56
1 Uttar Pradesh State Road Transport Corporation Parivahan Bhavan, Mahatma Gandhi Marg Lucknow-226001 (U.P.) (A Government of U.P. Undertaking) Tel. No.: 0522-2628742, 2611107, 2625453 & Fax: 0522-2628841 Tender Documents For Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No. 707 MT/2014-39MT/2014 (Bus Body) Dated: 31.03. 2014 (Two Bid System) Sale of Tender Form - 31.03.2014 to 17.04.2014 Last Date Sale of Tender Form - 17.04.2014 till 13:00 PM. Last Date of Submission of - 17.04.2014 till 14:00 PM. Tender Form (Technical/Financial) Date of opening of Technical Bid – 17.04.2014 at 15:00 PM. Price Rs. 50,000/+VAT(Non Refundable ) Tender Form No. Downloaded from www.upsrtc.com

Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

1

Uttar Pradesh State Road Transport Corporation Parivahan Bhavan, Mahatma Gandhi Marg

Lucknow-226001 (U.P.) (A Government of U.P. Undertaking)

Tel. No.: 0522-2628742, 2611107, 2625453 & Fax: 0522-2628841

Tender Documents For

Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH

Tender No. 707 MT/2014-39MT/2014 (Bus Body) Dated: 31.03. 2014

(Two Bid System) Sale of Tender Form - 31.03.2014 to 17.04.2014 Last Date Sale of Tender Form - 17.04.2014 till 13:00 PM. Last Date of Submission of - 17.04.2014 till 14:00 PM. Tender Form (Technical/Financial) Date of opening of Technical Bid – 17.04.2014 at 15:00 PM.

Price Rs. 50,000/+VAT(Non Refundable )

Tender Form No.

Downlo

aded

from

www.upsrt

c.com

Page 2: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

2

Uttar Pradesh State Road Transport Corporation Parivahan Bhavan, Mahatma Gandhi Marg,

Lucknow -226001. (UP) (A Govt. of U.P. Undertaking)

(Tel No:0522-2628742,2611107,2625453 & fax 0522-2628841)

Tender Notice Tender No. 707 MT/2014-39MT/2014 (Bus Body) Dated: 31.03. 2014 Sealed tenders are invited from well established only AIS 052 (ARAI Pune/under the process of accreditation) firms of repute in BUS BODY BUILDING having their own workshops equipped with modern technology and facilities for fabrication of AC type bus bodies on BS-III Diesel chassis, along with Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years. The Corporation intends to go for fabrication of approximately 40 bus bodies conforming to CMVR & UPMV Rules on Diesel Chassis as per details given hereunder:

SL. Particulars No.

TECHNICAL BID & FINANCIAL BID FOR

Fabrication of AC Bus Body on Diesel Passenger Chassis 40 BS III Norms HAVING WB 5500-6200 MM, 60% ROH along with along with Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years

a) Earnest money in form of D.D. is must @ 2% of estimated cost with technical bid ie Rs. 20

Lacs (Rs Twenty Lacs only) in favour of Secretary, U.P. State Road Transport Corporation, Lucknow.

b) Firms are required to offer, “TECHNICAL & FINANCIAL BIDS in Separate Sealed Envelopes".

c) Financial Bids shall be opened only for those Tenderers who qualify technically & their technical bids are accepted by the corporation.

d) Tender Form shall be available from, U.P. State Road Transport Corporation HQ, Lucknow on submission of Tender cost (Rs. 50,000/+VAT( non refundable) in form of D.D. in favour of Secretary, U.P. State Road Transport Corporation, LKO. from 31.03.2014 to17.04.2014.

e) Last date for submission of Tender Form is 17.04.2014 upto 14:00PM. f) Technical bid shall be opened on 17.04.2014 at 15:00PM at UPSRTC, HQ, Lucknow. g) All other details are available in tender form. h) Tender form may also be downloaded from UPSRTC website www.upsrtc.com & prescribed

tender fee has to be deposited at the time of submission of tender form. i) Any addendum/corrigendum shall be uploaded on UPSRTC website www.upsrtc.com in future.

Bidders are advice to visit our website from time to time before submitting the bid.

U.P. State Road Transport Corporation reserves the right to increase/decrease quantity or to reject tender without assigning any reason.

Add. Managing Director

Downlo

aded

from

www.upsrt

c.com

Page 3: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

3

U.P. STATE ROAD TRANSPORT CORPORATION TEHRI KOTHI, LUCKNOW

Tender No. 707 MT/2014-39MT/2014 (Bus Body) Dated: 31.03. 2014 M/s. __________________________ ______________________________ ______________________________ SUB: Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH with ordinary seating module. Along with Annual Maintenance contract of A.C. plant & accessories for 4 years Dear Sir(s):

With reference to your tender notice published in the news paper/UPSRTC website, I/We hereby tender to fabricate AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH with ordinary seating module to UPSRTC as per terms and conditions enclosed. I/We have read the terms and condition of tender attached with the tender form and agree to abide them. An earnest money of Rs. 20 Lacs ( in words Rs. Twenty Lacs only) in the form of D.D. No._...........................dated _................. drawn on ………….. only from Nationalized Bank in favour of Secretary U.P. State Road Transport Corporation of Lucknow. giving reference of the tender no. is enclosed along with the bill of quantity, terms and conditions and Tender Form duly signed and stamped. The security in shape of earnest money can be forfeited by U.P. State Road Transport Corporation if I/We fail to fulfill the conditions of Tender in case an order is placed on me/us or the offer is withdrawn by me/us unilaterally. 1- Signature of Witness Address : Yours faithfully

Date : (SIGNATURE OF TENDER IN FULL) (WITH DUE STAMP) 2- Signature of Witness Address : Date : Note : Tender form contains- 79 Pages, includes bill of quantity, Annexure 1-a, 1-b, 1-c, 2-a, 2-b, 2-

c & Technical Specification and General Terms & Condition of U.P. State Road Transport Corporation.

Downlo

aded

from

www.upsrt

c.com

Page 4: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

4

01 Instructions: a) Tender must be on the annexed form and along with annexed general conditions and schedule duly

signed and stamped by the tenderers with seal. b) Before the tender is delivered, the tenderers must fill in the blanks in it and the schedule annexed there

to. c) Tender form not accompanied with ANNEXED SCHEDULE duly filled in all respects, as per the

instructions given below will be liable for rejection.

02 OFFER SHALL BE IN TWO PARTS i. The tenderer/s shall submit offer in two parts i.e. (both technical & financial bid for bus body fabrication and AMC should be given) PART-A: Technical Bid shall consist of general condition of technical capability, Technical questionnaire formats, Form of Tender, Terms & Condition and specifications. Prices shall not be mentioned anywhere in Part-A. PART-B: Financial Bid shall contain the Price Schedule only in the prescribed format. All details except for the price shall be furnished in the Technical bid. The Tenderer shall quote separately for all the items mentioned in the tender documents. ii. The offers shall be submitted in sealed separate envelopes consisting of Part- A Technical bid with Earnest Money Deposit & Part- B Financial Bid. The two separate envelopes shall be addressed to the Corporation and marked thus: a) PART-A: Technical Bid from (name of the tenderer) against Tender No. 707 MT/2014-39MT/2014 (Bus Body) Dated: 31.03. 2014, DUE ON 17.04.2014 b) PART-B: Financial Bid from (name of the tenderer) against Tender No. 707 MT/2014-39MT/2014 (Bus Body) Dated: 31.03. 2014 All envelopes shall indicate the name & address of the tenderer to enable the Corporation to return the tender unopened in the event of the tender is declared “Late tender”. iv. If the outer envelope is not sealed and marked as required herein before, the Corporation shall assume no responsibility for misplacement or pre-mature opening of the tender. 03 GENERAL TERMS & CONDITIONS. a) The tenderer/s are required not to subject their tenders to hedging conditions such as offer subject to the availability of stock, offer subject to confirmation at the time of order, rates subject to market fluctuations, offer with expired stock etc. as such conditions shall disqualify the tender. b) Quotation and remarks must be either in ink or type written. Tenderers are required to sign the form of tender, schedules, terms & conditions etc. Unsigned tenders shall be rejected. The Tenderers must initial all corrections, whatsoever made in the tender. c) The corporation reserves the right to reduce or increase the number of bus bodies to be constructed and supplied at the time of placing the order during the tenure on the rates quoted for the tenders. The Corporation will entertain no change in the schedules or delivery of bus bodies. However, Consideration on any point in dispute, will be given by the Managing Director, at his discretion on merits of each case. 04 EARNEST MONEY : A sum of 2% of the total estimated cost i.e. Rs. 20 Lacs (Rs. Twenty Lacs only)for bus body Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years diesel buses in the form of DD only from NATIONALISED BANK in favour of Secretary, U.P. STATE ROAD TRANSPORT CORPORATION, LUCKNOW giving reference of the Tender Number should be paid as EARNEST MONEY along with PRE-QUALIFICATION TECHNICAL BID. In case of non-receipt of EARNEST MONEY with PRE-QUALIFICATION TECHNICAL BID, Financial tenders shall not be considered for OPENING, EVEN IF THE FIRM IS TECHNICALLY QUALIFIED.

Downlo

aded

from

www.upsrt

c.com

Page 5: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

5

Earnest Money in the form of FDRs / CHEQUES etc will not be accepted. No interest shall be paid on this deposit. The earnest money of unsuccessful bidder shall be refunded once orders are placed, and shall be adjusted towards security money for successful bidders. Earnest money deposited will be forfeited if: - i) the tenderers fails to deposit the required security as prescribed under clause no 01 page 27of the General condition of the tender. ii) Tender is withdrawn within the period of its validity of 12 months from the date of opening of tender. 5. ADDRESSING TENDER The Technical & Financial Tender should be given in 2 separate envelope super scribing following. (1) FOR "TECHNICAL BID FOR THE Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH along with Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years. & (2) FOR "FINANCIAL BID FOR THE Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH along with Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years.

TO THE CHIEF GENERAL MANAGER (TECH.)

UP STATE ROADTRANSPORT CORPORATION HEAD QUARTER, LUCKNOW.

For Technical bid: The last date for receipt of TENDER IS 17.04.2014 upto 14:00PM Tenders should be put in the TENDER BOX PLACED IN THE CHAMBER OF Chief General Manager (Tech.) U.P.S.R.T.C. Lucknow or send by REGISTERED/SPEED POST to reach on the aforesaid addressed before the schedule date and time. 05 OPENING OF TENDERS The technical bid will be opened on 17.04.2014 at 15:00 PM in the presence of tenderers or their AUTHORISED REPRSENTATIVE who may wish to be present. 06 ACCEPTANCE OF TENDER: The Corporation is not bound to accept the lowest or any tender, neither to assign any reasons for rejection of the tenders. The tenderers on his part is bound by his offer. EARNEST MONEY OF UNSUCCESSFUL TENDERS: Earnest money deposited by the unsuccessful tenderers will be returned as soon as possible after the tender has been finalized. No interest shall be paid on earnest money by U.P.S.R.T.C., or any other party, whosoever. DISCHARGE OF TENDER CONDITIONS: The Managing Director reserves the right to reject any tender which does not confirm to any of the above mentioned instructions or which does not accept the conditions laid down by U.P.S.R.T.C.

Downlo

aded

from

www.upsrt

c.com

Page 6: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

6

U.P. STATE ROAD TRANSPORT CORPORATION TEHRI KOTHI LUCKNOW

Tender No707 MT/2014-39MT/2014(Bus Body) Dated: 31.03. 2014 Cost of Tender Form and Date of submission of tender: Specifications 17.04.2014 UPTO 14:00PM Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH along with Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years

Date of opening of TENDER Technical Bid: 17.04.2014 AT 15:00 PM

TENDER FEE Rs. 50,000/- (Rs. Fifty Thousand only) & VAT(NON REFUNDABLE) TENDER FORM for Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH along with Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years.

SIGNATURES OF THE ISSUING OFFICER

WITH DATE AND SEAL OF OFFICE.

Name and address of the Firm in whose favour the Tender form is issued. M/s._________________________________ ____________________________________ ____________________________________

Downlo

aded

from

www.upsrt

c.com

Page 7: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

7

PART - 1

GENERAL CONDITIONS

RELATING TO

TECHNICAL CAPABILITY

Downlo

aded

from

www.upsrt

c.com

Page 8: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

8

INTRODUCTION: To judge the capability of the Body Builders who are willing to undertake fabrication work of different type of bus bodies, certain technical and financial information is required to be furnished so as to consider the financial bids of such Body Builders. The capacity and capability of interested Body Builders shall be judged by taking into account (i) the experience and past performance (ii) type and quality of equipments, plants, financial position and availability of expert man power. 2. A PRE-QUALIFICATIONS FOR AC BUS BODY BUILDER: The pre-qualifications of Contractors shall be judged in respect of following points which is mandatory. In case of not meeting these points the tenderer may be disqualified. These must be supported by relevant document wherever necessary. This should be furnished only in the format attach in table forming schedule “J”. 2.1. Bidders shall be a manufacturer of Bus Bodies for a minimum of last 5 years and should be the manufacturer of AC deluxe/Luxury coaches bus bodies for minimum 2 years and should have fabricated Deluxe Bus Bodies of minimum three Government departments/State Road Transport Undertaking. Bidders should confirm adequate availability of spare parts in India for the Bus Bodies offered in the bid. The bidder should have fabricated AC Bus Bodies for minimum two OEM's (Original Equipment Manufactures/Vehicle Manufacturers). For last 2 years.

2.2.. The cumulative Turnover of the tenderer, from the body fabrication during last three financial year (2010-11, 2011-12, 2012-13,) should not be less than 45 crore (Forty five Crore).

2.3 Must have Tools & Plants as per list below. 2.3.1. 7/9 TANK phosphating/zinc passivation plant with proper heating arrangement and

water rinsing arrangement as per IS: 3818:1966 up to date.

2.3.2. Chromotising Plant:

2.3.3. Shower testing of complete vehicle:

2.3.4. Battery chargers of suitable capacity.

2.3.5. Air compressor of high capacity along with tyre inflating arrangement

2.3.6. Panel stretching machine.

2.3.7. Press brake machine of capacity minimum 120 MT (Assorted)

2.3.8. Sheering machine of capacity 6 mm thick

2.3.9. MIG welding equipments 20 nos. minimum

2.3.10. DG set minimum 200 KVA (assorted)

2.3.11. Suitable painting booth with spray-painting arrangement

2.3.12. Suitable fixture for bending of roof sticks, pillars etc.

2.3.13. Pneumatic riveting machine minimum 4 nos.

2.3.14. Portable drill m/c, grinders and other hand tools required for fabrication Work. 2.3.15. Side Panel Rolling Machine. 2.3.16. Roof Panel Rolling Machine. 2.3.17. Powder Coating Plant. 2.4. Bidders should have in-house design facilities and modern R&D equipped with testing lab. 2.5. Minimum bus body building capacity = 50 No. Per month.

Downlo

aded

from

www.upsrt

c.com

Page 9: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

9

2.6. Assurance of quality by accepting penalty clause. 2.7. Positive feed back from minimum 2 STU's/Govt. Dept/Vehicle Manufacturer 2.8. Leak testing facilities. 2.9. Registration in government department. 2.9.1) Sa1es Tax/Excise/Income Tax/Clearance Certificate 2.9.2) Factory license 2.9.3) Insurance 2.9.4) License from Sales/Excise department. 2.9.5) Power availability & Water supply 2.9.6) Ownership of the factory 2.9.7) Partnership deal 2.10 Phosphating depth measuring equipment. 2.11 Dry film thickness measuring equipment. 2.12 Hardness testing machine. . 2.13 Pre-delivery Inspection facilities. 2.14 Suitability consideration for AC Luxury bus body. (i) 7/9 stage hot phosphating plant fbr MS. Channels, and tubular Preferably nine stage

phosphoting arrangements. (ii) Rolling Machine and stretching jig for forming and fixing the stretch panels to avoid

wrinkles and waving's. (iii) A separate booth for painting with baking arrangement. (iv) MIG/SAG welding equipment for superior quality of weld. 3.1 The bidders are required to submit the details with regard to their technical know-how to the Chief General Manager (Tech.) UPSRTC Lucknow.

Downlo

aded

from

www.upsrt

c.com

Page 10: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

10

3. INSTRUCTIONS TO APPLICANTS:

3.1 Technical information questionnaire, as enclosed herewith should be submitted in duplicates with technical bid, to THE CHIEF GENERAL MANAGER (TECHNICAL) by due date and time, indicated in the tender notice. These shall be sealed in an envelope and submitted on or before prescribed date and time specified in the tender notice.

3.1.1 The technical information questionnaire consists of 11 formats pertaining to the items listed below: -

a) Schedule 'A' regarding Organizational set up. b) Schedule 'B' regarding Financial Status> c) Schedule 'C' regarding Factory Area, Plant and Machinery. d) Schedule 'D' regarding work experience & Production capacity. e) Schedule 'E' regarding Technical man power availability. f) Schedule 'F' regarding quality assurance measures availability. g) Schedule 'G' regarding information pertaining litigation / debarring/ expelling of tenderer. . h) Schedule 'H' regarding joint venture data. i) Schedule 'I' regarding Affidavit. j) Schedule 'J' regarding Mandatory Pre-Qualification Bid questionnaire.

3.2. Technical Bid Application, if so needed the applicants may enclose copy of the documents/brochures providing the relevant additional information.

3.2.1 Each page of the Technical information document should be signed by the Applicant or by the Authorized Representative. Incomplete and inappropriately filled in applications are likely to be rejected. If the application is made by a firm in partnership / proprietary, then, it shall be signed by all the partners of the firm indicating their full names and addresses. A certified copy of the partnership deed may also please be enclosed. 3.2.2 If the application is made by a Limited Company; it should be signed by the Authorized person, holding the power of the Attorney for signing the application. A certified copy of the power of attorney must also be enclosed with the application. Such Limited Company will be required to furnish evidence of its existence before the contract is awarded. 3.3 In case an applicant deliberately hides/gives incorrect information about their working capacity and performance or if they have been black- listed or debarred by any other STU, Corporation will be free to take appropriate action against such defaulting firms. 3.4 The applicant is expected to be familiar, with the latest bus body designing of various types in vogue preferably with the type of bus bodies in Corporation. 3.5 An affidavit, as prescribed in Schedule 'I' is required to be furnished along with technical information. The applicants 'attention is explicitly drawn to the fact that, even after pre-qualification of potential bidders have been carried out, the Bidders may also submit a Statement of the changes, that may have occurred after submission of pre-qualification. 3.6 The Corporation fully reserves the right to accept or to reject any of the pre-qualification received and will not be liable to explain the reason to anybody for the decision taken by the Corporation. Chief General Manager (Tech.) U.P. State Road Transport Corpn. LUCKNOW

Downlo

aded

from

www.upsrt

c.com

Page 11: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

11

TECHNICAL BID DOCUMENT FOR FABRICATION

OF A.C. BUS BODIES

PART - II

TECHNICAL BID QUESTIONNARIE FORMS

Downlo

aded

from

www.upsrt

c.com

Page 12: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

12

BY REG. POST / COURIER / HAND

TECHNICAL BID APPLICATION

To,

Ref.: Tender Notice for Bus Body Building Work Advertisement Ref No. 707 MT/2014-39MT/2014 (Bus Body) Dated: 31.03. 2014

Dear Sir, Having examined the Technical Bid Documents, we hereby submit all the necessary information and relevant documents for pre-qualifying us for consideration of financial bids for the under mentioned works as per drawings and specifications of Corporation. 1. Fabrication of AC bus bodies on DIESEL Chassis. HAVING MIN. WB 5500MM to 6200 MM, 60% ROH The application is made by us on behalf of ___________________ _____________________________ (Groups of firms) in the capacity of ____________________________ duly authorized to submit the offer. The necessary evidence admissible in law in respect of authority assigned to us on behalf of the group of firms for applying and for completion of the contract document is attached herewith. We are also submitting our Financial Bids for the works indicated above. We understand that Corporation reserves the right to reject any application without assigning any reason. Dated the ____________ SIGNATURE OF THE APPLICANT INCLUDING TITLE AND CAPACITY IN, WHICH APPLICATION IS MADE Enclosures: 1. 2

Downlo

aded

from

www.upsrt

c.com

Page 13: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

13

SCHEUDLE 'A' ORGANIZATION SET UP

1.Name of applicant : Applicant Father's name : Residence Address : Telephone No./Fax no./Mob. No. : E-Mail ID : 2.Name of the Firm : (In case of the joint venture / consortium, the name of the lead firm) E-Mail ID : 3.Head Office Address : Telephone No. /Mob. No : Fax No. : E-Mail ID : 4.Regional Office Address : (If any). E-Mail ID : 5. Local Office Address : In India. (If any) Telephone No ./Mob. No : Fax No. E-Mail ID : 6. Have you fabricated NONAC RURAL/Deluxe/Luxury bus bodies for Government departments/STU's, OEM'S (Original Equipment manufacturers/Vehicle manufacturer). If yes then how many? attach documentary proof 7. Year of incorporation (attach copy of certificate of registration) 8. Name and address of Bankers: 9. Name(s) and address(s) of Principals of Companies to be associated in the project

and whether parent / subsidiary etc. 10. Attach an organization chart showing the structure of the Company including names

and positions of Directors and key personnel. ---------------------------------------------------------------------------------- NOTE: 1. Applicant covers proprietary firm, partnership, Limited Company or Corporation,

Joint Venture of Consortium. 2. Particulars of item 2, 3, 4,5,6,7 & 8 above should be furnished separately for each

partner of Joint Venture /Consortium.

Downlo

aded

from

www.upsrt

c.com

Page 14: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

14

SCHEDULE 'B'

FINANCIAL STATUS

(To be given separately for each constituent firm of Joint Venture / Consortium).

1. Name of Applicant (In case of Joint Venture/ Consortium, the names of the constituent firms)

2. Summary of assets and liabilities on the basis of the audited financial statement of the last three financial years (Attach copies of the audited financial statement of the last three financial years). ------------------------------------------------------------------------------------------------------------- Year 10-11 Year 11-12 Year12-13 Rs.in lac Rs.in lac Rs.in lac ------------------------------------------------------------------------------------------------------------- a) Asset value b) Liquidity position c) Current Assets d) Current liabilities e) Net worth f) Working capital g) Paid up capital h) Assured capacity to raise finance loans and market borrowings. ---------------------------------------------------------------------------------- 3. Turnover from body fabrication works undertaken in last 5 years and projected turnover for the current year.

(RUPEES IN LACS)

---------------------------------------------------------------------------------- Current 1 Year 2 Year 3Year 4 Year 5 Year Year before before before before before

4. Profit before Tax:

a) Profits earned during the last 3 years.

b) Please enclose a copy of the last year audited balance sheet P&L / A/c.

c) Please enclose a latest copy of Income Tax clearance certificate & copy of PAN (Permanent Account Number) & Trade Tax registration No.

Downlo

aded

from

www.upsrt

c.com

Page 15: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

15

5. Applicant's specific financial bias (mention amount in Indian Rupees.)

a) Equity Capital

b) Loan Capital

c) Market Borrowings and others.

6. Credit facilities:

a) Name / address of Scheduled Bank providing Credit limits.

b) Total amount of credit limits (please attach certificate from the Bank)

7. Details of working experience:

8. (A) Bank A/c No. if the Bank has All India Centralised Banking System.

(B) Mode of Payment required by the firm i.e., cheque/draft (In case of draft payment the corporation will deduct the half commission)

--------------------------------------------------------------------------------------------

Note:

All items should be properly filled in where any particulars item is not applicable; it should be clearly mentioned as 'NOT APPLICABLE'.

Downlo

aded

from

www.upsrt

c.com

Page 16: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

16

SCHEDULE 'C'

FACTORY AREA AND PLANT & MACHINERY NAME OF THE APPLICANT: _________________________ _________________________ _________________________ 1. SHED: a) FACTORY AREA: I. Top cover with pucca flooring II. Top cover with Kutcha flooring III. Without shed and Kutcha flooring 2. PRESS BRAKES AVAILABILITY (PLEASE MENTION CAPACITY) i) ii) 3. SHEARING MACHINE a) Capacity b) Thickness 4. WELDING EQUIPMENT : Type Capacity Nos. a) Mig 5. AIR COMPRESSOR : Nos. of air compressors Available and their capacity. 6. D.G. Set : No. …………………. Capacity………………. 7. BENDING AND SLOTTING MACHINE : a) Hand operated b) Machine operated 8. PAINTING SYSTEM TYPES : a) Close b) Open c) Paint baking 9. REVETTING ARRANGEMENT : NO. OF MACHINERY AVAILABLE

Downlo

aded

from

www.upsrt

c.com

Page 17: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

17

a) Pneumatic riveting 10. PHOSPHATING : Please specify : a) Nine tank with hot water rinsing b) Seven tank with hot water rinsing c) Boiler/thermic fluid heating system d) Chemical being used. 11. Chromotizing Plant …………….. No. of tanks 12. Fire fighting equipment 13. BATTERY CHARGER Capacity of battery charge to charge the batteries at a time. 14. WATER LEAKAGE TEST ARRANGEMENTS : a) Shower testing of complete vehicle at a time. b) Car washer testing 15. Tyre inflating arrangement 16. Panel stretching machine availability and their capacity details of : 17. Any other equipment, which may be available, may please be mentioned for constructions of quality Body Building.

Downlo

aded

from

www.upsrt

c.com

Page 18: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

18

SCHEDULE 'D'

WORKING EXPERIENCE & PRODUCTION CAPACITY

(TO BE GIVEN SEPARATELY FOR EACH CONSTITUENT FIRM OF JOINT VENTURE / CONSORTIUM)

1. Numbers of years and experience in fabrication of passenger bus body. :____________

2. Nos. and type of passenger bus body fabricated during the last 3 years:- S. No.

Year P.O. Ref.

Name of the customer

No. of Type of buses Fabricated Present Design

(i.e. M 3 Class II ) Other design

TOTAL

1. 2012-13 2. 2011-12 3. 2010-11

3. Total bus building Capacity per month (a) Buses of present design (Rural Diesel buses) :____________ (b) Buses of other design :____________ (c) Total Capacity :____________

4. No. of Bus Body which can be produced :____________ Per month for UPSRTC under Present design

Downlo

aded

from

www.upsrt

c.com

Page 19: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

19

SCHEDULE 'E'

TECHNICAL MAN POWER AVAILABILITY

NAME OF APPLICANT:

1. Skilled staff available on roll.

2. Unskilled staff available on roll.

3. Availability of Supervisors and their qualifications.

4. Information regarding key personnel.

Name Age Year of experience Education Proposed Relevant

of the personnel Exp.

Downlo

aded

from

www.upsrt

c.com

Page 20: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

20

SCHEDULE 'F'

QUALITY ASSURANCE MEASURES AVAILABILITY

NAME OF THE APPLICANT:

Whether following quality assurance equipments are available, if yes, indicate quantity and capacity of each equipment.

1. Phosphating depth measuring equipment

2. Dry film thickness meter

3. Hardness Testing Machine

4. Any other quality assurance measurement tool and plant (with capacity and make)

5. All modern testing equipments such as for stability test etc

6. Whether Firm is ISO 9001 or TS Certified. If yes provide documentary proof.

7. In- House facilities available. (For design / supply /quality assurance.). If yes then state following. a) Location of In- house facilities in your factory b) Available Manpower for this purpose with their qualification is to be given in Schedule 'E' of this questionnaire. 8- Whether Quality Assurance at Inter stage is carried out for the following:

a) Incoming materials

b) Inter stage quality assurance at all relevant stages of process.

9- Preferable requirement.

1) FINITE ELEMENT ANALYSIS.

a) Static Analysis.

b) Dynamic Analysis.

b.1) Analysis during acceleration.

b.2) Analysis during De-acceleration.

b.3) Analysis when bus passes through speed breakers.

c) Vibration Analysis.

Downlo

aded

from

www.upsrt

c.com

Page 21: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

21

SCHEDULE 'G'

INFORMATION REGARDING LITIGATION/DEBARRING / EXPELLING OF TENDER

1. a) Is the applicant currently involved in any - Litigations/ Arbitration relating to the contract works. -YES/NO

b) If yes, give details

(i) With STU’s. (Name)

(ii) With others. (Name)

2. a) Has the applicant or any of its constituent Partners been debarred/expelled by any -YES/NO Agency in India, during the last 3 years.

b) If yes, give details:

3. a) Has the Applicant or any of its constituent Partners failed to perform on any contract -YES/NO Work in INDIA during the last 3 years.

b) If yes, give details.

----------------------------------------------------------------------------------

Note: If any information in this schedule is found to be incorrect or concealed, pre-qualification Technical Bid may be rejected.

Downlo

aded

from

www.upsrt

c.com

Page 22: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

22

SCHEDULE 'H'

JOINT VENTURE DATA

1. Name(s)

2. Head Office Address

Telephone No./Mob.No. Fax No.

3. Local/Regional Address (If any) Telephone No. /Mob.No. Fax No.

4. Name of partners:

a)

b)

c)

d)

e)

(Details about each constituent firms to be provided on separate sheets.)

5. Name (s) of lead firm:

a)

b)

6. Joint venture Agreement a) Date of Agreement b) Place 7. Proposed distribution of responsibilities among constituent firms: a) Financial Distribution b) Work distribution

Downlo

aded

from

www.upsrt

c.com

Page 23: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

23

SCHEDULE ' I '

AFFIDAVIT

(TO BE GIVEN SEPARATELY BY EACH PARTNER OF JOINT VENTURE)

1. I, the undersigned, do hereby certify that all the statements made in the required attachments are true and correct.

2. The undersigned also hereby certify that neither our firm M/s._______________________________________________________ nor any of its constituents partners have abandoned any work on any State Transport Undertakings in India nor any contract awarded to us for such works has been rescinded, during last 3 years prior to the date of this bid.

3. The undersigned hereby authorize(s) and request(s) any bank, person, firm or corporation to furnish pertinent information deemed necessary and requested by the department to be verify this statement or regarding by (our) competence and general reputation.

4. The undersigned understands and agrees that further qualifying information may be requested, and agrees to furnish any such information at the request of the department / projection implementing agency.

_________________________ (Signed by an Authorised Officer of the firm)

______________________ (Title of the Officer)

_____________________

(Name of the firm)_________ (Date)

Downlo

aded

from

www.upsrt

c.com

Page 24: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

24

SCHEDULE 'J' PRE-QUALIFICATIONS MANDATORY CONDITIONS FOR THE TENDERER FOR AC RURAL DIESEL BUS BODIES HAVING MIN. WB 5500 -6200 MM,60% ROH: Sr. No.

QUESTIONAIRE

ANSWER

1- Are you duly & formally accredited with AIS 052 code(or Under the process of accreditation) from ARAI Pune) (Pl specify & attach copies of issued letter.Pl note that in absence of above, bid may not be considered at all.

1- Combined turn over of last three year.(2010-11, 2011-12, 2012-13). 2- Manufacturer of Bus Bodies-in last 5 years, 3- Min 7/9 TANK Phosphating/zinc passivation plant or latest. 4- Chromotising plant. 5- Shower testing. 6- Battery chargers. 7- Air compressors. 8- Panel stretching machine. 9- Press Brake M/C, capacity 120 MT (Assorted). 10- Shearing M/C 6mm thick. 11- MIG welding Equipments minimum 20 nos. 12- DG set minimum 200 KVA. 13- Painting Booth & Spray painting arrangement. (Enclosed, dust free &

down drought)

14- Fixtures for bending Roof Sticks, 15- Pneumatic riveting m/c min. 4 nos. 16- Portable drill m/c, grinders and other hand tools. 17- Side panel rolling m/c. 18- Roof panel rolling m/c. 19- Powder coating plant. 20- In house design facilities. 21- Minimum bus body building capacity 50 Nos. per month. 22- Assurance of quality by accepting penalty clause. 23- Minimum positive feedback from 2 STU’s./Govt Dept/Vehicle

Manufacturer

24- Leak testing facilities. 25- Registration in govt. departments. 26- Phosphating depth measuring equipment. 27- Dry film thickness meters 28- Hardness testing machine. 29- Pre-delivery Inspection facility.

Note : For technically qualifying answers to all these must be positive.

Downlo

aded

from

www.upsrt

c.com

Page 25: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

25

PART-III

FORM OF TENDER

Downlo

aded

from

www.upsrt

c.com

Page 26: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

26

FORM OF TENDER

The Managing Director Uttar Pradesh State Road Transport Corporation Lucknow

We, the undersigned, hereby offer& undertake Fabrication &supply of----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

1. We undertake to supply the complete buses for operation in ready for the road condition along with Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years. as described or mentioned in the drawings, specifications annexed, in a thoroughly good and workman like manner and strictly in accordance with terms & conditions annexed hereto.

2. We undertake to collect DIESEL Bus Chassis from UPSRTC Central Workshop/DRML Workshop Kanpur and shall make our own arrangement for fuel & transportation of Bus Chassis from Central Workshop Kanpur//DRML Workshop Kanpur to our works at our own cost, including insurance charges for transportation. 3. We hereby undertake to deliver the DIESEL bus after fabrication of bus body thereon complete in all for operation in ‘ready for road’ condition at UPSRTC Central Workshop/DRML Workshop Kanpur, and in the manner to be directed by the Managing Director or his authorized representative as set forth in the Delivery schedule including DIESEL fuel & transportation by our own arrangement, including insurance charges for transportation.

4. We agree that this tender shall remain open for acceptance by the Corporation for a period of 12 MONTHS from the date of opening and shall not be withdrawn till the expiry of the said 12 MONTHS. Also, we agree to change in the quantity indicated above before finalization of the tender and during the currency of the contract awarded to us. 5. We agree that payment terms specified on page no '30' and undertake to execute a contract agreement to be prepared at our expenses for the proper and complete fulfillment of the terms and conditions, drawings, specifications, schedule or Prices of this tender and to deposit to a sum equivalent to 10% of the total value of order in the form of Bank Guarantee (in prescribed format) in favour of Chief General Manager(Tech.) U.P.S.R.T.C. for securing the due and complete performance of the contract. 6. We agree that we will abide by and will also be bound by the terms & conditions contained in the Tender Documents annexed hereto and also instructions mentioned for tenderers.

As witness Set hand on this………………..day of 2014. (SIGNATURE OF CONTRACTOR) Contractor’s Full Name……………………………. Address:……………………………………………. ……………………………………………………...

Downlo

aded

from

www.upsrt

c.com

Page 27: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

27

U.P. STATE ROAD TRANSPORT CORPORATION

TEHRI KOTHI, LUCKNOW. General Terms and conditions of tender and contract for building and supply of AC Rural bus bodies with ordinary seating module DIESEL Chassis HAVING WB 5500 MM to 6200 MM, along with Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years.

The Tenderers while filling in their tenders should read these conditions very carefully -:

A. In the following general conditions and the broad specifications and expressions “CORPORATIONS “SHALL MEAN. U.P. STATE ROAD TRANSPORT CORPORATION. The Managing Director shall be the Managing director of U.P. state road transport corporations, Lucknow. The contractor shall mean the person or persons, company of the firm whose tender shall be accepted by the corporations .the work comprising of or referred to in these conditions, specifications, drawings and schedules of prices, which are intended to executed and performed by the contractor . The singular shall include the plural and masculine gender shall include the feminine. The specifications are intended to be explanatory of the work required to be done but should any discrepancies or omissions, appear or any misunderstanding arises, with regard to intention/ meaning of any thing contained in the specifications, the explanation of the Managing Director shall be final and binding on all the parties.

Sealed tender should be addressed to the CHIEF GENERAL MANAGER (TECHNICAL) U.P. state road transport corporation, Lucknow and be submitted on the prescribed tender form duly enclosed and properly sealed in double covers. Tenders which are not submitted in the prescribed form shall not be considered. Tenders may either be handed over personally at the above office after obtaining a receipt of the same or be sent by the REGISTERED POST. The outer cover containing the tender should be addressed TO, CHIEF GENERAL MANAGER (Tech.)U.P. STATE ROAD TRANSPORT CORPORATIONTEHRI KOTHI, MG ROAD LUCKNOW 226001 UP and marked "Financial tender for AC Rural bus bodies with ordinary seating module. along with Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years.

B. The last date of receipt of tenders is 17.04.2014 upto 14:00 PM.

C. The contractor shall be deemed to have carefully examined the conditions, broad specifications, size and drawings etc. of the bus bodies to be fabricated once he submits the tender.

D. The rates for fabrication of bus bodies should be quoted per unit and must not under any circumstances be altered and the rates must be entered in words as well as in figures.

ANY INCREASE IN GOVERNMENT LEVIES ON BUS BODY SHALL BE payable to body builders on production of proof to the satisfaction of the corporation.

E. The tenderers should sign the tender form and all these papers, terms and conditions, in token of having accepted all the terms and conditions of tender and contract and should also enclose the same with the tender.

F. Tender should be filled in with ink or type written. Tender filled by pencil otherwise shall be rejected. No additions and alterations shall be made in the tender. No over writing should be done, if any, should be done clearly and initialed. Tenders, which do not conform of these conditions, shall not be considered.

G. The corporation reserves the right to accept any tender or part of a tender not necessarily the lowest and may, similarly, reject any tender, any part of the tender or all the tenders without assigning

Downlo

aded

from

www.upsrt

c.com

Page 28: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

28

any reasons. Order can be placed for the fabrication of all the bodies to one contractor or can be split into more contractors at the discretion of the corporation.

H. On the completion of necessary formalities of Agreement and after signing of the same by both the parties, Corporation will issue detailed work order indicating No of chassis to be allotted to the contractor in pursuance of this Agreement.

01. AT THE TIME OF EXECUTION OF AGREEMENT:

The contractor shall pay a sum of 10% of the total value of the work order after adjusting the earnest money, in the form of IRREVOCABLE BANK GUARANTEE of Nationalised Bank valid for minimum period of 2 YEARS from the date of delivery of last vehicle at our works, pledge in favour of UPSRTC at the time of execution of this AGREEMENT.

The corporation shall have the right to forfeit the amount of security if the work of the Contractor is not found to be satisfactory or the contractor commits any default in performance of this CONTRACT OR violates the terms and conditions, of this Agreement. The amount of security/ Bank Guarantee would be released by the Corporation only after satisfactory completion of the contract and expiry of the Guarantee period. No interest on SECURITY/EARNEST MONEY would be payable to the contractor.

02. WORK ORDER:

On the completion of necessary formalities of Agreement and after signing of the same by both parties, the Corporation will issue detailed work order indicating number of chassis to be allotted to the contractor along with chassis upliftment schedule in pursuance of the Agreement.

03. PROTO TYPE BUS:

The Contractor has to build one prototype bus of each model within 30 days of receipt of chassis at the plant. A team of officers appointed by M.D, U.P.S.R.T.C., will inspect the prototype buses and after approval of prototype buses next lot of chassis shall be dispatched to the Contractor.

If contractor fails to produce prototype bus complete in all respect for inspection within 30 days, penalty shall be imposed on the contractor form 16th day onwards as below:-

From Ist to 7 day Rs. 500 /- per day per bus.

From 8th day to 30th day Rs. 1000 /- per day per bus

From 31st day till Rs. 3000 /-per day per bus

inspection of the prototype bus

04. PRE-DELIVERY CONDITIONS:

The Corporation shall handover chassis to the contractor after execution of this Agreement and completion of the following formalities:

a) That the contractor agrees to receive the chassis at Kanpur from the corporation for fabricating the bus bodies. The contractor shall ensure exhaustive transit insurance.

b) It has been further agreed that the contractor will get the insurance cover at his own cost for the entire period for which the chassis would be retained in his factory against fire, theft, flood, rebellion, riots, accidents and undue exposure of weather or otherwise for the full cost. In case the chassis remains with the contractor at his factory after expiry of the insurance period then the Contractor will be liable to get the insurance cover obtained prior to the expiry of the said policy. Factory Insurance shall be glary i.e. till chassis are kept in factory for fabrication fault, the contractor would be fully

Downlo

aded

from

www.upsrt

c.com

Page 29: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

29

liable for any damage to chassis/ bus body if any and at the same time, contractor would also be liable to pay Rs. 100/- per day per chassis to the corporation on account of such default.

c) The contractor would be required to execute a Trust Bond on the Stamp paper of Rs.100/-.

d) The contractor agrees that he has fully understood the drawings and broad specifications given to him for the purpose of fabrication of bus bodies and that the bus bodies are to be fabricated according to drawings and broad specifications given to him and that no further clarifications are needed. However, in case contractor feels that some clarifications are required, and then he shall obtain the same in writing before taking the delivery of the 1st chassis.

e) It shall be the entire responsibility of the contractor to lift the chassis from corporation’s premises as per given chassis upliftment schedule. If contractor fails to lift the chassis as per given schedule, penalty shall be imposed on contractor as below:-

From Ist to 7 days Rs. 500 /- per day per chassis

From 8th day to 30 days Rs. 1000/-per day per chassis

From 31st day & beyond Rs. 3000/-per day per chassis

till cancellation of work order

05. INSPECTIONS:

A. The Authorized Representative of the Corporation shall inspect the bus bodies under fabrication as per schedule stipulated. The Inspecting Authority shall have right to suggest the modification in fabrication work while pointing out the defects in the workmanship. Further, if Inspector notices the material other than what has been specified is used then the same shall be replaced by the Contractor on the insistence of the organization's representative, at the contractor's cost.

I. The first stage inspection shall be after the completion of the framework i.e. complete structure with truss panel, which includes verification of broad structural dimensions as per specifications and quality of workmanship, mainly welding and alignment of the structure.

II. The 2nd and final stage inspection shall be final inspection of finished bus painting, interior decoration, seat fixing, shutter, water leakage test etc. etc.

III. Surprise inspection will be made at any stage.

IV. Contractor shall make a written request to the Authorized Representative of corporation for the inspection of aforesaid stages as per schedule meant.

V. The local and outside contractors located within 350 Km's. of us shall intimate by at least 3 working days in advance before the proposed inspection date.

VI. The contractor located at a distance of more than 350 Km's. from us shall intimate tentatively at least by 7 working days in advance before the proposed inspection date, subject to the confirmation of the same by the contractor with a margin of at least 3 working days. If the contractor fails to respond to the tentative inspection call given by him and does not offer the vehicle for inspection as per programme such an act of omission shall be viewed against him.

VII. After the approval of first stage inspection, the contractor will proceed further for the next stage working. The corporation reserves the right to point out any defect in the material used, workmanship, quality of stores used etc. at any stage and the contractor shall abide by the

Downlo

aded

from

www.upsrt

c.com

Page 30: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

30

advice of the Inspecting Authority which will not be challengeable on the grounds that the said defects were not pointed during the earlier inspections.

B. The following inspection schedule is indicated for the guidance of the contractor:

First stage Within 15days from the date of receipt of chassis at the plant of Contractor. 2nd & final stage 15 days time i.e. final finishing should be done within 30 days.

In case progress of bus body fabrication of the contractor is found unsatisfactory and stage inspections are not expected to be completed as per stipulated time schedule given above, corporation shall be at liberty to cancel the allotment made for which the chassis had not been lifted, if any.

C. As regards verification of the genuine material used as specified, during fabrication stages of bus bodies would be done on the basis of material purchases bills produced by the contractor, simultaneously by collecting the samples of material used in fabrication at different stages by the inspector(s). The sample(s) collected shall be got tested from CIRT for which testing facilities are available at CIRT. On failure report of samples of testing charges shall be recovered from the bills of contractor and simultaneously penalty of material used in that lot of buses fabricated by the contractor shall be recovered.

D. Whenever for any material BIS/IS, ASRTU or any other specifications have been prescribed in the broad specifications provided by us besides tolerance and other technical conditions, the same will be applicable for the material used for the bus body fabrication and the said material must necessarily conform to such parameters as may be specified.

E. The bus bodies shall be fabricated in accordance with the broad specifications given in the tender documents for using high quality standard material as per general technical specification enclosed in Annexure A, which will form a part of agreement. The decision of the corporation in this regard shall be final and binding upon the Contractor. In case the Corporation does not approve the material, the same shall be rejected and shall be required to be replaced by the contractor as per directions of the corporation. Any loss caused to the contractor as a consequence of such rejection or replacement shall be entirely to the contractor's account and for this the contractor shall have no right to claim or challenge the decision of the corporation.

F. The authorized representative of the corporation shall be at all reasonable times have the access to the contractor's premises and shall have the authority to inspect and examine the material used and the workmanship of the bodies as and when required.

06. PAYMENTS :

2/3 payment of (Bus Body, AC unit along with Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years.) through RTGS will be made after satisfactory inspection of the bus once the vehicle (complete in all respect) has been delivered to Central Workshop Kanpur/Dr RML Workshop Kanpur and balance 1/3 to be paid in Equated Monthly Installment to ensure proper execution of Service Level Arrangement. However, the bank charges if any shall be debited to the contactor's account. However, if the contractor does not submit the necessary documents related to above payments within prescribed time as required, the responsibility for the same shall devolve on the contractor.

A certificate from the Authorized Representative shall in no way render free or relieve the contract for any loss, injury or damage, which may result from the use of improper material or workmanship or omission in the workmanship which might have escaped the attention of the Authorized Representatives of the Corporation. The contractor shall be liable for the replacement of the improper material used attending to the defective workmanship by the contractor.

07. DELIVERY SCHEUDLE:

Downlo

aded

from

www.upsrt

c.com

Page 31: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

31

a) The contactor shall give his consent for accepting the chassis and to fabricate the specified bus bodies as per specifications approved by corporation and deliver the same within a period of 30days time to the Corporation. The delivery period shall be counted from the date of issue of chassis in connection with the allotment of chassis to the contractor.

b) The fabrication period shall be counted upto the 2nd and final stage inspection approval at site.

c) The contractor shall be allowed a reasonable transportation time for transporting the chassis/bus body from & to his factory site from corporation on the following basis:

0 to 50 km's Nil 51 to 300 km's One day For any additional distance upto 300 km's. One day Extra time taken for transportation of chassis/ bus bodies shall be subject to demurrage charges as per Clause No. 8 (a).

d) The contractor on completion and approval of the bus body shall be obliged to transport the vehicle(s) to & fro the Central Workshop/DRMLW/S Kanpur, UPSRTC with his driver. The contractor shall also arrange for the temporary registration certificate for the vehicles during the transportation form the contractor's place to the intimated destination station/ depot of UPSRTC before dispatch of the vehicles. The contractor shall get the TRCs renewed from time to time at his own cost even for period exceeding beyond stipulated delivery period till delivery, as may be required.

e) If, the contractor's driver is found carrying the passengers in the bus in transit to the destination / depot, a penalty equivalent to the full capacity of fare of the bus shall be charged. In case of an accident, the contractor shall be fully liable for the payment of all type of compensation/ damages penalties / payment as the case may be as per orders of the court or as per out of court settlement which may include passengers claims or claim of the legal heirs. And also will be responsible for the damage of the bus/chassis and to get it repaired.

08. DAMAGES / PENALTY CHARGES

The contractor will be obliged to complete and deliver the chassis mounted with the bus body duly completed in all respects with all accessories as provided in the broad specifications and drawings, at the given destination/ depot of within the specified period. In case the work is not completed by the contractor within the stipulated time period or if, the body building work is not carried out to the entire satisfaction of the Authorized Representative of the corporation, the Managing Director, shall have the powers to revoke the Agreement and withdraw the chassis from the custody of the contractor after giving 7 days notice.

(a) Bare Chassis OR incomplete Bus Bodies:

In the event of such withdrawal, the contractor shall not be entitled to claim any compensation from the corporation for the incomplete or defective work done as also for the material used by him for the incomplete fabrication work or for the withdrawal of the chassis. If the corporation decides to withdraw bare / incomplete chassis with the body fabricated on them, then the liquidated damages as specified below will be levied upon the contractor from the next day of receipt of chassis at the plant of Contractor.

From Ist to 7 days Rs. 500 /- per day per bus/chassis.

From 8th day to 30th day Rs. 1000 /-per day per bus/chassis

From 31st day till Rs. 3000/-per day per bus/chassis

Downlo

aded

from

www.upsrt

c.com

Page 32: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

32

Withdrawal of incomplete bus/chassis

(b) Fabricated bus body:

In case of failure to deliver the required number of bus bodies duly completed in all respect within the specified period, the liquidated damages as mentioned below from the remaining period in respect of undelivered vehicle shall be payable by the contractor to the Corporation.

From Ist to 7 day Rs. 500 /- per day per bus.

From 8th day to 30th day Rs. 1000/- per day per bus

From 31st day till Rs. 3000/-per day per bus

delivery of the bus

i. The damages @ Rs.500/- per day per chassis besides actual travelling expenses required to be incurred by the Inspector during to and fro journey to the contractor's premises shall be payable by the Contractor if the vehicle is not ready for inspection at a particular stage for which an intimation has been given to the corporation.

ii. if any defects are observed during the course of any stage inspection and the same are not rectified by the Contractor on the same day, re-inspection call given, then extra expenditure incurred on the visit of Inspection(s) for to and fro journey (IN THE FORM OF TA & DA) to the premises of the Contractor located outside Kanpur/Lucknow shall be payable by the Contractor.

The damages imposed as per Clause No. 08(a) to (b) shall be adjusted from outstanding of the bills of the Contractor and also from the security deposits. If an amount after adjusting from the bills and security amount still remains to be recovered / adjusted, the same shall be recoverable from the Contractor's movable and immovable properly under the U.P. Public Moneys (Recovery of Dues) Act 1972or as may be deemed proper by UPSRTC.

The corporation will be at liberty to cancel the allotment and forfeit the Earnest Money of the Contractor if the chassis are not lifted within 7 days from the date of issue of Release Order.

The Authorized Representative of the Corporation may serve a 5 days notice in writing to the Contractor to make good the losses as referred to above and in case of failure of the Contractor to comply with the notice within the prescribed time, the corporation will be free to forfeit the amount of security deposit and pending payments if any, to make good the losses sustained by the UPSRTC. The balance payments if any would be recovered from the movable and immovable property of the Contractor by taking proceedings under the provisions of the U.P. Public Moneys (Recovery of Dues) Act 1972 or as may be deemed proper by the Corporation.

09. TERMINATION OF WORK ORDER/ CONTRACT AGREEMENT:

This Contract may be terminated by corporation forthwith if at any time:

If the contractor fails to rectify major pending complaints that have become due and such failure continues to remain unresolved. Managing Director reserves the right to cancel contract/agreement without any notice if he is satisfied that contractor has failed to abide by the contract willfully and there is deliberate attempt on the part of contractor to dilute/non adherence to the various provision/clauses of agreement.

or

The contractor commits any other breach of this Contract under various provisions, both in letter & spirit & fails to reply to the satisfaction of Managing Director within 15 days of receipt of notice specifying the breach and calling upon the contractor to reply.

Downlo

aded

from

www.upsrt

c.com

Page 33: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

33

or

The contractor goes into liquidation (not being a voluntary liquidation, for the purpose only of a bona fide reconstruction or amalgamation) or enters into any composition arrangements with its creditors or a receiver of its assets is appointed. Managing Director shall not be obliged to give any notice under such situation.

010. NOTICES:

Any notice to be given under this Contract shall be in writing and sent by facsimile transmission or forwarded by registered post to the other party or its nominee to the addresses first mentioned in this Contract, and shall be deemed to have been served on the date of dispatch.

011. GUARANTEE PERIOD:

a.The Contractor shall be responsible to make good any loss that may be caused due to defective workmanship structural defects and material used therein for a period of two year from the date of delivery of the completed bus body fabrication work to the corporation or till the vehicle has covered 3 lacs kms. on road whichever is later. The Contractor shall be responsible for the replacement of the parts, which in the opinion of the Authorized Representative of the Corporation are not found proper. b. The Contractor would be obliged to attend the defects of the bus bodies developed during the guarantee period at the place of the Corporation of the said vehicles. c. If the reported defects are not removed within a period of 15 days by the Contractor, 5% security deposit of the vehicle shall be forfeited without giving any further notice, in addition to the recovery of extra expenditure incurred by the corporation against removal of defects, such extra amount shall be recovered out of total security deposit of the Body Builder.

012. MISCELLANEOUS:

a). The material required by the Contractor for the bus body fabrication shall be arranged by the Contractor. The Corporation will not be responsible for arranging any articles/ material as may be required for the purpose. b). The Authorized Signatory of the UPSRTC shall be entitled to order to permit any deviation from the broad specifications given by the Corporation and the Contractor shall abide by such instructions. However, in case of deviations having been made without prior approval, then the decision for reducing the cost to that extent shall be taken by the UPSRTC, which shall be final and binding by the Contractor. c). The repeat order for the fabrication of bus bodies other than the ordered quality can always be placed on the same rates, terms and conditions and broad specifications, during a period of one year from the date of signing of Agreement, if the corporation so decides. The Contractor shall be bound to accept the same or else shall have its EARNEST MONEY and SECURITY DEPOIST forfeited in favour of UPSRTC. However, placement of repeat order shall be subject to mutually agreed numbers. Any order beyond the quantity indicated in Agreement shall be with the consent by the body builder. d). The contractor shall dispatch the vehicles to the GM, UPSRTC CENTRAL WORKSHOP, KANPUR/Dr RAM MANOHAR LOHIA WORKSHOP KANPUR communicated to him with a copy of the 2nd /Final stage inspection report, gate pass and bill in Triplicate alongwith TRC and shall furnish to the GENERAL MANAGER, CENTRAL WORKSHOP, KANPUR/Dr RAM MANOHAR LOHIA WORKSHOP KANPUR. e). In case of strike or any labour problem or closure of the factory, the Contractor will immediately inform of the same to UPSRTC.

Downlo

aded

from

www.upsrt

c.com

Page 34: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

34

f). The Authorized Representative shall have the authority to withdraw all or any of the chassis from the custody of the Contractor. In the event of such withdrawals, the corporation would be entitled for imposing the suitable penal provisions on the contractor under the relevant clause of the Agreement. g). The Contractor shall be fully responsible for the maintenance and safe custody of the chassis as long as the chassis remain in the Contractor's premises. h). The corporation reserves the right to include or exclude any conditions or to modify or alter the conditions in the Agreement with mutual consent. i). In the event of non-fulfillment of any of the terms and conditions of this Agreement, the UPSRTC shall be at liberty to terminate the contract without assigning any reason to the Contractor. In the event of termination of the contract, the Corporation shall be entitled to retrieve the chassis, tools etc. entrusted to the Contractor for Body Building. The Contractor shall hand over the same to the Corporation immediately on demand without putting any counter claim on his failure to do so. The contractor would be obliged to allow the Authorized Representative of the Corporation to enter into the premises where these articles are stored and to take their possession. j). The Contractor shall not assign or sublet the contract of any part thereof to any other person. k). The contractor shall fully indemnify the Corporation against any action claim or costs, charges and expenses arising out of any infringement Material or any system or method of using fixing working or for the other arrangement, used or filed or supplied by the Contractor. l). If the contractor declares insolvency or enter into liquidation whether compulsory or voluntary but for the liquidation for the purpose at the reconstruction or suffer an execution for the debt to be levied against him or compounds with the creditors for the settlement of this debts, the UPSRTC would require the assigned work to be completed and if this requisition is not satisfactorily complied with, within 7 days from the date of his notice, the Managing Director, UPSRTC, may issue a notice to the Contractor in writing to rescinded the contract at the cost and risk of Contractor. The M.D. UPSRTC shall there upon have the authority to enter into a fresh contract with any other person, firm or company for the completion of the same without prejudice to his right to recover the losses from the contractor and the losses sustained by the corporation on account of damages under the contract, shall be recovered in all possible manner. Nothing under the contract clauses contained shall debar the Corporation from recovering the losses from the Contractor by suit or by other means, such extra costs, shall also be recovered from the Contractor. Any legal proceedings arising between the Corporation and the contractor if it is a must shall be instituted in the Courts situated in LUCKNOW alone and not anywhere else in the country.

m). Any dispute arising out for in connection with this agreement shall be referred to the sole arbitration of the Managing Director or his nominee not below the rank of General Manager whose decision shall be final binding on both parties. (Contractor and UPSRTC). Subject to the provision of Arbitration & Conciliation Act 1996.

CHIEF GENERAL MANAGER (Tech.) U.P. STATE ROAD TRANSPORT CORPORATION

TEHRI KOTHI, LUCKNOW.

Downlo

aded

from

www.upsrt

c.com

Page 35: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

35

PART – B

PRICE SCHEDULE

Downlo

aded

from

www.upsrt

c.com

Page 36: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

36

PRICE SCHEDULE - PART-B To The Managing Director, Uttar Pradesh State Road Transport Corporation, H.Q. Lucknow-226001. Tender No. Date of opening: Fabrication & Supply of PLEASE NOTE THAT TENDER BIDS RECEIVED WITHOUT THE FOLLOWING INFORMATION IN THE ENCLOSED FORMAT DULY FILLED IN WILL BE TREATED AS INVALID. ____________________________________________________________________ 1. Whether Earnest Money Deposited : YES/NO (in cash/through Demand Draft) i. Demand Draft No. : __________________________ ii. Date : __________________________ iii. Amount Rs. : __________________________ iv. Drawn on : __________________________ 2. We, M/s (Name of the tenderer firm) hereby certify that we are an established firm for fabrication of bus bodies having manufacturing facilities in our factory/factories at ______________________________ which are equipped with required modern equipment. The production methods, quality control & testing of all materials & parts manufactured are used by us are/shall be opened to Inspection by the representative of the Corporation. We hereby offered to supply the following items at the price indicated below:

FORMAT FOR PRICE BID

Sl. No.

Description Unit Quantity Unit Price F.O.R. Destination (In Rs.)

Total Price F.O.R. Destination (In Rs.)

Acceptance on eligible lowest Rates. YES/NO

1 2 3 4 5 6 1

For Diesel Chassis AC Bus Body

Downlo

aded

from

www.upsrt

c.com

Page 37: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

37

Break up of Price in Column-5. Description

A. AC Bus Body Cost a) Basic Price b) Excise Duty c) Sales Tax @____%

Total Bus Body cost: B. Transportation Cost (Both Chassis & Completed Bus) i. Transit Insurance ii. Temp. Registration iii. Octroi iv. Toll Tax V. Bridge Tax e) Distance in Kms. f) Rate per Km. vi. e multiply f Total transportation cost C. AMC cost of Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years. D. Service Tax and any other Govt. leveis. g) Total landed cost:- (A) + (B) +(C)+ (D)

For Diesel Bus Chassis Minimum 5500-6200 MM WB

(In Rs.)

3. It is hereby certified that we have understood the instructions to the tenderers, terms & conditions given in the tender documents and have thoroughly examined the specifications & drawings given in the tender documents. We are fully aware of the Ordinary AC Bus Body on Diesel Chassis strictly in accordance with the requirements and the terms & conditions of the tender. We agree to abide by the terms & conditions of the contract and other conditions of the tender in accordance with the tender documents if the contract is awarded to us. 4. We hereby offer to supply the Ordinary AC Bodies as detailed above on Diesel Bus Chassis as the Corporation may specify in the acceptance of tender & Work Order at the price quoted & agreed and to hold this offer open for acceptance for a period of 12 MONTHS from the date of opening of tender.

Signature & seal of the tenderer

NOTE: i. Instructions contained in the ‘Instructions to Tenderers’ shall be carefully studied before filling up this Price Bid. ii. Tenderer shall quote Unit Price inclusive of transportation charges for taking delivery of DIESEL Chassis from the Corporation in Kanpur to his works and to deliver the completed bus from his works to the Corporation in Kanpur by making his own arrangement for Diesel fuel/mode of transportation. iii. The Price quoted shall be firm in view of ‘no counter offers’ & ‘no negotiation’s terms of the tender documents. iv. Tenderer shall note that in case of any false declaration, the EMD is subject to forfeiture.

Downlo

aded

from

www.upsrt

c.com

Page 38: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

38

v. Proof of having deposited Sates Tax, Excise Duty, Transit Insurance, En-route expenses, Service Tax etc. as per rules enforce will have to be provided. vi. In case of exemption in the Excise Duty & Sates Tax etc., the limit shall be indicated clearly.

ANNUAL MAINTENANCE CONTRACT (AMC)

1- It is mandatory for bidders to offer rates for AC bus body along with Annual Maintenance contract of A.C. plant & accessories including Body and Accident for 4 years

2- The contractor shall be required to submit their comprehensive AMC offer inclusive of consumables, spare parts, replacement of assemblies/sub-assemblies, systems etc. taking into account preventive/docking maintenance, normal wear & tear, major repairs/over-hauling and break downs as well as accidental repairs (Body & AC) inclusive of labour cost to ensure 98% availability during warranty period and 97% availability after warranty period till AMC. The contractor shall be responsible for carrying out repairs and servicing etc. for complete bus body and A.C. plant & accessories (including supply of consumables, replacement & fitment of spare parts/aggregates/assemblies/ subassemblies) till specified life cycle.

The Contractor shall be required to offset their obligations, under Warranty/Performance Guarantee terms in their AMC offer in the form of' Rates in Rupees per km. basis. These buses are expected to be operated in one or more shifts basis daily. A typical shift is of 8 hours.

3- The maximum response time for maintenance complaint from any of the destination specified

in the schedule of Requirements (i.e. time required for suppliers’ maintenance engineers to report to the site after a request call/telegram/fax is made or letter is written) shall not exceed 4 hours. Any delay beyond 4 hours online a fine of amount equivalent to 50% of average ticket earning per day during the month of the depot on the contractor each time.

4- Periodical maintenance of buses including sub assemblies of contractee will have to be done by the contractor as per the procedure laid down in Maintenance Manual of Vehicle manufacturer, Sub assemblies manufacturer (Including use of required Spares, Oil & Grease, Coolant, refrigerant etc).

5- During Annual Maintenance Contract Period, the contractor would provide his well trained resident engineers/Technicians/Labors at contractee’s depot to attend the maintenance and servicing, of bus(s) to ensure quality assurance/control etc. and for checking and preventive and breakdown maintenance. The Bus wise AMC shall be on regular basis to ensure at least 98% availability of buses during first two years and 97% availability after two years till AMC. Failure to arrange for an immediate repair/maintenance to keep prescribed percentage of availability, as the case, shall be liable for penalty amount equivalent to 50% of average ticket earning per day during the month of the depot on the contractor. The amount of penalty will be recovered from outstanding payment of the firm or from bank gurantee during warranty or annual maintenance period as the case may be. Availability of 98%/97% will be calculated on monthly basis in number of days. For every Bus, a joint record will be maintained by the representatives of the contractee and the Contractor. Failure of AC will be treated as a break down.

6- PENALTIES: In case proper maintenance & repair work of any vehicle(s) is not done by contractor and consequently a bus is not put into its scheduled trip or the schedule is delayed cancelled/ results into breakdown as well as mechanical parameters are affected on this count, compensation thereof shall be paid by contractor to the contractee as per the decision taken by the Committee consisting of Asstt. Regional Manager, Senior Foreman and Senior Station Incharge of UPSRTC or any such

Downlo

aded

from

www.upsrt

c.com

Page 39: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

39

committee formed for the purpose by the contractee, shall be liable to pay penalty as per details shown below herewith. Decision of committee shall be binding on contractor. The amount of penalty will be recovered from outstanding payment of the firm or from bank guarantee during warranty or annual maintenance period as the case may be. (1). Penalty Due to Breakdown of Buses:

Contractor shall ensure such maintenance & upkeep of bus, so that there is no breakdown on this account. Still contractor shall make necessary arrangements such as online staff, Breakdown van etc so that in event of breakdown on road due to AC & body failure (due to poor upkeep resulting in failure) etc, are attended in shortest possible time period. In case of such breakdowns, penalty through recovery shall be imposed on contractor to the extent of curtailment of schedule kilometer multiplied by the earning per Km decided by the committee. There shall be no penalty in accidents due to fault of driver, relaxation of such Number of buses shall be adjusted for calculating 98% or 97% fleet availability . 7- Zero tolerance for maintenance lapse: Contractor shall not deviate from schedule maintenances as per recommendation of AC manufacturer. Any delinquency on the part of contractor shall not tolerated. Repeated laxity on the part of contractor may lead to termination of contract after due notice. The minimum time for the maintenance will be as follows: i) Minor defects, schedule maintenances - 24 hours 8- The maximum response time for maintenance complaint from any of the destination specified

in the schedule of Requirements (i.e. time required for suppliers’ maintenance engineers to report to the site after a request call/telegram/fax is made or letter is written) shall not exceed 4 hours. Any delay beyond 4 hours online a fine of amount equivalent to 50% of average ticket earning per day during the month of the depot on the contractor each time.

9- During Annual Maintenance Contract Period, the Vendor would provide his well trained resident engineers/Technicians/Labors at purchaser depot to attend the maintenance and servicing, of bus (s) to ensure quality assurance/control etc. and for checking and preventive and breakdown maintenance. The Bus wise AMC shall be on regular basis to ensure at least 98% availability of buses during warranty period and 97% availability after warranty period till AMC, other wise penalty amount equivalent to 50% of average ticket earning per day during the month of the depot will be imposed on the contractor. The amount of penalty will be recovered from outstanding payment of the firm or from bank guarantee during warranty of annual maintenance period as the case may be Availability of 98%/97% will be calculated on monthly basis in number of days. For every bus a joint record will be maintained by the representatives of the purchaser and the contractor.

10- All supplies of spares for above AMC will be arranged by contractor by using his own resources

including imports. The Purchaser shall pay for AMC in Indian rupees only. 11- Purchaser may provide only space as presently available. Contractor shall be required to bear

the expenditure towards cost of Electricity & water. Contractor shall be required to make own arrangement for Plant and Machinery, Tools, Jigs & Fixtures etc. required for proper Maintenance Services during Warranty and AMC period.

12- The tenderers should ensure that under AMC the facility for maintaining buses should be provided at all depots.

Similarly Contractor shall ensure such maintenance & upkeep of chassis so that there is no breakdown on this account. Still contractor shall make necessary arrangements such as online staff, Breakdown van etc so that in event of breakdown on road due to mechanical & body failures (due to

Downlo

aded

from

www.upsrt

c.com

Page 40: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

40

poor upkeep resulting in failure) etc, are attended in shortest possible time period. In case of such breakdowns, penalty through recovery shall be imposed on contractor as detailed further. Other Tools & Plant, special tools, machines, IT system required for inventory & workshop management, store bins, furniture for its own personnel, lighting fixtures & consumables, security of area under usage of contractor, shall be set up by contractor at its own expenses. 13- During the Repair & Maintenance work the contractor shall use the parts as below:

For AC & body repair & maintenance contractor shall use the original parts of manufacturer or O.E. suppliers or he may use parts supplied by A.S.R.T.U. Rate Contract firms and the old spare parts and unserviceable assemblies of the buses and AC Plant or sub assemblies shall be returned to respective depot stores.

b- Lubricants, Coolant, Grease, Referigant and other Oils must be used as per recommendation of manufacturer.

14- Fitness and related necessary AC & body work will be sole responsibility of contractor for annual Fitness Certificate renewal (RTO passing).

15- Diesel will be provided by UPSRTC, only for operation of buses and not for cleaning of parts, .record of which will be maintained by depots personnel.

16- Supervisors of the depots will carry out inspection of the maintenance & repair work done by contractor as per the standards/ norms of Vehicle manufacturer.

17- Supervisory staff of the contractee shall inspect all buses of the depots daily for assemblies, spares and other accessories and if any of these is found lost/missing during repair & maintenance, contractor shall be held responsible for the said loss and amount of the loss will be recovered from the contractor. The amount of loss will be worked out by the Committee consisting of Service Manager, Asstt. Regional Manager (Depot) & Asstt. Regional Manager (Finance)/Asstt. Account Officer of UPSRTC or any such committee formed for the purpose by the contractee and the decision of the Committee in this regard shall be binding to the contractor.

18- Contractor shall carry out repair & maintenance work in such a way that the operation of total No. of schedules operated in the depot shall not be affected.

19- Contractee reserves the right to increase/decrease the number of schedules as well as replace the old buses by new buses & vice-a-versa as and when required.

20- The depots shall allow contractor to use available workshop premises of the concerned depot

only for the purpose of Maintenance/ repair work of contractee. The contractor shall ensure the use of these workshop premises properly and maintenance/repair of the same will be done by contractor. For any damages/loss to the workshop facilities, the contractor shall be held responsible and amount of the loss will be recovered from the contractor. The amount of loss will be worked out by the aforesaid committee and the decision of the Committee in this regard shall be binding to the contractor.

21- Latest technology Hand tools, Special Tools and Plant & Machinery required for Repair & Maintenance work will be brought in and used by contractor at his cost.

22- Any Kilometer required for testing of buses for any purpose will be verified by supervisor deputed by contractee.

23- Contractor is responsible for Service Tax if any applicable against this MoU/Contract and same

should be directly paid to concerned department as per law timely by the contractor under intimation to the UPSRTC(OR CONTRACTEE).

24- The contractor shall have to appoint/keep qualified and efficient staff in line with enclosed for the above repair & maintenance of buses and for that the contractor shall be responsible/liable to pay wages as per the prevailing rules of the law whatsoever. The

Downlo

aded

from

www.upsrt

c.com

Page 41: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

41

UPSRTC(OR CONTRACTEE) shall in no way be responsible for any kind of payment or for any financial liabilities. The contractor shall have to take comprehensive insurance for all the staff and premises under the contract and shall have to produce the proof thereof till the contract is in force within a period of 15 days. It is further clarified that because of any accident/natural calamity if any injury caused or causality of the workman or damage to contractual property, the contractor shall be solely liable and responsible for the consequences of the same and there shall not be any responsibility on the part of the UPSRTC(OR CONTRACTEE). Adequacy of staff shall have to strictly maintained so as to smoothly run the workshop activity.

A rough criteria & guideline for staff strength shall be on the basis of prevailing UPSRTC(OR CONTRACTEE)’s norms, subject to automation in respective field. Non adherence to adequate staff strength to the satisfaction of Technical head of the region or any competent authority shall lead to termination of contract after due notice. 25- The contractor shall fulfill all the provisions of Rules and Regulation of the prevailing laws

like Labour Laws, Industrial Dispute Act, Workman Compensation Act, Factory Act, and Motor Vehicles Act etc. Any dispute arising out of the prevailing laws the contractor shall be liable and responsible for the same.

26- The contractor shall not transfer, subcontract or assign this contract to any other party and if any change in the partnership of the firm takes place, prior approval of the UPSRTC(OR CONTRACTEE) will be taken. 27- The contractor shall keep the premises/places under contract in good/neat and clean and in good hygienic condition. If any breach is committed then the UPSRTC(OR CONTRACTEE) shall have the right to terminate the contract without assigning any reason and also to recover the damages from the contractor. 28- Contractor shall obtain necessary License/Permit under the prevailing Law and also fulfill the provisions of Labour Laws and Industrial Dispute Acts for which any issues arising out of these provisions of Laws, the UPSRTC(OR CONTRACTEE) will not be liable & responsible for the same. 29- In the case of default on the part of contractor, UPSRTC(OR CONTRACTEE) reserves the right to terminate contract by giving 15 days advance notice. In such case, Security Deposit and Bank Guarantee of the contractor shall be forfeited by the UPSRTC(OR CONTRACTEE). In the case of formal termination of the contract, two months Notice can be given by contractor or UPSRTC(OR CONTRACTEE) as the case may be. 30- If the contractor discontinue the contract without prior permission during the contract period, the bank guarantee deposit and outstanding bills amount will be forfeited and any damages/loss arise due to discontinuing contract will be recovered from the contractor. 31- The contractor being a partnership firm, shall give in writing the confirmation to the effect that, all terms & conditions contained herein in this tender form shall be binding to all the partners of the firm. All partners of the contractor shall be responsible jointly and severely for any civil, criminal and other liabilities. 32- For any controversy or any dispute arising out for in connection within agreement shall be referred to the sole arbitration of the Managing Director or his nominee not below the rank General Manager where decision shall be final binding both (Contractor and UPSRTC(OR CONTRACTEE)) subject to the provision of Arbitration & conciliation Act 1996

Downlo

aded

from

www.upsrt

c.com

Page 42: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

42

SPECIFICATIONS FOR ORDINARY A.C. BUS BODIES The material used in the construction of buses shall be as per Bureau of Indian

Standards (BIS)/ Automotive Industry Standards (AIS) specifications meeting/ surpassing the performance & other requirements as given in theAIS052 Rev-I Bus Code. In absence of above specifications, Association of State Road Transport Undertakings (ASRTU) specifications could be followed. Wherever Indian standards are not available, internationally acceptable standards may be referred /indicated. Specifications standards wherever indicated in the Technical Specification shall be conforming to the Specification Standards as amended upto date/ or latest. The safety requirement shall be as per Bus code.

BIS Standards are available from Bureau of Indian Standard, Manak Bhawan, 9-Bahadur Shah Zafar Marg, New Delhi-110002. Web site: http://www.bis.org.in. Similarly, AIS 052(Revision 1 or upto date) & other code Standards are available from Automotive Research Association of India, Post Box No.832, Pune -411 004. Web site: http://www.araiindia.com. ASRTU Specifications are available from Association of State Road Transport Undertakings, Plot No. 4-A, PSP Block, Pocket-14, Sector-8, Dwarka, New Delhi-110075. Web site: http://www.asrtu.org, E-mail address: [email protected].

AC plant should be OF CARRIER, BLUE STAR, THERMOKING MAKE. 1. GENERAL DESIGN:

Stream- lined and balanced bus body with one folded type pneumatically operated Jack knife door with double roller bearing bushes and bottom & located in front of front wheel of the chassis, with a provision for mechanical operation in case of pneumatic failure. A separate emergency door and door for driver shall be provided.

2. REGULATION: The structure of the bus body, general appearance and seating lay out etc. shall be in

accordance with the respective approved specifications of UPSRTC. Bus body shall comply with the AIS 052 bus Rev-I code in line with TYPE II NDX category of bus(unless specified by UPSRTC for higher category), latest Motor vehicles Act of Govt. and CMVR as notified by Union of India.

MOST IMPORTANT:-All the specifications are to be in consonance with the relevant AIS 052 Rev-I bus code, Latest adopted relevant AIS/BIS Specifications on any particular aspect, sub assembly, material/processes, etc. These specifications shall supersede any other factor. In case of any contradictions, it shall have to be consulted with UPSRTC to take guidelines. Any deviations from above shall be monetarily penalized and the cost shall be recovered from firm/bidder/contractor from pending bills or bank guarantee.

3. CHASSIS SPECIFICATION: Above bus body shall be fabricated on 5500-6200 MM WB Chassis and seat layout as

per drawing enclosed is must. Wheel Base of each model to be fabricated will be given at the time of pre bid meet.

4. Main Dimensions (ALL MIN. DIMENSIONS IN MM) Sr. No.

Description Broad dimensions ( in mm ) On 5500-6200 MM WB Tol.

1. Over all length of bus body (from front show to rear bumper)

As per standard Bus Body norm

2. Over all width 2600 max and 2550 min

3. Interior height, saloon head room from the top of cross bearer

1920

+/-05

Downlo

aded

from

www.upsrt

c.com

Page 43: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

43

4. Rear over hang (ROH) As per standard norms

5. Width of gang way 3X2 Pattern Min 350 mm

6. Width of driver door 820 MM +/- 05

7. Width of saloon door 820 MM +/- 05

8. Width of emergency door 820 MM +/- 05

5. Details of Structural Members and other important components.

Sr. No.

Description Material Dimension (mm)

Drawing (Refrence)

1. Cross bearer M.S.Channel 50x100x50x6

S1-9

2. Cab floor under CR/ GP sheet 1mm

3. Roof stick & roof longitude G.I. Tubular 40X40X2 S2-10 S1-5

4. Floor Longitude/Floor Cross-Joint & rear mudguard support

HRMSU 10 gauge S2-12, 13, 14

5. Stump pillars waist rail, Anti drumming rail

G.I. Tubular 60X40X2 S2-11

6. Cant rail & diagonal bracing Cant rail drain channel support

G.I. Tubular HRMS

60x40x2 Min Angle Dimension 30x40x2

7. Cross bearer to Chassis joint -U bolt with nylock nut

EN15 Rod dia 16mm

8. Front show structure and front pillar support frame with chassis

G.I. Tubular And MS Angle

60x40x2 40x40x2 40x20x2 25x25x2 35x35x5

9. Driver door /Emergency door G.I. Tubular 30x30x2

10. Passenger door CR/GI Tubular 30x30x2

11. Seat Rail HRMS 14g S2-17

12. Skirt Rail MS Angle 35x35x5 S1-8

13. Sole Bar G.I. Tubular 60x40x2 S2-11

14. Gussets/Kuniya CRMS 12g S3-18, 19, 20

Downlo

aded

from

www.upsrt

c.com

Page 44: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

44

Details of Paneling

1. Inner Paneling PVC Laminated Aluminum sheet

0.91mm (20g) Aluminum sheet with 0.2mm PVC Lamination

2. Exterior Paneling(Stretch panel) GP Sheet sheet 1 MM

3 Exterior Paneling(Skirt panel) Aluminum sheet 12 gauge

4 Exterior Paneling(Rear panel) Aluminum sheet 12 gauge

5 Roof Exterior Aluminum sheet 18 gauge

6 Front show G. P. sheet 18 gauge 6. METAL TREATMENT: All the structural members and other body components (except Stainless Steel Pipes) shall be zinc passivation as per approved hot dip process of specified minimum 7 tanks with degreasing, de rusting, rinsing, zinc pasivations etc. as per latest specification of IS latest 'A' class coating before assembling to make them rust proof during the entire life of bus body. The zinc pasivations coating shall be of uniform thickness of 25 to 30 microns, coating shall be of crystalline nature and without any sponginess. All zinc pasivations components shall be coated with minimum 2 coats of approved anti rust primer.

All aluminum paneling sheet shall be chemically etched by chromotising process conforming to IS:Spec. for good bonding of paints. Prior to chromotising, aluminum surface shall be degreased and rinsed in water. 7. BODY MOUNTING:

Body shall be mounted on chassis frame with suitable anti shear material of thickness 8 mm (balata packing as per IS : 1370). It should be interposed between chassis frame and body cross bearer plates. The body mounting should be with galvanized U bolt 16 mm dia EN 15Gr. as per AS : 166:56 March, 1998 modified till date with nylock nut as per IS:1364 : 1983 - U bolts should be fitted diagonally / straight. During fitment, the arms should pass through the pipe sleeves and balata packing. During fitment of U bolts, semi elliptical Aluminum spacers should be provided. U bolt nylock nuts should be tightened properly with torque wrench at the specified torque of 12 to 14 mkg.

No hole should be drilled in the chassis without approval as well as no welding shall be allowed on the chassis members. The front end structure should be properly supported with detachable brackets on the front.

The load of the front and rear end structure should not be allowed directly on the frame. Provision should be made to detach the front bumper and other body component of the front structure to facilitate engine removal. Only MIG welding is allowed on body, structure& sheet etc. Vertical welding of structure members must be avoided. All welded joints shall be well ground for smooth surface. All front structure bolts should be locked by nylock nuts. 8. UNDER FRAME & STRUCTURE:

(a) The under frame and super structure shall be suitably designed to carry dense crush load of passengers with full seating capacity (assuming an average weight of 68 kg per passenger with luggage of 7 kg. per passenger) including, the superstructure, complete bus tare weight, etc and meet performance requirements under various loads etc as indicated. Moreover, the structure shall be designed to withstand the transit service condition of operation through out its service life.

Downlo

aded

from

www.upsrt

c.com

Page 45: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

45

(b) The bus body shall be mounted on Chassis as defined in bus code AIS 052 and the super structure shall be fabricated using G.I. Tubular section.

(c) The comprehensive multi-stage anti-rust treatment as and where required be done by

way of Hot Phosphating/ Galvanising shall be provided to bus flooring, sides, roof, understructure, as per BIS 3618 Class-A2/ relevant BIS for Galvanizing of MS Structural Members for resistance corrosion or deterioration from atmospheric conditions & road salts so as to enable them & frame to last for at least 8 years or Ten Lacs Kms whichever is later. The samples of all materials & connections shall withstand a two weeks (336 hours) Salt Spray test in accordance with ASTM procedure B117 with no structural detrimental effect to normally visible surface & no weight loss over 1%. The details of treatment provided with relevant specification to meet the requirements of minimum 8 years life in intercity operational environment. The system of corrosion prevention of the internal surfaces of structural tubing shall be provided and details of the same be given in the offered documents.

d) The front and rear structure design shall be energy absorption type to reduce impact stresses into under frame/side structures/ other areas of the vehicle. The damaged area of the vehicle shall be easily repairable and or replaceable in the event of major damage.

(e). The entire surface of bus under floor and sides exposed to ground shall be covered with

appropriate corrosion prevention & flame retardant paint coating for protection against harmful effects of water, mud etc and to retard flames, if any. The wheel housings shall be constructed to contain tyre bursts during operation and be flame retardant in case of tyre fire.

(f) MIG welding shall be used for steel structural member‘s fabrication. (g) Sufficient clearance & air circulation shall be provided around the tyres, wheels &

brakes to preclude over-heating when the bus is operating (h). After anti corrosive treatment, structural members shall be coated with anti rust epoxy

coating. (i) Under floor to sidewalls shall be sealed to prevent dust ingress

9. STRUCTURE REINFORCEMENT: The body structure shall be adequately reinforced with diagonally cross bars & gusset (Kunia) at requisite places for uniform strength and life of bus body. ROOF STICKS:

Roof sticks and Roof Longitude shall be of G.I. Tubular (40x40x2)mm, with proper

reinforcement by Gussets and Koniya. All welding should be zig-zag welding by MIG welding. Side structure shall be of G.I. tubular ( 60x40x2)mm, all horizontal and vertical parts

should be welded with MIG welding with proper reinforcement by gussets/Koniya. At Sole bar level MS plate of 6mm thick shall be welded with stump pillars and cross bearers on either side.

Cant rail welding to be done zig zag at a distance of 100mm pitch and to be welded minimum 25mm length at every spot. Between the Roof stick of passenger door one GI tubular pipe be welded for reinforcement just above the passenger door and simultaneously one GP Sheet 18 gauge thick be welded on the outer side for reinforcement. Similarly one such sheet be welded over driver door and emergency door roof stick.

Seat Rail shall be of 14G MS Sheet as per enclosed drawing.

10. FLOORING STRUCTURE: The layout and construction of structure should be on MS Channel of dimension

50x100x50x6mm & U channel of 10G MS sheet supporting floor longitudinal. Side

Downlo

aded

from

www.upsrt

c.com

Page 46: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

46

pillars shall be mounted on floor structure by placing boxes of 6mm thick MS plates. Central longitude shall also serve as central floor joint support.

11. FLOORING:

After making complete structure true and square and welding properly, the structure flooring is to be laid down with 15 mm compressed chequered plywood 15mm thick. And good quality min. 2 mm Vinyl flooring.

12. DESTINATION BOX One number of destination box to suit the board sixe of 31"x9" to be provided for the

front LHS of the bus behind the wind screen glass. It should be below the roof with brackets like BEST with a proper lightening arrangements & destination rotating system.

13. SIDE LUGGAGE SPACE The SIDE LUGGAGE SPACE is to be provided at the side of the body. The box be

made dust and leak proof by using P.U. Sealant and pitch (roofing compound) be applied at joints. Inside the box electrical lighting arrangement be provided. The flooring of the Box be covered with Rubber mat.

The box be provided with a lid for opening and closing. The lid frame be fabricated by using Aluminum "Z" section of size 25x40x25x3mm and inside be paneled with 18 SWG. Aluminum sheet riveted with solid rivets and outside be paneled with 14 SWG Aluminum sheet. In the lid structure, M.S. hinge of heavy-duty type two numbers half round type made with 8mm MS flat be provided at floor level rigidly with reinforcement. The lid stoppers be of GOOD QUALITY highly reliable gas springs of two numbers be provided on either side of the lid also with mechanical stopper. Heavy duty inside lock be provided for the lid. One number hasp and staple be provided to the lid. Inside saloon, dickey box top structure and flooring should be as that of saloon flooring. Inside dickey box to structure be covered with 4 mm plywood with non-woven dickey mat fabric of dark gray colour . The total space available in the luggage box should not be less than 7Cu.Mtr.

14. SPARE WHEEL CARRIER One number Leyland SPARE WHEEL CARRIER will be given along with the chassis,

which should be fitted to the floor structure be using MS rolled channel and MS angles. The body lid be provided as that of courier box lid.

15. SIDE EXTERIOR PANELLING: After approval of structure and before paneling, structure members duly treated with

anti rust primer shall be further coated with dielectric coat anti corrosive black paint. Before paneling 40 mm thick thermocole sheet is to be packed properly in the structure waist rail to floor level. After thermocole packing, stretch panel of 1mm GP Sheet properly welded should be fixed waist rail to anti drumming rail and from anti drumming rail to skirt rail 12 G Aluminum sheet paneling shall be provided and shall be riveted with NR 6 Aluminum panel shall be chemically treated (chromotised) and inside shall be coated with thick coat of anti drumming compound in minimum 2 coats to avoid drumming and vibration. The riveting should be done by pneumatic riveting.

16. ROOF EXTERIOR PANELLING: Before roof exterior paneling specified tar felt covering 2 mm thick on full length and

full width of roof sticks and roof longitudes, protruding Min 2 mm outside the width of roof sticks and roof longitudes shall be provided.

Roof exterior panel shall be of 18 G thick Aluminum sheet in one piece along full length. The exterior panel roof joints shall be longitudinal and shall be inter locked by joggling and dust binding and shall be solid riveted NR5, 5 mm dia with roof sticks and roof longitudes. Joggling joints should be properly embodied in the roof longitudes to get smooth surface and no joint should protrude above paneling level. The riveting pitch at cant rail should not be more than 75 mm. Joggling joints & other joints of the roof shall be properly filled with sealant making it leakage free.

Downlo

aded

from

www.upsrt

c.com

Page 47: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

47

At cant rail level a continuous water channel of INDAL 6250 section shall be provided on longitudinal sides of roof for drainage of water and to prevent the water to fall on the windows and to ensure water proofing. The water channel should also be provided above the rear wind shield glasses to avoid water leakage. For proper riveting of water channel to the cant rail, aluminum beading INDAL 5606 shall be fitted on the water channel. Joint of water channel must be filled with sealant to make it water proof. The front exterior roof panel shall be riveted with the front dome with MS solid rivets of 5 mm dia and MS/Al. beading with the pitch of 75mm. Similarly the rear dome shall of 18 G Aluminum sheet and shall be riveted with roof sticks with MS solid rivets of 5 mm dia and beaded with MS/Al. beading with rivets at 75mm pitch.

17. REAR EXTERIOR PANELLING: The complete rear paneling shall be of 12 G aluminum sheet. 18. FRONT SHOWS PANELLING:

Elegant looking front show of 18G G.P. Sheet materials Show should have aerodynamic design so as to reduce air drag & to improve fuel economy.

19. INTERIOR PANELLING:

Interior roof & side panel Shall be done with 20G (0.91mm) PVC laminated aluminum sheet (PVC lamination 0.2mm) ash Grey colour.

20. HAT RACKS : An open type light luggage hat racks would be provided in side the passengers saloon

both sides, looking like SWARANA SHATABDI TRAINS. 21. DOOR :

There shall be only one saloon door i.e. passenger door in front of front wheel and one cab door (for driver) in the right side near the driver seat & one emergency door should be provided.

The saloon door shall be pneumatic / power door operated by the drivers through push button.

22. CURTAINS Curtains matching to interiors shall be provided. The inside of the passenger's saloon

would exude a somber ambience, Optional: Wooden touch material may for curtain palmets.

23. A.C. UNITS: All weather A.C. plant not less than 10.5 Tons cooling capacity with heating

arrangement would be fitted with a main drive engine as per required load and comforts. Plant must be of reputed brand & approved by UPSRTC AC duct should be made such as every passenger will feel cooling/heating comfort including one opening in the crew cabin.

24. WINDOWS Flat, 2 piece design with top fixed & bottom sliding toughened tinted glasses of

adequate (6mm) thickness for all buses. There shall be provision for adequate ventilation in case of AC failure.

Min. width & height of windows should be 550mm respectively. 26. VENTILATORS: Two ventilators would be provided in saloon. 27. FRONT & REAR BUMPERS:

Downlo

aded

from

www.upsrt

c.com

Page 48: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

48

The bumpers should be curved out of 3 mm to 4mm thick FRP and should be of most modern design.

28. WIND SCREEN: The front wind screen would be one piece Laminated curved glass as VOLVO type to

provide a neat ground clearance. 29. BATTERY BOX:

Battery box will be constructed on the left side of the bus body with flap type cover duly hinged battery box is to be constructed with stainless steel (Acid proof) of thickness 1.6 mm for bottom. Inside of the battery box shall be provided with 3 layers of FRP lining to make it fully insulated. 15 mm thick ply sheet is to be provided at the bottom of battery box. One drain hole with NL type 20 mm dia pipe shall be provided to drain water.

Suitable rubber grommet shall be provided in the holes from where battery cable passes to avoid direct contact with metal parts. One MS flat of size 30x30 mm be provided with 2 Nos. wing nuts to hold it in position.

2nos of railway locks 30x6 mm be provided on the battery box cover and one van lock at the centre at bottom.

30. ELECTRICAL SYSTEM:

It should be supplied wired up and connected. Wires should run through PVC sleeve and so arranged in the middle of roof top with suitable cover on the right of horizontal standee bar that this can be readily inspected and renewed with disturbing the interior finish of the bus. All wires should be PVC covered type as given below:

I. TYPE OF CABLE USED

AVC insulated LT wire conforming to IS: 2465-1984. II. SIZE OF CABLES:

a) Saloon wiring:

4 mm PVC insulated 15/0. /1 LT wire conforming to IS: 2465-1984. b) MAIN SUPPLY SWITCH BOARD.

6 & 8 MM PVC insulated LT wire 36/0.3/2.5 conforming to IS: 2465-1984. c) BATTERY CABLE:

No. of wires 325 dia of wire 0.45 mm copper conductor of single length conforming to IS: 2465-1984.

III. Positive wire shall be in red colour and negative wires in black colours other colours may be used for loops etc. for special identification purpose.

IV. The earth return system shall be used for bus body wires. V. In order to ensure adequate illumination in the saloon 4 nos. tube lights rectangular

sunken type shall be provided. VI. 2 Nos. blue / green Night lamps shall also be provided inside the saloon for convenience

to the passengers during night traveling VII. One roof light to be provided at top of passenger door with switch near it to facilitate

conductor lighting at his own will. 1 No. round roof light may also be provided in the driver cab.

VIII. 4 Nos. indicator lights on all the roof top corners be also provided with wire mesh cover. Wherever PVC sleeve cables pass through panels and structural members, suitable grommets made out of rubber / Bakelite shall be inserted in the holes. PVC tube carrying cables be clipped as near as possible.

IX. Suitable Nos of roof lamps (CFL) be provided.

Downlo

aded

from

www.upsrt

c.com

Page 49: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

49

X. Passenger reading lamps, 24 volt speakers & fans to be provided to each single/two/three seater.

XI. Mobile & laptop charging facilities shall be provided. XII. All the bulbs shall be of standard buoyant cap and shall be of clear gas filled double

filament contact type with the following specification.

c) Conductor bell (elec) Elect. buzzer of approved make 1 nos. 24V good quality. e) 2 Nos. wiper motors shall be provided by the bidder, one for each side

separately. These shall be heavy duty 24V with aerodynamic blades and arms to suit the front curved wind screen glasses. These shall be of approved make and part No. Both the wiper machines should be operated independently i.e. the switches should be separate for each wiper machine.

f) A suitable battery cut off switch of specified make shall be provided in the driver cab behind the driver seat connecting the self starter assembly so that during short circuit, the engine may not start.

g) Fuses or cut out should be of domestic type made out of Bakelite (unbreakable). The wiring should run through suitable PVC pipes and should be covered with suitable metal molding. One control board next to the instrument panel in front of driver seat shall be there to operator piano type switches fitted on junction box on the panel.

31. PASSENGER SEATS:

(a) 3x2 LAY OUT : passenger bus seats with dual toned upholstery shall be fitted by the body builders as per seat specifications, layout & drawing (Refer enclosed specifications, layout & drawing)

(b) Seat pitch (back to back distance) Shall be maintained strictly as admissible in the Central Motor Vehicle rules. The seat frames legs shall be bolted properly in seat rail on the side and with floor longitude in the middle in the gangway side with 8mm hight tensile bolt fitted with plain washer and nyloc nuts

32. DRIVER SEAT: Driver seat should be of approved quality. 33. THE FOLLOWING MISCELLANEOUS FITTINGS SHOULD BE PROVIDED

a) 2 Nos. rear view mirror, (one on each side) of heavy duty adjustable convex type should be provided with good quality brackets on the exterior panel at places convenient to the driver to see the traffic coming from rear.

b) Front bumper shall be fabricated with 14SWG (2mm) MS sheet in 3 pcs. Section as shown in drawing. Number plate of size 20"x7" in case of Leyland/TATA bumper should be pressed sunken type in the centre of the bumper.

c) One step of size 12” in to 8” with minimum 10G alunimium chequered shall be provided at the centre of the front bumper to facilitate the driver to clean the wind screen

d) Retro Reflective tape should conform to AIS 090 code. It should to be pasted on front bumper , rear bumper & both sides of the full body in the size,color & specification as per AIS90 & AIS 052 Rev-I code.

e) Drop forged toe hook shall be provided on the rear bumper at the centre position. f) 2 No. wiper machine of approved make be fitted for individual front wind screen glasses

shall be provided by the bidders. g) One sun visor of approved make be fitted on the driver side. h) 2 warning triangles/reflectors of approved make be fitted on the rear/front end as per

relevant AIS code. i) One step of 6x6" size shall be provided near driver door.

Downlo

aded

from

www.upsrt

c.com

Page 50: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

50

j) Diesel tank neck cover shall be provided (flap type) with one tower bolt. k) Rear tail light shall be provided. l) Two Rubber buffer rail (rub rail) shall be fitted one on the anti drumming rail other on the

skirt rail. Rubber buffer shall be secured with pop rivets and clamped with 2 suitable clamps in each bay. At the ends suitable closing ends shall be provided.

m) The rear number plates should be fixed below waist rail. n) Front destination box size 750x200 mm shall be provided behind the left wind screen

glass at the dash board level with proper light arrangement. o) 10mm thick NUPRIN rubber mat at pedal floor, duly aluminum beaded should be

provided. 34. PAINTS:

(a) All the structural members of the bus shall be treated for corrosion prevention internally as well as externally and painted wherever required. The Polyurethane (PU) painting conforming to BIS: 13213-1991 or AIS 052 bus code as applicable shall be used for exteriors painting of the bus including interiors of the bus. Colour scheme shall be provided by UPSRTC. Colour shade shall match to the shades as per BIS: 5-1978 or latest. Details of paints used, surface treatment & preparation, corrosion prevention treatment, base primer coating, number of paint coats to be applied etc shall be provided by the Bidder.

(b) All exterior surfaces shall be smooth & free of wrinkles & dents. Exterior surface to be painted shall be properly prepared as required by the paint system supplier, prior to application of paint to assure a proper bond between the basic surface and succession coat of original paint for the service life of the bus. Paint shall be applied smoothly and evenly with the finished surface free of dirt and the following other imperfections: A. Blisters or bubbles appearing in the topcoat film. B. Chips, scratches, or gouges of the surface finish. C. Cracks in the paint film. D. Craters where paint failed to cover due to surface contamination. E. Overspray. F. Peeling. G. Runs or sags from excessive flow and failure to adhere uniformly to the surface. H. Chemical stains and water spots.

34. COLOUR SCHEME AND GRAPHICS: Only PU PAINT shall be used. Colour scheme shall be approved by UPSRTC

separately. Exterior, interior colour schemes to be painted and logo/ graphics design will be

intimated to the successful Bidder before the completion of paneling of the proto type bus. It will be responsibility of Bidder who shall take instructions from UPSRTC for such details. The Bidder shall provide the intimation on the seats for reservation for physically handicapped persons, ladies, senior citizens, other statutory information as per UPSRTC requirements

35. PROTECTION TREATMENT AND PAINTINGS: It should be as below :-

a) The red oxide primer/Epoxy coating & paint shall be of approved specifications. b) All the hidden/unseen surfaces of complete interior and exterior paneling shall be

covered with thick layer of suitable anti drumming compound. c) All joints shall be applied with liberal coat of suitable jointing compound on the

meeting area of both the compartment to protect against corrosion before assembly. d) Wherever aluminum is joined to steel or dissimilar metals same shall be covered with

thick layer anti corrosive body compound.

Downlo

aded

from

www.upsrt

c.com

Page 51: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

51

e) The entire surface of bus body under floor exposed to the ground shall be covered with thick layer anti corrosive body compound.

f) All the joints on the exterior roof paneling shall be made water proof by liberal application of silicon sealing compound on both the meeting surfaces before assembling.

g) All the Aluminum pannelings shall be suitably treated as per approved process before painting for chromotising chemically before painting to ensure proper paint adhesion before fitting.

h) All paneling after fitting shall be under final painting. i) Surface and stopper (;putty) shall be applied on all hand beaten and dented panels to fill

up all the unevenness so as to have present smooth surface for painting. However, the amount of putty used shall be minimum and efforts shall be made to obtain proper finish by better workmanship of various jobs before painting.

j) Sufficient drying time between each successive coat shall be allowed as per the recommendations of the Paint Manufacturers.

k) Each coat except the final finish coat shall be suitable attired and washed down with water paper and water before applying the next coat.

36. GENERAL DIRECTION: A. The body should be rattle proof, dust proof and leak proof. When the chassis remain in the

custody of the body builder, they should maintain the batteries by TRICKLE CHARGER free of cost. Modification to the fuel tank/radiator neck if any, should be carried out by the body builder as per directions without any cost.

B. Inspection of the bus body shall be mainly in the following 2 stages. Body Builders should offer stage wise inspections after rectifying the defects communicated to him at the earlier stage of inspection, then only they will be allowed to go for next stage. Body Builder has to inform inspection committee of UPSRTC in writing for stage wise inspection with the chassis numbers as per terms of Agreement.

IST STAGE: After completion of metal treatment and structure and truss panel. 2nd & FINAL: Complete finished bus body including shower test before dispatch of completed

bus with movement order from Inspecting Authority. C. The vehicle shall be road tested before final inspection for the following possible defects:

I. Dust proof ness II. Rattle proof ness of windows, body panels parcel racks doors, seat frames, driver partition,

dash board etc. D. Following workmanship must be carefully followed:

I. All casting must be truly formed and free from visible blowholes. II. All the bolts and rivets should be well fastened. III. All welded joints must be chipped and well ground to get smooth surface. IV. Sharp corner should be ground and made smooth. V. Whether pitch between rivets / bolts are not specified, it shall be 100mm. VI. Before commencement of the bus body fabrication all the important units of chassis i.e.

alternator, self starter, radiator, tyres, batteries, plastic air pipes etc. to be protected to prevent from damages due to welding, drilling, cutting, hammering, riveting, falling of metal scraper dust particles etc.

VII. Cleats shall be degreased by duly immersing in soda/detergent water after punching without fail.

VIII. Cleats shall be degreased by duly immersing in soda/ detergent water after punching without fail.

E)

Downlo

aded

from

www.upsrt

c.com

Page 52: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

52

I. Body builders are requested to offer complete stages for inspection. They are bound to use only specified material in the vehicle The material used in the body shall be got tested though a recognized laboratory specified by UPSRTC as and when required.

II. Incase it is reported that material used in the bus body does not conform to the specifications, testing charges shall be recovered from the body builders. In case of failure of such samples of non-specified material, 100% cost of material used in that lot i.e. work order shall be recovered from the body builders.

F) GUARANTEE:

I. In general condition, guarantee for the bus body and other body materials shall be 3 lacs km's or two year whichever is later. For A.C. plant & accessories guarantee will be of 18 months Contractor would provide Annual Maintenance contract of A.C. plant & accessories for 4 years.

II. During the guarantee period, if any defect is observed on account of poor workmanship as well as material, such defects shall be attended by the body builder within stipulated period, failing which either actual expenditure incurred for repair of such Vehicles shall be recovered or the security deposit amount shall be forfeited. Repetition of continuous 3 such incidents/ defects may lead to take action for disqualification of the contractor.

G. In case of any doubt in specifications and drawings same may be got clarified from the CHIEF GENERAL MANAGER (Tech.) immediately after receipt of work order and before lifting of chassis.

H. Body builder should fix their own firms' addresses in all details plate/ monogram at the rear exterior and of the vehicle and also the same may be fixed in the saloon above the passenger door.

I. Any damage caused to assemblies, electrical components, chassis & other components fitted by chassis manufacturers during the fabrication of bus body, the entire liability to rectify, replace shall be of the bus body builder. The bus body builder shall ensure that the bus is free of any such defect, damages before delivery.

Annexure “A” U.P. STATE ROAD TRANSPORT CORPORATION

TEHRI KOTHI, LUCKNOW.

SPECIFICATION /LIST OF MATERIAL PREFERRED FOR FABRICATION OF BUS BODIES FOR THE YEAR 2012-2013

S.NO. NAME OF ITEMS SPECIFICATIONS (or As per latest AIS bus code)

SUGGESTED SOURCES

1. Aluminum sheets IS:737:1966 (3R)(upto latest) M/s. HINDALCO

M/s. INDAL

M/s. BALCO/STERLITE

M/s NALCO

2. Alum. Extruded Sections IS:733:1993)(upto latest) M/s. HINDALCO

M/s. INDAL

M/s.BALCO/ STERLITE

M/s NALCO

Downlo

aded

from

www.upsrt

c.com

Page 53: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

53

3. Alum. PVC Laminated-0.91 MM thick Al. Coated sheet with PVC lamination 0.2mm Ash Grey colour

As per latest AIS/BIS specification

M/S. Virama Laminates P.Ltd.,THANE

M/s. KARNATAKA META- GUARD, BANGALORE

M/s EXCEL Alugraphic Pvt Ltd,Gujrat

NEON Laminates Pvt Ltd,Mumbai

4. MS sheets

a) CRCA Sheets 1mm to 2mm

b) HRCA Above 2mm

IS:513: 1986)(upto latest) M/s. SAIL

M/s. TISCO

M/s. IISCO

M/s. VISHAKAPATANAM

---do-----

5. M.S. Channel 50x100x50x6mm

40x75x40x6mm

As per latest AIS/BIS specification

---do-----

6. M.S. Angle a) 75x75x6mm b) 50X50X6mm

IS:2065:1984)(upto latest) IS:808:1984)(upto latest)

M/s. SAIL

7. CR Galvanized Rectangular/Square pipe 60x40x2mm 40x40x2mm

As per latest AIS/BIS specification

M/s. Thakkar Sons Auto Ancillary (I) Ltd., MUMBAI M/s. Bhushal Steels Ltd M/s.Tube Investment of India ltd.,Chennai

8. Glasses: a) Front wind screen 8.0 mm thick float glasses Curved. ‘AA’ Quality Laminated Safety glass, Clear wave Free

b)Rear wind screen Glass 6.0 mm thick ‘A’ quality

c) Window Glasses5.0 Tinted light grey/green

As per latest AIS/BIS specification

M/s. Hindustan Safety Glass Works, (Allahabad)

M/s. Chandra Laxmi Safety Glass, New Delhi

M/s. Gulati Glass Pvt. Ltd., New Delhi

9. EPDM Rubber Profiles 38mm & Window Profile

AS:276:80 Jan.,2000(upto latest) M/s. Anand Nishikawa Co Ltd ,Gurgaon (ALP)

M/s. Gold Seal Engg. Ltd., MUMBAI (GOLDSEAL)

10. Flooring Alum. Chequered 12mm thick

AS:319:64:2002(upto latest) M/s. Mysore Polymers P.Ltd

Downlo

aded

from

www.upsrt

c.com

Page 54: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

54

M/s Pragati Hightech

M/s. Orient Timber Industries Pvt. Ltd., MUMBAI

11. Wiper Machine 24 V-17W

AS:77:52 Sept.,95(upto latest) M/s. Prabha, MUMBAI

M/s. LUCAS

12. Inverters & Complete Tube light assembly 2 Ft. 24V/20W tube

IS:7027:1984)(upto latest) M/s. Power Electronics P.Ltd Mumbai

M/s. Philips

13. Passenger Seats Fix Seat3X2Confg. Readymade Bus Passenger Seats

AIS023 &AIS052, ARAI APPROVED M/s. Harita Seating Systems Ltd., Hosur M/s MSL ltd, Lalru M/s Grand Slam , Sahibabad M/sPinnacleInd.Ltd, Pitampura M/s Tatra Victra M/s Arihant Indus. Chennai M/s OTTOInd.Ltd, Faridabad M/s. Vijayjyot Seats P. Ltd ,HALOL, M/s Netplast, kanpur

Downlo

aded

from

www.upsrt

c.com

Page 55: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

55

14. Driver seats ----do--- ----do---

15. Paints P.U

As per latest AIS/BIS specification

M/s. Akzo Nobel Car RefiNishes (I) P.Ltd., Bangalore M/s ICI Paints

M/s Asian Paint

M/s Berger Paints

16. Chassis U bolt White draw bar high tensile Gr.8.8 16mm Dia

Bolts & Nuts a) Bolts High Tensile Hexagonal bolt, fine thread

b) Nuts Nyloc anti-vibrative

AS:166:56 March,98(upto latest)

IS:1366:1984(upto latest)

IS:1364:1983)(upto latest)

17. Al. Alloy solid rivets NR-5 As per IS:740 :1977(upto latest)

18. Al. Blind rivets NR 6, AS:226 :R91(upto latest)

19. MS Solid rivets6mm dia

IS:2155:1964 (upto latest)

20. GP Sheet plain and Corrugated

IS :277:1985)(upto latest) M/S SAIL M/S Tisco M/S Bhushan Steel

21. ERW Steel pipe1.6 & 2mm thick(dia as per required)

IS:3601:1984)(upto latest)

22. Electric Item: a) LT Wire 4 mm & 6 mm Size b) Battery Cable Size 325/0.45mm

IS:2465:1984)(upto latest) IS:2465:1984(upto latest)

23. Head light IS:3563:1993)(upto latest)

24. Wiper Arms & Blades Heavy Duty Link length 500 mm

As per latest AIS/BIS specification

M/s. Allied Spare & Auto parts, vapi

25. Fluorescent tube 2’ As per latest AIS/BIS specification

M/s. Phillips M/s. Power Electronics

26. Tar felt 2mm thick As per latest AIS/BIS specification

M/S Shalimar Tar Products

27. Electrical Switch As per latest AIS/BIS specification

28. Anti drumming compound

As per latest AIS/BIS specification

Downlo

aded

from

www.upsrt

c.com

Page 56: Tender 707 Dt 31-01-2014 for Bus Body 40 AC Buses · 2014-04-09 · Fabrication of AC Bus Body on Diesel Passenger Chassis BS III Norms HAVING WB 5500-6200 MM, 60% ROH Tender No

56

29. Balata Packing8mm thick As per latest AIS/BIS specification

30. Mig Welding wire As per latest AIS/BIS specification

31. Steel screw of various As per latest AIS/BIS specification

32. Carriage bolts As per latest AIS/BIS specification

33. Heavy duty door locks As per latest AIS/BIS specification

34. Grab Handles300/12mm thick Chromium plated single Piece

As per latest AIS/BIS specification

35. Brackets & drop forged Hinges.

As per latest AIS/BIS specification

36. Toe hook forged As per latest AIS/BIS specification

37. Window latches Heavy duty forged

As per latest AIS/BIS specification

38. Railway type lock 6mm heavy duty forged

As per latest AIS/BIS specification

39. Tower bolts As per latest AIS/BIS specification

40. Thermocole 40mm & 20mm thick

As per latest AIS/BIS specification

41. Terene felt 4 mm thick As per latest AIS/BIS specification

Note:- Above suggested sources are tentative in nature. Firm can use any other equally good source for same specification

Downlo

aded

from

www.upsrt

c.com