Merged - 317682 400 Bus Body Type II IRT Tender Tamil Nadu Govt
Merged - 317682 400 Bus Body Type II IRT Tender Tamil Nadu Govt
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
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
++
RATE
CONTRACT
TENDER
TENDER DOCUMENT
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
317682 Tendernotice_1 5
Tender Ref: 11/BB-MOFUSSIL/CP/IRT/2023
317682 Tendernotice_1 6
Tender Ref: 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
317682 Tendernotice_1 7
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
TENDER NOTICE
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
317682 Tendernotice_1 8
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
317682 Tendernotice_1 9
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
Process of E- Tender
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.
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
Contact no : 044-2490829
Mobile : 9345793227
Whatsapp : 9442153528
Email id : [email protected]
Email: [email protected]
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 ________________ certify that we are liable and responsible for any disputes
arising out of Intellectual Property Rights.
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.
317682 Tendernotice_1 13
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
1. Preamble
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.
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.
1) Bidder: Bidder means the party who makes a formal offer in pursuance of the
tender floated.
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.
317682 Tendernotice_1 15
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
b) The responses to the clarifications will be notified in the websites by means of Corrigendum to
the Tender Document.
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.
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
317682 Tendernotice_1 16
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
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:
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
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.
317682 Tendernotice_1 18
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
317682 Tendernotice_1 20
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
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.
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.
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.
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.
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 )
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.
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.
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.
317682 Tendernotice_1 24
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
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.
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.
(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.
317682 Tendernotice_1 25
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
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.
317682 Tendernotice_1 26
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
6. Tender Opening
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.
Bidders are submitted the tender document with subjective and conditional offers will be
treated non – responsive.
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.
317682 Tendernotice_1 27
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
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.,
317682 Tendernotice_1 28
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
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
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.
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.
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.
317682 Tendernotice_1 30
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
7. Execution of Work
After acceptance of the Tender by IRT, Rate Contract (RC) Order will be issued to the
Successful Bidder by IRT.
317682 Tendernotice_1 31
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
317682 Tendernotice_1 32
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
317682 Tendernotice_1 33
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
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.
317682 Tendernotice_1 34
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
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.
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.
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.
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.
317682 Tendernotice_1 38
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
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.
317682 Tendernotice_1 39
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
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.
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.
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 …………………………………….
317682 Tendernotice_1 44
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
To
The Managing Director
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.
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)
317682 Tendernotice_1 46
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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.
317682 Tendernotice_1 47
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
5 No. of Employees ..
a) Permanent
b) Temporary
c) Supervisors
317682 Tendernotice_1 48
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
(c) Apart from current orders, mention the No. of buses / month
capacity to construct bus
317682 Tendernotice_1 49
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
(a)
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
Encl:
Demand Draft/Order bearing No. ……… Dated ……… drawn in favour of the Director, The
Institute of Road Transport, Taramani, Chennai-600 113
317682 Tendernotice_1 51
Tender Ref: 11/BB-MOFUSSIL /CP/IRT/2023
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:-
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)
DATE:
SEAL:
*** Note : All Taxes, TCS and Statutory Levies as applicable to Government Undertakings /
Public Sector Undertakings as on date of invoice shall be in force.
317682 Tendernotice_1 53
4. SPECIFICATIONS SDX FOR THE
CONSTRUCTION OF FULL BUS BODY
TYPE–2
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)
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
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.
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.
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
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
onlywhenthebusis stopped
Number of gate 1
axle
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.
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.
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:-
Each door to have two Emergency switches for In and Out function.
Obstacles ensing for both doors with sensors
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
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.
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.
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.
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
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
317682 Tendernotice_2 71
StepLights All the entrance /exit door will have step-
lights
Passenger saloon)
Driver comfort
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
317682 Tendernotice_2 74
Colour Code of Electrical
Wiring for major electrical IS13313:1991 *
circuits
For Automobiles
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.
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
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
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.
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
36 Gangway Type-II
Diameter of the lower cylinder (A) 350
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:-
Product scope:-
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.
317682 Tendernotice_2 84
42 Disabled
PersonSeat
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
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.
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
Footstep Yellow powder coated step edge beeding provided for foot step
edging
48 PanelBeading 1”x1/8”Aluflat
317682 Tendernotice_2 88
51 General TNSTC REQUIREMENTS
222”/232
210”WB 176”WB
”WB
Overall length
(including 12000mm 12000mm 8940mm
bumper)
Overall width
(extreme 2600mm 2600mm 2600mm
point)
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.
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
RATE
CONTRACT
TENDER
CORRIGENDUM - 1
SIGNATURE OF TENDERER
RATE
CONTRACT
TENDER
CORRIGENDUM – 2
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.
Name of Work: CONSTRUCTION OF NEW BUS BODIES FOR MOFUSSIL OPERATION TO TNSTUs
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 )
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
BOQ_377083 108