chennai - 113

317682 BBCORRIGENDUM2 107


Validate Print Help Item Rate BoQ
Tender Inviting Authority: DIRECTOR, INSTITUTE OF ROAD TRANSPORT, 100 FEET ROAD, TARAMANI, CHENNAI-113

Name of Work: CONSTRUCTION OF NEW BUS BODIES FOR MOFUSSIL OPERATION TO TNSTUs

Contract No: 11/BB-MOFUSSIL/CP/IRT/2023

Name of the
Bidder/ Bidding
Firm /
Company :

COMMERCIAL BID
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # NUMBER # TEXT # NUMBER # TEXT NUMBER # NUMBER # TEXT #


Sl. Item Description Quantity Units Basic Unit Price On FOR GST @ 18% in INDICATE NUMBER TOTAL AMOUNT TOTAL AMOUNT
No. Destination basis (in Rs.) Amount (Rs) OF BUS BODY CAN With Taxes in In Words
Rs. P BE CONTRUCTED Rs. P
PER MONTH TO
STUs(in Nos)

1 2 4 5 13 18 47 53 55
1 Construction of passenger bus body with All Metal type on the 222” WB or equivalent for 0.00 0.00 INR Zero Only
Mofussil Operation Type II SDX as per specification given in separate document.
1 No

Total in Figures 0.00 INR Zero Only

Quoted Rate in Words INR Zero Only

BOQ_377083 108

You might also like