100
SINGLE TENDER FOR COMPLETE CONTROL PANEL AND CONTROL DESK FOR 1350 HP LOCO [DLW Purchase Specification No. DEL/SPN/247(Rev: 0.0)] TENDER NO. RITES/EXPO/RT560-00007/PROC/ COMPLETE CONTROL PANEL & CONTROL DESK /1605 (A Government of India Enterprise) RITES BHAWAN, 1, Sector 29, Gurgaon, Haryana, India-122001

COMPLETE CONTROL PANEL AND CONTROL DESK … Tender MEP.pdf · COMPLETE CONTROL PANEL AND CONTROL DESK FOR 1350 HP LOCO ... DLW, Varanasi 221004 (UP) India or his representative …

Embed Size (px)

Citation preview

 

SINGLE TENDER

FOR

COMPLETE CONTROL PANEL AND CONTROL DESK FOR 1350 HP LOCO

[DLW Purchase Specification No. DEL/SPN/247(Rev: 0.0)]  

TENDER NO. RITES/EXPO/RT560-00007/PROC/ COMPLETE CONTROL PANEL & CONTROL DESK /1605

 

(A Government of India Enterprise) RITES BHAWAN, 1, Sector 29, Gurgaon,

Haryana, India-122001

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 1 of 60

SECTION-I NOTICE INVITING TENDER

1.0 GENERAL

1.1 Tender Notice:

Single Tender is invited through E-Tendering system by GGM (Expotech), RITES Ltd., a Public

Sector Enterprise under the Ministry of Railways, from established and reliable manufacturer or their

authorized agent on Approved Vendor List of Indian Railways for supply of ‘Complete Control

Panel and Control Desk for 1350 HP Loco’ (DLW Purchase Specification No. DEL/SPN/247(Rev:

0.0). (Note: Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives are synonymous).

1.2 Estimated Cost of Supply of Stores:

The supply of Stores is estimated to cost INR 12, 54, 98, 000/- (Indian Rupees Twelve Crore

Fifty Four Lakh Ninety Eight Thousand) Only. This Estimate, however, is given merely as a rough

guide.

1.3 E-Procurement Portal Registration Charges, Cost of Tender Document, Earnest Money Deposit

(EMD) / Bid Guarantee:

(a) E-Procurement Portal Registration Charges:

INR 3,900/- (Indian Rupees Thirty Nine Thousand Only) + Service Tax (As applicable)

(b) Cost of Tender Document: INR 12,000/-

(c) Earnest Money Deposit (EMD)/ Bid Guarantee:

INR 12,54,980/- (Twelve Lakh Fifty Four Thousand Nine Hundred and Eighty) Only.

1.4 Brief Scope of Supply:

‘Complete Control Panel and Control Desk for 1350 HP Loco’ (DLW Purchase Specification No.

DEL/SPN/247(Rev: 0.0).

1.5 Consignee/Ultimate Consignee, Delivery Period & Point of Delivery:

(a) Consignee Ultimate Consignee

Dy. CMM (Depot)

through Dy. CMGM,

DLW, Varanasi 221004 (UP) India

or his representative

Deputy General Manager

Supply Department

Myanma Railways, Botataung,

Yangon, Myanmar

(b) Delivery Period: Items to be delivered from the date of issue of LOA as mentioned below:-

i) First Two within 10 weeks

ii) First consignment of 4 nos. within 6 weeks from the date of validation by DLW

iii) Balance minimum 2 nos. per month and to be completed within 6 months from the date of

validation by DLW

Page 2 of 60

(c) Point of Delivery: DLW, Varanasi

1.6 Deadline for submission of bid & Tender Validity:

(a) Deadline for submission of bid: 05/09/2016 by 11:00 Hrs

The purchaser may extend the deadline for submission of Tenders by issuing an amendment in

writing in accordance with Clause 6.3 of Section-II in which case all rights and obligations of the

Purchaser and the Tenderer previously subject to the original dead line will be subject to new

deadline.

(b) Tender Validity: 90 days from the date of opening of tender

1.7 Date & Time of opening of bids: 05/09/2016 at 11:30 Hrs

1.8 Pre-bid Clarification Start date & time: 23/08/2016 at 17:30 Hrs

1.9 Pre-bid Clarification End Date &Time: 26/08/2016 by 17:30 Hrs

1.10 Pre-Bid Conference (Applicable/ Not Applicable): Not Applicable

1.11 Joint Venture (Allowed/Not Allowed): Not Allowed

1.12 Integrity Pact: The Bidder/Contractor is required to enter into an Integrity Pact with the Purchaser as

per Clause 11.2 of Section-II of tender document

1.13 Currency of Payment: INR (Indian Rupee)

1.14 Tendering System (One Packet / Two Packet System): One Packet

1.15 Deleted

1.16 Duty & Taxes:

Excise Duty: Nil against “Form 1” / CT-1 (as applicable)

Sales-Tax/VAT: (As applicable)

(a) In lieu of CST (for Central Sales Tax for outside firms for Inter-state transaction) form ‘C’

will be provided by RITES within stipulated period of time.

(b) For procurement within state applicable VAT shall be payable

(c) Form H

1.17 Inspection: Purchaser’s nominated Inspecting Agency

1.18 Warranty/Guarantee: 24 months from the date of Provisional Acceptance by ultimate consignee.

1.19 Validity of EMD/ Bid Bond & Performance Bank Guarantee:

(a) EMD: 60 days beyond the date of opening of tender.

(b) Performance Bank Guarantee: 60 days beyond the date of completion of warranty.

1.20 Submission of additional Documents: Manuals –

System & Technical ; Operation & Maintenance ; Trouble Shooting ; Driver's manuals 20 nos. each

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 3 of 60

SECFTION – II INSTRUCTIONS TO TENDERERS

1.0 GENERAL:

GGM/Expotech, RITES Ltd invites online item rate bids on single/two packet system for the supplies

of Stores as specified in clause 1.0 of Section-I of Notice Inviting Tender.

2.0 Deleted as not applicable.

2.1 Deleted as not applicable.

2.2 In this Tender Joint Venture is * allowed / *not allowed.

2.3 The documents to be furnished by the Bidder to prove that he is satisfying the Qualification Criteria

laid down should all be in the Bidder’s name.

2.4 Deleted as not applicable.

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON

QUALIFICATION CRITERIA

3.1 The information to be furnished and the documents to be enclosed shall be as per Clause 28.0

hereinafter.

4.0 CONTENTS OF TENDER DOCUMENT

4.1 Each set of Tender or Bidding Document will comprise the Documents listed below and addenda

issued in accordance with clause 6:

PART–1:-Technical Bid Packet

Section I - Notice Inviting Tender

Section II - Instructions to Tenderers

Section III –Special Conditions

Section IV - General Conditions of Contract.

Section V- Technical Specifications

Section VI– Drawings

Section VII– Annexures

PART - 2:- Financial Bid Packet

Section VIII - Bill of Quantities (BOQ)

4.2 The bidder should examine all instructions, terms and specifications in the tender documents.

Failure to furnish all information required by the tender documents or submission of a bid not

substantially responsive to the tender documents in all respect will be at the bidder’s risk and may

result in rejection of the bid.

4.3 The digital signature of the tenderer on the E-tender document will be considered as confirmation

that the tenderer has read, understood and accepted all the documents referred to in Clause 4.1

above, unless specific deviation is quoted by the tenderer in the Deviation Statement.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 4 of 60

The details of deviations, if any, from tender specification and other conditions should be clearly

indicated in the Deviation Statement and must be uploaded as per the format given in Annexure-III.

Whenever the tenderer deviates from the provisions of a clause/ sub-clause, he shall furnish his

detailed justification for the same in the ‘Remarks’ column. Deviations quoted elsewhere in the

tender shall not be considered, and Purchaser's decision thereon shall be final and binding.

5.0 ACCESSING / PURCHASING OF BID DOCUMENTS

(a) To participate in the E-Bid submission for RITES, it is mandatory for the bidders to get their

firms registered with E-Procurement portal https://rites.eproc.in.If the firm is already

registered with E-procurement portal of RITES and validity of registration has not expired,

the firm is not required for fresh registration.

(b) Bidder should enroll themselves on the E-Procurement portal by clicking the option “New

Registration” link available on the home page. A Bidder Registration link containing the

detailed guidelines for e-procurement system is available on the RITES E-Procurement portal.

During registration, the bidders should provide the correct/true information including a valid

email-id. All correspondence shall be made directly with the contractors/bidders through the

email-id provided. The registration charges are specified in clause 1.3 (a) of Section-I and

this is required to be paid to M/s C1 India Pvt. Ltd. through integrated E-payment gateway.

The registration will be approved only after receipt of payments. Validity of registration is

for three years. In case of any difficulty faced during registration bidders are requested to

contact e-Tendering Helpdesk Number provided on E-Procurement portal.

(c) It is mandatory for all bidders to have class - III Digital Signature Certificate (DSC) in the

name of the person who will sign the bid, as provided in clause 11.0 herein after, from any

of licensed Certifying Agency (CA). Bidders can see the list of licensed CAs from the link

http://www.cca.gov.in.

(d) Bidders can view/download bid documents from RITES E- Procurement portal

https://rites.eproc.in or RITES website http://www.rites.com

(e) Bidder shall ensure use of registered Digital Signature Certificate (DSC) only and safety of

the same.

(f) Following may be noted:

Bids can be submitted only during validity of registration of bidder with RITES E

Procurement portal.

The amendments / clarifications to the bid document, if any, will be posted on E-

Procurement portal / RITES website only.

5.1 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document may notify online only.

Request for clarifications including request for Extension of Time for submission of Bid, if any,

must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Details

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 5 of 60

of such questions raised and clarifications furnished will be uploaded in RITES website without

identifying the names of the Bidders who had raised the questions. Any modification of the Tender

Document arising out of such clarifications will also be uploaded on RITES website.

6.0 AMENDMENT OF TENDER DOCUMENT

6.1 Before the deadline for submission of tenders, the Tender Document may be modified by RITES

Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will however be stopped 7 days

prior to the deadline for submission of tenders as finally stipulated.

6.2 Addendum/corrigendum, if any, will be hosted on website / E-procurement portal and shall become

a part of the tender document. All Tenderers are advised to see the website for addendum/

corrigendum to the tender document which may be uploaded up to 7 days prior to the deadline for

submission of Tender as finally stipulated.

6.3 To give prospective Tenderers reasonable time in which to take the addenda/ corrigenda into account

in preparing their tenders, extension of the deadline for submission of tenders may be given as

considered necessary by RITES.

7.0 PREPARATION AND SUBMISSION OF BIDS

(a) Tender document may be downloaded from E-procurement portal of RITES, prior to the

deadline for submission of bids. The bids shall be submitted online following the

instructions appearing on the screen. Users are requested to map their system as per the System

settings available on the link “System Requirement and Registration Manual” on the E-

Procurement portal.

(b) After downloading / getting the tender document/schedules, the Bidder should go through

them carefully and then submit the documents as required, otherwise bid will be rejected. It

is construed that the bidder has read all the terms and conditions before submitting their

offer. Bidders are advised that prior to bid submission they should read the Bid Submission

manual available on E-Procurement portal on RITES website.

(c) Bidders must ensure that all the pages of the documents mentioned in Clause 28 must be

signed & stamped by authorized signatory and serially numbered.

(d) The bids shall be submitted online following the instructions appearing on the screen.

Bidders may insert their e-Token/SmartCard in their computer and Log onto E- procurement

portal using the User-Id and Password chosen during registration. Then they may enter the

password of the e-Token/SmartCard to access the DSC.

(e) Prior to bid submission, bidder should get ready with the documents to be uploaded as part

of the bid as indicated in the tender document/schedule. Generally they can be in

Excel/PDF/ZIP formats. No other format is accepted. If there is more than one PDF

document, then they can be clubbed together in a ZIP file for uploading. Maximum Single

file size permitted for uploading is 20 MB. One can upload multiple of such files in case

information to be uploaded in single file exceeds 20MB.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 6 of 60

(f) Cost of Tender Document & Earnest Money deposit (EMD) /Bid Guarantee

During bid submission the bidder has to select the payment option as offline to pay the cost

of tender document and EMD /Bid Guarantee and enter details of the instruments. In case of

exemption from payment of cost of tender document and EMD/ Bid Guarantee, the scanned

copy of document in support of exemption will have to be uploaded by the bidder during bid

submission. The onus of proving that the bidder is exempted from payment of cost of tender

document and/or EMD /Bid Guarantee lies on the bidder. In this connection, it should be

noted that mere opening of bid does not mean that the bid has to be considered by RITES as

a valid bid. If later, it is discovered from the uploaded documents that bidder is not

exempted from payment of cost of tender and/or EMD / Bid Guarantee; his bid shall be

treated as non- responsive.

• Cost of Tender Document: The cost of tender document is mentioned at clause 1.3

(b) of Section-I which is non-refundable. It shall be in the form of a Banker’s

Cheque/ Pay Order/ Demand Draft favoring “RITES Ltd.” issued by a scheduled

commercial bank, payable at Gurgaon / Delhi. No other mode of payment will be

accepted.

• Earnest Money Deposit (EMD) / Bid Guarantee -The bids shall be accompanied

by Earnest Money Deposit (EMD) /Bid Guarantee as applicable and mentioned in

clause 1.3 (c) in the form specified in clause 9 hereinafter.

Upload scanned copy of acceptable instruments for EMD / Bid Guarantee and cost of Tender

document in different files (Either in PDF or zip format) during online submission of Bid.

These documents shall be deposited in “ORIGINAL” in a sealed envelope before the date

and time of opening to:

Group General Manager (Expotech)

RITES LTD, RITES Bhawan, 2nd Floor (Left Wing),

Plot No.1, Sector, 29, Gurgaon -122 001 (Haryana)

Failing which the bid shall be rejected and the bidder shall be liable for banning of business

dealings. The envelope should bear the tender details (tender no., tender name etc.)

Note:

i) Micro and Small Enterprises (MSEs) are exempted from payment of cost of tender

document & earnest money as per ‘Public Procurement Policy for Micro and

Small Enterprise (MSEs) Order, 2012.

ii) Deleted as not applicable

(g) The bid both technical & financial (i.e., Part-1 and Part-2) should be submitted online in the

prescribed format. No other mode of submission is accepted.

(h) Bid shall be digitally signed by the Authorized Signatory of the bidder and submitted “on-

line”. No hard copies of the documents (except those specifically asked for in the tender

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 7 of 60

document) are required to be submitted.

(i) The bidders will have to accept unconditionally the online user portal agreement which

contains the Terms and Conditions of NIT including General and Special Terms &

Conditions and other conditions, if any, along with online undertaking in support of the

authenticity regarding the facts, figures, information and documents furnished by the Bidder

online in order to become an eligible bidder.

(j) The bidder has to digitally sign and upload the required bid documents one by one as

indicated. Bidders to note that the very act of using DSC for downloading the bids and

uploading their offers shall be deemed to be a confirmation that they have read all sections

and pages of the tender/bid document including terms and conditions without any exception

and have understood the entire document and are clear about tender requirements.

(k) The bidders are requested to submit the bids through online e-tendering system before the

deadline for submission of bids (as per Server System Clock displayed on the portal).

RITES will not be held responsible for any sort of delay or the difficulties faced during

online submission of bids by the bidders.

(l) The bidder may seek clarification online only within the specified period. The identity of

bidder will not be disclosed by the system. RITES Ltd. will clarify the relevant queries of

bidders as far as possible. The clarifications given will be visible to all the bidders intending

to participate in that tender. The clarifications may be asked from the day of “Pre Bid

Clarification Start Date and Time” till “Pre Bid Clarification End Date and Time”.

8.0 TENDER VALIDITY

8.1 The Tender shall be valid for a period mentioned in clause 1.6 (b) from the due date for submission

of Tender or any extended date as indicated in sub Para below.

8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to the expiry of

the original time limit for Tender Validity, the Purchaser may request that the Tenderers may extend

the period of validity unconditionally for a specified additional period. The request and the

tenderer’s response shall be made in writing/ e-mail. A Tenderer may refuse the request without

forfeiting his Earnest Money/ Bid Guarantee. A Tenderer agreeing to the request will not be

permitted to modify Bid but will be required to extend the validity of the Earnest Money / Bid

Guarantee for the period of the extension.

9.0 EARNEST MONEY / BID GUARANTEE

9.1 The Tender should be accompanied by earnest money/bid guarantee in the following form:

(a) For Indigenous bids: Banker’s Cheque /Pay Order/Demand Draft issued by any Scheduled

Commercial Bank drawn in favour of RITES Ltd. and payable at Gurgaon / Delhi for an

amount as stipulated in clause 1.3 (c) of Section-I.

(b) Deleted as not applicable.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 8 of 60

9.2 Any Tender not accompanied by scanned copies of the instruments or exemption documents for

payment of Earnest Money/Bid Guarantee and cost of tender document in an acceptable form shall

be rejected by the Purchaser as non-responsive.

9.3 Refund of Earnest Money/Bid Guarantee

a) The Earnest Money/Bid Guarantee of the Tenderers whose Technical Bid is found not

acceptable will be returned without interest soon after scrutiny of Technical Bid has been

completed by the Purchaser subject to provisions of Clause 9.4 (b). After evaluation of the

Financial Bids, the Earnest Money/Bid Guarantee of unsuccessful tenderers will be returned

without interest within 28 days of the end of the Tender Validity Period subject to provisions

of Clause 9.4 (b). The bidder shall submit RTGS/NEFT Mandate Form as per Performa

given in Annexure II, dully filled in.

b) The Earnest Money/Bid Guarantee of the successful Tenderer will be returned without

interest on receipt of the Performance Bank Guarantee.

9.4 The Earnest Money/Bid Guarantee is liable to be forfeited

a) if after bid opening, but before expiry of bid validity or issue of Letter of Acceptance,

whichever is earlier, any Tenderer

i) withdraws his tender or

ii) makes any modification in the terms and conditions of the tender which are not

acceptable to the Purchaser.

b) in case any information/document which may result in the tenderer’s disqualification is

concealed by the Tenderer or any statement/information/document furnished by the Tenderer

or issued by a Bank/Agency/third party and submitted by the tenderer, is subsequently found

to be false or fraudulent or repudiated by the said Bank/Agency/Third Party”

c) in the case of a successful Tenderer, if the Tenderer fails to furnish the Performance

Guarantee within the period specified in the tender.

In case of forfeiture of Earnest Money/Bid Guarantee as prescribed herein above, the Tenderer shall

not be allowed to participate in the retendering process of the work.

10.0 MODIFICATION/ SUBSTITUTION/ WITHDRAWL OF BIDS

10.1 The Tenderers shall submit offers which comply strictly with the requirements of the Tender

Document as amended from time to time as indicated in Clause 6.0 above. Alternatives or any

modifications by the tenderer shall render the Tender invalid.

10.2 The bidder can modify, substitute, re-submit or withdraw its E-bid after submission but prior to the

deadline for submission of bids. No Bid shall be modified, substituted or withdrawn by the bidder on

or after the deadline for submission of bids. Withdrawal of bid after the deadline for submission of

bids would result in the forfeiture of EMD / Bid Guarantee.

10.3 Any modification in the Bid or additional information supplied subsequently to the deadline for

submission of bids, unless the same has been explicitly sought for by RITES, shall be disregarded.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 9 of 60

10.4 For modification of E-bid (Technical Bid), bidder has to detach its old bid from E- procurement

portal and upload / re-submit digitally signed modified bid.

10.5 For withdrawal of bid, bidder has to click on withdrawal icon at E-procurement portal and can

withdraw its E-bid.

10.6 After the bid submission on the portal, an acknowledgement number will be generated by the system

which should be printed by the bidder and kept as a record of evidence for online submission of bid

for the particular tender and will also act as an entry pass to participate in the bid opening.

10.7 The time settings fixed in the server side & displayed at the top of the tender site, will be valid for

bid submission, in the e-tender system. The bidders should follow this time during bid submission.

10.8 All the data being entered by the bidders would be encrypted using PKI encryption techniques to

ensure the secrecy of the data. The data entered will not be viewable by unauthorized persons during

bid submission & will not be viewable by any one until the date & time specified for bid opening.

10.9 The bidder should logout of the tendering system using the normal logout option available in the

portal and not by selecting the (X) exit option in the browser.

11.0 AUTHORITY TO SIGN

a) If the applicant is an individual, he should sign above his full type written name and current

address.

b) If the applicant is a proprietary firm, the Proprietor should sign above his full type written

name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners

of the firm above their full type written names and current addresses. Alternatively the

Documents should be signed by the person holding Power of Attorney for the firm in the

Format at Annexure-I/ Annexure-XI (as applicable).

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a

duly authorized person holding Power of Attorney for signing the Documents in the Format

at Annexure-I / Annexure-XI (as applicable).

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member

holding Power of Attorney for signing the Document in the Format at Annexure VII. The

signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in

the Format at Annexure I.

f) The Power of Attorney and the DSC shall be in the name of same person.

11.1 Items to be kept in mind while furnishing details

Following should be kept in mind:

i) There shall be no additions or alterations except those to comply with the instructions issued

by the Purchaser or as necessary to correct errors, if any, made by the Tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/ discounts in the Financial

offer will however be accepted.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 10 of 60

iii) The Purchaser reserves the right to accept or reject any conditional rebate/discounts. While

evaluating the Bid Price, the conditional rebates/discounts which are in excess of the

requirements of the bidding documents or otherwise result in accrual of unsolicited benefits

to the Purchaser, shall not be taken into account.

11.2 Integrity Pact

(i) The Bidder/Contractor is required to enter into an Integrity Pact with the Purchaser, in the

Format at Annexure-VIII. The Integrity Pact enclosed as Annexure-VIII will be signed by

RITES at the time of execution of Agreement with the successful Bidder. While submitting

the Bid, the Integrity Pact shall be signed by the duly authorized signatory of the

Bidder/Lead Member of JV. In case of failure to submit the Integrity Pact duly signed and

witnessed, along with the Bid, the Bid is likely to be rejected.

(ii) In case of any contradiction between the Terms and Conditions of the Bid Document and the

Integrity Pact, the former will prevail.

Provided always that provision of this Clause 11.2 - Integrity Pact, shall be applicable only

when so provided in Clause 11.2A below which will also stipulate the name and address of

the Independent External Monitor as well as the Name, designation and address of the

official nominated by the RITES to act as the Liaison Officer between the Independent

External Monitor and the Purchaser as well as the Contractor.

11.2A Whether Clause 11.2 (Integrity Pact) shall be applicable *YES / *NO

*Strike out whichever is not applicable

If Yes, Name and Address of the Independent External Monitor (In case estimated cost put to tender

is above Rs.10 crores or more)

Name, Designation and Address of RITES’ Liaison Officer

12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS

12.1 The Purchaser will open all the Tenders received, in the presence of the Tenderers or their

representatives who choose to attend at date& time indicated in clause 1.7 of Section-I in the office

of Group General Manager (Expotech), RITES LTD, RITES Bhawan, 2nd Floor (Left Wing),

Plot No.1, Sector, 29, Gurgaon -122 001 ( Haryana).

In the event of the specified date of the opening being declared a holiday by the Purchaser, the

Tenders will be opened at the appointed time and location on the next working day.

12.2 Opening of bids will be done through online process. RITES reserve the right to postpone or cancel a

scheduled bid opening at any time prior to its opening. Information of the same will be displayed at

RITES E-procurement portal.

12.3 Bid opening committee will open the bids online in the presence of bidders or their authorized

representatives who choose to attend on opening date and time. Also the bidders can participate

online during the bid opening process from their remote end through their dashboard. The bidder’s

representatives, who are present, shall sign in an attendance register. RITES shall subsequently

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 11 of 60

examine and evaluate the bids in accordance with the provision set out in the tender document.

12.4 It will be the bidder’s responsibility to check the status of their Bid online regularly after the opening

of bid till award of work. Additionally, information shall also be sent by system generated e-mail to

bidder regarding deficiencies in the documents, if any and also request for clarification from the

bidder. A system generated SMS alert will also be sent to the bidder. No separate communication

will be sent in this regard. Non-receipt of email and SMS will not be accepted as a reason of non-

submission of deficient documents or confirmatory documents within prescribed time.

12.5 RITES shall not be responsible for any postal delay in receipt of all original documents including the

cost of tender document and EMD / Bid Guarantee. In case of non-receipt of these documents in

original within the aforesaid period, the bid will be treated as non- responsive.

12.6 Deleted as not applicable.

12.7 Single Packet System –

(a) Envelope 1 containing scanned copy of Earnest Money/ Bid Guarantee along with Mandate

Form as per Annexure-II cost of tender document and scanned copy of Authority to sign

document of all the Tenderers will be opened first and checked. If any of the document(s) so

furnished are not as per tender stipulations, the Envelope 2 of Technical bid and Envelope 3

containing Financial bid will not be opened and the bid is treated as rejected. The Envelope

2 containing Technical Bid and Envelope 3 containing Financial Bid of other Tenderers who

have furnished scanned copies of Earnest Money/ Bid Guarantee, cost of Tender document

and Authority to sign as per tender stipulations will then be opened.

12.8 The bids received will be evaluated by the Purchaser to ascertain the lowest acceptable bid in the

interest of the Purchaser as specified in the specifications and bid documents. Evaluation criteria not

mentioned herein but if mentioned specifically in the special conditions of contract, if any, will be

taken into consideration in the evaluation of bids.

12.9 Purchaser will convert all Bid Prices expressed in the amounts in various currencies in the Bid price

as payable, to the local currency of the Purchaser’s country at the TT selling exchange rate by Axis

Bank in the Purchaser’s country for similar transactions; as on the date of bid opening (price bid in

case of single packet tenders and technical bid in case of two packet tenders). For statutory

taxes/duties, all the offers shall be evaluated as per tax regime as applicable on the date of bid

opening (price bid in case of single bid/packet tenders and technical bid in case of two bid/packet

tenders).

12.10 All tenders will be evaluated on the basis of overall cost at consignee’s site arrived on the basis of

price quoted on the lines indicated in clause 18.0 (e) of Section –IV for the various cost elements

indicated in BOQ to Tender enclosed in Bid Document Section - VIII.

In case of foreign offers received on FOB or CFR basis, the total landed price will be arrived at by

including the following:

Deleted as not applicable

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 12 of 60

12.11 Discounts with conditions attached such as discounts having linkages to quantity, early payment,

early Receipt Notes etc. will not be considered for evaluation purpose. Thus discounted rates, linked

to quantities and prompt payment etc., will be ignored for determining inter-se price ranking

position. If a firm quotes different rates for different quantity slabs, the highest of the rates so quoted

will only be taken for determining the inter-se price ranking position. Though the rates without

considering discounts with conditions attached and highest of the rates of different quantity slabs

shall only be considered for evaluation purpose, RITES may avail the discounted/lowest of the slab

rates, if otherwise firm's offer is found to be acceptable.

13.0 INSPECTION:

The inspection of the stores shall be carried out by authorized inspecting agency of the purchaser as

specified in the contract. However, Purchaser reserves its right to accept the Manufacturer’s Internal

Test Certificate.

14.0 PURCHASER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Purchaser may ask any Tenderer the breakdown of unit rates. If the Tenderer

does not submit the clarification by the date and time set in the Purchaser request for

clarification, such Tender is likely to be rejected.

(ii) The competent authority on behalf of the Purchaser does not bind himself to accept the

lowest or any other Tender and reserves to himself the authority to reject any or all the

Tenders received without the assignment of any reason. All Tenders in which any of the

prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be

summarily rejected.

15.0 CANVASSING PROHIBITED

Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the

tenders submitted by the Contractors who resort to canvassing will be liable to rejection.

16.0 PURCHASER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The competent authority on behalf of the Purchaser reserves to himself the right of accepting the

whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates

quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS

17.1 The Tenderer shall not be permitted to tender for supplies if his near relative is posted as Associated

Finance Officer between the grades of AGM(F) and J.M (F) in the concerned SBU Unit of RITES or

as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the

concerned SBU of the Purchaser. He shall also intimate the names of persons who are working with

him in any capacity or are subsequently employed by him and who are near relatives to any officer

in the organization of the Purchaser. Any breach of this condition by the Tenderer would render his

Tender to be rejected.

No Engineer or other Officer employed in Engineering or Administrative duties in an Engineering

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 13 of 60

Department of the Organization of the Purchaser is allowed to work as a contractor for a period of

one year after his retirement from the Purchaser’s service without the previous permission of the

Purchaser in writing. The contract is liable to be cancelled if either the Contractor or any of his

employees is found any time to be such a person who had not obtained the permission of the

Purchaser as aforesaid before submission of the tender or engagement in the Contractor’s service.

17.2 If required by the Purchaser, the Tenderers shall sign a declaration under the Official Secrets Act

1923, for maintaining secrecy of the tender documents drawings or other records connected with the

work given to them. The unsuccessful Tenderers shall return all the drawings given to them.

17.3 In the case of any Item rate tender where unit rate of any item/items appears unrealistic, such tender

will be considered as unbalanced and in case the Tenderer is unable to provide satisfactory

explanation, such a tender is liable to be disqualified and rejected.

17.4 Duty & Taxes:

(a) INDIGENOUS BIDDERS:

(i) Excise Duty:

• In case stores are for direct export: CT-1 Bond & ARE-1 Form will be

provided by RITES for clearance of stores from the place of manufacturer,

without payment of excise duty, if payable.

• In case stores are to be utilized as input to export product: “Form 1”will be

provided for clearance of stores from the place of sub-manufacturer, without

payment of excise duty, if payable. RITES shall arrange the “Form 1”

through its manufacturer on whom RITES has placed an order for the final

export product. The final product shall be exported on ARE-2 Form.

Contractor required to advise, immediately on receipt of LOA, the Division, Range,

and address of Central Excise Office having jurisdiction over their factory, Central

Excise heading and Chapter No. under which the item falls and the value of

Percentage of excise duty.

(ii) Sales-Tax/VAT:

• In case stores are for direct export: In lieu of CST (for Central Sales Tax for

outside firms for Inter-state transaction) and VAT (for Local Sale Tax

within Delhi state) form ‘H’ will be provided by RITES after export of

material within stipulated period of time.

• In case stores are to be utilized as input to export product:

In lieu of CST (for Central Sales Tax for outside firms for Inter-

state transaction) form ‘C’ will be provided by RITES within

stipulated period of time.

For procurement within state applicable VAT shall be payable.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 14 of 60

(iii) Other Statutory Tax:

Any other statutory taxes paid by the contractor shall be reimbursed by purchaser on

production of the documentary proof/receipt.

Any statutory variation in ED/Sales Tax /VAT/CST, variation in future is liable to be

admissible within original delivery period only subject to production of documentary

evidence and Govt. notifications and subject to indication of the same in firm’s offer and

contract.

(b) Deleted as not applicable.

17.5 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a Proprietary firm

or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a

Partner in a Joint Venture. Any Bidder, who has submitted a Bid for supply, shall not be a witness

for any other Bidder for the same supply. Failure to observe the above stipulations would render all

such Tenders submitted as a Bidder and / or as a witness, liable to summary rejection.

17.6 The Bidder shall be fully responsible for all matters arising out of the Performance of the Contract

and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/ regulations/

obligations whatsoever of the Government of India, State Government, Local Body and any

Statutory Authority.

17.7 In case the bidder does not quote his rate for any item(s), it will be presumed that the bidder has

included the cost of that/those item(s) in the rates of other items and the rate for such item(s) shall

be considered as Zero and the tender will be evaluated by the Purchaser accordingly and the supply

executed by the successful bidder accordingly.

18.0 SIGNING OF CONTRACT AGREEMENT

18.1 The Tenderer whose tender has been accepted will be notified of the award by the Purchaser by issue

of a ‘Letter of Acceptance’ prior to expiration of the Bid Validity period. The Letter of Acceptance

will be sent to the successful Tenderer in two copies one of which should be returned promptly, duly

signed and stamped. The Letter of Acceptance will be a binding Contract between the Purchaser and

the Bidder till the formal Contract Agreement is executed.

18.2 Within the period as specified in tender document, of the date of issue of Letter of Acceptance, the

successful Tenderer shall deliver to the Purchaser, Performance Guarantee in the format prescribed

at Annexure-V.

18.3 At the same time the Purchaser notifies the successful Tenderer that the Tender has been accepted,

the Purchaser will direct the Tenderer to attend the Purchaser’s office within 28 days of issue of

Letter of Acceptance for signing the Agreement. The Agreement will however be signed only after

the successful Tenderer furnishes Performance Guarantee and hence, where justified, the period of

28 days stipulated above will be extended suitably.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 15 of 60

19.0 PRE QUALIFICATION PERFORMA –

The bidder shall fill the pre-qualification Performa at Annexure-IV / Annexure-X (as applicable).The

bid will be evaluated only considering those details and corresponding documents as mentioned in

Annexure-IV / Annexure-X (as applicable) and no other details/ certificate/ document will be taken

in to consideration while evaluating the bid to decide whether the bidder is qualified or not. For work

experience the details may be given in Performa no.-1 attached to Annexure-IX.

20.0 Deleted as not applicable.

21.0 The bid document consisting of tender drawings, specifications, the bill of quantities of various types

of items to be executed and the set of terms and conditions of the contract to be complied with and

other necessary documents can be seen on website www.rites.com free of cost.

22.0 After submission of the bid the bidder can re-submit revised bid any number of times but before last

date and time of submission of bid as notified.

23.0 While submitting the revised / modified Financial bid, the bidder can revise / modify the rate of one

or more item(s) any number of times (he need not re-enter rate of all the items) but before last date

and time of submission of bid as notified.

24.0 The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:

(i) The bidder is found ineligible.

(ii) The bidder does not upload all the documents as stipulated in the bid document.

(iii) If any discrepancy is noticed between the documents as uploaded at the time of submission

of bid and hard copies as submitted physically by the lowest bidder in the office of bid

opening authority.

(iv) The bidder does not deposit physical instruments of EMD / Bid Guarantee within the period

specified in the tender document.

25.0 Those Bidders not registered on the website mentioned above, are required to get registered

beforehand. If needed they can be imparted training on online bidding process as per details

available on the website.

26.0 The authorize signatory of the intending bidder must have valid Class-III digital signature to submit

the bid.

27.0 On opening date, the bidder can login and see the bid opening process. After opening of bids he will

receive the competitor bid sheets.

28.0 List of Documents to be scanned and uploaded within the period of bid submission:-

1. Banker’s Cheque/ Pay Order/ Demand Draft towards cost of Tender Document in

accordance with Clause 7.0 (f) hereinbefore

OR

Document in support of exemption from payment of cost of Tender Document

2. Banker’s Cheque/ Pay Order/ Demand Draft/Bid Guarantee towards Earnest Money Deposit

(EMD) /Bid Guarantee in accordance with Clause 9 hereinbefore

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 16 of 60

OR

Document in support of exemption from payment of EMD /Bid Guarantee

3. Authority to Sign (if required as per Clause 11.0 hereinbefore) in the format given at

Annexure -I / Annexure-VII/ Annexure-XI as applicable.

4. Mandate Form as per Annexure-II

5. Deviation if any as Per Annexure-III

6. Pre-Qualification Proforma as per Annexure-IV / Annexure-X (as applicable) duly filled in.

7. Self-Attested copy of Corrigendum(s), if any.

8. Deleted as not applicable.

9. Deleted as not applicable.

10. Integrity Pact as per Annexure-VIII including Annexure-A thereof.

Note: - Any clarification / deficient document(s) sought by RITES Ltd. as per Clause 12.4 &Clause

12.6 (c) shall be submitted by the bidder.

11. Deleted as not applicable.

29.0 List of Documents to be submitted physically by Lowest (L1) Bidder within a week of the opening of

Financial Bid:-

1. Self-attested copy of PAN/TAN issued by income Tax Department (applicable to Indigenous

bidders)

2. Self-attested copy of ISO 9000 Certificate. (if any)

30.0 RITES Ltd. may at its sole discretion approach any Bank, Individual, Purchaser, Firm or

Corporation, whether mentioned in the documents submitted by bidders or not, to verify the

credentials and general reputation of the bidder.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 17 of 60

SECTION – III

SPECIAL CONDITIONS OF CONTRACT

In addition to general terms and conditions of the tender enquiry the following special conditions as

mentioned below shall also prevail.

1. General: The Complete Control Panel and Control Desk for 1350 HP Loco is to be manufactured in

accordance to the drawings as mentioned below as per clause 2.

1.1 The supplier shall be allowed first 08 weeks from the date of LOA for manufacturing, inspection,

testing of first two sets at their works.

1.2 The two numbers shall be supplied to DLW within 10 weeks from the date of LOA for testing and

validation.

1.3 The series supply shall commence only after validation by DLW.

1.4 Thereafter 4 nos. of Complete Control Panel and Control Desk for 1350 HP Loco shall be

supplied within next 6 weeks.

1.5 The supply of balance to be made at the rate of minimum 2 nos. per month and to be completed

within 6 months from the date of Prototype validation by DLW.

2. Scope of supply: The Scope of supply covers the following:

2.1 Detailed technical study of YDM4 locomotives to be supplied to Myanma Railways, Myanmar.

2.2 Collection of required technical details and performance parameters of locomotive equipment, such

as engine, alternator, exciter, traction motors, control panel, driver's desk etc. with DLW, BHEL &

Auxiliary Suppliers.

2.3 Design of customized and complete control panel & driver desk.

2.4 Design on electrical components lay-out and internal wiring of control panel & driver desk.

2.5 Generate manufacturing drawings of control panel & driver desk.

2.6 Customization of MEP system hardware and software to suite technical specifications of selected

traction and locomotive equipment.

2.7 In-house testing of system and components at Medha’s facilities in India.

2.8 Supply of MEP system, sensors, electrical components, memory cards, internal wiring and mounting

fixtures/accessories.

2.9 Design of application software for TFT screens.

2.10 Supply of complete sub-assemblies (control panel, driver's desk and electronic governor), as

included in this tender.

2.11 Deputation of technical engineers / personnel for supervision of installation and commissioning of

locomotives in Myanmar.

2.12 Training (on-the-job and also class room training) for Myanmar Railway personnel

(management / engineers / maintenance staff / drivers) at Myanmar.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 18 of 60

2.13 Training of Myanmar Railway personnel in India.

2.14 Trial runs and Road run tests for locomotives at Myanmar Railways.

2.15 Supply of Manuals - system & technical ; operation & maintenance ; trouble shooting ; driver's

manuals

2.16 Supply of Drawings and circuit diagrams of all the components as well as integration of these with

other locomotive parts.

2.17 Warranty and guarantee support along with warranty spares (non returnable) at Myanmar to provide

after sales service, for the warranty period (24 months from the date of Provisional Acceptance by

Myanma Railways).

2.18 Bidder shall also quote separately for any items required for normal maintenance during the

Warranty period of 24 months where expected life is considered less than 24 months and item will

be required for preventive maintenance schedule within Warranty period.

2.19 Bidder shall also quote separately for any specific tools, test bench etc which will be essential for

routine maintenance of the locomotives at Myanmar.

Any other work related to the ‘Micro Processor Control System along with Control Desk Assembly’ not

stated above for successful completion of the RITES Contract with Myanmar.

3. Purchaser’s Support

3.1 Access to facilities, workshops and locomotives for successful implementation of project.

3.2 Facilitation & co-ordination of Myanmar Railway personnel for successful implementation of

project and for trial runs and operation of locomotives.

3.3 Safe storage of supplied equipment.

4. Compliance with Technical Specification of the Locomotives:

The complete control equipment with driver desk required to be supplied shall be in accordance with the

Purchase Specification No. DEL/SPN/247(Rev:.0.0) as mentioned in Section-V should able to strictly

comply and meet the ‘Technical Specifications of the Locomotives be supplied to Myanma Railways’.

The ‘Technical Specifications of the Locomotives be supplied to Myanma Railways’ is enclosed at

Annexure-A. The Bidder is also required to offer clause-wise comment against the items / specifications

related to ‘Micro Processor Control System along with Control Desk Assembly’.

5. Commissioning:

The supplier shall commission and also undertake, running trials of equipment at Myanmar. Schedule of

commissioning will be advised by RITES on arrival of locomotives at Myanmar. Contractor will arrange

facilities such as tools etc required for commissioning of equipment at site.

6. Warranty/Guarantee

The bidder shall make arrangement for onsite warranty support within the day of reporting the warranty

requirement. In addition adequate ready availability of warranty spares (non returnable) at Myanmar will be

required to be maintained to provide prompt after sales service, warranty and guarantee support for the

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 19 of 60

warranty period of 24 months from the date of Provisional Acceptance of Locomotives by Myanma

Railways.

7. Training:

7.1 The bidder shall submit the training program for the local staff of Myanma Railway at Myanmar.

Travelling, lodging, living allowance, accommodation of trainer shall be borne by the Manufacturer

at his own expenses.

7.2 The Manufacturer shall be on his own account insuring against personnel accidents and death arising

out of their duties in Myanmar under this Contract. The staff shall abide by the laws of the

Government of the Union of Myanmar and the instructions issued by the Government for travelling

within Myanmar and they shall refrain from interfering in the internal affairs of the Union of

Myanmar.

7.3 Manufacturer will make arrangements for training of Myanma Railway officials at his premises or

alternatively at DLW, Varanasi. Travelling, daily allowance of trainees shall be borne by the buyer.

8. Advance Payment:

8.1 In case contractor desires advance payment an amount equal to 10% of the contract value can be

considered against an equivalent Bank guarantee in favour of RITES Ltd from a scheduled/

nationalized bank in India in the Performa at Annexure –B.

8.2 The 80% of the value of supplied portion of Articles on its delivery and on production of Inspection

Clearance Certificate, proof of receipt in good condition to our representative & upon successful

installation and testing at DLW. In case of advance payment the advance will be deducted from this

80%. Any advance payment will be adjusted from this payment on pro-rata basis.

8.3 Balance 20 % value of supplied portion along with commissioning charges for the lot on completion

of commissioning and Running Trial Test at Myanmar and on receipt of Provisional Acceptance

Certificate from Myanma Railways.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 20 of 60

SECTION – IV GENERAL CONDITIONS OF CONTRACT

1.0 DEFINITIONS AND INTERPRETATION

1.1 The “Purchaser” means RITES Limited, Gurgaon (A Government of India Enterprise) having its

Registered Office at SCOPE Minar, Laxmi Nagar, New Delhi-110092 and Corporate Office at RITES

Bhawan, No 1, Sector-29, Gurgaon – 122001, acting through the Group General Manager/General

Manager , RITES Bhawan, Expotech Division, 2nd Floor, (Left Wing), No 1, Sector-29, Gurgaon –

122001.

1.2 “Purchase Officer” means the officer signing the acceptance of bid and includes any officer who has

authority to execute the relevant contract on behalf of the Purchaser;

1.3 The “Contractor” means the person, firm or company with whom the order or contract for the supply is

placed and shall be deemed to include the Contractor’s successors (approved by the Purchaser),

representatives, heirs, executors and administrators, as the case may be, unless excluded by the terms of

the contract;

1.4 The “Sub-Contractor” means any person, firm, or company from whom the Contractor may obtain any

material or fittings to be used in the supply or manufacture of the stores;

1.5 “Contract” means and includes the Notice Inviting Tender, Instructions to Tenderers, Bid, Acceptance of

Bid, General Conditions of Contract, Special Conditions of Contract, Bill of Quantity, Particulars and the

other conditions specified in the acceptance of bid and includes a repeat order which has been accepted or

acted upon by the Contractor and a formal agreement, if executed;

1.6 The “Parties” to the contract are the Purchaser and the Contractor, as defined in Clauses 1.1 and 1.3.

1.7 “Acceptance of Bid” means the letter or memorandum communicating to the Contractor the acceptance

of his bid and includes an advance acceptance of his bid;

1.8 “Consignee” means where the stores are required by the acceptance of bid to be despatched by rail, road,

air or sea, the person specified in the acceptance of bid to whom they are to be delivered at the

destination; where the stores are required by the acceptance of bid to be delivered to a person as an

interim consignee for the purpose of despatch to another person, such other persons; and in any other case

the person to whom the stores are required by the acceptance of bid to be delivered in the manner therein

specified;

1.9 “Interim consignee” means the representative of the Purchaser to whom the material is delivered for

onward despatch to the consignee and does not include a carrier for the purpose of transmission of the

stores to the consignee;

1.10 “Ultimate consignee” means the actual intended recipient of a shipment, other than the agent or bank to

whom it is originally consigned for collection purposes.

1.11 “Stores” means the goods specified in the contract which the Contractor has agreed to supply under the

contract;

1.12 “Drawing” means the drawing or drawings specified in or annexed to the specifications;

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 21 of 60

1.13 “Government” means the Central Government or a State Government as the case may be;

1.14 The ‘Inspecting Officer’ means the person or organization, specified in the contract for the purpose

of inspection of stores or works under the contract and includes his/their authorized representatives;

1.15 “Material” means anything used in the manufacturer or fabrication of the stores;

1.16 “Particulars” include-

(a) Specifications:

(b) Drawings;

(c) “Proprietary mark” or “brand” means the mark or brand of a product which is owned by an

industrial firm;

(d) any other details governing the construction, manufacture or supply of stores as may be

prescribed by the contract;

1.17 “Site” means the place specified in the contract at which any work is required to be executed by the

Contractor under the contract or any other place approved by the Purchaser for the purpose;

1.18 “Test” means such test as is prescribed by the particulars or considered necessary by the Inspecting

Officer whether performed or made by the Inspecting Officer or any agency acting under the direction of

the Inspecting Officer;

1.19 The delivery of the stores shall be deemed to take place on delivery & commissioning (where ever

applicable) of the stores in accordance with the contract, after approval by the Inspecting Officer if so

provided in the contract to ;

(a) the consignee at his premises; or

(b) where so provided, the interim consignee at his premises: or

(c) a carrier or other person named in the contract for the purpose of transmission to the consignee;

or

(d) the consignee at the destination station in case of contract stipulating for delivery of stores at

destination station.

1.20 Terms and expression not herein defined shall have the meanings assigned to them in the Indian Sale of

Goods Act, 1930 (as amended) or the Indian Contract Act, 1872 (as amended) or the General Clauses

Act, 1897 (as amended) as the case may be.

2.0 Authority of person signing the contract on behalf of the Contractor-

A person signing the bid or any other document in respect of the contract on behalf of the Contractor

without disclosing his authority to do so shall be deemed to warrant that he has authority to bind the

Contractor. If it is discovered at any time that the person so signing has no authority to do so the

Purchaser may, without prejudice to any other right or remedy of the Purchaser, cancel the contract

and make or authorize the making of a purchase of the stores at the risk and cost of such person and

hold such person liable to the Purchaser for all costs and damages arising from the cancellation of

the contract including any loss which the Purchaser may sustain on account of such purchase. The

provisions of Clause 9.0 shall apply to every such purchase as far as applicable.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 22 of 60

3.0 Address of the Contractor and notices and communications on behalf of the Purchaser:

(a) For all purposes of the contract, including arbitration there under, the address of the Contractor

mentioned in the bid shall be the address to which all communications addressed to the

Contractor shall be sent, unless the Contractor has notified change by a separate letter containing

no other communication and sent by registered post acknowledgement due to the Purchaser. The

Contractor shall be solely responsible for the consequence of an omission to notify a change of

address in the manner aforesaid.

(b) Any communication or notice on behalf of the Purchaser in relation to the contract may be

issued to the Contractor by the Purchase Officer and all such communications and notices may be

served on the Contractor either by registered post or under certificate of posting or by ordinary

post or by hand delivery at the option of such officer.

4.0 DRAWINGS/SPECIFICATIONS

4.1 When bids are called for in accordance with a drawing/ specification, the Contractor’s bid to supply in

accordance with such drawing/specification, shall be deemed to be an admission on his part that he had

fully acquainted himself with the details thereof and in no circumstances, will any claim on his part which

may arise on account of his insufficient examination of the said drawing/ specification be considered.

4.2 Any drawings, tracings, descriptions specified shall, unless otherwise directed, be furnished by the

Contractor with the first consignment of the work to which they relate and no payment whatsoever will be

made until such drawings, tracings, descriptions have been furnished to the satisfaction of the Purchaser

5.0 CONTRACT

5.1 This contract is for the supply of the stores of the description, specifications and drawings, and in the

quantities set forth in the contract on the date(s) specified therein. Unless otherwise specified, the stores

shall be entirely brand new and of the best quality and workmanship to the satisfaction of the Inspecting

Officer.

5.2 The whole contract is to be executed in the most approved, substantial and workmanlike manner, to the

entire satisfaction of the Purchaser or his nominee, who, both personally and by his deputies, shall have

full power, at every stage of progress, to inspect the stores at such times as he may deem fit and to reject

any of the stores, which he may disapprove, and his decision thereon, and on any question of the true

intent and meaning of the specifications shall be final and conclusive.

5.3 Any variation or amendment of the contract shall not be binding on the Purchaser unless and until the

same is duly endorsed on the contract or incorporated in a formal instrument or in exchange of letters and

signed by the parties.

5.4 The Purchaser or his nominee may require such alteration to be made on the work, during its progress as

he deems necessary. Should these alterations be such that either party to the contract considers an

alteration in price justified, such alteration shall not be carried out until amended prices have been

submitted by the Contractor and accepted by the Purchaser. Should the Contractor proceed to

manufacture such stores without obtaining the consent in writing of the Purchaser to an amended price, he

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 23 of 60

shall be deemed to have agreed to supply the stores at such price as may be considered reasonable by the

Purchaser.

6.0 PERFORMANCE GUARANTEE BOND

6.1 After an advance acceptance of bid or a contract is issued by the Purchaser, the Contractor shall furnish a

Performance Guarantee Bond in the Proforma attached (Annexure-V) from a Scheduled Commercial

Bank in India within 15 days from the issue of the advance acceptance of the tender to the Contractor or

within the period specified in the contract for an amount equivalent to 10% of the value of the contract.

The Performance Guarantee Bond from a commercial Bank of the Contractor’s country can be accepted

only if the Bond is furnished after getting it duly counter signed by the any Scheduled Commercial Bank

in India. The expenses to be incurred for the counter-signature shall be borne by the Contractor.

6.2 In case furnishing of an acceptable Performance Guarantee Bond is delayed by the Contractor beyond the

period provided in clause 6.1, and the Bond is accepted by the Purchaser, liquidated damages, as provided

in clause-9.2 for the period of delay in submission of the bond, shall be levied. Alternatively, the

Purchaser may declare the contract as at an end and enforce clause 9.2.

6.3 If the Contractor, having been called upon by the Purchaser to furnish Performance Guarantee Bond fails

to furnish the same, it shall be lawful for the Purchaser.

(a) to recover from Contractor the amount of Performance Guarantee Bond by deducting the amount

from the pending bills of the Contractor under any contract with the Purchaser or the Government

or any person contracting through the Purchaser or otherwise howsoever, or

(b) to cancel the contract or any part thereof and to purchase or authorize the purchase of the stores at

the risk and cost of the Contractor and in that event the provisions of clause-9.2 shall apply as far

as applicable.

6.4 On the performance and completion of the contract in all respects, the Performance Guarantee Bond will

be returned to the Contractor without any interest.

6.5 The purchaser shall be entitled and it shall be lawful on his part to forfeit the amount of the Performance

Guarantee Bond in whole or in part in the event of any default, failure or neglect on the part of the

contractor in the fulfillment or performance in all respects of the contract under reference or any other

contract with the purchaser or any part thereof to the satisfaction of the purchaser and the purchaser shall

also be entitled to deduct from the amount of the Performance Guarantee Bond any loss or damage which

the purchaser may suffer or be put by reason of or due to any act or the default, recoverable by the

purchaser from the contractor of the contract under reference or any other contract and in either of the

events aforesaid to call upon the contractor to maintain the amount of Performance Guarantee Bond at its

original limit by furnishing fresh Bank Guarantee of additional amount, provided further that the

purchaser shall be entitled to recover any such claim from any sum then due or which at any time

thereafter may become due to the contractor under this or any other contracts with the purchaser.

6.6 The Performance Guarantee Bond shall remain in force and effect during the period that would be taken

for satisfactory performance and fulfillment in all respects of the contract, i.e. till satisfactory delivery &

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 24 of 60

commissioning of the stores at consignee’s works, and satisfactorily completion of the warranty period

and shall in the first instance be valid up to a maximum period of 60 days beyond the date of completion

of all contractual obligations of supplier provided that before the expiry of the date of validity of the P.G.

Bond, the contractor on being called upon by the purchaser from time to time, shall obtain from the

Guarantor Bank, extension of time for validity thereof for a period of six months on each occasion. The

extension(s) aforesaid, executed on non-judicial stamp paper of appropriate value must reach the

Purchaser at least thirty (30) days before the expiry of Performance Guarantee Bond on each occasion.

6.7 As and when the amendment is issued to the contract, the contractor shall within fifteen days of receipt of

such amendment furnish to the purchaser an amendment to the Performance Guarantee Bond rendering

the same valid for the contract as amended and up to two months beyond the extended delivery period.

6.8 The Performance Guarantee Bond or any amendment there to shall be executed on a non judicial stamp

paper of requisite value and shall be in accordance with the Indian Stamp Act, as amended from time to

time, for adequacy of the Stamp Duty.

7.0 DELIVERY

7.1 The Contractor shall as may be required by the Purchaser to deliver at the place(s) detailed in the contract.

The quantities of the stores detailed therein and the stores shall be delivered or despatched not later than

the dates specified in the contract. The delivery will not be deemed to be complete until and unless the

stores are inspected and accepted by the inspecting officer as provided in the contract.

7.2 Notwithstanding any inspection and approval by the Inspecting Officer on the Contractor’s premises,

manufacturer will be solely responsible for the quality and workmanship of stores supplied.

7.3 Deleted as not applicable

7.4 Deleted as not applicable

8.0 NOTIFICATION OF DELIVERY

8.1 Notification of delivery or despatch in regard to each and every installment shall be made to the

Purchaser, Ultimate Consignee and Port Consignee (if applicable) immediately on despatch or delivery.

The Contractor shall further supply to the consignee, to the interim consignee, as the case may be, a

packing account quoting number and date of contract and date of despatch of the stores. All packages

shall be fully described in the packing account and full details of the contents of the packages and

quantity of materials shall be given to enable the consignee to check the stores on arrival at destination.

The copy of Railway Receipt/ Consignment Note or Bill of Lading with other shipping documents, if any,

shall be forwarded to the consignee and or the port consignee named in the contract, as applicable, by E

mail immediately and registered post on the despatch of stores. The Contractor shall bear and reimburse

to the Purchaser demurrage charges, if any, paid by reason of delay on the part of the Contractor in

forwarding the copy of the Railway Receipt, Consignment Note or Bill of Lading and other shipping

documents.

9.0 TIME FOR AND DATE OF DELIVERY: THE ESSENCE OF THE CONTRACT

The time for and the date specified in the contract or as extended for the delivery of the stores shall be deemed to be the essence of the contract and delivery must be completed not later than the date (s) so

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 25 of 60

specified or extended. 9.1 Progressing of deliveries:

The Contractor shall allow reasonable facilities and free access to his works and records to the Inspecting

Officer or such other Officer as may be nominated by the Purchaser for the purpose of ascertaining the

progress of the deliveries under the contract.

9.2 Failure and Termination

If the Contractor fails to deliver the stores or any installment thereof within the period fixed for such

delivery in the contract or as extended or at any time repudiates the contract before expiry of such period,

the Purchaser may without prejudice to his other rights:-

(a) recover from the Contractor as agreed pre-determined liquidated damages and not by way of

penalty a sum equivalent to ½ % (half percent) of the price of any stores (including elements of

taxes, duties, freight etc.) which the Contractor has failed to deliver within the period fixed for

delivery in the contract or as extended, for each week or part of a week, during which the

delivery of such stores may be in arrears where delivery thereof is accepted after expiry of the

aforesaid period, subject to a maximum of 10% (ten percent) of value of the delayed supplies; or

(b) cancel the contract or a portion thereof and if so desired purchase or authorize the purchase of the

stores not so delivered or others of a similar description (where stores exactly complying with

particulars are not, in the opinion of the Purchaser, which shall be final, readily procurable) at the

risk and cost of Contractor. It shall, however, be in the discretion of the Purchaser to obtain or

not the Performance Guarantee Bond from the firm/firms on whom the contract is placed at the

risk and expense of the defaulting firm. However, in respect of contracts where performance

guarantee bond of 10% of contract value has been taken, risk purchase clause will not be

applicable and in case of default by such firms, the performance guarantee bond submitted shall

be forfeited and the quantities unsupplied shall be procured independently without risk and cost

of the original Contractor and adverse performance of defaulting firm will be taken into account

in future tender cases on merit.

Where risk purchase action is taken under sub-clause (b) above, the Contractor shall be liable for

any loss which the Purchaser may sustain on that account provided the purchase, or, if there is an

agreement to purchase, such agreement is made, in case of failure to deliver the stores within the

period fixed for such delivery in the contract or as extended within nine months from the date of

such failure and in case of repudiation of the contract before the expiry of the aforesaid period of

delivery, within nine months from the date of cancellation of the contract. The Contractor shall

not be entitled to any gain on such purchase and the manner and method of such purchase shall

be in the entire discretion of the Purchaser. It shall not be necessary for the Purchaser to serve a

notice of such purchase on the Contractor; or

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 26 of 60

(c) Cancel the contract or a portion thereof without resorting to Risk purchase by imposing

liquidated damage @ 10% of outstanding value of contract after adjusting the Performance Bank

Guarantee.

9.3 Extension of Time for Delivery

If such failure as in the aforesaid clause 9.2 shall have arisen from any cause which the Purchaser may

admit as reasonable ground for extension of time, the Purchaser shall allow such additional time as he

considers to be justified by the circumstances of the case, and shall forgo the whole or such part, as he

may consider reasonable of his claim for such loss or damage as aforesaid. Any failure or delay on the

part of Sub Contractor shall not be admitted as a reasonable ground for any extension of time or for

exempting the Contractor from liability for any such loss or damage as aforesaid.

9.4 Consequence of Rejection

If on the stores being rejected by the Inspecting Officer or Interim Consignee or Consignees at the

destination, the Contractor fails to make satisfactory supplies within the stipulated period of delivery, the

Purchaser shall be at liberty to:-

(i) require the Contractor to replace the rejected stores forthwith but in any event not later than a

period of 21 days from the date of rejection and the Contractor shall bear all cost of such

replacement including freight, if any, on such replacing and replaced stores but without being

entitled to any extra payment on that or any other account: or

(ii) purchase or authorize the purchase of quantity of the stores rejected or others of a similar

description (when stores exactly complying with particulars are not in the opinion of the

Purchaser, which shall be final, readily available) without notice to the Contractor at his risk and

cost and without affecting the Contractor’s liability as regards the supply of any further

installments due under the contract; or

(iii) cancel the contract and purchase or authorize the purchase of the stores or others of a similar

description (when stores exactly complying with particulars are not, in the opinion of the

Purchaser, which shall be final, readily available) at the risk and cost of the Contractor. In the

event of action being taken under sub-clause (ii) above or under this sub-clause, the provision of

clause 9.2 above will apply as far as applicable.

(iv) Where under the contract the price payable is fixed F.O.B. port of despatch or F.O.R.

despatching station, the Contractor shall, if the stores are rejected at destination by the consignee,

be liable, in addition to his other liabilities, including refund of price recoverable in respect of the

stores so rejected, to reimburse to the Purchaser the freight and all other expenses incurred by the

Purchaser in this regard.

9.5 Liquidated Damages for Delay in Commissioning

The Contractor or his agents shall commission the stores within the stipulated time as shown in the

contract. This time frame will be applicable from the date of intimation from the consignee in respect of

readiness and installation of the machine in cases where the machine is to be installed by the consignee.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 27 of 60

The time schedule includes the time for installation in cases where installation is also to be undertaken by

the supplier.

The time allowed for commissioning of stores by the Contractor or his agent shall be deemed to be the

essence of the contract. In case of delay in commissioning of the stores on the part of Contractor, the

Purchaser shall be entitled to recover and the Contractor shall be liable to pay pre estimated liquidated

damage at the rate of ½ % of the total contract value for each and every week or part thereof for which

commissioning is delayed, provided always that the entire amount of liquidated damages to be paid under

the provision of this clause shall not exceed 10% of the total contract value. After expiry of 5 months

period from the date of default i.e. from the date of commissioning provided in the contract, Purchaser

will be at liberty to invoke the Performance Guarantee bond submitted by the supplier.

Continuance of commissioning work after expiry of stipulated time will also not absolve the Contractor

from the liquidated damages as stated above.

The decision of the Purchaser, whether the delay in commissioning has taken place on account of reasons

attributed to the Contractor shall be final.

10.0 FORCE MAJEURE

10.1 In the event of any unforeseen event which is beyond the reasonable control of the contractor and directly

interfering with the supply of stores arising during the currency of the contract, such as war, revolutions,

hostilities, acts of the public enemy, civil commotion, sabotage; fires; floods, explosions, epidemics,

quarantine restrictions or acts of God, the contractor shall, within a week from the commencement

thereof; notify the same in writing to the Purchaser with reasonable evidence thereof. However, it should

not be used by a contractor to escape liability for bad performance. Industrial disputes or action affecting

a contractors own work force or that of its sub-contractors shall not give rise to Force Majeure events.

10.2 If a Force Majeure situation arises, the contractor shall promptly notify the purchaser in writing of such

conditions and the cause thereof within fourteen (14) days of occurrence of such event with reasonable

evidence thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to

perform its obligations under the contract as far as reasonably practical, and shall seek all reasonable

alternative means for performance not prevented by the Force Majeure event.

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

reason of Force Majeure for a period exceeding ninety (90) days, either party may by giving 14 days’

notice to the contractor in writing, at its option terminate the contract without any financial repercussion

on either side. In case of such termination, no damage shall be claimed by either party against the other,

save and except those which had occurred under any other clause of this contract prior to such

termination. Purchaser will also be entitle to take recourse under Force Majeure should such conditions

arise.

11.0 PROGRESS REPORTS

11.1 The Contractor shall, from time to time, render such reports concerning the progress of the contract and/

or supply of the stores in such form as may be required by the Purchaser.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 28 of 60

11.2 The submission, receipt and acceptance of such reports shall not prejudice the rights of the Purchaser

under the contract, nor shall operate as a estoppels against Purchaser merely by reason of the fact that he

has not taken notice of/or subjected to test any information contained in such report.

12.0 INSPECTION

12.1 The inspection of the stores shall be carried out by authorized inspecting agency of the purchaser as

specified in the contract. However, Purchaser reserves its right to accept the Manufacturer’s Internal Test

Certificate. The stages and type of inspection shall be binding on contractor.

12.2 When inspection during manufacture or before delivery or despatch is required, a notice in writing shall

be sent by the Contractor to the Inspecting Officer when the stores or material to be supplied are ready for

inspection and test, and no stores shall be delivered or despatched until the inspecting Officer has certified

in writing that such stores have been inspected and approved by him. At least four weeks’ notice must be

given to the Inspecting Officer to enable him to arrange the necessary inspection. The examination of

stores will be made as soon as practicable after the same have been submitted for inspection and the result

of the examination will be notified to the Contractor.

12.3 In cases where the Inspecting Authority specified in the contract requires on behalf of the Purchaser that

inspection of the raw materials to be used and/or stage inspection during the manufacturing process of the

component/stores etc., is also to be done, notice in writing shall be sent by the Contractor to the

Inspecting Officer to visit his premises/works to test the raw materials and/or conduct necessary

inspection during the manufacturing process of the component/stores etc., as deemed essential.

12.4 Traveling, boarding & lodging expense of Inspecting Officer shall be borne by the purchaser, but

necessary facilities to carry out tests/ witness inspection shall be provided by the contractor free of cost.

12.5 In case stores/equipment fails or is found defective during inspection and load trials as well as in those

cases where sores are not ready for inspection at the appointed time and dates, total cost of re-inspection

including travel, lodging and boarding of the inspecting officials shall be borne by the contractor.

12.6 Manufacturer’s internal test /quality assurance certificate is to be submitted by the contractor.

13.0 PACKING

13.1. Contractor shall secure at his own cost the Articles sufficiently and properly for transit by rail /road, air

and/ or sea as provided in the contract so as to ensure their being free from loss or damage on arrival at

their destination. The item (s) tendered will have to undergo arduous transportation before reaching the

destination and will have to be stored and handled in tropical climatic conditions (of high temperature,

high humidity, heavy rainfall and mildew and fungus conducive environments including monsoons)

before being put to actual use. It is, therefore, imperative that packing for every item is decided by taking

into consideration, inter-alia, the above vital factors, so as to eliminate damage/deterioration of items in

transit/transshipment/handling or during storage.

13.2. The packing advices should bring out the gross & net weight, dimensions and size of each

bundle/package, details of contents of each bundle/package, number of bundle/package and total gross &

net weight of the items supplied. Each bundle/package shall contain a packing note specifying the name

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 29 of 60

& address of the contractor, the number and date of the contract, mark as indicated in the contract and the

description of the stores and the quantity contained therein.

14.0 MARKING

The following particulars should be stenciled with indelible paint on all the bundles/packages:

(i) LOA/Work Order No.:

(ii) Item Description:

(iii) Consignee:

(iv) Consignor:

(v) Lot/Package No:

(vi) Weight (Gross & Net)

(vii) Dimension (L X W X H):

(viii) Invoice No.:

15.0 FREIGHT

The stores shall be despatched at public tariff rates. In the case of F.O.R. station of despatch contract, the

stores shall be booked by the most economical route and/ or at the most economical tariff available at the

time of despatch as the case may be. Failure to do so will render the Contractor liable for any avoidable

expenditure caused to the Purchaser. Where alternative routes exist the Purchaser shall, if called upon to

do so, indicate the most economical route available or name the authority whose advice in the matter shall

be taken and acted upon. If any advice of any such authority is sought his decision or advice in the matter

shall be final and binding on the Contractor.

16.0 INSURANCE

16.1 The stores shall be fully insured by the contractor as specified in the contract against any loss or damage

till delivered safely to the consignee at destination as specified in the contract.

16.2 In case of foreign supplies, Purchaser will arrange for the transit insurance of the stores up to destination

against any loss or damage. The copy of Invoice and Bill of Lading with other shipping documents, if

any, shall be forwarded by contractor to the purchaser by E mail immediately on despatch of stores.

17.0 PRICE BASIS

17.1 Indian Tenderers

Indian Tenderers are required to quote on “Free delivery at consignee’s site” basis. They shall furnish

break up of prices as per prescribed format as provided in the RITES E-Procurement portal. They shall

also quote, if required, charges for making the foundation for the store and for installation &

commissioning of the store at consignee’s site indicating taxes, if any.

17.2 Deleted as not applicable

18.0 Currency of Payment

(a) The contract price will be normally paid in the currency or currencies in which the price is stated

in the successful bid. However, Purchaser reserves the right to effect payment of equivalent

amount in the currency or currencies of the country of origin of the goods in case the price is

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 30 of 60

stated in other currencies. The equivalent amount will be calculated on the basis of rates of

exchange prevalent on the date of payment.

(b) In the case of foreign bids, the Purchaser reserves the right to consider either FOB or CFR bids.

In the event of an order being placed on CFR basis, the Purchaser will have the right to change

over the contract to FOB basis, if considered necessary after giving one month’s notice to the

Contractor.

(c) The prices quoted shall be firm and not subject to any variation. In the case of CFR delivery,

ocean freight/airfreight charges included must also be firm and no variation will be allowed on

this account after the opening of tender.

(d) The contractors should quote their lowest possible prices. Quotations should be made only for

quantity specified in the bid documents.

(e) Contractors submitting indigenous bids shall indicate the “Free delivery at consignee’s site” price

including other charges as required in terms of tender conditions (viz. training, turnkey,

installation & commissioning charges etc., as quoted, if any). Such price shall include all State

and Central taxes and Excise Duties leviable on the final finished supplies tendered for. In

addition, a complete break-up showing the ex-factory price, packing charges, excise duty, other

levies, sales tax, forwarding charges, freight and insurance charges and other charges, if any,

shall also be given. Purchaser reserves the right to place contract on the basis of FOR station of

despatch or FOR destination station as considered fit by him.

19.0 PAYMENT TERMS

Payment terms should be followed strictly as per terms and conditions of Bid Documents.

19.1 PAYMENT AGAINST INDIGENOUS SUPPLY

The standard payment terms subject to recoveries if any, under the liquidated damages clause and general

condition of contract, TDS and any other taxes, as per the Government of India guidelines will be

asunder: -

(a) 100% of the payment on receipt of material by consignee in good condition at destination

specified in the contract, to be made on receipt of documents as specified.

(b) In case of stores requires commissioning at specified location:

(i) 80% of the payment on receipt of material by interim consignee/ in good condition at

destination specified in the contract, to be made on receipt of documents as specified.

(ii) Balance 20% payment will be made after successful commissioning at the consignee’s

premises & receipt of Provisional Acceptance Certificate (PAC) from the consignee.

(c) All payments shall be made in Indian Rupees. The payments shall be made by NEFT/RTGS on a

scheduled/ nationalized bank in India.

(d) In case of non-payment through NEFT/RTGS or where NEFT/RTGS facility is not available;

payment may be released through cheque, depending upon merit. However, payment through

NEFT/RTGS is preferable.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 31 of 60

19.2 Deleted as not applicable

20.0 WARRANTY/GUARANTEE

20.1 The Contractor shall warrant that everything to be furnished hereunder shall be free from defects and

faults in design, material, workmanship and manufacture and shall be of the highest grade and consistent

with the established and generally accepted standards for goods of the type ordered and in full

conformity, with the contract specifications and samples if any and shall if operatable, operate properly.

20.2 The Contractor shall provide warranty against any defect owing to manufacturing, design, material &

workmanship for a period as specified in clause 1.18 of Section-I from the date of receipt /commissioning

of stores at ultimate destination. Any approval of acceptance by Purchaser of the Stores or of the material

incorporated here in shall not in any way limits the Contractor’s liability.

20.3 The Contractor shall, if required, replace or repair the stores or such portion thereof as is rejected by the

Purchaser free of cost at the ultimate destination or at the option of the Purchaser, the Contractor shall pay

to the Purchaser value thereof at the contract price or in the absence of such price at price decided by the

Purchaser, and such other expenditure and damages as may arise by reason of the breach of the condition

herein specified.

20.4 All replacement and repairs that the Purchaser shall call upon the Contractor to deliver or perform under

this warranty shall be delivered and performed by the Contractor within 2 (Two) weeks, promptly and

satisfactorily. The warranty period will be extended by the number of days the stores remains inoperative

/under breakdown during the warranty period and the Performance Bank Guarantee would be returned at

the end of such extended warranty period for the stores.

20.5 The decision of the Purchaser in regard to Contractor’s liability and the amount, if any, payable under this

warranty shall be final and conclusive.

21.0 INDEMNITIES

The prices stated are to include all rights (if any) or patent, registered design or trade mark and the

Contractor shall at all times indemnity the Purchaser against all claims which may be made in respect of

the stores for infringement of any right protected by patent, registration of designs or trade mark;

provided always that in the event of any claim in respect of alleged breach of a patent, registered designs

or trade mark being made against the Purchaser, the Purchaser shall notify the Contractor of the same and

the Contractor shall , at his own expense, either settle any such dispute or conduct any litigation that may

arise there from.

22.0 CORRUPT PRACTICES

22.1 The Contractor shall not offer or give or agree to give to any person in the employment of the Purchaser

or working under the orders of the Purchaser any gift or consideration of any kind as an inducement or

reward for doing or for bearing to do or having done or forborne to do any act in relation to the obtaining

or execution of the contract or any other contract with the Purchaser or execution or for showing any

favour for forbearing to show disfavor to any person in relation to the contract or any other contract with

the Purchaser. Any breach of the aforesaid condition by the Contractor, or any one employed by him or

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 32 of 60

acting on his behalf (whether with or without the knowledge of the Contractor) or the commission of any

offence by the Contractor, or by any one employed by him or acting on his behalf, under chapter IX of the

Indian Penal Code (as amended) or the Prevention of Corruption Act, 1947 or any other act enacted for

the prevention of corruption by public servants shall entitle the Purchaser to cancel the contract and all or

any other contracts with the Contractor and to recover from the Contractor the amount of any loss arising

from such cancellation in accordance with the provisions of clause 9.2.

22.2 Any dispute or difference in respect of the interpretation, effect or application of the above clause or of

the amount recoverable there under by the Purchaser from the Contractor, shall be decided by the

Purchaser, whose decision thereon shall be final and binding on the Contractor.

23.0 INSOLVENCY AND BREACH OF CONTRACT

23.1 The Purchaser may at any time, by notice in writing, summarily determine the contract without

compensation to the Contractor in any of the following events, that is to say:-

(a) if the Contractor being an individual or if a firm, any partner thereof, shall at any time, be

adjudged insolvent or shall have a receiving order or order for administration of his estate made

against him or shall take any proceeding for composition under any Insolvency Act for the time

being in force or make and conveyance or assignment of his effects or enter into any assignment

or composition with his creditors or suspend payment or if the firm be dissolved under the

Partnership Act. Or

(b) if the Contractor being a company is wound up voluntarily or by the order of a Court or a

Receiver, Liquidator, or Manager on behalf of the Debenture holders is appointed, or

circumstances shall have arisen which entitle the Court or Debenture holders to appoint a

Receiver, Liquidator or Manager, or

(c) if the Contractor commits any breach of the contract not herein specifically provided for.

Provided always that such determination shall not prejudice any right of action or remedy which

shall have accrued or shall accrue thereafter to the Purchaser and provided also the Contractor

shall be liable to pay to the Purchaser any extra expenditure he is thereby put to and the

Contractor shall, under no circumstances, be entitled to any gain on re-purchase.

24.0 Deleted as not applicable.

25.0 ARBITRATION/ SETTLEMENT OF DISPUTE

25.1 MUTUAL SETTLEMENT OF DISPUTES

Except where otherwise provided for in the contract, all questions and dispute relating to any matter

directly or indirectly connected with this agreement shall in the first place be resolved through mutual

discussions, negotiations, deliberations and consultation between both the parties.

25.2 ARBITRATION

If the efforts to resolve all or any of the disputes through conciliation fail, such disputes shall be referred

to the sole arbitrator to be appointed by Chairman and Managing Director (CMD) RITES Ltd. The

decision of CMD/RITES shall be final. The seat of arbitration shall be at Delhi.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 33 of 60

25.3 GENERAL

Subject to aforesaid conditions the provisions of the Arbitration and Conciliation Act 1996 or any

statutory modification or re-enactment thereof and the rules made there under and for the time being in

force shall apply to the conciliation and arbitration proceedings under this clause.

25.4 JURISDICTION

The contract shall in all respect to construe and operative in conformity with Indian Law and subject to

the Jurisdiction of Delhi Courts, India.

26.0 SECRECY

26.1 The Contractor shall take all reasonable steps necessary to ensure that all persons employed in any work

in connection with the contract, have full knowledge of the Official Secrets Act and any regulations

framed there under.

26.2 Any information obtained in the course of the execution of the contract by the Contractor, his servants or

agents or any person so employed, as to any matter whatsoever which would or might be directly or

indirectly, of use to any enemy of India, must be treated secret and shall not at any time be communicated

to any person.

26.3 Any breach of the aforesaid conditions shall entitle the Purchaser to cancel the contract and to purchase or

authorize the purchase of the stores at the risk and cost of the Contractor in accordance with the clause 9.2

of the General conditions of contract. In the event of such cancellation, the stores or parts manufactured

in the execution of the contract shall be taken by the Purchaser at such price as he considers fair and

reasonable and the decision of the Purchaser as to such price shall be final and binding on the Contractor.

27.0 QUANTITY VARIATION

The Purchaser reserves the right to increase or decrease the quantity up to 30% of the quantity offered by

the successful Bidder at the rates & other terms and conditions offered by them. The Contractors are

bound to accept the increase or decrease in the quantity under this clause at the time of placement of

contract or during the currency of the contract. While operating this clause the quantity shall be rounded

off to the nearest whole number.

28.0 SUBMISSION OF DOCUMENTS:

(a) Indigenous supplier: 02 sets of following documents in original by registered post /courier at the

address specified.

(i) Commercial Invoice showing the description, quantity and price of stores. Invoice

should be in the name of RITES Ltd., SCOPE Minar, Laxmi Nagar, Delhi-110092 and

should be dispatched to RITES Corporate Office (The Group General Manager, RITES

Ltd., RITES Bhawan, Expotech Division, 2nd Floor, (Left Wing), No 1, Sector-29,

Gurgaon–122001 (Haryana), India).RITES TIN No. 07190176471.

(ii) Packing List must indicate the Gross & Nett weight, Dimension and content of each

bundle/package/box.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 34 of 60

(iii) Manufacturer Internal Test /Inspection certificate or Purchaser’s nominated Inspecting

Agency certificate as applicable.

(iv) ARE-1 / Annexure-45 (as applicable) in case of excisable stores duly endorsed by excise

officials.

(v) Guarantee Certificate

(vi) Dispatch particulars including RR/GR

(vii) Any other additional documents like product catalogue, drawings, manuals etc. as

specified in clause 1.20 of Section -I)

Note: One set of the copies of above documents should also accompany with the stores.

(b) Foreign supplier:

i) Shipping documents as specified in LC through the negotiating bank.

ii) Any other additional documents like product catalogue, drawings, manuals etc. as

specified in clause 1.20 of Section -I

29.0 CORRESPONDANCE

All communications related to this contract shall be addressed to:

The Group General Manager

RITES Ltd., RITES Bhawan, Expotech Division, 2nd Floor, (Left Wing),

No 1, Sector-29, Gurgaon – 122001 (Haryana), India

30.0 EXPORT/IMPORT BENEFITS

RITES, being the merchant exporter will claim export/import incentives wherever applicable as per

Government of India norms. However, the manufacturer will be provided proof of export, if required.

31.0 SPECIAL CONDITIONS

Special conditions mentioned in tender documents separately or with technical specifications, will prevail

in case they differ from general conditions of contract.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 35 of 60

SECTION - V TECHNICAL SPECIFICATIONS

PURCHASE SPECIFICATION FOR COMPLETE CONTROL PANEL FOR 1350 HP LOCOMOTIVE FOR MYANMAR RAILWAYS (DLW Purchase Specification No. DEL/SPN/247(Rev: 0.0) Forward: This specification covers supply of Control Panel, Microprocessor control system to RDSO specification no. MP.0.2400.26 (Rev: 0.06) & Control Desk for 1350 HP Myanmar export diesel electric locomotives. The locomotives will be suitable for Meter Gauge. Scope: Scope of supply covers the followings: 1. Control Panel as per DLW specification no DEL/SPN/211(Rev.06/latest) for the structure/harness/bus

bar/hangsout etc. The free supply item, as annexure II of this specification and any other uncommon items required (like BAS, FCP, CKC, Insulator for BAS, BA, LAS, LAR1&2, GR1&2, Insulator for LAS,MCO, TLR, LAR etc) will also have to be supplied by the tenderer. The Locomotive will be equipped with GM type Head Light (200 W, 30 V). So, Resistor (DLW PL No.18250026 & 18300352) for Bright & Dimming of Head light will be part of Control Panel.

2. Microprocessor based propulsion and excitation control system (to be fitted in Control Panel) as per RDSO specification no. MP.0.2400.26 (Rev: 0.06/latest) for Myanmar export locomotives with all the mandatory features. Optional items are not covered in the scope of supply unless ordered specifically. The loco will have AC/DC transmission.

3. Structure: Control Panel Complete shell will be in accordance with DLW OGA Drawing TPL-4773 with internal plate and mounting bracket suitable for control equipment mounting/ microprocessor control system instead of OGA Drg. No. mentioned in clause 1(i) of DEL/SPN/211(Rev.06/latest).

4. Driver Control Desk Driver control Desk (01/Loco) fully equipped / assembled with requisite piping and wiring to be supplied as per DLW PL No. 12004108. Control desk should be fitted with TFT LCD display system (DIALS to RDSO specification no.MP.0.0400.07 (latest). The items like A9, SA9, Master controller, Flasher light control unit will be free supplied from DLW to firm for fitment/assembly in control desk.

4.1 Driver control desk with accessories

4.1.1 The items fitted in control console are 02 nos. TFT display, Speedometer (analog type HHP), Mechanical gauges (MR,BC, BP Air Flow Indicator etc), traction motor load meter and switches (generator field, fuel booster pump, control circuit, cab lights, engine room lights, gauge lights, switches with dimming control for head lights, and horn switches) LED indication Panels (high engine temperature, wheel slip, low water level etc.).

4.1.2 All the accessories in firm's scope should confirm to DLW / RDSO Drg./ Spec. of these individual items and to be purchased from respective DLW / RDSO approved sources. Control desk to be wired with E-Beam cable to EDPS 179 (DLW drg. no. EL/PT/0505) should be procured from RDSO approved sources. Lug (AMPs / Panduit PIDG sleeve Irradiated), Cable ties (Panduit make), Labels (3M make or equivalent) and Name plate of high quality internationally acceptable standards must be used.

4.1.3 Wire lying should be clean and properly supported. Care to be taken that no stress comes on the ring

terminals / lugs. Piping must be properly supported with clamps and required bending should be done with proper tools and fixtures.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 36 of 60

4.1.4 Firm will be required to prepare the manufacturing drawing. Firm will be required to obtain DLW approval for Equipment and OGA layouts of the Control Panel & Control Desk before supply to DLW.

4.1.5 The operation of Control Desk should be checked thoroughly with the help of test bench before supply.

5. The Locos shall be provided with Traction Motor type TM 4501. Suitable Traction Motor speed sensors for

speed sensing shall be provided. Functional Requirement: The general brief of the functional requirement of Control Panel for 1350 HP locomotive for Myanmar Railways is as under : Control Compartment, consists of microprocessor control system, Power/motor contactor, self load contactor , GP relays, blocking diodes, Field shunting resistors (if required) & contactors, Rev, control/power terminal boards with all the requisite cabling & mounting hardware to performs the various locomotive operation such as excitation, propulsion, dynamic braking, loco reversing, Field shunting (if required), battery charging TE limitation, pre-lubrication, lighting of loco and other functions defined in RDSO spec. no MP.0.2400.26 (Rev: 0.06) for microprocessor control system. System integration: The responsibility of system integration for all the equipment of control panel & control console with 1350 HP DE locomotive electrics will be of the supplier including commissioning. Testing & Inspection: As per Annexure-I of the DLW spec no. DEL/SPN/211(latest). QAP for the electrics item need to be submitted by the tenderer to ensure the reliability & quality of all the electrics (Para 1, 3 & 4 of scope). In case QAP has already approved by DLW/RDSO for earlier supplies, tender need to submit approved QAP to DLW. The electrics should be of DLW/RDSO approved sources or the proven items (for traction application) from internationally reputed sources to be offered. Detailed documents to be furnished (25 set of each) in soft and hard media.

• Maintenance manuals • Electrical circuit diagram (to be prepared in association with DLW) • Spare part catalogue • Driver operating instruction • Detailed trouble shooting guide • System Manual • Special tool List • Commissioning test procedure.

Note: In case any deviation found between this specification & DEL/SPN/211(rev.06), this specification should be followed.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 37 of 60

LIST OF TECHNICAL SPECIFICATIONS ENCLOSED

Sr. No. Description Specification No.

1 Purchase Specification for WDG3/WDM3 Control Panel

for diesel electric locomotive

DLW Specification No

DEL/SPN/211 (Rev.06/latest)

2 Specification for Microprocessor based control system with

automatic flasher light control, multi-setting vigilance control

& event recorder for diesel electric locomotive (ALCO).

and Excitation Control System

RDSO Specification No.

MP.0.2400.26 (Rev:0.06/latest)

3 Specification for the development of TFT LCD Display for

Drivers Cab

[called “DIALS”–Digital into Analogue LCD-Based System]

integrated with Microprocessor based control system for

diesel electric locomotives

(DIALS to RDSO Specification

No. MP.0.0400.07 (latest).

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 38 of 60

SECTION - VI LIST OF DRAWINGS ENCLOSED

Sr. No. Description Drawing & Part No.

1 Control Panel Complete Shell with Internal

Plate Mounting Bracket suitable for control

equipment mounting/ microprocessor control

system

DLW Drawing TPL-4773

2 GA layout of Control Desk DLW Part No. 12004108

3 Resistor ASM Part No. 18300352

Drg. No. 8429166

4 RES-6.6-6.6-400W Part No. 18250026

Drg. No. 40001499

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 39 of 60

SECTION VII

(ANNEXURES) ANNEXURE - I

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY

(Applicable to Indigenous Bidders)

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The

stamp paper to be in the name of the firm /company who is issuing the Power of Attorney).

We, M/s. ____________ (name of the firm/company with address of the registered office) hereby constitute,

appoint and authorize Mr./Ms. ____________ (Name and residential address) who is presently employed

with us and holding the position of __________and whose signature is given below as our Attorney to do in

our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the

supply _________ (name of supply), including signing and submission of application/ proposal, participating

in the meetings, responding to queries, submission of information / documents and generally to represent us

in all the dealings with RITES or any other Government Agency or any person, in connection with the works

until culmination of the process of bidding, till the Contract Agreement is entered into with RITES and

thereafter till the expiry of the Contract Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this

Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed

to have been done by us.

(Add in the case of a Consortium/Joint Venture)

Our firm is a Member/Lead Member of the Consortium of ____________, __________ and ____________.

Dated this the _________ day of _________ 20

(Signature and name of authorized signatory being given Power of Attorney)

__________________

(Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for the

Company) (* Strike out whichever is not applicable)

Seal of firm/ Company

Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation Notes:

- In case the Firm / Company is a Member of a Consortium/ JV, the authorized signatory has to be the one employed by the Lead

Member.

- The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable

law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in

accordance with the required procedure.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 40 of 60

ANNEXURE - II

MANDATE FORM

(Applicable to Indigenous Bidders)

To

The Group General Manager

RITES Ltd., RITES Bhawan, Expotech Division,

2nd Floor, (Left Wing), No 1, Sector-29, Gurgaon – 122001 (Haryana), India

Dear Sir,

Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT)

We hereby authorize RITES Ltd. to make all our payments, including refund of Earnest Money, through Electronic

Fund Transfer System (RTGS/NEFT). The details for facilitating the payments are given below:

(TO BE FILLED IN CAPITAL LETTERS)

1 NAME OF THE BENEFICIARY 2 ADDRESS WITH PIN CODE 3 (A) TELEPHONE NO. WITH STD CODE (B) MOBILE NO. 4 BANK PARRTICULARS A BANK NAME B BANK TELEPHONE NO. WITH STD CODE C BRANCH ADDRESS WITH PIN CODE D BANK FAX NO. WITH STD CODE E 11 CHARACTER IFSC CODE OF THE BANK (EITHER

ENCLOSE A CANCELLED CHEQUE OR OBTAIN BANK CERTIFICATE AS APPENDED)

F BANK ACCOUNT NUMBER AS APPEARING IN THE CHEQUE BOOK

G BANK ACCOUNT TYPE (TICK ONE) SAVING CURRENT LOAN CASH CREDITOTHERS H IF OTHERS, SPECIFY 5 PERMANENT ACCOUNT NUMBER (PAN) 6 E-MAIL ADDRESS

I / We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit

it not effected at all for reasons of incomplete or incorrect information, I / We would not hold RITES Ltd.

responsible. Bank charges for such transfer will be borne by us.

Date: _________ SIGNATURE

(AUTHORISED SIGNATORY)

Name_____________________

BANK CERTIFICATION

It is certified that the above mentioned beneficiary holds bank account No. ___________ with our branch and the

Bank particulars above are correct.

Date: ________________ SIGNATURE

(AUTHORISED SIGNATORY

Name _____________________

OFFICIAL STAMP

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 41 of 60

ANNEXURE - III

PROFORMA FOR STATEMENT OF DEVIATIONS

FROM TENDER CONDITIONS

To

The Group General Manager

RITES Ltd., RITES Bhawan, Expotech Division,

2nd Floor, (Left Wing), No 1, Sector-29, Gurgaon – 122001 (Haryana), India

Dear Sir,

The following are the particulars of deviations from the requirements of the Tender Documents consisting of

Section I to Section VIII.

SR. NO. SECTION CLAUSE DEVIATION REMARKS

(Including justification)

Signature and seal of the Manufacturer/ Tenderer

NOTE: Where there is no deviation, the statement should be returned duly signed with an endorsement

indicating “No Deviations”.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 42 of 60

ANNEXURE- IV

PRE-QUALIFICATION PERFORMA

(Applicable to Single / Limited Tenders)

Name of Work

Tender No.

Name of the Bidder:

Details of Cost of Tender Document

Paid by Banker’s Cheque / Pay Order /

Demand Draft (if applicable)

Name & Address

of Issuing Bank

Amount Date of Issue Instrument

placed at

Details of EMD (paid by Banker’s

Cheque/ Pay Order/ Demand Draft)

or Bid Guarantee (if applicable)

Other documents to be submitted along with Tender documents:

Sl. No. Particulars Document Placed at:

Remarks

1 Written Power of Attorney of the signatory of the Tender on behalf of the tenderer as per Annexure- I / Annexure-XI (As applicable)

2 Mandate Form as per Annexure- II

3 Deviation as per Annexure-III

4 Draft Memorandum of Understanding executed by members of the Consortium/ Joint Venture as per Annexure- VI (if applicable)

5 Power of Attorney in favour of Lead Member as the Lead Member of JV executed by the authorized representatives of all the members of JV (where Joint Venture is allowed) as per Annexure- VII.

6 Integrity Pact as per Annexure-VIII (if applicable)

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 43 of 60

ANNEXURE - V

PROFORMA OF PERFORMANCE GUARANTEE BOND

Ref……………………. Date…………..

Bank Guarantee No……………

To

The Group General Manager

RITES Ltd., RITES Bhawan,

Expotech Division, 2nd Floor, (Left Wing),

No 1, Sector-29, Gurgaon – 122001 (Haryana), India

1. Against contract (or vide Advance Acceptance of the Tender)

No………………………..dated…………..covering supply of……………………………(hereinafter called

the said ‘contract’) entered into between the RITES Ltd. and……………………………(hereinafter called

the ‘Contractor’), this is to certify that at the request of the Contractor we,………………….Bank Ltd., are

holding in trust in favour of the RITES Ltd., the amount of ………………….(write the sum here in words)

to indemnify and keep indemnified the RITES Ltd. against any loss or damage that may be caused to or

suffered by the RITES Ltd. by reason of any breach by the Contractor of any of the terms and conditions of

the said contract and/ or the performance thereof. We agree that the decision of the RITES Ltd., whether any

breach of any of the terms and conditions of the said contract and/ or in the performance thereof has been

committed by the Contractor and the amount of loss or damage that has been caused or suffered by the

RITES Ltd. shall be final and binding on us and the amount of the said loss or damage shall be paid by us

forthwith on demand and without demur to the RITES Ltd.

2. We………………………………….Bank Ltd., further agree that the guarantee herein contained shall

remain in full force and effect during the period that would be taken for satisfactory performance and

fulfillment in all respects of the said contract by the Contractor i.e. till…………………hereinafter called the

said date and that if any claim accrues or arises against us……………………………..Bank Ltd., by virtue

of this guarantee before the said date, the same shall be enforceable against

us……………………………………Bank Ltd., notwithstanding the fact that the same is enforced within six

months after the said date, provided that notice of any such claim has been given to

us……………………………………….Bank Ltd., by the RITES Ltd. before the said date. Payment under

this letter of guarantee shall be made promptly upon our receipt of notice to that effect from the RITES Ltd.

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

………………………………Bank Ltd., undertake not to revoke this guarantee during its currency without

the consent in writing of the RITES Ltd.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 44 of 60

4. We undertake to pay to the RITES Ltd. any money so demanded notwithstanding any dispute or disputes

raised by the Contractor in any suit or proceeding pending before any Court or Tribunal relating thereto our

liability under this present being absolute and unequivocal.

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

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

5. We ……………………………………Bank Ltd., further agree that the RITES Ltd. shall have the fullest

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

the said contract or to extend time of performance by the Contractor from time to time or to postpone for any

time or from time to time any of the powers exercisable by the RITES Ltd. against the said Contractor and to

forbear or enforce any of the terms and conditions relating to the said contract and

we……………………………Bank Ltd. shall not be released from our liability under this guarantee by

reasons of any such variation or extension being granted to the said Contractor or for any forbearance and/ or

omission on the part of the RITES Ltd. or any indulgence by the RITES Ltd. to the said Contractor or by any

other matter or thing what-so-ever which, under the law relating to sureties, would, but for this provision

have the effect of so releasing us from our liability under this guarantee.

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

Supplier.

Date……………………….. Signature………………….

Place………………………. Printed Name ……………..

Witness…………………… ……………………………

(Designation)

…………………………….

(Bank’s Common Seal)

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 45 of 60

ANNEXURE -VIII

INTEGRITY PACT

Between

RITES LTD. hereinafter called the “Purchaser” AND

____________________________ hereinafter referred to as "The Bidder/Contractor"

Preamble

The Purchaser intends to award, under laid down organizational procedures, contract/s for

__________________. The Purchaser values full compliance with all relevant laws and regulations, and

economic use of resources, and of fairness and transparency in his relations with the Bidder/s and/or

contractor/s.

In order to achieve these goals, the Purchaser will appoint an Independent External Monitor (IEM) who will

monitor the Tender process and execution of the contract for compliance with the principles mentioned

above.

Section 1 - Commitments of the Purchaser

(1) The Purchaser commits himself to take all measures necessary to prevent corruption and to observe

the following principles:-

1. No employee of the Purchaser, personally or through family members, will in connection

with the tender or for the execution of the contract, demand, take a promise for or accept,

for self or third person, any material or immaterial benefit which the person is not legally

entitled to.

2. The Purchaser will, during the tender process, treat all Bidders with equity and reason. The

Purchaser will in particular, before and during the tender process, provide to all Bidders the

same information and will not provide to any Bidder confidential/additional information

through which the Bidder could obtain an advantage in relation to the tender process or the

contract execution.

3. The Purchaser will exclude from the process all known prejudiced persons.

(2) If the Purchaser obtains information on the conduct of any of his employees which is a criminal

offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption) Act, or if there be a

substantive suspicion in this regard, the Purchaser will inform its Chief Vigilance Officer and in

addition can initiate disciplinary action.

Section 2 - Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits himself to take all measures necessary to prevent corruption. He

commits himself to observe the following principles during his participation in the tender process

and during the contract execution.

1. The Bidder/Contractor will not directly or through any other person or firm, offer, promise

or give to any of the Purchaser’s employees involved in the tender process or the execution

of the contract or to any third person any material or other benefit which he is not legally

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 46 of 60

entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the

tender process or during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed agreement or

understanding, whether formal or informal. This applies in particular to prices,

specifications, certifications, subsidiary contracts, submission or non-submission of bids or

any other actions, to restrict competitiveness or to introduce cartelization in the bidding

process.

3. The Bidder/Contractor will not commit any offence under the relevant IPC/PC Act; further

the Bidder/ Contractor will not use improperly, for purposes of competition or personal

gain, or pass on to others, any information or document provided by the Purchaser as part of

the business relationship, regarding plans, technical proposals and business details,

including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and all payments he has

made, is committed to or intends to make to agents, brokers or any other intermediaries in

connection with the award of the contract.

(2) The Bidder/ Contractor will not instigate third persons to commit offences outlined above or be an

accessory to such offences.

Section 3-Disqualification from tender process and exclusion from future contracts

If the Bidder/Contractor, before award or during execution has committed a transgression through a

violation of Section 2 above, or in any other form such as to put his reliability or credibility in

question, the Purchaser is entitled to disqualify the Bidder/Contractor from the tender process or

take action as per the procedure mentioned in the "Guideline on banning of business dealing"

annexed and marked as Annexure "A".

Section 4- Compensation for Damages

(1) If the Purchaser has disqualified in terms of the provisions in Section 3, the Bidder/Contractor from

the tender process prior to the award of contract, the Purchaser is entitled to demand and recover the

damages equivalent to Earnest Money Deposit/ Bid Security.

(2) If the Purchaser has terminated the contract during execution in terms of the provisions under

Section 3, the Purchaser shall be entitled to demand and recover from the Contractor the damages

equivalent to Earnest Money Deposit, Security Deposits already recovered and Performance

Guarantee, which shall be absolutely at the disposal of the Purchaser.

Section -5 Previous transgression

(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3 years with any

other Company in any country conforming to the Anti-Corruption approach or with any other Public

Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder/Contractor makes incorrect statement on this subject, he can be disqualified from the

tender process or action can be taken as per the procedure mentioned in "Guideline on banning of

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 47 of 60

business dealing".

Section -6 Equal treatment of all Bidders/Contractors/Sub-Contractors

(1) The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if permitted under

the conditions/ clauses of the contract) a commitment to act in conformity with this Integrity Pact

and to submit it to the Purchaser before signing the contract.

(2) The Bidder/ Contractor confirms that any violation by any of his partners/sub-contractors to act in

conformity with the provisions of this Integrity Pact can be construed as a violation by the

Bidder/Contractor himself, leading to possible Termination of Contract in terms of Section 4.

(3) The Purchaser will disqualify from the tender process all bidders who do not sign this Pact or violate

its provisions.

Section 7- Criminal charges against violating Bidders/Contractors/Sub-Contractors

If the Purchaser obtains knowledge of conduct of a Bidder, Contractor or Partners/Sub Contractor, or of an

employee or a representative or an associate of a Bidder, Contractor or Sub Contractor, which constitutes

corruption, or if the Purchaser has substantive suspicion in this regard, the Purchaser will inform the same to

its Chief Vigilance Officer.

Section -8 Independent External Monitor/Monitors

(1) The Purchaser shall appoint competent and credible Independent External Monitor for this Pact. The

task of the Monitor is to review independently and objectively, whether and to what extent the

parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and will perform his

functions neutrally and independently. He will report to the MD/RITES Ltd.

(3) The Bidder/Contractor accepts that the Monitor has the right of access without restriction to all

Project documentation of the Purchaser including that provided by the Contractor. The Contractor

will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and

unconditional access to his project documentation. The same is applicable to Partners/Sub-

Contractors. The Monitor is under contractual obligation to treat the information and documents of

the Bidder/Contractor/Partners/Sub-Contractor with confidentiality.

(4) The Purchaser will provide to the Monitor sufficient information about all meetings among the

parties related to the Project provided such meetings could have an impact on the contractual

relations between the Purchaser and the Contractor. The parties offer to the Monitor the option to

participate in such meetings.

(5) As soon as the Monitor notices or has reason to believe that violation of the agreement by the

Purchaser or the Bidder/ Contractor, has taken place, he will request the Party concerned to

discontinue or take corrective action, or to take any other relevant action. The Monitor can in this

regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from

the parties that they act in a specific manner or refrain from action or tolerate action.

(6) The Monitor will submit a written report to the MD/RITES Ltd. within 8-10 weeks from the date of

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 48 of 60

reference or intimation to him by the Purchaser and should the occasion arise, submit proposal for

correcting problematic situations.

(7) If the Monitor has reported to the MD/RITES Ltd. of a substantiated suspicion of an offence under

relevant IPC/PC Act, and the MD/RITES Ltd. has not, within reasonable time, taken visible action

to proceed against such offender or reported it to the Chief Vigilance Officer, the Monitor may also

transmit this information directly to the Central Vigilance Commissioner.

(8) The word Monitor would include both singular and plural.

Section - 9 Pact Duration

This pact begins when both parties have legally signed it. It expires for the Contractor when his Security

Deposit is released on completion of the Maintenance Period and for all other Tenderers six months after the

Contract has been awarded.

If any claim is made/lodged during this time the same shall be binding and continue to be valid despite the

lapse of this pact specified above, unless it is discharged/determined by MD/RITES Ltd.

Section 10 Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall be as stated in

the Contract Agreement.

(2) Changes and supplements as well as termination notices need to be made in writing.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by the Partner in

charge/ Lead Member nominated as being incharge and who holds the Power of Attorney signed by

legally authorized signatories of all the partners/Members. The Memorandum of Understanding

/Joint Venture Agreement will incorporate a provision to the effect that all Members of the

Consortium will comply with the provisions in the Integrity Pact to be signed by the Lead Member

on behalf of the Consortium. Any violation of Section 2 above by any of the Partners/Members will

be construed as a violation by the consortium leading to possible Termination of Contract in terms

of Section 3.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this

agreement remains valid. In this case, the parties will strive to come to an agreement to their original

intentions.

RITES Ltd. Agent / Power of Attorney Holder (For & on behalf of the Purchaser) (For the Bidder/Contractor)

(Office Seal) (Office Seal) Place: Date: Witness 1: (Name & Address) Witness 2 (Name & Address)

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 49 of 60

ANNEX-A

Guidelines on Banning of Business Dealings

1. Introduction

1.1 RITES, being a Public Sector Enterprise and ‘State’, within the meaning of Article 12 of

Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the

Constitution. RITES has also to safeguard its commercial interests. It is not in the interest of RITES

to deal with Agencies who commit deception, fraud or other misconduct in the execution of

contracts awarded / orders issued to them. In order to ensure compliance with the constitutional

mandate, it is incumbent on RITES to observe principles of natural justice before banning the

business dealings with any Agency.

1.2 Since banning of business dealings involves civil consequences for an Agency concerned, it is

incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is

considered before passing any order in this regard keeping in view the facts and circumstances of the

case.

2. Scope

2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies, has been laid

down in these guidelines.

2.2 It is clarified that these guidelines do not deal with the decision of the Management not to entertain

any particular Agency due to its poor / inadequate performance or for any other reason.

2.3 The banning shall be with prospective effect, i.e., future business dealings.

3. Definitions

In these Guidelines, unless the context otherwise requires:

i) 'Bidder / Contractor / Supplier' in the context of these guidelines is indicated as ‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following:

a) The Director shall be the ‘Competent Authority’ for the purpose of these guidelines.

CMD, RITES shall be the ‘Appellate Authority’ in respect of such cases.

b) CMD, RITES shall have overall power to take suo-moto action on any information

available or received by him and pass such order(s) as he may think appropriate,

including modifying the order(s) passed by any authority under these guidelines.

iii) ‘Investigating Department’ shall mean any Department, Division or Unit investigating into

the conduct of the Agency and shall include the Vigilance Department, Central Bureau of

Investigation, the State Police or any other department set up by the Central or State

Government having powers to investigate.

iv) ‘Banning Committee’ shall mean a Committee constituted for the purpose of these

guidelines by the Competent Authority. The members of this Committee shall not, at any

stage, be connected with the tendering process under reference.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 50 of 60

4. Initiation of Banning / Suspension:

Action for banning / suspension business dealings with any Agency should be initiated by the

department/ unit having business dealings with them after noticing the irregularities or misconduct

on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by any department, the

Competent Authority may consider whether the allegations under investigation are of a serious

nature and whether pending investigation, it would be advisable to continue business dealing with

the Agency. If the Competent Authority, after consideration of the matter including the

recommendation of the Investigating Department/Unit, if any, decides that it would not be in the

interest to continue business dealings pending investigation, it may suspend business dealings with

the Agency. The order to this effect may indicate a brief of the charges under investigation. The

order of such suspension would operate for a period not more than six months and may be

communicated to the Agency as also to the Investigating Department.

The Investigating Department/Unit may ensure that their investigation is completed and whole

process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be continued unless the Competent

Authority, having regard to the circumstances of the case, decides otherwise.

5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be informed that

its conduct is under investigation. It is not necessary to enter into correspondence or argument with

the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency before issuing

the order of suspension. However, if investigations are not complete in six months’ time, the

Competent Authority may extend the period of suspension by another three months, during which

period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated

6.1 If the security consideration, including questions of loyalty of the Agency to the State, so warrants;

6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by a Court of

Law for offences involving moral turpitude in relation to its business dealings with the Government

or any other public sector enterprises or RITES, during the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors, Partners, owner of the

Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders,

interpolations, etc;

6.4 If the Agency employs a public servant dismissed / removed or employs a person convicted for an

offence involving corruption or abetment of such offence;

6.5 If business dealings with the Agency have been banned by the Govt. or any other public sector

enterprise;

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 51 of 60

6.6 If the Agency has resorted to Corrupt, fraudulent practices including

misrepresentation of facts;

6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on the Company

(RITES) or its official in acceptance / performances of the job under the contract;

6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in complying with

contractual stipulations;

6.9 Based on the findings of the investigation report of CBI / Police against the Agency for malafide/

unlawful acts or improper conduct on his part in matters relating to the Company (RITES) or even

otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit;

6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The Competent Authority

may decide to ban business dealing for any good and sufficient reason).

7. Banning of Business Dealings

7.1 A decision to ban business dealings with any Agency shall apply throughout the Company.

7.2 If the Competent Authority is prima-facie of view that action for banning business dealings with the

Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an

enquiry held accordingly.

8. Show-cause Notice

8.1 In case where the Competent Authority decides that action against an Agency is called for, a show-

cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or

misbehavior may be appended to the show-cause notice and the Agency should be asked to submit

within 30 days a written statement in its defense. If no reply is received, the decision may be taken

ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession of RITES, necessary

facility for inspection of documents may be provided.

8.3 On receipt of the reply of the Agency, or in case no reply is received within the prescribed time, the

Competent Authority shall refer the case along with relevant details to the Banning Committee,

which shall examine the reply of the Agency and other facts and circumstances of the case and

submit its final recommendation to the Competent Authority for banning or otherwise. A final

decision for Company-wide banning shall be taken by the Competent Authority. The Competent

Authority may consider and pass an appropriate speaking order:

For exonerating the Agency; or

For banning the business dealing with the Agency.

8.4 The decision should be communicated to the Agency concerned along with a reasoned order. If it

decided to ban business dealings, the period for which the ban would be operative may be

mentioned.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 52 of 60

9. Appeal against the Decision of the Competent Authority

9.1 The Agency may file an appeal against the order of the Competent Authority banning business

dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one

month from the date of receipt of the order banning business dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which shall be

communicated to the Agency as well as the Competent Authority.

10. Review of the Decision by the Competent Authority

Any petition / application filed by the Agency concerning the review of the banning order passed

originally by Competent Authority under the existing guidelines either before or after filing of appeal

before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review

petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or

subsequent development necessitating such review.

11. Circulation of the names of Agencies with whom Business Dealings have been banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of RITES may

circulate the names of Agency with whom business dealings have been banned, to the Ministry of

Railways and PSUs of Railways, for such action as they deem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more information

about the Agency with whom business dealings have been banned a copy of the report of Inquiring

Authority together with a copy of the order of the Competent Authority/ Appellate Authority may be

supplied.

12. Restoration

12.1 The validity of the banning order shall be for a specific time & on expiry of the same, the banning

order shall be considered as "withdrawn".

12.2 In case any agency applies for restoration of business prior to the expiry of the ban order, depending

upon merits of each case, the Competent Authority which had passed the original banning orders

may consider revocation of order of suspension of business/lifting the ban on business dealings at an

appropriate time. Copies of the restoration orders shall be sent to all those offices where copies of

Ban Orders had been sent.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 53 of 60

ANNEXURE ‘A’

BRIEF SPECIFICATIONS OF YDM4 LOCOMOTIVE S. NO DESCRIPTION OF THE ITEM SPECIFICATION Bidder’ s 1. LOCOMOTIVE DATA 1.37 Safety

Devices Low lubricating oil pressure Power cut off & engine shut down,

audio visual alarm Comment

High cooling water temperature

Power cut off & engine returns to idle, audio visual alarm

Earth fault / wheel slip Power cut off / power reduction, audio visual alarms.

Low cooling water level Power cut off & engine shut down Engine over speed Power cut off & engine shut down Over Current in Alternator field circuit

Power cutoff and Engine returns to idle, audio visual alarm.

1.38 Excessive pressure in Crank Case

Explosion cover opens and engine shuts down

1.39 Instruments (1) The driver's panel and control compartment panel will be equipped with LCD display panel and required parameters will be shown and others are as follow:

(i) Duplex air pressure gauge is used for main air reservoir pressure and brake cylinder pressure. Duplex air pressure gauge is used for equalizing reservoir and train pipe pressure.

- Single air pressure gauge for equalizing reservoir. - Single air pressure gauge for train pipe.

However, In Microprocessor control system have Pressure Sensors to measure these inputs and will be shown in built display unit. Both LCD and Gauges shall be provided. (ii) Ammeter (Battery charging circuit) (iii) Engine cooling Water Temperature Gauge (new type; lighting indication) However, In Microprocessor control system this will be shown in built display unit in the driver cab. Both LCD and Gauges shall be provided. (iv) Ammeter for traction motor

1.40 Stopping of Diesel Engine

Stopping of Diesel Engine by button provided on the driver's desk, will be arranged. Additional device of hand operated arrangement in the engine room for Stopping of Diesel Engine will be provided. This hand operated device will be of fairly sensitive type to operate without exerting much force.

2.10 Operating cab

Cab is of fabricated steel construction with walls and roof lined with Al. perforated sheet providing PU insulation to prevent transmission of heat and sound. Floor is plywood well supported and covered with linoleum. Access to outside walkways is through two diagonally opposite doors each provided with latches as well as key operated locks one each at the front and rear of the cab. Doors are provided in the cab for access to electrical compartment and short hood.

Driving Stand will be on the right hand side. One Bracket Fan of about (10") ten inches diameter will be fitted at suitable place.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 54 of 60

3.7 Sand box Two numbers of boxes are mounted on each bogie for sanding during wheel slip. Four numbers of sand boxes have to be provided under the frame with total capacity of 0.28 cubic meter. Sanding can be operated by the driver or automatically when

- wheels are slipping - Emergency is applied or Dynamic braking position.

4.2 Governor ELECTRONIC GOVERNOR (MEDHA MADE) OF VARIABLE SPEED CONTROL, IMPROVED FUEL EFFICIENCY, PRECISE CONTROL OF FUEL RACK, NO HUNTING OF LOCOMOTIVE, ERROR LOG AND FAULT DIAGNOSTICS, ETC ARE APPLIED.

4.3 Over speed Trip

An automatic electro-mechanical over speed safety trip device is provided on the engine however MEP 660 (Microprocessor) shall have EOST Feature (Electronic Over Speed Trip).

5 Mechanical Equipment

5.1 Control Stations A control stand on driver side of the operating cab, containing

throttle, selector and reverser handle is provided. Brake valves

are located adjacent to the control stand. Also conveniently

located on the control stand are switches for generator field, fuel

booster pump, control circuit, cab lights, engine room lights,

gauge lights, switches with dimming control for head lights,

engine start and stop buttons and horn switches, signal lights for

high engine temperature, wheel slip, low water level. Mounted so

as to be readily visible to driver are speedometers, gauges for

lubricating oil pressure, fuel oil pressure, turbo charger air

pressure, air brake pressure, traction motor load meter and

battery ammeter.

5.2 Radiator Fan The radiator fan is of axial flow type, driven mechanically from

engine. An eddy current clutch in the transmission permits

variable fan speeds with two possible ratios depending upon the

cooling water systems temperature.

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 55 of 60

6.5 Dynamic Braking Dynamic braking using traction motors as generators and dissipating energy through ventilated grid resistors is provided. Automatic interlock is included between the throttle & dynamic brake. Resistive braking effort level is provided with a facility of braking control through driver’s selector handle in multiple steps. Varied braking effort can be achieved depending on train speed and load by driver. Further all the parameters such as traction motor field current ,

armature current at low speed & high speed and commutating

speed limits are user programmable in microprocessor based

locomotive control system which will take care of operations

effectively on gradient section (ghatt sections) also.

6.6 Eddy Current Clutch & Right Angle Drive

The eddy current clutch is used to control the radiator fan speed.

It is provided on the engine side of the right angle drive gearbox.

Slip of the clutch is controlled as a function of engine water

temperature.

6.7 Excitation Control

Microprocessor based locomotive control and fault Diagnostic System is provided and its functions are as follows;

- Excitation control - Dynamic brake control - Propulsion control - Wheel slip control - Event recording - Black box features( - Auxiliary generator control - Vigilance(Dead-man)control - Pre and post lubrication - Over speed control - Traction equipment control (Portable Memory Card

with Locked Cassette Compartment.) - Test mode features

Multiple unit control

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 56 of 60

6.8 Control Equipment

Reverser and line contactors are electro- pneumatically operated.

All other contactors are operated magnetically. Traction motor

connections are changed automatically to give best utilization of

engine and alternator output for optimum operating performance

of the locomotive. Manual low voltage switches (circuit

breakers) with reset feature are used in auxiliary circuits for

overload protection.

6.9 Contactor Compartment

High and low voltage control equipment are contained in a

compartment at the rear of the operating cab. The layout

facilitates easy access for maintenance of equipment.

8 Multiple Unit Operation

Microprocessor based locomotive control and Diagnostics system (MEP) can be controlled the feature of operation in Multiple Unit. Two or more locomotives can be coupled depending on requirement and all locomotives can be controlled from Driver's controller of the leading locomotive. Bunch of control wires called train line wires are provided in each locomotive with a coupler to facilitate Multiple Unit operation. The Locomotive are to be interconnected with a harness through the couplers provided at the either end of the locomotive, and also to be connected with the brake pipes with the hose couplers provided at the either end of the locomotive. The following operation can be done from Driver's controller of the leading locomotive;

(i) Speed control of diesel engines (ii) Shutdown of diesel engines , (iii) Shutdown of fuel pump and disable of propulsion Control (iv) Selection of direction of locomotive movement reverser

handle of driver's controller either to FORWARD or REVERSE

(v) Dynamic braking control (vi) Operation of sanding valves and wheel slip (vii) Fault indicating audio alarm (viii) Operation of electro-pneumatic compressor governor (ix) Operation of brake application for whole train rake

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 57 of 60

10.4 Marking The name of instruments and equipment shall be in English and

Myanmar. Name plates, indication plates will be screwed on for

fixing and not to be glued. Identification plates or suitable

marking will be provided for all relays, contactors, valves, etc.

outside of the locomotive. All the Marking has to be painted, not

any ADHESIVE film is allowed. Colour marking for pneumatic

line, water line, fuel line, etc. will be made in consultation with

the General Manager (Mech. & Elect.) Myanma Railways

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 58 of 60

ANNEXURE ‘B’

ADVANCE PYMENT BANK GUARANTEE

In consideration of the RITES Ltd., Plot No. 1, Sector-29, Gurgaon-122001, Haryana (hereinafter called “RITES

LTD”) having agreed to pay advance to M/s ……………………………………….., a Company registered under

the Companies Act, 1956 and having its registered office at

………………………………………………………………………………………………………………………

………………………………… (hereinafter called ‘The Contractor’) under the terms and conditions of the

Purchase Order …………….. dated ………. (hereinafter called “The Purchase Order) for the purchase of

………………………………..as specified in above referred PO, on production of Bank Guarantee for `.

…………… (Rupees …………….. only).

1. We, …………………(name and address of bank)………. (hereinafter referred to as “The Bank”) at the

request of the Contractor(s) do hereby undertake to pay the RITES LTD an amount not exceeding Rs. `.

……………. (Rupees ……………………… only) against the amount advanced by RITES Ltd. To

M/s…………………………as per the terms and conditions of PO

No…………………………………dt……….and amendments dt………………..for any loss or damage

caused to or suffered or would be caused to or suffered by the RITES LTD. by reason of any breach by

the said contractor(s) of any of the terms or conditions in the said purchase order.

2. We………………… (name and address of bank)………. do hereby undertake to pay the amounts due

and payable under this guarantee without any demur merely on a demand from the RITES LTD without

assigning any reason. Any such demand made on the banks shall be conclusive as regards the amount

due & payable by the bank under this guarantee. However, our liability under this guarantee shall be

restricted to an amount not exceeding `. ……………. (Rupees . ……………………… only).

3. We …………………(name and address of bank) undertake to pay the RITES LTD., any money so

demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding

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

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

payment there under and the contractor(s) shall have no claim against us for making such payment.

4. We …………………(name and address of bank) further agree that the guarantee herein contained shall

remain in full form and effect during the period that would be taken for the performance of the said

Purchase order and that it shall continue to be enforceable till all the dues of the RITES LTD. under or by

virtue of the said Purchase Order have been fully paid and its claims satisfied or discharged or till the

RITES LTD., certifies that the terms and conditions of the said contractor(s) and claim under this

guarantee is made on us in writing on or before …………….(date). We shall be discharged from all our

liability under this guarantee thereafter.

5. We …………………(name and address of bank) further agree with the RITES LTD that the RITES

LTD., shall have the fullest liberty without our consent and without affecting in any manner our

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 59 of 60

obligations hereunder to vary any of the terms and conditions of the said Purchase Order or to extend time

of performance by the said contractor(s) from time to time or to postpone for any time or from time to

time any of the powers exercisable by the RITES LTD. against the said contractor(s) and to forbear or

enforce any of the terms and conditions relating to said purchase order and we shall not be relieved from

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

forbearance, act or commission on the part of the RITES LTD or any indulgence by the RITES LTD to

the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties

would but for this provision have effect or so relieving us.

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

contractor(s).

7. We …………………(name and address of bank) lastly undertake not to revoke this guarantee during its

currency except with the previous consent of the RITES LTD., in writing.

8. Notwithstanding anything mentioned above, our liabilities under this guarantee is restricted to

`………………/- (Rupees ………………… only). And shall remain valid until unless extension has been

granted to the said contractor(s) and a demand or claim in writing under this guarantee is lodged with us

on or before …………….(date) all your rights under the said guarantee shall be forfeited and we shall be

relieved and discharged from all liabilities there under.

Place:

Date:

TENDER NO. RITES/EXPO/RT560-00007/PROC/COMPLETE CONTROL PANEL & CONTROL DESK/1605

Page 60 of 60

SECTION VIII

PART - 2

FINANCIAL BID

BILL OF QUANTITIES

SCHEDULE OF QUANTITY ITEM RATE TENDER

SL

NO

DESCRIPTION OF ITEM UOM QUANTITY

(Nos.)

QUOTEDUNIT RATE AMOUNT

In Figures

(INR)

In Words

(INR)

In Figures

(INR)

1 2 3 4 5a 5b 5c

1 Complete Control Panel and Control

Desk for 1350 HP Loco’ (DLW Purchase

Specification No. DEL/SPN/247(Rev: 0.0)

Sets. 18

2 Electronic Governor No. 1

3 Items required for normal maintenance

during the warranty period of 24 months

where expected life is considered less

than 24 months and item will be required

for preventive maintenance schedule

within warranty period

Lot

1

4 Any Specific Tools, Test Bench etc

which will be essential for routine

maintenance of the locomotives at

Set 1

5 PACKING

6 INSURANCE

7 FREIGHT

8 TAXES (As applicable)

9 OTHERS (To be Specified)

Total

In

figures

In

words

(For official use only)  

Hkkjr ljdkj jsy ea=ky;

GOVERNMENT OF INDIA

MINISTRY OF RAILWAYS

Mhty bysfDVªd yksdkseksfVOl gsrq ekbØskizkslslj vk/kkfjr vkVkseSfVd QyS’kj ykbZV

daVªsky] eYVh&lsfVax foftysUl daVªsky ,oa bosUV fjdkMZj dh fof’kf"V

SPECIFICATION FOR MICROPROCESSOR BASED CONTROL SYSTEM WITH AUTOMATIC FLASHER LIGHT CONTROL, MULTI-SETTING

VIGILANCE CONTROL & EVENT RECORDER FOR DIESEL ELECTRIC LOCOMOTIVES (ALCO)

fof’kf"V la[;k ,e-ih-0-2400-26 ¼la’kks-&0-06½

ekpZ 2010

SPECIFICATION NO. MP.0.2400.26 (Rev.0.06)

March 2010

vuqla/kku vfHkdYi ,oa ekud laxBu

y[kuÅ & 226 011

RESEARCH DESIGNS & STANDARDS ORGANISATION

LUCKNOW - 226 011 

   

&??Ffb/~ele : 2492 XXX 2493 XXX

No. SD.DEV.lVlCS

o m a m - % ? r ~ qFimNm*m*

FlWl3 - 226 011 Government of India-Ministry of Railways Research Designs & Standards Organisation

Lucknow - 226 01 1

CORRIGENDUM

Date: 18.06.10

AN I S 0 9001 CERTIFIED

ORGANIS ATION

All ClVlEs As per mailing list

Sub: MBCS Ref: RDSO spec. MP.0.2400.26 Rev.06

Following paras of the referred spec. may not be considered at present as it requires further development and changes in SW:

a. Para 5.18 for customising display screen to bi-lingual b. Para 5.16 Micro driven flasher light

DA: Nil (Ani l .KU mar)

for Director General I MP

Copy to 1. CMEIP, Diesel Modernization Works, Patiala. Fax no. 01 75-2306735. 2. CDE, Diesel Locomotives Works, Varanasi, Fax No. : 0542-22701 04. 3. CWM,

a) Southern Railway Workshop, GOC/Tirchchirapalli- Fax No.: 0431 -2491 542. b) Central Railway Workshop, Parel, Mumbai- Fax No.: 022-24.1 35326. c) South Eastern Railway Workshop, Kharagpur- Fax No.: 033 - 24395879. d) Eastern Railway Workshop, Jamalpur- Fax No.: 06344 - 243205. e) Western Railway Workshop, Ajmer- Fax No.: 0145-2663732.

4. MIS. Medha Servo Drives Pvt. Ltd., P-4/5B, I.D.A., Nacharam, Hyderabad- 50007. Fax: 040-27174908

5. MIS. Siemens Ltd., 4 A, Ring Road, l.P.Estate, New-Delhi-110 002. Fax011-23736274

6. MIS. GE Transportation Systems, AIFACS Building, 1, Rafi Marg, New Delhi. FaxO11-23355933

CONTENTS  

Clause Description Page no.

1.0 INTRODUCTION 1

2.0 PERFORMANCE & OTHER REQUIREMENT 1

3.0 SCOPE OF SUPPLY 2

4.0 OPTIONAL FEATURES

2

5.0 FUNCTIONAL REQUIREMENTS 2

5.1 Alternator Excitation control 2

5.2 Tractive Effort Limit 3

5.3 Wheel Slip Control 3

5.4 Fail safe feature & protection to the equipments 3

5.5 Loco Over Speed Alarm & protection 3

5.6 Aux Gen Excitation Control 3

5.7 Propulsion Control

3

5.8 Engine Control 3

5.9 Power Setter (MU Operation) 4

5.10 Extended Range Dynamic Braking 4

5.11 Low idling feature on locomotives fitted with MCBG, 4

5.12 Control of Auxiliaries 4

5.13 Pre and Post lubrication:

4

5.14 Automatic Emergency Brake System 4

5.15 Multi-Resetting Vigilance Control

4

5.16 Flasher Light Control 4

5.17 Automatic Flasher Light Control 4

5.18 Display Screen and facility of fault data analysis through display 5

5.19 User Settable Parameters,

5

5.20 Data logging, Fault Management & Diagnostics

5

5.21 Event Recorder 5

5.22 Memory Freeze of the Event Recorder 6

5.23 Self Test 6

5.24 Analog meters interface 6

5.25 Test Modes 6

5.26 Fuel Oil Level recording and Display (Optional) 6

5.27 Auto Control of Engine Stop (ACES) (Optional) 6

5.28 Distributed Power (Optional) 6

5.29 High-speed cruise control (optional) 6

5.30 Integration with DIGITAL AIR FLOW Meter(optional) 6

5.31 Integration with FIRE ALERTER (Optional) 6

5.32 Integration with REMMLOT(Optional) 6

5.33 DIALS TFT DISPLAY (Optional) 7

5.34 MOBILE (Micro Operated Based Integrated with Loco Electronics (Optional) 7

5.35 END -OF - TRAIN TELEMETRY (Optional) 7

5.36 Auto creep control 7

5.37 Speedometer 7

5.38 Multiple unit operation 7

5.39 Meggering 7

5.40 Design of the System 7

5.41 Identification Plate 7

5.42 Climatic, environmental condition & testing 7

5.43 FIELD TRIALS 8

5.44 Warranty, Support for Preventive & Breakdown maintenance 8

5.45 System integration 8

5.46 TRAINING 8

5.47 Documentation 8

5.48 Annexures 9

 

******* 

Specification of complete microprocessor based control system with automatic flasher light control, multi-setting vigilance control and event recorder for Diesel Electric locomotives (ALCo)

Specification no. MP.0.2400.26, Rev.0.06, March 2010  Page 1 

1.0 INTRODUCTION

This specification is for Microprocessor based AC-DC Locomotive Control System for ALCO type Diesel Electric Locomotives/ retro fitment of locomotive with “E” type controls. As far as possible required Details have been provided however tenderer may deputes engineer to RDSO for obtaining further information. The development of MBCS shall be as per latest RDSO guidelines No. MP.GD.12.

The details of some of the type of locomotives are as under:

Loco type WDM3F(GE) WDM3D WDG3A WDM3A WDS6 Gross HP under

UIC condition 3600 3300 3100 3100 1400

Traction Alternator / Generator

GTA24H / GTA11H TA10102 TA10102 TA10102 TA 10106

Traction Motor TM752AH TM4907 TM7362A

TM4907, TMC1001 TM4907 TM165

Exciter 5GY27M2 AG3101 AG3101 AG3101 AG2210

Aux Gen 5GY27L2 AG3101AY AG3101AY AG3101 AG2513

Transition Alternator transition

2S3PFF-2S3PFS, 6PFF

2S3PFF -2S3PFS

2S3PFF-2S3PFS 2S3PFF

Gear Ratio 18:65 18.65 18.74 18.65 18.65 Max Speed, Kph 120 120 100 100 71

This revision is for incorporating additional features and to enable system to be ready to interface with additional new sub-system likely to be implemented in near future. The new features/subsystems are listed in the following table.

2.0 PERFORMANCE & OTHER REQUIREMENT 2.1 The system hardware and software offered shall be of proven design having trouble

free service performance on diesel electric locomotives on established Railway systems. The tenderer shall furnish a list of the offered equipment supplied by them to other Railways, giving relevant details and evidence of its satisfactory performance.

2.2 The prototype system shall require only minimal changes in the physical layout and

operating function of existing equipment in the driver’s cab, controls, switches, indication lamps, and such changes shall be made by mutual agreement. Internally, however all such equipment shall be interfaced directly with the microprocessor system, existing circuits being discarded completely, except for lighting circuits, to enable all control actions to be routed through the microprocessor control system.

2.3 All issues of system integration and interfacing with third party system shall be the

responsibility of approved vendor of this system. The vendor will provide complete details.

2.4 Change in performance, functionality and deviation for scope if any with the proposed system, shall be brought out clearly in the offer and approval of RDSO should be obtained.

Specification of complete microprocessor based control system with automatic flasher light control, multi-setting vigilance control and event recorder for Diesel Electric locomotives (ALCo)

Specification no. MP.0.2400.26, Rev.0.06, March 2010  Page 2 

3.0 SCOPE of Supply

i. The complete microprocessor control system as per this specification. ii. The complete control panel fully wired and equipped with control gears

(integrated with power and control items) as per tenderer requirement (Optional).

iii. Suitable sensors for engine & Traction Motor speed including speed sensing gear kit (not applicable for DLW), pressure sensors for Water Pump, lube oil, MR, BP, BC & atmospheric, temperature sensors for engine water, lube oil, Ambient, voltage/current sensors etc. required to cover the specification’s functional requirements. All the sensors to be supplied with mounting brackets/ fittings/ weld nuts with suitable inside threading for sensor fixation to outer diameter as per hose size decided by IR along with suitable mounting lead and the protective flexible (PVC coated) conduits as per requirement. The temperature/pressure sensors to have ¼” NPT threading (piping interface). All the units shall be metric standard.

4.0 OPTIONAL FEATURES

Interfacing/Provision for these features if required at a later date should be provided without any additional cost of software. However, additional equipment required shall be provided by Railways as per the details/or may be part of the PO.

Features Applicable for New/Rebuilt Locos

Applicable for zonal Railways

Distributed power Control Yes Yes Fire alerter Yes No Auto Creep Control Yes Yes

DIALS (TFT display) Yes Yes CCB with Blended Brake Yes No ACES (Auto Control of Engine Stop) Yes Yes EOTT Yes Yes High-speed cruise control Yes Yes

Micro driven Speed indicator- Yes Yes Extended Range Dynamic Braking feature Yes Yes Remote Monitoring & Management of Locomotives and Trains(REMMLOT)

Yes Yes

DIGITAL AIR FLOW Meter Yes Yes Fuel Oil Level measurement Yes Yes

If there is any requirement of sensor(s) for above optional features over and above those already provided for the main microprocessor system, the same shall be spelt out clearly in the offer.

5.0 FUNCTIONAL REQUIREMENTS The microprocessor control system shall have following features:

Sn Functionality Description

1. ALTERNATOR EXCITATION CONTROL during

The system shall control the exciter field strength to obtain required GHP and ensure Volt and current limit of alternator. Correction factor for GHP shall be as per RDSO publication

Specification of complete microprocessor based control system with automatic flasher light control, multi-setting vigilance control and event recorder for Diesel Electric locomotives (ALCo)

Specification no. MP.0.2400.26, Rev.0.06, March 2010  Page 3 

Sn Functionality Description traction and braking no. MP.MI.10 (latest). Unused auxiliary power, whenever

unloaded or partially loaded shall be utilized for traction such that the GHP does not exceed the max. value. Restricts excitation in the event various parameters water temp, grid current, power ground, TM Temp (based on thermal modeling) going beyond limit.

2. TRACTIVE LIMIT to 30.5 tonne (User settable)

Through A switch / input through display unit.

3.

WHEEL SLIP CONTROL during motoring and dynamic braking & Adhesion Improvement

System shall have wheel creep – based slip and slide control and automatic sanding to maximize adhesion in all weather conditions. In case of failure/ malfunction of TM speed sensors, system shall employ with TM current/voltage dependent algorithm. The system shall have automatic wheel wear diameter compensation. Minimum improvement of adhesion over the conventional loco by 10% and 15% on dry rail with sanding, in unsanded and 3% in wet condition (starting, running, braking) to be validated during trial. TE shall be reduced in steps with the experience of wheel slip and slide beyond the regular creep range for minimum time and shall have adequate protection for locked axle/excessive slipping/Pinion Slip/TM Over speed. Manual sanding for front and rear sanders shall be provided.

4.

FAIL SAFE FEATURE & Protection to the equipments

The equipment shall have failsafe feature where, in case of a system failure the system goes to SAFE MODE so as not to cause any damage to any equipment controlled by it. Protective actions shall include automatic action to isolate defective assembly, request to driver for manual corrective action, shutting down or idling engine in emergency situations. The system shall have fault tolerance feature to keep locomotive in operation or downgraded till it completes trip safely

5. Loco Over Speed Alarm & Protection

System shall be able to give audio-visual warning at pre-desired maximum permitted speed & protection

6.

AUX GEN EXCITATION CONTROL

A 64 V battery is available for meeting the power requirement of the system. During cranking, the battery voltage may drop to around 22V for about 0.8 sec. Shall regulate the AG voltage within 72+1V, 160 Amp (user settable) Shall monitor battery charging and protection be provided against deep discharge and over voltage of battery.

7.

PROPULSION CONTROL

Operate the locomotive i.e. starting, stopping, traction, braking, field weakening and motor transition etc. including implementation of safety features and protection of all traction equipment.

8.

ENGINE CONTROL The Engine RPM and load control shall be through MCBG to RDSO specification no. MP.0.17.00.01. The notch, LCP, engine rpm, Lube oil, fuel oil and booster air pressure signals signal shall also be communicated through RS 485 port with MCBG. RDSO shall facilitate in exchange of data between two systems.

Specification of complete microprocessor based control system with automatic flasher light control, multi-setting vigilance control and event recorder for Diesel Electric locomotives (ALCo)

Specification no. MP.0.2400.26, Rev.0.06, March 2010  Page 4 

Sn Functionality Description However, Lube oil pressure sensing shall be at both ends to have redundancy. If required 72V notch and LCP signal reference signals for Woodward PGEV-8 governor and shall be made available in conventional manner.

9. POWER SETTER (MU Operation)

In this mode, when selected by the driver, all rear locomotives shall run in idle. Dynamic brake shall work normally in both the locos at all times.

10.

EXTENDED RANGE DYNAMIC BRAKING i.e. higher breaking effort at lower speed system

The system shall have software and input/output capability to implement this feature if the locomotive is equipped requisite additional contactors as RDSO modification sheet no. MP.MOD.EC.05.26.09.

11.

LOW IDLING FEATURE on locomotives fitted with MCBG

The system shall bring the engine to 350 rpm, if engine is running at idle at 400 rpm continuously for 5 minutes and Lube Oil Pressure is more than 1.7 kg/cm². If LOP reduces below 1.2 kg/cm² RPM shall revert to normal 400 rpm. Refer RDSO Instruction Bulletin No. MP.IB.EN.08.43.08

12.

CONTROL OF AUXILIARIES

1. System shall control Unloading/ loading of Air Compressor when MR Pressure is 10/8- kg/cm².

2. System control Radiator Fan based on temp of cooling water by means energizing R1 & R2 Contactors. RPM measuring may be displayed for radiator fan speed (control system to have direct feedback of radiator fan speed). However this feature is not mandatory.

13.

PRE AND POST LUBRICATION: System would control same 72V-1.5 hp lube pump (if provided)

Carry out pre-lubrication for 60 second If the locomotive is started after half an hour from the last shut down. A counter shall display the time left for completion of pre lubrication before cranking. Post lubrication shall be done after every shut down for 5 minutes and Display of message showing post lubrication is in process.

14.

AUTOMATIC EMERGENCY BRAKE SYSTEM

System should automatically operate to apply the brake at a pre-determined speed through user variable parameter option. Provision for manual switch with resetting of the system from the lead locomotive shall be kept. Norms for AEB Penalty Brake Application confirm to RDSO Instruction bulletin no. MP.IB.EC.01.02.08.

15.

MULTI-RESETTING VIGILANCE CONTROL

The system shall have Vigilance Control feature, functionally conforming to RDSO latest spec. no. MP.0.3400.04. Pressure sensor for Brake Cylinder pressure sensing will be taken from delivery pipeline of brake cylinder charging C2W relay valve. However, VCD shall not be active during cranking, speed is ≤ 3 Kph, BC ≥ 1.3 kg/cm2. If locomotive is provided with CCB, system shall give a command to CCB for penalty brakes application during VCD & AEB operation.

16. FLASHER LIGHT CONTROL

Flasher Light shall be driven by the system directly and replace the existing control unit.

17.

AUTOMATIC FLASHER LIGHT CONTROL

Flasher light shall glow automatically even if flasher light switch is in OFF position along with audio visual indication to the drive whenever, BP is less than < 4.4 kg/cm² (reset at 4.7) and A-9 pilot air pressure > 4.8 kg/cm²

Specification of complete microprocessor based control system with automatic flasher light control, multi-setting vigilance control and event recorder for Diesel Electric locomotives (ALCo)

Specification no. MP.0.2400.26, Rev.0.06, March 2010  Page 5 

Sn Functionality Description (this condition shall only be effective for 60 sec after that only first condition is valid) however, audio signal can be reset by a separate switch.

18.

DISPLAY SCREEN AND FACILITY OF FAULT DATA ANALYSIS THROUGH DISPLAY

All the message and information to the drivers and maintainers shall be given through a suitable alphanumeric display of minimum 4 lines and 40 characters, preferably 256X64 pixels graphical display. Display Screen shall be configurable. System shall have provision to see the logged fault history on Display Unit. This fault history shall have all faults with frequency (code wise), Faults since date and all faults in chronologically recorded with the real date and time of the occurrence. Display shall have provision for customising the display screens with selectable parameters as User programmable display screens. Display of various parameter on DID including messages, User Inputs. LED indication and audio buzzer. Display shall be Customisable to bi-lingual with selectable parameters.

19.

USER SETTABLE PARAMETERS

The system shall have user settable parameters with password protection. It shall be possible to enable / disable the user programmable feature based on type of loco and its configuration. Parameters shall be as per RDSO Mod sheet No.MP.MOD.EC.05.27.10.

20.

DATA LOGGING, FAULT MANAGEMENT & DIAGNOSTICS

The system shall have built in data logging, diagnostics features and trouble shooting, including indication of fault status, information pack, analysis of the fault data, Classification of faults, fault data pack and provision of necessary information to drivers/maintainers shall be as per Mod sheet No.MP.MOD.EC.05.27.10. However, supplier may propose alternatives for approval of RDSO. Two USB ports shall be provided for downloading through laptop/ Pen drive. The contractor shall supply software for configuring Microprocessor based control system, downloading, and analysis of data. It should be possible to on line monitor and record the various excitation and propulsion parameters through a lap top computer. Analysis software should also support the graphical analysis.

21.

EVENT RECORDER Industrial rugged design separate (take out type) Flash EEPROM based Memory Card under lock and key shall be provided. To down load the data the portable memory card shall be removed from the locked cassette compartment of the control unit connected to USB port of IBM compatible PC, equipped with required software for downloading short and long term to be supplied by the vendor. Short term memory shall be one sec interval for the last 72 hours. Long Term Memory data for 90 days with resolution of 20 secs.

Specification of complete microprocessor based control system with automatic flasher light control, multi-setting vigilance control and event recorder for Diesel Electric locomotives (ALCo)

Specification no. MP.0.2400.26, Rev.0.06, March 2010  Page 6 

Sn Functionality Description

22.

MEMORY FREEZE OF THE EVENT RECORDER

A switch for freezing the data under a sealed glass cover shall be provided. A LED freeze indication shall also be provided. The glass shall be broken, when required, for operating the switch

23. SELF TEST

The system shall be able to run a self-test at user request to verify satisfactory functioning of all component system including Input/ output.

24. ANALOG METERS INTERFACE

System shall be provided with analog output interface for Load Ammeter (FSD 90 mV) and Speed indicator with calibration facility.

25.

TEST MODES

System shall be able to test following (through DID): Radiator Fan, Load meter, speedometer, motor transition, Auto Emergency Braking, Relays, PWM drive, etc. System in password protected test mode and locomotive in standstill and reverser in neutral position shall be able to test engine GHP and control system by connections of alternator output at rectifier terminals with external load box as well as self-load test with dynamic braking grids (up to the grid current limit).

26.

FUEL OIL LEVEL RECORDING AND DISPLAY (Optional)

System shall have provision for acquiring fuel Tank level data on Locomotive fitted with fuel oil level sensor to RDSO specification No.MP.0.24.00.63 latest. Calculation of sfc/consumption would done by the system. Calibration of Fuel Tank shall be done through pre-defined function from micro display Unit/ lap top.

27.

AUTO CONTROL OF ENGINE STOP (ACES) (Optional)

The functionality shall be in accordance with RDSO specification no. MP.0.2400.61 (Latest). However, the system shall be finalized by successful tenderer in consultation with RDSO. Limits of the parameters shall be set through user settable parameters.

28. DISTRIBUTED POWER (Optional)

The functionality shall be in accordance with RDSO specification no. MP.0.400.02 (Latest).

29. HIGH-SPEED CRUISE CONTROL (Optional)

System shall have capability to run the train at predetermined speed entered though DID. However system can be automatically interrupted by the loco pilot.

30.

Integration with DIGITAL AIR FLOW Meter(optional)

The system shall be suitable for interfaced with Digital airflow gauge to RDSO Specification No. MP.0.01.00.18. Digital flow sensor can be offered and it may be suitably integrated with the Microprocessor Controlled air brake system.

31.

Integration with FIRE ALERTER (Optional)

Fire Alert alarm shall be Interfacing (relay output) with the system to

Shutdown the Engine of locomotive with suitable message on Display unit

Apply Penalty Brake through VCD Magnet valve Train line 11 shall be energised for MU operation. FIRE ALERTER shall be as per DLW spec no. DLW/SPN/230.

32. Integration with REMMLOT (Optional)

System shall be interfaced with REMMLOT. Remote Monitoring & Management of Locomotives and Trains (REMMLOT) shall be as per RDSO specification no.

Specification of complete microprocessor based control system with automatic flasher light control, multi-setting vigilance control and event recorder for Diesel Electric locomotives (ALCo)

Specification no. MP.0.2400.26, Rev.0.06, March 2010  Page 7 

Sn Functionality Description MP.0.04.02.04. (latest)

33.

DIALS TFT DISPLAY (Optional)

Analog dials and LED indications on the control stand shall be replaced by a pre configured TFT LCD display screen/s and interfaced with the system for displaying important parameters required for driver. Display screen shall conform to RDSO latest specification no. MP.0.04.00.10.

34.

MOBILE (Micro Operated Based Integrated with Loco Electronics (Optional)

System shall be integrated with MOBILE to RDSO latest specification no. MP.0.01.00.07 and interface shall be as per MP.0.24.00.46. System integration and communication interface, would be the responsibility of the vendor of microprocessor based control system.

35. END -OF - TRAIN TELEMETRY (Optional)

System shall be integrated with END - OF - TRAIN TELEMETRY confirming to RDSO latest specification no. MP.0.2400.53,

36. Auto Creep Control (optional)

System shall have capability to run the train at predetermined low speed entered though DID. However system can be automatically interrupted by the loco pilot.

37. SPEEDOMETER (Optional)

System shall be integrated with speedometer confirming to EMD Part no. 40087769 /40071195.

38.

MULTIPLE UNIT OPERATION

The system shall be capable of multiple unit operation in consist of up to four diesel electric locomotives fitted with either the conventional "E" type excitation and control system or the microprocessor system.

39. MEGGERING It shall be possible to megger by opening two or three connectors only.

40.

DESIGN OF THE SYSTEM

The tenderer shall associate Indian Railway in System engineering, Control Cubicle including cooling arrangement, wiring diagram / wire cutting charts of the locomotive fitted with their system. Prior approval of the RDSO shall take drawings & electrical schematic diagram and of the system. The design shall be far as common with existing systems.

41. IDENTIFICATION PLATE

ID plate Name of Component, Make, Sl. No, Date of Manufacture, Ratings shall be provided on All assemblies / sub assemblies.

42.

CLIMATIC, ENVIRONMENTAL CONDITION & TESTING

The system shall conform to RDSO reliability spec No. ELRS/SPEC/SI/0015 and Type Testing and Routine Testing shall be done accordingly. EMI/EMC tests shall be as per clause 5 of IEC 1000-4 (BS EN 61000-4-3: 1997 Amendment No. 1 (Acceptable test level 2), immunity to types of transient disturbances as per clause 5 of IEC 1000-4-4: 1995 (Acceptable test level 2), immunity to electromagnetic disturbances coming from intended radio frequency (RF) transmitters in the frequency range 9 kHz to 80 MHz. The acceptable test level shall be 2 as per clause 5 of IEC 1000-4-6: 1996. Contractor shall provide all necessary support for satisfactory commissioning of the system at a shed/workshop/production unit. If the system faces any problem, contractor shall arrange

Specification of complete microprocessor based control system with automatic flasher light control, multi-setting vigilance control and event recorder for Diesel Electric locomotives (ALCo)

Specification no. MP.0.2400.26, Rev.0.06, March 2010  Page 8 

Sn Functionality Description debugging through onboard mounted equipments like the oscilloscopes of high accuracy, data logger etc. Validation tests like wiring integrity and installation checks, Hi-pot, insulation resistance, and self tests, complete performance establishment, load box examination, parasitic load management verification, track tests, road run test, etc. Systems on one or two prototypes fitted on locomotives as decided by IR shall be subjected to field trials for one year before clearance is given for bulk supply.

43.

FIELD TRIALS Performance shall be closely monitored and evaluated by RDSO for: • Reliability under actual operating conditions • Advantages for locomotive operation and maintenance • Maintainability of the system Notwithstanding anything that may be specified in this specification, the final responsibility for the suitability of the design shall lie with the contractor and shall carry out all modifications for satisfactory functioning during the period of two years contractor at its cost. Any safety related modifications issued by IR are to be carried out by the tenderer.

44.

WARRANTY, SUPPORT FOR PREVENTIVE & BREAKDOWN MAINTENANCE

The contractor shall guarantee the equipment against design and manufacturing defects for a period of two years from the date of commissioning. The reliability locomotives fitted with the microprocessor equipment should be available for a minimum of 95%. The proposal shall be given for service support to be provided to diesel shed at the shortest notice. IR Staff shall also be associated with the supplier’s engineer for maintenance and operation. If the tenderer does not have adequate service support, his offer will be liable for rejection. AMC beyond warranty period shall be as per DLW’s Spec no. DLW/ALCo/AMC(micro)/01.

45.

SYSTEM INTEGRATION

The tenderer shall be primarily responsible for the system integration of the system offered by them with the other systems on the proto type locomotives. The tenderer on the prototype (at least two different types of locomotives) shall demonstrate the system integration.

46.

TRAINING The contractor shall arrange, free of cost training to the personnel of IR in India or abroad to make them proficient in operation and maintenance of the system and associated equipment. The to and fro fare and living expenses shall be borne by Indian Railways. Details of the training requirements shall be indicated by the tenderer in its offer.

47.

DOCUMENTATION 1. Documents to be furnished with tender documents • Schedule of supply with part number, Outline and general

arrangement drawings, Printed product catalogue and

Specification of complete microprocessor based control system with automatic flasher light control, multi-setting vigilance control and event recorder for Diesel Electric locomotives (ALCo)

Specification no. MP.0.2400.26, Rev.0.06, March 2010  Page 9 

Sn Functionality Description standard data sheet of offered system.

2. Data and documents to be furnished before type testing

• Detailed specifications (technical catalogue and data

sheet) for the equipment offered. • Maintenance schedules for the major equipment • Maintenance manual, Loco operational manuals and List

of spares for maintenance. • Commissioning test procedure for the locos. • Driver's operating instructions and trouble shooting

handbook. • Schematics for the control and power circuit of the

locomotive. Locomotive Circuit descriptions and sequence of operation where necessary

• Detailed trouble shooting directory. • Such design data as may be required by RDSO to

establish the adequacy of the design.

48.

Annexures • Locomotive and E-Type Control Description. • Typical power circuit for WDG3A and WDM3D class of

locomotives • Characteristic curves for traction alternators, traction

motors, exciters, auxiliary generators • Performance curve of the locomotives during Powering

and Braking • List of high priority faults • Schematic of Vigilance Control system • Event recorder • Graphical (expanded) data of speedometer • User settable parameters

___

DaVince Tools
This PDF file was created by an unregistered copy of the shareware program DaVince Tools. For more information about DaVince Tools and how to register your software (which will remove this notice), visit http://www.davince.com
DaVince Tools
This PDF file was created by an unregistered copy of the shareware program DaVince Tools. For more information about DaVince Tools and how to register your software (which will remove this notice), visit http://www.davince.com

r -I FINI SH R:lLQ-< oVFO..G-l Q EAN I I'G ~KE . 'l NI N2 N3 N'I N5 t-fj m 1\13 N9 NIO Nil NI2 lILT . VERIFIED APPROVE, APPROVED :> NO A L T ER A TID N DATE REASON BY BY BY

r-IO FUO<E OJT I B, CHA~ !l.ft'1££ R>.-Gft:SS Ro' ~ 025 050 0 I 0 2 04 0 8 I 6 32 63 125 25 50 • SSE/VEH SDE /VEH Oy .CDEIV

r-----------~~~~~~-----RE-MO--V-ED--1 v~~ ro ISo 3n,~S:~:r::.. -t~~~~. ~~~. "r-.~\)\Vr\/~~. ~,.--r-.--~\I\I~. ~~.--r--. ~~=r--tro,-r---t----------------------------t-----!----------t-----II-----t-----1

1708 -­-­-+j

14-- 854 ­ - --1"1

r­ _

~____________________-" __ L­

N lfl

NO.OFF DESCRIPTION & DI I.ENSION ITEM PART NO .

TH IS IJlAW IMl IS A FIUUlTY IF 1l..J(/I~ I AN RA ILWAYS oWl 'H'Il>WJlI-Oll$J If.E (F

TIE IJlAWIMl _ ILL IE IlffiIWHJ ILL I&<. oWl ll.W/I ~ 11oN lu rAYS WILL HAVE AII}iT

TO IN ITI AlE LEGI>l FRllEDINE 1&.1i'6T TI£ [u"AU.TERS.

0: « ~ z « >­~

GROUP ' ELECTRI CAL

OUT INE CP

i::.:~;·O~ UNTOLERANCED DIMENSION K: ~-::-\ 1 - U'-:'0<1\ .:\o....l1t11\~\,;..\i-Io_-_-_-_-_-_-_-_-_-_-_-_-_-_-_~-_-_-_-_-_-_-_-_~---' .:A-~. .r:+::l. 0 I ESEL 1P5U ING AUTH:JR ITY ! 55E/RECCRlS / 1 '\ I w 'I -....-I'"~ \u ' - 01.\ ~ ... I L~~~D~I ~~~~I ~ON~A~RE=-~IN--mm--.---------;~D~Y~. 'C~DE~/-V-E-H--t--AD~-E-/-V£-H~--r---------A-S-SL--Y-. -P-AR--T-NO--.--------------~I

LOCOMO TIVE VARAN AS I

WORK S

Wt./LNIT MATERIAL SPECIFICATION

SlPERSEDED BY

SCJ'LE:

PRO.£CT ION

~

ALT. I

DRG

I

VERIF I ED PI_ 1/).9 6Y S.S.E/V ~

0-0 .

1l'lN.

I

NOo-TPL- 4773

·.x -TEAMCENT£R