Town Panchayats - Tamil Nadu

39888893 purchasing and supply of bov ( battery operated vechile ) 4 nos. at manalurpettown panchayat; 1. battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste; 2. chassis construction : ladder type welded construction consisting of two symmetrical beams / rails / channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating; 3. dimensions of cart : overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance; 4. motor : brushless dc motor 1500w60v original; 5. transmission : single central axis differential drive with both forward and reverse direction; 6. ground clearance : 160 mm to 170mm; 7. pay load : not less than 375 kgs; 8. range per charge : 80 100 km per charge; 9.speed of vehicle : maximum 25 kms per hour; 10. rear cargo box size ( lxbxh ) : a ) .dimension : not less than1400mm x 1000mm x 450mm ( lxbxh ) b ) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec ) . rear door : foldable single door arrangementd ) side door foldable single door arrangement e ) both side doors should be made of ly.s sheet of thickness not less than 0.6 mmf ) flooring should be made of m.s sheet of thickness not less than 1.6 mm;11. grade ability ( climbing ability : 7 degree ( minimum ) ; 12. brake system : double rear drum pedal type; 13. wheels &tyres : front: 3.75 12 ( 6pr ) 1no. rear : 3.75 12 ( 5pr ) 2 nos spare tyre assy. 1 no; 14. seating capacity : cushioned seat to accommodate 2 person; 15. cabin : weather proof complete metal enclosed cabin with windscreen glasstoughened ) for driver protection with necessary frame structure for protection from heat and rain; 16. suspension : front: hydraulic heavy duty shocker hydraulic shocker. rear: leafspring; 17. charger : 15 amp smps charger; 18. accessories : accessories: 1 ) . head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire exting uishers. 3 ) functional safety by providing circuit breaker ( mcb ) 4 ) public addressinq system 5 ) gps tracking; 19. battery capacity : 100 ah 48 v. lithium ion battery; 20. charging duration : not more than 3 hours; 21.warranty for vehicles : the for vehicles successful including bidder repair shouldand provide replacement one year warranty and 22. warranty for lithium battery : the for lithium successful battery bidder should provide three years warranty....

Town Panchayats - Tamil Nadu

39888857 supply and delivery of lead acid battery operated vehicle 20 nos in chettiyarpatti town panchayat , supply and delivery of lead acidbattery operated vehicle with following technical specification including gst and all cost and conveyance charges etc complete battery operated vehicles having 3 wheels design vehicles having 3 wheels should be robust inconstruction for and carrying of collected municipal solid waste. chassis construction symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating dimensions of cart overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance motor brushless dc motor 1500w/60v original transmission single central axis differential drive with both forward and reverse direction ground clearance 160 mm to 170mm pay load not less than 375 kgs range per charge 80 100 km per charge speed of vehicle maximum 25 kms per hour rear cargo box size (lxbxh) a).dimension : not less than1400mm x 1000mm x450mm ( lxbxh )b) should be fabricated using ms sheet. ms square pipes of suitable thickness and sizec).rear door : foldable single door arrangementd) side door foldable single door arrangement e) both side doors should be made of m.s sheet of thickness not lessthan 0.6 mmf) flooring should be made of m.s sheet of thickness not less than 1.6 mm grade ability (climbing ability 7 degree (minimum). brake system double rear drum pedal type wheels &tyres front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no. seating capacity cushioned seat to accommodate 2 person cabin weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain suspension front: heavy duty hydraulic shocker. rear: leafspring with hydraulic shocker charger 15 amp smps charger accessories accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers.3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps tracking battery capacity 100 ah 48 v. reputed brand sealed lead acid charging duration not more than 10 hours warranty for vehicles the successful bidder should provide one year warranty for vehicles including repair and replacement warranty for lithium battery the successful bidder should provide three years warranty for sealed lead acid...

Town Panchayats - Tamil Nadu

39888712 supply and delivery of lead acid battery operated vehicle 18 nos in seithur town panchayat , supply and delivery of lead acidbattery operated vehicle with following technical specification including gst and all cost and conveyance charges etc complete battery operated vehicles having 3 wheels design vehicles having 3 wheels should be robust inconstruction for and carrying of collected municipal solid waste. chassis construction symmetrical beams / rails / channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating dimensions of cart overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance motor brushless dc motor 1500w / 60v original transmission single central axis differential drive with both forward and reverse direction ground clearance 160 mm to 170mm pay load not less than 375 kgs range per charge 80 100 km per charge speed of vehicle maximum 25 kms per hour rear cargo box size ( lxbxh ) a ) .dimension : not less than1400mm x 1000mm x450mm ( lxbxh ) b ) should be fabricated using ms sheet. ms square pipes of suitable thickness and sizec ) .rear door : foldable single door arrangementd ) side door foldable single door arrangement e ) both side doors should be made of m.s sheet of thickness not lessthan 0.6 mmf ) flooring should be made of m.s sheet of thickness not less than 1.6 mm grade ability ( climbing ability 7 degree ( minimum ) . brake system double rear drum pedal type wheels &tyres front: 3.75 12 ( 6pr ) 1no. rear : 3.75 12 ( 5pr ) 2 nos spare tyre assy. 1 no. seating capacity cushioned seat to accommodate 2 person cabin weather proof complete metal enclosed cabin with windscreen glass ( toughened ) for driver protection with necessary frame structure for protection from heat and rain suspension front: heavy duty hydraulic shocker. rear: leafspring with hydraulic shocker charger 15 amp smps charger accessories accessories: 1 ) . head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire exting uishers.3 ) functional safety by providing circuit breaker ( mcb ) 4 ) public addressinq system 5 ) gps tracking battery capacity 100 ah 48 v. reputed brand sealed lead acid charging duration not more than 10 hours warranty for vehicles the successful bidder should provide one year warranty for vehicles including repair and replacement warranty for lithium battery the successful bidder should provide three years warranty for sealed lead acid...

Southern Railway - Tamil Nadu

39881540 supply of procurement of lead trail function selector switch,procurement of lead trail function selector switch,,lead trail function selector switch, rotary, 4 position for controller of m/s.kbil ccb, to kbil pt.no.795630 for the maintenance of ccb ii version brake system for the maintenance of hhp diesel locomotives. [ warranty period: 30 months after the date of delivery ]...

Southern Railway - Tamil Nadu

39871656 supply of overhauling kit for distributor valve ( ii73835 ) of ccb brake system. kit consists of 101 items as per annexure. [ warranty period: 30 months after the date of delivery ] ...

Town Panchayats - Tamil Nadu

39858137 bov battery vechile supply of battery operated vehicle 2 nos type of battery lead acid , 1. battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste;2. chassis construction : ladder type welded construction consisting of two symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating; 3. dimensions of cart : overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance; 4. motor : brushless dc motor 1500w60v original; 5. transmission : single central axis differential drive with both forward and reverse direction;6. ground clearance : 160 mm to 170mm; 7. pay load : not less than 375 kgs; 8. range per charge : 80 100 km per charge;9.speed of vehicle : maximum 25 kms per hour;10. rear cargo box size (lxbxh) : a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh)b) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec). rear door : foldable single door arrangementd) side door foldable single door arrangement e) both side doors should be made of ly.s sheet of thickness not less than 0.6 mmf) flooring should be made of m.s sheet of thickness not less than 1.6 mm; 11. grade ability (climbing ability : 7 degree (minimum); 12. brake system : double rear drum pedal type; 13. wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no; 14. seating capacity : cushioned seat to accommodate 2 person;15. cabin : weather proof complete metal enclosed cabin with windscreen glasstoughened) for driver protection with necessary frame structure for protection from heat and rain; 16. suspension : front: hydraulic heavy duty shocker hydraulic shocker. rear: leafspring;17. charger : 15 amp smps charger; 18. accessories : accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps tracking; 19. battery capacity : 100 ah 48 v.reputedbrand sealed lead acid battery; 20. charging duration : not more than 10 hours;21.warranty for vehicles : the successful bitter should provide one year warranty for vehicles including repair and rplacement . 22. warranty for lead acid battery : the successful bitter should provide three yearswarranty for sealed lead acid...

Town Panchayats - Tamil Nadu

39837912 supply and delivery of 4 nos battery operated vechile ( lead acid ) , supplyi and delivery of lead acid battery operated vehicle of best quality consistency the following technical specifications , battery operated vehicles having 3 wheels design vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste. , chassis construction ladder type welded construction consisting of two symmetrical beams / rails / channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating , dimensions of cart overall length: 2760mm + 5% tolerance overall width 1000mm + 5% tolerance , motor brushless dc motor 1500w / 60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size ( lxbxh ) a ) .dimension : not less than1400mm x 1000mm x 450mm ( lx b x h ) b ) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec ) .rear door : foldable single door arrangementd ) side door foldable single door arrangement e ) both side doors should be made of m.s sheet of thickness not less than 0.6 mmf ) flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability ( climbing ability 7 degree ( minimum ) . , brake system double rear drum pedal type , wheels &tyres front: 3.75 12 ( 6pr ) 1 no. rear : 3.75 12 ( 6pr ) 2 nos. spare tyre assy. 1 no. , seating capacity cushioned seat to accommodate 2 person , cabin weather proof complete metal enclosed cabin with windscreen glass ( toughened ) for driver protection with necessary frame structure for protection from heat and rain , suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger 15 amp smps charger , accessories accessories: 1 ) . head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire extinguishers. 3 ) functional safety by providing circuit breaker ( mcb ) 4 ) public addressing system 5 ) gps tracking , battery capacity 100 ah 48 v. lithium ion battery , charging duration not more than 3 hours , warranty for vehicles the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery the successful bidder should provide three years warranty for lithium battery , special condition for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier...

Town Panchayats - Tamil Nadu

39825727 purchasing and supply of bov 2nos in vikaravandi town panchayat villupuram district knmt 2023 2024 , 1. battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste; 2. chassis construction : ladder type welded construction consisting of two symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating; 3. dimensions of cart : overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance; 4. motor : brushless dc motor 1500w60v original; 5. transmission : single central axis differential drive with both forward and reverse direction; 6. ground clearance : 160 mm to 170mm; 7. pay load : not less than 375 kgs; 8. range per charge : 80 100 km per charge; 9.speed of vehicle : maximum 25 kms per hour; 10. rear cargo box size (lxbxh) : a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh)b) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec). rear door : foldable single door arrangementd) side door foldable single door arrangement e) both side doors should be made of ly.s sheet of thickness not less than 0.6 mmf) flooring should be made of m.s sheet of thickness not less than 1.6 mm; 11. grade ability (climbing ability : 7 degree (minimum); 12. brake system : double rear drum pedal type; 13. wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no; 14. seating capacity : cushioned seat to accommodate 2 person; 15. cabin : weather proof complete metal enclosed cabin with windscreen glasstoughened) for driver protection with necessary frame structure for protection from heat and rain; 16. suspension : front: hydraulic heavy duty shocker hydraulic shocker. rear: leafspring; 17. charger : 15 amp smps charger; 18. accessories : accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps tracking; 19. battery capacity : 100 ah 48 v. lithium ion battery; 20. charging duration : not more than 3 hours; 21.warranty for vehicles : the for vehicles successful including bidder repair shouldand provide replacement one year warranty and 22. warranty for lithium battery : the for lithium successful battery bidder should provide three years warranty....

Town Panchayats - Tamil Nadu

39825473 supply and delivery of lithium battery operated vehicle 2 nos , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected town panchchayat solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams/ rails/ channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lxbxh) a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh) b) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c)rear door: foldable single door arrangement d) side door fixed single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f)flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability) 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Town Panchayats - Tamil Nadu

39806179 supply of battery operated vehicle 2 nos in poolambadi town panchayat supply of battery operated vehicle 2 nos in poolambadi town panchayat , supply and delivery of three wheeler sealed lead acid battery operated vehicle with following specifications , battery operated vehicles having 3 wheels design vehicles having 3 should be robust in construction for and carrying of collected municipal solid waste. wheels , chassis construction ladder type welded construction consisting of two symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coatinq , dimensions of cart overall length: 2760mm + 5% tolerance overall width 1000mm 5% tolerance , motor brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm . , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lx bx h) a).dimension : not less than1400mm x 1000mm x 450mm ( l x bx h ) b) should be fabricated using ms sheet, ms square pipes of suitable thickness and size c).rear door: foldable single door arrangement d). side door foldable single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f) flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability) 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres front: 3. 75 12 (6pr) 1 no. rear: 3. 75 12 (6pr) 2 nos. spare tyre assy. 1 no. , seating capacity cushioned seat to accommodate 2 person , cabin weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger 15 amp smpscharger , accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire extinguishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps trackinq , batteery capacity 100 ah 48 v. reputed brand sealed lead acid , charging duration not more than 10 hours , warranty for vehicles the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for sealed lead acid battery the successful bidder should provide three years warranty for sealed lead acid for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier. sealed lead acid battery operated vehicle...

Town Panchayats - Tamil Nadu

39806117 purchase of battery operated vehicles with lead acid battery for solid waste management purpose 2 nos in arumbavur town panchayat. , supply and delivery of three wheeler sealed lead acid battery operated vehicle with following specifications , battery operated vehicles having 3 wheels design vehicles having 3 should be robust in construction for and carrying of collected municipal solid waste. wheels , chassis construction ladder type welded construction consisting of two symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coatinq , dimensions of cart overall length: 2760mm + 5% tolerance overall width 1000mm 5% tolerance , motor brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm . , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lx bx h) a).dimension : not less than1400mm x 1000mm x 450mm ( l x bx h ) b) should be fabricated using ms sheet, ms square pipes of suitable thickness and size c).rear door: foldable single door arrangement d). side door foldable single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f) flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability) 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres front: 3. 75 12 (6pr) 1 no. rear: 3. 75 12 (6pr) 2 nos. spare tyre assy. 1 no. , seating capacity cushioned seat to accommodate 2 person , cabin weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger 15 amp smpscharger , accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire extinguishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps trackinq , batteery capacity 100 ah 48 v. reputed brand sealed lead acid , charging duration not more than 10 hours , warranty for vehicles the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for sealed lead acid battery the successful bidder should provide three years warranty for sealed lead acid for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier. sealed lead acid battery operated vehicle...

Town Panchayats - Tamil Nadu

39806012 supply of battery operated vehicle 4 nos in kurumbalur town panchayat , supply and delivery of three wheeler sealed lead acid battery operated vehicle with following specifications , battery operated vehicles having 3 wheels design vehicles having 3 should be robust in construction for and carrying of collected municipal solid waste. wheels , chassis construction ladder type welded construction consisting of two symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coatinq , dimensions of cart overall length: 2760mm + 5% tolerance overall width 1000mm 5% tolerance , motor brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm . , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lx bx h) a).dimension : not less than1400mm x 1000mm x 450mm ( l x bx h ) b) should be fabricated using ms sheet, ms square pipes of suitable thickness and size c).rear door: foldable single door arrangement d). side door foldable single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f) flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability) 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres front: 3. 75 12 (6pr) 1 no. rear: 3. 75 12 (6pr) 2 nos. spare tyre assy. 1 no. , seating capacity cushioned seat to accommodate 2 person , cabin weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger 15 amp smpscharger , accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire extinguishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps trackinq , batteery capacity 100 ah 48 v. reputed brand sealed lead acid , charging duration not more than 10 hours , warranty for vehicles the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for sealed lead acid battery the successful bidder should provide three years warranty for sealed lead acid for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier. sealed lead acid battery operated vehicle...

Town Panchayats - Tamil Nadu

39805379 supply of battery operated vehicle 3 nos in labbaikudikadu town panchayat , supply and delivery of three wheeler sealed lead acid battery operated vehicle with following specifications , battery operated vehicles having 3 wheels design vehicles having 3 should be robust in construction for and carrying of collected municipal solid waste. wheels , chassis construction ladder type welded construction consisting of two symmetrical beams / rails / channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coatinq , dimensions of cart overall length: 2760mm + 5% tolerance overall width 1000mm 5% tolerance , motor brushless dc motor 1500w / 60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm . , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size ( lx bx h ) a ) .dimension : not less than1400mm x 1000mm x 450mm ( l x bx h ) b ) should be fabricated using ms sheet, ms square pipes of suitable thickness and size c ) .rear door: foldable single door arrangement d ) . side door foldable single door arrangement e ) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f ) flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability ( climbing ability ) 7 degree ( minimum ) . , brake system double rear drum pedal type , wheels &tyres front: 3. 75 12 ( 6pr ) 1 no. rear: 3. 75 12 ( 6pr ) 2 nos. spare tyre assy. 1 no. , seating capacity cushioned seat to accommodate 2 person , cabin weather proof complete metal enclosed cabin with windscreen glass ( toughened ) for driver protection with necessary frame structure for protection from heat and rain , suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger 15 amp smpscharger , accessories: 1 ) . head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire extinguishers. 3 ) functional safety by providing circuit breaker ( mcb ) 4 ) public addressinq system 5 ) gps trackinq , batteery capacity 100 ah 48 v. reputed brand sealed lead acid , charging duration not more than 10 hours , warranty for vehicles the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for sealed lead acid battery the successful bidder should provide three years warranty for sealed lead acid for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier. sealed lead acid battery operated vehicle...

Town Panchayats - Tamil Nadu

39804161 purchasing and supply of bov battery operated vechile 2 nos at killai town panchayat , 1. battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste;2. chassis construction : ladder type welded construction consisting of two symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating; 3. dimensions of cart : overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance; 4. motor : brushless dc motor 1500w60v original; 5. transmission : single central axis differential drive with both forward and reverse direction;6. ground clearance : 160 mm to 170mm; 7. pay load : not less than 375 kgs; 8. range per charge : 80 100 km per charge;9.speed of vehicle : maximum 25 kms per hour;10. rear cargo box size (lxbxh) : a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh)b) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec). rear door : foldable single door arrangementd) side door foldable single door arrangement e) both side doors should be made of ly.s sheet of thickness not less than 0.6 mmf) flooring should be made of m.s sheet of thickness not less than 1.6 mm; 11. grade ability (climbing ability : 7 degree (minimum); 12. brake system : double rear drum pedal type; 13. wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no; 14. seating capacity : cushioned seat to accommodate 2 person;15. cabin : weather proof complete metal enclosed cabin with windscreen glasstoughened) for driver protection with necessary frame structure for protection from heat and rain; 16. suspension : front: hydraulic heavy duty shocker hydraulic shocker. rear: leafspring;17. charger : 15 amp smps charger; 18. accessories : accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps tracking; 19. battery capacity : 100 ah 48 v.reputedbrand sealed lead acid battery; 20. charging duration : not more than 10 hours;21.warranty for vehicles : the successful bitter should provide one year warranty for vehicles including repair and rplacement . 22. warranty for lead acid battery : the successful bitter should provide three yearswarranty for sealed lead acid...

Southern Railway - Tamil Nadu

39795397 supply of flexible hose ( 650 mm ) for body to bogie conforming to rdso drg no. cg 19036 alt 1. condition: to be procured from rdso approved sources for axle mounted disc brake system only. [ warranty period: 36 months after the date of delivery ] csd / per , sr tamil nadu 772.00 numbers...

Town Panchayats - Tamil Nadu

39784815 purchase of battery operated vehicles with lead acid battery for solid waste management purpose 2 nos in udayarpalayam town panchayat , supply and delivery of three wheeler sealed lead acid battery operated vehicle with following specifications , battery operated vehicles having 3 wheels design vehicles having 3 should be robust in construction for and carrying of collected municipal solid waste. wheels , chassis construction ladder type welded construction consisting of two symmetrical beams / rails / channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coatinq , dimensions of cart overall length: 2760mm + 5% tolerance overall width 1000mm 5% tolerance , motor brushless dc motor 1500w / 60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm . , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size ( lx bx h ) a ) .dimension : not less than1400mm x 1000mm x 450mm ( l x bx h ) b ) should be fabricated using ms sheet, ms square pipes of suitable thickness and size c ) .rear door: foldable single door arrangement d ) . side door foldable single door arrangement e ) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f ) flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability ( climbing ability ) 7 degree ( minimum ) . , brake system double rear drum pedal type , wheels &tyres front: 3. 75 12 ( 6pr ) 1 no. rear: 3. 75 12 ( 6pr ) 2 nos. spare tyre assy. 1 no. , seating capacity cushioned seat to accommodate 2 person , cabin weather proof complete metal enclosed cabin with windscreen glass ( toughened ) for driver protection with necessary frame structure for protection from heat and rain , suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger 15 amp smpscharger , accessories: 1 ) . head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire extinguishers. 3 ) functional safety by providing circuit breaker ( mcb ) 4 ) public addressinq system 5 ) gps trackinq , batteery capacity 100 ah 48 v. reputed brand sealed lead acid , charging duration not more than 10 hours , warranty for vehicles the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for sealed lead acid battery the successful bidder should provide three years warranty for sealed lead acid for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier. sealed lead acid battery operated vehicle...

Town Panchayats - Tamil Nadu

39756365 supply of bov vechile , supplyi and delivery of lead acid battery operated vehicle of best quality consistency the following technical specifications , battery operated vehicles having 3 wheels design vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste. , chassis construction ladder type welded construction consisting of two symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating , dimensions of cart overall length: 2760mm + 5% tolerance overall width 1000mm + 5% tolerance , motor brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lxbxh) a).dimension : not less than1400mm x 1000mm x 450mm (lx b x h )b) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec).rear door : foldable single door arrangementd) side door foldable single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mmf) flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres front: 3.75 12 (6pr) 1 no. rear : 3.75 12 (6pr) 2 nos. spare tyre assy. 1 no. , seating capacity cushioned seat to accommodate 2 person , cabin weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger 15 amp smps charger , accessories accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire extinguishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressing system 5)gps tracking , battery capacity 100 ah 48 v. lithium ion battery , charging duration not more than 3 hours , warranty for vehicles the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery the successful bidder should provide three years warranty for lithium battery , special condition for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier...

Town Panchayats - Tamil Nadu

39714123 supply of bov supply and delivery of 4 nos battery operated vehicle sealed lead acid battery at mulanur town panchayat , 1 battery operated vehicles having 3 wheels design vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste. 2 chassis construction ladder type welded construction consisting of two symmetrical beams / rails / channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating 3 dimensions of cart overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance 4 motor brushless dc motor 1500w / 60v original 5 transmission single central axis differential drive with both forward and reverse direction 6 ground clearance 160 mm to 170mm 7 pay load not less than 375 kgs 8 range per charge 80 100 km per charge 9 speed of vehicle maximum 25 kms per hour 10 rear cargo box size ( lxbxh ) a ) .dimension : not less than1400mm x 1000mm x 450mm ( lx b x h ) b ) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec ) .rear door : foldable single door arrangementd ) side door foldable single door arrangement e ) both side doors should be made of m.s sheet of thickness not less than 0.6 mmf ) flooring should be made of m.s sheet of thickness not less than 1.6 mm 11 grade ability ( climbing ability 7 degree ( minimum ) . 12 brake system double rear drum pedal type 13 wheels &tyres front: 3.75 12 ( 6pr ) 1 no. rear : 3.75 12 ( 6pr ) 2 nos. spare tyre assy. 1 no. 14 seating capacity cushioned seat to accommodate 2 person 15 cabin weather proof complete metal enclosed cabin with windscreen glass ( toughened ) for driver protection with necessary frame structure for protection from heat and rain 16 suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker 17 charger 15 amp smps charger 18 accessories accessories :. 1 ) . head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire extinguishers. 3 ) functional safety by providing circuit breaker ( mcb ) 4 ) public addressing system 5 ) gps tracking 19 battery capacity 100 ah 48 v. reputed brand sealed lead acid 20 charging duration not more than 10 hours 21 warranty for vehicles the successful bidder should provide one year warranty for vehicles including repair and replacement 22 warranty forbattery the successful bidder should provide three years warranty for sealed lead acid special condition for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier...

Town Panchayats - Tamil Nadu

39699425 supply and delivery of three wheeler lithium ion battery operated vehicle (1 no) in ettayapuram town panchayat. , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected municipal solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams/ rails/ channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lxbxh) a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh) b) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c)rear door: foldable single door arrangement d) side door fixed single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f)flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability) 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Town Panchayats - Tamil Nadu

39698224 supply of battery operated vehicles supply and delivery of three wheeler lithium ion battery operated vehicle ( 2 nos ) . , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected municipal solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams / rails / channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w / 60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size ( lxbxh ) a ) .dimension : not less than1400mm x 1000mm x 450mm ( lxbxh ) b ) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c ) rear door: foldable single door arrangement d ) side door fixed single door arrangement e ) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f ) flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability ( climbing ability ) 7 degree ( minimum ) . , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 ( 6pr ) 1no. rear : 3.75 12 ( 5pr ) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass ( toughened ) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1 ) . head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire exting uishers. 3 ) functional safety by providing circuit breaker ( mcb ) 4 ) public addressinq system 5 ) gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Municipal Adminitration And Water Supply Department - Tamil Nadu

39698002 supply of bov supply and delivery of 10 nos of battery operated vehicles (lithium) with one year o and m supplier , supply of cost of battery operated e cart including insurance & tax in solid waste as per the following technical specifications.battery operated vehicles having 3wheels design: vehicle having 3 wheels should be robust in construction for and carrying of collected municipal soild waste, chassis construction ladder type welded construction consisting of two symmetrical beams / rails / channels running the length of the cart with transverse cross members connection them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating, dimensions of cart – overall length:2760mm + 5% tolerance overall width:1000mm + 5% tolerance, motor brushless dc motor 1500w/60v original, transmission single central axis differential drive with both forward and reverse direction, ground clearance 160mm to 170mm, pay load not less than 375kgs, range per charge 80 100km per charge, speed of vehicle maximum 25kms per hour, rear cargo box size (l x b x h) – dimension: not less than 1400mm x 1000mm x 45mm (l x b x h), should be fabricated using ms sheet, ms square pipes of suitable thickness and size, rear door : foldable single door arrangement, both side doors should be made of ms sheet of thickness not less than 0.6mm, flooring should be made of ms sheet of thickness not less than 1.6mm, grade ability (climbing ability) 7 degree(minimum), brake system: double rear drum pedal type, wheels & tyres: front :3.75 – 12 (6pr) – 1 no rear : 3.75 – 12 (6pr) – 2 nos spare tyre assy – 1 no, seating capacity : cushioned seat to accommodate 2 person, cabin : weather proof complete metal enclosed cab in with windscreen glass ( toughened) for driver protection with necessary frame structure for protection from heat and rain, suspension : front : heavy duty hydraulic shocker, rear : leaf spring with hydraulic shoker, rear : leaf spring with hydraulic shocker, charger : 15 amp smps charger, accessories : 1) head lamp, speedo meter, front & rear indicators should be provided. 2) fire extinguishers 3) functional safety by provising circuit breaker ( mcb) 4) public addressing system 5) gps tracking , battery capacity : 100 ah – 48 v, lithium ion battery, charging duration : not more than 3 hours, warranty for vehicles: the successful bidder should provide one year warranty for vehicles including repair and replacement, warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery including registration fee, road tax and insurance.etc. complete inlcuding gst...

Town Panchayats - Tamil Nadu

39693353 purchase of 2 nos of battery operated vehicles (three wheeler) with lithium battery for conservancy purpose in kalugumalai town panchayat. , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected town panchchayat solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams/ rails/ channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lxbxh) a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh) b) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c)rear door: foldable single door arrangement d) side door fixed single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f)flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability) 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Town Panchayats - Tamil Nadu

39678256 supply and delivery of lithium battery operated vehicle 02 nos in kadambur town panchayat , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected town panchchayat solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams / rails / channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w / 60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size ( lxbxh ) a ) .dimension : not less than1400mm x 1000mm x 450mm ( lxbxh ) b ) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c ) rear door: foldable single door arrangement d ) side door fixed single door arrangement e ) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f ) flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability ( climbing ability ) 7 degree ( minimum ) . , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 ( 6pr ) 1no. rear : 3.75 12 ( 5pr ) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass ( toughened ) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1 ) . head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire exting uishers. 3 ) functional safety by providing circuit breaker ( mcb ) 4 ) public addressinq system 5 ) gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Town Panchayats - Tamil Nadu

39677952 supply and delivery of lithium battery operated vehicle 02 nos , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected town panchchayat solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams / rails / channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w / 60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size ( lxbxh ) a ) .dimension : not less than1400mm x 1000mm x 450mm ( lxbxh ) b ) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c ) rear door: foldable single door arrangement d ) side door fixed single door arrangement e ) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f ) flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability ( climbing ability ) 7 degree ( minimum ) . , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 ( 6pr ) 1no. rear : 3.75 12 ( 5pr ) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass ( toughened ) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1 ) . head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire exting uishers. 3 ) functional safety by providing circuit breaker ( mcb ) 4 ) public addressinq system 5 ) gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Town Panchayats - Tamil Nadu

39652960 erode zone erode district vellottamparappu town panchayat kalaingar nagarpura mempattu thittam supply and delivery of 3 nos battery operated vehicle sealed lead acid battery at vellottamparappu town panchayat , supply and delivery of sealed lead acid battery operated vehicle with following specification battery operated vehicles having 3 wheels design vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste.chassis construction ladder type welded construction consisting of two symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating dimensions of cart overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance motor brushless dc motor 1500w/60v original transmission single central axis differential drive with both forward and reverse direction ground clearance 160 mm to 170mm pay load not less than 375 kgs range per charge 80 100 km per charge speed of vehicle maximum 25 kms per hour rear cargo box size (lxbxh) a).dimension : not less than1400mm x 1000mm x 450mm ( lx b x h )b) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec).rear door : foldable single door arrangement d) side door foldable single door arrangement e) both side doors should be made of m.s sheet of thickness not less than0.6 mm f) flooring should be made of m.s sheet of thickness not less than 1.6 mm grade ability (climbing ability 7 degree (minimum). brake system double rear drum pedal type wheels &tyres front: 3.75 12 (6pr) 1 no. rear : 3.75 12 (6pr) 2 nos.spare tyre assy. 1 no. seating capacity cushioned seat to accommodate 2 person cabin weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection withnecessary frame structure for protection from heat and rain suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker charger 15 amp smps charger accessories accessories :. 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire extinguishers. 3) functional safety by providing circuit breaker ( mcb )4)public addressing system 5)gps tracking battery capacity 100 ah 48 v. reputed brand sealed lead acid charging duration not more than 10 hours warranty for vehicles the successful bidder should provide one year warranty for vehicles including repair and replacement warranty forbattery the successful bidder should provide three years warranty for sealed lead acid special condition for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier...

Town Panchayats - Tamil Nadu

39652748 supply and delivery of three wheeler battery operated vehicle with lithium ion battery ( 2 nos ) in srivaikuntam town panchayat. , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected town panchchayat solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams / rails / channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w / 60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size ( lxbxh ) a ) .dimension : not less than1400mm x 1000mm x 450mm ( lxbxh ) b ) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c ) rear door: foldable single door arrangement d ) side door fixed single door arrangement e ) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f ) flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability ( climbing ability ) 7 degree ( minimum ) . , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 ( 6pr ) 1no. rear : 3.75 12 ( 5pr ) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass ( toughened ) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1 ) . head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire exting uishers. 3 ) functional safety by providing circuit breaker ( mcb ) 4 ) public addressinq system 5 ) gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Southern Railway - Tamil Nadu

39629183 supply of distributor valve with relay valve including adopter along with isolating cock, pipe bracket with control reservoir and gasket for air brake system of passenger stock to rdso specn no.c k 209, amendment slip no. 2 of sep 2016 [ warranty period: 60 months after the date of delivery ] ...

Town Panchayats - Tamil Nadu

39623679 supply of battery operated vehicle 2 nos type of battery lead acid , 1. battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste;2. chassis construction : ladder type welded construction consisting of two symmetrical beams / rails / channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating; 3. dimensions of cart : overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance;4. motor : brushless dc motor 1500w60v original;5. transmission : single central axis differential drive with both forward and reverse direction; 6. ground clearance : 160 mm to 170mm; 7. pay load : not less than 375 kgs;8. range per charge : 80 100 km per charge; 9.speed of vehicle : maximum 25 kms per hour;10. rear cargo box size ( lxbxh ) : a ) .dimension : not less than1400mm x 1000mm x 450mm ( lxbxh ) b ) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec ) . rear door : foldable single door arrangementd ) side door foldable single door arrangement e ) both side doors should be made of ly.s sheet of thickness not less than 0.6 mmf ) flooring should be made of m.s sheet of thickness not less than 1.6 mm;11. grade ability ( climbing ability : 7 degree ( minimum ) ; 12. brake system : double rear drum pedal type;13. wheels &tyres : front: 3.75 12 ( 6pr ) 1no. rear : 3.75 12 ( 5pr ) 2 nos spare tyre assy. 1 no; 14. seating capacity : cushioned seat to accommodate 2 person; 15. cabin : weather proof complete metal enclosed cabin with windscreen glasstoughened ) for driver protection with necessary frame structure for protection from heat and rain;16. suspension : front: hydraulic heavy duty shocker hydraulic shocker. rear: leafspring; 17. charger : 15 amp smps charger;18. accessories : accessories: 1 ) . head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire exting uishers. 3 ) functional safety by providing circuit breaker ( mcb ) 4 ) public addressinq system 5 ) gps tracking; 19. battery capacity : 100 ah 48 v.reputedbrand sealed lead acid battery; 20. charging duration : not more than 10 hours;21.warranty for vehicles : the successful bitter should provide one year warranty for vehicles including repair and rplacement . 22. warranty for lead acid battery : the successful bitter should provide three yearswarranty for sealed lead acid...

Town Panchayats - Tamil Nadu

39621987 supply and delivery of 6 nos of battery operated vehicles ( three wheeler ) with lithium battery for conservancy purpose , supply and delivery of three wheelerlithium battery operated vehicle with following specifications , battery operated vehicles having 3 wheels design vehicles having 3 should be robust in construction for and carrying of collected municipal solid waste wheels. , chassis construction ladder typeweldedconstruction consisting of two symmetrical beams / rails /channels running the length ofthe cart with transverse cross members connecting them fabricated using crc ms squarepipes of suitablesize with anti rust proof powder coating , dimensions of cart overall length: 2760 mm + 5knmt toleranceoverall width1000 mm 5knmt tolerance , motor brushless dc motor1200w / 60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170 mm . , pay load not less than 375 kgs , range per charge 80 100 km per charge , speedof vehicle maximum 25 kms per hour , rear cargo box size (lxbxh) a) dimension: not less than 1400 mm x 1000 mm x 450 mm (lxbxh). b) should be fabricated using ms sheet, ms square pipes of suitable thickness and size). c) reardoor: foldable single door arrangement. d) side door foldable single door arrangement. e) both side doors should be made of ms sheet of thickness not less than 0.6 mm f) flooring should be made of ms sheetof thickness not less than 1.6 mm , grade ability {climbing ability} 7 degree (minimum). , brake system double rear drum pedal type , wheels & tyres front: 3.75 12 (6pr) 1 no. rear: 3.75 –12 (6pr) 2 nos. spare tyre assy. 1 no. , seating capacity cushioned seat to accommodate 2 person , cabin weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger 10 amp smps charger , accessories: 1) head lamp, speedo meter, front & rear indicators should be provided. 2) fire extinguishers. 3) functional safety by providingcircuit breaker (mcb) 4) public addressingsystem 5) gps tracking , battery capacity 48v 40ah lithium ion battery , charging duration not more than 3 hours , warranty for vehicles thesuccessful bidder should provide one year warranty for vehicles includingrepair andreplacement , warranty for lithium battery the successful bidder should provide three years warranty forlithium battery , **for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier. , three wheeler lithium battary operated vehicle...

Southern Railway - Tamil Nadu

39612092 supply of brake application relay panel complete suitable for emu / memu brake system, make autel. as per icf approved drg.no: aut / bhr 3, rev 2. [ warranty period: 30 months after the date of delivery ] => limited...

Town Panchayats - Tamil Nadu

39605916 supply and delivery of battery vechicle in gangaikondan town panchayat. , 1. battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste; 2. chassis construction : ladder type welded construction consisting of two symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating; 3. dimensions of cart : overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance; 4. motor : brushless dc motor 1500w60v original; 5. transmission : single central axis differential drive with both forward and reverse direction;6. ground clearance : 160 mm to 170mm; 7. pay load : not less than 375 kgs; 8. range per charge : 80 100 km per charge; 9.speed of vehicle : maximum 25 kms per hour; 10. rear cargo box size (lxbxh) : a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh)b) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec). rear door : foldable single door arrangementd) side door foldable single door arrangement e) both side doors should be made of ly.s sheet of thickness not less than 0.6 mmf) flooring should be made of m.s sheet of thickness not less than 1.6 mm; 11. grade ability (climbing ability : 7 degree (minimum); 12. brake system : double rear drum pedal type; 13. wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no; 14. seating capacity : cushioned seat to accommodate 2 person;15. cabin : weather proof complete metal enclosed cabin with windscreen glasstoughened) for driver protection with necessary frame structure for protection from heat and rain; 16. suspension : front: hydraulic heavy duty shocker hydraulic shocker. rear: leafspring;17. charger : 15 amp smps charger; 18. accessories : accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps tracking; 19. battery capacity : 100 ah 48 v.reputedbrand sealed lead acid battery; 20. charging duration : not more than 10 hours; 21.warranty for vehicles : the successful bitter should provide one year warranty for vehicles including repair and rplacement . 22. warranty for lead acid battery : the successful bitter should provide three yearswarranty for sealed lead acid...

Town Panchayats - Tamil Nadu

39583519 purchasing and supply of bov (batter operated vehicle )2 nos in arakandanallur town panchayat , basic cost of battery operated e cart having three wheels and designed to have a robust construction and intended to provide last mile connective for collection and carrying of municipal solid waste s as per the technical vehicles having 3 wheels should be robust in construction for and carrying of collected municipalsolid waste: ladder type welded construction consisting of two symmetrical beams/rails/channels running the length of the cart with transverse cross members connecting them fabricated using ms square pipes of suitable size with powder coating overall length : 2670 mm + 5% tolerance, overall width : 1000 mm + 5% tolerance , brushless dc motor: 1500w / 60v : single central axis differential drive withboth forward and reverse directions, 160 mmto 170mm ground clearance: not less than 375 kgs pay road: 80 100km per charge, range per charge:speed of vehicle maximum 25kms per hour: a)dimension : not less than 1400mm x 1000mmx 450mm(l*b*h) b) shouldbe fabricated using ms sheet, mssquare pipesof suitable thickness and sizec) rear door: foldable single door arrangemented) side door foldable single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mmf) flooring shouldbe made of m.s sheet of thickness not less than 1.6 mmin rear cargo box size, grade ability (climbing ability ) : 7 degree (minimum) . brake system :double rear drum pedaltype, seating capacity : cushioned seat to accommodate 2 person , wheels & tyres : front : 3.75 12 (6 pr) 1 no , rear :3.75 12 (6pr) 2nos ,spare tyre assy – 1 no,cabin:weather proof complete metalenclosed cabin with windscreen glass (toughened) for driver protectionwith necessary frame structure for protection from heat and rain.suspension: front: heavy duty hydraulic shocker rear leaf spring with hydraulic shocker, charger:15amp smps charger, accessoies:1)head lamp, speedo meter, front & rear indicators should be provided,2)fire extinguishers.3)functional safelyby providing circuit breaker(mcb) 4)public addressing system 5)gps tracking, battery capacity : 100 ah – 48v lithium ionbattery, charging duration : not more than 3 hours, warrantyfor vehicles: the successful bidder should provide on yearwarranty for vehiclesincludingrepairand replacement , warranty for lithium battery: the successful bidder should provide three years warranty for lithium battery ,as directed by departmental officers...

Town Panchayats - Tamil Nadu

39583421 supply and purchase of bov in kothanalloor town panchayat supply and purchase of battery operated vehicle 5 nos (lithium ion battery operated vehicle) in kothanalloor town panchayat , supply and delivery of three wheelerlithium battery operated vehicle with following specifications , battery operated vehicles having 3 wheels design vehicles having 3 should be robust in construction for and carrying of collected municipal solid waste wheels. , chassis construction ladder typeweldedconstruction consisting of two symmetrical beams / rails /channels running the length ofthe cart with transverse cross members connecting them fabricated using crc ms squarepipes of suitablesize with anti rust proof powder coating , dimensions of cart overall length: 2760 mm + 5knmt toleranceoverall width1000 mm 5knmt tolerance , motor brushless dc motor1200w / 60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170 mm . , pay load not less than 375 kgs , range per charge 80 100 km per charge , speedof vehicle maximum 25 kms per hour , rear cargo box size (lxbxh) a) dimension: not less than 1400 mm x 1000 mm x 450 mm (lxbxh). b) should be fabricated using ms sheet, ms square pipes of suitable thickness and size). c) reardoor: foldable single door arrangement. d) side door foldable single door arrangement. e) both side doors should be made of ms sheet of thickness not less than 0.6 mm f) flooring should be made of ms sheetof thickness not less than 1.6 mm , grade ability {climbing ability} 7 degree (minimum). , brake system double rear drum pedal type , wheels & tyres front: 3.75 12 (6pr) 1 no. rear: 3.75 – 12 (6pr) 2 nos. spare tyre assy. 1 no. , seating capacity cushioned seat to accommodate2 person , cabin weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger 10 amp smps charger , accessories: 1) head lamp, speedo meter, front & rear indicators should be provided. 2) fire extinguishers. 3) functional safety by providingcircuit breaker (mcb) 4) public addressingsystem 5) gps tracking , battery capacity 48v 40ah lithium ion battery , charging duration not more than 3 hours , warranty for vehicles thesuccessful bidder should provide one year warranty for vehicles includingrepair andreplacement **for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier. , warranty for lithium battery the successful bidder should provide three years warranty forlithium battery...

Department Of Employment And Training - Tamil Nadu

39583407 condemned machineries items condemned machineries and equipments , condemned machineries / other items , condemned lathe , grinding & drilling machines hariharcentre lathe 1 no haric malik surface grinding machine 12”x6” 1 no surface grinding machine –‘excello’618 pm / 7 / 165 1 no praga’ precision surface grinding machine 1 no universal tool & cutter grinding machine “maco steels” 1 no internal grinding machine ‘jotes’ hydraulic poland 1 no centerless grinding machine ‘neilgon’ ( made in india ) 1 no drilling machine ( bench type ) 1 no , condemned ac and electrical machinesvoltas – tvshar water cooler 230v model1 no electric oven aluminium 0 to 250*c , 18’’ x 18’’ x 18’’ 1 no megger 50 meg ohm 250v 1 no milli ampere meter 100 0 100 mctype 1 no electric kettle 750 watts 220v 1 no voltage stabilizer 1 no , condemned motor mechanic machines hydraulic brake system working model without mounting 1 no computerized engine analyzer model ea – vp with standard set of accessories 1 no valve spring lifter machine 1 no perkins p4 diesel engine 1 no perkins p6 diesel engine1 no elbe make diesel engine fuel pump test bench 1 no bajaj scooter type engine ( petrol ) 150 cc , 2 stroke 1 no bajaj auto rickshaw rear engine 1 no leyland front axle assembly1 no leyland rearaxle assembly1 no benz rearaxle assembly1 no benz front axle assembly1 no ashok leyland chasis 1 no valve spring tester indian make 1 no...

Municipal Adminitration And Water Supply Department - Tamil Nadu

39583239 supply and delivery of 12 nos of battery operated vehicle (lithium) with one year o and m by supplier itself , basic cost of battery operated e cart having three wheels and designed to have a robust construction and intended to provide last mile connective for collection and carrying of municipal solid waste s as per the technical specifications enclosed chassis construction : ladder type welded construction consisting of two symmetrical beams/rails/channels running the length of the cart with transverse cross members connecting them fabricated using ms square pipes of suitable size with powder coating overall length : 2670 mm + 5% tolerance, overall width : 1120 mm + 5% tolerance , power : 1500w / 60v dc motor powered , transmission : single central axis differential drive graziono italian make or equivalent ,cart movement : both forward and reverse directions,1830 mm + 10% tolerance, wheel track: 1090 mm + 10% tolerance , ground clearance : 166mm , rear cargo box size (l*b*h): 1400 mm x 1000 mm x 450 mm should be fabricated using ms sheet, ms square pipes with rear foldable single door arrangement , pay load:not less than 500 kgs , speed of vehicle: 25 kms / hr , grade ability (climbing ability ): 7 degree (maximum) .range per charge: not less than 60kms at full charged condition ,brake system :drum type with pedal , seating capacity: 1 person, dry weight:not less than 300kgs , wheels & tyres :front : 4.50 12 (6 pr) 1 no , rear : 4.50 12 (6pr) 2nos , battery capacity : 12v 80ah lithium battery (5 nos) of reputed brand , bins : 6nos of 80 lites capacity green colored tapered designed hdpe bins the following dimensions : top diameter : 430 mm , bottom diameter : 350 mm, height :600mm , public address system , colors and shades , painting & lettering:as directed by departmental officers...

Town Panchayats - Tamil Nadu

39583174 supply and delivery of three wheeler lithium battery operated vehicle ( 1 no ) for kulasekharam town panchayat supply and delivery of three wheeler lithium battery operated vehicle ( 1 no ) for kulasekharam town panchayat , supply and delivery of three wheelerlithium battery operated vehicle with following specifications , battery operated vehicles having 3 wheels design vehicles having 3 should be robust in construction for and carrying of collected municipal solid waste wheels. , chassis construction ladder typeweldedconstruction consisting of two symmetrical beams / rails / channels running the length ofthe cart with transverse cross members connecting them fabricated using crc ms squarepipes of suitablesize with anti rust proof powder coating , dimensions of cart overall length: 2760 mm + 5knmt toleranceoverall width1000 mm 5knmt tolerance , motor brushless dc motor1200w / 60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170 mm . , pay load not less than 375 kgs , range per charge 80 100 km per charge , speedof vehicle maximum 25 kms per hour , rear cargo box size ( lxbxh ) a ) dimension: not less than 1400 mm x 1000 mm x 450 mm ( lxbxh ) . b ) should be fabricated using ms sheet, ms square pipes of suitable thickness and size ) . c ) reardoor: foldable single door arrangement. d ) side door foldable single door arrangement. e ) both side doors should be made of ms sheet of thickness not less than 0.6 mm f ) flooring should be made of ms sheetof thickness not less than 1.6 mm , grade ability { climbing ability } 7 degree ( minimum ) . , brake system double rear drum pedal type , wheels & tyres front: 3.75 12 ( 6pr ) 1 no. rear: 3.75 – 12 ( 6pr ) 2 nos. spare tyre assy. 1 no. , seating capacity cushioned seat to accommodate2 person , cabin weather proof complete metal enclosed cabin with windscreen glass ( toughened ) for driver protection with necessary frame structure for protection from heat and rain , suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger 15 amp smps charger , accessories: 1 ) head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire extinguishers. 3 ) functional safety by providingcircuit breaker ( mcb ) 4 ) public addressingsystem 5 ) gps tracking , battery capacity 48v 40ah lithium ion battery , charging duration not more than 3 hours , warranty for vehicles thesuccessful bidder should provide one year warranty for vehicles includingrepair andreplacement **for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier. , warranty for lithium battery the successful bidder should provide three years warranty forlithium battery...

Town Panchayats - Tamil Nadu

39557848 supply and delivery of three wheeler battery operated vehicle with lithium ion battery ( 2 nos ) in authoor town panchayat. , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected town panchchayat solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams/ rails/ channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lxbxh) a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh) b) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c)rear door: foldable single door arrangement d) side door fixed single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f)flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability) 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Integral Coach Factory - Tamil Nadu

39551335 supply, erection, commissioning and proven out of rail cum road vehicle ( rrv ) 100t as per the , charges for comprehensive camc for year 1 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 1 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 3 6090n002 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 2 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 2 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 4 6090n003 amc ( y ) non stock yes consignee inr page 1 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 charges for comprehensive camc for year 3 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 3 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 5 6090n004 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 4 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 4 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 6 6090n005 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 5 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 5 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 3. t and c f.o.r description destination delivery period description delivery / completion rate of supply for all items commencement : within 0 days of issue of contract, completion : supply, and within 180 days thereafter commissioning shall be completed within 180 days from the date of purchase order. payment terms s.no description payment terms 1 80 percent payment against prc and ic balance 20% payment shall be made after successful erection, commissioning and acceptance of the vehicle and proven out certificate issued by gazetted officer from consignee subject to submission of bank guarantee for 10% of the contract value for warranty obligations, valid beyond 6 months period of warranty. statutory variation clause s.no description 1 statutory variation in taxes and duties, or fresh imposition of taxes and duties by state / central governments in respect of the items stipulated in the contract ( and not the raw materials thereof ) , within the original delivery period stipulated in the contract, or last unconditionally extended delivery period shall be to railways account. only such variation shall be admissible which takes place after the submission of bid. no claim on account of statutory variation in respect of existing tax / duty will be accepted unless the tenderer has clearly indicated in his offer the rate of tax / duty considered in his quoted rate. no claim on account of statutory variation shall be admissible on account of misclassification by the supplier / contractor. option clause s.no description 1 not to be included. page 2 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 railway standard fall clause s.no description 1 not to be included. standard governing conditions s.no description 1 applicable as detailed in this tender document and in icf bid document, special conditions / annexures attached with the tender document ( if any ) , and conditions mentioned in technical specification / drawings uploaded along with this tender. for contracts, irs conditions of contract wherever specifically not modified in the above said documents shall apply. 4. eligibility conditions special eligibility criteria s.no. description confirmation remarks documents required allowed uploading 1 tenderer should have supplied at least 2 number of rail cum road yes yes allowed vehicles of same capacity or higher capacity to end users in india, like ( mandatory ) railways, metro, port railways or any psu in the last 5 years and the current financial year. ( for this purpose tenderers are advised to submit performance statement and performance certificate as per schedule iii annexure a of 2 ( b ) & ( c ) of technical specification ) 2 please quote strictly as per drawings and technical specification attached. yes yes allowed ( mandatory ) 5. compliance conditions check list s.no. description confirmation remarks documents required allowed uploading 1 in case of indigenous bidders, whether you are large scale industry or no no not allowed consortia of mses formed by nsic, if yes, have you indicated quantum of sub contracts given to micro and small enterprises ( in percent of order value ) ? 2 have you gone through the eligibility criteria and submitted all the no no not allowed documents mentioned therein? 3 have you submitted the emd or bid securing declaration as per clause 6.0 no no not allowed of section i of instructions to tenderers of icf bid document version 09. 4 have you furnished financial capacity as per clause 9.2.1 ( iii ) of section i of no no not allowed instructions to tenderers of icf bid document version 09. 5 have you confirmed for compliance of public procurement orders of no no not allowed department of expenditure regarding countries sharing land border with india? 6 have you submitted the details of location ( s ) at which local value addition no no not allowed is made / proposed? 7 in case of non local / class ii suppliers, have you submitted road map for no no not allowed setting up manufacturing facilities for tendered item along with the offer? ( this is applicable only for items which are not restricted to class i local suppliers ) . 8 have you submitted self declaration with respect to non debarment under no no not allowed any provisions of dpiit rules? 9 have you submitted translated copy into english, for all documents in no no not allowed language other than english and all such documents should be signed by the authorised translator and notarized in india? page 3 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 10 have you submitted declaration for passing on the input tax credit as per no no not allowed para 2.8 and 2.9 of section ii of icf bid document version 09. 11 have you submitted authenticated copy of the document authorizing the no no not allowed signatory to submit offer and commit on behalf of tenderers? 12 have you furnished the statement of deviations ( preferably nil ) ? no no not allowed 13 have you furnished the statement of equipment & quality control? no no not allowed 14 have you kept your offer valid for the validity period as mentioned in nit no no not allowed header? commercial compliance s.no. description confirmation remarks documents required allowed uploading 1 firm should furnish gst no. and hsn code no. in their offer. yes yes allowed ( mandatory ) 2 the tenderers must submit emd as detailed under yes yes allowed clause 6 of instructions to tenderers. tenderers ( optional ) seeking exemption from payment of emd must upload the requisite documentary evidence in support of their claim for exemption from payment of emd along with the offer. any offer either not accompanied with a vaild exemption certificate as at the time of tender opening or not paid emd before tender opening shall be summarily rejected. please see attached document ( icf tender condition ) for the same. 3 security deposit sd there shall be no exemption from yes yes allowed submission of security deposit ( sd ) for any tender or ( optional ) by any tenderer subject exemptions as detailed in para 13 of general condition of tender. please see attach document ( icf tender conditions for the same. 4 if you are not mse or a consortia of mses formed by yes yes allowed nsic, please indicate percentage of sub contract in ( optional ) execution of this tender that will be from micro and small enterprises ( in percent of order value ) with further brake up of mse owned by sc / st. ( information will be provided in % terms with 6 fields, micro owned by sc, micro owned by st, micro owned by others, small industry owned by sc, small industry ownrd by st, small industry owned by others. 5 earnest money deposit ( emd ) : regarding emd, please refer to yes yes allowed clause 6.0 of section i instructions to tenderer of icf bid document ver.09 ( mandatory ) attached to the tender. all bidders shall be exempted from submission of emd in all tenders, subject to submission of bid securing declaration as per the following para of tender document, except those who disqualified from such exemption as per clause 6.2 of section i of icf bid document version 09 have to deposit emd as indicated in the nit header of tender document. offers received without emd from the disqualified bidder shall be summarily rejected 6 please enter the percentage of local content in the material being offered. yes yes allowed please enter 0 for fully imported items, and 100 for fully indigenous items. ( mandatory ) the definition and calculation of local content shall be in accordance with the make in india policy as incorporated in the tender conditions. page 4 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 7 the eligibility for a bidder from a country which shares a land border with yes yes allowed india to participate in the tender shall be as per public procurement orders ( mandatory ) of ministry of finance, department of expenditure. please refer clause 9.8 ( sub clause 9.8.1 to 9.8.8 ) section i of icf bid document version 09. in this regards i certify that: i have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with india: i certify that this bidder is not from such a country or, if from such a country, has been registered with the competent authority. i hereby certify that this bidder fulfills all requirements in this regard and is eligible to be considered. ( where applicable, evidence of valid registration by the competent authority shall be attached ) . if such certificate given by a bidder whose bid is accepted is found to be false, this would be a ground for immediate termination and further legal action in accordance with law. 8 goods & services tax ( gst ) : will be applicable as per clause 2.0 and all yes yes not allowed sub clauses of section ii of icf bid document ver 09. 9 bid securing declaration: i / we hereby understand and accept that yes yes allowed if i / we withdraw or modify my / our bids during the period of validity, or if i / ( mandatory ) we are awarded the contract and on being called upon to submit the performance security / security deposit, fail to submit the performance security / security deposit before the deadline defined in the request for bid document / notice inviting tender / tender document, we shall be debarred from exemption of submitting bid security / earnest money deposit and performance security / security deposit for a period of 6 ( six ) months from the date i / we are declared disqualified from exemption from submission of emd / sd, for all tenders for procurement of goods issued by any unit of indian railways published during this period. 10 passing the benefits of itc: i hereby confirm following: we hereby declare yes yes not allowed that in quoting the above price, we have taken into account the full effect of input tax credit available under gst. we, further agree to pass on any financial gain / benefit as may become available in future in respect of all the input tax credit on the date of supply by way of reduction in price and advise the purchaser accordingly. we also undertake that we are aware of the provisions of section 171 of the cgst act and consequences thereof if we fail to comply with the same. 11 security deposit: please refer clause 13.0 of section ii of icf bid yes yes not allowed document ver 09. 12 it is certified that our firm has not been suspended or banned by indian yes yes not allowed railways during previous three years. 13 public procurement ( preference to make in india ) policy is applicable as yes yes not allowed per clause 16 of section i of icf bid document. the procurement shall be done in accordance with the extant instruction of dpiit ( department of promotion of industry and internal trade ) for make in india policy. 14 the bidders should quote the applicable hsn codes and it is the yes yes allowed responsibility of the tenderer to quote the correct hsn code and upload the ( mandatory ) document. 15 firm to offer warranty period of 24 months from the date of commissioning, yes yes not allowed ( if any deviation in warranty guarantee between tender document and technical specification, the warranty / guarantee mentioned in technical specification stands good. ) 16 it is certified that our firm has not been de listed for tendered item by indian yes yes not allowed railways during previous three years. 17 please submit the details of the location at which the local value addition is yes yes not allowed being made page 5 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 18 declaration on cartel formation the definition of cartel would be as per yes yes allowed the competition act 2002 ( 12 of 2003 ) . i / we declare that i / we are not a ( mandatory ) part of cartel with other vendors and have offered competitive rates in the the tenders. in the event of my / our offer suspected to be of collusive bidding and cartel formation, i / we understand that purchaser reserves the right to summarily reject the offer and to ban my / our firm from dealing with railway. in the event of my / our offer confirming to any aspect of the definition of cartel, i / we understand that the purchaser reserves the right to refer the matter to the competition commission of india ( cci ) which is a statutory body constituted under this act, for providing necessary relief to the purchaser who represent central government organization serving the public. in addition, i / we are aware of the chapter vi of the act, which deals with penalties. i / we understand that this will be in addition to other rights and remedies available to the railway administration under the contract and the law of the land. 19 cartel formation i / we declare that i / we are not a part of cartel with yes yes allowed other vendors and have offered competitive rates in the tenders. please ( mandatory ) refer clause 10.11.7 of section ii of bid document. 20 in case of mse firm willing to claim the benefits under public procurement yes yes allowed policy ( preference to mse ) order 2012, the firm should upload with their ( optional ) offer, the proof of their being mse registered with any of the agencies mentioned in clause 13.1 of section i of icf bid document failing which such offers will not be liable for consideration of benefits detailed in para 13.3 of section i of icf bid document tenderers shall upload valid documents as per mse policy showing that the enterprise is owned by scheduled castes ( sc ) / scheduled tribes ( st ) / women entrepreneurs to claim the benefit under this sub classification. for this purpose tenderers to submit details of share holding pattern & controlling stakes with scheduled castes ( sc ) / scheduled tribes ( st ) / women entrepreneurs duly certified by ca, failing which it will be presumed that they have no claim under this sub classification. 21 1.traders / distributors / sole agent / works contract are not exempted from yes yes allowed payment of emd as they are excluded from the purview of the mse policy ( mandatory ) . 2. in reference to conditions no.6.1 ( vi ) of section i of icf bid document, the exemption of emd is applicable only to the vendors having current and valid registration with pcmm of any zonal railways / production unit for trade group 6705. firm should submit valid registration certificate for proof. 22 please enclose clause wise compliance / comments for the technical yes yes allowed specification attached and provide all the details as per the requirements ( mandatory ) and if different, specify the same. 23 the tenderers shall indicate the details of their jurisdictional assessing yes yes allowed officers ( designation, address & email id ) . ( optional ) 24 make in india: as per public procurement ( preference to make in india ) yes yes allowed order 2017, as amended, only class i and class ii local suppliers are ( mandatory ) eligible to participate in the tender. vendors who do not qualify to be class i / class ii local suppliers should not quote in the tender as their offers shall not be considered for any ordering. in case any vendor who does not qualify to be a class i / class ii local suppliers for the tendered item participates in the tender it does so at its own risk and cost and railways shall not be liable for any loss or damage caused to the vendor. page 6 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 25 the tenderer shall furnish the following information along with the offer: a ) yes yes allowed technical details of major equipments and system layout of the vehicle. b ) ( optional ) technical details of electrical equipment, brake system, gear box, convertor, track guiding rollers system and other different auxiliary equipments of the shunting vehicle. c ) detailed drawings indicating different dimensions of the shunting vehicle and also layout of different equipments. d ) detailed literature explaining the procedure of different operation of the shunting vehicle both on roads and on rails. e ) the drawing indicating maximum moving dimensions of the shunting vehicle. f ) any other information in the form of technical literature highlights the special features of the shunting vehicle. g ) the tenderer shall furnish detailed specification and source regarding make and original manufacturer of different equipment of the shunting vehicle like, motor, converter, battery, guidance, control and safety equipment etc. h ) address of manufacturing facility i ) jv agreement copy if applicable j ) information as asked in annexure a of schedule iii 26 the tenderer shall quote separately spare parts and consumable along with yes yes allowed specification and source of purchase and price, recommended for ( optional ) maintenance as per annexure a, schedule iii of technical specification. the cost of spares such quoted should not be included in the cost of items to be supplied as per scope of work and shall not be considered in financial evaluation of the bid. ( tenderers are advised to enclose separate pdf sheet with these details ) . 27 tenderer shall quote cost of optional accessories separately. along with yes yes allowed specification and source of purchase and price , as per annexure a, ( optional ) schedule iii of technical specification. the cost of accessories such quoted should not be included in the cost of items to be supplied as per scope of work and shall not be considered in financial evaluation of the bid. ( tenderers are advised to enclose separate pdf sheet with these details ) . 28 the tenderer will be required to train up to 10 ( ten ) railway staff nominated yes yes not allowed by the consignee at their actual works free of cost. page 7 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 29 the attention of tenderers is invited to clause 2500 of irs conditions of yes yes allowed contract included as section iv of bid document. the bidders found to have ( mandatory ) a conflict of interest shall be disqualified. a bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if: a ) they have controlling partner ( s ) in common; or b ) they receive or have received any direct or all tenders indirect subsidy / financial stake from any of them; or c ) they have the same legal representative / agent for purposes of this bid; or d ) they have relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another bidder; or e ) bidder participates in more than one bid in this bidding process. participation by a bidder in more than one bid will result in the disqualification of all bids in which the parties are involved. however, this does not limit the inclusion of the components / sub assembly / assemblies from one bidding manufacturer in more than one bid. f ) in cases of agents quoting in offshore procurements, on behalf of their principal manufacturers, one agent cannot represent two manufacturers or quote on their behalf in a particular tender enquiry. one manufacturer can also authorise only one agent / dealer. there can be only one bid from the following: 1. the principal manufacturer directly or through one indian agent on his behalf; and 2. indian / foreign agent on behalf of only one principal. g ) bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the contract that is the subject of the bid; h ) in case of a holding company having more than one independently manufacturing units, or more than one unit having common business ownership / management, only one unit should quote. similar restrictions would apply to closely related. sister companies. bidders must proactively declare such sister / common business / management units in same / similar line of business. the above clauses have been read and it is certified that they are not attracted and the interest of bidding process is not affected in any way. 30 camc : ( 1 ) rate quoted for camc shall be considered for financial yes yes not allowed evaluation of bid. ( 2 ) scope and other conditions of camc is as per amendment no 2 attached. 31 please enter the percentage of local content in the material being offered. no yes not allowed please enter 0 for fully imported items, and 100 for fully indigenous items. the definition and calculation of local content shall be in accordance with the make in india policy as incorporated in the tender conditions. general instructions s.no. description confirmation remarks documents required allowed uploading 1 please download and peruse the tender document conditions applicable for no no not allowed tenders which is attached with the tender. 2 icf bid document version 9 dated 01.11.22 is applicable for this tender. no no not allowed other conditions s.no. description confirmation remarks documents required allowed uploading 1 inspection by tpi agency and as per the clause 18 of amendment 1 no no not allowed attached. page 8 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 2 the tenderer shall arrange erection, commissioning and testing of the no no not allowed vehicle at site, ie integral coach factory, chennai, india and after successful commissioning, will demonstrate the performance of vehicle to the staff of integral coach factory at consignees premises. the tenderer or his agent will be required to inspect the consignment at the consignees premises before unpacking is done and carry out a joint check of the receipt of components to avoid subsequent complaints regarding short shipment or transit damages. adequate number of personnel will be deployed by the tenderer so that erection and commissioning delays are eliminated. the tenderer will be required to commission the vehicle within 30 days from the date of intimation by the consignee. proving test certificate will be issued after 30 days of successful, defect free operation post commissioning. 3 standard irs conditions shall be applicable where specific yes yes not allowed conditions / instructions are not available special conditions s.no. description confirmation remarks documents required allowed uploading 1 tenderers may note that the ireps software is contiunously being no no not allowed upgraded and the forms may be subject to changes. tenderers are advised to keep themselves updated with the latest changes, by referring to the latest versions of user manuals available on the website, and by taking notes of the messages sent by our ireps adminstrator from time to time. tenderers should also make themselves fully acquainted with all available templates / forms before they submit their offer. no claim shall be entertained from a tenderer, on account of non familarity with any of the templates and form available on the ireps websites. 2 a ) no manual submission of documents is permitted. tenderers shall no no not allowed upload all the documents in ireps portal only. 3 tenederers can upload individual file having capacity of 3.5 to 3.7 mb as no no not allowed attached document however there is no llimitation on the numbers of files which can attached. tenderers are advised to upload the documents well in advance to avoid last minutes rush and complication. all documents which are submitted should be in a4 size to facilitate printing. 4 tenderers to refer the list of mandatory and optional certificates to be no no not allowed submitted along with the offer as per icf bid documents. 5 please check ireps website before submitting offer, any to no no not allowed the tender has been issued or not.please check ireps website frequently for and ensure submission of offer as per issued by icf 6 the minimum local content for the local supplier of the tendered item to be no no not allowed categorised as class i local supplier shall be 50% and for class ii local suppliers shall be 20% 7 offers from different tenderers submitted from the same ip address in a no no not allowed tender shall be treated as suspected cartel and all such offers received from the same ip address will be summarily rejected. however offers resulting in same ip address due to administrative reason like technical / networking issue at cris server shall not be treated as suspected cartel and the decision of the railway administration will be binding on all tenderers 8 contractors are requested to dispatch material after generating e dispatch no no not allowed note number / qr code in ireps. technical compliances page 9 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 s.no. description confirmation remarks documents required allowed uploading 1 deviation : the tenderer shall clearly state, if the offer does not conform to yes yes allowed any of the technical or design specifications. in such case, he shall also ( optional ) indicate the details of the alternative offered by him, if any, duly indicating advantages / disadvantages or otherwise of the alternative suggested. any other information in the opinion of the supplier is important for consideration by the purchase may also be provided. undertakings s.no. description confirmation remarks documents required allowed uploading 1 i / we also confirm that if any information and document submitted is found no no not allowed to be false / incorrect at any time, icf may cancel my / our bid and action as deemed fit may be taken against me / us, including termination of the contract, forfeiture of earnest money, security deposit and banning / delisting / suspension of our firm and all partners of the firm. 2 i / we also confirm that rates and other financial terms quoted in relevant no no not allowed columns of financial bid will only be applicable for acceptance. such terms quoted anywhere else should not be considered for inter se evaluation and should be ignored. 3 i / we have gone through the all clauses of this tender document and other no no not allowed documents such as icf bid document version 09, special condition of tenders, checklist and technical specification uploaded along with this tender. it is understood that the tenderer submitting their offer is fully aware of all the clauses of the above said documents and undertake to abide by submitting this offer. 6. documents attached with tender s.no. document name document description 1 4539611.pdf schaku drg 2 2 4572159.pdf amendment no.2 3 4539617.pdf dellner drg 3 4 4539621.pdf dellner drg 2 5 4539625.pdf schaku drg 3 6 4539627.pdf cbcd drg 1 7 4539628.pdf dellner drg 1 8 4539632.pdf dellner drg 4 9 4539636.pdf schaku drg 1 10 4539708.pdf bid document ver 09 , date 01 / 11 / 2022 11 4539714.pdf tpi agency 12 4539758.pdf rcrv tech spec part 1 13 4539773.pdf rcrv tech spec part 2 14 4539785.pdf amedment no. 1 15 4539613.pdf cbcd drg 2 7. responsiveness s.no. description validity of offer: no deviation from the offer validity period stipulated in the nit header of this tender document is 1 permitted. for additional conditions please refer clause 12.0 of section i of icf bid document version 09. page 10 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 the tenderers in their bid shall indicate the details of their gst jurisdictional assessing officers ( designation, address & email id ) . in case of a contract award, a copy of purchase order shall be immediately forwarded by purchaser to the gst jurisdictional assessing officer mentioned in tenderers bid this tender complies with public procurement policy ( make in india ) order 2017, dated 15 / 06 / 2017, issued by department of industrial promotion and policy, ministry of commerce, circulated vide railway board letter no. 2015 / rs ( g ) / 779 / 5 dated 03 / 08 / 2017 and 27 / 12 / 2017 and amendments / revisions thereof. as a tender inviting authority, the undersigned has ensured that the issue of this tender does not violate provisions of gfr regarding procurement through gem. digitally signed by dy.cmm / dc ( v.n. satheesan ) , charges for comprehensive camc for year 2 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 2 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 4 6090n003 amc ( y ) non stock yes consignee inr page 1 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf , charges for comprehensive camc for year 3 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 3 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 5 6090n004 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 4 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 4 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 6 6090n005 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 5 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 5 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 3. t and c f.o.r description destination delivery period description delivery / completion rate of supply for all items commencement : within 0 days of issue of contract, completion : supply, and within 180 days thereafter commissioning shall be completed within 180 days from the date of purchase order. payment terms s.no description payment terms 1 80 percent payment against prc and ic balance 20% payment shall be made after successful erection, commissioning and acceptance of the vehicle and proven out certificate issued by gazetted officer from consignee subject to submission of bank guarantee for 10% of the contract value for warranty obligations, valid beyond 6 months period of warranty. statutory variation clause s.no description 1 statutory variation in taxes and duties, or fresh imposition of taxes and duties by state / central governments in respect of the items stipulated in the contract ( and not the raw materials thereof ) , within the original delivery period stipulated in the contract, or last unconditionally extended delivery period shall be to railways account. only such variation shall be admissible which takes place after the submission of bid. no claim on account of statutory variation in respect of existing tax / duty will be accepted unless the tenderer has clearly indicated in his offer the rate of tax / duty considered in his quoted rate. no claim on account of statutory variation shall be admissible on account of misclassification by the supplier / contractor. option clause s.no description 1 not to be included. page 2 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 railway standard fall clause s.no description 1 not to be included. standard governing conditions s.no description 1 applicable as detailed in this tender document and in icf bid document, special conditions / annexures attached with the tender document ( if any ) , and conditions mentioned in technical specification / drawings uploaded along with this tender. for contracts, irs conditions of contract wherever specifically not modified in the above said documents shall apply. 4. eligibility conditions special eligibility criteria s.no. description confirmation remarks documents required allowed uploading 1 tenderer should have supplied at least 2 number of rail cum road yes yes allowed vehicles of same capacity or higher capacity to end users in india, like ( mandatory ) railways, metro, port railways or any psu in the last 5 years and the current financial year. ( for this purpose tenderers are advised to submit performance statement and performance certificate as per schedule iii annexure a of 2 ( b ) & ( c ) of technical specification ) 2 please quote strictly as per drawings and technical specification attached. yes yes allowed ( mandatory ) 5. compliance conditions check list s.no. description confirmation remarks documents required allowed uploading 1 in case of indigenous bidders, whether you are large scale industry or no no not allowed consortia of mses formed by nsic, if yes, have you indicated quantum of sub contracts given to micro and small enterprises ( in percent of order value ) ? 2 have you gone through the eligibility criteria and submitted all the no no not allowed documents mentioned therein? 3 have you submitted the emd or bid securing declaration as per clause 6.0 no no not allowed of section i of instructions to tenderers of icf bid document version 09. 4 have you furnished financial capacity as per clause 9.2.1 ( iii ) of section i of no no not allowed instructions to tenderers of icf bid document version 09. 5 have you confirmed for compliance of public procurement orders of no no not allowed department of expenditure regarding countries sharing land border with india? 6 have you submitted the details of location ( s ) at which local value addition no no not allowed is made / proposed? 7 in case of non local / class ii suppliers, have you submitted road map for no no not allowed setting up manufacturing facilities for tendered item along with the offer? ( this is applicable only for items which are not restricted to class i local suppliers ) . 8 have you submitted self declaration with respect to non debarment under no no not allowed any provisions of dpiit rules? 9 have you submitted translated copy into english, for all documents in no no not allowed language other than english and all such documents should be signed by the authorised translator and notarized in india? page 3 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 10 have you submitted declaration for passing on the input tax credit as per no no not allowed para 2.8 and 2.9 of section ii of icf bid document version 09. 11 have you submitted authenticated copy of the document authorizing the no no not allowed signatory to submit offer and commit on behalf of tenderers? 12 have you furnished the statement of deviations ( preferably nil ) ? no no not allowed 13 have you furnished the statement of equipment & quality control? no no not allowed 14 have you kept your offer valid for the validity period as mentioned in nit no no not allowed header? commercial compliance s.no. description confirmation remarks documents required allowed uploading 1 firm should furnish gst no. and hsn code no. in their offer. yes yes allowed ( mandatory ) 2 the tenderers must submit emd as detailed under yes yes allowed clause 6 of instructions to tenderers. tenderers ( optional ) seeking exemption from payment of emd must upload the requisite documentary evidence in support of their claim for exemption from payment of emd along with the offer. any offer either not accompanied with a vaild exemption certificate as at the time of tender opening or not paid emd before tender opening shall be summarily rejected. please see attached document ( icf tender condition ) for the same. 3 security deposit sd there shall be no exemption from yes yes allowed submission of security deposit ( sd ) for any tender or ( optional ) by any tenderer subject exemptions as detailed in para 13 of general condition of tender. please see attach document ( icf tender conditions for the same. 4 if you are not mse or a consortia of mses formed by yes yes allowed nsic, please indicate percentage of sub contract in ( optional ) execution of this tender that will be from micro and small enterprises ( in percent of order value ) with further brake up of mse owned by sc / st. ( information will be provided in % terms with 6 fields, micro owned by sc, micro owned by st, micro owned by others, small industry owned by sc, small industry ownrd by st, small industry owned by others. 5 earnest money deposit ( emd ) : regarding emd, please refer to yes yes allowed clause 6.0 of section i instructions to tenderer of icf bid document ver.09 ( mandatory ) attached to the tender. all bidders shall be exempted from submission of emd in all tenders, subject to submission of bid securing declaration as per the following para of tender document, except those who disqualified from such exemption as per clause 6.2 of section i of icf bid document version 09 have to deposit emd as indicated in the nit header of tender document. offers received without emd from the disqualified bidder shall be summarily rejected 6 please enter the percentage of local content in the material being offered. yes yes allowed please enter 0 for fully imported items, and 100 for fully indigenous items. ( mandatory ) the definition and calculation of local content shall be in accordance with the make in india policy as incorporated in the tender conditions. page 4 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 7 the eligibility for a bidder from a country which shares a land border with yes yes allowed india to participate in the tender shall be as per public procurement orders ( mandatory ) of ministry of finance, department of expenditure. please refer clause 9.8 ( sub clause 9.8.1 to 9.8.8 ) section i of icf bid document version 09. in this regards i certify that: i have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with india: i certify that this bidder is not from such a country or, if from such a country, has been registered with the competent authority. i hereby certify that this bidder fulfills all requirements in this regard and is eligible to be considered. ( where applicable, evidence of valid registration by the competent authority shall be attached ) . if such certificate given by a bidder whose bid is accepted is found to be false, this would be a ground for immediate termination and further legal action in accordance with law. 8 goods & services tax ( gst ) : will be applicable as per clause 2.0 and all yes yes not allowed sub clauses of section ii of icf bid document ver 09. 9 bid securing declaration: i / we hereby understand and accept that yes yes allowed if i / we withdraw or modify my / our bids during the period of validity, or if i / ( mandatory ) we are awarded the contract and on being called upon to submit the performance security / security deposit, fail to submit the performance security / security deposit before the deadline defined in the request for bid document / notice inviting tender / tender document, we shall be debarred from exemption of submitting bid security / earnest money deposit and performance security / security deposit for a period of 6 ( six ) months from the date i / we are declared disqualified from exemption from submission of emd / sd, for all tenders for procurement of goods issued by any unit of indian railways published during this period. 10 passing the benefits of itc: i hereby confirm following: we hereby declare yes yes not allowed that in quoting the above price, we have taken into account the full effect of input tax credit available under gst. we, further agree to pass on any financial gain / benefit as may become available in future in respect of all the input tax credit on the date of supply by way of reduction in price and advise the purchaser accordingly. we also undertake that we are aware of the provisions of section 171 of the cgst act and consequences thereof if we fail to comply with the same. 11 security deposit: please refer clause 13.0 of section ii of icf bid yes yes not allowed document ver 09. 12 it is certified that our firm has not been suspended or banned by indian yes yes not allowed railways during previous three years. 13 public procurement ( preference to make in india ) policy is applicable as yes yes not allowed per clause 16 of section i of icf bid document. the procurement shall be done in accordance with the extant instruction of dpiit ( department of promotion of industry and internal trade ) for make in india policy. 14 the bidders should quote the applicable hsn codes and it is the yes yes allowed responsibility of the tenderer to quote the correct hsn code and upload the ( mandatory ) document. 15 firm to offer warranty period of 24 months from the date of commissioning, yes yes not allowed ( if any deviation in warranty guarantee between tender document and technical specification, the warranty / guarantee mentioned in technical specification stands good. ) 16 it is certified that our firm has not been de listed for tendered item by indian yes yes not allowed railways during previous three years. 17 please submit the details of the location at which the local value addition is yes yes not allowed being made page 5 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 18 declaration on cartel formation the definition of cartel would be as per yes yes allowed the competition act 2002 ( 12 of 2003 ) . i / we declare that i / we are not a ( mandatory ) part of cartel with other vendors and have offered competitive rates in the the tenders. in the event of my / our offer suspected to be of collusive bidding and cartel formation, i / we understand that purchaser reserves the right to summarily reject the offer and to ban my / our firm from dealing with railway. in the event of my / our offer confirming to any aspect of the definition of cartel, i / we understand that the purchaser reserves the right to refer the matter to the competition commission of india ( cci ) which is a statutory body constituted under this act, for providing necessary relief to the purchaser who represent central government organization serving the public. in addition, i / we are aware of the chapter vi of the act, which deals with penalties. i / we understand that this will be in addition to other rights and remedies available to the railway administration under the contract and the law of the land. 19 cartel formation i / we declare that i / we are not a part of cartel with yes yes allowed other vendors and have offered competitive rates in the tenders. please ( mandatory ) refer clause 10.11.7 of section ii of bid document. 20 in case of mse firm willing to claim the benefits under public procurement yes yes allowed policy ( preference to mse ) order 2012, the firm should upload with their ( optional ) offer, the proof of their being mse registered with any of the agencies mentioned in clause 13.1 of section i of icf bid document failing which such offers will not be liable for consideration of benefits detailed in para 13.3 of section i of icf bid document tenderers shall upload valid documents as per mse policy showing that the enterprise is owned by scheduled castes ( sc ) / scheduled tribes ( st ) / women entrepreneurs to claim the benefit under this sub classification. for this purpose tenderers to submit details of share holding pattern & controlling stakes with scheduled castes ( sc ) / scheduled tribes ( st ) / women entrepreneurs duly certified by ca, failing which it will be presumed that they have no claim under this sub classification. 21 1.traders / distributors / sole agent / works contract are not exempted from yes yes allowed payment of emd as they are excluded from the purview of the mse policy ( mandatory ) . 2. in reference to conditions no.6.1 ( vi ) of section i of icf bid document, the exemption of emd is applicable only to the vendors having current and valid registration with pcmm of any zonal railways / production unit for trade group 6705. firm should submit valid registration certificate for proof. 22 please enclose clause wise compliance / comments for the technical yes yes allowed specification attached and provide all the details as per the requirements ( mandatory ) and if different, specify the same. 23 the tenderers shall indicate the details of their jurisdictional assessing yes yes allowed officers ( designation, address & email id ) . ( optional ) 24 make in india: as per public procurement ( preference to make in india ) yes yes allowed order 2017, as amended, only class i and class ii local suppliers are ( mandatory ) eligible to participate in the tender. vendors who do not qualify to be class i / class ii local suppliers should not quote in the tender as their offers shall not be considered for any ordering. in case any vendor who does not qualify to be a class i / class ii local suppliers for the tendered item participates in the tender it does so at its own risk and cost and railways shall not be liable for any loss or damage caused to the vendor. page 6 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 25 the tenderer shall furnish the following information along with the offer: a ) yes yes allowed technical details of major equipments and system layout of the vehicle. b ) ( optional ) technical details of electrical equipment, brake system, gear box, convertor, track guiding rollers system and other different auxiliary equipments of the shunting vehicle. c ) detailed drawings indicating different dimensions of the shunting vehicle and also layout of different equipments. d ) detailed literature explaining the procedure of different operation of the shunting vehicle both on roads and on rails. e ) the drawing indicating maximum moving dimensions of the shunting vehicle. f ) any other information in the form of technical literature highlights the special features of the shunting vehicle. g ) the tenderer shall furnish detailed specification and source regarding make and original manufacturer of different equipment of the shunting vehicle like, motor, converter, battery, guidance, control and safety equipment etc. h ) address of manufacturing facility i ) jv agreement copy if applicable j ) information as asked in annexure a of schedule iii 26 the tenderer shall quote separately spare parts and consumable along with yes yes allowed specification and source of purchase and price, recommended for ( optional ) maintenance as per annexure a, schedule iii of technical specification. the cost of spares such quoted should not be included in the cost of items to be supplied as per scope of work and shall not be considered in financial evaluation of the bid. ( tenderers are advised to enclose separate pdf sheet with these details ) . 27 tenderer shall quote cost of optional accessories separately. along with yes yes allowed specification and source of purchase and price , as per annexure a, ( optional ) schedule iii of technical specification. the cost of accessories such quoted should not be included in the cost of items to be supplied as per scope of work and shall not be considered in financial evaluation of the bid. ( tenderers are advised to enclose separate pdf sheet with these details ) . 28 the tenderer will be required to train up to 10 ( ten ) railway staff nominated yes yes not allowed by the consignee at their actual works free of cost. page 7 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 29 the attention of tenderers is invited to clause 2500 of irs conditions of yes yes allowed contract included as section iv of bid document. the bidders found to have ( mandatory ) a conflict of interest shall be disqualified. a bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if: a ) they have controlling partner ( s ) in common; or b ) they receive or have received any direct or all tenders indirect subsidy / financial stake from any of them; or c ) they have the same legal representative / agent for purposes of this bid; or d ) they have relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another bidder; or e ) bidder participates in more than one bid in this bidding process. participation by a bidder in more than one bid will result in the disqualification of all bids in which the parties are involved. however, this does not limit the inclusion of the components / sub assembly / assemblies from one bidding manufacturer in more than one bid. f ) in cases of agents quoting in offshore procurements, on behalf of their principal manufacturers, one agent cannot represent two manufacturers or quote on their behalf in a particular tender enquiry. one manufacturer can also authorise only one agent / dealer. there can be only one bid from the following: 1. the principal manufacturer directly or through one indian agent on his behalf; and 2. indian / foreign agent on behalf of only one principal. g ) bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the contract that is the subject of the bid; h ) in case of a holding company having more than one independently manufacturing units, or more than one unit having common business ownership / management, only one unit should quote. similar restrictions would apply to closely related. sister companies. bidders must proactively declare such sister / common business / management units in same / similar line of business. the above clauses have been read and it is certified that they are not attracted and the interest of bidding process is not affected in any way. 30 camc : ( 1 ) rate quoted for camc shall be considered for financial yes yes not allowed evaluation of bid. ( 2 ) scope and other conditions of camc is as per amendment no 2 attached. 31 please enter the percentage of local content in the material being offered. no yes not allowed please enter 0 for fully imported items, and 100 for fully indigenous items. the definition and calculation of local content shall be in accordance with the make in india policy as incorporated in the tender conditions. general instructions s.no. description confirmation remarks documents required allowed uploading 1 please download and peruse the tender document conditions applicable for no no not allowed tenders which is attached with the tender. 2 icf bid document version 9 dated 01.11.22 is applicable for this tender. no no not allowed other conditions s.no. description confirmation remarks documents required allowed uploading 1 inspection by tpi agency and as per the clause 18 of amendment 1 no no not allowed attached. page 8 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 2 the tenderer shall arrange erection, commissioning and testing of the no no not allowed vehicle at site, ie integral coach factory, chennai, india and after successful commissioning, will demonstrate the performance of vehicle to the staff of integral coach factory at consignees premises. the tenderer or his agent will be required to inspect the consignment at the consignees premises before unpacking is done and carry out a joint check of the receipt of components to avoid subsequent complaints regarding short shipment or transit damages. adequate number of personnel will be deployed by the tenderer so that erection and commissioning delays are eliminated. the tenderer will be required to commission the vehicle within 30 days from the date of intimation by the consignee. proving test certificate will be issued after 30 days of successful, defect free operation post commissioning. 3 standard irs conditions shall be applicable where specific yes yes not allowed conditions / instructions are not available special conditions s.no. description confirmation remarks documents required allowed uploading 1 tenderers may note that the ireps software is contiunously being no no not allowed upgraded and the forms may be subject to changes. tenderers are advised to keep themselves updated with the latest changes, by referring to the latest versions of user manuals available on the website, and by taking notes of the messages sent by our ireps adminstrator from time to time. tenderers should also make themselves fully acquainted with all available templates / forms before they submit their offer. no claim shall be entertained from a tenderer, on account of non familarity with any of the templates and form available on the ireps websites. 2 a ) no manual submission of documents is permitted. tenderers shall no no not allowed upload all the documents in ireps portal only. 3 tenederers can upload individual file having capacity of 3.5 to 3.7 mb as no no not allowed attached document however there is no llimitation on the numbers of files which can attached. tenderers are advised to upload the documents well in advance to avoid last minutes rush and complication. all documents which are submitted should be in a4 size to facilitate printing. 4 tenderers to refer the list of mandatory and optional certificates to be no no not allowed submitted along with the offer as per icf bid documents. 5 please check ireps website before submitting offer, any to no no not allowed the tender has been issued or not.please check ireps website frequently for and ensure submission of offer as per issued by icf 6 the minimum local content for the local supplier of the tendered item to be no no not allowed categorised as class i local supplier shall be 50% and for class ii local suppliers shall be 20% 7 offers from different tenderers submitted from the same ip address in a no no not allowed tender shall be treated as suspected cartel and all such offers received from the same ip address will be summarily rejected. however offers resulting in same ip address due to administrative reason like technical / networking issue at cris server shall not be treated as suspected cartel and the decision of the railway administration will be binding on all tenderers 8 contractors are requested to dispatch material after generating e dispatch no no not allowed note number / qr code in ireps. technical compliances page 9 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 s.no. description confirmation remarks documents required allowed uploading 1 deviation : the tenderer shall clearly state, if the offer does not conform to yes yes allowed any of the technical or design specifications. in such case, he shall also ( optional ) indicate the details of the alternative offered by him, if any, duly indicating advantages / disadvantages or otherwise of the alternative suggested. any other information in the opinion of the supplier is important for consideration by the purchase may also be provided. undertakings s.no. description confirmation remarks documents required allowed uploading 1 i / we also confirm that if any information and document submitted is found no no not allowed to be false / incorrect at any time, icf may cancel my / our bid and action as deemed fit may be taken against me / us, including termination of the contract, forfeiture of earnest money, security deposit and banning / delisting / suspension of our firm and all partners of the firm. 2 i / we also confirm that rates and other financial terms quoted in relevant no no not allowed columns of financial bid will only be applicable for acceptance. such terms quoted anywhere else should not be considered for inter se evaluation and should be ignored. 3 i / we have gone through the all clauses of this tender document and other no no not allowed documents such as icf bid document version 09, special condition of tenders, checklist and technical specification uploaded along with this tender. it is understood that the tenderer submitting their offer is fully aware of all the clauses of the above said documents and undertake to abide by submitting this offer. 6. documents attached with tender s.no. document name document description 1 4539611.pdf schaku drg 2 2 4572159.pdf amendment no.2 3 4539617.pdf dellner drg 3 4 4539621.pdf dellner drg 2 5 4539625.pdf schaku drg 3 6 4539627.pdf cbcd drg 1 7 4539628.pdf dellner drg 1 8 4539632.pdf dellner drg 4 9 4539636.pdf schaku drg 1 10 4539708.pdf bid document ver 09 , date 01 / 11 / 2022 11 4539714.pdf tpi agency 12 4539758.pdf rcrv tech spec part 1 13 4539773.pdf rcrv tech spec part 2 14 4539785.pdf amedment no. 1 15 4539613.pdf cbcd drg 2 7. responsiveness s.no. description validity of offer: no deviation from the offer validity period stipulated in the nit header of this tender document is 1 permitted. for additional conditions please refer clause 12.0 of section i of icf bid document version 09. page 10 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf tender document tender no 01235416 closing date / time 12 / 10 / 2023 14:15 the tenderers in their bid shall indicate the details of their gst jurisdictional assessing officers ( designation, address & email id ) . in case of a contract award, a copy of purchase order shall be immediately forwarded by purchaser to the gst jurisdictional assessing officer mentioned in tenderers bid this tender complies with public procurement policy ( make in india ) order 2017, dated 15 / 06 / 2017, issued by department of industrial promotion and policy, ministry of commerce, circulated vide railway board letter no. 2015 / rs ( g ) / 779 / 5 dated 03 / 08 / 2017 and 27 / 12 / 2017 and amendments / revisions thereof. as a tender inviting authority, the undersigned has ensured that the issue of this tender does not violate provisions of gfr regarding procurement through gem. digitally signed by dy.cmm / dc ( v.n. satheesan ) , charges for comprehensive camc for year 4 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 4 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 6 6090n005 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 5 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 5 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 3. t and c f.o.r description destination delivery period description delivery / completion rate of supply for all items commencement : within 0 days of issue of contract, completion : supply, and within 180 days thereafter commissioning shall be completed within 180 days from the date of purchase order. payment terms s.no description payment terms 1 80 percent payment against prc and ic balance 20% payment shall be made after successful erection, commissioning and acceptance of the vehicle and proven out certificate issued by gazetted officer from consignee subject to submission of bank guarantee for 10% of the contract value for warranty obligations, valid beyond 6 months period of warranty. statutory variation clause s.no description 1 statutory variation in taxes and duties, or fresh imposition of taxes and duties by state / central governments in respect of the items stipulated in the contract ( and not the raw materials thereof ) , within the original delivery period stipulated in the contract, or last unconditionally extended delivery period shall be to railways account. only such variation shall be admissible which takes place after the submission of bid. no claim on account of statutory variation in respect of existing tax / duty will be accepted unless the tenderer has clearly indicated in his offer the rate of tax / duty considered in his quoted rate. no claim on account of statutory variation shall be admissible on account of misclassification by the supplier / contractor. option clause s.no description 1 not to be included. page 2 of 11 run date / time: 08 / 09 / 2023 10:39:30stores / shell / icf , charges for comprehensive camc for year 5 after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 5 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers...

Integral Coach Factory - Tamil Nadu

39551074 supply, erection, commissioning and proven out of rail cum road vehicle ( rrv ) 300t as per the , charges for comprehensive camc for year 1, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 1 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 3 6090n002 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 2, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 2 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 4 6090n003 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 3, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 3 years, amc period: 5 years, rate of discounting: 0 % page 1 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 at ( location ) transport / fur , icf tamil nadu 2.00 numbers 5 6090n004 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 4, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 4 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 6 6090n005 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 5, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 5 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 3. t and c f.o.r description destination delivery period description delivery / completion rate of supply for all items completion : within 180 days supply and commissioning shall be completed within 180 days from the date of purchase order. payment terms s.no description payment terms 1 80 percent payment against prc and ic balance 20% payment shall be made after successful erection, commissioning and acceptance of the vehicle and proven out certificate issued by gazetted officer from consignee subject to submission of bank guarantee for 10% of the contract value for warranty obligations, valid beyond 6 months period of warranty. statutory variation clause s.no description 1 statutory variation in taxes and duties, or fresh imposition of taxes and duties by state / central governments in respect of the items stipulated in the contract ( and not the raw materials thereof ) , within the original delivery period stipulated in the contract, or last unconditionally extended delivery period shall be to railways account. only such variation shall be admissible which takes place after the submission of bid. no claim on account of statutory variation in respect of existing tax / duty will be accepted unless the tenderer has clearly indicated in his offer the rate of tax / duty considered in his quoted rate. no claim on account of statutory variation shall be admissible on account of misclassification by the supplier / contractor. option clause s.no description 1 not to be included. railway standard fall clause s.no description page 2 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 1 not to be included. standard governing conditions s.no description 1 applicable as detailed in this tender document and in icf bid document, special conditions / annexures attached with the tender document ( if any ) , and conditions mentioned in technical specification / drawings uploaded along with this tender. for contracts, irs conditions of contract wherever specifically not modified in the above said documents shall apply. 4. eligibility conditions special eligibility criteria s.no. description confirmation remarks documents required allowed uploading 1 tenderer should have supplied at least 2 number of rail cum road yes yes allowed vehicles of same capacity or higher capacity to end users in india, like ( mandatory ) railways, metro, port railways or any psu in the last 5 years and the current financial year. ( for this purpose tenderers are advised to submit performance statement and performance certificate as per schedule iii annexure a , 2 ( b ) & ( c ) of technical specification. 2 please quote strictly as per drawings and technical specification attached. yes yes allowed ( mandatory ) 5. compliance conditions check list s.no. description confirmation remarks documents required allowed uploading 1 in case of indigenous bidders, whether you are large scale industry or no no not allowed consortia of mses formed by nsic, if yes, have you indicated quantum of sub contracts given to micro and small enterprises ( in percent of order value ) ? 2 have you gone through the eligibility criteria and submitted all the no no not allowed documents mentioned therein? 3 have you submitted the emd or bid securing declaration as per clause 6.0 no no not allowed of section i of instructions to tenderers of icf bid document version 09. 4 have you furnished financial capacity as per clause 9.2.1 ( iii ) of section i of no no not allowed instructions to tenderers of icf bid document version 09. 5 have you confirmed for compliance of public procurement orders of no no not allowed department of expenditure regarding countries sharing land border with india? 6 have you submitted the details of location ( s ) at which local value addition no no not allowed is made / proposed? 7 in case of non local / class ii suppliers, have you submitted road map for no no not allowed setting up manufacturing facilities for tendered item along with the offer? ( this is applicable only for items which are not restricted to class i local suppliers ) . 8 have you submitted self declaration with respect to non debarment under no no not allowed any provisions of dpiit rules? 9 have you submitted translated copy into english, for all documents in no no not allowed language other than english and all such documents should be signed by the authorised translator and notarized in india? 10 have you submitted declaration for passing on the input tax credit as per no no not allowed para 2.8 and 2.9 of section ii of icf bid document version 09. page 3 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 11 have you submitted authenticated copy of the document authorizing the no no not allowed signatory to submit offer and commit on behalf of tenderers? 12 have you furnished the statement of deviations ( preferably nil ) ? no no not allowed 13 have you furnished the statement of equipment & quality control? no no not allowed 14 have you kept your offer valid for the validity period as mentioned in nit no no not allowed header? commercial compliance s.no. description confirmation remarks documents required allowed uploading 1 firm should furnish gst no. and hsn code no. in their offer. yes yes allowed ( mandatory ) 2 the tenderers must submit emd as detailed under yes yes allowed clause 6 of instructions to tenderers. tenderers ( optional ) seeking exemption from payment of emd must upload the requisite documentary evidence in support of their claim for exemption from payment of emd along with the offer. any offer either not accompanied with a vaild exemption certificate as at the time of tender opening or not paid emd before tender opening shall be summarily rejected. please see attached document ( icf tender condition ) for the same. 3 security deposit sd there shall be no exemption from yes yes allowed submission of security deposit ( sd ) for any tender or ( optional ) by any tenderer subject exemptions as detailed in para 13 of general condition of tender. please see attach document ( icf tender conditions for the same. 4 if you are not mse or a consortia of mses formed by yes yes allowed nsic, please indicate percentage of sub contract in ( optional ) execution of this tender that will be from micro and small enterprises ( in percent of order value ) with further brake up of mse owned by sc / st. ( information will be provided in % terms with 6 fields, micro owned by sc, micro owned by st, micro owned by others, small industry owned by sc, small industry ownrd by st, small industry owned by others. 5 earnest money deposit ( emd ) : regarding emd, please refer to yes yes allowed clause 6.0 of section i instructions to tenderer of icf bid document ver.09 ( mandatory ) attached to the tender. all bidders shall be exempted from submission of emd in all tenders, subject to submission of bid securing declaration as per the following para of tender document, except those who disqualified from such exemption as per clause 6.2 of section i of icf bid document version 09 have to deposit emd as indicated in the nit header of tender document. offers received without emd from the disqualified bidder shall be summarily rejected 6 please enter the percentage of local content in the material being offered. yes yes allowed please enter 0 for fully imported items, and 100 for fully indigenous items. ( mandatory ) the definition and calculation of local content shall be in accordance with the make in india policy as incorporated in the tender conditions. page 4 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 7 the eligibility for a bidder from a country which shares a land border with yes yes allowed india to participate in the tender shall be as per public procurement orders ( mandatory ) of ministry of finance, department of expenditure. please refer clause 9.8 ( sub clause 9.8.1 to 9.8.8 ) section i of icf bid document version 09. in this regards i certify that: i have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with india: i certify that this bidder is not from such a country or, if from such a country, has been registered with the competent authority. i hereby certify that this bidder fulfills all requirements in this regard and is eligible to be considered. ( where applicable, evidence of valid registration by the competent authority shall be attached ) . if such certificate given by a bidder whose bid is accepted is found to be false, this would be a ground for immediate termination and further legal action in accordance with law. 8 goods & services tax ( gst ) : will be applicable as per clause 2.0 and all yes yes not allowed sub clauses of section ii of icf bid document ver 09. 9 bid securing declaration: i / we hereby understand and accept that yes yes allowed if i / we withdraw or modify my / our bids during the period of validity, or if i / ( mandatory ) we are awarded the contract and on being called upon to submit the performance security / security deposit, fail to submit the performance security / security deposit before the deadline defined in the request for bid document / notice inviting tender / tender document, we shall be debarred from exemption of submitting bid security / earnest money deposit and performance security / security deposit for a period of 6 ( six ) months from the date i / we are declared disqualified from exemption from submission of emd / sd, for all tenders for procurement of goods issued by any unit of indian railways published during this period. 10 passing the benefits of itc: i hereby confirm following: we hereby declare yes yes not allowed that in quoting the above price, we have taken into account the full effect of input tax credit available under gst. we, further agree to pass on any financial gain / benefit as may become available in future in respect of all the input tax credit on the date of supply by way of reduction in price and advise the purchaser accordingly. we also undertake that we are aware of the provisions of section 171 of the cgst act and consequences thereof if we fail to comply with the same. 11 security deposit: please refer clause 13.0 of section ii of icf bid yes yes not allowed document ver 09. 12 it is certified that our firm has not been suspended or banned by indian yes yes not allowed railways during previous three years. 13 public procurement ( preference to make in india ) policy is applicable as yes yes not allowed per clause 16 of section i of icf bid document. the procurement shall be done in accordance with the extant instruction of dpiit ( department of promotion of industry and internal trade ) for make in india policy. 14 the bidders should quote the applicable hsn codes and it is the yes yes allowed responsibility of the tenderer to quote the correct hsn code and upload the ( mandatory ) document. 15 firm to offer warranty period of 24 months from the date of commissioning, yes yes not allowed ( if any deviation in warranty guarantee between tender document and technical specification, the warranty / guarantee mentioned in technical specification stands good. ) 16 it is certified that our firm has not been de listed for tendered item by indian yes yes not allowed railways during previous three years. 17 please submit the details of the location at which the local value addition is yes yes not allowed being made page 5 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 18 declaration on cartel formation the definition of cartel would be as per yes yes allowed the competition act 2002 ( 12 of 2003 ) . i / we declare that i / we are not a ( mandatory ) part of cartel with other vendors and have offered competitive rates in the the tenders. in the event of my / our offer suspected to be of collusive bidding and cartel formation, i / we understand that purchaser reserves the right to summarily reject the offer and to ban my / our firm from dealing with railway. in the event of my / our offer confirming to any aspect of the definition of cartel, i / we understand that the purchaser reserves the right to refer the matter to the competition commission of india ( cci ) which is a statutory body constituted under this act, for providing necessary relief to the purchaser who represent central government organization serving the public. in addition, i / we are aware of the chapter vi of the act, which deals with penalties. i / we understand that this will be in addition to other rights and remedies available to the railway administration under the contract and the law of the land. 19 cartel formation i / we declare that i / we are not a part of cartel with yes yes allowed other vendors and have offered competitive rates in the tenders. please ( mandatory ) refer clause 10.11.7 of section ii of bid document. 20 in case of mse firm willing to claim the benefits under public procurement yes yes allowed policy ( preference to mse ) order 2012, the firm should upload with their ( optional ) offer, the proof of their being mse registered with any of the agencies mentioned in clause 13.1 of section i of icf bid document failing which such offers will not be liable for consideration of benefits detailed in para 13.3 of section i of icf bid document tenderers shall upload valid documents as per mse policy showing that the enterprise is owned by scheduled castes ( sc ) / scheduled tribes ( st ) / women entrepreneurs to claim the benefit under this sub classification. for this purpose tenderers to submit details of share holding pattern & controlling stakes with scheduled castes ( sc ) / scheduled tribes ( st ) / women entrepreneurs duly certified by ca, failing which it will be presumed that they have no claim under this sub classification. 21 1.traders / distributors / sole agent / works contract are not exempted from yes yes allowed payment of emd as they are excluded from the purview of the mse policy ( mandatory ) . 2. in reference to conditions no.6.1 ( vi ) of section i of icf bid document, the exemption of emd is applicable only to the vendors having current and valid registration with pcmm of any zonal railways / production unit for trade group 6705. firm should submit valid registration certificate for proof. 22 please enclose clause wise compliance / comments for the technical yes yes allowed specification attached and provide all the details as per the requirements ( mandatory ) and if different, specify the same. 23 the tenderers shall indicate the details of their jurisdictional assessing yes yes allowed officers ( designation, address & email id ) . ( optional ) 24 make in india: as per public procurement ( preference to make in india ) yes yes allowed order 2017, as amended, only class i and class ii local suppliers are ( mandatory ) eligible to participate in the tender. vendors who do not qualify to be class i / class ii local suppliers should not quote in the tender as their offers shall not be considered for any ordering. in case any vendor who does not qualify to be a class i / class ii local suppliers for the tendered item participates in the tender it does so at its own risk and cost and railways shall not be liable for any loss or damage caused to the vendor. page 6 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 25 the tenderer shall furnish the following information along with the offer: a ) yes yes allowed technical details of major equipments and system layout of the vehicle. b ) ( optional ) technical details of electrical equipment, brake system, gear box, convertor, track guiding rollers system and other different auxiliary equipments of the shunting vehicle. c ) detailed drawings indicating different dimensions of the shunting vehicle and also layout of different equipments. d ) detailed literature explaining the procedure of different operation of the shunting vehicle both on roads and on rails. e ) the drawing indicating maximum moving dimensions of the shunting vehicle. f ) any other information in the form of technical literature highlights the special features of the shunting vehicle. g ) the tenderer shall furnish detailed specification and source regarding make and original manufacturer of different equipment of the shunting vehicle like, motor, converter, battery, guidance, control and safety equipment etc. h ) address of manufacturing facility i ) jv agreement copy if applicable j ) information as asked in annexure a of schedule iii 26 the tenderer shall quote separately spare parts and consumable along with yes yes allowed specification and source of purchase and price, recommended for ( optional ) maintenance as per annexure a, schedule iii of technical specification. the cost of spares such quoted should not be included in the cost of items to be supplied as per scope of work and shall not be considered in financial evaluation of the bid. ( tenderers are advised to enclose separate pdf sheet with these details ) 27 tenderer shall quote cost of optional accessories separately. along with yes yes allowed specification and source of purchase and price , as per annexure a, ( optional ) schedule iii of technical specification. the cost of accessories such quoted should not be included in the cost of items to be supplied as per scope of work and shall not be considered in financial evaluation of the bid. ( tenderers are advised to enclose separate pdf sheet with these details ) . 28 the tenderer will be required to train up to 10 ( ten ) railway staff nominated yes yes not allowed by the consignee at their actual works free of cost. page 7 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 29 the attention of tenderers is invited to clause 2500 of irs conditions of yes yes allowed contract included as section iv of bid document. the bidders found to have ( mandatory ) a conflict of interest shall be disqualified. a bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if: a ) they have controlling partner ( s ) in common; or b ) they receive or have received any direct or all tenders indirect subsidy / financial stake from any of them; or c ) they have the same legal representative / agent for purposes of this bid; or d ) they have relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another bidder; or e ) bidder participates in more than one bid in this bidding process. participation by a bidder in more than one bid will result in the disqualification of all bids in which the parties are involved. however, this does not limit the inclusion of the components / sub assembly / assemblies from one bidding manufacturer in more than one bid. f ) in cases of agents quoting in offshore procurements, on behalf of their principal manufacturers, one agent cannot represent two manufacturers or quote on their behalf in a particular tender enquiry. one manufacturer can also authorise only one agent / dealer. there can be only one bid from the following: 1. the principal manufacturer directly or through one indian agent on his behalf; and 2. indian / foreign agent on behalf of only one principal. g ) bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the contract that is the subject of the bid; h ) in case of a holding company having more than one independently manufacturing units, or more than one unit having common business ownership / management, only one unit should quote. similar restrictions would apply to closely related. sister companies. bidders must proactively declare such sister / common business / management units in same / similar line of business. the above clauses have been read and it is certified that they are not attracted and the interest of bidding process is not affected in any way. 30 camc : ( 1 ) rate quoted for camc shall be considered for financial yes yes not allowed evaluation of bid. ( 2 ) scope and other conditions of camc is as per amendment no 2 attached. 31 please enter the percentage of local content in the material being offered. no yes not allowed please enter 0 for fully imported items, and 100 for fully indigenous items. the definition and calculation of local content shall be in accordance with the make in india policy as incorporated in the tender conditions. general instructions s.no. description confirmation remarks documents required allowed uploading 1 please download and peruse the tender document conditions applicable for no no not allowed tenders which is attached with the tender. 2 icf bid document version 9 dated 01.11.22 is applicable for this tender. no no not allowed other conditions s.no. description confirmation remarks documents required allowed uploading 1 inspection by tpi agency and as per the clause 18 of amendment no 1 no no not allowed attached. page 8 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 2 the tenderer shall arrange erection, commissioning and testing of the no no not allowed vehicle at site, ie integral coach factory, chennai, india and after successful commissioning, will demonstrate the performance of vehicle to the staff of integral coach factory at consignees premises. the tenderer or his agent will be required to inspect the consignment at the consignees premises before unpacking is done and carry out a joint check of the receipt of components to avoid subsequent complaints regarding short shipment or transit damages. adequate number of personnel will be deployed by the tenderer so that erection and commissioning delays are eliminated. the tenderer will be required to commission the vehicle within 30 days from the date of intimation by the consignee. proving test certificate will be issued after 30 days of successful, defect free operation post commissioning. 3 standard irs conditions shall be applicable where specific yes yes not allowed conditions / instructions are not available special conditions s.no. description confirmation remarks documents required allowed uploading 1 tenderers may note that the ireps software is contiunously being no no not allowed upgraded and the forms may be subject to changes. tenderers are advised to keep themselves updated with the latest changes, by referring to the latest versions of user manuals available on the website, and by taking notes of the messages sent by our ireps adminstrator from time to time. tenderers should also make themselves fully acquainted with all available templates / forms before they submit their offer. no claim shall be entertained from a tenderer, on account of non familarity with any of the templates and form available on the ireps websites. 2 a ) no manual submission of documents is permitted. tenderers shall no no not allowed upload all the documents in ireps portal only. 3 tenederers can upload individual file having capacity of 3.5 to 3.7 mb as no no not allowed attached document however there is no llimitation on the numbers of files which can attached. tenderers are advised to upload the documents well in advance to avoid last minutes rush and complication. all documents which are submitted should be in a4 size to facilitate printing. 4 tenderers to refer the list of mandatory and optional certificates to be no no not allowed submitted along with the offer as per icf bid documents. 5 please check ireps website before submitting offer, any to no no not allowed the tender has been issued or not.please check ireps website frequently for and ensure submission of offer as per issued by icf 6 the minimum local content for the local supplier of the tendered item to be no no not allowed categorised as class i local supplier shall be 50% and for class ii local suppliers shall be 20% 7 offers from different tenderers submitted from the same ip address in a no no not allowed tender shall be treated as suspected cartel and all such offers received from the same ip address will be summarily rejected. however offers resulting in same ip address due to administrative reason like technical / networking issue at cris server shall not be treated as suspected cartel and the decision of the railway administration will be binding on all tenderers 8 contractors are requested to dispatch material after generating e dispatch no no not allowed note number / qr code in ireps. technical compliances page 9 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 s.no. description confirmation remarks documents required allowed uploading 1 deviation : the tenderer shall clearly state, if the offer does not conform to yes yes allowed any of the technical or design specifications. in such case, he shall also ( optional ) indicate the details of the alternative offered by him, if any, duly indicating advantages / disadvantages or otherwise of the alternative suggested. any other information in the opinion of the supplier is important for consideration by the purchase may also be provided. undertakings s.no. description confirmation remarks documents required allowed uploading 1 i / we also confirm that if any information and document submitted is found no no not allowed to be false / incorrect at any time, icf may cancel my / our bid and action as deemed fit may be taken against me / us, including termination of the contract, forfeiture of earnest money, security deposit and banning / delisting / suspension of our firm and all partners of the firm. 2 i / we also confirm that rates and other financial terms quoted in relevant no no not allowed columns of financial bid will only be applicable for acceptance. such terms quoted anywhere else should not be considered for inter se evaluation and should be ignored. 3 i / we have gone through the all clauses of this tender document and other no no not allowed documents such as icf bid document version 09, special condition of tenders, checklist and technical specification uploaded along with this tender. it is understood that the tenderer submitting their offer is fully aware of all the clauses of the above said documents and undertake to abide by submitting this offer. 6. documents attached with tender s.no. document name document description 1 4523975.pdf bid document ver 09, dated 01 / 11 / 2022 2 4569918.pdf amendment no.2 3 4527214.pdf rcrv tech.spec page 1 to 5 4 4527221.pdf rcrv tech. spec page 6 to 11 5 4527310.pdf amendment no 1 6 4539444.pdf cbcd drg 2 7 4539452.pdf dellner drg 2 8 4539456.pdf dellner drg 4 9 4539460.pdf schaku drg 1 10 4539465.pdf schaku drg 2 11 4539469.pdf schaku drg 3 12 4539483.pdf dellner drg 3 13 4539540.pdf cbcd drg 1 14 4539544.pdf dellner drg 1 15 4523980.pdf tpi agency 7. responsiveness s.no. description validity of offer: no deviation from the offer validity period stipulated in the nit header of this tender document is 1 permitted. for additional conditions please refer clause 12.0 of section i of icf bid document version 09. page 10 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 the tenderers in their bid shall indicate the details of their gst jurisdictional assessing officers ( designation, address & email id ) . in case of a contract award, a copy of purchase order shall be immediately forwarded by purchaser to the gst jurisdictional assessing officer mentioned in tenderers bid this tender complies with public procurement policy ( make in india ) order 2017, dated 15 / 06 / 2017, issued by department of industrial promotion and policy, ministry of commerce, circulated vide railway board letter no. 2015 / rs ( g ) / 779 / 5 dated 03 / 08 / 2017 and 27 / 12 / 2017 and amendments / revisions thereof. as a tender inviting authority, the undersigned has ensured that the issue of this tender does not violate provisions of gfr regarding procurement through gem. digitally signed by dy.cmm / dc ( v.n. satheesan ) , charges for comprehensive camc for year 2, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 2 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 4 6090n003 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 3, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 3 years, amc period: 5 years, rate of discounting: 0 % page 1 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 at ( location ) transport / fur , icf tamil nadu 2.00 numbers 5 6090n004 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 4, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 4 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 6 6090n005 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 5, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 5 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 3. t and c f.o.r description destination delivery period description delivery / completion rate of supply for all items completion : within 180 days supply and commissioning shall be completed within 180 days from the date of purchase order. payment terms s.no description payment terms 1 80 percent payment against prc and ic balance 20% payment shall be made after successful erection, commissioning and acceptance of the vehicle and proven out certificate issued by gazetted officer from consignee subject to submission of bank guarantee for 10% of the contract value for warranty obligations, valid beyond 6 months period of warranty. statutory variation clause s.no description 1 statutory variation in taxes and duties, or fresh imposition of taxes and duties by state / central governments in respect of the items stipulated in the contract ( and not the raw materials thereof ) , within the original delivery period stipulated in the contract, or last unconditionally extended delivery period shall be to railways account. only such variation shall be admissible which takes place after the submission of bid. no claim on account of statutory variation in respect of existing tax / duty will be accepted unless the tenderer has clearly indicated in his offer the rate of tax / duty considered in his quoted rate. no claim on account of statutory variation shall be admissible on account of misclassification by the supplier / contractor. option clause s.no description 1 not to be included. railway standard fall clause s.no description page 2 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 1 not to be included. standard governing conditions s.no description 1 applicable as detailed in this tender document and in icf bid document, special conditions / annexures attached with the tender document ( if any ) , and conditions mentioned in technical specification / drawings uploaded along with this tender. for contracts, irs conditions of contract wherever specifically not modified in the above said documents shall apply. 4. eligibility conditions special eligibility criteria s.no. description confirmation remarks documents required allowed uploading 1 tenderer should have supplied at least 2 number of rail cum road yes yes allowed vehicles of same capacity or higher capacity to end users in india, like ( mandatory ) railways, metro, port railways or any psu in the last 5 years and the current financial year. ( for this purpose tenderers are advised to submit performance statement and performance certificate as per schedule iii annexure a , 2 ( b ) & ( c ) of technical specification. 2 please quote strictly as per drawings and technical specification attached. yes yes allowed ( mandatory ) 5. compliance conditions check list s.no. description confirmation remarks documents required allowed uploading 1 in case of indigenous bidders, whether you are large scale industry or no no not allowed consortia of mses formed by nsic, if yes, have you indicated quantum of sub contracts given to micro and small enterprises ( in percent of order value ) ? 2 have you gone through the eligibility criteria and submitted all the no no not allowed documents mentioned therein? 3 have you submitted the emd or bid securing declaration as per clause 6.0 no no not allowed of section i of instructions to tenderers of icf bid document version 09. 4 have you furnished financial capacity as per clause 9.2.1 ( iii ) of section i of no no not allowed instructions to tenderers of icf bid document version 09. 5 have you confirmed for compliance of public procurement orders of no no not allowed department of expenditure regarding countries sharing land border with india? 6 have you submitted the details of location ( s ) at which local value addition no no not allowed is made / proposed? 7 in case of non local / class ii suppliers, have you submitted road map for no no not allowed setting up manufacturing facilities for tendered item along with the offer? ( this is applicable only for items which are not restricted to class i local suppliers ) . 8 have you submitted self declaration with respect to non debarment under no no not allowed any provisions of dpiit rules? 9 have you submitted translated copy into english, for all documents in no no not allowed language other than english and all such documents should be signed by the authorised translator and notarized in india? 10 have you submitted declaration for passing on the input tax credit as per no no not allowed para 2.8 and 2.9 of section ii of icf bid document version 09. page 3 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 11 have you submitted authenticated copy of the document authorizing the no no not allowed signatory to submit offer and commit on behalf of tenderers? 12 have you furnished the statement of deviations ( preferably nil ) ? no no not allowed 13 have you furnished the statement of equipment & quality control? no no not allowed 14 have you kept your offer valid for the validity period as mentioned in nit no no not allowed header? commercial compliance s.no. description confirmation remarks documents required allowed uploading 1 firm should furnish gst no. and hsn code no. in their offer. yes yes allowed ( mandatory ) 2 the tenderers must submit emd as detailed under yes yes allowed clause 6 of instructions to tenderers. tenderers ( optional ) seeking exemption from payment of emd must upload the requisite documentary evidence in support of their claim for exemption from payment of emd along with the offer. any offer either not accompanied with a vaild exemption certificate as at the time of tender opening or not paid emd before tender opening shall be summarily rejected. please see attached document ( icf tender condition ) for the same. 3 security deposit sd there shall be no exemption from yes yes allowed submission of security deposit ( sd ) for any tender or ( optional ) by any tenderer subject exemptions as detailed in para 13 of general condition of tender. please see attach document ( icf tender conditions for the same. 4 if you are not mse or a consortia of mses formed by yes yes allowed nsic, please indicate percentage of sub contract in ( optional ) execution of this tender that will be from micro and small enterprises ( in percent of order value ) with further brake up of mse owned by sc / st. ( information will be provided in % terms with 6 fields, micro owned by sc, micro owned by st, micro owned by others, small industry owned by sc, small industry ownrd by st, small industry owned by others. 5 earnest money deposit ( emd ) : regarding emd, please refer to yes yes allowed clause 6.0 of section i instructions to tenderer of icf bid document ver.09 ( mandatory ) attached to the tender. all bidders shall be exempted from submission of emd in all tenders, subject to submission of bid securing declaration as per the following para of tender document, except those who disqualified from such exemption as per clause 6.2 of section i of icf bid document version 09 have to deposit emd as indicated in the nit header of tender document. offers received without emd from the disqualified bidder shall be summarily rejected 6 please enter the percentage of local content in the material being offered. yes yes allowed please enter 0 for fully imported items, and 100 for fully indigenous items. ( mandatory ) the definition and calculation of local content shall be in accordance with the make in india policy as incorporated in the tender conditions. page 4 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 7 the eligibility for a bidder from a country which shares a land border with yes yes allowed india to participate in the tender shall be as per public procurement orders ( mandatory ) of ministry of finance, department of expenditure. please refer clause 9.8 ( sub clause 9.8.1 to 9.8.8 ) section i of icf bid document version 09. in this regards i certify that: i have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with india: i certify that this bidder is not from such a country or, if from such a country, has been registered with the competent authority. i hereby certify that this bidder fulfills all requirements in this regard and is eligible to be considered. ( where applicable, evidence of valid registration by the competent authority shall be attached ) . if such certificate given by a bidder whose bid is accepted is found to be false, this would be a ground for immediate termination and further legal action in accordance with law. 8 goods & services tax ( gst ) : will be applicable as per clause 2.0 and all yes yes not allowed sub clauses of section ii of icf bid document ver 09. 9 bid securing declaration: i / we hereby understand and accept that yes yes allowed if i / we withdraw or modify my / our bids during the period of validity, or if i / ( mandatory ) we are awarded the contract and on being called upon to submit the performance security / security deposit, fail to submit the performance security / security deposit before the deadline defined in the request for bid document / notice inviting tender / tender document, we shall be debarred from exemption of submitting bid security / earnest money deposit and performance security / security deposit for a period of 6 ( six ) months from the date i / we are declared disqualified from exemption from submission of emd / sd, for all tenders for procurement of goods issued by any unit of indian railways published during this period. 10 passing the benefits of itc: i hereby confirm following: we hereby declare yes yes not allowed that in quoting the above price, we have taken into account the full effect of input tax credit available under gst. we, further agree to pass on any financial gain / benefit as may become available in future in respect of all the input tax credit on the date of supply by way of reduction in price and advise the purchaser accordingly. we also undertake that we are aware of the provisions of section 171 of the cgst act and consequences thereof if we fail to comply with the same. 11 security deposit: please refer clause 13.0 of section ii of icf bid yes yes not allowed document ver 09. 12 it is certified that our firm has not been suspended or banned by indian yes yes not allowed railways during previous three years. 13 public procurement ( preference to make in india ) policy is applicable as yes yes not allowed per clause 16 of section i of icf bid document. the procurement shall be done in accordance with the extant instruction of dpiit ( department of promotion of industry and internal trade ) for make in india policy. 14 the bidders should quote the applicable hsn codes and it is the yes yes allowed responsibility of the tenderer to quote the correct hsn code and upload the ( mandatory ) document. 15 firm to offer warranty period of 24 months from the date of commissioning, yes yes not allowed ( if any deviation in warranty guarantee between tender document and technical specification, the warranty / guarantee mentioned in technical specification stands good. ) 16 it is certified that our firm has not been de listed for tendered item by indian yes yes not allowed railways during previous three years. 17 please submit the details of the location at which the local value addition is yes yes not allowed being made page 5 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 18 declaration on cartel formation the definition of cartel would be as per yes yes allowed the competition act 2002 ( 12 of 2003 ) . i / we declare that i / we are not a ( mandatory ) part of cartel with other vendors and have offered competitive rates in the the tenders. in the event of my / our offer suspected to be of collusive bidding and cartel formation, i / we understand that purchaser reserves the right to summarily reject the offer and to ban my / our firm from dealing with railway. in the event of my / our offer confirming to any aspect of the definition of cartel, i / we understand that the purchaser reserves the right to refer the matter to the competition commission of india ( cci ) which is a statutory body constituted under this act, for providing necessary relief to the purchaser who represent central government organization serving the public. in addition, i / we are aware of the chapter vi of the act, which deals with penalties. i / we understand that this will be in addition to other rights and remedies available to the railway administration under the contract and the law of the land. 19 cartel formation i / we declare that i / we are not a part of cartel with yes yes allowed other vendors and have offered competitive rates in the tenders. please ( mandatory ) refer clause 10.11.7 of section ii of bid document. 20 in case of mse firm willing to claim the benefits under public procurement yes yes allowed policy ( preference to mse ) order 2012, the firm should upload with their ( optional ) offer, the proof of their being mse registered with any of the agencies mentioned in clause 13.1 of section i of icf bid document failing which such offers will not be liable for consideration of benefits detailed in para 13.3 of section i of icf bid document tenderers shall upload valid documents as per mse policy showing that the enterprise is owned by scheduled castes ( sc ) / scheduled tribes ( st ) / women entrepreneurs to claim the benefit under this sub classification. for this purpose tenderers to submit details of share holding pattern & controlling stakes with scheduled castes ( sc ) / scheduled tribes ( st ) / women entrepreneurs duly certified by ca, failing which it will be presumed that they have no claim under this sub classification. 21 1.traders / distributors / sole agent / works contract are not exempted from yes yes allowed payment of emd as they are excluded from the purview of the mse policy ( mandatory ) . 2. in reference to conditions no.6.1 ( vi ) of section i of icf bid document, the exemption of emd is applicable only to the vendors having current and valid registration with pcmm of any zonal railways / production unit for trade group 6705. firm should submit valid registration certificate for proof. 22 please enclose clause wise compliance / comments for the technical yes yes allowed specification attached and provide all the details as per the requirements ( mandatory ) and if different, specify the same. 23 the tenderers shall indicate the details of their jurisdictional assessing yes yes allowed officers ( designation, address & email id ) . ( optional ) 24 make in india: as per public procurement ( preference to make in india ) yes yes allowed order 2017, as amended, only class i and class ii local suppliers are ( mandatory ) eligible to participate in the tender. vendors who do not qualify to be class i / class ii local suppliers should not quote in the tender as their offers shall not be considered for any ordering. in case any vendor who does not qualify to be a class i / class ii local suppliers for the tendered item participates in the tender it does so at its own risk and cost and railways shall not be liable for any loss or damage caused to the vendor. page 6 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 25 the tenderer shall furnish the following information along with the offer: a ) yes yes allowed technical details of major equipments and system layout of the vehicle. b ) ( optional ) technical details of electrical equipment, brake system, gear box, convertor, track guiding rollers system and other different auxiliary equipments of the shunting vehicle. c ) detailed drawings indicating different dimensions of the shunting vehicle and also layout of different equipments. d ) detailed literature explaining the procedure of different operation of the shunting vehicle both on roads and on rails. e ) the drawing indicating maximum moving dimensions of the shunting vehicle. f ) any other information in the form of technical literature highlights the special features of the shunting vehicle. g ) the tenderer shall furnish detailed specification and source regarding make and original manufacturer of different equipment of the shunting vehicle like, motor, converter, battery, guidance, control and safety equipment etc. h ) address of manufacturing facility i ) jv agreement copy if applicable j ) information as asked in annexure a of schedule iii 26 the tenderer shall quote separately spare parts and consumable along with yes yes allowed specification and source of purchase and price, recommended for ( optional ) maintenance as per annexure a, schedule iii of technical specification. the cost of spares such quoted should not be included in the cost of items to be supplied as per scope of work and shall not be considered in financial evaluation of the bid. ( tenderers are advised to enclose separate pdf sheet with these details ) 27 tenderer shall quote cost of optional accessories separately. along with yes yes allowed specification and source of purchase and price , as per annexure a, ( optional ) schedule iii of technical specification. the cost of accessories such quoted should not be included in the cost of items to be supplied as per scope of work and shall not be considered in financial evaluation of the bid. ( tenderers are advised to enclose separate pdf sheet with these details ) . 28 the tenderer will be required to train up to 10 ( ten ) railway staff nominated yes yes not allowed by the consignee at their actual works free of cost. page 7 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 29 the attention of tenderers is invited to clause 2500 of irs conditions of yes yes allowed contract included as section iv of bid document. the bidders found to have ( mandatory ) a conflict of interest shall be disqualified. a bidder may be considered to have a conflict of interest with one or more parties in this bidding process, if: a ) they have controlling partner ( s ) in common; or b ) they receive or have received any direct or all tenders indirect subsidy / financial stake from any of them; or c ) they have the same legal representative / agent for purposes of this bid; or d ) they have relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another bidder; or e ) bidder participates in more than one bid in this bidding process. participation by a bidder in more than one bid will result in the disqualification of all bids in which the parties are involved. however, this does not limit the inclusion of the components / sub assembly / assemblies from one bidding manufacturer in more than one bid. f ) in cases of agents quoting in offshore procurements, on behalf of their principal manufacturers, one agent cannot represent two manufacturers or quote on their behalf in a particular tender enquiry. one manufacturer can also authorise only one agent / dealer. there can be only one bid from the following: 1. the principal manufacturer directly or through one indian agent on his behalf; and 2. indian / foreign agent on behalf of only one principal. g ) bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the contract that is the subject of the bid; h ) in case of a holding company having more than one independently manufacturing units, or more than one unit having common business ownership / management, only one unit should quote. similar restrictions would apply to closely related. sister companies. bidders must proactively declare such sister / common business / management units in same / similar line of business. the above clauses have been read and it is certified that they are not attracted and the interest of bidding process is not affected in any way. 30 camc : ( 1 ) rate quoted for camc shall be considered for financial yes yes not allowed evaluation of bid. ( 2 ) scope and other conditions of camc is as per amendment no 2 attached. 31 please enter the percentage of local content in the material being offered. no yes not allowed please enter 0 for fully imported items, and 100 for fully indigenous items. the definition and calculation of local content shall be in accordance with the make in india policy as incorporated in the tender conditions. general instructions s.no. description confirmation remarks documents required allowed uploading 1 please download and peruse the tender document conditions applicable for no no not allowed tenders which is attached with the tender. 2 icf bid document version 9 dated 01.11.22 is applicable for this tender. no no not allowed other conditions s.no. description confirmation remarks documents required allowed uploading 1 inspection by tpi agency and as per the clause 18 of amendment no 1 no no not allowed attached. page 8 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 2 the tenderer shall arrange erection, commissioning and testing of the no no not allowed vehicle at site, ie integral coach factory, chennai, india and after successful commissioning, will demonstrate the performance of vehicle to the staff of integral coach factory at consignees premises. the tenderer or his agent will be required to inspect the consignment at the consignees premises before unpacking is done and carry out a joint check of the receipt of components to avoid subsequent complaints regarding short shipment or transit damages. adequate number of personnel will be deployed by the tenderer so that erection and commissioning delays are eliminated. the tenderer will be required to commission the vehicle within 30 days from the date of intimation by the consignee. proving test certificate will be issued after 30 days of successful, defect free operation post commissioning. 3 standard irs conditions shall be applicable where specific yes yes not allowed conditions / instructions are not available special conditions s.no. description confirmation remarks documents required allowed uploading 1 tenderers may note that the ireps software is contiunously being no no not allowed upgraded and the forms may be subject to changes. tenderers are advised to keep themselves updated with the latest changes, by referring to the latest versions of user manuals available on the website, and by taking notes of the messages sent by our ireps adminstrator from time to time. tenderers should also make themselves fully acquainted with all available templates / forms before they submit their offer. no claim shall be entertained from a tenderer, on account of non familarity with any of the templates and form available on the ireps websites. 2 a ) no manual submission of documents is permitted. tenderers shall no no not allowed upload all the documents in ireps portal only. 3 tenederers can upload individual file having capacity of 3.5 to 3.7 mb as no no not allowed attached document however there is no llimitation on the numbers of files which can attached. tenderers are advised to upload the documents well in advance to avoid last minutes rush and complication. all documents which are submitted should be in a4 size to facilitate printing. 4 tenderers to refer the list of mandatory and optional certificates to be no no not allowed submitted along with the offer as per icf bid documents. 5 please check ireps website before submitting offer, any to no no not allowed the tender has been issued or not.please check ireps website frequently for and ensure submission of offer as per issued by icf 6 the minimum local content for the local supplier of the tendered item to be no no not allowed categorised as class i local supplier shall be 50% and for class ii local suppliers shall be 20% 7 offers from different tenderers submitted from the same ip address in a no no not allowed tender shall be treated as suspected cartel and all such offers received from the same ip address will be summarily rejected. however offers resulting in same ip address due to administrative reason like technical / networking issue at cris server shall not be treated as suspected cartel and the decision of the railway administration will be binding on all tenderers 8 contractors are requested to dispatch material after generating e dispatch no no not allowed note number / qr code in ireps. technical compliances page 9 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 s.no. description confirmation remarks documents required allowed uploading 1 deviation : the tenderer shall clearly state, if the offer does not conform to yes yes allowed any of the technical or design specifications. in such case, he shall also ( optional ) indicate the details of the alternative offered by him, if any, duly indicating advantages / disadvantages or otherwise of the alternative suggested. any other information in the opinion of the supplier is important for consideration by the purchase may also be provided. undertakings s.no. description confirmation remarks documents required allowed uploading 1 i / we also confirm that if any information and document submitted is found no no not allowed to be false / incorrect at any time, icf may cancel my / our bid and action as deemed fit may be taken against me / us, including termination of the contract, forfeiture of earnest money, security deposit and banning / delisting / suspension of our firm and all partners of the firm. 2 i / we also confirm that rates and other financial terms quoted in relevant no no not allowed columns of financial bid will only be applicable for acceptance. such terms quoted anywhere else should not be considered for inter se evaluation and should be ignored. 3 i / we have gone through the all clauses of this tender document and other no no not allowed documents such as icf bid document version 09, special condition of tenders, checklist and technical specification uploaded along with this tender. it is understood that the tenderer submitting their offer is fully aware of all the clauses of the above said documents and undertake to abide by submitting this offer. 6. documents attached with tender s.no. document name document description 1 4523975.pdf bid document ver 09, dated 01 / 11 / 2022 2 4569918.pdf amendment no.2 3 4527214.pdf rcrv tech.spec page 1 to 5 4 4527221.pdf rcrv tech. spec page 6 to 11 5 4527310.pdf amendment no 1 6 4539444.pdf cbcd drg 2 7 4539452.pdf dellner drg 2 8 4539456.pdf dellner drg 4 9 4539460.pdf schaku drg 1 10 4539465.pdf schaku drg 2 11 4539469.pdf schaku drg 3 12 4539483.pdf dellner drg 3 13 4539540.pdf cbcd drg 1 14 4539544.pdf dellner drg 1 15 4523980.pdf tpi agency 7. responsiveness s.no. description validity of offer: no deviation from the offer validity period stipulated in the nit header of this tender document is 1 permitted. for additional conditions please refer clause 12.0 of section i of icf bid document version 09. page 10 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document tender no 01235415 closing date / time 12 / 10 / 2023 14:15 the tenderers in their bid shall indicate the details of their gst jurisdictional assessing officers ( designation, address & email id ) . in case of a contract award, a copy of purchase order shall be immediately forwarded by purchaser to the gst jurisdictional assessing officer mentioned in tenderers bid this tender complies with public procurement policy ( make in india ) order 2017, dated 15 / 06 / 2017, issued by department of industrial promotion and policy, ministry of commerce, circulated vide railway board letter no. 2015 / rs ( g ) / 779 / 5 dated 03 / 08 / 2017 and 27 / 12 / 2017 and amendments / revisions thereof. as a tender inviting authority, the undersigned has ensured that the issue of this tender does not violate provisions of gfr regarding procurement through gem. digitally signed by dy.cmm / dc ( v.n. satheesan ) , charges for comprehensive camc for year 3, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 3 years, amc period: 5 years, rate of discounting: 0 % page 1 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf tender document , charges for comprehensive camc for year 4, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 4 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 6 6090n005 amc ( y ) non stock yes consignee inr charges for comprehensive camc for year 5, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 5 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers 3. t and c f.o.r description destination delivery period description delivery / completion rate of supply for all items completion : within 180 days supply and commissioning shall be completed within 180 days from the date of purchase order. payment terms s.no description payment terms 1 80 percent payment against prc and ic balance 20% payment shall be made after successful erection, commissioning and acceptance of the vehicle and proven out certificate issued by gazetted officer from consignee subject to submission of bank guarantee for 10% of the contract value for warranty obligations, valid beyond 6 months period of warranty. statutory variation clause s.no description 1 statutory variation in taxes and duties, or fresh imposition of taxes and duties by state / central governments in respect of the items stipulated in the contract ( and not the raw materials thereof ) , within the original delivery period stipulated in the contract, or last unconditionally extended delivery period shall be to railways account. only such variation shall be admissible which takes place after the submission of bid. no claim on account of statutory variation in respect of existing tax / duty will be accepted unless the tenderer has clearly indicated in his offer the rate of tax / duty considered in his quoted rate. no claim on account of statutory variation shall be admissible on account of misclassification by the supplier / contractor. option clause s.no description 1 not to be included. railway standard fall clause s.no description page 2 of 11 run date / time: 08 / 09 / 2023 10:36:16stores / shell / icf , charges for comprehensive camc for year 5, after expiry of warranty period of 30 months from the date of supply of the vehicle. warranty period: 5 years, amc period: 5 years, rate of discounting: 0 % at ( location ) transport / fur , icf tamil nadu 2.00 numbers...

Town Panchayats - Tamil Nadu

39540577 supply and delivery of lithium battery operated vechicles ( 3 nos ) in padaveedu town panchayat, namakkal district.; purchase of battery operated vehicle ( recyclable lithiumbattery operatedcollection cart load weight 0.40 0.60 ton capacity, location tracker, gsm sim tracker capacity 20 30 kms per charge with electric charger and adapter ) basic cost of battery operated e cart having three wheels and designed to have a robust construction and intended to provide last mile connective for collection and carrying of municipal solid waste s as per the technical specifications enclosed chassis construction : ladder type welded construction consisting of two symmetrical beams / rails / channels running the length of the cart with transverse cross members connecting them fabricated using ms square pipes of suitable size with powder coating overall length : 2670 mm + 5% tolerance, overall width : 1120 mm + 5% tolerance , power : 1500w / 60v dc motor powered , transmission : single central axis differential drive graziono italian make or equivalent , cart movement : both forward and reverse directions, 1830 mm + 10% tolerance, wheel track : 1090 mm + 10% tolerance , ground clearance : 166mm , rear cargo box size ( l*b*h ) : 1400 mm x 1000 mm x 360 mm should be fabricated using ms sheet, ms square pipes with rear foldable single door arrangement , pay load : not less than 310 kgs , speed of vehicle : 20 kms / hr , grade ability ( climbing ability ) : 7 degree ( maximum ) . range per charge : not less than 60kms at full charged condition , brake system : drum type with pedal , seating capacity : 1 person , dry weight : not less than 300kgs , wheels & tyres : front : 4.50 12 ( 6 pr ) 1 no , rear : 4.50 12 ( 6pr ) 2nos , battery capacity : 12v 80ah lead acid battery ( 5 nos ) of reputed brand , bins : 6nos of 80 lites capacity green colored tapered designed hdpe bins the following dimensions : top diameter : 430 mm , bottom diameter : 350 mm, height :600mm , public address system , colors and shades , painting & lettering : as directed by departmental officers...

Town Panchayats - Tamil Nadu

39540428 purchasing and supply of bov (batter operated vehicle )2 nos in gingee town panchayat , 1. battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste; 2. chassis construction : ladder type welded construction consisting of two symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating; 3. dimensions of cart : overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance; 4. motor : brushless dc motor 1500w60v original; 5. transmission : single central axis differential drive with both forward and reverse direction; 6. ground clearance : 160 mm to 170mm; 7. pay load : not less than 375 kgs; 8. range per charge : 80 100 km per charge; 9.speed of vehicle : maximum 25 kms per hour; 10. rear cargo box size (lxbxh) : a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh)b) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec). rear door : foldable single door arrangementd) side door foldable single door arrangement e) both side doors should be made of ly.s sheet of thickness not less than 0.6 mmf) flooring should be made of m.s sheet of thickness not less than 1.6 mm; 11. grade ability (climbing ability : 7 degree (minimum); 12. brake system : double rear drum pedal type; 13. wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no; 14. seating capacity : cushioned seat to accommodate 2 person; 15. cabin : weather proof complete metal enclosed cabin with windscreen glasstoughened) for driver protection with necessary frame structure for protection from heat and rain; 16. suspension : front: hydraulic heavy duty shocker hydraulic shocker. rear: leafspring; 17. charger : 15 amp smps charger; 18. accessories : accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps tracking; 19. battery capacity : 100 ah 48 v. lithium ion battery; 20. charging duration : not more than 3 hours; 21.warranty for vehicles : the for vehicles successful including bidder repair shouldand provide replacement one year warranty and 22. warranty for lithium battery : the for lithium successful battery bidder should provide three years warranty....

Town Panchayats - Tamil Nadu

39540096 supply and delivery of three wheeler lithium ion battery operated vehicle (1 no) in ettayapuram town panchayat. , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected municipal solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams/ rails/ channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lxbxh) a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh) b) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c)rear door: foldable single door arrangement d) side door foldable single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f)flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability) 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Town Panchayats - Tamil Nadu

39508087 supply and delivery of lithium battery operated vehicle 02 nos in kalugumalai town panchayat , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected town panchchayat solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams/ rails/ channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lxbxh) a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh) b) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c)rear door: foldable single door arrangement d) side door fixed single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f)flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability) 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Southern Railway - Tamil Nadu

39500803 supply of tee flange., tee flange ( 55 x 55 x100mm ) for air brake system to drg no. icf / sk 3 5 231.item 2.alt e / nil. [ warranty period: 30 months after the date of delivery ] => limited...

Town Panchayats - Tamil Nadu

39490784 supply and delivery of lithium battery operated vehicle 02 nos in kadambur town panchayat , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected town panchchayat solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams/ rails/ channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lxbxh) a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh) b) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c)rear door: foldable single door arrangement d) side door fixed single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f)flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability) 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Town Panchayats - Tamil Nadu

39490592 supply and delivery of lithium battery operated vehicle 02 nos in kayathar town panchayat , supply and delivery of lithium ion battery operated vehicles with the following technical specification including gst and all cost and conveyance charges etc complete , battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for carrying of collected town panchchayat solid waste. , chassis construction : ladder type welded construction consisting of two symmetricalbeams/ rails/ channels running the length of the cart with transverse cross membersconnecting them fabricated using crc ms squarepipes of suitable size with anti rust proof powder coating. , dimensions of cart : overalllength:2760mm + 5% tolerance overall width : 1000mm + 5% tolerance , motor : brushless dc motor 1500w/60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170mm , pay load not less than 375 kgs , range per charge 80 100 km per charge , speed of vehicle maximum 25 kms per hour , rear cargo box size (lxbxh) a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh) b) should be fabricated using ms sheet, ivls square pipes of suitable thickness and size c)rear door: foldable single door arrangement d) side door fixed single door arrangement e) both side doors should be made of m.s sheet of thickness not less than 0.6 mm f)flooring should be made of m.s sheet of thickness not less than 1.6 mm , grade ability (climbing ability) 7 degree (minimum). , brake system double rear drum pedal type , wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no. , seating capacity : cushioned seat to accommodate 2 person , cabin : weather proof complete metal enclosed cabin with windscreen glass (toughened) for driver protection with necessary frame structure for protection from heat and rain , suspension : front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger : 15 amp smps charger , accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps trackinq , battery capacity : 100 ah 48 v. lithium ion battery , charging duration : not more than 3 hours , warranty for vehicles : the successful bidder should provide one year warranty for vehicles including repair and replacement , warranty for lithium battery : the successful bidder should provide three years warranty for lithium battery...

Town Panchayats - Tamil Nadu

39490319 tender for supply and delivery of lead acid battery operated vechicle 2 nos in kurinjipadi town panchayat.; basic cost of battery operated e cart having three wheels and designed to have a robust construction and intended to provide last mile connective for collection and carrying of municipal solid waste s as per the technical specifications enclosed chassis construction : ladder type welded construction consisting of two symmetrical beams / rails / channels running the length of the cart with transverse cross members connecting them fabricated using ms square pipes of suitable size with powder coating overall length : 2670 mm + 5% tolerance, overall width : 1120 mm + 5% tolerance , power : 1500w / 60v dc motor powered , transmission : single central axis differential drive graziono italian make or equivalent , cart movement : both forward and reverse directions, 1830 mm + 10% tolerance, wheel track : 1090 mm + 10% tolerance , ground clearance : 166mm , rear cargo box size ( l*b*h ) : 1400 mm x 1000 mm x 360 mm should be fabricated using ms sheet, ms square pipes with rear foldable single door arrangement , pay load : not less than 310 kgs , speed of vehicle : 20 kms / hr , grade ability ( climbing ability ) : 7 degree ( maximum ) . range per charge : not less than 60kms at full charged condition , brake system : drum type with pedal , seating capacity : 1 person , dry weight : not less than 300kgs , wheels & tyres : front : 4.50 12 ( 6 pr ) 1 no , rear : 4.50 12 ( 6pr ) 2nos , battery capacity : 12v 80ah lead acid battery ( 5 nos ) of reputed brand , bins : 6nos of 80 lites capacity green colored tapered designed hdpe bins the following dimensions : top diameter : 430 mm , bottom diameter : 350 mm, height :600mm , public address system , colors and shades , painting & lettering : as directed by departmental officers...

Town Panchayats - Tamil Nadu

39490154 supply of lithium bov 3 nos pothanur tp namakkal dist ii call supply of lithium bov 3 nos pothanur tp namakkal dist , purchase of battery operated vehicle ( recyclable lithiumbattery operated collection cart load weight 0.40 0.60 ton capacity, location tracker, gsm sim tracker capacity 20 30 kms per charge with electric charger and adapter ) basic cost of battery operated e cart having three wheels and designed to have a robust construction and intended to provide last mile connective for collection and carrying of municipal solid waste s as per the technical specifications enclosed chassis construction : ladder type welded construction consisting of two symmetrical beams / rails / channels running the length of the cart with transverse cross members connecting them fabricated using ms square pipes of suitable size with powder coating overall length : 2670 mm + 5% tolerance, overall width : 1120 mm + 5% tolerance , power : 1500w / 60v dc motor powered , transmission : single central axis differential drive graziono italian make or equivalent , cart movement : both forward and reverse directions, 1830 mm + 10% tolerance, wheel track : 1090 mm + 10% tolerance , ground clearance : 166mm , rear cargo box size ( l*b*h ) : 1400 mm x 1000 mm x 360 mm should be fabricated using ms sheet, ms square pipes with rear foldable single door arrangement , pay load : not less than 310 kgs , speed of vehicle : 20 kms / hr , grade ability ( climbing ability ) : 7 degree ( maximum ) . range per charge : not less than 60kms at full charged condition , brake system : drum type with pedal , seating capacity : 1 person , dry weight : not less than 300kgs , wheels & tyres : front : 4.50 12 ( 6 pr ) 1 no , rear : 4.50 12 ( 6pr ) 2nos , battery capacity : 12v 80ah lead acid battery ( 5 nos ) of reputed brand , bins : 6nos of 80 lites capacity green colored tapered designed hdpe bins the following dimensions : top diameter : 430 mm , bottom diameter : 350 mm, height :600mm , public address system , colors and shades , painting & lettering : as directed by departmental officers...

Town Panchayats - Tamil Nadu

39488743 supply of battery operated vehicle 2 nos type of battery lead acid , 1. battery operated vehicles having 3 wheels design : vehicles having 3 wheels should be robust in construction for and carrying of collected municipal solid waste;2. chassis construction : ladder type welded construction consisting of two symmetrical beams/ rails/ channels running the length of the cart with transverse cross members connecting them fabricated using crc ms square pipes of suitable size with anti rust proof powder coating; 3. dimensions of cart : overall length: 2760mm + 5% tolerance overall width : 1000mm + 5% tolerance;4. motor : brushless dc motor 1500w60v original;5. transmission : single central axis differential drive with both forward and reverse direction; 6. ground clearance : 160 mm to 170mm; 7. pay load : not less than 375 kgs;8. range per charge : 80 100 km per charge; 9.speed of vehicle : maximum 25 kms per hour;10. rear cargo box size (lxbxh) : a).dimension : not less than1400mm x 1000mm x 450mm(lxbxh)b) should be fabricated using ms sheet, ms square pipes of suitable thickness and sizec). rear door : foldable single door arrangementd) side door foldable single door arrangement e) both side doors should be made of ly.s sheet of thickness not less than 0.6 mmf) flooring should be made of m.s sheet of thickness not less than 1.6 mm;11. grade ability (climbing ability : 7 degree (minimum); 12. brake system : double rear drum pedal type;13. wheels &tyres : front: 3.75 12 (6pr) 1no. rear : 3.75 12 (5pr) 2 nos spare tyre assy. 1 no; 14. seating capacity : cushioned seat to accommodate 2 person; 15. cabin : weather proof complete metal enclosed cabin with windscreen glasstoughened) for driver protection with necessary frame structure for protection from heat and rain;16. suspension : front: hydraulic heavy duty shocker hydraulic shocker. rear: leafspring; 17. charger : 15 amp smps charger;18. accessories : accessories: 1). head lamp, speedo meter, front & rear indicators should be provided. 2) fire exting uishers. 3) functional safety by providing circuit breaker ( mcb ) 4)public addressinq system 5)gps tracking; 19. battery capacity : 100 ah 48 v.reputedbrand sealed lead acid battery; 20. charging duration : not more than 10 hours;21.warranty for vehicles : the successful bitter should provide one year warranty for vehicles including repair and rplacement . 22. warranty for lead acid battery : the successful bitter should provide three yearswarranty for sealed lead acid...

Town Panchayats - Tamil Nadu

39470659 supply and delivery of three wheeler lithium battery operated vehicle ( 1 no ) for kulasekharam town panchayat supply and delivery of three wheeler lithium battery operated vehicle ( 1 no ) for kulasekharam town panchayat , supply and delivery of three wheelerlithium battery operated vehicle with following specifications , battery operated vehicles having 3 wheels design vehicles having 3 should be robust in construction for and carrying of collected municipal solid waste wheels. , chassis construction ladder typeweldedconstruction consisting of two symmetrical beams / rails / channels running the length ofthe cart with transverse cross members connecting them fabricated using crc ms squarepipes of suitablesize with anti rust proof powder coating , dimensions of cart overall length: 2760 mm + 5knmt toleranceoverall width1000 mm 5knmt tolerance , motor brushless dc motor1200w / 60v original , transmission single central axis differential drive with both forward and reverse direction , ground clearance 160 mm to 170 mm . , pay load not less than 375 kgs , range per charge 80 100 km per charge , speedof vehicle maximum 25 kms per hour , rear cargo box size ( lxbxh ) a ) dimension: not less than 1400 mm x 1000 mm x 450 mm ( lxbxh ) . b ) should be fabricated using ms sheet, ms square pipes of suitable thickness and size ) . c ) reardoor: foldable single door arrangement. d ) side door foldable single door arrangement. e ) both side doors should be made of ms sheet of thickness not less than 0.6 mm f ) flooring should be made of ms sheetof thickness not less than 1.6 mm , grade ability { climbing ability } 7 degree ( minimum ) . , brake system double rear drum pedal type , wheels & tyres front: 3.75 12 ( 6pr ) 1 no. rear: 3.75 – 12 ( 6pr ) 2 nos. spare tyre assy. 1 no. , seating capacity cushioned seat to accommodate2 person , cabin weather proof complete metal enclosed cabin with windscreen glass ( toughened ) for driver protection with necessary frame structure for protection from heat and rain , suspension front: heavy duty hydraulic shocker. rear: leaf spring with hydraulic shocker , charger 15 amp smps charger , accessories: 1 ) head lamp, speedo meter, front & rear indicators should be provided. 2 ) fire extinguishers. 3 ) functional safety by providingcircuit breaker ( mcb ) 4 ) public addressingsystem 5 ) gps tracking , battery capacity 48v 40ah lithium ion battery , charging duration not more than 3 hours , warranty for vehicles thesuccessful bidder should provide one year warranty for vehicles includingrepair andreplacement **for the first one year the operation and maintenance cost per bov shall be the responsibility of the supplier. , warranty for lithium battery the successful bidder should provide three years warranty forlithium battery...